HomeMy WebLinkAboutUnderground Storage Tank System Closure Project
Augusta Richmond GA
DOCUMENT NAME: U(\J'DEF.C1s-R.ou,v\) <S\DR.A~~ TANK S'l~Te rr)
C.L.DS\JRt: PR-O"0SCI
DOCUMENT TYPE: c....D r:> \" (Z(4 C I
YEAR: 1 99 ct
BOX NUMBER: to
FILE NUMBER: } ~ ~cr 1..0
NUMBER OF PAGES:
q1
,~ -.--:-:
Ji
I
II
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
-
J.;i; #'/3 %<JC
CONTRACT DOCUMENT
AND
TECHNICAL SPECIFICATIONS
UNDERGROUND STORAGE TANK SYSTEM'
CLOSURE PROJECT
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
BOARD OF COMMISSIONERS
AUGUSTA
DEPARTMENT OF PUBLIC WORKS AND ENGINEERING
ENGINEERING DIVISION
AND-
DEPARTMENT OF RISK MANAGEMENT
. March 1998
::
._Il:.~
Department of Public Works and Engineering
Jack Murphy, Interim Director of Pubic Works
Room 701,530 Greene Street
Augusta, Georgia 30911
(706) 821-1706 FAX (706) 821-1708
Clifford A. Goins, Interim Assistant Director
Public Works - Engineering Division
September 4, 1998
Mr. Robert L. Weyand, P.G.
Southeast Regional Director
Claytori Environmental Consultants
400 Chastain Center Blvd., NW
Suite 490
Ke:nnesaw, GA 30144
RE:
Underground Storage Tank System Closure (Bid Item # 98-125)
Augusta-Richmond County File Reference: 98-057
Dear Mr. Weyand:
This is your "Notice to Proceed" with the construction ofthe above referenced project in
accordance with the Contract Document and Specifications as prepared by Augusta-
Richmond County's Department of Public Works and Engineering dated March 1998.
You are to begin work on or before September 14, 1998 and fully complete the project on
or before December 12, 1998 (Ninety (90) calendar days).
We are enclosing herewith two (2) copies of the executed contract document. Please forward
one (1) copy to your surety.
If you have any questions, please contact us at (706) 821-1706.
Sincerely,
~) ,/.,' .
.'4 ?tttf-C/vP,U(/It
Hameed U. Malik, Ph. D., P.E.
Envi.ronmental Engineer .
Enclosure
XC: Lena 1. Bonner, Clerk of Commission (wi enclosure)
Sandra M. Wright, Risk Management (w/enclosure)
Jack Murphy, Public Works & Engineering (w/o enclosure)
Clifford A. Goins, Public Works & Engineering (w/o enclosure)
File (w/enclosure)
HUM/PSM
'JI'"
I
I
.1
I
I
I
I
,I
I
I
I
,I
I
I
I
I
I
I
I
TABLE OF CONTENTS
CONTRACT DOCUMENT
AND
TECHNICAL SPECIFICATIONS
UNDERGROUND STORAGE TANK SYSTEM CLOSURE
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
PROJECT SITE INFORMATION
BIDDING REQUIREMENTS
ADV
IFB
P
BB
Q
Advertisement for Bidders
Information for Bidders
Proposal
Bid Bond
Questionnaire
CONTRACT FORMS
NOA
A
PB
COA
NP
Notice of Award
Agreement
Performance Bond and Labor and
Material Payment Bond
Certification of Owner's Attorney
Notice to Proceed
CONTRACT CONDITIONS
GC
SGC
SC
General Conditions
Supplemental General Conditions
Special Conditions
TECHNICAL SPECIFICATIONS
General Requirements
Site Work
END OF TABLE OF CONTENTS
ARC- UST Removal (98)
Table of Content
Page I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NotH:
I
I
I
I
MS
kero
Above Ground System
Mineral Spirit
Kerosene
xx
Actual Capacity might Vary
Page 1 of 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
BIDDING REQUIREMENTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INVITATION TO BID
SEALED BIDS for furnishing all materials, labor, tools, machinery, etc. necessary for:
Bid Item # 98-125
PERMANENT CLOSURE OF
UNDERGROUND STORAGE TANK SYSTEM (USTS)
Located at
VARIOUS FACILITIES
Of Augusta-Richmond County
Augusta, Georgia
Will be received by
AUGUSTA COMMISSION
at the Purchasing Department, Room 605 Municipal Building, 530 Greene Street, Augusta, GA
30911 unti/11 :00 a.m. on the 16 th day of June. 1998, at which time all bids will be publicly
opened and read in the presence of those interested.
All work shall be in accordance with the Georgia State and Federal Underground Storage Tank
(UST) Rules & Regulations, and the Contract Document & Technical Specifications of the
Assistant Director of Engineering Division, Department of Public Works and Engineering,
hereinafter referred to as the Engineer.
Copies of the Contract Documents may be examined during regular business hours at the
En9ineering Office, yth Fioor or at .the Purchasing Office, 6th Floor Municipal Building, 530 Greene
Stmet, Augusta, Georgia.
Copies may be obtained for bidding purposes at the Purchasing Office upon payment of $25.00
(Non-refundable) for each set of documents issued.
Bids shall be addressed to Augusta-Richmond County Purchasing Department, Room 605
Municipal Building, Augusta, GA 30911 marking the envelope:
Bid Item # 98-125
"Bid for Underground Storage Tank Removal"
Bidcler must submit written evidence that he has completed a minimum of three (3) Underground
Tank Removal Projects similar to the proposed project.
Bids shall be completed and submitted as described in the Information for Bidders section of the
Contract Documents. Bidder must also submit other documentation as called in for in Section of
Information for Bidders.
A 10% Bid Guarantee, a 100% Performance Bond, and a Labor and Material Bond will be
required.
Bidders are cautioned that sequestration of bidding documents through any source other than the
office of the Purchasing Department is not advisable. Acquisition of bidding documents from
unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his proposal.
ARC - UST Removal (98)
Advertisement
ADV 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
It is the wish of the Owner that minority businesses be given the opportunity to bid on the various
parts of the work. This desire on the part of the Owner is not intended to restrict or limit
competitive bidding or to increase the cost of the work. The Owner supports a healthy free
market system that seeks to include responsible businesses and provide ample opportunity for
business growth and development.
No bid may be withdrawn for a period of sixty (60) days after the date and time set for the receipt
of bids.
It will be mandatory for all Bidders to attend a pre-Bid Conference to be held at the Engineering
Office at 2:00 P.M. on June3. 1998.
ARC - UST Removal (98)
Advertisement
ADV2
I
I
I
Tile Owner reserves the right to waive any informalities in bidding and to reject any or all bids.
I
Geri A Sams, Purchasing Director
Augusta-Richmond County Government
Advertised in Augusta Chronicle Mav 18. 26. & June 2. 9. 1998.
Metro Courier May 20. 1998
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
ARC - UST Removal (98)
Advertisement
ADV3
I
I
I
I
I
INFORMATION FOR BIDDERS
Bids will be received by Augusta Commission, Georgia, (hereinafter called the "Owner"), at the
office of the Purchasing Director until 11 a.m., on , 1998 and then at said office
publicly opened and read aloud.
I
Each bid shall be submitted at or before the time and at the place indicated in the Bids Wanted
and shall be submitted in a sealed envelope. The envelop shall be marked on the exterior as bid
for UNDERGROUND STORAGE TANK REMOVAL, and the envelope should bear on the outside
the name of the bidder, his address and his license number, if applicable. If the Bid is sent
through the mail or other delivery system, the sealed envelop shall be enclosed in a separate
envelop with the notation "SEALED BID ENVELOPE ENCLOSED" on the face thereof.
I
I
No Bid will be accepted from any Bidder unless he can present satisfactory evidence that he is
skilled in work of a similar nature to that covered by the Contract Document, and he has sufficient
assets to meet all obligations to be incurred in carrying out ~he work.
/1' )
I '
All bids must be made on the required bid form. All blar;iks/spaces for bid prices must be filled in,
in ink or typewritten, and the bid form must be fully comPreted and executed when submitted.
Only one copy of the bid form is required.
I
Thl3 owner may waive any informalities or minor defects or rejects any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified shall not be
considered. No bidder may withdraw a bid within sixty (60) days after the actual date of the
opening thereof. Should there be reasons why the Contract cannot be awarded within the
specified period, the time may be extended by mutual agreement between the owner and the
bidder.
I
I
I
Bidder must be satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule
by examination of the site and a review of the drawings and specifications including addenda.
After bids have been submitted, the bidder shall not assert that there was a misunderstanding
concerning the quantities of work or of the nature of the work to be done.
I-
I
I
The Contract Documents contain provisions required for the construction of the project.
Information obtained from an officer, agent, or employee of the Owner or any other person shall
not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of
the conditions of the contract.
I
I
I
A bid bond payable to the Owner must accompany each bid for ten (10) percent of the total
amount of the bid. As soon as the bid prices have be.en compared, the owner will return the
bonds of all except the three lowest responsible bidders. When the Agreement is executed the
bonds of the remaining unsuccessful bidders will be returned. The bid bond of the successful
bidder will be retained until the payment and performance bond have been executed and
approved, after which it will be returned. A certified check may be used in lieu of a bid bond.
A performance bond and a payment bond, each in the amount of hundred (100) percent of the
contract price, with a corporate surety approved by the owner, will be required for the faithful
performance of the Contract.
Attorneys-in-fact who sign bid bonds or payment bonds and performance bonds must file with
each bond a certified and effective dated copy of their power of attorney.
I
I
The party to whom the contract is awarded will be required to execute the agreement and obtain
the performance bond and payment bond within ten (10) calendar days from the date when notice
ARC - UST Removal (98)
Information for Bidders
IFB 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
of award is delivered to the bidder. The necessary Agreement and bond forms shall accompany
the notice of award. In Case of failure of the bidder to execute the Agreement, the Owner may at
his option, consider bidder in default, in which case, the bid bond accompanying the proposal
shall become the property of the Owner.
The Owner within ten (10) days of receipt of acceptable performance bond, payment bond and
A9reement signed by the party to whom the Agreement was awarded, shall sign the Agreement
and return to such party an executed duplicate of the Agreement. Should the Owner not execute
the Agreement within such period, the bidder may, by written notice, withdraw his signed
agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner.
Thl~ notice to proceed shall be issued within ten (10) days of the execution of the Agreement by
the Owner. Should there be reasons why the notice to proceed cannot be issued within such
period, the time may pe extended by mutual agreement between the Owner and the Contractor.
If the notice to proceed has not been issued within ten-day period or within the period mutually
agreed upon, the Contractor may terminate the Agreement without further liability on the part of
either party.
The Owner may make such investigations as he deems necessary to determine the ability of the
bidcler to perform the work and the bidder shall furnish the Owner all such information and data
for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the
evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is
properly qualified to carry out the obligations of the Agreement and complete the work
contemplated therein.
A conditional or qualified bid will not be accepted.
Award will be made as a whole to one bidder.
All applicable laws, ordinates and rules and regulations of all authorities having jurisdiction over
the construction of the project shall apply to the contract throughout.
Each bidder is responsible for inspecting the site and for reading and being thoroughly familiar
with the Contract Documents. The failure or omission of any bidder to do any of the foregoing
shall in no way relieve any bidder from any obligation in respect to his bid.
The low bidder must supply the names and addresses of major material suppliers and
subcontractors when requested to do so by the Owner.
The Owner will conduct inspection trips for prospective bidders if requested in writing by the
bidder. Such request shall be directed to the Engineer by the bidder.
The bidder agrees to abide by the requirements under Executive order No. 11246, as amended,
including specifically the provisions of the Equal Opportunity clause set forth in the Supplemental
General Conditions.
The Engineer is the Augusta-Richmond County Assistant Director of Engineering Division.
All bidders are encountered to utilize, to the maximum extent possible, local labor forces and
suppliers of materials, which have residences, offices or places of business within Augusta-
Richmond County, Georgia. Whiie Augusta-Richmond County encourages the utilization of local
laborers and supplies on a purely voluntary basis on local public works projects, nothing
contained herein shall impose any legal or contractual obligation for any bidder to do so.
END OF INFORMATION FOR BIDDERS
ARC - LJST Removal (98)
Information for Bidders
IFB 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
__~-'o=-=--'..."'-
PROPOSAL
FOR
REMOVAL OF UNDERGROUND STORAGE TANK SYSTEMS
LOCATED AT VARIOUS FACILITIES OF
AUGUSTA RICHMOND COUNTY
PROJECT REFERENCE 98~57
!~ugusta-Richmond County Commission-Council
Municipal Sui/ding
Augusta. Georgia 30911
Gentlemen:
Tne undersigned as bidder, herein referred to as singular and masculine, declares as follows:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the Contract Documents, including
the drawings and technical specifications;
3. He understands that information reiative to existing structures and underground
utilities as furnished to him on the Crawings, Contract Documents or by the Engineer,
carries no guarantee expressed or implied as to its completeness or accuracy and he
has made due allowances therefor;
4. He has made a personnel examination of the sites of the proposed work and has
satisfied himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damage to property;
6. He will comply with all State and Federal Regulations pertaining to but not limited to
Underground Storage Tank Removal and disposai; removal and disposal of
hazardous material; Regulations regarding disposal of all debris; OSHA
Requirements. Tanks must be removed by an experienced tank removal contractor;
7. He will complete the work in a timely manner. Time of completion must be indicated
on Bid Proposal;
8. He will maintain the site as reasonably clean as possible by not allowing debris to
accumulate before making trips to his disposal site. Material sold for salvage shall .
not be retained on site;
9. He will not burn any materials on site without written approvals from proper
authorities;
10. He will furnish the Owner with a detailed schedule of Underground Storage Tank
System removal including disposal sites. names of all subcontractors, State and local
license information.
And h1ereby proposes and agrees that, if the proposal is accepted. he will contract with Augusta-
Richmond County to furnish at his own expense all labor, material, tools and equipment
neces:3ary to complete all work associated to
ARC - UST Removal (98)
Proposal
P 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
---,--,
(I) Underground Storage Tank system closure and removal as shown and called fer in
ac::ordance with the requirements of tAe Engineer and the true intent and meaning of the
Contract Documents, all for the Lump Sum Bid of:
Fifty Nine Thousand Nine Hundred Fifty DOLLARS ($ 59,950.00 ).
(ii) optional tasks beyond the scope of UST System closure and removal as shown and called
for in accordance with the requirements of the Engineer and ttie true intent of the Contract
Documents anc that he will take in payment for each item of work. thereof, the unit price
clpplicable to that item as stated in the schedule below.
(Note: Bidders must bid on each item.)
SCHEDULE OF 'PRICES
Item
_No.
Estimated
Quantitv
Unit
Price
Total
Price
Oescriotion
1
Demolition. Removal and
Restoration of pavement for
:xcavation of Contaminated
Soil (beyonc amount needed
to remove rank, associated
piping and Dispensing
System).
Sections 02010 & 02040 500
S 1,590.00
S.F.
s~
2
Disposal of Hazardous
Waste (:xclusive of residual
Fuel) from USTs.
Section 02010 2
s~oo
55-gaf
drum
s -12-
3
:xcavation of Contaminated
Soil (beyond amount needed
to remove tanks).
Section 02020 1 SO
S -1..215.00
C.Y.
S 1d:2J
4
Construction of Temporary
Holding area and placement
Of Contaminated Soil therein.
Section 02020 150
S 3,000.00
C.Y.
$ 20.00
5
Disposal of Contaminated
Soil.
Section 02020 200
S~o.oo
C.Y.
S -U.....25
6
8ackfill Material for Excavation
Of Contaminated Soil (beyond
Volume needed to remove
Tank anc voiume of tank).
Section 02030 150
S 9.900.00
C.Y.
S ...&.L
ARC - UST Removal (98)
Proposal
P2
I
I
I
I
I
I
I
I
SCHEDULE OF PRICES
Item
_No.
Descriotion
Estimated
Quantitv
Unit
Price
Total
Price
i'
Grassing of Excavation
For Contaminated Soil
(beyond amount needed
to remove tank)
Section 02050
200
C.F.
$~
$ J.l1... 00
It is understood that the quantities listed above are estimated quantities. The equitable
adjustment in the contract unit price shall not be allowed depending upon the actual quantities of .
work. '
.
The Contract covering all work described above will be completed within the days specified in the
MNotice to Proceed" of the Engineer: subject to reduction, additions and deletions provided herein
on the basis of measured quantities of completed work and the price bid. Bidder further agrees to
pclY as liquidated damages the sum of $500.00 for each consecutive caiendar day thereafter as
hE!reinafter provided in section 15 of the General Conditions.
I
I
It is understood that the owner reserves the right to reject any or all proposals or to accept any
prclposal as deemed to be the best interest of the owner, It is also understood that the Owner
reserves the right not to award the Contract far the Optional Tasks.
It is also understood that the following addenda as issued during the bid periOd shall be included
as pan of the Contract Documents:
Addendum
Date
I
#1
June 12, 1998
I
I
I
The undersigned bidder understands and agrees that should the Owner accept this proposal, the
bidcter will within ten (10) days from the date of notification of acceptance of his proposal, execute
the contract and furnish the Owner satisfactory performance and payment bonds, each in the
amclunt equal to hundred percent (100%) of the total base bid sum. Enclosed herewith is a Bid
Band or a Certified Check in the amount of Dollars ($ 8 . 500.00 ) being
not less than ten percent (10%) of the total base bid"sum.
I
Should the bidder fail to execute the Contract and furnish the Performance and payment Bonds in
case this proposal is accepted, the Owner shall have the right to receive the amount of the bid
security as liquidated damages. If the security is a Certified Check, it might be cashed by the
Owner. If the security is a Bid Bond. the value thereof shall be paid to the Owner by the surety.
I
The '.mdersigned by submittal of ttiis proposal, agrees that the above stated amount is proper
measure of liquidated damages which the Owner will sustain by the failure of the undersigned to
exeC:.Ite the Contract and furnish the Performance and Payment Bonds.
I
I.
I
ARC '- UST Removal (98)
Proposal
P3
I
I
I
I
I
I
I
'1
I
I
I
I
I
'1
I
I
I
I.
I
The successful bidder shall have a current Business License.
The Owner is an Equal Opportunity Employer.
__ Clayton Greuo Services. Inc.
Name of Firm
___Robert L. Wevand, P.G.
Principal
400 Chastain Center Blvd., Suite 490, Kennesaw, GA 30144
-
Mailing Address
(770) 499-7500
-
Telephone Number
Inc.
400 Chastain Ce.
Business Address
Kennesaw, Georqia 30144
City and State
Date: June 29, 1998
END OF PROPOSAL
ARC - LJST Removal (98)
Proposal
Suite 490
P4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION BB
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal (Bidder),
and as surety.. are hereby
held and firmly bound unto Augusta Commission, Augusta, Georgia, as Owner in the penal sum
of. for the payment of which, well and truly to be made,
we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors
and assigns.
Si~lned, this day of , 1998.
The conditions of the above obligation is such that whereas the principal has submitted to
AU9usta Commission, Augusta, Georgia a certain Bid, attached hereto and hereby made a part
hereof to enter into a contract in writing for the
NOW, THEREFORE,
(a) If said bid shall be rejected, or in the alternate,
(b) If said bid shall be accepted and the Principal shall execute and deliver a contract in
the Form of a Contract attached hereto (properly completed in accordance with said
bid) and shall furnish a bond for his faithful performance of said contract, and for the
payment of all persons performing labor or furnishing materials in connection
therewith, and shall in all other respects perform the agreement created by the
acceptance of said bid,
then this obligation shall be void, otherwise the same shall remain in force and effect; it being
expressly understood and agreed that the liability of the Surety for any and all claims hereunder
shall, in no event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its Bond shall be in no way impaired or affected by any extension of the time within which the
Owner may accept such bid; and said Surety does not hereby waive notice of any such
extension.
