Loading...
94-34 Resolution No. 94-34 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH ATEC ASSOCIATES, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert 0. Malm, Interim 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 groundwater investigation and groundwater corrective action plan for the Elgin riverboat pavilion site, a copy of which is attached hereto and made a part hereof by reference. sl Robert Gilliam Robert Gilliam, Mayor Pro Tem Presented: February 9, 1994 Adopted: February 9, 1994 Vote_:_ Yeas 6 Nays 0 Attest: sl Dolonna Mecum Dolonna Mecum, City Clerk PROFESSIONAL SERVICES AGREEMENT This agreement is entered into this day of Febru- ary, 1994, between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City" ) , and ATEC Associates, Inc . , an Indiana corporation (hereinafter referred to as "Consultant" ) . WHEREAS, the City has determined it to be in its best interests to obtain the assistance of an expert environmental consultant concerning environmental conditions located at 206-280 South Grove Avenue; 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- posals for environmental consulting services associated with a groundwater investigation attached herento and n corrective action plan, which by reference herein as Attachment IV. 2 . Term This agreement shall have a term commencing on February 10, 1994 , and ending upon delivery and acceptance of all project deliverables, or until otherwise terminated as provid- ed herein. This agreement may be terminated by the City at such time as the City 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 product or t other results ob i deliver City nedbyCons Consultant upl the work pr to that time. 3 . Fee So long as Consultant is discharging its obligations hereunder to the reasonable satisfaction of the City, Consul- tant shall be paid a fee for such services at the rate set forth in Table 1 fee shaldl hereto not exceed $38, 374 . 50 b reference h n L total for all tasks combined. 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 the City, and all documents (including without limitation, all writings, drawings, blue- prints, pictures, recordings, computer or machine-readable data, and all copies or reproductions thereof) which describe or relate to the services performed or to be performed pursu- ant to this agreement or the results thereof, including with- out limitation all notes, data, reports or other information received or generated in the performance of this agreement, shall be the exclusive property of the City and shall be delivered to the City upon request (except for one copy, which may be retained by Consultant for its confidential files) . No articles, papers, treatises, or presentations related to or in any way based upon or associated with the services performed pursuant to this agreement shall be presented or submitted for publication without the prior written consent of the City. 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 the City, perform services for any person, firm or corporation other than the City if such services could lead to a conflict with Consul- tant' 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 the City, nor assume or create any commitment or obligation on behalf of nor bind Co the City in any a copy of each such writ en agreement provide the City with py 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 the City. Any attempt to assign or transfer this agreement or any rights hereunder without such consent shall be null and void and of no force or effect. 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 the City. Consultant has no authority of or to bind the city inyanymrespect or obligati 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,with any directions of services hereunder, and shall comply governmental agencies and the City relating to site safety, security, traffic or other matters . 