Loading...
93-139 Resolution No. 93-139 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH OF ATEC ASSOCIATES, INC. FOR PHASE II ENVIRONMENTAL ASSESSMENT OF SOUTH GROVE AVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, City Manager, be and is hereby Authorized and directed to execute a Professional Services Agreement on behalf of the City of Elgin with ATEC Associates, Inc. for Phase II environmental assessment of South Grove Avenue, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor ' # Presented: May 12, 1993 J Adopted: May 12, 1993 Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk i I Ei • 1 n Agenda INo. May 7, 1993 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: ATEC, Inc./Environmental Service Contract South Grove Avenue PURPOSE The purpose of this memorandum is to advise the City Council that following a meeting with representatives of Nevada Landings, Inc. and the Hyatt Corporation that the scope of work for environmental testing and site remediation at the South Grove Avenue riverboat site has been expanded. BACKGROUND On April 28, 1993, the City Council authorized staff to enter into an agreement with ATEC, Inc. for environmental testing and remediation service at the D. H. Martin site at a cost not to exceed $15,000. On May 5, staff met with repre- sentatives from ATEC, Inc. , Nevada Landings, Inc. and the Hyatt Corporation. The Phase I study on the site was re- viewed and the requirements for certifying a buildable site were discussed. A scope of services to be provided by ATEC, Inc. was agreed upon and cost estimates were to be developed. FINANCIAL IMPACT I . D. H. Martin Site The following costs are related to the various services approved by the Council at the previous meeting at a not-be-exceed $15,000 amount, to be provided by ATEC, Inc. : A. Develop bid documents and obtain bids for the fol- lowing: 1. Removal of the underground storage tanks. 2. Removal and disposal of nine above ground storage tanks. 3. Transportation and disposal of tanks' product and contaminated soils. Mayor and Members of the City Council May 7, 1993 Page 2 4 . Asbestos abatement. 5. Transportation and disposal of light ballasts . 6. Transportation and disposal of fluorescent light bulbs. 7 . General remediation labor for miscellaneous activities. B. Submittal of reports to IEPA. C. Supervision of remediation activities. D. Final report preparations. Cost $11,960. 00 II . Additionally, activities related to South Grove environ- mental issues were reviewed and the following was devel- oped: A. Review RAM reports and data. B. Discuss investigations with RAM. C. Discuss various issues with the laboratory (Subur- ban Labs) . D. Discuss issues with IEPA regarding the level of effort necessary to clean up this portion of the South Grove property and obtain approval from IEPA. E. Develop remediation plans for identified, existing contaminated sites (west of South Grove Avenue) . F. Develop conceptual plans to address remediation of portions of the site in the event that underground tanks and/or contaminated soils are encountered during construction of the Terminal and associated facilities. Cost $ 7,984 .00 III . Finally, professional services relating to determination of extent of contamination in vicinity of excavations 4, 5 and 6 and soil borings within the footprint of the pro- posed pavilion at the Nevada Landings site are necessary at: Cost $11,720.00 The cost for the boring and lab analysis will be funded through the current contract with Ainlay, Inc. Total Cost Not to Exceed $31,664 .00 Mayor and Members of the City Council May 7, 1993 Page 3 RECOMMENDATION Authorize the City Manager to enter into an agreement with ATEC, Inc. for environmental services at the South Grove redevelopment site at a cost for all categories of services not to exceed $31,664 .00. 