ARC - UST Removal (98)
Bid Bond
BB 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF, the Bidder (Principal) and the Surety have hereunto set these hands
and seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set forth
above.
aLODER
SURETY
(Seal)
(Seal)
Surety's Name and Corporate Seal
Bidder's Name and Corporate Seal
By:
Signature and Title
By:
Signature and Title
(Attach Power of Attorney)
Attf3st:
Attest:
Signature and Title
Signature and Title
END OF BID BOND
ARC - UST Removal (98)
Bid Bond
BB 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
QUESTIONNARE
The undersigned warrants the truth and accuracy of all statements and answers herein
contained.
A. GENERAL INFORMATION
1. How many years has your organization been in business as an Environmental
Con tra ctor/Consu Ita n t
2. List a minimum of two Underground Storage Fuel System (UST) closure projects
or equivalent type work that you have completed similar to the one proposed.
Include additional sheets to describe the projects.
a. Name of Project:
Owner/Engineer:
Telephone No.:
Address:
Date Started:
Date Completed:
Value of Contract:
Description of Project:
b. Name of Project:
Owner/Engineer:
Telephone No.:
Address:
Date Started:
Date Completed:
Value of Contract:
Description of Project:
ARC - UST Removal (98)
Questionnaire
Q1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Attach qualifications and experience for proposed key personnel who will be
assigned to the project, including Project Manager and Site Engineer.
4. Will you Subcontract any part of this work? If so, describe which portions:
5. What equipment do you own that you plan to use for this Work?
6. What equipment will you purchase for the Work?
7. What equipment will you rent for the Work?
Date Questionnaire Submitted:
,1998
Name of Bidder
Signature
Name & Title of Signer
Business Address
Phone Number
Fax Number
Emair Address:
Web Page Address:
ARC .- UST Removal (98)
Questionnaire
Q2
I
I 8. SUBCONTRACTOR LISTING
I List subcontractor who will be used for significant portions of the work.
ESTIMA TED
SUBCONTRACTOR WORK TO Percentage
I (Name. Address. Tel. No.) Be Performed of Work
1.
I
I 2.
I
3.
I
I 4.
I 5.
I
I
I
I
I
I END OF QUESTIONNARE
I
I
ARC - UST Removal (98) Questionnaire Q3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT FORMS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTIION NA
NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: Underground Storage Tanks System Closure Located at Various
Facilities of Augusta-Richmond County, Augusta, Georgia.
The Owner has considered the BID submitted by you for the above-described Work in response
to its Advertisement for Bids dated , and Information for Bidders.
Your are hereby notified that your BID has been accepted for items in the amount of
$
You have agreed in your proposal to execute the Agreement and furnish the required Contract's
Performance Bond and Payment Bond within Ten .(1Q). calendar days from the date of this Notice
to you.
If you fail to execute said Agreement and to furnish said Bond within Ten .(1Q). days from the date
of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's
acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be
entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this
day of
,1998.
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby ?cknowledged on
this
day of
,1998.
BY:
Title:
END OF NOTICE OF AWARD -
ARC - UST Removal (98)
Notice of Award
NA1
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION A
AGREEMENT
THIS AGREEMENT, made this 18th day of Auqust , 1998, by and between the Augusta
Commission, hereinafter called "Owner" and Clayton Group Services, Inc.
doing business as a corporation hereinafter called "Contractor".
WITNESSETH:
That for and in consideration of the payment and agreements as
hereinafter mentioned:
1 . The Contractor will commence and complete the Removal of all enlisted Underground
Storage tanks and associated piping and dispensing units (including all required sampling
Be testing) in compliance with the Contract Document.
2. The Contractor will furnish all materials, supplies, tools, equipment, labor and other
services necessary for the completion of the project described herein.
3. The Contractor will commence the work required by the Contract Document within Ten
Om. calendar days after the date of the Notice to proceed and will complete same within
_ 90 calendar days unless the period of completion is extended otherwise by
the Contract Documents.
4. The Contractor agrees to perform all the work described in the Contract Document for the
sum of $ 86.687.00
5. The Contractor agrees to provide to the Owner, within ten (10) days of the date of
notification of acceptance of his Proposal, Performance and Payment Bonds in the
amount of $ 86.687.00 , which amount is equal to 100% of contractor's total
base bid sum.
6. The term "Contract Documents" means and includes the following:
Advertisement for Bids
Information for Bidders
Proposal
Bid Bond
Questionnaire
Notice of Award
Agreement
Performance/Payment Bond
Certification of Owner's Attorney
Notice to Proceed
Change Order
General Conditions
Supplemental General Condition
Special Conditions
Technical Specifications
ARC - UST Removal (98)
Agreement
'.
A1
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Addenda:
No. 01 dated June 12,
No. dated
No. . dated
,1998
,1998
,1998
7. The Owner will pay to the Contractor in the manner and at such times as set forth in the
General Conditions such amounts as required by the Contract Documents.
8. This Agreement shall be binding upon all parties hereto and their respective heirs.
executors. administrators, successors and assigns.
9. The parties agree to execute any other documents or take any other actions necessary to
effectuate this' Agreement.
IN WITNESS WHEREOF,theparties hereto have executed or caused to be executed by
their duly authorized officials, this Agreement in 6 (number of copies) each of
which shall be deemed an original on the date first above written.
UNTY COMMISION
(SEAL) ~.
A~TTE::~-~.~.. <, '/J A/AU _ ,
-.. V#.tt : .:~ V/f/'~
~ < r - .
N;m~ j/(?ffIb:iL AJ/f lICe
Ti~tJkK-:J~ _a~;!HSSJM
, , ::,':7'~;:_~; ~. - ~~(. ,.~': "
NAME
Title
I}tA fr-ti t<lP) 1 fJ/fR
\.. /;vv-" V' IJ
CONTRACTOR:
TlIiS doCument ~lOy.d as
f!!~~iW!~~ ~
, -.... ... - . -
c
(SEAL)
ATTEST:
~ ~.;.:<:~~..:.5><
. Name Yvonne Zeman ;c':-... ---.. -'. '" ~.
(Type or Print) [;;;of "\ ':'"-J \~~
Title Office Administrator~ ;:~-/cv-_ -.,.. ~; ~
.d":.... .... _ .po.
~<:!-?~-~~~_:-~~{ ,f
............ ::-"'\t~-7 ....;,.....
........_~..:.,.."...,.-.,.......,
M Notary ~ublic, Cobb County, Georgra
)' CommISSion Expires January 11, 1999.
NAME
Robert L. W
(Type or Print)
Title Southeastern Reqional Director
- END OF AGREEMENT -
ARC - UST Removal (98)
A2
Agreement
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
."
Bond No. NSU 1722227
SECTION PB
PERFORMANCE BOND
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYEMENT BOND ON
PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT
OF LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
Clayton Environmental Consultants, Inc., 41650 Gardenbrook Road, suite 155,
That Novi. Michiqan 48375 ,as
Principal, hereinafter called Contractor, and United Pacific Insurance Company, 77 Water Street,.
New. York, New York 10003 , a corporation organized and existing under the laws of
the State of Pennsylvania , with its principal offices in the City of Philadelphia
, State of Pennsylvania , as Surety, hereinafter called
Surety, are held and firmly bound unto Augusta Commission, Augusta, Georgia, as obligee,
heminafter called the Owner, in the penal amount of Eiqhty Six Thousand Six Hundred Eighty Seven
and 00/100 Dollars ($86,687.00 ) for the payment whereof
Contractor and Surety bind.themselves, their heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents for the faithful performance of a certain
, written agreement.
(NOTE:
WH[:REAS, Contractor has by said written agreement dated
entered into a contract with Owner for the Permanent Removal of Underground Storage Tank
fu!m:ems Located at Various Facilities of Augusta-Richmond County, Augusta, Georgia, in
accordance with the Georgia State and Federal Rules & Regulations, and Contract Documents,
Drawings and Specifications issued by Augusta-Richmond County which by contract is made a
part hereof, and is hereinafter referred to as the CONTRACT. .
NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall
remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be in defaultunder the CONTRACT,
the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
(1) Complete the CONTRACT in accord?nce with its terms and conditions, or
. (2) Obtain a bid or bids for completing the Contract in accordance with its terms and
conditions, and upon determination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the Owner and the Surety jointly of
the lowest responsible bidder, arrange for a contract between such bidder and
Owner, and make available as work progresses (even though there should be a
default or a succession of defaults under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less
the balance of the contract price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder, the amount set forth in
the first paragraph hereof. The term "balance of the contract price," as used in
this paragraph, shall mean the total amount payable by Owner to Contractor
under the Contract and any amendments thereto, less the amount properly paid
by Owner to Contractor.
ARC - UST Removal (98)
Performance Bond
PB 1
I
I
I
I
I
I
I
Any suit under this bond must be instituted before the expiration of two (2) years from which the
final payment under the CONTRACT falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other
than the Owner named herein or the heirs, executors, administrators or successors of the Owner.
Witness
IN WITNESS WHEREOF, this instrument is executed in
each of which shall be deemed as original this 5th
,1998
~Mtrf? CLAYTON
J;~iu~~
\
Witnes
six {6} (number) of counterparts, ,
day of Auqust "., ....~:.~- ",' .f......'.'r,..
....... , :;"::"'h"'.....-- _ '''~~I ~p
......~ # -........ /:.
....-...:.> ...""~ ~
ENVIRONMENTAL C~~~gfJT~3t?:~(\ ~
: .:..> (Gont@f!orj' ':,-.. g.
': - - ....../.,~~, .. """:~::
: ~::. - -, _,,'t1I"'\#'\-~_ :..",,- ~
.,.-{~eal)- ~~ ~./~~y.?
.~ ".. '(Title) '"\\. .,...',...
"r, -" ~...... - ~ 7 '...... ~"'l.>""4"'J..,.... At
INSURANC&..C01dPANY~ _'p' ~. '._
.t~ei:lIJ :.;.:.\\ ~---f,';.
'(StJretYJ~ '~~!" '.
". c.'i::/ ;/~ ;:;-' \~\
Byft~ ~ (Seal)~~.~ ~ f;;-/ :.;~~~
Gerald1ne W1111ams, Attorne~'J.~e:,f-~ -::::.;:--:: t
JO "....... . ,.. ~"'
-. ~--~ '. ~.~ "". ::-
~...... r:" ;.:___~'" ,.""\ , .........:.~
Date of Bond must be prior to date of Contract. If Contractor is Partnership, all partriert _: ...,.,,", ':: ::."\.",
should execute Bond. ._.._.....~
~}_~2~
tlrj ?t1s
UNITED PACIFIC
By
AttE!st
{SEE ATTACHED POIiER OF
I Attest
I
I
I
I
I
I
I
I
I
I
I
NOtEl:
ARC - UST Removal (98)
Performance Bond
PB 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Bond No.NSU 1722227
SECTION PB
LABOR AND.MATERIAL PAYMENT BOND
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON
PAGE PB-1, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE CONTRACT.)
KNOW ALL MEN BY THESE PRESENTS:
Clayton Environmental Consultants, Inc., 41650 Gardenbrook Road,
That Suite 155, Novi, Michigan 48375 , as '.
(NOTE:
Principal, hereinafter called Contractor, and united Pacific Insurance Company, 77 Water Street,
New YOJrk, New York 10003 , a corporation organized and existing under the laws of
the State of Pennsylvania , with its principal offices in the City of Philadelphia
, State of pennsvlvania , as Surety, hereinafter called
Sun~ty, are held and firmly bound unto Augusta Commission, Augusta, Georgia, as obligee,
hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the
amountof Eiqhtv Six Thousand Six Hundred Eighty Seven and 00/100
Dollars ($86,687.00 ) for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and
ass;!Jns, jointly and severally, firmly by these presents.
WHE:REAS, Contractor has by written agreement dated
entered into a contract with Owner for the Permanent Removal of Underground Storage Tank
~ms Located at Various Facilities of Augusta-Richmond County, Augusta, Georgia, in
accordance with the Georgia State and Federal Rules & Regulations, and Contract Documents,
Drawings and Specifications issued by Augusta-Richmond County, which by contract is made a
part hereof, and is hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such that. if the contractor shall promptly
make! payment to all claimants as hereinafter defined, for all labor and material used or
reasonably required to use in the performance of the CONTRACT, then this obligation shalf be
void; otherwise it shall remain in full force and effect, subject, however, to the following
conditions:
(1) A claimants is defined as one having a direct contract with the Contractor or with a
subcontractor of the Contractor for labor, material, or both, used or reasonably required
for use in the performance of the contract, labor and material being constructed as to
include that part of water, gas, power, light, heat, oil, gasoline, telephone service or re..ntal
of equipment directly applicable to the CONTRACT.
(2) The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimants as herein defined, who has not been paid in full before the
expiration of a period of ninety (90) days after the date on which the last of such
'claimant's work or labor was done or performed, or materials were furnished by such
claimant, may sue on this bond for the use of such claimant, prosecute the suit to final
judgement for such sum or sums as may be justly due claimant, and have execution
thereon. The Owner shall not be liable for the payment of any costs or expenses of any
such suit. ' ,
(3) No suit or action shall be commenced hereunder by any claimant,
(a) Unless claimant, other than one having a direct contract with the Contractor, shall
have given written notice to any two of the following: The Contractor, the Owner,
or the Surety above named, within ninety (90) days after such claimant did or
ARC - UST Removal (98)
Performance Bond
PB 3
I
I
I
I
I
I
I
I
I
I
I
I
(SEE
I
I
I
I
I
I
I
performed the last of the work or labor, or furnished the last of the materials for
which said claim is made, stating with substa'ntial accuracy the amount claimed
and the name of the party to whom the material were furnished, or for whom the
work or labor was done or performed. Such notice shall be served by mailing the
same by registered mail or certified mail, postage prepaid, in an envelope
addressed to the Contractor, Owner, or Surety, at any place where an office
regularly maintained for the transaction of business, or served in any manner in
which legal process may be served in the state in which the aforesaid project is
located, save that such services need not be made by a public officer.
(b) After the expiration of one (1) year following the date on which Contractor ceased
work on said CONTRACT, it being understood, however, that if any limitation
embodied in this bond is prohibited by any law controlling the construction
hereof, such limitation shall be deemed to be amended so as to be equal to the
minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the County or other
political subdivision- of the state in which the project, or any part thereof is
situated, or in the United States District Court for the district in which the project,
or any part thereof, is situated, and not elsewhere.
(4)
The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanics' lines which may be filed of record against said improvement, whether or not
claim for the amount of such lien be presented under and against this bond.
,:'
) ~.' -.:. ~;~~
'+\~
August 1998.
BY ~~~..
- I/~/ C/o
UNITED PACIFIC INSURANCE
~-r;-J~~~
tf:"': ~
ENVIRONMENTAL CONSULTANTS:~ INC..'. ....,,'-
:: (Sea/'''''-'-''.
.....1 ~'V I, r-.. ,-.;
'. (Coritractor) " .
~ -
,~=
- -, ~
- '
-
'(Seal) ,.
(Surety) '. >
" -'
,,\.
COMPANY . ,,'< ;::'1 ',f", .'
(Seal)'~ ~;,. ~'~<"(.?v~P~'/>
,~... ..~ .\',~ ~..;.." '" ~~
. (~u!etyJ'" .... _ P. ';.
~ =-::: :;,~ ,. ~. ~ ~ ~
(S~f.) ~ fro""" "'" ~ - ~
- .:::.... ..- 1'...'7"'" r=-;. = ;:-.. .;:
:. ,.. (:r:itra) ... -.. r ~':. ___::
:.. ~""\\....... ......' f~ :,:~ "'"\. ~
~. ~... ."'...... -'" {-,,:,.::-
.."..,~ ~ ~~~_...-~' ....$
.~..... ,;.: 'r r""f":'- ",:"...- ""-~":'
If Contractor is Partnership, all.<-:~..,..,,~1""'_'\~'"
BY~~~
'Geraldine Williams,
Attorney-In-Fact
Note:
Date of Bond must be prior to date of Contract.
partners should execute Bond.
END OF PERFORMANCE & PAYMENT BOND ...
ARC - UST Removal (98)
Performance Bond
PB4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned , the authorized and acting
legal representative of Augusta Commission do hereby certify as follows:
I have examined the attached Contract(s) and surety bonds and the manner of execution thereof,
and I am of the opinion that each of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized representatives, that said
representative have full power and authority to execute said agreements on behalf of the
respective parties named thereon; and that the foregoing agreements constitute valid and legally
binding obligations upon the parties executing the same in accordance with the terms, conditions
and provisions thereof.
DATE:
END OF CERTIFICATE OF OWNER'S ATTORNEY
ARC - UST Removal (98)
Certification of Owner's Attorney
COA 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'1
I
I
I
I
SECTION NP
NOTICE TO PROCEED
TO:
DATE:
PROJECT:
Closure and Removal of Underground Storage Tank Systems Located at Various
Facilities of Augusta-Richmond County, Augusta, Georgia
You are hereby notified to commence work in accordance with the Georgia State and Federal
Rule & Regulations, and the Agreement dated ,1998, within Ten UQ.l
cail:mdar days following this date, the date first written above, and you are to complete the work
within (_) consecutive calendar days after the date of this notice. The
datl3 set for c9mpletion of all work is therefore , 1998.
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED
is hereby acknowledged and the same is
hereby accepted
on this
day
of
,1998.
BY:
TITLE:
END OF NOTICE TO PROCEED
ARC - UST Removal (98)
Notice to Proceed
NP 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT CONDITIONS
I
I SECTION GC
GENERAL CONDITIONS
I SECTION TITLE
GC-01 Definitions
GC-02 Additional Instructions and Detail Drawings
I GG-03 Schedules, Report and Records
GC-04 Drawing and Specifications
I GC-05 Shop Drawing
GC-06 Material, Services and Facilities
GC-07 . Inspection and Testing
I GC-08 Substitution
GC-09 Patents
I GC-10 Permits and Regulations
GC-11 Protection of Work, Property and Persons
I GC-12 Supervision By Contractor
GC-13 Change in the Work
GC-14 Change in Contract Price
I GC-15 Time for Completion and Liquidated Damages
GC-16 Correction of Work
I GC-17 Suspension of Work, Termination and Delay
GC.-18 Payment to Contractor
GC..19 Acceptance of Final Payment as Release
I GC..20 Insurance and Indemnity
GC..21 Contract Security
I GC-22 Assignments
GC-23 Indemnification
I GC-24 Separate Contracts
GC-25 Subcontracting
GC-:26 Engineer's Authority
I GC-27 Land and Rights-of-Way
GC-28 Guarantee
I GC-~~9 Tax~s
GC-30 Work Adjacent to Railway or Other Property
I GC<11 Order and Discipline
GC<12 Warning Devices and Signs
GC-~~3 Special Restrictions
I GC-34 As-Built Drawings
GC-35 Contractor Not to Hire Employees of the Owner
I
ARC - UST Removal (98) General Conditions GC 1
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
GC-01
DEFINITIONS
Whenever used in the Contract Documents, the following terms shall have the meanings
indicated which shall be applicable to both the singular and plural thereof.
1. ADDENDA: Written or graphic instruments issued prior to the execution of
the Agreement which modify or interpret the Contract Documents, Drawings and
Specifications, by addition, deletion, clarifications or Corrections.
2. BID: The offer or proposal of the Bidder submitted on the prescribed form
setting forth the prices for the work to be performed.
3.
BIDDER:
Any person, firm or corporation submitting a bid for the work.
4. BONDS: Bid, Performance and Payment Bonds and other instruments of
security furnished by the Contractor and his Surety in accordance with the
Contract Documents.
5. CHANGE ORDER: A written order to the Contractor authorizing an addition,
deletion or revision in the work within the general scope of the Contract
Documents or authorizing an adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids,
Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement,
Performance Bond, Payment Bond, Notice to Proceed, Change Orders, General
Conditions, Supplemental General Conditions, Special Conditions, Technical
Specifications, Drawings and Addenda.
