city of galesburg · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as...

45
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the installation of a new test well for future Gravel Pack Well #6 and other related work for the City of Galesburg Water Division Instructions to Bidders 1. An advertisement for sealed bids on the above was published in the Galesburg Register-Mail on April 15, 2021. As stated in such notice, bids will be received until 11:00 a.m., local time, May 05, 2021, and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. Bids received after 11:00 a.m. will be rejected. 2. The person, firm or corporation making a bid shall submit it in a sealed envelope to the Purchasing Agent or his duly designated representative on or before the hour and the day stated above. The notation "Bid on Test Well for Future Gravel Pack Well #6” shall appear on the outside of the sealed envelope and shall include the name of the bidder. Bidder shall also clearly mark on the outside of the envelope: company name and address. 3. The bidder shall insert the cost, and supply all the information, as indicated on the Bid Form. The cost inserted shall be net and shall be the full cost for the work specified, including all factors whatsoever. No permits shall be waived or paid for by the City of Galesburg. 4. No charge will be allowed for taxes from which the City of Galesburg is exempt: the Illinois Retailer’s Occupation Tax, the Service Occupation Tax, the Service Use Tax, the Use Tax, Federal Excise and Transportation Tax. 5. Each bidder shall affirm that no official or employee of the City of Galesburg is directly or indirectly interested in this bid for any reason of personal gain.

Upload: others

Post on 06-Aug-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

CITY OF GALESBURG

PURCHASING

55 West Tompkins Street Galesburg, IL 61401

Phone: 309/345-3678

INVITATION FOR BIDS

For the installation of a new test well for future Gravel Pack Well #6 and other related work

for the City of Galesburg Water Division

Instructions to Bidders

1. An advertisement for sealed bids on the above was published in the Galesburg Register-Mail on April 15, 2021. As stated in such notice, bids will be received until 11:00 a.m., local time, May 05, 2021, and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. Bids received after 11:00 a.m. will be rejected.

2. The person, firm or corporation making a bid shall submit it in a sealed envelope

to the Purchasing Agent or his duly designated representative on or before the hour and the day stated above. The notation "Bid on Test Well for Future Gravel Pack Well #6” shall appear on the outside of the sealed envelope and shall include the name of the bidder. Bidder shall also clearly mark on the outside of the envelope: company name and address.

3. The bidder shall insert the cost, and supply all the information, as indicated on

the Bid Form. The cost inserted shall be net and shall be the full cost for the work specified, including all factors whatsoever. No permits shall be waived or paid for by the City of Galesburg.

4. No charge will be allowed for taxes from which the City of Galesburg is exempt:

the Illinois Retailer’s Occupation Tax, the Service Occupation Tax, the Service Use Tax, the Use Tax, Federal Excise and Transportation Tax.

5. Each bidder shall affirm that no official or employee of the City of Galesburg is

directly or indirectly interested in this bid for any reason of personal gain.

Page 2: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

6. Contractors and any sub-contractors will be required to comply with all applicable provisions of the Davis-Bacon Act, as amended to date, including those affecting labor standards and prevailing wage rates and those prohibiting discrimination on the grounds of race, color, national origin and sex.

7. All bids shall be accompanied by a Bid Bond, Bank Cashier's Check, Certified

Check or Bank Draft, payable to the City Treasurer of Galesburg for not less than five (5%) percent of the amount of each bid. The successful bidder shall be required to enter into a Performance Bond in a sum equal to the amount of his bid, and a Labor and Material Payment Bond.

8. Should the successful bidder fail to submit the required bonds, or enter into a

contract with the City within fifteen (15) days after notification of award, said bidder will forfeit his check or bond to the City, not as a penalty, but as liquidated damages.

9. Insurance coverage shall be carried by the successful bidder per the attached

Special Provisions sheet for Contractor's Insurance. 10. TERMINATION FOR BREACH: In the event that any of the provisions of the

contract are violated by the Contractor or by any of his Subcontractors, the Owner may serve written notice upon the Contractor and the Surety of the intention to terminate such contract, such notice to contain the reasons for such termination intention, and unless within ten (10) days after serving of such notice upon the Contractor such violations shall cease and satisfactory arrangements for correction be made, the contract shall, upon expiration of said ten (10) days, cease and terminate. In the event of any such termination the Owner shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided however, that if the Surety does not commence performance thereof within thirty (30) days from the date of the mailing to such Surety notice of termination, the Owner may take over the work and prosecute the same to completion by Contract for the amount and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned by the Owner thereby.

11. No bid may be changed or withdrawn after the time of the bid opening. Any

modifications or withdrawals requested before this time shall be acceptable only when such request is made in writing and agreed to by the Purchasing Agent.

12. The City of Galesburg reserves the right to reject any and all bids and to waive any

informalities or technicalities in the bidding. Any bid submitted will be binding for (60) sixty days after the date of the bid opening.

13. Successful bidder to whom an award shall be made pursuant to this procurement

shall be subject to all applicable Federal and State laws and regulations,

Page 3: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

including but not limited to the Illinois acts commonly knows as the Illinois Prevailing Wage Act (820 ILCS 130)

14. The submission of the proposal or bid by the Offeror in response to this

Advertisement for Bid/Proposal constitutes an acknowledgement of and an agreement by the Offeror/Bidder that it understands and will comply with the Illinois Prevailing Wage Act and the Illinois Preference Act (30 ILCS 570). Certified payroll reports will be required for this work.

15. The City has adopted an "Equal Employment Opportunity Clause", which is

incorporated into all specifications, purchase orders, and contracts, whereby a vendor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry. A copy of this clause may be obtained at the City Clerk's Office, City Hall, Galesburg, Illinois.

16. The City of Galesburg has adopted an Affirmative Action Program. All formal

sealed bids must be accompanied by a properly prepared Certificate of Compliance form, whereby the vendor certifies the number of employees he has in each class of employment, and that affirmative action has been taken to ensure equality of opportunity in all aspects of employment.

17. Bidder certifies that all laws of the State of Illinois and ordinances of the City of

Galesburg in effect at the date of the bid shall be observed by him. Evidence of any violation during the term of the agreement shall be considered sufficient reason to discontinue purchases by the City from that vendor.

18. Public Act 95-0635 requires that before any contractor o subcontractor begins

work on ANY public works project that requires prevailing wages, they must have a written Substance Abuse Prevention Program on file with the contracting agency (City); or have a collective bargaining agreement in effect dealing with the subject matter.

19. All general bidding information, bid forms, conditions of the contract, and the form

of agreement, between the City and the Contractor, shall be approved by Purchasing prior to advertising of public notice of the project.

20. The successful bidder is prohibited from assigning, transferring, conveying,

subletting, or otherwise disposing of the contract to be signed or its rights, title or interest therein or its power to execute such Agreement to any other person, company or corporation without the previous consent and approval, in writing, by the City of Galesburg.

21. Bid must show the number of days required to complete services under normal

conditions. Bids should also indicate an estimated start date and completion date.

Page 4: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

22. The City requires that vendors be paid through ACH (automatic clearing house).

The awarded vendor will be required to provide the City with applicable banking information for proper payment. An ACH form is attached to this document for vendor review.

23. These instructions are to be considered an integral part of any bid. Dated: April 15, 2021

______________ Kraig Boynton Purchasing Agent

Page 5: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

1.0 PROJECT SUMMARY This Request for Proposal (RFP) solicits bid proposals from qualified contractors to provide services and construction of a test well to identify a new potential source for additional water supply for the City of Galesburg, Illinois. The following is a listing of general tasks that are anticipated to be performed by the Contractor as part of this project. Note that these specifications are not comprehensive but serve to provide basic requirements. The utility’s expectation is that the expertise and experience of the Contractor selected for this project will also help define tasks and deliverables that are required for a successful project. 1. Meet with City staff and City’s engineering consultant to discuss and finalize project

objectives. Review existing geotechnical and sieve analysis data and identify the work plan and schedule.

2. Furnishing all labor, materials, and equipment necessary to install a test well on the City’s property located immediately west of the water treatment plant on the west side of IL Route 164 approximately 1 mile south of Oquawka, Illinois.

3. The test well work will consist of drilling and developing the well, installing screens, installing gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing a well driller log and related well construction data, obtaining water samples representative of the aquifer and obtaining water quality analysis, and sealing the test well off to prevent future contamination. The location of the test well will become the location of the permanent well should the information obtained from the test well confirm this location as capable of meeting the project goals. The applicable water quality testing lists are attached at in this RFP. The City is desiring to ultimately use this information to construct a new public water supply well capable of producing 2,000 – 3,000 GPM.

