Loading...
93-160 Resolution No. 93-160 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH ENVIRONMENTAL SCIENCE AND ENGINEERING, INC. 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 Environmental Science and Engineering, Inc. for environmental teseting of the site of the proposed police facility, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: June 9, 1993 Adopted: June 9, 1993 Vote: Yeas 6 Nays 1 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk Ell! ;Fnv& Agenda Item No. My 20, 1993 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Environmental Testing - New Police Facility Site PURPOSE The purpose of this memorandum is to recommend that the City enter into an agreement with an environmental testing firm for the next step environmental testing on property owned by the City and identified as the site for the new police facility. BACKGROUND The City has purchased the block bounded by Douglas, Dexter, Spring and North as the site for the new police facil- ity. Three phases of environmental testing have been conduct- ed at the site. Contamination was discovered on the site. Prior to the construction of the new building it will be necessary to determine the extent of contamination on the property and to develop a methodology to remediate the site. Also, asbestos is present in the building. The asbestos must be removed prior to the demolition of the structures. The following scope of work was submitted to the three environmental testing firms that have been prequalified to work for the City: Environmental Testing Scope of Work 1. Notification of IEPA of City's intent to submit under the Voluntary Clean Up Program. 2. Recommend additional testing to determine extent of site contamination (state specific recommendations) . A. Soil borings B. Asbestos and PCB sampling C. Monitoring wells D. Other geotechnical and/or biological tests Mayor and Members of the City Council May 20, 1993 Page 2 3. Development of specifications for the removal of asbes- too/PCB's and recommendation on demolition procedures. 4. Evaluate conceptual remedial alternatives based on cost, risk, timing and approvability. Discuss how the remedial activity will interact with the planned development of the site as a police facility (construction expected to start May, 1994) . 5. Development and approval of a Corrective Action Plan. This element includes meeting and review time with City staff and IEPA staff. FINANCIAL IMPACT Proposals were received from the following firms based upon the identified scope of work. Not-To-Exceed Firm ' Cost ATEC $97,988. 19 Warzyn $53,000.00 ES&E $42,845.00 '' RECOMMENDATION Authorize the City Manager to enter into an agreement with Environmental Science and Engineering, Inc. at a not-to- exceed cost of $42,845.00 for testing, asbestos removal and development of a corrective action plan for the police facili- ty site. Larry L. Rrc , City Manager LLR:daw Environmental 91 Science & Engineering,Inc. A CILCORV Company June 14, 1993 Mr. Raymond H. Moller Director of City Properties City of Elgin 150 Dexter Court Elgin, IL 60120 Subject: Agreement for Environmental Consulting Services Police Facility Site Dear Ray: Enclosed please find a fully executed copy of the agreement for the site investigation at the Elgin Police Facility Site. We are proceeding and will be in contact with you over the next couple of days to schedule the work activities. We appreciate your confidence in ESE and look forward to working closely with the City on this project. Sincerely, ENVIRONMENTAL SCIENCE & ENGINEERING, INC. t4 n M64* r MMNardozzi, P.E. anager, Business Development 93061411.LTR 5440 North Cumberland Avenue,Suite 111 Chicago,IL 60656 Phone(312)693-6030 Fax(312)693-6039 � r PROFESSIONAL SERVICES AGREEMENT "This agreement is entered into this day of 4C- , 1993, between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City") , and Environmental Science and Engineering, Inc. , a Delaware corpo- ration (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 environmental conditions located at property bounded by Douglas Avenue, Dexter Street, Spring Street and North Streets, Elgin, Illinois; and WHEREAS, Consultant is expert in the relevant environmen- tal sciences, and desires to enter into an agreement 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 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 soil borings and monitoring wells, asbestos and PCB sampling, removal specifications for PCB's and asbestos, conceptual analysis of remedial alternatives and CAP develop- ment and processing and incorporated by reference herein as Attachment III . 2. Term This agreement shall have a term commencing on June 9, 1993 and ending upon delivery and acceptance of all proejct deliverables. This agreement may be terminated by the City of Elgin at such time as the City of Elgin may elect, provid- ed 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 product or other results obtained by Consultant up to that time. 3. Fee So long as Consultant is discharging its obligations hereunder to the reasonable satisfaction of the City of Elgin, Consultant shall be paid a fee for such services at the rate set forth in Table 1 which is appended hereto and incorporated by reference herein. Said fee, including all expenses and I I subcontracting costs, shall not exceed $42,845.00. Said fee shall be payable within 60 days of receipt by the City of an itemized invoice for services rendered by the Consultant. 4. Rights in Results of Services The results of Consultant's services under this agreement shall be the exclusive property of City of Elgin, and all documents (including without limitation, all writings, draw- ings, 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 per- formed 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 creditor 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 environmen- tal 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 occur- rence 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 June 9, 1993. (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 evi- dence of such policy on or before June 9, 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 invalid, 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 either party unless made in writing and executed by City of Elgin. The terms and conditions set forth herein are ac- cepted as of this 14th day of June 19 93 CONSULTANT CLIENT Company Scierxe & F7xx'r. Signatur Signature ' - _ LA-lelk y o'r'c F, e (' T Title Associate Vice President Phone 931 — Z'/Dd Phone 312/693-6030 Address / G �''e_& Address 5440 N. Cumberland Ave. ' ��� d 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 comply with the City of Elgin's contract compliance ordinance relating to Affirmative Action. By: Date: 1 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 affirmative action plan may be submitted in lieu of this require- ment. ) 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 written commitment to all persons who participate in recruitment, screening, referral, selection and hiring of job appli- cants 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 (Environmental Science and Engineering) shall not discriminate against any employee, or applicant for employment because of race, color, religion, sex, ances- try, national origin, place of birth, age or physical handicap which will not interfere with the performance of the job in question. " 0 LIZ S . BIDDER • the City of El& and ehaU be This report is regwred by • the contract can be awarded• tracts submitted before* �firmative Action - City Con Chapter 3.12.10 Project 01' B idder . Description of j 1, Name and Inc. usT nironmental Science & En ineQrin g W. Grove A e um ,e,I n,d Avenue Chica o IL - are 10B •CATEGOR V t Y Y 0 _ 4 1 cials & r ro essionals 2 50 ec nicians 6 1 2 _ ice & Clerical 1 eratives 1 2 9�)0 45.5 33 pge ToTwis . me s�.e . - Ot�id.l and lick lslepDoae �a store end rCompan7 AIM. V100 �lZ'�y�600 ��.