HomeMy WebLinkAboutDERR-2025-003389
Rockwell 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
March 14, 2025
Ed Higham
FBAC
8700 South 700 West
Sandy, Utah
Re: Additional Subsurface Investigation, OLU-1
FBAC Facility ID: 4000314
8700 South 700 West Release ID: OLU
Sandy, Utah
Dear Mr. Higham:
Rockwell Solutions, Inc. submits this work plan and budget to conduct additional subsurface
investigation activities at the above referenced site. PST Fund payment claims will reference this
work plan and specific tasks itemized below.
INTRODUCTION
The Fur Breeders Agricultural Co-op (FBAC) is an active cooperative with one 8,000-gallon
gasoline underground storage tank (UST), one 10,000-gallon diesel UST, and three dispensers, one
of which is inactive. The site is bordered by 700 West on the east and the Jordan River on the west.
A line tightness test on 9/25/24 was inconclusive and, at that time, the testing technician notice
sweating on the flex connector for the diesel piping. A release was reported and was assigned
release code OLU. An initial subsurface investigation was completed on January 21, 2025 by
collecting soil and groundwater samples from borings around the tank basin. Soil and groundwater
contamination were discovered on the west (i.e. downgradient) side of the tank basin. A site map is
provided as Figure 1.
The purpose of the additional subsurface investigation is to define the extent of contamination by
installing permanent groundwater monitoring wells as requested by DERR in a letter dated February
24, 2025.
SCOPE OF WORK
Monitoring Well Installation
Monitoring wells will be installed on each side of the tank basin and one to the west in the direction
of the Jordan River to define the extent of groundwater contamination. Proposed well locations are
shown on Figure 1. The groundwater monitoring wells will be installed to a depth of seventeen feet
Work Plan OLU-1, Additional Subsurface Investigation, FBAC, Sandy, Utah
Rockwell Solutions, Inc., 718 E. Bridger Lane, Elk Ridge, UT 84651 801-361-2930 rockwellutah@yahoo.com
2
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.
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 the top of
the sand 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
An Additional Subsurface Investigation Report will be prepared to document all subsurface
investigation activities including laboratory analytical results.
KEY PERSONNEL
Project Manager, Field Scientist: David Hansen
SUBCONTRACTORS
Drilling: Direct Push Services had the lowest of three bids obtained for drilling and well
installation activities.
Work Plan OLU-1, Additional Subsurface Investigation, FBAC, Sandy, Utah
Rockwell Solutions, Inc., 718 E. Bridger Lane, Elk Ridge, UT 84651 801-361-2930 rockwellutah@yahoo.com
3
COST ESTIMATE
Rockwell Solutions, Inc. estimates the cost to complete the work as described in this work plan is
approximately $15,325.33. A detailed cost breakdown is presented in Table 1. The estimated
budget will require adjustment if the scope of services identified herein is modified.
Thank you for the opportunity to work with you on this project. If you have any questions or
concerns, please feel free to contact me at your convenience.
Sincerely,
David Hansen
Rockwell Solutions, Inc.
Certified UST Consultant CC130
cc: Alex Thompson, DERR
NORTH
Approx. scale in feet
00 20
Figure 1 Proposed Monitoring
Well Locations
FBAC
8700 S 700 West
Sandy, Utah
B-2
<1
NW, 5’
Sample Location
D-1, 5’, USC-2
SW, 5’
USC-1
NE, 5’
SE, 5’
MW-12MW-26
B-1
<1
B-5
<1
B-4
<1
B-3
15.4 TPH-DRO concentration in groundwater (mg/L)
B-3
15.4
Estimated TPH-DRO ISL (1 mg/L)
Estimated TPH-DRO Tier 1 (10 mg/L)
Proposed Monitoring Well
Task 1 - Work plan Development
LABOR
Hours Title Code Description Rate Total
1,170.00$ 1,170.00$
Total Task 1 1,170.00$
Task 2 - Monitoring Well Installation and Groundwater Sampling
LABOR
Hours Title Code Description Rate Total
2 professional geologist 102 senior management, oversight 157.00$ 314.00$
3 project manager 103 health and safety plan prep 127.00$ 381.00$
2 field scientist 104 field prep 109.00$ 218.00$
12 project manager 103 127.00$ 1,524.00$
6 field scientist 104 groundwater sampling, travel 109.00$ 654.00$
2 field scientist 104 sample delivery 109.00$ 218.00$
8 project manager 103 report preparation 127.00$ 1,016.00$
2 field scientist 104 data compilation 109.00$ 218.00$
1 professional geologist 102 report review 157.00$ 157.00$
2 PST Specialist 108 PST Claims 84.00$ 168.00$
2 clerical 109 general secretarial 66.00$ 132.00$
Subtotal 5,000.00$
SUBCONTRACTORS
Item Quantity Unit Rate Total
Direct Push Services (drilling) 1 lump sum 7,400.00$ 7,400.00$
Subtotal 7,400.00$
OTHER DIRECT COSTS
Item Quantity Unit Rate Total
200 miles 0.67$ 134.00$
1 days 95.00$ 95.00$
sampling supplies 2 days 25.00$ 50.00$
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$
99 miles 0.67$ 66.33$
10 each 85.00$ 850.00$
5 each 85.00$ 425.00$
Subtotal 1,755.33$
Total Task 2 14,155.33$
15,325.33$ Total Work Plan
Subsurface Investigation
work plan additional subsurface investigation
laboratory costs (8260/8015) soil samples
photoionization detector
mileage to/from lab
laboratory costs (8260/8015) gw samples
Table 1
FBAC, 8700 S 700 West, Sandy, Utah
UST Facility #4000314; Release # OLU
Budget for Workplan OLU-1
mileage to/from site (2 days)
monitoring well installation oversight, soil
sampling, well development, survey, travel
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 #250070
DATE 03/03/2025
EXPIRATION DATE 07/31/2025
P.O. NUMBER SALES REP
FBAC 2" Wells Sean Bromley
DATE ACTIVITY QTY RATE AMOUNT
Direct Push Rig and Tooling 1 2,250.00 2,250.00
Mob/Demob Drill rig 1 200.00 200.00
Decon 1 150.00 150.00
MC 60 in PVC liner 20 15.00 300.00
2" monitoring wells with 10' pre-pack screen, sand,
bentonite, flush mount and concrete apron.