While the intent of the City is to award a contract to the selected Contractor, it reserves the right to either withdraw and/or not award a contract at any time.

All submitted copies of the proposal shall become property of the City.

2.0 PROJECT INFORMATION 2.1 Project Location/Background The City of Galesburg is a community of approximately 32,000 located in Northwest Illinois and is located approximately 32 miles east of the Mississippi River. The City is a home rule municipality and operates under a Council-Manager form of government. The City obtains its drinking water from an aquifer near the Mississippi River located just south of the Village of Oquawka, IL, approximately 32 miles west of the City of Galesburg. The City maintains a Ranney Collector Well and 5 gravel pack wells in Oquawka, IL and has 2 backup supplemental wells located in Galesburg, IL. The City has a 4 million gallon and a 5 million-gallon reservoir located in Galesburg, IL, two 1 million-gallon reservoirs in Oquawka, IL, and can store 2 million gallons of overhead storage in three towers around the City. The current average daily water demand is 5.8 million gallons per day with a peak demand of 8 million gallons per day. The water is pumped into the distribution system through approximately 210 miles of water mains, which also includes approximately 1,400 fire hydrants and 12,500 water users. The City provides water to the City of Knoxville, City of Abingdon, Village of East Galesburg, Village of Henderson, and Village of Little York.

Page 6: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

A detailed geotechnical analysis, with one (1) boring log, grain size distribution sieve analysis, and hydraulic conductivity calculations for Borehole No. 7 is included with this RFP to provide a summary of the geologic conditions in the proposed well field west of the existing water treatment plant near Oquawka, IL. Additional information on existing gravel pack and the Ranney Well Collector wells, all located immediately south and southwest of the existing water treatment plant, are available upon request. This test well will be taken at the Borehole No. 7 location.

3.0 SCOPE OF REQUIRED SERVICES 3.1 General

The Scope of Services is not definitive and is intended only as a guide to illustrate minimum project requirements.

3.2 Scope of Services 3.2.1 Based on the geotechnical information provided, submit a proposed test well

construction and bid price. The proposed test well construction must identify the casing size and material, screen size and material, gravel pack material, depth of construction, sealing/grouting plan, proposed test pump size, and all related information on the proposed test well construction. The minimum requirements are applicable: 3.2.1.1 Location: See enclosed map and borehole logs. Bore Hole 7 is the

proposed location. 3.2.1.2 Depth: Penetrate to bedrock or up to 130 feet below land surface

elevation as directed by the Engineer. 3.2.1.3 Static Level: Anticipated to be 2-10 feet below land surface. Varies with

existing well use and river stage. 3.2.1.4 Water for Drilling: There is a hydrant at the existing water treatment

plant that is also available for use at no charge for water usage. Any use of existing City infrastructure shall be coordinated with City’s site staff.

3.2.1.5 Site Conditions: Locations of mud pits (if applicable) shall be subject to approval by the City as to not interfere with future foundations, piping, and conduits.

3.2.1.6 Geologic Samples: Collect 1 set of samples (minimum individual sample quantity not less than 1 pint) every 5 feet in all sand and gravel deposits and at any changes in the geology to confirm the soil boring information. Contractor shall provide the set of samples to the City’s engineer.

3.2.1.7 Casing – Four (4) inch diameter PVC Schedule 40 flush joint pipe, to 3’ above land surface

3.2.1.8 Screen – Four (4) Inch diameter 20 slot, screen (min. 40’ length) at a mutually determined depth up to 120 feet below land surface elevation to bottom of screen.

3.2.1.9 Annulus: No. 00 Northern Gravel Pack or equivalent to 10 feet above the top of screen with bentonite plug on top of gravel pack 2 feet thick. Fill sand or pea gravel from the top of gravel pack to 20 feet below land surface. Upper 20 feet shall be bentonite.

3.2.2 Drill and develop the test well sufficiently to adequately pump test the well to determine the specific yield, specific capacity, and determine if the aquifer can provide a public water supply well capable of a capacity of 2,000 – 3,000 GPM. Development shall occur immediately after successful installation of the test hole by the air lift method. Discharge water shall be directed to the west. All construction must meet the requirements of “Recommended Standards for Water

Page 7: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Works” for drilling and development and AWWA A100 for plumbness. The test well casing pipe shall be terminated 3 feet above grade with a lockable and watertight steel well protector.

3.2.3 Provide a pump test by furnishing all labor, motive power, lubricating oil and other necessary equipment, materials, labor, and supplies required for test pumping, and shall operate the test pumping unit at a minimum of 100 GPM and for such periods of time as directed and provide records of pumping rate, pumping water level, recovery rates and levels, and levels in at least 2 of the adjacent piezometers throughout the duration of the pumping test. The tests shall consist of three (3) parts: 1) a constant rate test; 2) a recovery test; and 3) a step test. Before tests begin, the regional water level trend shall be established by measuring static water levels in the test well and piezometers for a period of at least one (1) hour. The constant rate test shall consist of pumping the well continuously at a constant known rate and measuring water level decline with time for a period of at least eight 8 hours. Water level decline in the surrounding well(s)/piezometers shall be measured during this constant rate test. Discharge shall be maintained with +/- 5% of test flow and be checked every 10 minutes during the first hour and at 30-minute intervals after the well for the remaining hours of the test or until the pumping level stabilizes for 4 hours. The recovery test begins immediately following the constant rate test. Water level in the well after pumping is stopped shall be measured following the same schedule above until full recovery or until the level stabilizes for at least 4 hours. The step test shall consist of pumping the well during five (5) successive periods for 15 minutes each at a constant fraction of full capacity. Water levels shall be measured during each part according to the following schedule: 3.2.3.1 Every one (1) minute up to ten (10 minutes 3.2.3.2 Every five (5) minutes up to forty-five (45) minutes 3.2.3.3 Every ten (10) minutes up to ninety (90) minutes 3.2.3.4 Every thirty (30) minutes up to one-hundred eighty (180) minutes 3.2.3.5 Every hour to the end of the test

3.2.4 Once the well is fully developed and near the completion of the constant rate portion of the pumping test, two (2) one (1) gallon samples shall be taken by the City’s consultant for water quality analysis. 3.2.4.1 A single one (1) gallon sample will be provided to the City. The other

one (1) gallon sample shall be delivered by the City’s consultant to PDC for analysis per the IEPA Attachment. In addition, the UCMR 5 PFAS testing is also required, with all test results to be sent to the City and Engineer. Testing costs shall be borne by the Contractor and are estimated to be less than $5,000.

3.2.4.2 List of Required Water Testing – See Attachment A 3.2.5 Following completion of the test well, the Contractor shall submit a full report

including the well driller log, well construction, all materials used and their locations, the pumping test report, and recommend a safe yield capacity and recommended capacity for regular operational use of a well in this aquifer.

3.2.6 The Contractor shall perform site restoration activities to remove any ruts, smooth out areas of construction, and restore the surface by seeding and mulching all disturbed areas.

4.0 SPECIFICATIONS FOR PROPOSAL/BID 4.1 The proposal and bid shall include, but need not be limited to the following information:

4.1.1 A firm lump sum bid price for the scope of services requested.

Page 8: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

4.1.2 Information to demonstrate the Contractor has at least five (5) years of qualified experience as a well driller in Illinois for similar size and type of projects as being requested by this RFP. A list of references of completed projects that demonstrate experience with the size and type of work being requested by this RFP. Reference information should include entity, contact person, contact information, and brief description of the completed project.

4.1.3 A statement by the Contractor that they can successfully complete the required work associated with the test well by no later than July 2, 2021.

4.1.4 Names of entities associated with the Contractor who may have a conflict of interest with any activity of this project. Provide details and reasons. Contractors are subject to disqualification on the basis of conflict of interest as determined by the City.

4.1.5 A detailed statement explaining any provision in Sections 3.0 or 4.0 that the Contractor chooses not to address in the proposal or bid.

4.1.6 Name and address of the Contractor’s office which will act as the project operation center including the designated contact for that office.

4.1.7 Completed “Certificate of Compliance”, see attachment. 4.1.8 A statement that the Contractor/Bidder is familiar with the requirements of the

project and the site and has been provided adequate information for them to prepare the proposal/bid and that the price provided is inclusive of all of the requested services and requirements contained in this RFP.