7. CONTRACT PRICE: The total monies payable to the Contractor under terms
and conditions of the Contract Documents.
8. CONTRACT TIME: The number of calendar days stated in the Contract
Documents for the Completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the Contract from Notice to
Proceed to Completion of all the work.
10. DRAWINGS: The part of the Contract Documents which show the
characteristics and scope of the work to be performed and which have been
prepared or approved by the Engineer.
11. ENGINEER: The person, firm or c9rporation named as such in the Contract
Documents.
12. EPD: Environmental Protection Division of the State of Georgia.
13. FEDERAL ACT: Solid Waste Disposal Act, 42 U.S.C., 9 3152~, as
amended, particularly by the Hazardous and Solid Waste Amendments of 1984,
Public Law 98-616,42 USC, 96991 et seq., as amended by Public Law 99-499,
1986. .
14. FIELD ORDER: A written order effecting a change in the work not
involving an adjustment in the contract price or an extension of the contract time
issued by the Engineer to the Contractor during construction.
ARC - UST Removal (98)
General Conditions
GC2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15. HAZARDOUS WASTE: Waste, in any amount, which is defined, characterized or
designated as hazardous by the United States Environmental Production Agency
or appropriate State agency by or pursuant to Federal or State law, or waste, in
any amount, which is regulated under Federal or State law. For purposes of this
Contract, the term Hazardous waste shall also include motor oil, gasoline, diesel
fuel, and kerosene.
Any Solid Waste which has been defined as a hazardous waste in regulations
promulgated by the Board of Natural Resource, Chapter 391-3-11.
16. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the
Owner to the successful Bidder.
.17. NOTICE TO PROCEED: Written communication issued by the Owner to
the Contractor authorizing him to proceed with the work and establishing the date
of commencement of the work.
18. OWNER: A public or quasi-public body or authority, corporation,
association, partnership or individual for whom the work is to be performed.
19. PETROLEUM: means petroleum, including crude oil or any fraction thereof
which is liquid at standard conditions of temperature and pressure.
20. PETROLEUM PRODUCT: means petroleum, including gasoline, gasohol,
diesel fuel, fuel oil including #2 fuel oil, kerosene, and jet turbine fuel.
21.
PROJECT:
Documents.
The undertaking to be performed as provided in the Contract
22. REGULATED SUBSTANCE: Any substance defined in 9101(14) of the
Comprehensive Environmental Response, Compensation and Liability Act of
1980, 42 U.S. C., 9 9601, as amended by P. L. 99-499, 1986, m seq., and
petroleum, including crude oil or any fraction thereof which is liquid at the
standard conditions of temperature and pressure, but not including any
substance regulated as a hazardous waste under the Georgia Hazardous Waste
Management Act, O.C.GA 12-8-60, as amended.
23. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of
the Owner who is assigned to the project site or any part thereof.
24. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures,
schedules, and other data which are prepared by the Contractor, a
Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific
portions of the work shall be performed, fabricated or installed.
25. SOLID WASTE: Any garbage or refuse; sludge from a wastewater
treatment plant, water supply treatment plant, or air pollution control facility; and
other discarded material including solid, liquid, semisolid, or contained gaseous
material resulting from industrial, commercial, mining, and agricultural operations
and from community activities, but does not include recovered materials; solid or
dissolved materials in domestic sewage; solid or dissolved material in irrigation
return flows or industrial discharge that are point source subject to permit under
33 U.S.C. Section 1342; or source, special nuclear, or by-product material as
defined by the federal Atomic Energy Act of 1954, as amended (68 Stat. 923).
ARC - UST Removal (98)
General Conditions
GC3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-tQ2
32.
33.
34.
1.
USEPA has summarized the determination of a solid waste and a hazardous
waste. A Solid Waste is defined as any discarded material that is not excluded
by section 261.4(a) of 40 CFR, Part 261, or that is not excluded by variance
granted under section 260.30 and 260.31 of 40 CFR, Part 260. A Solid Waste
that is also a "Hazardous Waste" is one that is not excluded from regulation as
hazardous waste under section 261.4(b) of 40 CFR, Part 261. Under 40 CFR,
Part 261, Subpart C & D, a hazardous waste may fall under one or more
categories, namely, ignitable, corrosive, reactive, toxicity characteristics acute
hazardous or toxic.
26.
SPECIFICATIONS: A part of the Contract Documents consisting of written
description of a technical nature or materials,. equipment, construction systems,
standards and workmanship.
27.
SUBCONTRACTOR: An individual, firm or corporation having a direct contact
with the Contractor or any other Subcontractor for the performance of a part of
the work at the site.
28.
SUBSTANTIAL COMPLETION: That date as certified by the Engineer
when the construction of the project or a specified part can be utilized for the
purposes for which it is intended.
29.
SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to
the General Conditions of a specific nature generally aimed at the specific
contract of which it is part.
30.
SUPPLIER: Any person, supplier or organization who supplies materials or
equipment for the work, including that fabricated to a special design, but who
does not perform labor at the site.
31.
UNDERGROUND STORAGE TANK OR UST: means anyone or combination
of tanks, including underground pipes connected thereto, which is used to
contain an accumulation of regulated substances and the volume of which,
including the volume of the underground pipes connected thereto, is 10 percent
or more beneath the surface of the ground.
UST SYSTEM OR UNDERGROUND STORAGE FUEL SYSTEM OR TANK
SYSTEM: An underground storage tank and its associated ancillary
equipment and containment system.
WORK: All labor necessary to produce the construction required by the
Contract Documents and all materials and equipment incorporated or to be
incorporated in the project. .
WRITTEN NOTICE: Any notice to any party of the Agreement relative to any
part of this Agreement in writing and considered delivered and the service thereof
completed, when posted by certified or registered mail to the said party at his last
given address or delivered in person to said party or his authorized
representative on the work.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS
The Contractor may be furnished additional instructions and detail drawings, by
the Engineer, as. necessary to carry out the work required by the Contract
Documents.
ARC - UST Removal (98)
General Conditions
GC4
I
I
I
I
GC-03
I
I
I
I
I
I
GC-04
I
I
I
I
I
4.
I
I
5.
I
2.
The additional drawings and instructions thus supplied will become a part of the
Contract Documents. The Contractor shall carry out the work in accordance with
the additional detail drawings and instructions.
SCHEDULES, REPORTA AND RECORDS
1.
The Contractor shall submit to the Owner such schedule of quantities and costs,
progress schedules, payrolls, reports, estimates, records and other data as the
Owner may request concerning the work performed or to be performed.
2.
Prior to the first partial payment estimate, the Contractor shall submit schedules
showing the order in which he proposes to carry on the work, including dates at
which he will start the various part of the work, estimated date of completion of
each part and as applicable:
2.1 the dates at which special detail drawings will be required; and
2.2 respective dates for submission of shop drawings, the beginning of
manufacture, the testing and the installation of materials, supplies and
equipment.
3.
The Contractor shall also submit a schedule of payments that he anticipates he
will earn during the course of the work.
DRAWING AND SPECIFICATIONS
1.
The intent of the drawings and specifications is that the Contractor shall furnish
all labor, materials, tools, equipment and transportation necessary for the proper
execution of the work in accordance with the Contract Documents and all
incidental work necessary to complete the project in an acceptable manner,
ready for us, occupancy or operation by the Owner.
2.
In case of conflict between the drawings and specifications, the specification
shall govern. Figure dimension on drawings shall govern over general drawings.
3.
Any discrepancies found between the drawings and specifications and site
conditions or any inconsistencies or ambiguities in the drawings or specifications
shall be immediately reported to the Engineer, in writing, who shall promptly
correct such inconsistencies or ambiguities in writing. Work done by the
Contractor after his discovery of such discrepancies, inconsistencies or
ambiguities shall be done at the Contract's risk.
All work that may be called for in the specifications and not shown on the
drawings, or shown and not called for in the specifications, shall be executed and
furnished by the Contractor as if described in both these ways and should any
work or material be required which is not detailed in the specifications or
drawings, either directly or indire'ctly, but which is nevertheless necessary for the
proper carrying out of the intent thereof, the Contractor is to understand the same
to be implied and required and shall perform all such work and furnish any such
material as fully as if they were particularly delineated or gescribed.
It is understood and agreed that the Contractor, by careful examination, has
satisfied himself as to the nature and location of the work, the conformation of the
ARC - UST Removal (98)
I
General Conditions
GC5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'1
GC-05
GC-06
3.
4.
5.
ground, the character, quality and quantity of the materials to be encountered,
the character of equipment and facilities needed preliminary to and during the
prosecution of the work, the general and local conditions and all other matters
which can in any way affect the work under this contract. No verbal agreement
or conversation with any officer, agent or employee of the Owner, either before or
after the execution of this contract, shall affect or modify any of the terms or
obligations herein contained.
SHOP DRAWINGS
1.
The Contractor shall provide shop drawings as may be necessary for the
prosecution of the work as required by the Contract Documents. The Engineer
shall promptly review all shop drawings. The Engineer's approval of any shop
drawings shall not release the Contractor from responsibility for deviations from
the Contract Documents. The approval of any shop drawing which substantially
deviates from the requirement of the Contract Documents shall be evidenced by
a Change Order.
2.
When submitted for the Engineer's review, shop drawings shall bear the
Contractor's certification that he has reviewed, checked and approved the shop
drawings and that they are in conformance with the requirements of the Contract
Documents.
3.
Portions of the work that require shop drawing or sample submission shall not
begin until the Shop drawing or submission has been approved by the Engineer.
A copy of each approved shop drawing and each approved sample shall be kept
in good order by the Contractor at the site and shall be available to the Engineer.
MATERIALS, SERVICES AND FACILITIES
1.
It is understood that, except as otherwise specifically stated in the Contract
Documents, the Contractor shall provide and pay for all materials, labor, tools,
equipment, water, light, power, transportation, supervision, temporary
construction of any nature and all other services and facilities of any nature
whatsoever necessary to execute, complete and deliver the work within the
specified time.
2.
Materials and equipment shall be so stored as to insure the preservation of their
quality and fitness for the work. Stored materials and equipment to be
incorporated in the work shall be 10cCjted so as to facilitate prompt inspection.
Manufactured articles, materials and equipment shall be applied, installed,
connected, erected, used, cleaned and conditioned as directed by the
manufacturer.
Materials, supplies or equipment shall be in accordance with samples submitted
by the Contractor and approved by the Engineer.
Materials, supplies or equipment to be incorporated into the work and purchased
by the Contractor of the Subcontractor will be subject to a chattel mortgage or
under a conditional sale contract or other agreement by which an interest is
retained by the seller.
ARC - UST Removal (98)
General Conditions
GC6
I
I
GiC-07
I
I
I
I
I
I
I
I
I
I
I
I
GC..08
I
I
I
I
INSPECTION AND TESTING
1.
All materials and equipment used in the construction of the project shall be
subject to adequate inspection and testing in accordance with generally accepted
standards.
2.
The Contractor shall provide, at his expense, the necessary testing and
inspection services required by the Contract Documents, unless otherwise
provided.
3.
If the Contract Documents, laws, ordinances, rules, regulations or orders of any
public authority having jurisdiction require any work to specifically be inspected,
tested or approved by someone other that the Contractor, the Contractor will give
the Engineer timely notice of readiness. The Contractor will then furnish the
Engineer the required certificates of inspection, testing or approval.
4.
Neither observation by the Engineer nor inspections, tests or approvals by
persons other than the Contractor shall relive the Contractor from his obligations
to perform the work in accordance with the requirements of the Contract
Documents.
5.
The Engineer and his representatives will at all times have access to the work.
In addition, authorized representatives and agents of any participating Federal or
State Agencyshall be permitted to inspect all work, materials, payrolls, records of
personnel, invoices of materials and other relevant data and records. The
Contractor will provide proper facilities for such access and observation of the
work and also for any inspection or testing thereof.
6.
The Contractor shall give the Engineer 24 hours notice of starting any new work.
No work shall be done or materials used without suitable supervision and
inspection by the Engineer. The Contractor shall furnish the Engineer with
necessary test results of the material to be used.
SUBSTITUTIONS
1.
When a material, article or piece of equipment is identified on the drawings or
specifications by reference to brand name or catalogue number, the performance
or other salient requirements and that other products of equal capacities, quality
and function shall be considered. The Contractor may recommend the
substitution of a material, article or piece of equipment of equal substance and
function for those referred to in the .Contract Documents by reference to brand
name or catalogue number and if, in the opinion of the Engineer, such material,
article or piece of equipment is of equal substance and function to that specified,
the Engineer may approve its substitution and use by the Contractor. Any cost
differential shall be deducted from the contract price and the Contract Documents
shall be appropriately modified by change order. The Contractor warrants that if
substitutes are approved, no major changes in the function of the Contract will
result. Incidental changes or extra component parts required to accommodate
the substitute will be made by the Contractor without a change in the contract
price or contract time. "
ARC - UST Removal (98)
I
General Conditions
GC7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-09
GC-10
GC-11
3.
GC-12
1.
PATENTS
1.
The Contractor shall pay all applicable royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights and save the
Owner harmless from loss on account thereof except that the Owner shall be
responsible for any such loss when a particular process, design or the product of
a manufacturer or manufacturers is specified, but if the Contractor has reason to
believe that the design, process or product specified is an infringement of a
patent, he shall be responsible for such loss unless he promptly gives such
information to the Engineer.
PERMITS AND REGULATIONS
1.
Permits and licenses necessary for the prosecution of the work shall be secured
and paid for by the Contractor. The Contractor shall give all notices and comply
with all laws, ordinances, rules and regulations bearing on the conduct of the
work as drawn and specified. If the Contractor observes that the Contract
Documents are at variance therewith, he shall promptly notify the Engineer in
writing and any necessary changes shall be adjusted as provided in GC-13,
Changes in the Work.
PROTECTION OF WORK, PROPERTY AND PERSONS
1.
The Contractor will be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the work. He will take all
necessary precautions for the safety of and will provide the necessary protection
to prevent damage, injury or loss to all employees on the work and other persons
who may be affected thereby, all the work and all materials or equipment to be
incorporated therein, whether in storage on or off the site or other property at the
site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures and utilities
2.
The Contractor will comply with all applicable laws, ordinances, rules, regulations
and orders of any public body having jurisdiction. He will erect and maintain, as
required by the conditions and progress of the work, all necessary safeguards for
safety and protection. The Contractor will remedy all damage, injury or loss to
any property caused, directly or indirectly, in whole or in part, by the Contractor,
and subcontractor or anyone directly or indirectly employed by any of them or
anyone for whose acts any of them are liable, except damage or loss attributable
to the fault of the Contract Documents or to the acts or omissions of the Owner or
the Engineer or anyone employed by either of them or anyone for whose acts
either of them may be liable and not attributable, directly or indirectly, in whole or
in part, to the fault or negligence of the Contractor.
The work under this Contract in every respect shall be at the risk of the
Contractor, except to damage or injury caused directly by the Owner's agents or
employees.
SUPERVISION BY CONTRACTOR
The Contractor will supervise and direct the work. He will be solely responsible
for the means, methods, techniques, sequences and procedures. The
Contractor will employ and maintain on the work a qualified supervisor or
ARC - UST Removal (98)
General Conditions
GC8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-13
GC:-14
GC..15
2.
superintendent who shall have been designated in writing by the Contractor as
the Contractor's representative. The supervisor shall have full authority to act on
the behalf of the Contractor and all communications given to the supervisor shall
be as binding as if given to the Contractor. The supervisor shall be present on
the site at all times as required to perform adequate supervision and coordination
of the work.
CHANGES IN THE WORK
1.
The Owner may at any time as the need arises, order changes within the scope
of the work without invalidating the Agreement. If such changes increase or
decrease the amount due under the Contract Documents or in the time required
for performance of the work, an equitable adjustment shall be authorized by
Change Order.
2.
The Engineer, also, may at any time, by issuing a field order, make changes in
the details of the work. The Contractor shall proceed with the performance of
any changes in the work so ordered by the Engineer unless the Contractor
believes that such field order entitles him to a change in the contract price or time
or both, in which event he shall give the Engineer written notice thereof within ten
(10) days after the receipt of the ordered change pending the receipt of an
executed change order or further instruction from the Owner.
CHANGES IN CONTRACT PRICE
1.
The contract price may be changed only by a change order. The value of any
work covered by a change order or of any claim for increase or decrease in the
contract price shall be determined by one or more of the following methods in the
order of precedence listed below:
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials, supplies, equipment
and other services necessary to complete the work. ' In addition there shall be
added an amount to be agreed upon but not to exceed fifteen (15) percent of the
actual cost of the work to cover the cost of general overhead and profit.
TIME FOR COMPLETION AND LIQUIDATED DAMAGES
1.
The date of beginning and the time for completion of the work are essential
conditions of the Contract Documents and the work embraced shall be
commenced on the date specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to insure full
completion within the contract time. It is expressly understood and agreed, by
and between the Contractor and the Owner, that the contract time for the
completion of the work described herein is a reasonable time, taking into
consideration the average climatic and economic conditions and other factors
prevailing in the locality of the work. -
ARC - UST Removal (98)
General Conditions
GC9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-16
GC-17
3. If the Contractor shall fail to complete the work within the contract time or
extension of time granted by the Owner, then the Contractor will pay to the
Owner the amount for liquidated damages as specified in the bid for each
calendar day that the Contractor shall be in default after the time stipulated in the
Contract Documents.
4. The Contractor shall not be charged with liquidated damages or any excess cost
when the delay in completion of the. work is due to the following and the
Contractor has promptly given written notice of such delay to the Owner or
Engineer.
4.1 To any preference, priority or allocation order duly issued by the Owner.
4.2 To unforeseeable causes beyond the control and without the fault of
negligence of the Contractor, including but not restricted to, acts of God
or of the public enemy, acts of the Owner, acts of another Contractor in
the performance of a contract with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes and abnormal and
unforeseeable weather; and
4.3 To any delays of subcontractors occasioned by any of the causes
specified in Paragraphs 4.1 and 4.2 of this Article.
CORRECTION OF WORK
1.
All removal and replacement work shall be done at the Contractor's expense. If
the Contractor does not take action to remove such rejected work within ten (10)
days after receipt of written notice, the Owner may remove such work and store
the materials at the expense of the Contractor.
2.
Any omissions or failure on the part of the Engineer to disapprove or reject any
work or material shall not be construed to be an acceptance of any defective
work or material. The Contractor shall remove, at his own expense and shall
rebuild and replace same without extra charge and in default thereof the same
may be done by the Owner at the Contractor's expense or in case the Engineer
shall not consider the defect of sufficient importance to require the Contractor to
rebuild or replace any imperfect work or material, he shall have the power and is
hereby authorized to make an equitable deduction from the stipulated price.
SUSPENSION OF WORK, TERMIN~ TION AND DELAY
1.
The Owner may, at any time and without cause, suspend the work or any portion
thereof for a period of not more than ninety days or such further time as agreed
upon by the Contractor, by written notice to the Contractor. The Engineer shall
fix the date on which work shall be resumed. The Contractor will resume that
work on the date so fixed. The Contractor will be allowed an increase in the
contract price, an extension of the contract time, or both, directly attributable to
any suspension.
2.