4�c�e,Larr City Manager LLR:amp Attachments L" E I �c i'*11 ��'��' r h-- Ag enda Item No. � - C) k) April 28, 1993 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Environmental Engineering Services/South Grove Avenue PURPOSE The purpose of this memorandum is to advise the City Council that Phase I environmental testing at the riverboat site on South Grove Avenue indicates that additional testing and site remediation will be required. Staff is requesting that authority be given to the City Manager to extend the agreement with ATEC and Associates, Inc. for an additional cost not to exceed $10,000 to identify the additional testing and solicit contracts for the identified work. BACKGROUND The development agreement with Nevada Landing calls for the City to conduct a Phase I environmental study at the South Grove Development site. A contract for the Phase I analysis was awarded to ATEC and Associates . The results of ATEC's research indicates that the following potential envi- ronmental problems are present on the South Grove site: 1 . Three underground tanks at the former D.H. Martin site. 2 . Nine above ground tanks at the former D.H. Martin site. 3. Asbestos, PCBs and Mercury contaminants at the former D.H. Martin site. 4 . Potential ground water contamination and other underground tanks on the remainder of the property. r Mayor and Members of the City Council April 28, 1993 Page 2 F FINANCIAL IMPACT ATEC proposes to design a remediation plan and solicit quotes for the May 12 Council meeting from a minimum of three contractors to perform the work necessary to remediate the site so as to allow the river- boat project to proceed. The cost of the services projected by ATEC will not exceed $10,000 . RECOMMENDATION Authorize the City Manager to enter into an agreement with ATEC to develop a remediation plan and solicit bids for the additional contracts to perform remediation work at the South Grove Avenue riverboat site at a cost not to exceed $10, 000 . Larry L. Rice, City Manager LLR:daw PROFESSIONAL SERVICES AGREEMENT "This agreement is entered into this day of 1993, between the City of Elgin, Illinois, a municip 1 corporation (hereinafter referred to as "City" ) , and AT EC 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 environmental conditions located at the South Grove Riverboat Redevelopment Site; and WHEREAS, Consultant is expert in the relevant environmen- tal sciences, and desires to enter into an agreement to ren- der 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 agree as follows : 1. Scope of Work Consultant shall provide and direct the necessary quali- fied personnel to perform the services described in the pro- posal for bid specification development, site analysis, plan development and report preparation, which is attached hereto and incorporated by reference herein as Attachment III . 2 . Term This agreement shall have a term of seven (7) weeks commencing on May 13, 1993 and ending upon delivery and accep- tance of all deliverables. This agreement may be terminated by the City of Elgin at such time as the City of Elgin may elect, provided that the effective date of such termination will not be earlier than seven days following the mailing of written notice of termination to Consultant at the address provided herein. Upon receipt of a notice of termination, Consultant shall deliver to the City of Elgin the work prod- uct 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 the City of Elgin, Consultant shall be paid a fee for such services at the rate set forth in Table 1 and Table 2 which is appended hereto and incorporated by reference herein. Said fee shall not exceed $31,664 .00. Said fee shall be payable within 60 days of receipt by the City of an itemized invoice for servic- es rendered by the Consultant. 4 . Rights in Results of Services The results of Consultant's services under this agree- ment shall be the exclusive property of City of Elgin, and all documents (including without limitation, all writings, drawings, blueprints, pictures, recordings, computer or ma- chine-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 of Elgin and shall be delivered to City of Elgin 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 associat- ed with the services performed pursuant to this agreement shall be presented or submitted for publication without the prior written consent of City of Elgin. 5. 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 the services under this agreement. During the term of this agreement Consultant will not, without the prior written consent of City of Elgin, perform services for any person, firm or corporation other than City of Elgin if such services could lead to a conflict with Consultant' s obligations 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 assumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or employee of City of Elgin, nor assume or create any commitment or obligation on behalf of nor bind City of Elgin in any respect whatsoever. Consultant shall provide the City of Elgin 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, receiver or credi- tor of Consultant, whether by operation of law or otherwise, without the prior written consent of City of Elgin. 