HomeMy WebLinkAboutDERR-2024-012493Rockwell Solutions, Inc., 718 E. Bridger Lane, Elk Ridge, UT 84651 801-361-2930 rockwellutah@yahoo.com
Rockwell Solutions, Inc.
718 E Bridger Lane
Elk Ridge, UT 84651
(801) 361-2930
November 22, 2024
Brett Gurney
Fuel Manager
Utah Department of Government Operations, Division of Fleet Operations, Fuel Network Program
4315 S 2700 West
Salt Lake City, Utah 84114
RE: Workplan for Subsurface Investigation OLI-1
UDOT Station #136, 730 W 200 North, Logan, Utah
Facility ID #0100223; Release OLI
Dear Mr. Gurney:
Rockwell Solutions, Inc. submits this work plan and budget to conduct a subsurface investigation at
the above referenced site. PST Fund payment claims will reference this work plan and specific
tasks itemized below.
INTRODUCTION
The site is an active fueling facility for the Utah Department of Transportation. The underground
storage tanks (USTs) were removed in August 2024. During UST closure activities hydrocarbon
concentrations exceeded Tier 1 levels in the soil and groundwater samples collected from the UST
basin. Hydrocarbons in one of the piping samples exceeded Initial Screening Levels (ISLs).
The purpose of the subsurface investigation is to define the extent of contamination.
SCOPE OF WORK
Boring and Monitoring Well Installation
Four borings will be installed around the former UST basin to define the extent of soil
contamination. The borings will be installed to a depth of fifteen feet and will be abandoned with
bentonite after the samples are collected. Borings can not be installed to the north as there are
numerous utility lines between the north side of the tank basin and 200 North Street.
Five additional borings will be installed around the subject site in which monitoring wells will be
installed to define the extent of groundwater contamination. The groundwater monitoring wells will
be installed to a depth of fifteen feet and will contain ten feet of screen. The borings and wells will
be installed using direct push methodology by Direct Push Services. All work will be overseen by
Rockwell Solutions personnel. Proposed boring and well locations are shown on Figure 1.
Work Plan OLI-1, Subsurface Investigation, UDOT #136, Logan, Utah
Rockwell Solutions, Inc., 718 E. Bridger Lane, Elk Ridge, UT 84651 801-361-2930 rockwellutah@yahoo.com
2
Soil samples will be collected continuously in five-foot plastic liners to evaluate the soil type and
potential soil contamination. A portion of soil from each liner will be collected and placed in a
Ziploc baggie and set aside for contaminants to volatilize. The soil in the baggie will be checked
with a photoionization detector (PID). Soil samples will be collected for laboratory analysis from
the interval with the highest PID reading or, if no PID readings are present, from just above the
apparent groundwater table. Laboratory samples may also be collected from below the water table
in borings where soil contamination is apparent.
Soil samples will be analyzed for total petroleum hydrocarbons-gasoline range organics (TPH-
GRO), methyl-tert-butyl-ether (MTBE), benzene, toluene, ethyl benzene, total xylenes, and
naphthalene (MBTEXN) using EPA Method 8260, and TPH-diesel range organics (TPH-DRO) by
EPA Method 8015 by a Utah Certified Laboratory.
The monitoring wells will be completed by placing sand in the boring around and up to
approximately one foot above the screen. Each boring will be sealed with bentonite from
approximately four feet below grade to the ground surface. The well will be completed with a
flush-mount well cover. Each well will be developed, and the elevation of the top of casing will be
surveyed for future groundwater depth and flow direction calculations.
Groundwater Monitoring
At least two days after monitoring well installation, depth to groundwater will be measured and
groundwater samples will be collected from all monitoring wells. Sampling will be collected
following standard decontamination, sample collection, and sample preparation/ preservation
protocol. Groundwater samples will be analyzed for MBTEXN and TPH-GRO using EPA Method
8260 and TPH-DRO using EPA Method 8015.
Report
A Subsurface Investigation Report will be prepared to document all subsurface investigation
activities including laboratory analytical results.
KEY PERSONNEL
Professional Geologist, Project Manager: David Hansen
SUBCONTRACTORS
Drilling: Direct Push Services had the lowest of three bids obtained for drilling and well
installation activities.