If the Contractor is adjudged bankrupt or insolvent, or if he makes a general
assignment for the benefit of his creditors or if a trustee or receiver is appointed
for the Contractor or for any of his property or if he files a petition to take
advantage of any debtor's act to reorganize under the bankruptcy or applicable
laws or if he repeatedly fails to supply sufficient skilled workmen or suitable
ARC - UST Removal (98)
General Conditions
GC10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
materials or equipment, or if he repeatedly fails to make prompt payments to
subcontractors or for labor, materials or equipment or if he disregards laws.
ordinances, rules, regulations or orders of any public body having jurisdiction of
the work or if he disregards the authority of the Engineer, or if, in the opinion of
the Engineer, the Contractor fails to make satisfactory progress in prosecuting
the work, or if he otherwise violates any provision of the Contract Documents,
then the Owner may, without prejudice to any other right or remedy and after
giving the Contractor and his Surety a minimum of ten (10) days from delivery of
a written notice, terminate the services of the Contractor and take possession of
the Project and of all materials, equipment, tools, construction equipment and
machinery thereon owned by the Contractor and finish the work by whatever
method he may deem expedient. In such case, the Contractor shall not be
entitled to receive any further payment until the work is finished. If the unpaid
balance of the Contract Price exceeds the direct and indirect costs of completing
the Project, including compensation for additional professional services, such
excess shall be paid to the Contractor. If such costs exceed such unpaid
balance, the Contractor will pay the difference to the Owner. Such costs incurred
by the Owner will be determined by the Engineer and incorporated in a Change
Order.
3.
Where the Contractor's services have been so terminate by the Owner, said
termination shall not affect any right of the Owner against the Contractor then
existing or which may thereafter accrue. Any retention or payment of monies by
the Owner due the Contractor will not release the Contractor from compliance
with the Contract Documents.
4.
After ten (10) days from delivery of a written notice to the Contractor and the
Engineer, the Owner, may, without cause and without prejudice to any other right
or remedy, elect to abandon the Project and terminate the Contract. In such
case, the Contractor shall be paid for all work executed and any expense
sustained plus reasonable profit.
5.
If, through no act or fault of the Contractor, the work is suspended for a period of
more than ninety (90) days by the Owner or under an order of court or other
public authority of the Engineer fails to act on any request for payment within
thirty (30) days after it is submitted or the Owner fails to pay the Contractor
substantially the sum approved by the Engineer within thirty (30) days of its
approval and presentation, then the Contractor may after ten (10) days from
delivery of a written notice to the Owner and the Engineer, terminate the Contract
and recover from the Owner payment for all work executed and all expenses
sustained. In addition, and in lieu of terminating the Contract. if the Engineer has'
failed to act on a request for paym~nt or if the Owner has failed to make any
payment as aforesaid, the Contractor may, upon ten (10) days notice to the
Owner and the Engineer, stop the work until he has been paid all amounts then
due, in which event and upon resumption of the work, Change Orders shall be
issued for adjusting the contract price or extending the contract time or both to
compensate for the costs and delays attributable to the stoppage of the work.
6. If the performance of all or any portion of the work is suspended, delayed, or
interrupted as a result of a failure of the Owner or the Engineer to act within the
time specified in the Contract Documents, or if no time is specified, within
reasonable time, an adjustment in the contract price or an extension of the
contract time or both, shall be made by Change Order to compensate the
Contractor for the costs and delays necessarily caused by the failure of the
Owner or the Engineer. '
I
I
I
I
ARC .- UST Removal (98)
General Conditions
. GC 11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GiC-18
GC-'19
1.
PAYMENTS TO THE CONTRACTOR
1.
The Contractor .will submit a monthly payment request to the Engineer for the
service performed the previous month. Payment request shall be accompanied
by data supporting the payment request, and a certificate from the Contractor
that it has fully and properly performed all items of work ,covered by the payment
request. The Engineer will, within ten days after receipt of each partial payment
estimate, either indicate in writing his approval of payment and present the
partial payment estimat~ to the Owner, or return the partial payment estimate to
the Contractor indicating in writing his reasons for refusing to approve payment.
In the latter case, the Contractor may make the necessary corrections and
resubmit the partial payment estimate. The Owner will, within thirty (30) days of
presentation to him of an approved partial payment estimate, pay the Contractor
a progress payment on the basis of the approved partial payment estimate. The
Owner shall retain ten (10%) percent of the amount of each payment until final
completion and acceptance of all work covered by the Contract Documents. The
Owner at any time, however, after fifty (50%) percent of the work has been
completed, if he finds that satisfactory progress is being made, shall reduce
retainage to five (5%) percent on the current and remaining estimates. On
completion and acceptance of a part of the work on which the price is stated
separately in the Contract Documents, payment may be made in full, including
retained percentages, less authorized deductions.
2.
Upon completion and acceptance of the work, the Engineer shall issue a
certificate attached to the final payment request that the work has been accepted
by him under the conditions of the Contract Documents. The entire balance
found to be due the Contractor, including the retained percentages shall be paid
to the Contractor, except such sums as may be lawfully retained by the Owner
for saving the Owner or the Owner's agents harmless from all claims growing out
of the lawful demands of Subcontractors, laborers, workmen, mechanics,
materialmen and furnishers of machinery and parts thereof, equipment, tools and
supplies, incurred in the furtherance of the performance of the work. The
Contractor shall, at the Owner's request, furnish satisfactory evidence that all
obligations of the nature designated above have been paid, discharged, or
waived. If the Contractor fails to do so, the Owner may, after having notified the
Contractor, either pay unpaid bills or withhold from the Contractor's unpaid
compensation a sum of money deemed reasonably sufficient to pay any and all
such lawful claims until satisfactory evidence is furnished that all liabilities have
been fully discharged whereupon payment to the Contractor shall be resumed, in
accordance with the terms of the Contract Documents, but in no event shall the
provisions of this sentence be con~trued to impose any obligations upon the
Owner to either the Contractor, his Surety, or any third party. In paying any
unpaid bills of the Contractor, any payment so made by the Owner shall be
considered as a payment made under the Contract Documents by the Owner to
the Contractor 'and the Owner shall not be liable to the Contractor for any such
payments made in good faith.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE
The acceptance by the Contractor of final payment shall be and shall operate as
a release to the Owner of all claims and all liability to the Contractor other than
claims in stated amounts as may be specifically excepted by the Contractor for
all things done or furnished in connection with this work and for every act and
neglect of the Owner and other relating to or arising out of this work. Any
ARC - UST Removal (98)
General Conditions
GC12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
payment, however, final or otherwise, shall not release the Contractor or his
Sureties from any obligations under the Contract Documents or the Performance
Bond and Payment Bonds.
GC-20
INSURANCE AND INDEMNITY
1.
To the extent permitted by law, the Contractor shall indemnify and save harmless
Augusta Commission, its officers, agents, employees and assigns from the
against all loss, cost, damages, expenses, and liability caused by an accident or
other occurrence resulting in bodily injury, including death, sickness and disease
to any person; or damage or destruction to property, real or personal; arising
directly or indirectly from operations, products or services rendered or purchased
under this Contract; or violation of any interlocaL agreement, State or Federal
rule, regulation or law, or any other provision of law regulating Underground
Storage Tank System and Hazardous Waste.
2.
The Contractor shall purchase and maintain during the life of this Contract such
insurance as will protect him from claims set forth below which may arise out of
or result from the Contractor's execution of the work, whether such execution by
himself or by any Subcontractor or by anyone directly or indirectly employed by
any of them or by anyone for whose acts any of them may be liable.
2.1 Claims urider Workman's Compensation, disability benefit and other
similar employee benefit acts,
2.2 Claims for damages because of bodily injury, occupational sickness or
disease or death of his employees,
2.3 Claims for damages because of bodily injury, sickness or disease or
death of any person other than his employees,
2.4 Claims for damages insured by usual personal injury liability coverage
which are sustained (1) by any person as a result of an offense directly
or indirectly related to the employment of such person by the Contractor
or (2) by any other person; and
2.5 Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3. Certificates of Insurance acceptable to the Owner shall be filed with the Owner
prior to commencement of the work. . These Certificates shall contain a provision
that coverage afforded under the policies will not be cancelled Unless at least
fifteen (15) days prior written notice has been given to the Owner.
4. The Contractor shall procure and maintain, at his own expense, during the life of
the Contract, liability insurance as hereinafter specified.
4.1 Contractor's General Public liability and Property Damage insurance'
including vehicle coverage issued to the Contractor and protecting him
from all claims for personal injury, including death, and all claims for
destruction of or damage to property, arising out of or in connection with
any operations under the Contract Documents, whether such operations
be by himself or by any Subcontractor under him or anyone directly or
indirectly employed by the Contractor or by a Subcontractor under him.
Insurance shall be written with a limit of liability of not less than $200,000
ARC .- UST Removal (98)
General Conditions
GC13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-21
for all damages arising out of bodily injury, including death, at any time
resulting therefrom, sustained by anyone person in anyone accident;
and a limit of liability of not less than $500,000 for any such damages
sustained by two or more persons in anyone accident. Insurance shall
be written with a limit of liability of not less than $100,000 for all property
damage sustained by anyone person in anyone accident; and a limit of
liability of not less than $200,000 for any such damage sustained by two
or more persons in anyone accident.
4.2 The Contractor shall acquire and maintain, if applicable: Fire and
Extended Coverage insurance upon the Project to the full insurable value
thereof for the benefit of the Owner, the Contractor and Subcontractor as
their interest may appear. This provision shall in no way release the
Contractor or Contractor's Surety from obligations under the Contract
Documents to fully complete the Project.
5.
The Contractor shall procure and maintain, at his own expense, during the life of
the Contract, in accordance with the provisions of the laws of the state in which
the work is performed, Workman's Compensation Insurance, including
occupational disease provisions, for all of his employees at the site of the project
and in case any work is sublet, the Contractor shall require such Subcontractor
similarly to provide Workman's Compensation Insurance, including occupational
disease provision for all of the latter's employees unless such employees are
covered by the protection afforded by the Contractor. In case any class of
employees engaged in hazardous work under this Contract at the site of the
Project is not protected under Workman's Compensation statute, the Contractor
shall provide and shall cause each Subcontractor to provide adequate and
suitable insurance for the protection of his employees not otherwise protected.
6.
The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance
for work to be performed. Unless specifically authorized by the Owner, the
amount of such insurance shall not be less than the contract price totaled in the
bid. The policy shall cover not less than the losses due to fire, explosion, hail,
lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke
during the contract time and until the work is accepted by the Owner. The policy
shall name as the insured the Contractor, the Engineer and the Owner.
CONTRACT SECURITY
1.
The Contractor shall, within ten (10) days after the receipt of the Notice of Award,
furnish the Owner with a Performanc.e Bond and a Payment Bond in penal sums
equal to the amount of the contract price, conditioned upon the performance by
the Contractor of all undertakings, covenants, terms, conditions and agreements
of the Contract Documents and upon the prompt payment by the Contractor to all
persons supplying labor and materials in the prosecution of the work provided by
the Contract Documents: Such bonds shall be executed by the Contractor and a
corporate bonding company licensed to transact business in the state in which
the work is to be performed and named on the current list of "Surety Companies
Acceptable on Federal Bonds" as published in the Treasury Department Circular
Number 570. The expense of these bonds shall be borne by the Contractor. If at
any time a Surety on any such bond is declared a bankrupt or lo~es its right to do
business in the state in which the work is to be performed or is removed from the
list of Surety Companies accepted on Federal Bonds, Contractor shall within ten
(10) days after notice from the Owner to do so, substitute an acceptable bond (or
bonds) in such form and sum and signed by such other Surety or Sureties as
ARC - UST Removal (98)
General Conditions
GC14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-22
GC-23
GC-24
2.
may be satisfactory to the Owner. The premiums on such bonds shall be paid by
the Contractor. No further payments shall be deemed due nor shall be made
until the new Surety or Sureties shall have furnished an acceptable bond to the
Owner.
ASSIGNMENTS
1.
Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise
dispose of the Contract or any portion thereof, or his right, title or interest therein,
or his obligations thereunder, without written consent of the other party.
INDEMNIFICATION
1.
The Contractor will indemnify and hold harmless the Owner and the Engineer
and their agents and employees from and against all claims, damages, losses
and expenses including attorney's fees arising out of or resulting from the
performance of the work, provided that any such claim, damage, loss or expense
is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property, including the loss of use resulting therefrom; and
is caused in whole or in part by any negligent or willful act or omission of the
Contractor and Subcontractor, anyone directly or indirectly employed by any of
them or anyone for whose acts any of them may be liable.
2.
In any and all claims against the Owner or the Engineer or any of their agents or
employees, by an employee of the Contractor, Subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may
be liable, the indemnification obligation shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable
by or for the Contractor or any Subcontractor under Workman's Compensation
acts, disability benefit acts or other employee benefits acts.
3.
The obligation of the Contractor under this paragraph shall not extend to the
liability of the Engineer, his agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, change orders, design or
specifications.
SEPARATE CONTRACTS
1.
The Owner reserves the right to let other contracts in connection with this
Project. The Contractor shall afford other contractors reasonable opportunity for
the introduction and storage of their materials and the execution of their work and
shall properly connect and coordinate his work with theirs. If the proper
execution or results of any part of the Contractor's work depends upon the work
of any other Contractor, the Contractor shall inspect and promptly report to the
Engineer any defects in such work that render it unsuitable for such proper
execution and results.
The Owner may perform additional work related to the Project by himself or he
may let other contracts containing provisions similar to these. The Contractor will
afford the other Contractors who are parties to such contracts (or the Owner, if
he is performing the additional work himself), reasonable opportunity for the
introduction and storage of materials and equipment and the execution of the
work and shall properly connect and coordinate his work with theirs.
ARC.- UST Removal (98)
General Conditions
GC15
I
I
I
I
GC-25
I
I
I
I
I
I
I
GC-26
I
I
I
I
I
I
I
2.
3.
4.
3.
If the performance of additional work by other Contractors or the Owner is not
noted in the Contract Documents prior to the execution of the Contract, written
notice thereof shall be given to the Contractor prior to starting any such additional
work. If the Contractor believes that the performance of such additional work by
the Owner or others involves him in additional expense or entitles him to an
extension of the contract time, he may make a claim therefor as provided in
Sections GC-13 and GC-14.
SUBCONTRACTING
1.
The Contractor may utilize the services of specialty Subcontractors on those
parts of the work, which, under normal contracting practices, are performed by
specialty Subcontractors.
2.
The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%)
percent of the Contract Price, without prior written approval of the Owner.
3.
The Contractor shall be fully responsible to the Owner for the acts and omissions
of his Subcontractors, and of persons either directly or indirectly employed by
them, as he is for the acts and omissions of person directly employed by him.
4.
The Contractor shall cause appropriate provisions to be inserted in all
subcontracts relative to the work to bind the Subcontractors to the Contractor by
the terms of the Contract Documents insofar as applicable to the work of
Subcontractors and to give the Contractor the same power as regards
terminating any subcontract that the Owner may exercise over the Contractor
under any provision of the Contract Documents.
5.
Nothing contained in this Contract shall create any contractual relation between
any Subcontractor and the Owner.
ENGINEER'S AUTHORITY
1.
The Engineer shall act as the Owner's representative during the construction
period. He shall decide questions which may arise as to quality and acceptability
of materials furnished and work performed. He shall interpret the intent of the
Contract Documents in a fair and unbiased manner. The Engineer will make
visits to the site and determine if the work is proceeding in accordance with the
Contract Documents. .
The Contractor will be held strictly to the intent of the Contract Documents in
regard to the quality of materials, workmanship and execution of the work.
Inspections may be made at the factory or fabrication plant or the source of '
material supply.
The Engineer will not be responsible for the construction means, controls,
techniques, sequences, procedures, or construction safety.
The Engineer shall promptly make decisions relative to interpretation of the
Contract Documents.
ARC -- UST Removal (98)
I
General Conditions
GC16
I
I
GC-27
I
I
I
I
I
GC-28
I
I
I
I
I
I
I
GC-29
GC-:30
I
I
GC-3;1
I
I
I
1.
LAND AND RIGHTS-OF-WAY
1.
Prior to issuance of Notice to Proceed, the Owner shall obtain all land and rights-
of-way necessary for carrying out and for the completion of the work to be
performed pursuant to the Contract Documents, unless otherwise mutually
agreed.
2.
The Owner shall provide to the Contractor information, which delineates and
describes the lands owned and rights-of-way acquired.
3.
The Contractor shall provide at his own expense and without liability to the
Owner any additional land and access thereto that the Contractor may desire for
temporary construction facilities, or for storage of materials.
GUARANTEE
1.
The Contractor shall guarantee all materials and equipment furnished and works
performed for a period of one (1) year from the date of substantial completion.
The Contractor warrants and guarantees for a period of one (1) year from the
date of substantial completion of the system that the completed system is free
from all defects due to faulty materials or workmanship and the Contractor shall
promptly make such corrections as may be necessary by reason of such defects
including the repairs of any damage to other parts of the system resulting from
such defects. The Owner will give notice of observed defects with reasonable
promptness. In the event that the Contractor should fail to make such repairs,
adjustments or other work that may be necessary' by such defects, the Owner
may do so and charge the Contractor the cost thereby incurred. The
Performance Bond shall remain in full force and effect though the guarantee
period.
TAXES
1.
The Contractor will pay all sales, consumer, use and other similar taxes required
by the law of the place where the work is performed.
WORK ADJACENT TO RAILWAY OR OTHER PROPERTY
1.
Whenever the work embraced in thi? Contract is near the tracks, structures or
buildings of the Owner or of other railways, persons, or property, the work shall
be so conducted as not to interfere with the movement of trains or other
operations of the railway, or, if in any case such interference be necessary, the
Contractor shall not proceed until he has first obtained specific authority and
directions therefor from the proper designated officer of the Owner and has the
approval of the Engineer.
ORDER AND DISCIPLINE
The Contractor shall at all times enforce strict discipline and good order among
his employees and any employee of the Contractor who shall appear to be
incompetent, disorderly or intemperate or in any other way disqualified for or
unfaithful to the work entrusted to him, shall be discharged immediately on the
ARC .- UST Removal (98)
General Conditions
GC17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GiC-32
GC-33
GG-34
GC:-35
request of the Engineer and he shall not again be employed on the work with the
Engineer's written consent.
WARNING DEVICES AND SIGNS
1.
The Contractor shall furnish, erect, paint and maintain warning devices when
construction is on or near public streets for the protection of vehicular and
pedestrian traffic. Such devices will be in accordance with the Georgia Manual
on Uniform Traffic Control Devices for Street and Highways, July, 1962, "Traffic
Control for Highway Construction and Maintenance Operations," Section 111-1
through 111-75.
. 2.
On a 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating
the name and night phone number of the Contractor in 4" letters, shall be erected
at each end of the project throughout the construction and maintenance periods.
The Contractor may remove the sign following the maintenance period.
SPECIAL RESTRICTIONS
1.
No work shall be allowed after the hours of darkness or on Sunday and Holiday
without permission of the Owner.
AS-BUILT DRAWINGS
1.
The Contractor shall furnish to the Engineer three (3) sets of marked up drawings
for an "As-built" record showing all deviations from the Contract Drawings. The
marked up sets shall include actual dimensions from permanent markers
accurately locating all surface and subsurface entities.
CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER
1.
The Contractor shall not employ or hire any of the employees of the Owner.
ARC - UST Removal (98)
General Conditions
GC18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION
SGC-01.
SGC-02.
SGC-03.
SGC-04.
SGC-05.
SGC-06.
SGC-07.
SGC-08.
SGC-09.
SGC-10.
SGC-11.
SGC-12.
ARC - UST Removal 98
SECTION GC
SUPPLEMENTAL GENERAL CONDITIONS
TITLE
Drawings
Rights-of-Way
Estimate of Quantities
Existing Structures and Utilities
Contractor's Breakdown of Lump Sum Payment Items
Prior Use By Owner
Cleaning Up
Maintenance of Traffic
Maintenance of Access
Erosion Control and Restoration of Property
Safety and Health Regulations
Pre-Construction Conference
Supplemental General Conditions
SGC-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SGC-01
SGC-02
SGC-03
SGC-04
SGC-05
DRAWINGS
The Owner will furnish to the Contractor, free of charge, all copies of drawings (if
available) and specifications reasonably necessary for the execution of the work.
RIGHTS-OF-WA Y
The Owner will furnish all land and rights-of-way necessary for the carrying out of
this contract and the completion of the work herein contemplated and will use
due diligence in acquiring said land and rights-of-way as speedily as possible.