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. 8. 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 of Elgin. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind City of Elgin in any respect whatsoever. 9 . 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. 10. 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 occupational safety and envi- ronmental protection statutes and regulations, in performing the services hereunder, and shall comply with any directions of governmental agencies and City of Elgin relating to site safety, security, traffic or other like matters. 11. Indemnification of Client Consultant shall defend and indemnify the City of Elgin from and against legal liability from damages arising out of the performance of the service for the City of Elgin where such liability is caused by the negligent act, error or omis- sion of Consultant, 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 of Elgin and owner of property, if other than the City, upon which Consultant's services are performed as additional insured. Consultant shall furnish to City of Elgin a Certificate of Insurance as evidence of such policies on or before May 12, 1993. (3) Professional liability insurance for errors and omissions in the minimum amount of $1 million per occurrence. Consultant shall furnish to City Certificate of Insurance as evidence of such policy on or before May 12, 1993. 13. 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 in- valid, 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 enforced to the fullest extent permitted by law. 15. Governing Law The validity, performance and construction of this agree- ment shall be governed and interpreted in accordance with the laws of the State of Illinois applicable to contracts made and to be performed therein. 16 . Additional Provisions This agreement includes those additional provisions contained in Attachments I, II, and III . 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 with respect to such subject matter, and no addition to or modifications of this agreement or waiver of any provisions of this agreement shall be binding on ei- ther party unless made in writing and executed by City of Elgin. The terms and conditions set forth herein are ac- cepted as of this Zo&-day of 6C41 19.2- CLIENT Y Com an � Signature P _ Signature BY i r Title -h-tl Phone 70 j 7�W 7� Phone 3 ddress ­2 0 , /s _0 C Cam( ✓�- J o.+ _ C� c� Address ATTACHMENT I Consultant Certifies 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 either Section 33E-e, or 33E-4 of Chapter 38 of the Illinois Revised Statutes. 3. The undersigned firm certifies that the firm shall com- ply, where applicable, with the Wages of Employees on Public Works Act (Illinois Revised Statutes, Chapter 48, Section 39S, et. seg. ) . 4 . The undersigned firm certifies that the firm shall com- ply with the City of Elgin's contract compliance ordi- nance relating to Affirmative Action. By: Date: 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. " BIDDER'S •a EMPLOYEE - UTILIZATION FORM b the City of Erin and =bell be This report is require y . submitted before the contract can be axarded. Chapter 3.12.1000 Affirmative Action - City Contracts' P Brae and Address . of Bidder Description of Project _ JOB -CATEGORI ES Y t Y � t � : s ma TOTALS ntttire of 01rcw Bad ink Telepuu Date fined t+j� IL Rav you ever boom* agar&*& • bid by t?ae- City of =six? . [� VzS NO et the �. tl�• ana:.ar to �! yoo. to►90 eubrMt a eo tivac•siui�!d:teag with a luuV o�i:L a .toPy � . his fors►. . a. U the otatittloal data providet above ob b;s un b�is- ytllisttios► or %o Lagldotiai/erovidedloIn attau ad 2•toordintt to ri t pro�Q• e4L 0cumjenT., t opportaiai •at to l+oTt: =a t!