11 . Indemnification of Client Consultant shall defend and indemnify the City from and against any and all claims for damages, causes of action, suits or other liability arising out of the performance of the service for the City where such liability is caused by the negligent act, error or omission o f ro sultanationsfagents, employees or assigns, or any person 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 the City and owner of property, if other than the City, upon which Consultant' s services are performed as additional insured. Consultant shall furnish to the City a Certificate of Insurance as evidence of such policies on or before February 10, 1994 . (3) Professional liability insurance for errors and omissions in the minimum amount of $1 million per occurrence. Consultant shall furnish to the City Certificate of Insurance as evidence of such policy on or before February 10, 1994 . 13 . Right of Entry The City shall provide for Consultant' s right to enter from time to time owned City or other(s) n order for Consultant fulfillhes ope of services, ant 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 ithasia' reementnshalll be valid thereby, d andenforced each provision o f g 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 a. This agreement includes those additional provisions contained in Attachments I , II, III, and IV. b. Any impacted soil transported off site shall be managed and disposed of in the proper manner by Consultant as outlined in 35 Ill . Adm. Code Section 809 . C . When transporting or managing impacted soil on site, Consultant shall follow the proper OSHA safety guidelines . In addition, the laborers performing the work shall be notified by Consultant of the potential health and safety risk of the material . d. Consultant shall submit a corrective action plan for the remediation of impacted groundwater by May 1, 1994 . This plan shall contain at a minimum the following: 1 . The extent of contamination for all parameters listed in Attachment V. In the event that Consultant is unable to determine the extent of such contamination after completing all work and obligations described in Attachment IV herein, Consultant shall submit a request for a change order to the City as necessary to comply with the requirments of this paragraph ( 16 (d) ) . Any additional work reasonably required to comply with the requirements of this paragraph shall not be subject to the fee restrictions of paragraph 3 herein. However, no such addition- al work shall be commenced without the prior written approval of the City. 2 . An active remediation plan for groundwater ( if necessary) and/or groundwater monitoring plan to demonstrate that groundwater has reached the necessary cleanup objectives . 3 . A groundwater management zone for the treatment unit shall be obtained. 4 . The location of additional monitoring wells . e. Consultant shall notify the Illinois Environmental Protection Agency no less than 72 hours before the following corrective action work begins : 1 . Installation of the groundwater treatment system. 2 . Activation of the groundwater treatment system. 3 . Deactivation of the groundwater treatment system. 4 . The beginning of each groundwater monitoring round used to demonstrate that no further remediation is necessary. 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 the City. The terms and conditions set forth herein are accepted as of this 10th day of February r 1994 . CITY OF ELGIN ATEC & ASSOCI4TES Company Signature Signature y -7, 2 Title Ir Phone Phone Address 17 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 inaccoranc with the procedures established b 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' s contract compliance ordinance 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 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 he percentage of minorit y 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 (ATEC Associates, Inc. ) shall not discriminate against any employee, or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which will not interfere with the performance of the job in question. " _ BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and shall be submitted befor the contract can be awarded: -Chapter 3.12.1000 Affirmative Action.