But it is possible that all/and and rights-of-way may not be obtained as herein
contemplated before construction begins, in which event the Contractor shall
begin his work upon such land and rights-of-way as the Owner may have
previously acquired and no claim for damages whatsoever will be allowed by
reason of the delay in obtaining the remaining lands and rights-of-way. Should
the Owner be prevented or enjoined from proceeding with the work or from
authorizing its prosecution, either before the commencement, by reason of any
litigation or by reason of its inability to procure any lands or rights-of-way for the
said work, the Contractor shall not be entitled to make orassert any claim for
damage by reason of said delay or to withdraw from the contract except by
consent of the Owner; but time for completion of the work will be extended to
compensate for the time lost by such delay; such determination to be set forth in
writing and approved by the Owner.
ESTIMATE OF QUANTITIES
The estimated quantities of work to be done and materials to be furnished under
this contract if shown in any of the documents including the bid are given only for
use in comparing bids and to indicate approximately the total amount of the
contract and the right is especially reserved except as herein otherwise
specifically limited to increase or diminish them as may be deemed reasonably
necessary or desirable by the Owner to complete the work contemplated by this
contract and such increase or diminution shall in no way vitiate this contract nor
shall any such increase or diminution give cause for claims or liability for
damages.
EXISTING STRUCTURES AND UTILITIES
The existence and location of structures and underground utilities shall be
investigated and verified in the field by the Contractor before starting work. The
Contractor shall be held responsible for any damage to and for maintenance and
protection of existing utilities and structures.
CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS
The Contractor shall, immediately after the contract has been awarded, submit to
the Engineer for his approval, a breakdown showing estimates of all costs
apportioned to the major elements of the Contract included any of the lump sum
items shown in the proposal. These estimates as approved will serve as the
basis for estimating of payments due on all progress estimates.
ARC - UST Removal 98
Supplemental General Conditions
SGC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
S:GC-06
SGC-07
SGC-08
SGC-9
SGC-10
PRIOR USE BY OWNER
Prior to completion of the work, the Owner may take over the operation and/or
use of the incomplete project or portions thereof. Such prior use of the facilities
by the Owner shall not be deemed as acceptance of any work or relieve the
Contractor from any of the requirements of the Contract Documents.
CLEANING UP
The Contractor shall keep the premises free from the accumulation of waste
material and rubbish and upon completion of the work, prior to final acceptance
of the completed project by the Owner, he shall remove from the premises all
rubbish, surplus materials, implements, tools, etc., and leave his work in a clean
condition, satisfactory to the Engineer.
MAINTENANCE OF TRAFFIC
In any work within the public right-of-way, the Contractor shall provide adequate
warning and protection for pedestrian and vehicular traffic from any hazard
arising out of the Contractor's operations and will be held responsible for any
damage caused by negligence on his part or by the improper placing of or failure
to display danger signs and road lanterns. All traffic lanes, sidewalks and
driveways will be kept open and clear at all times except as provided below. The
Contractor shall not block traffic on any street more than 30 minutes or without
written permission from such agency. Before leaving the work each night, it shall
be placed in such condition as to cause the least possible hazard therefrom.
Should the Contractor fail to comply with the provisions of this paragraph, the
Owner may, with his own forces, provide signs, flagmen, barricades and/or
passageways or clear the pavement and deduct the cost thereof from sums due
to the Contractor.
MAINTENANCE OF ACCESS
The Contractor will be required to maintain access to business establishments
during all time they are open for business, to churches, schools and other
institutions during the time they are open and to all residential and other occupied
buildings or facilities at all times., Bridges across open trenches and work areas
. will be required to provide vehicular a.nd pedestrian access. Bridges with
handrail protection will be required for crosswalks at street intersections. It is
recognized that it will be necessary to remove bridges and to block cross traffic
while equipment is in operation. The Contractor shall, however, plan and pursue
his operations so as to minimize the time that direct entrance is blocked.
EROSION CONTROL AND RESTORATION OF PROPERTY
The Contractor will be required to schedule his work and perform operations in
such a manner that siltation and bank erosion will be minimized during all phases
of construction. Any areas disturbed during the course of construction shall be
restored to a condition equal or better than the original condition.
ARC .- UST Removal 98
Supplemental General Conditions
SGC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SGC-11
SGC-12
SAFETY AND HEALTH REGULATIONS
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational and Health Act
of 1970 (PL31-596) and under Section 107 of the Contract Work Hours and
Safety Standards Act (PL91-54). The Contractor shall also comply with any
other State and Federal Regulations applicable to Underground Storage Tank
System Closure. '
PRE-CONSTRUCTION CONFERENCE
A pre-construction conference shall be held at an acceptable time to the Owner
and the Contractor prior to the ,jNotice to Proceed" to coordinate the work and
satisfy all requirements of the Contract Documents.
~
II
"V -'. -
SGC - 13 This Agreement is intended by the Parties to, and does,
supersede any and all provisions of the Georgia Prompt
Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event
any provision of this Agreement is inconsistent with any
provision of the Prompt Pay Act, the provision of this
Agreement shall control.
})t1M.
SGC -- 14 All claims, disputes and other matters in question
between the Owner and the Contractor arising out of or
relating to the Agreement, or the breach thereof, shall
be decided in the Superior Court of Richmond County,
Georgia. The Contractor, by executing this Agreement,
specifically consents to venue in Richmond County and
waives any right to contest the venue in the Superior
Court of Richmond County, Georgia.
SGC -. 15 Notwithstanding any provision of the law to the contrary,
the parties agree that no interest shall be due
Contractor on any sum held as retainage pursuant to this
Agreement and Contractor specifically waives any claim to
same.
ARC - UST Removal 98
Supplemental General Conditions
SGC-4.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-01
SC-02
SC-03
SC-04
SC-05
SC-O
SPECIAL CONDITIONS
SCOPE OF WORK
The work under this Contract shall consist of the items contained in the
proposal, including all the supervision. materials, equipment, labor and
all other items necessary to complete said work in accordance with the
Contract Document and Georgia Environmental Protection Division
Underground Storage Tank Section Guidance Documents.
LIST OF DRAWINGS
No Contract Drawings are available. Bidders must visit the Contract
Sites prior to Bid submittal. Unfamiliar Site conditions shall not constitute
basis for change in the Contract conditions and price.
DESCRIPTION OF THE CONTRACT AREA
UST System Removal Project Site information is summarized and
tabulated in the Contract Document.
PROTECTION OF THE ENVIRONMENT
The Contractor will carefully schedule his work so that a minimum
amount of exposed earth will be subject to erosion by rainfall or wind,
and he will provide means satisfactory to the Engineer to minimize the
transportation of silt and other deleterious material into the stream beds
of water courses adjacent to the project.
All chemicals used during project execution or furnished for project
operation must show approval of either EPA or USDA. Use of'all such
chemicals and disposal of residues shall be in conformance with printed
instructions.
TEMPORARY TOILETS
Contractor shall provide temporary toilet facilities on the site for workmen
employed in the construction work when the Facility Manager does not
permit access to onsite toilet facilities. Toilets shall be adequate for the
number of men employed and shall be maintained in a clean and
sanitary condition. Workmen shall be required to use only these toilets.
At completion of the work, toilets used by Contractor shall be removed
and premises left in the condition required by the Contract.
ARC - UST Removal (98)
Special Conditions
SC-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-05
SC-06
SC-07
sc-oa
SC-09
SC-10
CONTRACT DOCUMENT AND PROJECT SPECIFICATIONS
The Contractor will be provided with three (3) sets of Contract Document
and Project Specifications. Additional sets may be obtained at the cost
of printing.
RECORD DRAWINGS
The Contractor will maintain in his office one complete set of drawings
(including any supplemental sketches) pertaining to the project upon
which, at the end of each day's work any deviations from the construction
lines shown thereon and all changes ordered by the Engineer will be
shown accurately in red pencil. If necessary, supplemental drawings will
be made to show details of deviations or changes, and these will be kept
with the marked set. The drawings will be available to the Engineer for
inspection during construction. Satisfactory progress toward the
preparation of the record drawings shall be a condition of approval of
monthly payment estimates. At the completion of construction, prior to
submitting his estimate for final payment. and as a condition for payment
thereof. three copies of the record drawings, satisfactorily completed, will
be transmitted to the Engineer.
EXISTING STRUCTURES
Where sidewalks, street signs, private signs, walls, sidewalks, fences,
etc, are removed in accomplishing the work, each and every item will be
replaced in the same or better manner or condition than that in which it
was before construction began. The Contractor will protect and hold
. harmless the Owner from any suit, action, or dispute whatever arising
from the Contractor's work adjacent to private property.
SALVAGE MATERIAL
All above ground dispenSing units (dispensers) will remain the property
of the Owner and will be stockpiled at the Public Works Department,
1568 Broad Street, in the manner directed by the Engineer.
REFERENCED SPECIFICATIONS
Where specifications or standards of other organizations and groups are
referenced in these specifications,. they are made as much a part of
these specifications as if the entire standard or specification were
reprinted herein. The inclusion of the latest edition or revision of the
referenced specification or standard is intended.
TRAFFIC CONTROL
Traffic control shall conform to the Manual on Uniform Traffic Control
Devices (MUTCD) of the Federal Highway Administration, Edition of
1978. The Contractor shall give prior written notification to and shall
ARC - UST Removal (Q8)
Special Conditions
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
obtain the approval of the Augusta-Richmond County Fire and Police
Department of any street closures.
SC-11
CONTRACTOR RESPONSIBILITIES
1. The Contractor shall comply with all applicable local, State and Federal
ordinance, Statutes, laws, rules and regulations governing the
Underground Storage Tank System Closure and Hazardous Material
handling and disposal. No pleas of misunderstanding will be considered
on account of ignorance thereof.
The Contractor shall be in compliance with all applicable Federal, State
and/or Local laws regarding employment practices. Such laws will
include, but shall not be limited to worker's compensation, the Fair Labor
Standards Act (FSLA), the Americans with Disabilities Act (ADA), the
Family and Medical Leave Act (FMLA) and all OSHA regulations
applicable to the work.
If the proposers or Contractor discover any provisions in the
specifications or Contract Document that are contrary to or inconsistent
with any law, ordinance or regulation, they shall immediately report it in
writing to the Engineer.
2. The Contractor shall pay all Federal, State and Local taxes and fees,
which may be chargeable against the performance of work. No
additional compensation will be made to the Contractor for taxes or fees.
SC-12
DRUG-FREE WORKPLACE
The Contractor shall take the necessary steps to assure that he maintains a
drug-free workplace. These steps shall include but shall not necessary be limited
to the following: compliance with the Federal Drug-Free Workplace Act,
Substance Abuse and Mental Health SerVices Administration (SAMHSA)
standards and regulations, Federal Department of Transportation laws and State
law regarding drug testing.
SC-13
CONSTRUCTION ORDER AND SCHEDULE
1. The Contractor shall be r~sponsible for the detailed order,
schedule, and methods of construction activities within the
general guidelines specified for maintenance and protection of
highway and pedestrian, traffic; utility lines; drainage ways;
adjacent properties; and as otherwise specified.
2. After notice to proceed and prior to the first payment on the
contract the Contractor shall submit the following for review:
A. Breakdown of contract price into units of cost for each
item required to complete the total work; this breakdown
will be the basis for judging the percentage complete at
any time.
ARC - UST Removal (98)
Special Conditions
SC-3
I
I
B.
A statement of the order of procedure to be followed that
will result in the required protection and completion of
the work within the contract time.
I
C. A bar chart showing the percentage of each item
schedules against time and so scheduled that
Contractor's order of construction is clearly shown.
I
3.
With each request for payment the Contractor shall submit two
copies of the bar chart clearly marked to show the work
completed at the date of the payment requested.
I
SC-14 .
CONSULTING ENGINEER
I
I
The Owner may engage consulting engineers to assist the Owner Engineer, by
providing certain services during the bidding and construction phases of the
project. The Consulting Engineer, are authorized to
represent the Owner Engineer within the limits of various duties delegated and
assigned to the firm by the Owner Engineer. Nevertheless the Owner Engineer
remains the final authority.
I
SC-15
INSPECTION OF WORK
I
I
The Owner shall provide sufficient competent engineering personnel for
. the technical observation and inspection of the work. The Engineer and
his representatives shall at all times have access to the work whenever it
is in preparation or progress, and the Contractor shall provide proper
facilities for such access, and for inspections.
I
Inspectors shall have the power to stop work on account of a workman's
incompetency, drunkenness, or willful negligence or disregard of orders. An
inspector may stop the work entirely if there is not a sufficient quantity of suitable
and approved materials or equipment on the ground to carry it out properly or for
any good and sufficient cause. Inspectors may not accept - on behalf of the
Owner any material or workmanship which does not conform fully to the
requirements of the contract and they shall give no orders or directions under any
possible circumstances not in accordance with the Specifications. The
Contractor shall furnish the inspector with all required assistance to facilitate
thorough inspection or the culling over or removal of defective materials or for
any other purpose requiring dischqrge of their duties for which service no
additional allowance shall be made. The inspector shall, at all times, have full
permission to take samples of the materials that mayor may not be used in the
work.
I
I
I
I
Any inspection provided by the Engineers is for the purpose of determining
compliance with provisions of the contract specifications and is in no way a
guarantee of the methods or appliances use by the Contractor, nor for the safety
of the job.
I
If the specifications, the Engineer's instructions, laws, ordinances, or any public
authority require any work to be specially tested or approved, the Contractor shall
give the Engineer timely notice of its readiness for inspection, and if the
inspection is by an authority other than the Engineer, of the date fixed for such
inspection. Inspections by the Engineer shall be made promptly, and where
I
I
ARC - UST Removal (98)
Special Conditions
SC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
practicable at the source of supply. If any work should be covered up without
review or consent of the Engineer, it must, if required by the Engineer, be
uncovered for examination and properly restored at the Contractor's expense.
Re-examination of any work may be ordered by the Engineer, and, if so ordered,
the work must be uncovered by the Contractor. If such work is found to be in
accordance with the Contract Documents, the Owner shall pay the cost of re-
examination and replacement. If such work is not in accordance with the
Contract Documents, the Contractor shall pay such cost.
S.c-16
WASTE DISPOSAL DOCUMENTS
Waste (residual product, rinsate, piping, tanks, contaminated soil, etc.) generated
as a result of Underground Storage Tank System closure shall be disposed of
properly at authorized and permitted facilities. The Contractor shall provide a
copy disposal document to the Owner within two weeks of completion of the
work.
ARC - UST Removal (98)
Special Conditions
SC-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
UNDERGROUND STORAGE TANK SYSTEM CLOSURE
AUGUSTA-RICHMOND COUNTY
I
AUGUSTA, GEORGIA
HUM
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
I
TABLE OF CONTENTS
TITLE PAGE ................................................................................... ..........................
TABLE OF CONTENTS ..............................................................................................
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01010 GENERAL SPECIFICAr;IONS ..................................................
SECTION 01020 WORK SEQUENCE ..................................................
SECTION 01030 QUALITY CONTROL ..............................................................
SECTION 01040 POLLUTION CONTROL ..........................................................
SECTION 01050 WARNING SIGNS ..............................................................
SE:CTION 01060 EXTRA WORK ..............................................................
DIVISION 2 - SITEWORK
SECTION 02010 DEMOLITION AND REMOVAL ................................................
SECTION 02020 EXCAVATION OF CONTAMINATED SOIL ................................
SECTION 02030 BACKFILLING .......................................................................
SECTION 02040 ASPHALTIC CONCRETE PAVING ..,........................................
SECTION 02050 SEEDING ............................. ........ .................... ..............
END OF TABLE OF CONTENTS
ARC - UST Removal (98)
Table of Contents
Pages
1
1 - 4
1 - 2
1
1 - 3
1 - 2
1 - 6
1 - 3
1 - 3
1 - 2
1 - 2
Page 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01010 - GENERAL SPECIFICATIONS
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
These General Conditions amend or supplement the Standard General Conditions of the
Contract Document and other provisions of the Contract Document. All provisions which are not
so amended or supplemented remain in full force and effect.
A. The contractor shall perform with his own organization, work amounting to not
less than twenty percent (20%) of the total contract cost. The Augusta-
Richmond County (ARC) may require the Contractor to verify the percentage of
work he will be providing with his own organization by furnishing pertinent
information such as all the actual subcontractor(s) quotations he received for the
bid. If requested, the Contractor shall provide such verification within 5 working
days of the request. '
B. From the date of the Letter of Award, the contractor shall proceed with his
preparatory work such as: making submittals, obtaining approvals, obtaining
permits, and other work as approved by the ARC Official (hereafter called
Engineer). No work will be allowed at the job site and no ordering of materials
will be allowed until the date stipulated in the Notice to Proceed.
~.' .' ..
1-"
,?-).,... .....!
C.)
\..__......
The Contractor shall fully complete all work under this contract within sixty (60)
consecutive working days from the date stipulated in the Letter of Notice to
Proceed, including date of said order.
D. The Engineer reserves the right to reject any and/or all bids and waive any
defects when, in his opinion, such rejection or waiver will be in the best interest
of the ARC.
E. The award of the contract shall be conditioned upon funds being made available
for these projects and further upon the right of the Engineer to hold all bids
received for a period of sixty (60) days from the date of the opening thereof,
otherwise required by law, during which time no bid may be withdrawn.
F. All bidders must be sure that they possess and their subcontractors possess all
the necessary specialty licenses needed to perform the work for the project. The
bidder shall be solely responsible for assuring that all the specialty licenses
required to perform the work are covered in his bid.
G. No asbestos containing materials or equipment shall be used. The Contractor
shall ensure that all materials and equipment incorporated into the project are
asbestos free.
H. All bidders shall promptly notify the Engineer (telephone: 706-821-1706). of any
. ambiguity, inconsistency or error which they may discover upon examination of
the bidding documents or of the site and local conditions in the process of
preparing their bids.
These requests for clarifications shall made no later than ten (10) calendar days
prior to the date fixed for bid opening.
ARC - UST Removal (98)
General SpeCifications
01010-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L~>' ..
, I..
:')I)i.V."
:-..
I
I
I
I.
The Contractor and Subcontractor shall maintain fiscal records and supporting
documents and related files, papers, and reports that adequately reflect all direct
and indirect expenditures and management and fiscal practices related to the
Contractor and Subcontractor's performance of services under this agreement.
The Department, the Comptroller of the ARC, the Engineer and any of their
authorized representatives have the right of access to any qook, document,
paper, file, or other record of the Contractor (and any of Subcontractors) that is
related to the performance of services under this agreement in order to conduct
an audit or other examination or to make excerpts and transcripts for the
purposes of monitoring and evaluating the Contractor and Subcontractor's
performance of services and the Contractor and Subcontractor's program,
management, and fiscal practices to assure the proper and effective expenditure
of funds under this agreement. The right of access shall not be limited to the
required retention period but shall last as long as the records are retained. The
Contractor and Subcontractor shall retain all records related to the Contractor
and Subcontractor's performance of services under this agreement for at least
four (4) years after the date of submission of the Contractor or Subcontractor's
final expenditure report, except that if any litigation, claim, negotiation,
investigation, audit or other action involving the records has been started before
expiration of the four-year period, the Contractor and Subcontractor shall retain
the records until completion of the action and resolution of all issues that arise
from it, or until the end of the regular four-year retention period, whichever occurs
later. Furthermore, it shall be the Contractor's responsibility to assure
compliance with this provision by any Subcontractor.
J.
The Contractor shall comply with the respective Facility (Site) time work schedule
during the normal work week. Any deviation shall be subject to the approval of
the Facility Manager and/or Engineer.
K.
Special Protection must be made by Contract at all the time to safely protect the
Facility personnel from any and all injuries that may be caused as a result of the
work performed under the contract.
L.
The Contractor shall give at least three (3) working days notice to the Engineer
before starting the work. .
M,')
Every person bidding on this project is expected to visit the sites and examine
the conditions and satisfy himself/herself as to the character and amount of the
work to be performed. No additional allowance will be granted because of the
lack of knowledge of such conditions.