4.1.9 The proposal/bid shall be submitted as required by City’s procurement documents by no later than 11:00 AM local time, on May 5, 2021, at City Hall in Galesburg, Illinois.

5.0 SUBMITTAL OF PROPOSAL/BID

5.1 One (1) original copy of the proposal/bid shall be submitted in writing and shall outline all services provided and demonstrate that all the requested information is detailed and identified as included in the proposal/bid.

5.2 The proposal/bid shall be signed by an officer, or officers, authorized to execute legal documents on behalf of the Contractor.

6.0 CITY AND LOCAL REQUIREMENTS

6.1 Contractor Records 6.1.1 The selected Contractor must maintain auditable records, documents and papers

for inspection by City representatives. Before the City approves a contract, the selected Contractor may be required to undergo an audit evaluation to verify proper accounting and financial procedures.

6.2 A bid bond in the amount of 5% of the total bid/proposal price must accompany the bid/proposal as a bid security.

6.3 A performance and payment bond in the amount of 100% of the bid/proposal price will be required to be furnished by the Contractor prior to execution of a contract agreement.

6.4 A contract agreement will be provided to the Contractor after Notice of Award and submittal of acceptable performance and payment bonds. The contract agreement will set forth the time for completion of the work and include liquidated damages at a cost of $200/day for each calendar day the work is not completed after the completion date.

6.5 The Contractor will be required to provide insurance per the attached insurance requirements.

6.6 The Contractor will be required to complete other attached documents and submit with their Bid.

Page 9: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

6.7 The Contractor will be required to obtain any local permits required for construction of the test well and furnish evidence of meeting the permit requirements.

7.0 PRE-BID/PROPOSAL ACTIVITIES

7.1 Questions Concerning Bid/Proposal Requirements 7.1.1 All questions regarding this RFP should be presented in writing by 5:00 PM local

time on May 3, 2021, to:

City of Galesburg 55 W. Tompkins St. Galesburg, IL 61402 Attn: Mr. Wayne Carl, Director of Public Works (309) 345-3624 or [email protected]

8.0 ADDITIONAL SERVICES THAT MAY BE REQUIRED

8.1 The selected Contractor may be required to provide additional services at the discretion of the City. A contract change will be negotiated at the time it is determined by the City that any additional services are required. This notification is made to inform bidders/proposers of this option of the City.

Page 10: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

CITY OF GALESBURG, ILLINOIS

TEST WELL BID FORM

NO. DESCRIPTION UNIT UNIT COST TOTAL COST

1 Test Well Drilling and Development LS2 Test Well Casing, Screen, Packing LS3 Pump Test LS4 Test Well Sealing and Site Restoration LS5 Test Well Sampling/Testing/Report LS

TOTAL:

BID IN WORDS _______________________________________________________________

BIDDER SIGNATURE: _________________________________________________________

BIDDER ADDRESS: ___________________________________________________________

BIDDER PHONE NO.: ______________________

BIDDERS' LIST OF REFERENCES OF COMPLETED PROJECTS OVER PAST 5 YEARS:(ATTACHED ADDITIONAL SHEETS AS NECESSARY)

1

2

3

4

5

BIDDER'S CERTIFICATION THAT THEY CAN COMPLETE THE TEST WELL WITHIN THE CONTRACT TIME:

BIDDER SIGNATURE: _____________________________________________________

BIDDER'S STATEMENT REGARDING POTENTIAL CONFLICTS OF INTEREST:(LIST NAMES OF ENTITIES ASSOCIATED AND DETAILS/REASONS FOR CONFLICT)

Page 11: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

BIDDER'S EXCLUDED SERVICES IN THIS PROPOSAL (IDENTIFY ANY PROVISIONS IN SECTIONS 3.0 OR 4.0THAT CONTRACTOR CHOOSES NOT TO ADDRESS IN THE BID)

1

2

3

NAME, ADDRESS & CONTACT INFO OF CONTRACTOR'S OFFICE NOTED AS THE DESIGNATED OFFICE FORTHIS CONTRACT:

BIDDER CERTIFIES THAT HE/SHE IS FAMILIAR WITH PROJECT SITE AND IS AWARE OF THE REQUESTEDSERVICES AND REQUIREMENTS OF THE RFP AND THAT THEY HAVE BEEN PROVIDED ADEQUATE INFORMATION TO PREPARE THEIR BID

BIDDER SIGNATURE: ______________________________________________________

Page 12: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Attachment A

Inorganic

Antimony Copper Radium-226

Arsenic Cyanide Radium-226 Barium Fluoride Selenium Beryllium Iron Silver Boron Lead Sulfate Cadmium Manganese Thalium Chloride Mercury Total Dissolved Solids (TDS) Chromium Nickel Zinc Cobalt Nitrate as N

Organic

Alachlor' ortho-Dichlorobenzene Aldicarb para-Dichlorobenzene

Aldrin Dibromochloropropane' Atrazine 1,2-Dichloroethane' Benzene• 1,2-Dichloropropane Benzo(a)pyrene' 1,1-Dichloroethylene Carbofuran cis-1,2-Dichloroethylerie Carbon Tetrachloride' trans-1,2-Dichloroethylene Chlordane' Methoxychlor Chlorobenzene Methyl Tertiary-Butyl Etf1er

Dalapon lvlonochlorobenzene Dichloromethane' Oxamyl (Vydate) DDT Pentachlorophenol'ꞏ Di (2 • Ethylhexyl) Adipate Phenols Dieldrin Picloram Di(2-ethylhexyl)phthalate• Polychlorinated Biphenyls(PCBs)(as decachloro- biphenyl)'

Dinoseb Simazine Diquat Styrene Endothall 2,4,5-TP (Silvex) . ꞏ Endrin Tetrachloroethylene' Ethylbenzene Toluene

Ethylene Dibromide' Toxaphene' Heptachlor• 1,1,1-Trichloroet11ano Heptachlor Epoxide' 1,1:2-Trichloroethane Hexachlorobenzene 1,2,4-Trichlorobenzene Hexachlorocyclopentadiene Trichloroethylene* . lindane (Gamma- Hexachlorocyclohexane)

Vinyl Chloride'

2,4-D Xylenes (total)

Page 13: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Other Ammonia Total Organic Carbon Hardness as CaCO3 Alkalinity as CaCO3 Lithium EPA Method 200.7

PFAS Chemicals

PFAS Analyte

Acronym

Minimum Reporting Level ug/L

Analytical Method

Perfluorobutanesulfonic acid PFBS 0.003 EPA Method 533 Perfluorohexanesulfonic acid PFHxS 0.003 EPA Method 533 Perfluorononanoic acid PFNA 0.004 EPA Method 533 Perfluorooctanesulfonic acid PFOS 0.004 EPA Method 533 Perfluorooctanoic acid PFOA 0.004 EPA Method 533 Perfluorohexanoic acid PFHxA 0.003 EPA Method 533 Hexafluoropropylene oxide dimer acid HFPO-DA 0.005 EPA Method 533 11-chloroeicosafluoro-3-oxaundecane-1-sulfonic acid

11Cl-PF3OUdS

0.005 EPA Method 533

9-chlorohexadecafluor-3-oxanonane-1-sulfonic acid

9Cl-PF3ONS 0.002 EPA Method 533

4,8-dioxa-3H-perflurononanoic acid (ADONA)2 0.003 EPA Method 533 Nonafluoro-3,6-dioxaheptanoic acid NFDHA 0.02 EPA Method 533 Perfluorobutanoic acid PFBA 0.005 EPA Method 533 1H, 1H, 2H, 2H-perfluorodecane sulfonic acid

8:2FTS 0.005 EPA Method 533

Perfluorodecanoic acid PFDA 0.003 EPA Method 533 Perfluorododecanoic acid PFDoA 0.003 EPA Method 533 Perfluoro(2-ethoxyethane) sulfonic acid PFEESA 0.003 EPA Method 533 Perfluoroheptanesulfonic acid PFHpS 0.003 EPA Method 533 Perfluorheptanoic acid PFHpA 0.003 EPA Method 533 1H, 1H, 2H, 2H-perfluorohexane sulfonic acid

4:2FTS 0.003 EPA Method 533

Perfluoro-4-methoxybutanoic acid PFMBA 0.003 EPA Method 533 Perfluoro-3-methoxypropanoic acid PFMPA 0.004 EPA Method 533 1H, 1H, 2H, 2H-perfluorooctane sulfonic acid

6:2FTS 0.005 EPA Method 533

Perfluoropentanoic acid PFPeA 0.003 EPA Method 533 Perfluoropentanesulfonic acid PFPeS 0.004 EPA Method 533 Perfluoroundecanoic acid PFUnA 0.002 EPA Method 533 N-ethyl perfluorooctanesulfonamidoacetic acid

NEtFOSAA 0.005 EPA Method 533

N-methyl perfluorooctanesulfonamidoacetic acid

NMeFOSAA 0.006 EPA Method 533

Perfluorotretradecanoic acid PFTA 0.008 EPA Method 533 Perfluorotridecanoic acid PFTrDA 0.007 EPA Method 533

Page 14: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

SPECIAL PROVISIONS

PREVAILING RATE:

Not less than the Prevailing Rate of Wages as found by the City of Galesburg, or the Department of Labor, or determined by the Court of Review, shall be paid to all Laborers, Workmen and Mechanics performing work under this contract.