COST ESTIMATE
Rockwell Solutions, Inc. estimates the cost to complete the work as described in this work plan is
approximately $19,584.57. A detailed cost breakdown is presented in Table 1. The estimated
budget will require adjustment if the scope of services identified herein is modified.
Work Plan OLI-1, Subsurface Investigation, UDOT #136, Logan, Utah
Rockwell Solutions, Inc., 718 E. Bridger Lane, Elk Ridge, UT 84651 801-361-2930 rockwellutah@yahoo.com
3
Thank you for the opportunity to work with you on this project. If you have any questions or
concerns, please feel free to contact me at your convenience.
Sincerely,
David Hansen
Rockwell Solutions, Inc.
Certified UST Consultant CC130
cc: Kevin Beery, DERR
Water
Gas
Sewer
NORTH
Proposed Monitoring Well UDOT #136
730 W 200 North
Logan, Utah
Approx. scale in feet
00 30
Figure 1 Site Map
MW-12
MW-19
0.033
MW-1
6.36
MW-7
0.485
Proposed Boring
Task 1 - Work plan Development
LABOR
Hours Title Code Description Rate Total
2,200.00$ 2,200.00$
Total Task 1 2,200.00$
Task 2 - Subsurface Investigation
LABOR
Hours Title Code Description Rate Total
3 professional geologist 102 senior management, oversight 147.00$ 441.00$
3 project manager 103 health and safety plan prep 118.00$ 354.00$
2 field scientist 104 field prep 101.00$ 202.00$
18 project manager 103 118.00$ 2,124.00$
7 field scientist 104 groundwater sampling, travel 101.00$ 707.00$
4 field scientist 104 soil and gw sample delivery 101.00$ 404.00$
8 project manager 103 report preparation 118.00$ 944.00$
4 field scientist 104 data compilation 101.00$ 404.00$
1 professional geologist 102 report review 147.00$ 147.00$
3 PST Specialist 108 PST Claims 78.00$ 234.00$
2 clerical 109 general secretarial 62.00$ 124.00$
Subtotal 6,085.00$
SUBCONTRACTORS
Item Quantity Unit Rate Total
Direct Push Services (drilling) 1 lump sum 8,755.00$ 8,755.00$
Subtotal 8,755.00$
OTHER DIRECT COSTS
Item Quantity Unit Rate Total
572 miles 0.67$ 383.24$
2 days 95.00$ 190.00$
sampling supplies 3 days 25.00$ 75.00$
survey equipment 1 days 50.00$ 50.00$
water level indicator 1 days 25.00$ 25.00$
traffic safety equipment 1 days 15.00$ 15.00$
bailers 5 each 9.00$ 45.00$
lodging 1 nights 150.00$ 150.00$
per diem (meals) 2 days 50.00$ 100.00$
99 miles 0.67$ 66.33$
12 each 85.00$ 1,020.00$
5 each 85.00$ 425.00$
Subtotal 2,544.57$
Total Task 2 17,384.57$
19,584.57$
Table 1
UDOT Station #136, 730 W 200 North, Logan, Utah
UST Facility #0100223; Release # OLI
Budget for Workplan OLI-1
mileage to/from site
monitoring well installation oversight, soil
sampling, well development, survey, travel
Total Work Plan
Subsurface Investigation
work plan initial subsurface investigation
laboratory costs (8260/8015) soil samples
photoionization detector
mileage to/from lab
laboratory costs (8260/8015) gw samples
Rockwell Solutions, Inc.
Page 1 of 1
20-1339913 | www.directpushservices.com
Direct Push Services LLC
PO Box 25784
Salt Lake City, UT 84125
+1 8014777077
sean@directpushservices.com
Estimate
ADDRESS
Dave Hansen
Rockwell Solutions
718 East Bridger Lane
Elk Ridge, UT 84651
ESTIMATE #240358
DATE 11/13/2024
EXPIRATION DATE 01/31/2025
P.O. NUMBER SALES REP
Logan (5) 2" wells 4b Sean Bromley
DATE ACTIVITY QTY RATE AMOUNT
7822 Direct Push Rig/Tooling 1.50 2,250.00 3,375.00
Mob/Demob Drill rig 1 800.00 800.00
Decon 1.50 150.00 225.00
Per diem 1 450.00 450.00
MC 60 in PVC liner 27 15.00 405.00
2" monitoring wells with 10' screen set at 15'. Completed
with sand, bentonite and flush mounts with concrete apron
5 700.00 3,500.00
830 W 200 North in Logan:
-5 Monitoring wells to 15 feet deep with ten feet of screen.