•. . the City Of El�isaT e%& ever b••a awardod • bid by ® ND i. taro � tl'+• p YES - our t t o741• ple*se •ubtssit a oop3► ° �• If the aaswsr to * that was ouob idea oopy of Ern 1oYoe Vtilis bido along with • fully . ,as successful dais form. ro•vide ebov0 8`t iybarsit. `• f: the •tatistieaip rit lad/or for please attached Utilization of tom• tuiaeliae pprovided is rot vise •Qval , according �„• e S m oorraraitsrient to p document. • orty,siy. eta. !ails to eTnploymo4t OVp alive Za the event tlsat a contractor aot =wonder. 240TE: comply Kitb the fair ernployM0 Elba. the city action roV1sioas e! the r canee1. termiaato er assaonLs ether actions sea .usasad the Qoatraot to v► o1e er is s>a�• Environmental Science & Engineering,Inc. MOW QW"M-W February 1993 AFFIRMATIVE ACTION POLICY Environmental Science&Engineering,Inc.,recognizing its responsibility in the area of providing equal opportunity in its employment program, advocates affirmative action to insure that applicants an employed and treated without regard to their race, color, religion, sex (except where sex is a bona fide occupational qualification), sexual orientation, national origin, age, or to their status as a qualified disabled individual, a disabled veteran, or a veteran of the Vietnam era In order to provide for effective administration, I wish to.insure that the company's philosophy and attitude on this subject are effectively disseminated throughout the company. The Affirmative Action Plan includes, but is not necessarily limited to, a responsibili ty to: 1. Take affirmative action to recruit, hire and promote for all job classifications without regard to race, color, religion, sex (except where sex is a bona fide occupational qualification), sexual orientation, national origin, age, or status as a qualified disabled individual, a qualified disabled veteran, or a veteran of the Vietnam era; 2. Take affirmative action to insure that all other personnel actions such as compensation, benefits, transfers, layoffs, return from layoffs, company-sponsored training, education tuition assistance, social and recreation programs, will be administered without regard to. race, color, religion, sex (except when sex is a bona fide occupational qualification), sexual orientation, national origin, age, or status as a qualified disabled individual, a qualified disabled veteran, or a veteran of the Vietnam era; and 3. Take affirmative action to insure that all employees understand that it is against the policies of ESE for any employee, male or female, to sexually harass another employee by making unwelcome sexual advances or requests for sexual favors or by engaging in other verbal or physical conduct of a sexual nature when: L Submission to such conduct is explicitly or implicitly made a tam or condition of the other employee's employment; b. Submission to or ejection of such conduct by the other employee is used as the basis for employment decisions affecting that employee; or 8901 North Industrial Road Peoria,IL 61615 Phone(309)692-4422 (800)234-1239 Fax(309)692-9364 ' 1 Affirmative Action Policy February 1993 Page Two C. Such conduct has the purpose of effect of substantially interfering with the other employee's work performance or of creating an intimidating,hostile,or offensive worldng environment. 4. Take affirmative action to ensure compliance with the Americans with Disabilities Act (ADA) which provides for non-discrimination for individuals with disabilities in employment, public accomodation, public services, transportation, and telecommunications. Ronald Rainson President & CEO ATTACHMENT III PROPOSAL for SITE INVESTIGATION at Elgin Police Station Elgin, Illinois prepared for she CITY OF ELGIN Elgin, Illinois prepared by: ENVIRONMENTAL SCIENCE do ENGINEERING, INC. 5440 North Cumberland Avenue Suite 111 Chicago, Illinois 60656 May 3, 1993 ESE PROPOSAL W 930503.01 TABLE OF CONTENTS SECTION DESCRIPTION - - - PAGE 1.6 IN I RODUCII ON . . . . . . . . . . . . . . . . . . . . . . . . . . . -1- 2.0 SCOPE OF PROFESSIONAL SERVICES . . . . . . . . . . . . . . . . , . 0 . 0 0 0 . 4- 2.1 Project Review and Appromb . . . . . . . . . 0 0 0 0 . . . . . . . : -1- 2.2 Soil Borings and Analyses . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . 2- 2.3 Monitoring Wells . . . • • • • - • . . . . . . . . . . . . . . . . . . . . . . . . . . -3- 2.3.1 Monitoring Well Lutallation and Development . . . . . . . . . . .3- 2.3.2 Ground water Sampling . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.4 Data Evaluation/Report . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . -4- 2.S Corrective Action Plan (CAP) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S- 2.6 Asbestos/PCB Inspection and Environmental Survey Report . . . . . . . . . . . . . . . . -5- 3.0 DEVELOPMENT OF SPECIFICATION FOR THE REMOVAL OF ASBESTOSMM AND RECOMMENDATIONS ON DEMOLITION PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ?- 4.0 BASIS FOR PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7- 500 COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . -9- 6.o sclEFDULE . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . -la 4- ass pmpo.a rtD.93M.01 --. .LIST OF APPENDICES APPS A Evaluation of Conceptual Remedial Alternatives APPENDIX B ESE Professional Fee Schedule _ APPENDIX C Site Map -ii- Side Invsrtiptian WE pmpmd No.930 -Ol PROPOSAL FOR SITE INVESTIGATION Le I1N'I1tODUMON the project scope consists of assisting the City of Elgin with a Site Investigation Avenue and proposed bcao M for a new police Station located at the of Dexter Douglas Avenue,EISK Illinois, hereafter referred to as the PROPERTY. 'Ibis proposal addresses the further delineation of petroleum hydrocarbon contamination farad at this site. Additionally, ESE will develop specifications for the removal of asbestos/PCBs and r+econunendation on demolition procedures. Finally, ESE will develop conceptual remedial alternatives based on cost, risk,timing and approvability and how this remedial activity will mesh with die planned development. 2.6 SCOPE OF PROFESSIONAL SERVICES ESE will furnish labor, materials, equipment,.and other items required to complete for the City t services herein described. Following award of the contract, ESE on behalf of the City of Elgin will compose a later outlining the City's desire to have the site reviewed by the Illinois Environmental Protection Agency (1EPA) under the Voluntary Cleanup Program(Prawtiee Program). The letter will be submitted on the City's behalf or provided to the City to be put on dreir letterhead prior to Nbmi d. 2.1 Project Review and Approach The scope of work for this proposal includes the drilling of six soft borings and the installation of four monitoring wells on the site. One monitoring well will be installed in the northwest section of the site in an area that was a former gas station. It has not been documented whether the gasoline USTs in this area have been removed. One monitoring wells will be installed in the southeast section of the site at a location dial formerly housed a gasoline station. Although the USTs at this site had been removed several years ago, this well is being installed at the property boundary to determine if off-.site migration of hydrocarbons may have occurred. Two soil borings and two monUoring wells will be installed in de southwest corner lot, mar the site of the former dry cleaning building. It was in this area that oontaminataon from polynuckm somatic (PNA) compounds, and benzene,ethylbenzeoe. Whom and xylem (BETS was the hidwat. Two monitoring wells and one soil boring will be placed on the boundaries of the site to reperndee if off-sine migration of hydrocatcW, had occurred. Finally, one sail boring will be placed directly east of the location of the former drycleaming laundry to determine if contamination had extended astwwd. This soil boring will be drilled inside tiers Building if accessible or as close m due building as practical. t�i.zac -1- tills tavutipf .oi EBB Peopmd No. aty at Elgin May 3. 