CERTIFIED PAYROLLS:

All work is subject to the Davis-Bacon Act and all prevailing wage laws. The contractor and all subcontractors shall submit certified copies of his payroll weekly for all work undertaken on the project. Failure to keep current on submittal of payrolls shall be cause to withhold payment for completed work.

PROOF OF INSURANCE:

The contractor shall carry insurance as required by the Standard Provisions. Proof of various insurance coverage shall be submitted to the City and shall be kept in force until all work to be performed under the terms of the contract has been accepted.

Page 15: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

SPECIAL PROVISIONS TO COVER

LABOR AND MATERIAL PAYMENT

The Contractor shall not commence work under this contract until he has obtained a labor and Material Payment Bond, which has been approved by the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until subcontractor has a similar bond or the Contractor's bond covers the subcontractor's Labor and Material Payment.

Page 16: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

SPECIAL PROVISIONS TO COVER CONTRACTOR'S AND MUNICIPAL VENDORS

(As Amended 05/17/16)

The Contractor, or Municipal Vendor, shall not commence work under this contract until he has obtained all insurance required under this section, and such insurance has been approved by the City; nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all similar insurance required of the sub-contractor has been approved by the City.

The Contractor shall obtain and thereafter keep in force the following insurance coverages provided by insurance companies acceptable to the City and authorized to transact business under the laws of the State of Illinois. The insurance companies providing coverage shall be rated in the Best’s Key Rating Guide. The City will accept companies with a rating not lower than B+ provided the financial size category is VII or larger. Companies rated A- or better shall have a financial size category of not less than VI. Coverage limits shall be written at not less than the minimum specified in this section. Higher minimum limits and additional coverage may be specified by a special provision elsewhere in the contract. Whether stated in this section or elsewhere, the City does not warrant the adequacy of the types of insurance coverage or the limits of liability specified.

(a) Workers Compensation and Employers Liability (1) Workers compensation shall be provided according to the provisions of the Illinois Worker’s Compensation Act, as amended.

Notwithstanding the rating and financial size categories stated in this section, coverage may be provided by a group self-insurer authorized in Section 4(a) of the Act and approved pursuant to the rules of the Illinois Department of Insurance.

(2) Employers Liability. a. Each Accident $500,000 b. Disease-policy limit $500,000 c. Disease-each employee $500,000

(b) Commercial General Liability. Required liability insurance coverage shall be written in the occurrence form and shall provide coverage for operations of the Contractor; operations of subcontractors (contingent or protective liability); completed operations; broad form property damage and hazards of explosion, collapse and underground; and contractual liability. The general aggregate limit shall be endorsed on a per project basis. (1) General Aggregate Limit $2,000,000(2) Products-Completed Operation

Aggregate Limit $2,000,000(3) Each Occurrence Limit $1,000,000The coverage shall provide by an endorsement in the appropriate manner and form, the City, its officers, and employees shall be named as additional insureds with respect to the policies and any umbrella excess liability coverage for occurrences arising in whole or in part out of the work and operations performed. The City may accept a separate owner’s protective liability policy in lieu of the City, it’s officers, and employees being insureds on the Contractor’s policies.

(c) Commercial Automobile Liability. The policy shall cover owned, non-owned, and hired vehicles. Bodily Injury & Property Damage

Liability Limit Each Occurrence $1,000,000 (d) Umbrella Liability. Any policy shall provide excess limits over and above the other insurance limits stated in this Article. The Contractor may

purchase insurance for the full limits required or by a combination of primary policies for lesser limits and remaining limits provided by the umbrella policy.

All insurance shall remain in force during the period covering occurrences happening on or after the effective date and remain in effect during performance of the work and at all times thereafter when the Contractor may be correcting, removing, or replacing defective work until notification of the date of final inspection. Termination or refusal to renew shall not be made without 30 days prior written notice to the City by the insurer and the policies shall be endorsed so as to remove any language restricting or limiting liability concerning this obligation.

Certified copies of the original policies or certificate(s) of insurance by the insurer(s) issuing the policies and endorsements setting forth the coverage, limits, and endorsements shall be filed with the City before the City will execute the contract. A certificate of insurance shall include a statement “the coverage and limits conform to the minimums required by Article 107.27 of the Standard Specifications for Road and Bridge Construction“. Any exception or deviation shall be brought to the attention of the City for a ruling of acceptability. In no event shall any failure of the City to receive policies or certificates or to demand receipt be construed as a waiver of the Contractor’s obligation to obtain and keep in force the required insurance. All costs for insurance as specified herein will be considered as included in the cost of the contract. The Contractor shall, at his/her expense and risk of delay, cease operations if the insurance required is terminated or reduced below the required amounts of coverage. Coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor from his/her obligation to indemnify in excess of the coverage according to the contract.

The contractor, prior to execution of the contract, shall file with the City copies of completed certificates of insurance, satisfactory to the City, to afford protection against all claims for damages to public or private property, and injuries to persons, arising out of and during the progress of the work to its completion, being whenever the improvement called for by the contract shall have been completely performed on the part of the contractor and all parts of the work have been approved and accepted by the City, and the final payment made. The policy of insurance shall include the City as an additional insured or provide separate coverage with an Owner's Protective policy.

*Language of coverage in this section taken from IDOT Standard Specifications adopted April 1, 2016

Page 17: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

RETURN WITH BID TO THE CITY OF GALESBURG, ILLINOIS

CERTIFICATE OF COMPLIANCE

EMPLOYMENT SUPERVISORY SALES OFFICE SKILLED SEMI-SKILLED NON-SKILLED

WHITE

BLACK

OTHER

MALE

FEMALE(PLEASE FILL IN THE NUMBER OF EMPLOYEES IN EACH CLASS)

1. THE CONTRACTOR OF COMPANY WILL NOT DISCRIMINATE AGAINST ANY EMPLOYEES OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, CREED,COLOR, SEX, AGE, NATIONAL ORIGIN, HANDICAPPING CONDITION UNRELATED TO ABILITY TO PERFORM THE JOB; AND, WILL TAKE AFFIRMATIVE ACTION TO ENSURE THAT APPLICANTS ARE EMPLOYED WITHOUT REGARD TO THEIR RACE, CREED, COLOR, SEX, AGE, HANDICAP OR NATIONAL ORIGIN.SUCH ACTION SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: EMPLOYMENT, UPGRADING, DEMOTION OR TRANSFER,RECRUITMENT OR RECRUITMENT ADVERTISING, LAYOFF OR TERMINATION, RATES OF PAY OR OTHER COMPENSATION, AND SELECTION FOR TRAINING,INCLUDING APPRENTICESHIP. THE CONTRACTOR OR COMPANY AGREES TO POST, IN CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICANTS FOR EMPLOYMENT, NOTICES SETTING FORTH THE PROVISIONS OF THIS NON-DISCRIMINATION CLAUSE.

2. THE CONTRACTOR OR COMPANY WILL, IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR EMPLOYEES OR ON THEIR BEHALF, STATE THAT ALL QUALIFIED APPLICANTS WILL RECEIVE CONSIDERATION FOR EMPLOYMENT WITHOUT REGARD TO RACE, CREED, COLOR, SEX, AGE, HANDICAPPINGCONDITION UNRELATED TO ABILITY OR NATIONAL ORIGIN. THE SAME SHALL HOLD TRUE WHEN RECRUITMENT SOURCES ARE USED TO SECUREAPPLICANTS.