-Four of the wells will be in asphalt and we should core them to
make a clean finish.
-4 additional locations to 15' to collect soil and groundwater
TOTAL $8,755.00
Accepted By Accepted Date
Project:Proposal #:RJR
Description:Date:Check By: DKH
#
Units Cost #
Units Cost #
Units Cost
1 Project Setup, Oversight, Utility Locates, UDWR Coordination and Permitting, and Scheduling
Project Manager (PM) / Licensed Well Driller hours 1.5 130.00$ 195.00$
Asphalt Core Equipment Rental LS 1 350.00$ 350.00$
Admin hours 1 59.00$ 59.00$
2 Travel and Conduct Fieldwork
Daily Rig Rate (GeoProbe 6620DT track rig)days 2 1,950.00$ 3,900.00$
Lodging (2 crew members)days 2 110.00$ 220.00$
Per Diem (2 crew members)days 4 68.00$ 272.00$
Registered Drill Operator hours 10 110.00$ 1,100.00$
Drillers Assistant days 2 750.00$ 1,500.00$
Mobilization / Demobilization LS 1 375.00$ 375.00$
Crew travel (2 crew members)hours 4 65.00$ 260.00$
Monitoring Well Construction Materials (2.0-inch sch40 PVC; 10-ft 0.010
slotted prepack screen, 5-ft riser casing to surface, 10-20 sand filter
pack, bentonite seal, locking j-plug, 8" traffic-rated EMCO Wheaton flush
mount well cover)
ea 5 426.90$ 2,134.50$
Field supplies and Consumables (3.75-inch probe rods, 3.75-inch
expendable points, soil sample liners, equipment decontamination, hole
abandonment/backfill material)
days 1 460.00$ 460.00$
Mileage (2 vehicle, roundtrip)miles 300 0.67$ 201.00$
SERVICES DISCOUNT LS 1 (1,000.00)$ (1,000.00)$
LABOR Sub-Total 3,114.00$
6,912.50$
ESTIMATED TOTAL 10,026.50$
(1) Coordinate with UDWR for monitoring well permits, (2) drill and construct five 2.0-inch monitoring
wells (MWs) to 15-ft bgs and 4 soil borings to 15-ft bgs using a Geoprobe track rig, (3) decontaminate
equipment between borings, (4) compile and submit UDWR well drillers reports.
11/14/2024
SUB-TOTALS
PROJECT ESTIMATE SHEET
ROCKWELL SOLUTIONS - 830 W 200 N Logan Property DPT & MW Services 24E-4218 Estimated By:
Total Cost
3,114.00$ 3,436.50$ 4,476.00$
Proposal assumes five (5) 2.0-inch MWs to 15-ft bgs using a Geoprobe 6620DT track mounted drill rig. RMEC to install and construct MWs
using 2.0-inch diameter sch40 PVC; 10-ft 0.010 slotted slim prepack well screen, 5-ft riser casing, 10-20 sand filter pack and bentonite seal,
provide 8-inch diameter traffic-rated well cover and locking j-plugs at each location. Rockwell to develop MWs and collect samples. RMEC to
coordinate UDWR well permitting and documentation, decontaminate equipment prior to mobilization and between each boring.