1993 2.2 Soil Borings and Analyses 2.11 ESE will retain a subcontractor to drill environmental soil borings as outlined in this me don. 2.2.2 ESE will contact JULIE to locate underground utilities on the site. The City of Elgin will provide information regarding location of known, private utilities. 2.2.3 ESE will provide technical oversight during the drilling of the soil borings. Technical oversight will consist of collecting samples, monitoring drilling returns with a Photoionization Detector (PID), classifying soils, and providing oversight to the driller. The PID meter is used to provide on-site field screening for organic vapors. ESE will direct driller to drill borings as follows: 1. Drill a total of six soil borings to a depth of 30 feet below ground surface (bgs). Figure 3, (Warzyn Figure Included in Appendix C), locates the proposed borings both on the site and along Douglas Avenue. The proposed locations were chosen based on the reports of previous workers on the site. The proposed locations were chosen to delineate the magnitude of contamination on-site. Previous reports indicated that three areas of the site (northwest section, southwest section, and southeast section) were impacted. As such, the borings were situated in each of these areas to attempt to delineate soil contamination. 2. The soil borings will be performed using a truck mounted rotary drill rig equipped with hollow stem augers. Soil samples will be collected from the borings using a stainless steel split barrel sampler. Split barrel samples will be collected from each boring every 2.5 feet of vertical depth to 10 fed bgs and every S foot interval thereafter to the final boring depth. 3. Headspace samples will be collected by placing a small volume of the sample in a clan sample jar. The jar will be sealed by placing a piece of aluminum foil over the mouth and placing the lid on the jar. The headspace sample will tut►remain undisturbed for approximately 30 minutes to allow the compound vapors to come to equilibrium with the air in the jar. The sample will be screened by inserting the tip of the PID through the aluminum foil and recording the highest PID response. tsonoi,.rao 2- site Invediifim WE Wcpmd No. 99 M-01 awe srahAS Cky of Elgin May 3, 1993 2.2.4 One soil sample from each soil boring will be submitted for laboratory analysis. The soil sample submitted to the analytical laboratory will be the sample exhibiting de highest PID beadspace response. Four soil samples will be analyzed for BETX and PNAs compounds. Two soil samples will be analyzed for volatile organic compounds (VOCs) and PNAs. Analytical methods will be in accordance with the latest edition of the United States Environmental Protection Agency (USEPA) document, SW-846, -Test Methods for the Evaluation of Solid Waste, Physical and Chemical Methods• BETX analysis will be performed in accordance with USEPA Method 8020. PNA analysis will be performed in accordance with USEPA Method 8270. VOC analysis will be performed in accordance with USEPA Method 8240. The soil samples will be shipped via overnight service to the laboratory for analysis. The analytical costs are based on standard two to three week turnaround. 2.2.5 ESE will direct driller to decontaminate the auger and sampling equipment between each boring to assist in preventing cross contamination of borings. ESE will also direct driller to decontaminate the split barrel sampler prior to collection of each sample. ESE will decontaminate its own sampling equipment prior to collection of each sample. The decontamination procedure used for sampling equipment will consist of Alconox wash, tap water rinse and final distilled water rinse. 2.3 Monitoring Wells 2.3.1 Monitoring Well Installation and Development ESE will select four of the six borings for installation of ground-water monitoring wells which will attempt to delineate eorrtamination on-site. Wells will be constructed with 2 inch outside diameter stainless steel well screens, sand filter packs surrounding to well screen, bentonite seals above the screened interval, and stainless steel riser casing pipe, grouted to the surface and flush mounted with cement in accordance with IEPA recommended protocols and regulations pertaining to monitoring wells. After allowing the grout seals to set, each well will be developed by purging a minimum of five well volumes from the wells. 2.3.2 Ground-Water Sampling prior to ground-water sampling, the wells will be surveyed for elevation using an established bendmIaCk. The depth to ground-water in each well (new and existing)will be recorded using an electronic water level indicator. This will enable ESE to determine ft direction of ground-water flow and other hydrogeologic characteristics necessary to prepare a Corrective Action Plan (CAP). ls.noii.rro -3- sift hmefirem RM PMPO@d No.9305M.01 city of Fn May 3, 1993 1. ESE will collect one ground-water sample from each 'new' monitoring well and existing monitoring wells, MW-1, MW-3 and MW-6 to assess ground water conditions.ditions• Prior to the collection of the ground-water samples, the wells will be purged to remove a minimum of three well volumes of water to ensure that the samples collected are representative of the actual conditions. 'Ilse ground-water samples will be collected immediately after the wells have recharged a sufficient volume of water to allow for the collection of the samples. The essamples will collected using a decontaminated stainless steel bailer equipped with a �Y Mie seven total groundwater samples will be analyzed for VOCs and PNAs. 2. IU PNA samples will be collected into two 1-liter amber bottles and placed into an iced sample cooler for preservation. MW VOC samples will be collected into two 40-m1 vials and likewise placed into an iced sample cooler for preservation. The ground-water samples will be shipped via overnight courier to ESE's laboratory in Peoria, Illinois. Samples will be analyzed in accordance with USEPA SW-846. 3. Two of the newly installed monitoring wells will have slug tests or bail down tests performed on them to gather hydrogeological data from the monitoring wells. The derived information, hydraulic conductivity and ground-water flow velocity, is required for the CAP. Also, the new monitoring wells and existing monitoring wells (including MW-S, and MW-6) will be surveyed relative to a site benchmark to establish ground- water elevations. 2.4 Data Evaluation/Report Upon completion of the field investigation phase of the Site Assessment,ESE will furnish two copies of a Draft Report. Mie draft will be subject to one revision in writing by the City of Elgin at which point five copies of the Final Report will be submitted. Mic report will include a discussion of the work performed, field observations, extent and degree of impacted soil present, extent and degree of impacted ground-water, analytical results, conclusions, and recommendations. Mie report will include specific information generated during the investigation presented in the form of tables, charts, and maps where appropriate. Data to be presented in the report will include the following: • Soil sampling data • Soil boring logs • Monitoring well diagrams • Feld BID readings well • Site maps showing soil boring locations, and monitoring kMMWM • Photographic dowmemtaotion Site bvesf� ESE rrq?o..t rio. .oh City of Ern May 3, 1993 2.S Corrective Action Plan (CAP) Based upon the results of the Site investigation, a CAP will be prepared for submittal to dw II:pA. The CAP will include a discussion of the to be remediated, a review of poulb1c remedial technologies, a