- City Contracts 1. Name and Address of Bidder Description of Project ATEC Associates, Inc. Army Trail R. oad X3dison, IL 60101 _ Addison, IL office - As of August 11, IM } "S°.y�s��F��./�A+F�.'£ �'}k�f� .:� ,�'o`t `J+k2•cri�k'a, t" }°ys`&TiX`��. �6�°cti' �r�a•�"S• /�► i4�,�,.. it>�a/.}��;,i�yw�yy.�.yuar� - is ���.QB.,�-iWVJ�iG1i „u � ��,��u!'�}�.�i =fai►?[�Wtt �VJ.i7LR} �i�iia�l.K�i•�..,r►�'S_"_',_�X ia":it �. aec r ✓Lirirl.\J.1 T..T..i '���. >^Y^ia '" +iC . ...v,} .. r,+�,,,Rbf"R.`it. •iwh^Y o�aalsJMsmage:s 2 1 0 0 0 0 2 1 0 1 Profesdcoal: 6 2 0 0 0 0 6 2 1 2 Technician: 4 0 0 0 1 0 3 0 1 0 Sales 0 0 0 0 0 0 0 0 0 0 ofea/C le" 0 3 0 0 0 1 0 2. 1 3 amft worker .0 0 0 0 0 . 0. 0 0 0 0 Labom 2 0 0 0 1 0 1 . 0 1 •0 TOTALS 14 6- 0 0 2 1 12 3 4 6 Suture of Company OfSCW cad Tide - Telephone Number Due Stoed 1 of L 2 Have you eves been awarded a bid by the City of Ewn? 14!tS .0 390 3,N the= ar to#2 is M please submit a copy of the Employee UtM=don Form that was submitted with yaw la4 sumessfol bid along with a fully complete =W of the form. l V the sta ' ' data provided above shoo: under-uffm ion of minority ad/or female,pkse Submit, to the pridelae p vMa is the attached document,a written commitment to provide equal employment Opportunity. NOTE In the event that a Contractor or vendor, etc a& to comply with the fair employment and W native actin provisioas of the City of MSin, the City amogt other actions may aneel, t9twil- a or suspend the Contract in w+bok or in part. . BIDDER'S. EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and shall be submitted befor the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. Name and Address of Bidder -Description of Project ATEC Associates, Inc. Y Trail Road Addison, 11 Company Wide - As of August 11, 1992 v � r{,/�,Jo; us. ro�Lryl�i-,lcr�•p;3�t �^.�p9k /-�d<4 .$uac�su u'n•:►iy F c�ppb�wR�wjiv�w,{ .�.��* W �' A�l{r �,eri111�r7' i7F�W ' au'� iQii�V � Crf►Fr7i.ir•.' /. .. ..�.�► ��/� y��•�.� Mt '� � ^`E 9i Q`.xK r�G X'k91 n•{'ki ,Ti?G1• Sirlr�liii�i <tyRg� r 0f5da4/MRs 130 25 0 1 4 0 176 24 9 2 profasdoaah 333 128 9 2 4 11 320 125-1 28 S Teabaidms 451 57 21 4 14 4 416 49 S8 9 Saks 46 19 0 1 1 0 0 46 18 1 1 office/cledw 10 237 3 38 0 . 8 7 1 2l1 33 30 Galt Wadma 44 1 3 0 0 0 0 44 3 . 0 0 Laborers ' 140 12 S 0 3 0 129 1Z 15 1 TOTALS =4 101 . 41 X 25 13 138 442 U4 48 S'auurtm.ofZcm=W MW and 7S& Telephone Number Due SiVW PW Of 2 Have you ever been awarded a bid by dw City of Eta? id.10M -0 No I N do an er ID 02 s yes,plum abmit a copy of the Employee Udhadw Form that was abmitted with y+oor last aaeeaddal bid alomp vkh a My complete Dopy of tie Ax= A N do'stadstkat data provided above shows Dada-u0ndon of mbwrky and/or fesW , plese abmk saamdiaS to tie SuVelne prodded in the atsach d=—ent,a written commitment to provide egaal amplwymeal oil Um ft NOTE In do event fiat a contractor or vendor, ate. f& to comply with the fair employment and affirmative action pco+isioot of the City of F Sb4 tie City amoga other actions may aaa.>,twos sate or aspen d due own in m5oie or k pat. ATTACHMENT III The Consultant certifies that it has in writing sexual harass- ment policies that include, at a minimum, the following infor- mation: (i) the illegality of sexual harassment; ( ii) the definition of sexual harassment under state law; (iii) a description of sexual harassment, utilizing examples; ( iv) the vendor' s internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commis- sion; (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided to the Department of Human Rights upon request. P.A. 87-1257 . Sexual harassment is defined as follows : "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when ( 1) submission to such conduct is made either explicitly or implicitly a term or condition of an individu- al ' s