5 900.00 4,500.00
FBAC, 8700 S 900 West, Sandy
5 2-inch monitoring wells
total depth: 17 feet
screen: 10'
typical well installation
all locations are in dirt
TOTAL $7,400.00
Accepted By Accepted Date
Project:Proposal #:RJR
Description:Date:Check By: RJR
#
Units Cost #
Units Cost #
Units Cost
1 Project Setup, Oversight, Utility Locates, UDWR Coordination and Permitting, and Scheduling
Project Manager (PM) / Licensed Well Driller hours 2.5 135.00$ 337.50$
Admin hours 1 61.00$ 61.00$
2 Travel and Conduct Fieldwork
Daily Rig Rate (GeoProbe 6620DT track rig) days 2 1,950.00$ 3,900.00$
Drillers Assistant days 2 750.00$ 1,500.00$
Mobilization / Demobilization LS 1 150.00$ 150.00$
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 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 5 370.00$ 1,850.00$
Field supplies and Consumables (3.75-inch probe rods, 3.75-inch
expendable points, soil sample liners, equipment decontamination, hole
abandonment/backfill material)
LS 1 485.00$ 485.00$
Mileage (2 vehicle, roundtrip)miles 150 0.70$ 105.00$
SERVICES DISCOUNT ea 1 (1,000.00)$ (1,000.00)$
LABOR Sub-Total 2,158.50$
6,490.00$
ESTIMATED TOTAL 7,648.50$
Proposal assumes five (5) 2.0-inch MWs to 17-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 well screen, 7-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
(1) Coordinate with UDWR for monitoring well permits, (2) drill and construct five 2.0-inch monitoring
wells (MWs) to 17-ft bgs using a Geoprobe track rig, (3) decontaminate equipment between borings,
(4) compile and submit UDWR well drillers reports.
3/4/2025
SUB-TOTALS
PROJECT ESTIMATE SHEET
ROCKWELL SOLUTIONS - DPT Drilling & MW Installation Services (Sandy Utah)25E-4337 Estimated By:
Total Cost
2,158.50$ 2,335.00$ 4,155.00$
3/4/2025 Project Estimate Sheet 25E-4337 - Sandy Utah Page 1of 1
3110 W. California Ave., suite D
Salt Lake City, UT 84104
(801) 977-0731 ettechusa.com
Estimate
ESTIMATE #1038290792
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
FBAC
8700 S 900 W
Sandy, UT,
(801) 361-2930
rockwellutah@yahoo.com
DESCRIPTION the below scope of work (SOW):
- Advance 5 soil borings to approx 17 ft bgs with continuous core sample
- Install 2" monitoring wells at each location with 10' pre-pack well screen
- Standard road rated flush mount monument completion
- all locations are in dirt
Estimate
Description Qty Rate Tax Total
Drill Crew
Operator + Helper
1.50 $2,900.00 $0.00 $4,350.00
Site Mobilization/Demobilization 1.00 $500.00 $0.00 $500.00
Equipment Decontamination
Daily
1.00 $250.00 $0.00 $250.00
Concrete Core - Star Bit 0.00 $35.00 $0.00 $0.00
Borehole Abandonment
Foot
0.00 $2.00 $0.00 $0.00
Monitoring Well 5.00 $800.00 $0.00 $4,000.00
Soil Sample Liners 20.00 $9.00 $0.00 $180.00
CUSTOMER MESSAGE Estimate Total:$9,280.00
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 Workplan No. OLU-1
Facility Name: FBAC , Address: 8700 S 700 West, Sandy, UT
ID No. 4000314
Release ID OLU (“Release”)
Owner/Operator, responsible party or other person seeking PST Fund reimbursement: FBAC (“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 OLU-1, for the above referenced Release OLF 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: Rockwell Solutions, Inc., Agreement for Professional Services Contract
between FBAC 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