discussion of the proposed remedial option(s) for the entire site, and a discussion of how the remedial activities will interact with the planned development of the site as a Police Station. Various potential methods of soil and ground-water remediation have been preliminarily reviewed, and are presented in Appendix A. ESE anticipates having one meeting with City Officials to discuss the CAP prior to finalization. ESE will provide consulting to the City regarding regulatory issues for the site and Coordinate with the City and IEPA for the development of an acceptable CAP. 2.6 Asbestos/PCB Inspection and Environmental Survey Report A. Conduct a visual inspection of the buildings on the property to identify the locations of readily accessible suspect ACBM to determine its friability and identify homogeneous areas of suspect ACBM. B. Collect samples from homogeneous area of suspect ACBM in a mariner sufficient to determine whether material is asbestos containing or not asbestos containing. The estimated number of samples is as follows: tupad 1KatcrlolsTonwgntor�i' raas 10..Sa�npks Flooring Materials and Mastic 9 18 Ceiling Materials 3 6 Plaster 2 6 Drywall, Tape dt Joint Compound 3 9 Mechanical System Insulation S 15 Roofing Materials 5 10 Acoustical Treatnent 1 3 Miscellaneous 3 6 TOTAL 31 73 �a>oii Tao S- site InvesfiP ion am pmpow No.9WW.01 ■...ssorn e City dElgin May 3, 1993 Should the walls through inspection and field verification indicate that additional samples should be collected, they will only be collected upon written au@uorization of the City of Elgin. C. Analyze bulk samples for asbestos content by Polarized Light Microscopy (PLM) in a laboratory accredited for asbestos analysis through the National Voluntary Laboratory Accreditation Program (NVLAP). Point counting of samples containing less than 10 percent asbestos by visual estimation is not included within the scope of this project. D. ESE will investigate transformers and other electrical equipment on the property for potential PCB conical. ESE will investigate the ownership of any identified transformers to determine their ownership. If suspect transformers are found that are not owned by a public utility. ESE will confirm whether they contain PCB by analyzing the fluid. For the purpose of this proposal, it is assumed that a maximum of five transformers will require laboratory analysis of fluid. E. Prepare a environmental services report to document the results of field inspection, testing services aad laboratory analyses for asbestos and PCBs. ESE will organize the information in a logical manner to facilitate use of the data to develop plans and specifications for remediation of the asbestos/PCBs in the property as necessary. ESE shall provide four copies of the report. IUe environmental survey report will include the following: • Detailed descriptions of the homogeneous area of suspect ACBM, the approximate sample locations and photo documentation of homogeneous areas. • A list of each homogeneous area of suspect ACBM and an indication if it has been determined to contain asbestos. Ibis list will also identify each homogeneous area as friable or non-friable and whether the homogeneous area is a surfacing material, thermal system insulation material or miscellaneous material. • A list of transformers containing PCBs and a list of suspect transformers that should be removed by the public utility. sreaout.sso -6- Sue Invabssaon WE PmpoW N•. 93M.01 JUi e0 '93 1421 ESE CHICAW P.2 cw 4tzw Dday 3, 1998 MEVVIAWWRM OF SPEMCATIM MR TW BF.MOYAL OB ASBayr(O CBa Am 8E OMMEMMUONS ON P&O1"Zi87M ffiB will prepa l a Veciticadon wbkh will watain a deuged worst p1m 2)r dw mmoval of sabcdos-cow btllldktS materials(ACSM) and PO I d►at am ideottfed dmft 00 mom of the aloe jnvcglgglon. The gWI&enoa will outline the raquiree mb for needling and disposal of the ACM sad PCB=tetcttd as well as prococb=to protect 6*heW&of the sari m sad the eavi mma c For the Mm of this prop ML ra detailed pica ftwinP cc "irontrwe biddiag do==%ace hokided in 1118 scope of work based on our nndarsouidtng that dhow aecylpes will be perlbrmed by the City mftr Us Atcbftct. 'rice specift0lons wits also be dovokpod based on our mldorstaading that an strucdmes on dw property will be danoGslted at eels time. 4.4 DAM 9+08 P8OPOUL • Dri0iltg gwXod ne are based on normal soil eoadMom Any additions' toss lncm W by the appearance of*=mid wit Conditions in the mt m of rock or*g blrtne ons shall be paid tx by the City in addition to the pries quoted above. In the ovm shoring or prmdim of aMacm land or Mucmms is necessary,M shill budaoMMIY motitq the CRY and die Cost Soot any such monmy sharhtg or peomxlon:halt be paid by the C ky is addidon to she prio8 • If it becomes peoessary for BSE to ab m tt the situ for reasons boyorA tits codml of ESE, my eapm=M=Tad tr work performed and addtdonal work necessary to eamplete 1118 eons M if performed by odters shall be borne by tht;Cky. Mich a qm" shell be based on the a da8ttg ride stalls fw labor and materials plus cusaiomary mark-W on cost plus COMMO. • Asphalt and aonmete ate No moss titan fotn hichn thkck. • Asphah sad ooncteee is not inchlded in tots estimate. • The aq wM provide M v th die neoemmy iniormeft4 i.e. drmvirV. spedficadon, bk%wdn%etc. to Cot mot m swam base map. seiaal.we -7- SiftTaved4p" NW.d1o0190 M P*pm t Na.a00IGQ.01 ti CW of May 3, 1993 • Euxpt as otherwise noted, a Level.D Health and Safety Program will be adhered to by all ESE personnel and subcontractors. If Level C or other conditions aa t Y by ESE personnel, additional charges will apply to the sampling • MW City grants a right of entry to the site to ESE, its employees, agents his, to perform the services. If the City does not own the site, the City will obtain, permission of the owner of the site to grant this right of entry to ESE. If, in order to perform the services, ESE damages or alters a site owned by a third party, ESE agrees to pay the cost of restoring the site to its condition prior to the performance of the services. • JU attached Fee Schedule for Professional Services (Appendix B) shall apply to wort outside the scope of services requested by the City. ESE shall not perform any additional wort not covered by this agreement without prior written authorization of the City. WOMIJW -8- title T W"fip'ion WE PMPWd No.930603.01 UW FAM city of FJg n May 3, 1993 S.0 COMPENSATION ESE will perform the scope of services as described in Section 2.0 of this proposal in accordance whh the terms and conditions specified in the Professional Services Agreement between the City of Elgin and ESE (final negotiation pending). Compensation will be on a time and expense basis in accordance with attached ESE Fee Schedule for Professional Services dated April 1, 1993 (Appendix B). the total not-to-exceed cost for the proposed services is $42,845.00. A breakdown of the total cost estimate by task is as follows: 1. EPA Notification Iwtter 5500.00 2. Fuld LnvedigatiadAnslytied Saviors A. Haft and Safety Plan Preparation = 3.50.00 B. Soil Borings (suboonbact4 $7,480.00 • Drill six wil borings • Latin four monitoring wens C. Field Service $5,500.00 • Soil Bating Oversight • soil Sampling • Ground-water wen Installation.Development and Sampling • Demobilization D. In-flow Tests S 700.00 E. AgnstaBIPCIl Inspection and Environmental Survey Report $4,100.00 P. Lbontory Servioa $7.875.00 • Analyze four sail samples for BETX using USEPA Method 8020 and six MM using USEPA Method M,and two samples for VOCB using EPA WWW 8240. • Analyze three ground-water samples for VOCs using USEPA Method 8240 and seven PNAs using USEPA Method 8310. • Analyze 73 bulk samples for asbestos oade nt by M)d • Analyze five tranafarmer an samples for PCB oontent 3. Akedm'MM Removal Specification S 3.000.00 4. Data Interpretation and Report Preparation S 3,300.00 