employment, (2) submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual ' s work performance or creating an intimidating, hostile or offensive working environment. V By: Date: ATTACHMENT IV ATEC Associates, Inc. VV2055 Army Trail Road,Suite 114 Addison,Illinois 60101.1478 (708)816-7272 FAX(708)916-7013 January 25, 1994 City of Elgin 150 Dexter Court Elgin, IL 60120-5555 Attn: Raymond H. Moller Director of City Properties Re: Groundwater Investigation and Groundwater Corrective.Action Plan South Grove Avenue Properties (206 - 280 South Grove Avenue) Dear Mr. Moller: ATEC Associates, Inc. (ATEC) is pleased to present this proposal for environmental consulting services with regards to a groundwater investigation and groundwater corrective action plan at the above-referenced property. As part of a request for specific soil cleanup objectives to the Illinois Environmental Protection Agency (IEPA) for 210 South Grove Avenue and 240 South Grove Avenue, the City of Elgin stated that they will continue to investigate the site through groundwater studies and will design and operate,an appropriate groundwater remediation plan. This groundwater investigation and groundwater corrective action plan does not include the installation of any additional groundwater monitoring wells beyond the two monitoring wells already planned and budgeted at 280 South Grove Avenue. .The costs incurred by the City of Elgin for this groundwater investigation and groundwater corrective action plan should be reimbursable from the IEPA Leaking Underground Storage Tank Fund. Thank you for considering ATEC for this project. If there are questions or concerns about the proposal or approach, we can easily meet with you. We look forward to your decision. Sincerely, ATEC Associates, Inc. Patrick Ries, P.E., CHMM, Kurt Winters Environmental Division Manager Project Manager /kw A Subsidiary of Arnwican Testing and Engineering Corporation Consulting Environmental,Geotechnical and OfBoes M Major u.3.citlesance 1958 Materials Engineers PROPOSAL FOR ENVIRONMENTAL CONSULTING SERVICES ASSOCIATED WITH A GROUNDWATER INVESTIGATION AND GROUNDWATER CORRECTIVE ACTION PLAN CITY OF ELGIN PROPERTY 206 - 280 SOUTH GROVE AVENUE ELGIN,. ILLINOIS FOR: CITY OF ELGIN 150 DEXTER COURT ELGIN, ILLINOIS 60120 JANUARY 1994 Submitted by ATEC ASSOCIATES,INC. 2055 ARMY TRAIL ROAD ADDISON, ILLINOIS 60101-1478 (708) 916-7272 BACKGROUND The City of Elgin owns property located on the west side of South Grove Avenue, south of downtown Elgin,that has had underground storage tanks(USTs),aboveground storage tanks (ASTs) and contaminated soil removed. These properties are: • 206 South Grove Avenue (4 USTs removed) • 210 South Grove Avenue (Former D.H. Martin Site) (3 USTs and 9 ASTs removed, 3 USTs scheduled to be removed) • 240 South Grove Avenue (10 USTs removed, 1 UST scheduled to be removed) • 280 South Grove Avenue (Former Bunge Tire Site) (5 USTs scheduled to be removed) As part of corrective action activities at these properties, a total of three groundwater monitoring wells (MW-1 through MW-3) have been installed at the 206 South Grove Avenue property, five groundwater monitoring wells (MW-4 through MW-8) have been installed at the 240 South Grove Avenue property and one groundwater monitoring well (MWDHM-1)has been installed at the 210 South Grove Avenue property. In addition, two monitoring wells are planned to be installed at the 280 South Grove Avenue property. A site map showing the locations of the groundwater monitoring wells is attached. Due to the construction of the Pavilion for Elgin Landing Development at 240 South Grove Avenue, the removal and abandonment of three (MW-6, MW-7 and MW-8) of the five existing monitoring wells will be necessary after the first round of sampling. As part of a request for specific soil cleanup objectives to the Illinois Environmental Protection Agency (IEPA) for 210 South Grove Avenue and 240 South Grove Avenue, the City of Elgin stated that they will continue to investigate the site through groundwater studies and will design and operate an appropriate groundwater remediation plan. It is anticipated that all four projects can be consolidated for groundwater corrective action. This scope of work is based upon this assumption. Analytical results from a groundwater sampling event performed on September 3, 1993 by ATEC Associates, Inc. (ATEC) at 206 South Grove Avenue revealed benzene contamination in monitoring well MW-2. In monitoring wells MW-1 and MW-3, no constituents were encountered above the practical quantitation limit (PQL). 