�• .v•r►t X960-rear eertraeto:Grand a�fsrsp: � ~ ooMply witb oraQtoYs�a action rowleao of tao •! E1din, 4e City ar:aoAtt� or aetloao tufty earaool. tertntuat• tuteoaa • ooatra•t to W ole '•r fa tart. h1AY 05 '93 2235 ATEC FAX 708/916-7013 P.2/13 ATTACHMENT III ATEC Associates, tnc. 2055 Army Trail Road,Suite 114 Addison,Illinois 80101.1478 17oe1 816-7272.FAX 1 1708]918.7018 May S, 1993 city of Elgin 150 Dexter court Elgin,IL 60120-5555 Attn: Raymond H. Moller Director of City Properties Re: South Grove Property Dear Mr. Moller: ATEC Associates, Inc. (ATEC) is pleasod to present this letter proposal for environmental consulting services with respect to additional investigations on the South Grove property.This letter amends ATEC's April 28th, 1993 proposal'for "Retnediation Oversight at D.H. Martin Site". As discussed in our meeting with the City of Elgin on April 29, 1993,ATEC will assist the City of Elgin in evaluating data and preparing tho necessary reports to determine the"buildability"of the South Grove site, specifically, west of South Grove Avenue. Consulting services to be provided by ATEC include the following activities: 1. Review-RAM reports and data. 2. Discuss investigations with RAM. 3. Discuss various issues with the laboratory(Suburban Labs). 4. Discuss issues with IEPA regarding the level of effort necessary to clean up this portion of the South Grove property and obtain approval from IEPA. S. Develop remediation plans for identified, existing contaminated sites (west of South Grove Avenue), 6. Develop conceptual plans to address remediation of portions of the site in the event that underground tanks and/or contaminated soils are encountered during construction of the Terminal and associated facilities. ATEC's costs for the original proposed work (4/28193) together with the additional work described in this proposal are provided on the attached spreadsheet. Please disregard the original (4128/93) costing spreadsheet. Thank you for using ATEC on this project. Sincereely`, . trick hies, P.E., CHUM , att: Cost Estimate A SubsW&y of Ameftan AsdrQ ono Enpin"ring Capo►etim Cons ang Environments%Geotedmicai and Offices in Map US.CFO"/Sinoe Me Matorists Engineers PROPOSAL FOR PROFESSIONAL SERVICES FOR REMEDIATION OVERSIGHT D.H. MARTIN SITE FOR: THE CITY OF ELGIN 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 APRIL 1993 Submitted by ATEC ASSOCIATES,INC. 2055 ARMY TRAIL ROAD ADDISON,ELLINOIS 60101 (108)916-7272 BACKGROUND ATEC has conducted a Phase I Environmental Site Assessment (ESA) of the D.H. Martin site. The Assessment included limited sampling of soil, building materials, and light ballast oil. The results of the investigation detected petroleum contaminated soil, asbestos containing building materials, and PCB oil. Groundwater was encountered at depths where petroleum contaminated soil was detected. Three underground tanks (USTs) are registered on-site. There is no evidence that these tanks have been removed and, therefore, they are assumed to be present. There are nine aboveground tanks (ASTs) located in a containment structure. It is unknown if any of the USTs or ASTs contain product, water, sludge, or other material. SCOPE OF WORK ATEC understands that the goal of this project is to remediate the environmental problems identified in the ESA. Because the three USTs are registered, and the City of Elgin has already obtained an incident number, the remediation and additional investigations associated with the USTs may be eligible for reimbursement under Illinois' Leaking Underground Storage Tank fund. It must be noted that by complying with the requirements to maintain reimbursement eligibility (e.g. reports, additional investigations, approvals, etc.), remediation activities could be delayed. ATEC will coordinate the remediation activities including preparation of necessary bid documents and reports; assistance with the selection of remediation contractors; remedial oversight and verification sampling, if necessary; and preparation of the final report. Groundwater is not included in this scope of work as it will be addressed in a site-wide groundwater investigation project for the entire South Grove Avenue site. Task 1 - Develop Bid Documents & Obtain Bids ATEC will develop separate requests for bids (RFB) for the following remedial activities. The RFBs will be sent to at least three remedial contractors based on the type of work the contractor performs (e.g. UST/AST RFB will be sent to tank contractors, asbestos bids will be sent to asbestos contractors, etc.). Markups will be minimized by requesting bids from specialty contractors rather than general contractors. ATEC assumes that the financial contracting of selected remedial contractors will be directly with the City. The scope of remedial activities is anticipated to be the following; 1. ' Removal and disposal of three USTs including associated piping and ancillary equipment. Excavation and loading of contaminated soils. 