3. THE CONTRACTOR OR COMPANY AGREES TO NOTIFY ALL OF ITS SUBCONTRACTORS OF THEIR OBLIGATION TO COMPLY WITH THE NON-DISCRIMINATION POLICY.

4. IN THE EVENT OF THE CONTRACTOR’S OR COMPANY’S NON-COMPLIANCE WITH THE NON-DISCRIMINATION CLAUSES OF THE CONTRACT OR PURCHASE OR WITH ANY OF SUCH RULES, REGULATIONS OR ORDERS, THE CONTRACT OR PURCHASE MAY BE CANCELLED, TERMINATED OR SUSPENDED IN WHOLE OR IN PART AND THE CONTRACTOR OR COMPANY MAY BE DECLARED INELIGIBLE FOR FURTHER CITY CONTRACTS OR PURCHASES IN ACCORDANCE WITH THE AFFIRMATIVE ACTION PROGRAM ADOPTED BY THE GALESBURG CITY COUNCIL AT THEIR MEETING ON AUGUST 6, 1990

BY: __________________________________ BIDDER

Page 18: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

RETURN WITH BID CITY OF GALESBURG

MUNICIPAL VENDORS HOLD HARMLESS AGREEMENT

All vendors doing business with the City of Galesburg, Illinois, shall read and agree to sign this Hold Harmless Agreement. In lieu of the vendor signing this agreement, the City will accept being named as an additional insured on the vendor’s general liability policy only as respects specific operations performed by the vendor on behalf of or on the premises of the City of Galesburg, Illinois.

“In consideration of your permitting us, our servants, our agents, employees and representatives from time to time to enter upon or to place or maintain equipment upon premises owned or controlled by you for the purposes of servicing our account, we agree to indemnify and hold harmless the City and its’ agents and employees from and against all claims for personal injury or property damage, including claims against the City, its’ agents or servants, and all losses or expenses, including attorney’s fees that may be incurred by the City in defending such claims, rising out of or resulting from the performance of the work and caused in whole or in part by any negligent act or omission of the Municipal Vendor, or anyone directly or indirectly employed by the Municipal Vendor or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in anyway by any limitation on the amount or type of damages, compensation or benefits payable by or for the Municipal Vendor, under Workers’ Compensation Acts, Disability Acts, or other Employee Benefit Acts.”

Subscribed and sworn to before me this , 20

_______________________ Person, Firm, or Corporation

________________________________ Notary Public

Page 19: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

OR FAX TO: 309-343-4765

completely as possible to ensure proper payment to you. Please return completed form as soon as possible to The City of Galesburgat the above address or fax number. Please call 309-345-3674 w ith any questions.

BUSINESS NAME:

INDIVIDUAL NAME:(for Sole Proprietors as appears on Social Security Card)

BUSINESS ADDRESS:

CITY, STATE, ZIP:

YOUR TAXPAYER IDENTIFICATION NUMBER:

OR, YOUR SOCIAL SECURITY NUMBER:

PLEASE CHECK APPROPRIATE BOX:

Individual/Sole Proprietor Corporation Partnership Other

YOUR COMPANY PROVIDES:

Legal Services Services Materials Other

ARE YOU SUBJECT TO BACKUP WITHHOLDING?Yes No

PERSON TO CONTACT:

PHONE NUMBER:

UNDER PENALTY OF PERJURY, I CERTIFY THAT THE INFORMATION PROVIDED ABOVE IS CORRECT AND COMPLETE.

Signature Date

Title

If using SSN, enter the name on the card above as Individual Name.)

(FEIN or business tax ID. No.)

CITY OF GALESBURGATTN: A/P55 W TOMPKINS STGALESBURG, IL 61401

The follow ing information is needed to complete your vendor f ile and to comply w ith IRS requirements. Please f ill out this form as

THIS FORM IS BASED ON IRS REQUIRMENTS FOR THE SAME ESSENTIAL INFORMATION AS A W-9

RETURN TO:

Page 20: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

RFCP for Test Hole for Gravel Pack Well

City of Galesburg Operating Under Council – Manager Government Since 1957

The City of Galesburg will no longer be issuing checks for vendor payments. The City will pay vendors through ACH by automatically depositing payments to a bank checking/savings account (once a month) or payment to vendors can be made by credit card at the time of purchase.

In order to process your next payment, please fill out the following information and provide a copy of a void check. Please mail to City of Galesburg, Accounts Payable, P.O. Box 1589, Galesburg, IL 61402-1589 or fax the completed form and a void check, if the funds are being deposited to a checking account, to the fax number listed below.

Vendor Name:

Address:

City, State, Zip Code: ________________________________________

Phone Number:

Email Address:

Bank Name:

Checking/Savings Acct Number:

(Please indicate type of account by circling Checking or Savings)

Bank Routing Number:

Signature:

Payment information will be e-mailed to you approximately 2 days prior to the funds being credited to your bank account. If you have any questions, please contact me.

Tifani Miller Accounts Payable City of Galesburg 309/345-3674 309/343-4765 fax

City Hall • 55 West Tompkins Street • Galesburg, IL 61401 • 309/ 343-4181

Page 21: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing
Page 22: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Memorandum

4510 Paris Gravel Road - Hannibal, MO - Phone (573) 221-7714 - FAX (573) 221-7762

Form 202-Geo-H Revised 01/08/14

To: Mark Bross Of: Klingner and Associates

Copy to:

From: B. Joseph Sick

RE: City of Galesburg Well Siting Boring Logs

Project Name: Gravel Pack 6 Well Siting Study

Project No: 20-3029

Date: 1/29/2021

Mark, As requested, please see the B5, B6, and B7 boring logs for the soil sample borings and laboratory testing results from the requested geotechnical study for these additional boring locations. For hydraulic conductivity estimates of the coarse-grained soil (sands), we performed gradation analysis to utilize in conjunction with the Hazen empirical method of estimating the hydraulic conductivity values based on grain size, these values are indicated on the boring logs and on the gradation analysis data reports. The boring elevations were determined by referencing the northeast corner of a transformer pad just outside the northeast corner of the existing water plant perimeter fence at assumed elevation of 200.0. Please let us know if we can be of further assistance. Sincerely, GEOTECHNICS

Brian Joseph Sick, P.E.

Page 23: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

--------------------------

A P P E N D I X

---------------------------

TEST BORING LOCATION SKETCH

FIELD INVESTIGATION

LABORATORY INVESTIGATION

BORING LOGS - GENERAL INFORMATION

GRAIN SIZE DETERMINATIONS

BORING LOGS

Page 24: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing
Page 25: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing
Page 26: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

FIELD INVESTIGATION The field investigation consisted of site observation, subsurface exploration and sampling, as well as field testing and visual classification of the soils encountered in accordance with ASTM specifications. The site observation provided information concerning existing topography and recent manmade alterations, if any were observed. During the investigation the locations and ground elevations for each of the borings were determined, unless provided by others. Subsurface exploration and sampling was conducted in an effort to define the soil profile and to obtain disturbed and/or undisturbed representative samples of the various soils encountered for the purpose of the laboratory investigation. Dependent upon the field conditions and project requirements, test borings were completed with a CME 75 truck mounted or CME 55 track mounted drill rig equipped with either 3¼ or 4¼ inch I.D. hollow stem augers in accordance with ASTM D6151, 5 inch solid stem augers in accordance with ASTM D1452, or rotary drilling equipment in accordance with ASTM D5783. The hollow stem augers permit convenient access to the undisturbed soil below the auger bit which allows the driller to obtain a soil sample at the desired depth. The boreholes upon completion were backfilled with auger cuttings (soil) and boring plug (if requested). Periodic observation and maintenance of the backfilled boreholes should be performed to monitor for subsidence at the ground surface as the borehole backfill could settle over time. As the test borings were advanced, methods of sampling were employed to recover soils from the undisturbed strata below the auger bit. Representative disturbed samples were obtained from a standard Split Spoon and the samples were recovered by driving a 2 inch O.D. (1 3/8 inch I.D.) Split Spoon sampler in accordance with ASTM D1586. When subsurface conditions warranted, relatively undisturbed samples were obtained in cohesive soils by hydraulically pushing a thin walled seamless tube sampler into the soil in accordance with ASTM D1587. The Shelby Tubes were 2 or 3 inches in outside diameter depending upon the project requirements. One or both of these methods may have been utilized based on site conditions and/or job specific requirements. Additionally, disturbed samples collected from auger cuttings in accordance with ASTM D1452 may have been obtained as needed to further facilitate identification of the subsurface conditions. The recovered samples were described in the field according to color, texture, grain size, plasticity and consistency, as recommended by ASTM D2488, "Description and Identification of Soils (Visual-Manual Procedure)". Split Spoon samples when obtained were sealed/preserved in glass jars and labeled while Shelby Tube samples, when obtained, were sealed/preserved within the tubes and also labeled prior to transporting to our laboratory. Auger cuttings, when obtained, were sealed in an air tight container to preserve the natural moisture content. The samples were all carefully stored, preserved, and transported for later use in the laboratory testing program in general accordance with ASTM D4220. Field tests were conducted in an effort to estimate the shearing strength of the soil. Though the results of these tests were not used alone as a basis for shearing strength determination, they were helpful in predicting the behavior of the soil mass and should only be considered an approximate estimation. Where applicable, further laboratory testing and evaluation in conjunction with the field testing program was essential in determining the soil conditions.