1. _ Analytical results from a groundwater sampling event performed on March 24, 1993 by Ainley Envirotech at 240 South Grove Avenue revealed only metals and tetrachloroethylene detected above the PQL. Tetrachloroethylene was detected in MW-6,but below Class I and Class II groundwater standards. Arsenic was detected above the Class I groundwater standard in MW-4, MW-5, MW-6 and MW-8. Chromium was detected above the Class I groundwater standard in MW4, MW-5, MW-7 and MW-8. Lead was detected above the Class I groundwater standard in MW-4, MW-5, MW-6, MW-7 and MW-8. Analytical results from a groundwater sampling event performed on September 30, 1993 by ATEC at 210 South Grove Avenue reveal benzene, lead, and naphthalene above the Class I groundwater standard. SCOPE OF WORK Task 1 - Sample Groundwater Monitoring Wells Two groundwater sampling events will be performed by ATEC. It is important to collect two rounds of groundwater samples for analytical purposes to verify the quality of groundwater. Groundwater samples will be collected and analyzed from monitoring wells MW-1 through MW-8 and MWDHM-1 for the first round of sampling. Due to the removal and abandonment of groundwater monitoring wells MW-6, MW-7 and MW-8, groundwater samples will be collected and analyzed from monitoring wells MW-1 through MW-5 and MWDHM-1 for the second round. The second round of groundwater sampling will also include the two monitoring wells to be installed at 280 South Grove Avenue (the first round of sampling is included in the well installation proposal for the site). Groundwater samples from MW-1 through MW-3 will be analyzed for benzene, toluene, ethylbenzene and xylene (BTEX). Monitoring wells MW-4, MW-5 and MW-6 will be analyzed for metals, volatile organics and semi-volatile organics. Monitoring wells MW-7 and MW-8 will be analyzed for BTEX, polynuclear aromatic hydrocarbons (PNAs) and metals. Monitoring well MWDHM-1 will be analyzed for BTEX, PNAs and lead. The monitoring wells at 280 South Grove Avenue will be analyzed for BTEX and PNAs. Groundwater samples will be sent to an ATEC laboratory for analysis. Groundwater levels will be measured from each well prior to sampling. It is assumed that at the time of.groundwater sampling the monitoring wells will have recovered from the dewatering from the installation of the sewer line. Water level readings measured on January 13, 1994 indicated that the monitoring wells were less than 50% recovered. 2 Task 2 - Perform Slug Tests on Monitoring. Wells In order to calculate rate of groundwater flow for development of a groundwater corrective action plan,ATEC proposes to conduct slug tests on the wells. Slug tests will be performed on monitoring wells MW-2, MW-4, MW-5, MWDHM-1 and the two monitoring wells to be installed at 280 South Grove Avenue by ATEC. Slug tests will be conducted in the following manner: 1) The well being tested will remain idle for at least one week prior to testing. 2) A static water level will be obtained from the well being tested, prior to lowering any bailers or monitoring devices into the well. 3) A pressure transducer will be lowered into the well deep enough not to be disturbed by the 5 to 10-foot slug but no deeper than 30-feet below the static water level. The pressure transducer cable will be secured to the side of the protective well cover. Special care will be taken to not squeeze or pinch the transducer cable, as this could prevent accurate measurements.