1 2. Removal and disposal of nine ASTs including associated piping and ancillary equipment. Excavation and loading of contaminated soils. 3. Transportation and disposal of material contained in the tank systems (e.g. product, water, sludge, sand) and of contaminated soil. Additional sampling/analysis of soils. beneath the ASTs will be necessary to obtain disposal permits. 4. Asbestos abatement of floor and ceiling tile. A sample of roofing materials will be taken and, if appropriate, roofing will be incorporated into the asbestos abatement bid. 5. Transportation and disposal of light ballasts containing PCB oils. 6. Transportation and disposal of fluorescent light bulbs. 7. General remediation labor for miscellaneous activities (e.g. removal and packing of light ballasts, light bulbs, etc.) Task 2 - Regulatory Assistance with LUST Activities ATEC understands that the City has notified the IEPA Emergency Management Agency that a release from an UST has been detected. Presumably the City has received an incident number. Several reports must be submitted in a timely manner in order to be eligible for reimbursement. These include a 20-day report, which is due in early-May and a 45-day report due mid-June. Depending upon the subsurface conditions encountered during the tank removal, additional investigations may be necessary as well as a corrective action plan. ATEC will submit a change order for this work if the work is necessary. 'ask 3 - Remediation Oversight ATEC will observe and document the remediation activities. The ATEC inspector will monitor contractor activities to ensure that work is conducted in accordance with the bid specification. Verification sampling/analysis may be appropriate following the AST removal. ATEC will submit a change order for this work if the work is necessary. Task 4 - Final Report and Presentation to City Council ATEC will document the remediation activities in a final report. 2 PROFESSIONAL FEES The cost estimate for the scope of work described above is presented in Table 1. Unit rates are shown on Table 1 should the City request additional work outside the scope. Table 2 contains gross costs estimates for remediating the USTs, ASTs, asbestos, and PCB. These costs are presented for budgeting purposes only and are not intended to be a proposal. 3 MRY 05 '93 2236 ATEC FAX •708/916-7013 P.3/13 city off EIIgTn D.H. Martin Remediation Oversight Prepared April 28, 1993 Revised May 5. 1993 TABLE 1 f Professional Services Remediation Oversi ht umber item Unit Cost Unit of Units Cost Total Cost Principal Engineer $195,00 Per Hour 4 $380.00 Senior R istered Scientist $90.00 Per Hour 8 720.00 Project Scientist 11 65.00 Per our 50 $3,2 50. 0 Miles a .35 er i e 50 $17.50 aterias, Film, Misc. Expense Cost Su - o 4,517. �\ M .. � �`W w»rrr..e ..t .s we.•i"�aYK".7«s�.l��.:..f..w, Principal Engineer 95.00 er" our 4 380.00 Senior Registered Scientist $90.00 Per Hour 8 $720.00 Project Scion 65.00 Pe-f R-55 2 1,560.00 Mileage 0.35 er i e 7.50 Materials, m , $60.00 ��a±S...;. .,. .. ••� � . ...• <. i&a•.�r+. •{ :Rrn, Y.A l J41AM^Y $WF 2%N,.M7M 2N 7.>).•.5 0 Sub-Total 1. princi al En ineer 95.00 Per our V X760.00 � Senior Registered Scientist $90.00 per our 180.00 taff56en ist 55.00 1 er Hour 3, 0.00 M06-5 a 0.35 Per Mile 600 ,175.00 Materials Film, Misc. a5ense cost 300.00 Su - ota $44,ITTW .. ..«.•n u. .d�.Ml.. '. �A wwa..« ..wwh:S;.f•r4V•�!:.'w .r..wr..�M.!{M"• Principal Engineer $96.00 1 Per Hour w 20 $1,900-00 Senior Registered Scientist 1 $90.00 Per Hour 16 1.440.00 Project Scientist 11 65.00 Per Hour 60 $3,900.00 Draftsman $40.00 Per Hour 8 $320.00 Clerical $25,00 Per Hour 2 $50.00 Mileage $0.35 Per Mile 40 $14.00 Materials, Photos, Shipping As Used 1 1 $360.00 Sub- o 7 984.00 MRY 05 193 2238 ATEC FAX 708/916-7013 P.7/13 ATEC Associates, Inc. 2055 Army TWI Road,Sultq 114 NI Addison,Illinois 60101.1478 17061016.7272,FAX#(708191$-7013 May 5, 1993 City of Elgin 150 Dexter Court Elgin, EL 60120-5555 Attn: Raymond H. Moller Director of City Properties Re: South Grove Property Dear Mr. Moller: ATEC Associates, Inc. (ATEC) is pleased to present this letter proposal for soil borings at various locations on the South Grove property, in Elgin, Illinois. Determination