Page 27: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

The field testing program included the Standard Penetration Test conducted in accordance with ASTM D 1586. In this test, administered during the Split Spoon sampling procedure, a 2 inch O.D. (1 3/8 inch I.D.) 24 inch long standard Split Spoon was driven into the soil through a depth of 18 inches by a 140 pound weight dropped a distance of 30 inches. The penetration resistance, "N", was recorded as the number of blows, from the falling weight, required to drive the sampler through the final 12 inches. This penetration resistance provided a measure of the apparent relative density of cohesionless soils and an estimate of the consistency of cohesive materials. Recovered cohesive samples were tested, when possible, by the use of a calibrated pocket penetrometer. The values from this test were considered an approximate measure of the consistency of the cohesive soils. The penetrometer values as well as the measures of penetration resistance were later correlated with the results of the laboratory tests conducted on cohesive soil samples obtained from the Split Spoon and/or Shelby Tube samples. The results of the field tests on each soil sample, as well as the soil descriptions, were recorded on field boring logs in accordance with ASTM D 5434 as the subsurface exploration progressed. These field boring logs were later modified to reflect the more elaborate analysis provided by the laboratory testing program. These modified field boring logs are the final boring logs that are attached to this report.

LABORATORY INVESTIGATION The laboratory investigation involved the completion of classification tests on select undisturbed samples as well as select disturbed samples of the soils that were obtained from the various soil layers encountered beneath the site. Based on the field logs/records and our examination of the samples in the laboratory, a soil testing program was developed to acquire more precise estimations and detailed information about the soil conditions at the site. Representative samples from the various soil strata were tested (site specific determination) in accordance with ASTM specifications. Dependent upon the sample availability and project requirements the laboratory testing on select representative samples included such soil index testing as natural moisture content (ASTM D2216), atterberg limits testing (ASTM D4318) and grain size analysis (ASTM D422). These parameters were used in identifying the soils through the Unified Soil Classification System in accordance with ASTM D 2487. This System, which is standardized and widely accepted, enables the Geotechnical Engineer to classify a soil using quantitative test results. A brief description of this classification system is contained in this report. Estimated predictions of the soil behavior during and after construction may readily be made through the use of this comparative type of classification. Disturbed Split Spoon and/or relatively undisturbed Shelby Tube samples of cohesive soils were tested to determine unit weight and an approximation of the unconfined compressive strength. These tests were conducted with controlled strain by the use of a hand-operated compression apparatus with a double proving ring in accordance with ASTM D 2166. The results of some of the tests must be considered cautiously, recognizing that Split Spoon samples are disturbed and when tested, will generally provide slightly conservative values in relation to the probable conditions in the field. The relatively undisturbed Shelby Tube samples, however, should approach more closely the condition of the soils in-situ and the results of unconfined compression tests on these samples are typically considered to be fairly indicative of the in-situ soil conditions. When indicated, the undrained shear strength of saturated fine-grained soils was estimated utilizing the miniature vane shear test in accordance with ASTM D4648.

Page 28: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Additional laboratory testing in accordance with ASTM standards such as specific gravity, moisture-density relationship, relative density, hydraulic conductivity, consolidation, direct shear, triaxial compression, among others, are utilized when applicable for project specific requirements. Upon completion of the laboratory testing program the final boring logs were prepared utilizing the data obtained from the laboratory testing and the initial data/records contained on the field boring logs. The remaining soil samples after the project testing is completed will be held for a minimum period of one month. After one month, the samples are typically discarded unless prior notification is provided to us.

B O R I N G L O G S GENERAL INFORMATION I. DRILLING AND SAMPLING SYMBOLS:

HA - Hollow or Solid Stem Continuous Flight Auger Disturbed Samples

SS - Split Spoon Sample (2" O.D. - 1 3/8" I.D.) Obtained Following the Standard Penetration Test

2ST - Shelby Tube Sample (2" O.D.)

3ST - Shelby Tube Sample (3" O.D.)

II. SOIL IDENTIFICATION: The soils have been identified by Visual-Manual procedures in accordance with ASTM Standards (ASTM D 2488). Where specifically noted, the soils have been classified using the Unified Soil Classification System (ASTM D 2487). Classification estimates are in parentheses when applicable.

RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of Components Present in Sample by Percent of Dry Weight

Trace < 15

With 15-29

Modifier > 30

RELATIVE PROPORTIONS OF FINES

Descriptive Term(s) of Components Present in Sample by Percent of Dry Weight Trace < 5

With 5-12

Modifier > 12

Page 29: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

GRAIN SIZE TERMINOLOGY Major Component of Sample and Size Range

Boulders Over 12 in.

Cobbles 12 in. to 3 in.

Gravel 3 in. to #4 sieve

Sand #4 sieve to #200 sieve

Silt or Clay Passing #200 sieve

SOIL STRUCTURE TERMINOLOGY

Parting: Paper Thin in Size

Seam: 1/8" to 3" in Thickness

Layer: Greater than 3" in Thickness

Interbedded: Alternating Soil Type Layers

Laminated: Thin Layers of Varying Color and Texture, or Composition

Slickensided: Having Inclined Planes of Weakness that are Slick and Glossy in Appearance

Fissured: Containing Shrinkage Cracking, Frequently Filled with Fine Sand or Silt, Usually

Vertical

Ferrous: Containing Appreciable Iron

Desiccated: Soil that has been Subjected to a Thorough Drying Process

III. SOIL PROPERTY SYMBOLS:

MC - Natural Moisture Content in %.

DRY WT.- Unit Dry Weight in Pounds per Cubic Foot.

LL - Liquid Limit in %.

PL - Plastic Limit in %.

PI - Plasticity Index in %

Qp - Unconfined Compressive Strength in Tons per Square Foot Calibrated Penetrometer Value

Qu - Unconfined Compressive Strength in Tons per Square Foot Obtained in Laboratory at

Controlled Rate of Strain

BLOWS - The "blows" are the recorded results of the Standard Penetration Test (SPT). In this field

test, a standard Split Spoon Sampler (2" O.D.- 1 3/8" I.D.) is driven into the soil for a total penetration of 18 inches by a 140-pound hammer which is repeatedly dropped freely for a distance of 30 inches.

The number of blows are recorded (field logs) for each 6 inches of penetration, and the penetration resistance, "N", is considered as the number of blows required for the last 12 inches of penetration. EXAMPLE: 3-8-6 "N" = 14 blows/foot The SPT "N" value for split-spoon refusal conditions is typically estimated as greater than 100 blows per foot. When split-spoon refusal occurs, often little or no sample is recovered.

Page 30: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

For our own in-house purposes, refusal is estimated at 50 blows per 6 inches. Where the sampler is observed not to penetrate after 50 blows, the "N" value is reported as 50/0". Otherwise, the depth of penetration after 50 blows is reported in inches (i.e. 50/5", 50/2"). Should the sampler not penetrate the full 18 inches, the results are recorded as follows: EXAMPLE: 6-21-50/3" This means that 6 blows were required for the first 6 inches of penetration, 21 blows were required for the second 6 inches of penetration, and 50 blows were required for the last 3 inches of penetration.