- The transducer cable will be connected to an In Situ SE 1000B HERMIT Data Logger (or comparable). This data logger is capable of precisely measuring pressure in the well during the test and translating this information into water level readings. The HERMIT will be programmed for the well being tested, to record all appropriate parameters such as static water level and transducer specifications. The HERMIT will also be programmed to take water level readings on a logarithmic schedule once the test begins. This schedule allows for readings to be recorded very quickly in the early stages of the test and less frequently as the test progresses. 4) _ A slug will be lowered into the well. The HERMIT will then immediately start recording water levels. The HERMIT stores water level readings.versus time in its memory. This information can later be outputed to a printer or a computer for analysis. The HERMIT will be periodically accessed during the test to monitor recovery of the water level after insertion of the slug. The test will be run long enough to achieve 90-95% recovery to the initial static water level. When the initial static water level is achieved, the slug will be quickly retrieved from the well. The HERMIT will again start recording water levels. The test will be run long.enough to achieve 90-95% recovery to the initial static water level. S) After sufficient recovery has been achieved, the test will be stopped and the logger will cease collecting data. The data will then output to a portable printer for a hard copy backup of data. 3 Horizontal conductivity (KH) will be determined utilizing "Agtesolve: Aquifer Test Design and Analysis Computer Software" (AQTESOLV) published by Geraghty & Miller, Inc., revision 1.14 (or equivalent or upgraded). Task 3 - Perform Geotechnical Soil Testing To determine soil conditions and permeability, soil samples will be collected for geotechnical analysis. Five soil borings will be advanced for collection of.soil samples. Each soil boring will be continuously split spoon sampled. Field boring logs will be completed accordingly on ATEC forms. ATEC is assuming that each soil boring will be less than ten feet deep. A shelby tube will.be advanced in the saturated zone for determination of permeability. Soil samples will also be collected from the saturated zone for Atterberg limits and sieve/hydrometer analysis testing. Following completion of the soil borings, a cement/bentonite or volclay grout will be placed in the boring. The soil cuttings will remain in the vicinity of the soil boring. Task 4 - Submit Groundwater Corrective Action Plan A groundwater corrective action plan will be developed by ATEC for submittal to the IEPA. This groundwater corrective action plan will be developed to remediate the contaminants of concern encountered in groundwater at the South Grove Avenue properties. Various treatment options and design systems will be evaluated. This will include pump and treat with carbon absorption,pump and treat with precipitation, and air stripping. Discharge to the Fox River Water Reclamation. District (FRWRD) will also be evaluated. Other options may become apparent during this evaluation. If so, they also may be evaluated for cost-effectiveness. The cost for Task 4 is to design a complex groundwater remediation system which may be necessary for the site. The need for 'such a system depends on site conditions and the results of Tasks 1 through 3. Should a less complex groundwater remediation system be adequate for groundwater remediation, the cost for this task will significantly be reduced. Schedule ATEC can initiate the scope of work within two weeks of acceptance of this proposal. 4 CLIENT RESPONSIBILITIES To effect use of all available resources, ATEC requests that the client provide timely access to the site, available site plans and construction records, related site information and copies of previous environmental studies on the site. PROFESSIONAL FEES The cost estimate for the scope of work described above is presented in Table 1. Additional unit rates are shown on Table 1 should the City of Elgin request additional work outside the scope. . 