M/E Sub-Total
Task / Item
#Work Description Units
Labor Direct Costs & Materials Equipment
11/14/2024 Project Estimate Sheet 24E-4218 Page 1of 1
3110 W. California Ave., suite D
Salt Lake City, UT 84104
(801) 977-0731 ettechusa.com
Estimate
ESTIMATE #1038290585
DATE
PO #
CUSTOMER
Rockwell Solutions, Inc
Mr. David Hansen
718 East Bridger Lane
Elk Ridge, UT, 84651
(801) 361-2930
rockwellutah@yahoo.com
SERVICE LOCATION
Rockwell Solutions, Inc
Logan
830 W 200 N
Logan, UT,
(801) 361-2930
rockwellutah@yahoo.com
DESCRIPTION the below scope of work (SOW):
- 9 soil borings to approximate depth of 15 ft bgs
- Continuous soil collection
- Install 5 monitoring wells at 5 of the boring locations
- Monitoring wells to include 2" pre-pack wells screen with 10-slot openings screened 5-15 ft bgs
- 10/20 sand to 4 ft bgs
- hydrated bentonite to 0.5 ft bgs
- road rated flush mount finish
Estimate
Description Qty Rate Tax Total
UT Senior Project Manager-Non-
Emergency
1.00 $112.00 $0.00 $112.00
Drill Crew
Operator + Helper
2.00 $2,800.00 $0.00 $5,600.00
Site Mobilization/Demobilization 2.00 $600.00 $0.00 $1,200.00
Equipment Decontamination
Daily
2.00 $250.00 $0.00 $500.00
Monitoring Well 5.00 $900.00 $0.00 $4,500.00
Soil Sample Liners 27.00 $9.00 $0.00 $243.00
CUSTOMER MESSAGE Estimate Total:$12,155.00
Note: By law E.T. Technologies must have a cleared utility
markout ticket before we can drill. Due to our unfamiliarity
with the project sites, we request that our clients call in a
utility markout request to the appropriate OneCall system
and immediately notify E.T. Technologies with their ticket
number. This allows us to obtain our ticket based on the
client and participate in any utility site meets that may or
may not be required. Postponement of drill work may occur if
sufficient time is not given to follow these steps.
For planning purposes any addi onal direct push rig day use would
be billed out at $2,800 per day and can be prorated for half days as
necessary and consumables as necessary.
PROPOSAL PRICING & CHANGE ORDERS
All pricing quoted is valid for 30 days. Any changes to the scope of the work requires a separate proposal and a signed change order. Unexpected schedule changes initiated by
Client that cause additional cost to our company will be invoiced at normal rates.
PAYMENT OF CHARGES
All charges are due and payable upon receipt of invoice. Payment terms for approved Clients are NET 30. Client agrees to pay a charge for all past due amounts in an amount
equal to the lesser of one and one-half percent (1-1/2%) or a $5.00 minimum charge of such past due amounts for each month or part thereof during which such payments
remain unpaid or the maximum rate allowed by applicable law. A service charge of $30.00 shall be added to all returned checks. In the event of non-payment, the Client shall be
responsible for all of contractor’s reasonable attorney’s fees and costs incurred during collection. If Contractor shall seek to assign this account to an agency for collection, the
client agrees to pay all fees and discounts imposed.
FORCE MAJEURE
Except for the obligation to pay for services rendered, neither party hereto shall be liable for its failure to perform hereunder, in whole or in part, due to contingencies beyond its
reasonable control, including, but not limited to, strikes, riots, war, fire, acts of God, injunction, compliance with any law, regulation, guideline or order of any governmental body or
any instrumentality thereof, whether now existing or hereafter created.
ASSIGNMENT
This Agreement is assignable with the written consent of both parties and shall be binding upon and inure to the benefit of the parties hereto and their respective successors and
assigns. Such consent shall not be unreasonably withheld, nor required in the event of assignment by operation of law, nor required in the event of an assignment to an affiliate
or Contractor, merger or sale by Contractor.
SAVINGS CLAUSE
In case any one or more of the provisions contained in this Agreement shall, for any reason, be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality
or unenforceability shall not affect any other provisions of this Agreement; this Agreement shall be construed as if such invalid, illegal or unenforceable provisions had never been
contained herein, unless such finding shall impair the rights of obligations of Contractor, hereunder, in which event, at Contractor’s option, this Agreement may be terminated.
INDEMNITY/DAMAGES
Client shall indemnify and hold Contractor harmless from any and all claims which arise out of the work, including claims relating to the treatment, storage, and disposal of waste,
contaminated media, or hazardous substances (including cuttings or samples) from the property, whether such liability arises under the Comprehensive Environmental Response
Compensation and Liability Act or otherwise, so long as the claim does not arise from the gross negligence of Contractor or its personnel.
Client hereby agrees to indemnify and hold Contractor harmless from any and all loss, damages, suits, penalties, costs, liabilities and expenses (including but not limited to
reasonable investigation and legal expenses) arising out of any claim for loss of or damage to property, including Contractor’s property, and injuries to or death of persons,
including Contractor’s employees (i) caused by or resulting from Client’s negligence or willful misconduct; or (ii) caused by or resulting from Client’s providing to Contractor of
waste other than Biomedical Waste or any other breach of this Agreement by Client.