- Groundwater Level During Drilling

▼ - Groundwater Level at Indicated Hours Following Boring Completion IV. APPROXIMATE RELATIVE DENSITY AND CONSISTENCY OF SOILS ON THE BASIS OF THE STANDARD PENETRATION TEST: NONCOHESIVE SOILS COHESIVE SOILS* BLOWS/FT.** RELATIVE DENSITY BLOWS/FT ** CONSISTENCY 0 - 4 Very Loose 0 - 2 Very Soft 4 - 10 Loose 2 - 4 Soft 10 - 30 Medium Dense 4 - 8 Medium 30 - 50 Dense 8 - 15 Stiff 50+ Very Dense 15 - 30 Very Stiff 30+ Hard

* Use with caution **Penetration Resistance "N"

V. QUANTITATIVE EXPRESSIONS FOR THE CONSISTENCY OF CLAYS: UNCONFINED COMPRESSIVE STRENGTH CONSISTENCY T.S.F. FIELD IDENTIFICATION

Very Soft 0.0 - 0.25 Easily penetrated several inches by fist.

Soft 0.25 - 0.5 Easily penetrated several inches by thumb.

Medium 0.5 - 1.0 Penetrated by thumb with moderate effort.

Stiff 1.0 - 2.0 Readily indented by thumb but penetrated only with great effort.

Very Stiff 2.0 - 4.0 Readily indented by thumbnail.

Hard 4.0+ Indented with difficulty by thumbnail.

Page 31: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing
Page 32: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Tested By: AJK AJK MAS Checked By: BJS

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine to Coarse, Medium Dense

Poorly Graded Sand (SP), Yellow Brown,Medium, Trace Gravel, Medium Dense

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Medium Dense

Estimated Ks = 1.1 E-01 cm/sec

Estimated Ks = 7.6 E-02 cm/sec

Estimated Ks = 3.6 E-02 cm/sec

inches numbersize size

0.0 41.0 57.1 1.9 SP

0.0 7.9 88.1 4.0 SP

0.0 1.1 96.8 2.1 SP

3/4"1/2"3/8"

100.094.984.0

100.098.4 100.0

#4#8#16#30#50

#100#200

59.045.936.326.38.13.51.9

92.183.469.927.610.7

6.94.0

98.995.089.379.330.8

4.92.1

4.9229 0.9881 0.4426

0.7241 0.6268 0.2962

0.3292 0.2748 0.1903

0.32 1.45 1.04

14.95 3.60 2.33

Location: Boring 5 Depth: 50-51½ ft. Sample Number: 10

Location: Boring 5 Depth: 60-61½ ft. Sample Number: 12

Location: Boring 5 Depth: 70-71½ ft. Sample Number: 14

City of Galesburg

Gravel Pack 6 Well Siting Study

20-3029

PL PI+3" % GRAVEL % SAND % SILT % CLAY USCS LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.0010.010.1110100

6 in.

3 in.

2 in.

in.

1 in.

¾ in.

½ in.

3/8

in.

#4

#10

#20

#30

#40

#60

#100

#140

#200

Particle Size Distribution Report (ASTM C136)

Page 33: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Tested By: AJK Checked By: BJS

Poorly Graded Sand with Gravel (SP), YellowBrown, Medium to Fine, Dense

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Dense

Estimated Ks = 5.5 E-02 cm/sec

Estimated Ks = 3.0 E-02 cm/sec

inches numbersize size

0.0 21.7 75.3 3.0 SP

0.0 0.2 96.9 2.9 SP

1"3/4"3/8"

100.083.182.1 100.0

#4#8#16#30#50

#100#200

78.372.863.545.315.95.83.0

99.899.698.874.630.1

7.22.9

0.9895 0.4768

0.4250 0.2997

0.2338 0.1744

0.78 1.08

4.23 2.73

Location: Boring 5 Depth: 85-86½ ft. Sample Number: 17

Location: Boring 5 Depth: 95-96½ ft. Sample Number: 19

City of Galesburg

Gravel Pack 6 Well Siting Study

20-3029

PL PI+3" % GRAVEL % SAND % SILT % CLAY USCS LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.0010.010.1110100

6 in.

3 in.

2 in.

in.

1 in.

¾ in.

½ in.

3/8

in.

#4

#10

#20

#30

#40

#60

#100

#140

#200

Particle Size Distribution Report (ASTM C136)

Page 34: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Tested By: AJK MAS AJK Checked By: BJS

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Trace Gravel, Very Loose

Poorly Graded Sand (SP), Yellow Brown,Medium to Fine, Trace Gravel, Medium Dense

Poorly Graded Sand with Gravel (SP), YellowBrown, Medium to Coarse, Medium Dense

Estimated Ks = 4.2 E-02 cm/sec

Estimated Ks = 1.1 E-01 cm/sec

Estimated Ks = 2.7 E-01 cm/sec

inches numbersize size

0.0 9.3 90.5 0.2 SP

0.0 9.7 89.5 0.8 SP

0.0 37.6 61.1 1.3 SP

3/4"1/2"3/8"

100.095.7

100.095.994.8

100.087.182.2

#4#8#16#30#50

#100#200

90.786.780.773.829.91.10.2

90.386.077.345.8

6.41.90.8

62.447.733.212.9

4.82.51.3

0.4631 0.7689 4.3368

0.3007 0.4703 1.0599

0.2049 0.3299 0.5200

0.95 0.87 0.50

2.26 2.33 8.34

Location: Boring 7 Depth: 15-16½ ft. Sample Number: 3

Location: Boring 7 Depth: 25-26½ ft. Sample Number: 5

Location: Boring 7 Depth: 40-41½ ft. Sample Number: 8

City of Galesburg

Gravel Pack 6 Well Siting Study

20-3029

PL PI+3" % GRAVEL % SAND % SILT % CLAY USCS LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.0010.010.1110100

6 in.

3 in.

2 in.

in.

1 in.

¾ in.

½ in.

3/8

in.

#4

#10

#20

#30

#40

#60

#100

#140

#200

Particle Size Distribution Report (ASTM C136)

Page 35: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Tested By: MAS AJK AJK Checked By: BJS

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine to Coarse, Medium Dense

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Medium Dense

Poorly Graded Sand with Gravel (SP), YellowBrown, Medium to Coarse, Medium Dense

Estimated Ks = 7.1 E-02 cm/sec

Estimated Ks = 9.0 E-03 cm/sec

Estimated Ks = 1.8 E-01 cm/sec

inches numbersize size

0.0 39.4 57.8 2.8 SP

0.0 0.2 95.7 4.1 SP

0.0 41.8 55.9 2.3 SP

1"3/4"1/2"3/8"

100.091.279.776.0 100.0

100.089.885.375.9

#4#8#16#30#50

#100#200

60.647.737.124.511.65.32.8

99.899.799.293.635.618.6

4.1

58.247.336.517.0

6.34.02.3

4.6243 0.4006 5.2253

0.7929 0.2715 0.9306

0.2657 0.0948 0.4220

0.51 1.94 0.39

17.40 4.23 12.38

Location: Boring 7 Depth: 60-61½ ft. Sample Number: 12

Location: Boring 7 Depth: 65-66½ ft. Sample Number: 13

Location: Boring 7 Depth: 75-76½ ft. Sample Number: 15

City of Galesburg

Gravel Pack 6 Well Siting Study

20-3029

PL PI+3" % GRAVEL % SAND % SILT % CLAY USCS LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.0010.010.1110100

6 in.

3 in.

2 in.

in.

1 in.

¾ in.

½ in.

3/8

in.

#4

#10

#20

#30

#40

#60

#100

#140

#200

Particle Size Distribution Report (ASTM C136)

Page 36: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

Tested By: AJK Checked By: BJS

Poorly Graded Sand (SP), Yellow Brown,Medium, Trace Gravel, Medium Dense

Poorly Graded Sand (SP), Gray, Fine, MediumDense

Estimated Ks = 1.2 E-01 cm/sec

Estimated Ks = 2.5 E-02 cm/sec

inches numbersize size

0.0 7.5 90.8 1.7 SP

0.0 0.0 98.8 1.2 SP

3/8" 100.0 #4#8#16#30#50

#100#200

92.583.267.728.47.53.31.7

100.099.999.584.4

5.71.2

1.0139 0.2394

0.6188 0.1895

0.3496 0.1579

1.08 0.95

2.90 1.52

Location: Boring 7 Depth: 85-86½ ft. Sample Number: 17

Location: Boring 7 Depth: 95-96½ ft. Sample Number: 19

City of Galesburg

Gravel Pack 6 Well Siting Study

20-3029

PL PI+3" % GRAVEL % SAND % SILT % CLAY USCS LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.0010.010.1110100

6 in.