S. Caeeotive Action Pfau $9,540.00 Plan Development and review 000rd;wtion with City sad raguldwY apncy. TOTAL NOT-T0 EXCM COST': $42984S.00 sseaott.no �9- a� � WE p"Voul No.930503.01 Dow.srAs City of EI& May 3, 1993 6.6 SCSED= It is estimated that the drilling work can be initiated within two weeks after receipt of notice to proceed by the City and will require two days to Complete. It is anticipated that laboratory umdysis will be completed within three weeks of sampling based on standard laboratory hunaround time. The draft report will be delivered within three weeks of completion of the analysis. The work can be expedited upon specific request of the City. ME Pmpomd No.9305M.01 APPENDIX A 1.0 EVAWATION OF CONCEPTUAL REMEDIAL ALTERNATIVES A wide variety of soil remediation techniques can be employed to aid in the cleanup of impacted MM MWW techniques typically rely on characteristics of the compound to aid in the removal of due compound from the soil matrices. Compound characteristics such as volatility, solubility, t+ activity, and biodegradability can be utilized in remedial planning. Enclosed are descriptions of due various remedistion methods available for soil and ground-water clean-uPs, listing their advantages and disadvantages as well. Following each method description will be a brief paragraph summarizing the method's applicability to the Police Station site. 1.1 Excavation and Off-Site Disposal Physical removal of the soil coupled with transportation to an approved disposal facility can effectively reduce the soil contaminant levels. Conventional construction equipment is typically need to excavate the impacted soils. Upon excavation, soil material can either be loaded directly into dump trucks for transportation to the disposal facility or, should conditions warrant, they can be stockpiled on-site for subsequent transportation and disposal. Soils removed from the excavation are screened in the field to determine if cleanup levels have been reached. Confirmation that the excavation has reached cleanup levels in soils typically requires the collection and analysis of samples from the excavation on a regularly spaced interval. Analytical requirements for the closure samples is determined based on the compounds soils to be present. If results of the sample analyses indicates that the compound below cleanup levels, then remediation is considered complete and the excavation can be backf led. The advantage to this method is that cleanup can be completed in a relatively short period of time. Ibis method also allows flexibility in that virtually any soil material not subject to RCRA land ban restrictions can be remediated using this method. 7 his method can also be combined with other remedial techniques to address the areas of highest contamination, thereby allowing the Other options to work in a more timely manner. 1Ue primary disadvantage to this method is that treatment of the soil does not occur. The soils are simply relocated to an approved landfill and disposed. Disposal of the soil also results in a potential toque liability associated with the use of the disposal facility should the facility be aubject to environmental reparations. An additional liability exists with the transportation of the soils to the disposal facility. Another disadvantage associated with this method is that large volumes of soils for off-site disposal requires a large number of trucks to transport it. Within residential or commercial area:,the large number of heavy trucks entering and leaving the site could create a local nuisance if not a potential safety hazard. 'Ithe heavy volume of truck traffic could also cause additional road damage. Costs for excavation and disposal of soil as special waste typically ranges from:60.00 to $80.00 per cubic yard. Mds cost includes excavation, transportation, disposal and backfilling of the excavation. Variables which can affect the disposal cost include amount of soil to be excavated, APPENDIX A (CONTINUED) accessibility for excavating equipment, stockpiling and dmnical analysis, type of bactfhil material, degree of compaction of backM and transportation distance. Excavation of sons may be a viable option in the southwest corner of the site because the soil is relatively shallow and because the excavation could be done quickly, without baafara ce to the proposed building of the police station. In the northwest and southwest comers this option may not be viable because of the depth of the contamination. 1.2 Ex-Situ Bioremediation Undfarming) This option involves the excavation of the contaminated soils and movement to a preselected area for treatment. At the treatment site, preferably a designated site on the property, the soils would be mixed with nutrients to enhance biological degradation of the organic contaminants. Indigenous populations or additional biological solids can be introduced to improve treatment. The soils are periodically tilled and other nutrients added to complete the biourAment process as rapidly as possible. Bloremediation has been shown to be very effective in remediating a wide variety of volatile and semi-volatile compounds. Ibis method is very effective for use with most petroleum hydrocarbons compounds. Typically, the longer and the more stable the hydrocarbon chain, the more difficult the compound is to treat biologically. The more recalcitrant or diffiwh compounds to degrade will require more time to achieve established cleanup levels assuming that the cleanup levels are achievable. Generally, bioremediation can result in removal efficiencies of SO to 99 percent depending on the compounds to be degraded. Using this option, soils to be treated would be transported to the tree went area and spread into thin (typically 18 inches) layers or lifts. The soils would generally be mixed or blended in order to have more uniformly distributed compound concentrations. The soils would then be tilled periodically using conventional farming implements to senate the soils. Nutrients, consisting primarily of orthophosphate and ammonium, would be added to the soils during tilling to enhance the biological activity. Progress of the bioremediation process would typically be monitored by collecting soil UMPles for total petroleum hydrocarbon analysis or some other screening test method. Upon determination that the closure levels have been achieved, the treated soils would be redistributed on-site. Multiple lifts or layers could be treated in succession using this method as long as temperature conditions are suitable for biological activity. Depending on initial concentrations, desired cleanup levels, soil types and climatic conditions, lifts or layers can typically be effectively treated in two to three months using this method. Ma advantage to using bioremedisdon is that the cost associated with this method is generally low compared to other technologies. The contaminants are treated on-site so there is no need to transport contaminated soils to a landfill. The contaminants are physically broken down not just moved from one location to another or one medium to another. Also, die equipment needed for M method is not difficult or expansive to acquire. The disadvantage is that treatment takes longer to achieve than other methods such as excavation APPENDIX A (CONTINUED) and off-site disposal. Mother disadvantage to using this method is that sufficient area is required for the treatme-M of the contaminated soils. Ibis area must be available for Cream ent purposes tmdi cleanup is completed. In northern climates, treatment would be likely be Umited to April elrovib October and should not be attempted between the months of November through March. The Do=ts for ex-situ bioremediation typically soil b from 0�distance between en theaouroe Costs can vary depending on the amount of so and treatment areas and time required to achieve cleanup levels. Generally, the greater the amount of soil to be treated and the closer the treatment area to the source, the lower the unit Costs. Land farming of soils is tune-consuming and would probably require the movement of contaminated soils off-site, &ready adding to dye cost of the proposed method. 