of Extent of Contamination in Vicinity of lNeavations 4, 5, and 6 Soil borings are proposed in the vicinity of Excavations 4, 5, and 6. The purpose of the soil borings is to determine the vertical and horizontal extent of contamination adjacent to these excavations. Four soil borings are proposed for each excavation, resulting in a total of twelve soil borings. Each soil boring will be continuously split spoon sampled. Field boring logs will be completed accordingly on ATEC forms. ATEC is assuming that each boring will be less than ten feet deep. Following completion of the soil boring, a cement/bentonite grout will be placed in the boring. The soil cuttings will remain in the vicinity of the soil boring. A field geologist will screen the soil samples from each split spoon with a photoionization detector(PID). One soil sample from each soil boring which has the highest reading on the PM will be sent to the laboratory and analyzed. If no readings are found on the PID, the soil sample will be submitted for laboratory analysis from the soil horizon located just above the groundwater table. ATEC is assuming that the groundwater table is less than ten feet below the ground surface. The number of soil samples submitted for analyses from this sampling event is twelve. The analytical program for the soil samples is tailored towards detecting the chemical constituents associated with the former underground gasoline/diesel tanks and underground waste oil tanks. A Subildlay of American Testing and Engineering Corporatm Conauldng Environmental,GeoiocM WW Office$-in Major U.S.C1mes/shoe 1958 Materials Engineers '• t'qY 05 '93 22:39 ATEC FAX 708/916-7013 P.8/13 Page 2 Moller May 5, 1993 At Excavation 4, it is ATEC's understanding that a gasoline tank was removed. However,'semi- volatiles were detected in soil samples at this location. Therefore, ATEC is assuming that prior use of the tank may have included diesel fuel. The four soil borings in the vicinity of Excavation 4 will be analyzed for the following chemical constituents: benzene, B1✓'TX, naphthalene, acenaphthene, flouranthene, fluorene, pyrene, total carcinogenic polynuclear aromatic hydrocarbons, and total non-carcinogenic polynuclear aromatic hydrocarbons. The remaining eight soil,borings, which are in the vicinity of Excavations 5 and 6, which contained waste oil tanks; will be analyzed for the following chemical constituents: priority pollutants (TCLP metals, volatiles, base/neutrals, acids, pesticides/PCBs). USEPA SW-846 analytical methods will be used for each soil sample. Detection limits for non- carcinogenic. PNAs and carcinogenic PNA's will be equal to or less than the soil ADIA as presented in Table 3 of IEPA guidance dated February 1993. Detection limits for the priority pollutants will meet the SDIA presented in Table 4 of IEPA guidance dated February 1993. Soll Borings within the Footprint of the Proposed Terminal To determine if portions Qf the property where the Terminal will be built have been impacted by past activities, soil samples will be obtained from soil borings. To determine the appropriate number.of soil sample locations within the footprint of the Terminal, ATEC estimated the footprint to have dimensions of 530 feet by 200 feet. This is the area encompassed by lots two through nine. This results in an area of approximately 2.4 acres. The Illinois Environmental Protection Agency's (IEPA) closure guidance for RCRA hazardous waste sites provides two equations to determine an appropriate sampling interval. for grid sampling, the following equations may be used to determine grid intervals and the number of samples in a given area: (1) GI = ((A x ll)/GL)os or (2) GI = (A?Vs/2 The equations establish grid point intervals, proportioned to the size of the waste management unit, where: CI, greatest length of the area to be gridded (feet) A = area to be gridded (feet), and GI grid interval (feet). Equation 1 results in a heavy sample weighting for small sites, so it should be used for sites larger than 3 acres. Equation 2 should be used for units smaller than 3 acres. • ' MAY 05 .'93 2239 ATEC FAX 788/916-7013 P.9i13 Pap Moller May 5, 1993 Equation 1 results in a grid interval of 25 feet and equation 2 results in a grid interval of 91 feet. Since this site is less than three acres, ATEC used equation 2 as guidance to establish a grid sampling interval. ATEC is proposing to