N::
The person to contact prior to making the site visitation is the Environmental
'Engineer, Project Coordinator, and his phone number is (706) 821-1706.
Reservations for site visitation shall be made at least one week before the site
visitation scheduled time. No bne will be allowed on the site visitation without a
reservation.
o.
All work related to the temporary disconnection of the electrical system shall be
pre-arranged with the Facility Manager so that any disruption of such services
will be kept to a minimum. In the event temporary power hook-up is required, the
Contractor shall provide the necessary services.
P.
The Contractor must employ, insofar as possible, such methods and means of
carrying out his work so as not to cause any interruption or interference to the
Facility's operati()ns. Where the Contractor's operations would result in
ARC - UST Removal (98)
I
General Specifications
01010-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
interruptions which would hamper the operations of the Facility, the Contractor
shall rearrange his/her schedule of work accordingly.
Q. The Contractor shall maintain safe passage to and from the Facility's occupied
rooms and other occupied spaces for the using agency personnel and the public
. at all times.
R. The Contractor shall make arrangements with the Facility contact person for use
of existing telephone services at ttie facility and shall use only such telephone
stations permitted by the Facility Manager. Use of Facility's telephone is limited
to local calls only.
S. The Contractor shall make the necessary coordination with the Facility Manager
for temporary use of water and electricity.
T. The tapping into the Facility's existing water system shall comply with all
applicable regulations and all expenses pertaining to said tapping (and removal
after completion of UST associated work) shall be borne by Contractor.
U. The Contractor will not be charged for use of the Facility's water and electricity
provided they are not misused. Of misuse is discovered, the Facility Manager
will deny further use and the Contractor shall make other arrangement.
v. The Contractor and his employee will not be allowed to parkin zones assigned to
Facility personnel.
W. Areas to be used for parking by the Contractor shall be designated by the Facility
Manager and/or the Engineer.
x. The Contractor shall follow, wherever applicable, State of Georgia, Department
of Transportation Standard Specifications (Latest Edition) unless otherwise
specified in this document.
Y. The Contractor may use the existing toilet facilities designated by the Facility
Manager; however, it is the Contractor's responsibility to keep same clean and in
a sanitary condition at all times.
Z. The Contractor shall continually maintain adequate protection of all his work from
damage and shall protect all property, including but not limited to buildings,
equipment, furniture, grounds, vegetation, material, utility system located at and
adjoining the job site. The Contractor shall repair, replace or pay the expense of
repair of damages resulting from his f?ult or negligence.
AA. The Contractor is cautioned to take all necessary safety precautions to protect
the Facility personnel, and the public whenever power driven equipment is used.
BB. The ARC will held the Contractor liable for all the acts of Subcontractors and
, shall deal only with him (the prime Contractor) in matter pertaining to other trades
employed on the job. The Contractor shall be responsible for coordinating the
work of all trades on the job.
CC. The ARC reserves the right at any time to contract for or otherwise perform other
or additional work within the contract zone limits of this contract.
DD. No additional compensation shall be due the Contractor for standby time while
laboratory testing is being conducted. .
ARC.- UST Removal (98)
General Specifications
01010-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
EE. The ARC reserves the right to modify the scope of Work depending on the actual
site conditions encountered during site work.
FF. The Contractor shall perform unforeseen work, for which there is no price
included in the Contract, whenever it is necessary or desirable in order to
complete fully the work as contemplated. Such work shall be performed in
accordance with the Specifications and as directed, and will be paid for as
provided in Section 01 060.
GG. Payable time period will not include time elapsed while equipment is breakdown,
time spent in repairing equipment, or time elapsed after the Engineer has
advised the Contractor the equipment is no longer needed.
HH. Should any items contained in the Proposal be found unnecessary for the proper
completion of the work, the Engineer may, upon written order to the contractor,
eliminate such items from the Contract, and such action shall in no way
invalidate the contract.
END OFSECTION
ARC - UST Removal (98)
General Specifications
01010-4
I
I
I
I
B
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01020 - WORK SEQUENCE
PART 1 - GENERAL
All closure activities shall be performed in accordance with Georgia Underground Storage Tank
Division (GUST) Rules and Regulations. The Contractor shall be responsible to follow all the
applicable Federal, State and Local Rules and Regulations.
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02'SEQUENCE OF WORK
\ i~-~ ~.:. ....
~"'" .'
I. ".
\,' .
"A::
Notify Georgia Environmental Protection Division (EPD). Submit Closure Activity
Form (GUST-29) to EPD at least 30 days prior to beginning work.
B. Notify the local Fire Department and Utilities Protection Center (1-800-282-7411)
of the USTs removal.
.....-.....
C. Disconnect and dismantle the Dispensing unit(s) (if any).
D. Disconnect the fuel lines and drain fuel back into tank(s).
E. Remove residual product that may be present in the tank(s).
F. Remove surface covered material (asphalt, concrete, etc.) to access tank.
:.. ..'",
t1:,{
,G~'
L.'
Degas and clean tank system, excavate soil and remove tank and associated
piping from subsurface.
,,><'.
H. Monitor the soil for presence of contamination as the excavation progress and
separate the clean and contaminated soil. Place the excavated soil on plastic
sheeting (minimum 6'mil) and cover it by the plastic sheeting.
I. Collect soil samples at the base of excavation (beneath the tanks, piping,
dispensers) as required by Georgia Underground Storage Tank Regulations.
J ' Collect groundwater sample(s) (if encountered) from the tank(s) excavation as
required by the Georgia Underground Storage Tank Regulations.
,. ~ ,"'T
t....~-~...:
'.
'K.
Submit collected samples to Georgia 'EPD accepted laboratory for Total
Petroleum Hydrocarbons (TPH) Gas range organics or Diesel range organics,
BTEX (benzene, toluene, ethylbenzene, xylenes), and PAHs (polycyclic aromatic
hydrocarbons). SamDles shall be analyzed within three (3) workina days.
c
~'. r~ ,
:;"0' .
(0
\'_/
Protect and secure excavation while laboratory testing is being conducted.
Excavation will remain open during this three (3) days period. No additional
allowance will be granted for this standby period.
M. Dispose of removed tank(s), piping, contaminated soil (GUST - 39), residual fuel,
sludge, rinse water.
ARC - UST Removal (98)
Work Sequence
01020-1
I
I
I
I
I
B
I
I
I
I
I
I
I
I
I
I
I
I
I
;;
~l .~.
"-,'
'. t"'....:. !
V'. -.11,
.',1.' ,....
lllv..7 r....,.,
V';ll' '.N.;
r' '~.' '___../
If laboratory results indicate contamination is not present, the Contractor to
backfill the excavation. Fill excavation with existing soils (if clean) or clean
imported fill once the USTs are removed. Complete backfills with clean fill.
..' ..6>
If laboratory results indicate contamination is present, the Engineer willre-
evaluate the situation.
....-/.
P. Clean-up of the site after job completion.
Q. Complete closure report and EPD Closure Report Form.
."
~.:.-.' .~
R. Complete EPA Form 7530-1.
(1:03) . OPTIONAL ITEM
\ ,,'
,--/
If laboratory results indicate contamination is present, the Engineer will re-evaluate the
situation.
i) The Engineer will inform Contractor to begin construction of a contaminated soil
temporary holding cell and over excavation of contaminated soil.
ii) Contractor to excavate contaminated soil (up to six feet below and to the sides of
the UST (no more than 500 cubic yards)) and monitor organic vapor
concentration in excavated soil to evaluate the progress (follow EPD guidance
document).
iii) At the completion of over-excavation, the Contractor will collect soil samples
(take a sample 200 square ft in the bottom and every 30 ft in the side walls
(follow EPD guidance document)) in the over-excavation to evaluate the
concentrations of residual contamination left in place (if any).
iv) The Contractor shall submit collected samples to EPD approved laboratory for
TPH, BTEX and PAHs analysis.
v) Contractor to protect and secure over-excavation while laboratory testing is
being conducted. No additional allowance will be granted for the standby time.
vi) If laboratory results indicate that contaminated soil has. been removed, the
Engineer will inform contractor to begin backfilling the over-excavation.
vii) If laboratory results indicate contamination is still present, Engineer will re-
evaluate the situation. .
Note: No additional allowance will be granted for the standby time needed to complete the
over-excavation process.
END OF SECTION
ARC- UST Removal (98)
Work Sequence
01020-2
I
I
I
I
I
D
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01030 - QUALITY CONTROL
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1 ~02 QUALITY ASSURANCE/CONTROL
A. The Contractor shall obtain all necessary permits and approvals required for the
work.
B. The Contractor shall monitor quality control over suppliers, manufacturers,
products, services, site conditions and workmanship to produce work of specified
quality.
C. The Contractor shall comply fully with manufacturers' instructions.
D. Should manufacturers' instructions conflict with the Contract Documents, the
Contractor shall request clarification from the Engineer before proceeding.
E. The Contractor shall comply with specified standards as a minimum quality for the
work except when more stringent tolerances, codes, or specified requirements
indicate higher standards or more precise workmanship.
F. The County might employ an independent engineer (if necessary) to monitor UST
and potential contaminated material removal. The independent engineer shall be
allowed and provided with access to the site to perform the monitoring and testing.
All testing associated with UST system closure shall be included by the Contractor
in the Lump Sum bid. Employment of the Engineer shall in no way relieve the
Contractor from his obligation to perform work in accordance with the contract.
The County shall reserve the right to schedule the date and time for the Contractor
to proceed and complete the backfill in accordance with the contract.
G. The Contractor shall employ an independent testing laboratory to perform testing
services as specified below and in the technical sections.
1. Moisture-density relationships of soil (ASTM D1557, or GDT Method);
2. Density of soils in place (ASTM D1556, D2167, or 02922, or GDT Mehod );
and .
3. Hazardous Material Testing required for recycling or disposal of residual
product, sludge, rinsate, and contaminated soil.
H. The Contractor shall be given 72 hours notice for the date and time when
backfilling or over-excavation may commence.
END OF SECTION
ARC- UST Removal (98)
Quality Control
01030-1
I
I
I
g
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~ECTION 01040 - POLLUTION CONTROL
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02 REQUIREMENTS
A. RUBBISH DISPOSAL.
. 1. No burning of debris and/or waste materials shall be permitted on the project
site.
2. No burying of debris and/or waste material except for materials which are
specifically indicated elsewhere in these specifications as suitable for backfill
shall be permitted on the project site.
3. All unusable debris and waste material shall be hauled away to an appropriate
off site dump area. During loading operations, debris and waste materials shall
be watered down to allay dust.
4. No dry sweeping shall be permitted in cleaning rubbish and fines which can
become airborne from floors or other paved areas. Vacuuming, wet mopping or
wet or damp sweeping is permissible.
5. Enclosed chutes and/or containers shall be used for conveying debris from
above to ground floor level.
6. Clean-up shall include the collection of all waste paper and wrapping materials,
cans, bottles, construction waste materials and other objectionable materials,
and removal as required. Frequency of clean-up shall coincide with rubbish
producing events.
B. DUST
1. The Contractor shall prevent dust from becoming airborne at all times including
non-working hours, weekends and holidays in conformance with the Federal,
State and Local regulations.
2. The method of dust control and costs' shall be the responsibility of the Contractor.
Methods of the dust control shall include the use of water, chemicals or asphalt
over surfaces which may create airborne dust.
3. The Contractor shall be responsible for all damage claims.
ARC - UST Removal (98)
Pollution Control
01040-1
I
I
I
B
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. NOISE
1. Noise shall be kept within acceptable levels at all times in conformance with the
Federal, State, and Local regulations. The Contractor shall obtain and pay for
the Noise Permit when the construction equipment or other devices emit noise at
levels exceeding the allowable limits.
2. All internal combustion engine-powered equipment shall have mufflers to
minimize noise and shall be properly maintained to reduce noise to acceptable
levels.
D. ,EROSION
1. During operations, the grade shall be maintained so as to preclude any damage
to adjoining property from water and eroding soil.
2. Temporary berms, cut-off ditches and other provisions which may be required
because of the Contractor's method of operations shall be installed at no cost to
the County.
3. The Contractor shall take whatever measures necessary throughout the life of
the project to control erosion, and to minimize silting of rivers, streams and
impoundments. Construction work which will contribute to the control of erosion
and siltation shall be carried out according to the Georgia DOT Standard
Specifications, Construction of Roads and Bridges (Latest Edition).
E. OTHERS
1. Wherever trucks and/or vehicles leave the site and enter surrounding paved
streets, the Contractor shall prevent and material from being carried onto the
pavement. Waste water shall not be discharged into existing streams,
waterways, or drainage systems such as gutters and catch basins unless treated
to comply the State Water Pollution regulations.
2. Truck hauling debris shall be covered. Trucks hauling fine materials shall be
covered.
3. Except in an emergency, such as mechanical breakdown, all vehicle fueling and
maintenance shall be done in a designated area. A temporary berm shall be
constructed around the area when runoff can cause a problem.
F. SUSPENSION OF WORK
1. Violations of any of the above requirements or any other pollution control
requirements shall be cause for suspension of the work creating such violation.
No additional compensation shall be due the Contractor for remedial measures
to correct the offense. Also, no extension of time will be granted for delay
caused by such suspensions.
2. If no corrective action is taken by the Contractor within 72 hours after a
suspension is ordered by the Engineer, the County reserves the right to take
whatever action is necessary to correct the situation and to deduct all costs
incurred by the County in taking such action from monies due the Contractor.
ARC - UST Removal (98)
Pollution Control
01040-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. The Engineer may also suspend any operations which he feels are creating
pollution problems although they may not be in violation of the above-mentioned
requirements. No additional compensation shall be due the Contractor for delay
caused by such suspensions.
PART 2 - PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
ARC - UST Removal (98)
Pollution Control
01 040-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01050 - WARNING SIGNS
PI~RT 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02 GENERAL REQUIREMENTS
A. Furnish all labor, materials and equipment necessary to construct and install
warning signs as hereinafter.
PART 2 - PRODUCTS
2.(l1 MATRIALS
A. No asbestos containing material shall be used under this Section. The
Contractor insure that all materials incorporated in the project are asbestos-free.
B. Backing shell be flat sheet aluminum 0.032" minimum thickness.
C. Paint shall be satin finish, exterior grade or factory baked enamel or a
combination thereof.
2.02 COLORS
A. Signs shall have white background. Remaining items shall be visible color, other
than black, and conform to GA DOT Standards and Specifications.
2.03 REQUIREMENTS FOR WARNING SIGN
A. Message configuration shall be as fallow:
FOR YOUR SAFETY (1/8" THICK LETTERS, 3/4" HIGH)
NO ENTRY (1/4" THICK LETTERS, 1-1/2" HIGH)
PART 3 - EXECUTION
3.01 INSTALLATION
A. Signs shall be located at reasonable intervals around roped off work area or at all
entrance in the case of interior work.
B. Signs shall be attached to the rope barrier, rope barrier supports, individual sign
supports or buildings. Do not use nails to attach signs to building(s).
3.02 CLEAN-UP
A. Remove all signs upon completion of project. Repair any damages caused by
sign mounting and 'removal.
END OF SECTION
ARC - UST Removal (98)
Warning Signs
01050-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01060 - EXTRA WORK
PART 1 - GENERAL
Extra work shall cover any work item not provided for in the Contract as awarded but found
essential to the satisfactory completion of the Contract within its intended scope.
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02 AUTHORIZATION
Extra work, when ordered, shall be authorized in writing. All agreements shall be made
prior to initiation of extra work.
A. Supplemental Agreement will stipulate the work to be done and the basis of
payment shall be Lump Sum or Unit Price.
B. When no agreement is reached for extra work to be done at Lump Sum or Unit
Prices. such work may be authorized by the ARC to be done on a Force Account
basis, such authorization to be in writing, signed by the Engineer prior to starting
the work.
PART 2 - PRODUCTS
(not used)
PAHT 3 - EXECUTION
3.1 PAYMENT
Extra Work Shall be -paid by the Georgia Department of Transportation
guidelines modified as follow:
A. When Extra Work is authorized to be paid for on a Lump Sum basis the Engineer
will compute the percentage done each month and show this percentage as the
amount due the Contractor.
When Extra Work is authorized to be paid for on a Unit Price basis the Engineer
shall include on each monthly estima!e the amount of work done that month.
B. When no agreement is reached for Extra Work to be done at Lump Sum or Unit
Price, such work will be paid for as follow. -
The Contractor shall furnish the actual costs paid for various activities carried out
to complete the Extra Work.
i) LABOR: Actual Cost plus fifteen percent (15 %);
ii) BOND. INSURANCE AND TAX: Actual Cost;
jji) MATERIAL: Actual Cost plus ten percent (10 %);
iv) EQUIPMENT: (other than small tools)
Actual Rate plus fifty percent (50 %)
ARC - UST Removal (98)
Extra Work
01060-1
I
I
I
I
I
I
D
B
I
I
I
I
I
I
I
I
I
I
I
Rate shall be established in accordance with the latest edition of the
"Rental Rate Book for Construction Equipment" or "Rental Rate Blue
Book for Older Construction Equipment".
Standby rate shall be "Actual Rate plus twenty-five percent (25 %)".
Operating will be limited to eight (8) hours per day.
No additional compensation will be made for equipment repair.
v) Miscellaneous: No additional allowance will be made for general
superintendence, the use of small tools, or other costs for which no
specific allowance is herein provided.
vi) ComDensation: The Contractor's representative and Engineer shall
compare records and agree on the cost of work done as ordered on a
Force Account basis at the end of each day.
vii) Statements: No payment will be made for work performed on Force
Account basis until the Contractor has furnished the Engineer with
duplicate itemized statements of the cost of such Force Account work.
Statement shall be accompanies and supported by receipted invoices.
END OF SECTION
ARC - UST Removal (98)
Extra Work
01060-2
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
. \' ; :, ~
t
, :" .~ '".
DIVISION 2 - SITE WORK
SECTION 02010 - DEMOLITION AND REMOVAL
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02 GENERAL REQUIREMENTS
,;.y' 'A:'1
. r:../
~!j" ','
Closure of Underground Storage Tank Systems (Tanks, Piping, Dispensers) at various
ARC's Facilities. UST(s) along with associated piping and dispensing unit(s) shall be
emptied, cleaned, and removed. The Contractor shall furnish all required materials,
labor, equipment, tools, transportation, and services for the UST removals.
13. Related Work Described Elsewhere:
Section 01030 - QUALITY CONTROL
Section 01040 - POLLUTION CONTROL
Section 01050 - SIGNS
Section 02020 - EXCAVATION OF CONTAMINATED SOIL (OPTIONAL ITEM)
Section 02030 - BACKFILLING
'1.03: MINIMUM QUALIFICATIONS
The Contractor shall be licensed to operate a backhoe and other equipment necessary
for demolition and the excavation of contaminated soil. Contractor shall be experienced
in UST removal, over-excavation, soil remediation and have knowledge of all relevant
requirements and procedures. 40-hour Hazardous Waste Operations and Emergency
Response Health and Safety Training, as well as personal protective equipment that
meets or exceeds all Federal, State, and County regulations is also required for all on-
site personnel.
. 1.04 SUMMARY OF WORK
Several USTs along with associated piping and dispenser(s) shall be drained of residual
fuel, excavated, cleaned, and disposed of in accordance with all Federal, State, and
County regulations/guidelines.
1.0Ei REFERENCES
A. American National Standards Institute. Inc. (ANSI)
ANSI A 10.6 1983, Demolition Operations - Safety Requirements.
ANSI Z117.1 Safety Requirements for Working in Tanks and Other Confined Spaces.
ARC - UST Removal (98)
Demolition and Removal
02010-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I . .....
\ ".-.
".:....., '.-
, ..
I ;
I
I
8. American Petroleum Institute (API)
API Publication 2015 1985, Recommended Practice for Cleaning Petroleum Storage
Tanks.