In all events, any damages sought to be collected from Contractor by Client shall not exceed the sum of fees paid by Client to Contractor.
COMPLIANCE WITH LAW AND RECORD KEEPING
In the performance of all services to be provided hereunder, Contractor and Client agree to comply with all applicable permits, all applicable federal, state, county and municipal
laws and ordinances and all lawful orders, rules, regulations and guidelines of any duly constituted authority, including but not limited to, social security and income tax
withholding laws, unemployment compensation laws, environment, safety and health laws and manifesting requirements.
Contractor and its affiliates have obtained all necessary permits, license, zoning and other federal, state or local authorizations required to perform services hereunder and, upon
request of Client. Contractor shall furnish copies thereof to Client.
Contractor and Client shall keep and retain adequate books and records and other documentation including personnel records, correspondence, instructions, plans, receipts,
vouchers, copies of all manifests, tracking records and any other records or reports or memoranda, consistent with and for the periods required by applicable regulatory
requirements and guidelines pertaining to performance of the services required by this Agreement.
INDEPENDENT CONTRACTOR
Contractor’s relationship with Client under this Agreement shall be that of independent contractor. Contractor is to exercise its own discretion on the method and manner of
performing its duties, and Client will not exercise control over Contractor or its employees except insofar as may be reasonably necessary to ensure performance and compliance
with this Agreement. The employees, methods, equipment and facilities used by Contractor shall at all times be under its exclusive direction and control. Nothing in this
Agreement shall be construed to designate Contractor, or any of its employees, agents, joint ventures or partners of Client.
Client acknowledges and agrees that the scope of work may be performed in whole or in part by subcontractors selected by Contractor.
AMENDMENT AND WAIVER
Except as otherwise provided in Article III, this Agreement may be amended from time to time only by an instrument in writing signed by the parties to this Agreement at any time
of such amendment. No provision of this Agreement can be waived except by a written instrument signed by the party waiving such provision, nor shall failure to object to any
breach of a provision of this Agreement waive the right to object to a subsequent breach of the same or any other provision.
ENTIRE AGREEMENT
This Agreement (including any attachments, exhibits, and amendments hereto) constitutes the entire understanding between the parties hereto, and cancels and supersedes all
prior negotiations, representations, understandings and agreements, either written or oral, with respect to the subject matter hereof.
GOVERNING LAW / MISCELLANEOUS PROVISIONS
This Agreement shall be governed by and construed in accordance with the laws of Utah. If any of the conditions of the Agreement shall be finally determined to be invalid or
unenforceable in whole or in part, the remaining provisions hereof shall remain in full force and effect, and be binding upon Contractor and Client. Contractor and Client agree to
reform this Agreement to replace any such invalid or unenforceable provision with a valid and enforceable provision that comes as close as possible to the intention of the
stricken provision.
Petroleum Storage Tank Trust Fund Work Plan Approval Application and Agreement
for Work Plan No. OLI-1
Facility Name: UDOT Station #136, Address: 730 W 200 North, Logan, Utah ID No. 0100223
Release ID OLI (“Release”)
Owner/Operator, responsible party or other person seeking PST Fund reimbursement Utah Department of Government
Operations, Division of Fleet Operations, Fuel Network Program “Claimant”)
Certified Consultant or other person performing remedial action concurrently with this Work Plan under the
supervision of a certified consultant Rockwell Solutions, Inc. (“Contractor”)
In submitting Work Plan OLI-1, for the above referenced Release OLI for approval, the Claimant and the Contractor
collectively, the “Parties” represent and agree to the following.
Definitions
“Contractor” means the person identified as such above.
“Claimant” means the person identified as such above.
“Executive Secretary” means the Executive Secretary of the Solid and Hazardous Waste Control Board (UST).
“Fund” means the Petroleum Storage Tank Trust Fund.
“Release” means the release identified above.
“State” means the State of Utah including its agencies, officers, employees, volunteers and specifically, the Division of
Environmental Response and Remediation, the Executive Secretary of the Solid and Hazardous Waste Control Board
(UST) and the Petroleum Storage Tank Trust Fund.