1,3 In-Situ Bioremediation The process of in-situ bioremediation is similar to ex-situ bioremediation with the primary difference being that the treatment of the soils occurs below ground or 'in-situ'. This method relies on the naturally occurring microorganisms to break down the compounds. Nutrients are added to the impacted soils to stimulate growth of the microorganisms. Also, oxygen will be added to the system, generally through the addition of peroxide in a liquid solution, or by physically allowing oxygen in the air to be placed into the system using either a blower or a vacuum pump connected to vent wells. The advantages to in-situ bioremediadon is that the system is relatively inexpensive to install and operate. In-situ remediation can be effective above or below the water table, so some ground- water ekamp may occur during soil cleanup. Remediation of the subsurface materials can often be performed without major disruptions to normal site aq tivi&s. Also, in-situ remediation does not require that contaminated soils be excavated and relocated, thereby, reducing the potential for accidental spreading of contaminants. The disadvantages to in-situ bioremediation is that longer time is required to achieve cleanup levels. Monitoring of system performance is difficuh and usually requires performing soil borings and laboratory analysis. Also, due to the increased difficulty in getting the oxygen and nutrients to die microorganisms, removal efficiencies for each contaminant are typically lower dm if performed ex-situ. Costs for in-situ bioremediation range from $15.00 to $50.00 per cubic yard. The costs can vary depending on the volume of soil to be treated, the depth the in-situ system must be installed, aegiyirenients for hydraulic or physical containment of the injected mixture, the time required to addeve cleanup and the flow rates for the system. Typically, the greater the volume of soil to be Weated, the lower the unit costs. APPENDIX A (CONTMUED) M Vapr Extradion Vapor extraction is a process by which a vacuum is applied to the subsurface material to removed from Naar of air or vapors through the contaminated material. Volatile compounds ace tine material in the vapor phase by the increased air flow through the system. Remediation is oondnaned until the volatile components have been removed in the vapor phase.the screened portion of Vapor extraction syratwns usually consist of a the contanunatedlizone�A vacuum is used the wells set to concentrate the air flow through to apply negative pressure to the subsurface material. If needed to ensure an adequate flow of air through the soil, pressure or injection wells can be installed and air pumped into the soil material. Mumgh proper designing of the system, the flow through the contaminated soil zone can be maximized improving the effectiveness of the system. Advantages to vapor extraction is that the system is typically inexpensive to install and operate. Remediation of soils can be performed with little intrusion into the subsurface. Contaminated soil can be remediated in areas where excavation is not possible. Also, facilities can continue to operate while remediation is performed. Disadvantages to vapor extraction IS that many compounds have low volatilization rates and cannot be easily extracted. Typically, compounds with a vapor pressure greater than 0.10 millimeters of mercury (mmHg) am more suitable for use with vapor extraction. The higher the vapor pressure of the compound the easier the compound will volatilize with the increased air flow and the quicker remediation will be completed. Other disadvantages of vapor extraction is that remediation only occurs in the unsaturated zone. Characteristics of the soil material such as grain size and porosity can limit the effectiveness of the system. Cleanup can take longer than most intrusive methods. Also, the exhaust from the system typically requires an air permit and may require treatment prior to discharge to the environment. Costs for vapor extraction vary widely. Costs vary depending upon the volume of material to be treated, the depth and thickness of the stratum to be treated, the hydraulic characteristics of the material, the number of wells and surface facility complexity and the time required to achieve Cleanup. Typically. the greater the volume of material to be treated and the ease of removing the compounds from the material, the lower the cost for remediation. Vapor extraction would be a viable option for all three sites, especially with the presence of RM compounds. PNAs, conversely are more diffcuk to remove using this method. This system is relatively inexpensive to install and operate and could be installed or operated while the Pbliee Station is under construction. APPENDIX A (CONTUMM) 1.S 1ba mal Desocption Thermal desorption or high-temperature thermal stripping, is a process by which toil is excavated and passed through a unit designed to heat the soil to a high temperature and drive off the aoa -- hanta. Typically, the soil is heated inside a rotary kiln within the unit, to temperatures up to l.�pp' Fahrentheit. the contaminants released from the soil are either carried to an afterburner for destruction, pulled through an activated carbon absorption system or condensed for product recovery. When the treatment process is completed, the soil may be used as backfhll. The advantage to thermal treatment is that soil is treated on-site, eliminating the need for and liabilities associated with off-site disposal. Thermal treatment has proven successful at mediating contamination to below cleanup objectives for petroleum hydrocarbons. Also, the UM frame for completing remedisdon is much shorter than other techniques. The disadvantage to thermal treament is that the cost is higher than other on-site technologies such as landfarming. Frequently, the soil may require additional sorting and blending to insure that the input moisture content and contaminant levels are not above a specified range. Also, on- site treatment would require a permit to operate the unit issued by the IEPA Division of Air Pollution Control. Costs for thermal desorption generally range from approximately $30.00 to $150.00 per cubic yard of soil to be treated. Costs vary depending upon the volume of soil to be treated, amount of soil preparation required before vestment and the type of emissions treatment required. Thermal desorption is a fairly expensive procedure that works best on large volume contaminated areas. Although it is a quick procedure and could be accomplished with no interference to the building plans, it would be expensive for the volume of contaminated soil present on this site. 1.6 Encapsulation Encapsulation is a remedial altemRdve in which the contaminants are physically isolated from the environment. Several encapsulation methods exist and include barrier walls and impermeable caps. All of these techniques involve the placement of a relatively impermeable barrier around or above the contaminated zone, thereby limiting the mobility of the contaminants from the zone. Source areas may be isolated from the environment by a mumber of perimeter control techniques. These techniques involve creating a physical barrier to chemical movement. Techniques for a barrier wall include. injection of grout into the subsurface to form an constructing l le barrier by backfilling a trench with le subsurface curtain. constructing k � a subsurface barrier wall, or a thick bentonite slurry, driving interlocking sheet P 1msalliutg synthetic impermeable membranes in trenches which are backfilbd to stabilize P - Capping consists of placing a layer of relatively impermeable material over the contaminated soil. Impermeable caps can be used to limit the amount of water infiltrating trough the contaminated soil and thereby reducing the amount of contaminants leached to the ground-water. CaPPmg also reduces the potential of human exposure to the contaminated toil. APPENDIX A (CONTINUED) Costs for encapsulation vary greatly depending upon the area to be encapsulated, the depth to which barrier walls must be constructed and the type of impermeable material used. At most sties, the cost for barrier wall encapsulation is significant and, therefore, this techaoIM is typically limited to sites where excavation and disposal is the only other viable opdon. F.ncapsutation is a moderately expensive alternative which does not really address the long-term Mane of disposal. Furthermore, it would probably interfere with construction plans. 