API Publication 2015A 1985, Guide for Controlling the Lead Hazard Associated with
Tank Entry and Cleaning.
API Publication 2217 1984, Guidelines for Confined Space Work in the Petroleum
Industry.
API Bulletin 1604 1987, Removal and Disposal of Used Underground Petroleum Tanks.
C. Environmental Protection Aaency (EPA) Regulations
40 CFR 280 Underground Storage Tanks: Technical Requirements and State Program
Approval; Final Rules.
40 CFR 261 Regulations for Identifying Hazardous Waste.
D. Occupational Safety and Health Administration (OSHA) Regulations
29 CFR 1910.1000 Occupational Safety and Health Standards.
E. State of Geor<;)ia DeDartment of Natural Resources. Environmental Protection Divisions
Guidelines
Underground Storage Tank Act (Chapter 13).
Underground Storage Tank Rules (Chapter 391-3-15).
So You Want To Close An UST.
GUST-CAP A Guidance.
GUST-CAP B Guidance.
F. State of Georgia Department of Transportation
Standard Specifications Construction of Roads and Bridges (Latest Edition).
1.06 SITE CONDITIONS
The Contractor shall visit the site, examine and note all existing conditions and extent of .
work involved for the completion of the demolition and removal work, and clearing and
grubbing work.
Obvious conditions of the existing premises on the date of bid opening shall be accepted
as part of the work, even though may vary therefrom. ARC assumes no responsibility for
actual conditions of items or structures to be demolished.
,. -...."'\
1.0(" SUBMITTALS
The Contractor shall submit the following documents to the Engineer prior to
commencement of the site work:
ARC -- UST Removal (98)
Demolition and Removal
02010-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. Health and Safety Plan
The Contractor shall submit the following documents to the Engineer within two weeks of
completion of USTs removal:
1. Fuel tank hazardous material content report
2. Fuel, sludge, rinsate, contaminated soil disposal/recycling documentation
3. Certification of tank disposal
4. Certificate of Contaminated Disposal at a permitted facility
1.08 REGULATORY AND SAFETY REQUIREMENTS
A. General Requirements: The Contractor shall conform to applicable State and County
codes for safety of adjacent structures, dust control, runoff control and disposal.
B. Notification and Permit Requirements: The Contractor shall notify respective agencies
and obtain all required permits prior to beginning the work.
P,t,RT 2 - PRODUCTS
2.01 MATERIALS
A. Asbestos Prohibition: No asbestos containing materials or equipment shall be used
under this section. The Contractor shall ensure that all materials and equipment
incorporated in the project are asbestos-free.
B. Cleaning Agent: Detergent used to decontaminate the tank shall comply with all Federal,
State, and County regulations.
C. Polyethylene Sheeting at least 6 mil thick for temporary stockpiling of excavated material.
2.02 EQUIPMENT
A. Backhoe for the removal of soil and debris.
B. Personal Protective Eauipmentas needed to ensure the safety of on-site personnel.
PART 3 - EXECUTION
3.0'1 PREPARATION
A. The Contractor shall identify required lines, I~vels, contours, and datum.
B. The Contractor shall protect bench marks, existing structures, utilities, fences, sidewalks
and paving from excavation equipment and vehicular traffic.
C. The Contractor shall provide, erect, and maintain temporary safety barriers and security
devices.
D. The Contractor shall protect plant life, lawns, and other features remaining as a portion of
final landscaping.
E. Residual fuel in the tank shall be removed by a vacuum truck or other appropriate
pumping system. Residual fuel, water, sludge and solids removed from the tank shall be
taken to a facility for recycling or properly disposed of. The Contractor shall provide
documentation on product disposal or recycling.
ARC - UST Removal (98)
Demolition and Removal
02010-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'1
I
I
F. The Engineer will be on-site during all excavation activities to observer existing UST
system demolition and removal. The Contractor shall conduct demolition and excavation
activities such that the Engineer has access to the storage tanks or surrounding soil at all
times. The Contractor shall perform sampling activities as required for contamination
evaluation.
H. The Contractor shall prevent movement or settlement of adjacent structures and provide
bracing and shoring, if deems necessary, without additional compensation.
3.02 DEMOLITION AND REMOVAL OF STRUCTURES
A. Removal of Concrete/Asphalt: The Contractor shall carefully remove the concrete
slab/Asphalt covering the USTs. The Contractor shall make a neat saw cut to a sufficient
depth to ensure straight line breakage at the edges prior to demolishing the portion of the
Concrete/Asphalt, cover.
B. Existing Utility Lines: The existence of underground utility lines is not definitely known.
Should any be encountered, the Contractor shall immediately notify the Engineer and
follow his direction as to procedure. The Contractor shall apply feasible technical means
to identify and mark subsurface utilities prior to initiation of excavation work.
3.03 EXCAVATION AND REMOVAL OF FILL MATERIAL AND TANK SYSTEMS
A The Contractor shall separate the concrete and asphalt from the soil excavated around
the USTs. The soil shall then be placed on 6 mil thick polyethylene sheeting and
separated into "clean" and ,jcontaminated" stockpiles. The Contractor shall apply field
observations/testing to separate "clean" and "contaminated" soil.
E:. SamDle and Test Requirements: The Contractor shall sample the existing fuel and
sludge which may be present in the tanks. The samples shall be tested for hazardous
materials required for recycling or disposal. The Contractor shall notify the Engineer in
writing if hazardous materials are found. Laboratories performing the analysis shall be
regularly engaged in this type of work.
C. VaDor Monitoring and Degassing: The vapors in the tanks shall be monitored with a
combustible gas indicator or equivalent to determine if the tanks require degassing
before being safely removed from the excavation pits. .
D. Tank System Decontamination: The Contractor shall disconnect the fuel supply lines.
The fuel inside the supply lines should be drained back into the tank avoiding any
spillage. The Contractor shall remove all piping associated with the tank system.
The Contractor shall cut open the tanks, and thoroughly clean the tank interiors. All
sludge and any other material shall be removed from the tanks, and the tanks shall be
triple-rinsed and dried. Rinsafe shall be tested for hazardous materials required for
recycling or disposal, and recycled/disposed of accordingly. The Contractor shall provide
documentation on sludge and rinsate recycling or disposal.
E. Hazardous Waste Disposal: Sludge, solids, rinsate, and other non-recyclable waste
removed from the tanks shall be transported to an EPD"permitted disposal site. The
Contractor shall provide all disposal documentation.
F. Dismantling of Gas Pump: Disconnect and dismantle the gas pump. Disconnect the
electrical system and assure that the electrical lines are no longer live. After ensuring the
conductor for the gas pump is dead, completely remove conductor wires which lead from
electrical box to pump.
ARC - UST Removal (98)
Demolition and Removal
02010-4
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
G. Transportation of Tank System: The Contractor shall load the tanks, piping and gas
pumps onto a flatbed truck/trailer for transport to an appropriate site for
destruction/disposal.
H. Certification of Tank Svstem Destruction: The cut and cleaned tanks and piping shall be .
transported to a scrap metal dealer who will render the tanks useless by crushing.
Written certification of disposal shall be provided.
.~, II:.; ;::,,}\' ~:::I\':) Contamination Assessment: The Contractor will collect soil and groundwater (if
encountered) samples form the excavation after the tank system is removed. If
laboratory analysis of the collected samples indicates contamination, the Engineer will
evaluate the situation. If no contamination is present, backfilling shall begin at the
direction of the Engineer.
J.' The Contractor shall conduct demolition to minimize interference with adjacent
structures.
K. The Contractor shall cease operations immediately if adjacent structures appear to be in
danger, and shall notify authority having jurisdiction. The Contractor shall not resume
operations until directed by the Engineer. .
L. The Contractor shall conduct operations with minimum interference to public or private
accesses and shall maintain egress and access at all times.
3.04 USE OF EXPLOSIVES
Use of explosives is not permitted.
3.0t5 DUST NUISANCE
The project area shall be kept free of dust nuisance at all times by watering and/or
sweeping.
3.06 REPAIR OF EXISTING IMPROVEMENTS
All existing improvements, including roads, driveways, parking areas, and walkways not
designated for demolition that have been damaged by construction activities, shall be
repaired to the original conditions and to the satisfaction of the Engineer. Damage done
by heavy equipment especially on roads not suitable for such equipment shall be
repaired to the original condition and to the satisfaction of the Engineer at no cost to the
ARC.
3.07 CLEAN-UP AND DISPOSAL
From time to time, as directed by the Engineer, and at the completion of the demolition
and removal work, the Contractor shall remove from site all rubbish, debris, and excess
excavated material accumulated from this work and leave the area neat and clean to the
satisfaction of the Engineer.
3.08 PROTECTION OF EXCAVATION
A. The Contractor shall protect excavations by methods required to prevent loose soil from
falling into the excavation (without additional compensation). The Contractor shall
perform all work safely in conformance with all Federal, State, and County excavation
requirements.
ARC .- UST Removal (98)
Demolition and Removal
02010-5
I
I
I
I
I
I
D
I
I
I
I
I
I
I
I
I
I
I
I
B. All soil excavated shall be placed on polyethylene sheeting. At the end of each work day
or if it. begins to rain, the Contractor shall cover the excavated soil stockpiles with
polyethylene sheeting.
3.09 MEASUREMENT AND PAYMENT FOR DEMOLITION AND REMOVAL
Payment for the following items shall be included in the Contractor's Lump Sum Bid
price:
A. Residual fuel, sludge, and rinsate.
B. Soil and groundwater (if encountered) sampling and testing following tanks
removal.
C. Pavement equal to the amount that would have been demolished and removed if
no contamination was found. This is the amount of demolition and removal of
pavement needed to remove a tank(s) that did not contaminate the soil.
END OF SECTION
ARC -- UST Removal (98)
Demolition and Removal
02010-6
I
I
I
I
o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02020 - EXCAVATION OF CONTAMINATED SOIL (OPTIONAL TASK)
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
v..C };/"",/".,
1.02
(~\~~'
The Contractor will collect soil/groundwater samples from the excavation after the tank
systems are removed. If laboratory analysis of the soil samples indicates petroleum
hydrocarbons leaked into the subsurface, excavation shall proceed until all contaminated
soil is removed or to the maximum extent permissible under Georgia EPD guideline. The
Contractor shall furnish all required materials, labor, equipment, tools, transportation, and
services for removal and disposaf of contaminated soil.
GENERAL REQUIREMENTS
B.
Related Work Described Elsewhere:
Section 01030 - QUALITY CONTROL
Section 01040 - POLLUTION CONTROL
Section 02010 - DEMOLITION AND REMOVAL
Section 02030 - BACKFILLING
'~t
1.0:3 MINIMUM QUALIFICATIONS
The Contractor shall be licensed to operate a backhoe and other eqUipment necessary
for the excavation of contaminated soil. Contractor shall be experienced in UST removal,
excavation of contaminated soil, and have knowledge of all relevant requirements and
procedures. 40-hour Hazardous Waste Operations and Emergency Response health
and safety training, as well as personal protective equipment that meets or exceeds all
Federal, State, and County regulations is also required for all on-site personnel.
1.04 SUMMARY OF WORK
A. Mobilization and demobilization.
B. Contractor shall remove contaminated soil from inside and around the existing UST pit
and along the product pipeline, if necessary.
C. The Contractor shell monitor the excavation for organic vapors in the soil to evaluate the
extent of contamination. .
D. If the extent of soil reach maximum permissible limits as defined under Georgia EPD
guidance document, the excavation shall be stopped for further review of courses of
action. Otherwise, over-excavation shall continue until testing indicates all remaining soil
meets the Georgia EPD Threshold Levels for hydrocarbons releases from USTs, or to
the maximum extent practical as determined by site and safety considerations or
excavator capability. Excavating shall stop when field measurements of organic vapors
and confirmatory laboratory analysis of soil samples indicate the soil is below Georgia
EPD Threshold Levels.
ARC -- UST Removal (98)
Excavation of Contaminated Soil
02020-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 2 - PRODUCTS
2.01 MATERIALS
A. Asbestos Prohibition: No asbestos containing materials or equipment shall be used
under this section. The Contractor shall ensure that all materials and equipment
incorporated in the project are asbestos-free.
13. POlyethvlene Sheeting at least 6 mil thick for temporary stockpiling of excavated material.
2.02 EQUIPMENT
A Backhoe for the removal of soil and debris.
B. Persona/Protective Equioment as needed to ensure safety of on-site personnel.
PART 3 - EXECUTION
3.01 PREPARATION
jj.. The Contractor shall:
1. Identify required lines, levels, contours, and datum.
2. Locate, identify, and protect existing structures and utilities.
3. Protect. plant life, lawns, and other features remaining as a portion of final
landscaping.
4. Protect bench marks, existing structures, fences, sidewalks and paving from
excavation equipment and vehicular traffic.
5. Underpin adjacent structures which may be damaged by excavation work.
B. The Engineer will be on site during all excavation activities. The Contractor shall allow
the Engineer access to the excavation and surrounding soil for contamination evaluation
(if needed).
3.02 EXCAVATION OF CONTAMINATED SOIL
A. The Contractor shall excavate contaminated soil from the existing UST excavation at the
direction of the Engineer and shall collect soil samples for field observations and
measurement of organic vapors as excavation proceeds.
B. The Contractor shall separate concrete and asphalt from the excavated soil and dispose
of the concrete and asphalt properly.
C. The Contractor shall separate contaminated and uncontaminated soil into separate
stockpiles based on the field observations/measurements. Both contaminated and
uncontaminated soil stockpiles shall be placed on 6 mil thick polyethylene sheeting.
D. The Contractor shall collect soil samples at the extent of over-excavation to evaluate
whether or not additional over-excavation is necessary. Upon receipt of laboratory
results, the Engineer will inform the Contractor if additional excavation will be required.
ARC - UST Removal (98)
Excavation of Contaminated Soil
02020-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
No additional allowance will be granted for the standby time waiting for the laboratory
results.
E. After approval by the Engineer, the Contractor shall transport the contaminated soil to a
permitted disposal facility.
3.03 PROTECTION OF THE EXCAVATION PITS
Jr::... The Contractor shall protect the excavations by methods required to prevent loose soil
from falling into the excavation without additional compensation. The Contractor shall
perform all work safely in conformance with all Feder<;ll, State, and County excavation
requirements.
B. -All excavated soil shall be placed on polyethylene sheeting. At the end of each work day
or if it begins to rain, the Contractor shall cover the excavated soil stockpile with
polyethylene sheeting.
3.04 DISPOSAL OF CONTAMINATED SOIL
The Contractor shall disposed of the excavated contaminated soil at a permitted facility
. following the completion of the over-excavation work. The Contractor shall provide a
copy of disposal certificate to the Engineer within week from the disposal date.
3.05 PERMITS
The Contractor shall obtain 'all necessary Federal, State, and County permit(s) for
excavation and stockpiling the contaminated soil. Any additional activities related to
over-excavation which require permits shall be the responsibility of the Contractor.
3.0Ei MEASUREMENT AND PAYMENT FOR EXCAVATION OF CONTAMINATED SOIL
A portion of the payment for excavation of contaminated soil shall be excluded from the
Unit Price section of the propOsal. (However, it still must be included in the Contractor's
Lump Sum Bid price). This excluded portion is equal to the amount of soil that would be
removed if no contamination was found. This is the 'amount of excavation needed to
remove a tank(s) that did not contaminate the soil.
END OF SECTION
ARC -- UST Removal (98)
Excavation of Contaminated Soil
02020-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
?-='~~~\
SECTION 02030 - BACKFILLING
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01010.
1.02 GENERAL REQUIREMENTS
/ A. ) When laboratory analysis of the soil samples confirms that the subsurface soil meets
\._,./ EPD Threshold Levels requirements or when maximum permissible quantity has been
excavated, backfilling shall begin at the direction of the Engineer. The Contractor shall
furnish all required materials, labor, equipment, tools, transportation, and services for
backfilling the excavated areas. '
13. Related Work Described Elsewhere:
Section 01030 - QUALITY CONTROL
Section 01040 - POLLUTION CONTROL
Section 02010 - DEMOLITION AND REMOVAL
Section 02040 - ASPHALTIC CONCRETE PAVING
^ .'
~. . .
I'
1.03" 'SUMMARY
When laboratory results confirm that the subsurface soil meets EPD Threshold Levels
requirements or when maximum permissible quantity has been excavated, the Engineer
will direct the Contractor to backfill an,d compact clean soil and/or materials to meet
compaction density requirements.
1.04 REFERENCES
C. ANSI/ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the
Rubber Balloon Method.
D. ANSI/ASTM D2922 - Test Methods for Density of Soil and Soil-Aggregate in Place by
Nuclear Methods (Shallow Depth).
E. Department of Transportation State of Georgia, Standard Specifications.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Asbestos Prohibition: No asbestos containing materials or equipment shall be used
under this section. The Contractor shall ensure that all materials and equipment
incorporated in the project are asbestos-free.
ARC - UST Removal (98)
Backfilling
02030-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
:~~" .~L.~t;.' ".
u
,,",
__~ :'i
. f.\;:
, I.,' (... "'-.. ..,_ ..~
3.0~~
..1.
. "t...;.....
:"B~
B. FILL MATERIALS
1. Uncontaminated soil from excavations.
2. Clean imported select borrow fill material (approved by the Engineer as meeting the
requirements for the particular use intended).
3. Select borrow fill as defined under Georgia Department of Transportation Standards
for the particular use intended.
PART 3 - EXECUTION
3.01
PREPARATION
During UST removal, the Contractor will collect soil samples for laboratory analysis.
After receipt of the laboratory reports, the Engineer will notify the Contractor as to
whether contamination is present. If contamination is present at levels exceeding the GA
EPD recommended Threshold Levels for soil from leaking USTs, over-excavation will
begin. If contamination is not present, the UST excavation will be backfilled.
8.
After UST removal, the exact dimensions shall be determined by conditions encountered
during excavation. Additionally, the excavation dimensions will depend on whether or not
excavation of contaminated soil occurred.
C.
The Contractor shall compact subgrade to density requirements for subsequent backfill
materials.
BACKFILLING
A.',
The Contractor shall systematically backfill and compact uncontaminated soil from the
excavation in continuous layers not exceeding 6 inches compacted depth. Soil shall be
compacted to 95 percent of maximum dry density (ASTM D1557 or GDT applicable
Method).
C.
The Contractor shall place and compact additi,onal Granular Fill, suitable for the particular
use intended, into the excavation, as needed. Fill shall be placed and compacted in
continuous layers not exceeding 6 inches compacted depth. Fill shall be compacted to
95 percent of maximum dry density (ASTM D1557 or GDT applicable Method).
The Contractor shall employ a placement method that does not disturb or damage other
work.
D.
The Contractor shall maintain optimum moisture content of backfill materials to attain
required compaction density.
E.
The Contractor shall slope grade away from buildings a minimum of 2 inches in 10 feet
unless noted otherwise.
F
The Contractor shall make gradual grade changes and blend slope into level areas.
G.
The Contractor shall leave fill'material stockpile areas free of excess fill materials.
ARC -- UST Removal (98)
Backfilling
02030-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.03 AGGREGATE BASE COURSE
A. The Contractor shall comply with the requirements of the Georgia DOT Specification.
B. The Contractor shall place the aggregate no more than 4 inches thick and compact using
mechanical tamping equipment.
C. The Contractor shall/evel and contour surfaces to elevations and gradients indicated.
D. It necessary, the Contractor shall add small quantities of fine aggregate to course
. aggregate as appropriate to assist compaction.
E. The Contractor shaH add water to assist compaction. If excess water is apparent, the
Contractor shall remove aggregate and aerate to reduce moisture content.
F. Aggregate Base Course Fill shall be compacted to 95 percent of maximum dry density
(ASTM D1557 or GDT Applicable Method).
3.04 ASPHALTIC CONCRETE PAVEMENT
A The Contractor shall comply with the requirements of the Georgia DOT Specification.