“Work Plan” means the work plan identified above.
1)The key personnel, for which qualifications are submitted under R311-207-3(c), are: David S. Hansen
2)The Claimant acknowledges that the Claimant is required to obtain a payment bond from the Contractor
under section 14-2-1 of the Utah Code. If the Claimant fails to do so, the Claimant is liable to each person
who performed labor or services or supplied equipment or materials (“Subcontractors”) in the event the
Contractor does not pay the subcontractors, even if the Claimant has paid the Contractor. See Utah Code
section 14-2-2. The Claimant acknowledges and agrees that the Fund will not reimburse the Claimant for
such Subcontractors’ claims for payment against the Claimant if the Fund has already made payment to the
Claimant or Contractor. The Claimant understands that the premium paid for a payment bond is
reimbursable. Therefore, the Claimant:
a.has required the Contractor to obtain 100 percent payment bond through a United States
Treasury-listed bonding company, and attached a copy, or;
b.requests that PST fund reimbursement checks be made jointly to the Claimant, the Contractor and
to the Subcontractors designated by the Parties, but waives all claims and remedies against the State
if the Fund checks are not made as described above, or;
c.has obtained other equivalent assurance and waives all claims and remedies against the State if the
equivalent assurance does not adequately protect the Claimant. The equivalent assurance is
described as follows: Cooperative Contract between Utah Department of Government Operations,
Division of Fleet Operations, Fuel Network Program and Rockwell Solutions, Inc.
3)The Parties agree that the Contractor shall have no cause of action against the State for payment. The Parties
acknowledge and agree that the State is not a party to any contract with the Claimant or the Contractor for
reimbursement from the Fund in the execution of this Work Plan, except to the extent provided by a contract
signed by the Executive Secretary. Instead, the Claimant’s reimbursement is governed by the Utah
Underground Storage Tank Act and the Utah Underground Storage Tank Rules and the Contractor is entitled
to reimbursement solely under the contract he has with the Claimant.
4)The Parties agree that they will use a subcontracting method consistent with the requirements of R311-207.
5)The Parties agree that as a condition of performing the work under the Work Plan, the Contractor shall carry
the insurance specified in R311-207-3(c)(5). The Contractor represents that certificate of insurance
documenting the required insurance is attached or that a current certificate is on file with the Executive
Secretary and has been provided to the Claimant. The Parties assume the risk and responsibility of ensuring
that the appropriate insurance coverage is in place.
6)The Parties agree that payments from the Fund shall be limited to amounts that are customary, legitimate,
reasonable and consistent with R311-207. Unless the Parties and the Executive Secretary have entered into a
PST Workplan Application and Agreement, OLI-1
written Pay-for-Performance agreement, the Parties acknowledge that payments will be for actual time and
materials expended up to, but not exceeding, the amount of the Executive Secretary approved work plan and
Executive Secretary approved change orders, if any.
7)The Parties shall maintain financial and operation records in sufficient detail to document all transactions
relating to Fund reimbursement for the execution of this Work Plan. The Parties shall make available for
audit and inspection all such records relating to the completion of the Work Plan and related services,
requirements, and expenditures until all audits initiated by State auditors are completed, or for a period of
five years from the date of Fund reimbursement related to the execution of this Work Plan. Records which
relate to disputes, litigation, or the settlement of claims arising out of the performance of this Work Plan, or
to cost and expenses of this Work Plan as to which exception has been taken by the Executive Secretary, shall
be retained by the Parties until disposition has been made of such disputes, litigation, claims, or exceptions.
8)The Parties certify that there is a contract between the Claimant and the Contractor for the performance of
work under the Work Plan for which approval is sought (“Contract”) and incorporate the provisions herein
into that Contract. To the extent that the Contract or amendments thereto conflict with any provisions herein,
the provisions herein govern. The Parties shall provide the Contract to the Executive Secretary upon request.
9)The Executive Secretary is a third party beneficiary of this Petroleum Storage Tank Fund Work Plan
Approval Application and Agreement and may enforce its provisions.
10)This Petroleum Storage Tank Fund Work Plan Approval Application and Agreement does not limit the
Executive Secretary’s rights and remedies under applicable law.
Contractor Claimant
_______________________________________________ Fuel Network Program Manager, 11/25/2024