1.7 Asphalt Incorporation Another viable soil remediation alternative to landfilling or on-site treatment is to recycle it through incorporation into asphalt paving material. In this process, sandy soils are preferred over clay soils, because a high percentage of clay is not desirable in asphalt paving material. The contaminated soils would be excavated and transported to a asphalt batch plant where it is auahed and sieved through screens to remove wood, metal and other undesirable debris. The soil is then passed through a rotary kiln, where it is heated to approximately 350° Fahrenheit, which evaporates the water and burns the petroleum hydrocarbons. After heating, the soil is blended with other aggregates and asphalt, and delivered to the paving location. Recycling by this procedure removes the oorntaminanta from the site, destroys undesirable materials and provides a valuable construction material. The cost for asphalt incorporation is approximately $75.00 to $125.00 per ton of contaminated material. Although this method appears to be a technically viable approach,the costs are not eompetidve to other options and no known asphalt batch plant is present locally which is permitted by the IEPA, to accept ootnreminafcd soil. Because the asphalt incorporation method is cost prohibitive and is currently not permitted locally by the IEPA, this option is not realistic for this site. 1.E Remedial Options Summary-Ground-Water Technologies for remcdiadon of ground water include subsurface controls to prevent the movement of ground-water, in-situ tr Mmit: and ground-water extraction technologies. If ground water extraction technologies are utilized, there are a number of treatment and discharge alternatives to remove chemicals from the ground-water and discharge the treated ground-water. 1.5.1 In-situ Options Subsurface controls include air sparging,barrier walls, bottom sealing and permeable treatment bed:. Subsurface controls can be used to encapsulate source arras and, on a larger scale, can be used to oonaol ground water movement. APPENDIX A (CONTINUED) 1.8.2 Air Sparpng An emerging, new tedhnology for in-situ soil and ground-water remediation is air sparging. The aystan is frequently combined with vapor extraction into a remedial operation. The teditique forne=air under pressure through a series of ground-water wells in the saturated zone. Tbe released air bubbles enhance contaminant desorption and bioremediation of the ground water unit. Since Temediation of the dissolved phase contaminants by traditional pump and treat approaches is hampered by releases of adsorbed materials, the air sparging technique is considered an improvement for ground-water remediation. As the released air strips the ground-water in place, a vapor extraction system can capture the gas phase material and remove the contaminants from the soils at the site. Thus, the combined system effectively addresses multi-media contamination. Air gWgmg in combination with vapor extraction would probably be a useful remedistion technique for this site. The costs are relatively inexpensive and there would be minimal interference with the building of the Police Station; however, once the building is constructed the system may have to be shut down. 1.83 Barrier Walls This method involves the installation of relatively impermeable material in the subsurface to inhibit further migration of contamminants. Barrier walls include slurry wails and sheet pilings. For source area control, barrier walls can be used to prevent high concentrations of contaminants from migrating away from source cress. In general, static barriers provide only temporary pollution containment. In time, ground-water can flow around, under or over all barriers. 'Thus, ground water extraction wells are required in conjunction with most barrier systems. Barrier walls would probably not be a cost-effective option in terms of remediation. Furthermore, the physical barriers provided would probably interfere with construction plans. 1.8.4 Bottom Sealing Bottom sealing is a source area remedial measure. Bottom sealing h designed to prevent the verdeal migration of chemicals by injecting grout through closely spaced wells to form a grout blanket beneath the contaminated zone. ibis technology is generally suited for small source areas confined to the unsaturated soil zone. Bottom sealing requires many wells for grout injection. Also, It is difficult to insure that a oompJm seal is formed. This technique is still in the experimental stages of development and steeds additional study to verify effectiveness. Because bottom sealing is still in its experimenal stages, it would be too risky to set up On site a: an experiment for the method. MS Permeable Treatmmt Eats APPENDIX A (CONTMMD) permeable treatment beds are typically a source control remedial measure for shallow ground- WSW. Permeable treatment beds consist of a trench across the migration pathway of the oontanhinated ground water and are balled with a media for removal of the contamination. IU tr+estment beds can be constructed of either granular activated carbon (GAC) or ion exchange resins. Contaminated ground-water flows through the beds and the chemicals ate captured by reaction with the exchange resin or by sorption on the GAC. The advantage of treatment beds is that contaminated ground-water does not need to be extracted for treatment. The disadvantage of treatment beds are technical uncertainties and cost. Under field conditions, it is uncertain what the chemical saturation characteristics of the beds will be. Under certain circumstances, desorption of chemicals from the beds may occur. Silting of the beds is also a concern. As a result, extensive ground-water monitoring is required to evaluate the effectiveness of the system. Although the permeable treatment bed method is sound in theory, the technical uncertainties and costs make it risky as a method for this site. 1.9 Ground-Water Extraction And Treatment Remediation of a contaminated aquifer can be achieved by installing a system of ground-water extraction wells or interceptor trenches to capture and remove the impacted ground-water. The extraction wells or trenches are generally installed at locations such that, when pumped at a pre- determined rate, will capture and contain the contaminant plume. Once extracted, the ground- water can be treated by one of several possible treatment methods. An effective ground-water extraction system requires a thorough understanding of the site specific hydrogeologic conditions so that the flow of contaminated ground-water is directed towards the extraction system and is prevented from migrating into unaffected areas. Extraction technologies have been used extensively in the field and, although they have proven very successful in maintaining hydraulic containment of contaminants, they have proven less effective at