5 y TABLE 1 • CITY OF ELGIN. 206-280 S.GROVE AVE. - GROUNDWATER INVESTIGATION AND CORRECTIVE ACTION PLAN JANUARY 25, 1994 ESTIMATED UNIT NUMBER OF TASK DESCRIPTION ITEM UNIT RATE UNITS TOTALS . 1 Manure Water Lwels and Collect and Analyze Groundwater Samplegfrom Nine ATEC Costs Groundwater Monitoring Wells for 1st Principal Engineer/Scientist Per Hour $95.00 1 $95.00 Round of Sampling,and Eight Project Engineer/Scientist I Per Hour $65.00 4 $260.00 Monitoring Wells for 2nd Round of Staff Engineer/Scientist I Per Hour $55.00 50 $2,750.00 Sampling Vehicle Per Da $55.00 9 $165.00 Disposable Bailer Each $8.00 17 $136.00 Sample Shipping Per Sample $15.00 17 $255.00 STEX Analysis(Water) Each $82.50 12 $990.00 PNA Analysis(Water) Each $198.00 6 $1,188.00 Lead Analysis(Water) Each $33.00 2 $66.00 Metals Analysis(Water) Each $154.00 7 $1,078.00 Semi-Volatile Analysis ater Each $451.00 5 $2,255.00 Volative Analysis ater Each $181.50 5 $907.50 Hardness/Alkalin (Water) Each $75.00 4 $300.00 Materials and Supplies $100.00 Sub-Total Task 1 :' $10.545.50 2 Perform Slug Tests on Six Monitoring Wells ATEC Costs Principal Engineer/Scientist Per Hour $95.00 1 $95.00 Project inser/Scientist I Par Hour $65.00 2 $130.00 Staff Engineer/Scientist I Per Hour $55.00 40 $2,200.00 Datalogger 6 Transducers Per Da $200.00 2 $400.00 Portable Computer&Software Per Da $75.00 2 $150.00 Slug 3 Water Level Equipment Per Da $50.00 2 $100.00 Decontamination Equipment Per Da $25.00 2 $50.00 Vehicle Per Da $55.00 2 $110.00 Bub-Total Task 2 $3,295.00 3 Perform Geotechnical Soil Testing Subcontractor Costs Mob/Demob Lump Sum $162.00 1 $162.00 Drilling with CSSS Pet Foot $9.72 50 $486.00 Steam Cleaning Per Hour $108.00 .2 $216.00 Steam Cleaner Per D $108.00 1 $108.00 Grout Borings Per foot $3.24 50 $162.00 Shelby Tubes Each $12.00 5 $60.00 Failing Head Permeability Each $176.00 5 $880.00 Sieve/Hydrometer Analysis Each $60.50 5 $302.50 Atterbarg Limits Each $38.50 5 $192.50 ATEC Costs Principal En hwer/Scientist Par-Hour $95.00 1 $95.00 Project Engineer/Scientist I Per Hour $0.00 2 $130.00 Staff Engineer/Scientist I Per Hour $55.00 10 $550.00 Vehicle Per Da $55.00 1 $55.00 OVM Per Da $75.00 1 $75.00 Sample Shipping I Per Sample 1 $15.001 21 s30.00 Materials and Supplies 1 $50.00 $3.554.00 4 Submit Corrective Action Plan for IEPA Approval ATEC Costs Principal Engineer/Scientist Per Hour $95.00 40 $3,800.00 Senior Project ineer/Scientist Per Hour $90.00 16 $1.440.00 Project E ineer/Scientist 1 Per Hour $65.00 200 $13.000.00 CAD Draftsman Per Hour $40.00 60 $2,400.00 Clerical Par Hour $25.00 8 $200.00 Materiel $200.00 VubTo1r1 Task 4 $21,040.00 TOTAL PROJECT COST $38.374-50 ATTACHMENT V Groundwater 0b1eetives PRTN uetar (3911) 0.07 ois -1,7-Diahioroethyylone 0.1 trans•1,2-Dichioroethylens 0.000 i,2-Diahloreethane 0.007 11-Diahloroethyiena 0.001 Vinyl chloride 01005 Tetre►chlcraethylene 0.003 Triahieroothlane 0.005 Methylene Chloride 0,0002 Haptachlor Epoxide 0.005 Nathylens Chloride Zndosulfan Sulfate (Detection Limit 0.660) 0.00004 Aldrin 01004 bis(3-EthYlhexy1)phth9l4te 0,0002 chloroform Hp delta-DISC (Detection Limit 0.061 0,00002 pieldrin 0,7 i,l-Dichlorotthane 0603 Arsenio 011 Chromium 0.0075 Lead 0.006 Cadmium 0.005 sen�ene 11.705 Total BBTX (See Comments) 0.25 Napthalene 0442 Aoanaphthone 241 Anthraosn6 0025 Pluoranthene 0.29 Morena 0,21 pyrsn• other Non-Careino9anie PNAs (Total) 0.21 Aeenaphthylene Beriio(gout i)perylene phenanthrane Ben=o(a anthracene 0.00012. Banso(a pyrene 0.00023 Benso(b f uoranthene 0.00017 Denzo(k)fluorantnene 0.00137 • 0.0013 Chrysene 0.0003 oibenzo(a,h)anthraoene 0.01043 Indeno(1,2,3-0d)pyrena QGamats$ BRTX is the sum of Benzene, Ethylbenzene, Teluaaat and XXiene concentrations pleas* iot limit stateci.rOViVements. ND is non-detect at