use 100 feet as a grid interval, which results in ten sampling locations within the Terminal's footprint (Lots two through nine). At each sampling location, ATEC will acquire one soil sample for laboratory analysis. Each soil boring will be continuously split spoon sampled with decontaminated split spoons. Prior to each use, the split spoon will be washed in an alconox solution and rinsed with distilled water. Field boring logs will be completed accordingly on ATEC forms. Following completion of each soil boring, a cement/bentonite grout will be placed in the boring. The soil cuttings will remain in the vicinity of the.soil boring. A field geologist will screen the soil samples from each split spoon with a photoionization detector (PID). One soil sample from each soil boring, which has the highest reading on the PID, will be sent to the laboratory and analyzed. If no readings are found on the PID, the soil sample will be submitted for laboratory analysis from the soil horizon located just above the groundwater table. ATEC is assuming that the groundwater table is less than ten feet below the ground surface. Each soil sample will be analyzed for volatile organics, using SW 846 Method 8240. Six soil samples will be analyzed for the eight RCRA metals(TCLP). The basis for selecting which soil samples will be analyzed for metals will be: 1. The soil borings with the highest readings on the PID will be analyzed for the metals. 2. If the above condition does not result in six samples to be analyzed for metals, ATEC will randomly select soil samples from the remaining locations until the total number of samples to be analyzed for metals results in six samples submitted for metals analysis. If a soil sampling location from this sampling program happens to coincide with a sampling location described in the,"Determination of Extent of Contamination in Vicinity of Excavations 4, S,and 6",then the sampling location and parameters for analysis will follow those procedures described in "Determination of Extent of Contamination in Vicinity of Excavations 4, S, and 6% This may result in fewer than ten samples needing analysis under this sampling program. PRY 05 193 2240 ATEC FAX 706/916-7013 P.10/13 Page 4 Moller May S, 1993 ATEC will specify a three day turnaround time for laboratory analysis. This typically results in a 4036 premium for the laboratory fees. ATEC will coordinate the laboratory efforts with Ainlay Wank Vesting and Repair. Ainlay Tank testing and Repair will perform the soil boring activities and contract with the laboratory. ATEC will prepare a report, documenting the soil boring activities, laboratory analysis, and findings. ATEC understands that prior to completion of the report, a meeting will be held at the City's offices to discuss the findings. This meeting is tentatively scheduled for May 21, 1993. The final report will be completed on May 30, 1993. ATEC is planning on initiating the soil boring program May 10th or 11th, 1993. The costs for ATEC's services on this project are provided on the attached spreadsbeet. Thank you for using ATEC on this project. Sincerely, Patrick Ries, P.B., CFIBM ebecca Ries, CHMM att: Cost Estimate Scope of Work for Ainlay MAY 05 93 22:40 ATEC FAX 708/916-7013 P.11i13 Coat Estimato for Soil Sampling and Report Writing Prepared MAy 5, 1993 Number of Item L Unit Cott Unit Units Total Cost TOTAL Subomtraeted Costa Mftmed by Ainl Tank and Re air TLC cast Office Pre amdon TSme Principal Fm ' eerradentist $95.00 Per Hour 2 $190.00 Pro'eet Fm r/$cientlst I $65.00 Per Hour 4 SM40 Total CH&C Preparvition Titan $450.00 bald Time ?& ' ai En ' cer/ScientW $95.00 Per Hour 2 $190.00 Pro' etF iueer)sdGntistI $65.00 PcrHour 36 $2,340.00 En car/Scietttist I $45.00 Per Hour 36 $1,620.00 Vehicle $55.00 Per Day 4 $220.00 OVM 575.00 PorDa 4 $300.00 Sam a Shi $10.00 Per Smple 22 x•00 Laborato An — erformed by Aiday Task Testing kad air otal Field Time 54+890.00 Office Ra Pro anon Tune/Meet with(a of i]gin Principal Ea ' oer)Scleutist $95.00 Per Hour 24 52280.00 Senior Re ' tered/Scientiat I $90.00 Per Hour 20 $1.800.00 Pro' ctEn eer/Scieatistl $65.00 PerHour 24 51,560.00 RE!nMersoa/CAD $40.00 Per Hour 16 $640.00 Federal Erpress $25-001perracipw 2 $50.00 cow. Solo E&& 300 sso oo Total go port Pre aration Tnne $6.380.00 •..'-,�'+�1�'i Ci7�.Fi��rf�� N�N� zt4ziznw!'MP/>% , %O GYR`�%�0%��i� ie.KMfNAaf!'wt.toaae......�.1'X". .