removal of the contaminants. Two basic approaches to ground-water extraction are generally employed: (1) a downgradiem interceptor trench or line of extraction wells placed across the migration pathway of the contaminant plume, and: (2) a series of wells located along the longitudinal axis Of the plume. Frequently, at a site where a shallow water table aquifer has been impacted and excavation of contaminated soil must be performed, de-watering of the excavation can prove to be effective at rpnediating oontatninattd ground water. This method of ground-water remediation consists of excavating the contaminated soil material to depths below the water table and de-watering die =ovation. lbrough this method, both the impacted ground-water and the impacted aquifer Material. are removed. The ground water removed from the excavation can be treated in one of the following treatment methods. Several technologies mist for treating ground water contaminated with petrolvi m hydrocarbons. The technologies identified for potential evaluation for use at The City of Elgin Pblice Station site in Elgin, Illinois inchWC: APPENDIX A (CO ) • Air Stripping • Chemical Oxidation • Carbon Absorption • Catalysis-Fret Radical Oxidation • Land Application • Biological Treatment • Reverse Osmosis • Off-Site Treatment Air stripping is a viable and proven option for removal of BETX and PNA compounds from ground water. This technology is capable of removing these volatile organic compounds to non-detectable levels. The volatile compounds removed from the ground-water are discharged to the atmosphere. Typically, most air strippers are compatible with air pollution control equipment should treatment of the vapor emissions be required. Carbon absorption is another viable option for removal of BETX and PNA compounds to non- detectable levels. Carbon absorption is typically more expensive than air stripping even when air emission controls are required for air stripping. The exception is at very low flow rates with low dhemical loading and a short duration of operation. Land application is a technically viable option for removal of the BETX and PNA compounds. This technique involves spraying the contaminated ground-water over the ground where it is allowed to infiltrate back into the water table. Removal efficiencies up to 85% are frequently obtained with this method. Reverse osmosis is a viable option for treating the BETX and PNA compounds. This technology could potentially remove compounds to greater than 95 S efficiency. Annual operation and maintenance costs are much higher than for other methods. Chemical oxidation involves the use of chemicals to aher a compound to a less toxic or non-toxic compound(s). For volatile compounds, peroxide or ozone are typically used to oxidize the organic compounds. Either oxidant will effectively treat the ground-water contaminants but at an elevated cost per concentration. Ibis technique would be more effective as a secondary treatment system at sites where additional treatment is required to achieve cleanup. Catalysis-free radical oxidation, or W light oxidation, also breaks the compounds down to less toxic or non-toxic compounds. This method has proven very effective at treating organic compounds to low levels. This technique is energy intensive and is normally used in conjunction with another treatment technology. Catalysis-free radical oxidation units are generally difficult to maintain and expensive to operate as a stand alone treatment method. Biological treatment is a viable option for treating biodegradable organic compounds such as BETX and PNAs. As previously descri bed, the organic compounds are used as a food source for asicxoorganisms. The microorganisms convert the complex organic compounds info water, carbon 6oxide and aellmWerial or biomass. This approach could be effective if combined with reh&cdon of the treated water but is hampered by state ground water.concerns. However, this method could potentially be used in conjunction with bioremediation of oor --nninaoed soils. APPENDIX A (CONTINUED) off-Site uwwnent is another technology which cold potentially be used. 'This Method Consists of Collecting the contaminated ground-water and transporting it to an off-site facility for treatment. Wcally, this method of remediation is more expensive than others and is not f eVently used. Gromd-water extraction and treatment is a viable option for this site, especially air stripping becSM of the types of compounds involved. Many of these extraction methods can be put into operation without disruption of the proposed construction plans. EXIMIT B ENVIRONMENTAL. SCIENCE do ENGINEERING, INC. FEE SCILEDULE FOR PROFESSIONAL SERVICES L PERSONNEL Hourly Rate Senior Project Profmsional $ Project Professional $ 80 Senior Staff Profmsional $ 6s steff Plofelsiond $ s5 Dr lli Sur►cr Man $70 Chief Technician* $SS Senior Technician* $ 45 Technician-Dciller-surveyor* $ 35 Computer Programmer-Analyst* $ 45 Graphic Artist-G:topapher-Drafter* $40 Technical Editor $ 45 Word Processor* $ 35 Administrative A Technical Snpgort $ 35 principal Profeesional $130 Chief Proferdosw $120 Semi"r Professional $110 0 Certain levels of employees within these mtegm m are um um pt under 60 F1.S& soch employees will be aarsed At 1.5 Lima the estob isbed rate Ior any hour is eemss of 40 is ss<y one weeir. Valid Thwush October. 1993 -1_ Qpa 1.IM ts®c�osss ENVIRONMENTAL SCIENCE & ENGINEERING, INC. FEE SCHEDULE FOR PROFESSIONAL SERVICES EL REIMBURSABLE EXPENSES A. Travel Expenses Standard Vehicle Mileage Charge 50.35/mile Company Equipped Vehicles (trucks, vans, etc.) Mileage Charge 50.60/mile Airfare, Auto Rental, Taxi actual cost +15% B. Computer Charges (Includes modeling, numerical analyses, and computer aided graphics) $25.00/hour C. Monitoring/Sampling Equipment DAft Rte Portable Gas Chromstograph $ 720.00 Soil Probe 125.00 Portable Generator 100.00 Photovac TIPm Photolonization Detector 100.00 HNe Photoionzation Detector 100.00 Explosimeter/Oxygen Meter 25.00 Teflon Bailer 15.00 Water Level Indicator 25.00 Data Logger 100.00 Gas Powered Auger 50.00 Hand Auger 20.00 Low Volume Wen Pump 10.00 High Volume Well Pump 100.00 Magnetic Locator 25.00 Pressurized Sprayer 7.00 Interface Probe 25.00 �cacx�s a- MA 1.IM * ' r '• ENVIRONMENTAL SCIENCE & ENGINEERING, INC. FEE SCIICDULE FOR PROFESSIONAL SERVICES D. protective Clothing and Equipment Modified Level D Protection i 30.0p/person/day TYV&of poly-coated tyvek wits, Latex overboots and sample gloves Level C Protection S 70.00/person/day Tyvek or poly-coated"A wits, full fax respirators, 2 sets of R563A combination respirator cartridges, Latex overboots and sample gloves Level B protection :200.00 1person/day Poly-coated tyvek wits, supplied air respirators, 50-foot air lines, 30-minute SCBA, Latex overboots, sample gloves and vinyl gloves NOTE: 1) The above prices include two sets of disposable clothing per person per day. Additional clothing or equipment is charged as presented below. Standard non- disposable protective clothing and equipment damaged or contaminated by site conditions are billed at replacement cost plus 1596. Miscellaneous P_ me do Gear Half face Respirator $ 5.00/day Full-face Respirator 25.00/day PVC Rainsuit 20.00/day Safety Hamess 5.00/day Latex Sample Gloves 3.00/doz. Silver Shield Gloves 4.30/pair Vtton Gloves 29'00/pair Nitrile Gloves 3.15 1pair Tyvek Suits 4.50/each Poly-coated Tyvek Suits 8.00/each Saranex Suits 24.00/each Laminated Vinyl Splash Suit 4.50/each Latex Overboots 6.00/pair Poly-coated Tyvek Overboots 16.00/doz. Vuryl Ch►erboots 10.00/pair 4.50/roll Duct Tape 12.00/set Respirator Cartridges -R563A 50.00/day ploctable Eyewash Station $. Outside Services cost plus 15% Other direct costs associated with performance of the project including wboonatltants, drillers, printing and reproduction menses.