3 in.

2 in.

in.

1 in.

¾ in.

½ in.

3/8

in.

#4

#10

#20

#30

#40

#60

#100

#140

#200

Particle Size Distribution Report (ASTM C136)

Page 37: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

0

5

10

15

20

25

30

Ground SurfaceTopsoil (10")

Sandy Lean Clay (CL), Gray, Silty, Moist

Clayey Sand over Silty Sand (SC/SM), Gray,Very Loose, Moist

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Very Loose, Wet

(SP), Fine to Medium, Loose

(SP), Fine to Coarse, Medium Dense

(SP), Fine to Medium, Loose

Light to Medium Gravel (29 to 31 ft.)Poorly Graded Sand with Gravel (SP), YellowBrown over Gray, Fine to Coarse, With GravelSeam, Medium DenseSandy Lean Clay (CL), Gray, Silty, Very Stiff

175.80.8

171.65.0

166.610.0

147.629.0

145.631.0

1

2

3

4

5

6

SS

SS

SS

SS

SS

SS

2

2

9

11

9

26

21.5

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 5

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.6

Boring Started: 1/18/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/19/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

176.6

144.1

Sheet 1 of 4

Page 38: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

35

40

45

50

55

60

65

Light Gravel (32 to 34 ft.)

Sandy Lean Clay (CL), Gray, Silty, With Seamsof Fat Clay and Silty Sand, Hard

Silt (ML), Gray, Clayey, Trace Gravel, Dense/Hard

Fat Clay (CH), Gray, Very Stiff

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine to Coarse, Medium Dense

(SP), Fine to Coarse, Medium Dense

Estimated Ks = 1.1 E-01 cm/sec

(SP), Medium to Coarse, Medium Dense

Poorly Graded Sand (SP), Yellow Brown,Medium, Trace Gravel, Medium Dense

Estimated Ks = 7.6 E-02 cm/sec

Medium Gravel (64 to 65 ft.)

4.5+

3.50

136.640.0

131.645.0130.646.0

116.660.0

7

8

9

10

11

12

SS

SS

SS

SS

SS

SS

43

41

27

20

26

19

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 5

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.6

Boring Started: 1/18/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/19/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

144.1

111.6

Sheet 2 of 4

Page 39: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

65

70

75

80

85

90

95

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Medium Dense

(SP), Fine to Medium, Medium Dense

Estimated Ks = 3.6 E-02 cm/sec

(SP), Fine to Medium, Trace Gravel, MediumDense

(SP), Fine to Medium, Trace Gravel, MediumDense

Poorly Graded Sand with Gravel (SP), YellowBrown, Medium to Fine, Dense

Estimated Ks = 5.5 E-02 cm/sec

(SP), Fine to Medium, With Gravel Seam,Medium Dense

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Dense

Estimated Ks = 3.0 E-02 cm/sec

91.685.0

81.695.0

13

14

15

16

17

18

19

SS

SS

SS

SS

SS

SS

SS

21

21

27

21

32

29

40

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 5

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.6

Boring Started: 1/18/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/19/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

111.6

79.1

Sheet 3 of 4

Page 40: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

100

105

110

115

120

125

130

(SP), Fine (Poor Sample)

End of Boring @ 100 Ft.76.6100.0 20

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 5

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.6

Boring Started: 1/18/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/19/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

79.1

Sheet 4 of 4

Page 41: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

0

5

10

15

20

25

30

Ground SurfaceTopsoil (10")

Sandy Lean Clay (CL), Gray, Silty, Moist

Fat Clay (CH), Gray mottled Reddish Brown,Soft, MoistClayey Sand (SC), Gray, Very Loose, Moist

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Very Loose, Wet

End of Boring @ 11½ Ft.

175.90.8

171.75.0

170.76.0

166.710.0

165.211.5

1

2

SS

SS

3

1

34.7

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 6

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.7

Boring Started: 1/18/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/20/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

176.7

Sheet 1 of 1

Page 42: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

0

5

10

15

20

25

30

Ground SurfaceTopsoil (10")

Sandy Lean Clay (CL), Gray, Silty, Moist

(CL), Silty, Medium, Moist

Silty Sand (SM), Gray, Very Loose, Moist

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Loose, Wet

(SP), Fine to Medium, Trace Gravel, Very Loose

Estimated Ks = 4.2 E-02 cm/sec

(SP), Fine over Medium to Coarse, Loose

Poorly Graded Sand (SP), Yellow Brown,Medium to Fine, Trace Gravel, Medium Dense

Estimated Ks = 1.1 E-01 cm/sec

(SP), Fine to Medium, Trace Gravel, MediumDense

175.20.8

170.06.0

166.010.0

1

2

3

4

5

6

SS

SS

SS

SS

SS

SS

4

5

3

9

12

13

19.2

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 7

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.0

Boring Started: 1/20/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/20/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

176.0

143.5

Sheet 1 of 4

Page 43: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

35

40

45

50

55

60

65

Medium Gravel (33½ to 34½ ft.)

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Trace Gravel, Medium Dense

Poorly Graded Sand with Gravel (SP), YellowBrown, Medium to Coarse, Medium Dense

Estimated Ks = 2.7 E-01 cm/sec

Sporadic Light Gravel (41 to 45 ft.)

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Medium Dense

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine, Medium Dense

Poorly Graded Sand (SP), Yellow Brown, Fine,Medium Dense

Light Gravel (57 to 63 ft.)

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine to Coarse, Medium Dense

Estimated Ks = 7.1 E-02 cm/sec

136.040.0

131.045.0

126.050.0

121.055.0

119.057.0

113.063.0

7

8

9

10

11

12

SS

SS

SS

SS

SS

SS

18

12

18

17

21

27

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 7

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.0

Boring Started: 1/20/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/20/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

143.5

111.0

Sheet 2 of 4

Page 44: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

65

70

75

80

85

90

95

Poorly Graded Sand (SP), Yellow Brown, Fine toMedium, Medium Dense

Estimated Ks = 9.0 E-03 cm/sec

Sporadic Light Gravel (69 to 83 ft.)

Poorly Graded Sand with Gravel (SP), YellowBrown, Fine to Coarse, Dense

(SP), Medium to Coarse, Medium Dense

Estimated Ks = 1.8 E-01 cm/sec

(SP), Medium to Coarse, Medium Dense

Poorly Graded Sand (SP), Yellow Brown,Medium, Trace Gravel, Medium Dense

Estimated Ks = 1.2 E-01 cm/sec

(SP), Greenish Brown, Fine to Medium, TraceGravel, Medium Dense

(SP), Gray, Fine, Medium Dense

Estimated Ks = 2.5 E-02 cm/sec

107.069.0

91.085.0

13

14

15

16

17

18

19

SS

SS

SS

SS

SS

SS

SS

20

33

25

25

16

19

20

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 7

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.0

Boring Started: 1/20/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/20/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

111.0

78.5

Sheet 3 of 4

Page 45: CITY OF GALESBURG · 2021. 4. 13. · gravel pack, installing casing pipe, grouting and sealing as necessary to protect the water aquifer below ground, yield and pump testing, providing

100

105

110

115

120

125

130

Poorly Graded Sand (SP), Greenish Brown, Fine,Medium Dense

End of Boring @ 101½ Ft.74.5101.5

20 SS 14

Project No.: 20-3029 Rig: CME 55 (B-55)Boring Log

Project: Gravel Pack 6 Well Siting Study Location: Oquawka, IL

Driller: AJKClient: City of Galesburg

Boring No.: 7

Drill Method: 3 1/4" HSA and AW Rod Groundwater Elev. During Drilling: 168.0

Boring Started: 1/20/2021 Groundwater Elev. @ Comp.:

Boring Completed: 1/20/2021 Groundwater Elev. @ Hrs.:

Tested By: BJS/AJK/NAS Boring Location: See Location Image

Logging By: MAS

De

pth

(ft

.)

SUBSURFACE PROFILE

Sym

bo

l

Description

Qp

, t.

s.f

.

Dry

De

ns

ity

,P

.C.F

.

De

pth

/Ele

v.

Nu

mb

er

SAMPLE

Ty

pe

Blo

ws

/ft.

Qu

, T

.S.F

. Standard PenetrationTest

blows/ft.

10 20 30 40

Water Content %

10 20 30 40

Wp Wl

78.5

Sheet 4 of 4