EI. Asphaltic concrete and/or concrete patching shall be placed over the tank excavation and
any excavated areas that were previously paved with asphalt and or concrete.
C. The asphaltic concrete and/or concrete patching shall match the adjacent surface paving.
Finished surfaces of patched areas shall be flush with the adjacent existing surface and
shall match the existing adjacent surface as closely as possible as to texture and finish.
3.05 FIELD QUALITY CONTROL
A. The Engineer will periodically monitor backfilling.
B. The Contractor shall establish a field Quality Control Program and make all collected
information available to the Engineer for review.
C. The Contractor shall perform compaction testing in accordance with ANSI/ASTM D1557
or GDT applicable method.
D. If tests indicate work does not meet specified requirements, the Contractor shall remove
work, replace and retest, at no cosfto the County.
3.06 MEASUREMENT AND PAYMENT FOR BACKFILLING OF EXCAVATION OF
CONTAMINATED SOIL
A portion of the payment for backfill material for excavation of contaminated soil shall be
excluded from the Unit Price section of the proposal. (However, it still must be included
in the Contractor's Lump Sum Bid price). This excluded portion is equal to the
approximate volume of the tanks.
END OF SECTION
ARC - UST Removal (98)
Backfilling
02030-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~:CTION 02040 - ASPHALTIC CONCRETE PAVING
PART 1 - GENERAL
1.01 GENERAL CONDITIONS
As specified in Section 01'010.
1.Cl2 GENERAL REQUIREMENTS
A. Work shall be in accordance with the Department of Transportation State of Georgia
"STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES",
except as amended in the specifications herewith.
EI. Related Work Described Elsewhere:
Section 02030 - BACKFILLING
PART 2 - PRODUCTS
2.01 MATERIALS
A. Asbestos Prohibition:. No asbestos containing materials or equipment shall be used
under this section. The Contractor shall ensure that all materials and equipment
incorporated in the project are asbestos-free.
B. Asohaltic Concrete Pavement Mix shall conform with the requirements of Georgia
Department of Transportation.
Thickness shall be as observed at the site.
PAHT 3 - EXECUTION
3.01 INSTALLATION
A. The compacted base course and any adjacent existing pavement to be resurfaced shall
be cleaned of all loose material, dirt, weeds, and objectionable matter.
B. Holes, cracks, and damaged areas shall be repaired prior to resurfacing. All low and
uneven areas shall be built up with asphaltic concrete leveling course prior to
resurfacing.
C. Installation of asphaltic concrete shall be in accordance with sections noted hereinabove.
3.02 REPAIR OF EXISTING ASPHALTIC CONCRETE PAVEMENT
Any existing asphaltic concrete pavement including roads, parking areas, and walkways
that have been damaged by construction activities shall be repaired to the original
condition and to the satisfaction of the Engineer at no cost to the ARC.
3.03 MEASUREMENT AND PAYMENT FOR PAVING OF EXCAVATION OF
CONTAMINATED SOIL
A portion of the payment for paving the excavation of contaminated soil shall be excluded
from the Unit Price section of the proposal. (However, it still must be included in the
Contractor's Lump Sum Bid price). This excluded portion is equal to the amount of
ARC .- UST Removal (98)
Asphaltic Concrete Paving
02040-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
repaving that would be needed if no contamination. Was found. This is the amount of
repaving needed as a result of removing a tank(s) that did not contaminate the soil.
END OF SECTION
ARC .- UST Removal (98)
Asphaltic Concrete Paving
02040-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02050 - SEEDING
PART 1 - GENERAL
1.01 SUMMARY
Section includes establishing a stand of grass on Grassed Areas disturbed by
Underground Storage Tank System Closure and over-excavation activities.
1.cl2 REFERENCES
"Standard Specifications for Road and Bridges Construction"", 1993 or Latest Edition,
Georgia Department of Transportation Department (GDOT Specifications)
1.03 SUBMITTALS'
Submit manufacturer's certification that seed, lime and fertilizer meet specification
requirements, seven days prior to application.
1.04 QUALITY CONTROL
Seeding shall be accomplished according to standard local practice and in compliance
with requirements of applicable State and Federal regulations. .
1.0!5 PROJECT CONDITIONS
Perform seedbed preparation and seeding as soon as possible after completion of
grading and compaction in each area.
PART 2 - PRODUCTS
2.01 FERTILIZER
a. Shall be commercial fertilizer, in dry or liquid form.
b. Mix shall be determined based on soil NPK nutrients available content.
2. 02 1..I.M1;;
Shall be dolomitic limestone, designated for agricultural use, meeting the requirements of
GDOT Specifications, and as recommended based on soil testing.
- .
2.03 SEED
Seed shall be fresh, clean, new crop seed for species and variety seeded at the site prior
to execution of the Underground Storage Tank System Closure work.
2.04 WATER
Clean, potable
2.05 MULCH
Provide and install a mulch adequate to protect the seeding during its growing period.
ARC.- UST Removal (98)
Seeding
02050-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 3 - EXECUTION
3.01 PREPARATION
Surface shall be scarified to an approximate depth of six (6) inches in areas to be
seeded. Surface shall. be reasonably smooth and free of litter, large clods, roots, and
large stones.
3.02 APPLICATION METHOD
Lime (if required), Seed, Fertilizer and Mulch shall be placed by standard Agricultural
Industry acceptable methods used in the project area.
3.03 APPLICATION RATE
Apply at the rate based on the site specific soil fertility and seeding requirements.
3.04 ESTABLISHMENT OF GRASS
a. Begin maintenance immediately after seed placement.
b. Carry out watering as needed during the establishment period to maintain
moisture in upper four inches of soil.
C. Fill, level, and repair washed or eroded areas as necessary.
d. Re-seed and mulch areas larger than one square foot not having a uniform stand
of grass.
e. Maintain and protect all seeded areas until final acceptance of the Contract.
Final acceptance of seeding will not be made until an acceptable uniform stand
of grass is obtained in designated areas.
3.05 MEASUREMENT AND PAYMENT FOR SEEDING
A portion of the payment for seeding shall be excluded from the Unit Price section of the
proposal. (However, it still must be included in the Contractor's Lump Sum Bid price).
This excluded portion is equal to the amount of seeding needed as a result of removing
UST Systems.
END OF SECTION
ARC.- UST Removal (98)
Seeding
02050-2
Q-l~-I~~O ~:~l~M
r- KUM AkC ~UKCr-iA:::; 1l\jG / IojbdLI Ld'l 'I
~. 1
I
~~rT~
/' ~v - - -.cd '"
./~~,
I I / ~~~ ';'1~"- "\ \
_I ( I j.gl'M PI_ ~ I ) 1"
\ \ ~IIIJR;~ ) I
" '-~-.--7 /
I '-~/
... .-
I
-FAX .TRA.NSM.'TIAJ.
I
I
I
TO:
Rick kuciolph - Sailors Engineering Associates, inc. -17u-IJOi.-7':J64
Davia Westrick - Hepaco Incorporated - 770-621-0238
Sam James - Sacal Enviromentai -71i-743-7686
Kim Willslow - U.S. Petroleum Construction - 770-518-6082
Roben Skir'.Iler - Skinner Grain & Fertilizer Co., Inc. - 334-588-3950
r.::Ilp.n V';. Hnlvnke_ TTT - Ml'IrCM FnV;rnnmp."bl _ Q1 '-Q71A177
---- ---~-..,-._.~--- --.---..--------.----.-- ---..- ~..
k'"h".~ T W"'V~T'lri _ rl",m"T'l 'J:'nm..",.,........,hl r"... _ 7'7()....I10a_7~11
..,........-.....-. .'-.;--- -..-.;-....--.--------...., ....... ..... .-...
"A':.....h""~l D~^v T... _ ~ ..1"......." "t:.......:.......____....l '\A'..._ AnA "..,0 ",,0&:,,",
..........-.--. ....._'W..., ..... -- ..-..........___ ............""4~4.1w.............. ...A.~4_ - .......V"'T-.J.""-.-.'Wl-' I
n~_ "_:_1. ., T T__ 01'\" I'\..,n "7r"'~
'U~uc ~.i.\wh. - .....,-,J, ..u,\"r., ... OV';'-;;1..7-' 'U...)
n ..t!!._...... '9'_ .-_ .... ___,-._ ._..._._...~. I""IIl n^~ ........,., ^....~^
l\,Wu.s .0. .Junl:::> - .JUllC:S ....Ull:>IIU,l,;UUD ....0., - OV.:J-.:J.:J 1-0 I ov
Michael Mays -Lagle Environmental Contractors - 770-307-1655
F W Dodge Plan Room - 706-722-3410
File
I
I
I
I
FROM:
liA~
Geri A. Sams i:J1ftj
DATE:
June 12~ 1999
I
I
I
I
I
:P.~GES=
Il 'nt""inl'hnt'F ,("0""... 1""l~O"
- ............---......0 --- '" -... r-~-
.......111~ ,_
t:lt\J~.
...,.;~ ,.__ ....'u "1 ~~
D.l\J. ..LLC,U.~. tr;7 (,>- .'4...J
Unuagruuud Si.uragc Tank. Clu:)UIl; Project
Attached please find an addendum # 1 for the referred project. This addendum clarifies
tht~ questions raised by various furiis during our. pre-bid meeting held on June 3, 1998.
Acknowledgement of addendum #1 must be included in YOW" bid package.
.1
If you have any questions regarding this correspondence, please COntaCt me at
(706) &21-2422 or Hameed U. Malik at (706) 82i-i 706.
n ,') 1/
e e: (;/)PMIJ / f" eAuJ.L
I"': - .--- - Ii
U M..tlJ IuN ^ \"
~ -- I...........~
I
I
_ . ~ '.-1wf,J ....,. U I r-lvl
I ~r.:IT~
/' ~."\.
I / / ~~":'.i.,..u.._ " \
_ ( ( Il.IIIf:lrllN18nT \ \
\ \ ~) }
" "....-~;.,.--7 /
I "~ci~~/
.1
I
I
I
I
I
I
TO:
FROM:
I
I
I
I
I
I
DATE:
f\~GES: .
Io:"l~"_
..:l'VPd.
r ....Ulv' ~I..< P"UKl..<n.....:::. 1.1\ll.1 Il<:lboL 1 LOll
.... 1
....-
_FAX_T1lAjVS}~IIILA 1.
Rick Rudolph - Sailors Engineering Associates, inc. - 71U-962.-7964
David Westrick - Hepaco Incorporated - 770-621-0238
Sam James - Sacal Envlromental-l1i-143-7686
.lGm Winslow;. U.S. petroieum Construction - 770-518-6082
Robert :Skinner - Skinner Grain & Fertilizer Co., Inc. - 334-588-3950
CaI~b "", Holyok~, III - M~r~or Env!!omnental - 912-971 -4177
Q"J..p.~ T WP~/.<2T'l,4 _ rl...vtnT'l1:'nm.."",.....-.t<2) r"", _ 77fl-d.OO_7~11
.....---.--. .....;-..- -..-.}-..---.-........----___..., ....., .JJ ._.....
t..if:"'k~.o.l D~",v T.... _ do ..1~"""+..,, 1:....,..;_^__.eIo_....l \.A'~_ A"A ~...,o ...,nc"'T
...............~... 4.JoL_"""""",, ..... - "'",...~...... ....~."......\J..~44.....1l.......,. .;.'I'A~._ - ""'V"'"T-.;_;-":-V~'
""--'-- .. _:_1_ T T T__ o,,~ n~" ...,c,.,~
'-J....u.... .U.I..u...:.. - .1.,,-';, u~...,' - OV.;J-7k7-' v...oJ
~ ~.- ~ ~- ---' ~- ___,.._ ._...___.....0,.,. ^^"" .........-. ,.....^^
l\,U-l~ D. Junl:::i. - Junc::; .....un;sU"u.~UUI1 \..0., - (>V;J-.;>.;) /-0/ ou
Michael Mays -Eagle Environmental Contractors -770-307-1655
F W Dodge Plan Room -706-722-3410
File
/iA~
Geri A. Sams I::J1tj
June 12, 199~.
Sl ,n,--Jni'i;nn ro"",... t"\~OP
v ~.............__...........~ -~ . -- r-~-
"""';'-lI 1.__ ':'.\u ,-,,~
'ul\,l. Heu.!. It" 7 ~- J.~..J
Unut:rground Storagl; Tank. Closure Project
Attached please find an addendum # 1 for the referred project. This addendum clarifies
the questions raised by various fIrms during our pre-bid meeting held on June 3, 1998.
Acknowledgement of addendum #1 must be inciuded in your bid package,
If you have any questions regarding tills correspondence, please contact me at
(7u6) 821-2422 or Hameed U. Malik at (706) 821-i706.
t? I) II
e e .' 0 /)/JrvI 11 / !/ M.t..tlL
I A' ---- - Ii
. ~ h.~..LlJ l.J N ~ r-
I....~or--
I
I
I
I
IV
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r '"'-U1v, ~'-' ,,"UKL..MA::>l Nli I ~bOL I LO J I
SECTIOi.'l'
CONTRA (''T "DOCUMENT:'
L'\""TIAjf'10N 70 BID
PROPOSAL
NOTICE OF AWARD
AGREEMENT
NOTICE TO PROCEED
Si"ECIAL COl'e'DlTIONS
ARC - UST Removal (98)
l.!.G&
ADVl
.,1: ftem 7
NAl
AI, Item I
Al, item 3
NPI
SC-i,
Item SC-03
SC-2
Item SC-oS
P.3
A...L'1.END~lE.i'iT
Read" 1 $11 day ofJiZ.Jle"
. -
""~
"30m 6..:: of Ju::.e"
Read "Time of completion must be indicated on
Bid Propoml"
As
" Time of completion must be within 90
consecutive calendar days ,from the date of
Notice to Proceed"
Read" You are hereby notified thill )'Qur bID has ~en
tJ..C.:ept.zd for i:J:mS in ;h~ amount'.
AS
"Y 1)\1 are hereJ,y notified that yt:>ur BID has been
accepted for items in the amount"
Read "commence and complete the Removal of air
As
",ommence and complete the RemovallClo$\U'e of
aU"
Read "'und wiil c:omph:re same within
d~ys1"
c(llrmdar
A...
"md will comr!ete 5ame wit.ltin ninetv (Q())
r..('ln~ecll[;ve calendar days"
Read ''you are 10 complete the work within _ (---.J
consecutive calendar days after"
AS
"you are to complete the work within ninety (90) consecutive
calendar days aiter"
Read ":'/ST :'yslt?-ni Ramv.fit Proj~,:t"
As
'"'T.....TST SJ'~!'~ :Ft~ov?YClo51..!!"e Proj'?ct'.
Read "All above ground dispensing units (dispense's) wiil remain the
properly of the Owner and will be stockpiled at the Public
Works Depa,-rment, J 568 Broad Street, in the manner dir~red
by the Engi,leer."
As
"The Contractor snaIl dispose o{ ail above ground dispensing units
(dispensers) along wiih tanks and pipulg at an authoIized
fa~iIity. The C-:;ntr:;,ctcr ~b;.n.prv".'"idc a ;op:; of dispos:ll
,dcc..:..~e:t ~~ ~e E:lbit.ee:."
Addendum - June 98
Page 2
'-' I" I ..;:;J.;JV ..J; t:J..;:),.....,VJ
I
I
r-KUM AKl,; ~Kl,;HA::;lN(j /068212811
SECTlOI'!
TECHNICAL SPECIFICATIONS;
I
~
Dll1l;) IHI)10-1
GENERAL SPECIFICATIONS Itam C
I
I
I
I
I
I
01020 - WGRK SEQL'ENCE
I
I
I
I
I
I
I
I
I
ARC - UST Removal (98)
I
01010-2
Item M
OlorO-2
Item N
OHJ2C-I
Item Ul2A
01020-1
Item 1.02G
01020-1
Item 1.02K
01020-1
It~m !.02L
P.d
AMEl'fDMENT
Read "(.vmplete all work 'Under z.hi.; con-;rac; ....1.:;:11;;; .;~:y (60)
C~::!;.s.=i.;#'";/e ~t,..crki:1g d::ys"
As
"complet~ aU wor\c under this contract wirhin ninety (90)
consecutive calendar days"
Read "Every person bidding on this
project is expected to viii! the sites and examine the"
As
"Every person bidding on this project must visir rile sires
and examine the"
Re:d ..rhe J'";~or: t:; con!;;ct prior ::; maJ:::-:z :h.e site ",'Lr-:.!a:ion
is ~he Er:.\'i"o~-men!al EngiJ!eer, Pr~'.i'?ct CoordinaTor,
and his phone number is (706) 82 J -1706. Reservations
for site visitation shall be made at least one week
before the site visitatioll scheduled nine. "''0 one will
be allowed on the site visitation without a reservation."
. As
"The person to contact fOT sites location infonnation is
the Environmental Engineer, and his number is
(706) 321-1700."
Re:.d ".Vvt::.J~. C"e.orgf.: e;z",/:ro;;mct;~.;1..D;-::;t::.:c::.c:: f)f~isfo~
(EPD). St:hm~t C!o~!t~e AC!!'l!tJ,' F'.)~ (GUST-29) to EPD"
As
"ARC will notify Geor~ia Environmental Protection
Division (EPD). ARC will submit Closure Activity FOnD
(GUST-29)to EPD"
Read "Degas and clean tank !>ystem, excavate .')nii and remove
lank and associated pipingjrom subsurjiue."
As
"Dcg~ iUlU cleanlilllk system, excavate $oil.ali~
rt.&41C"v.C t3Lk(s) an~ ~~oci:t;d pipi.-:g. !r::::l2e of discovery of
gr~ssly c~:':.t:!...."'":!i':l3.t~d soil, ~~caVa!e ~~n~!!'inat~ soil up to gix.
feP.'! I,eI"w and !I) ~b~ ..,ide!; ofrne rnnks or IX!.tlivalent volume. Tn
case ofIn-Place Closure, degas and clean tank system. collect
required samples and fill the tank and associated piping with
appTQved inert solid material (sand)."
Read "Samples shall be analyzed within three (3) working days"
As
" Samples shall De anaiyzed within ten (10) working days"
Re~d U}~rv:X: ar..d ;G~-e e:::".~tion ....:h.f!e !a~o;=:~'r./ !::st;rrb :$
. be:no c=::'ldt!c~ed. E.,=cava!io~ wi!! r~ain open dHring
,hi.; ,h"f!~ (3) dny.~ period. No addition.al allowance
will be granted for this standby period."
Aridendum - June 98
Pa~o 3
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b-l~-I~~d 3:03PM
FROM ARC PURCHASING 7068212811
P.S
SECTlO~
PAGE
01020 - WORK SEQUENCE
01020-2
Item1.02N
01020.2
~ttm l,OZO
Ai\lE;"v:i'<iENT
Ai
"E~::k!":!llle excavation with existing soils (if clean) OT
d~an !mrort~d fill. C.mnplete backfill Vl.ith clean fill.
Incase of residual contamination left in-place, line the
excavation with plastic sheeting (minimwn 10 mil)
prior to backfilling."
Read As "Not applicable to t1tis contract-"
Read As "No[ a.pplicable to this contract."
Ol02l)-:! Re:ad ..t...s "Not ap~licabl~ to this r.ontract."
Items 1.031 thr vii
01030 - Q'UALITY CONTROL
01030-1 Read As "Not applicable to this contract."
Item l.02Gl & GZ
02010 - DEMOLITION AND
REMOVAL
02010-1
ltem'1.02.A
02010-1
Item 1.03
02010-1
Hem 1.04
u2010-2&3
rtimll.07
ARC - UST Removal (98)
Read "UST(s) along with associated piping ami ciispensing
unic{s) siuiii be emptied, cieaned. ana removed.'"
As
"UST(s) along V.it]l associated piping and dispensi::.g
~~t(s) shall be c.~ytiec, cle:.::.:d., ::cd remo\1ec!.'closed
~9't_.....l"),..Ao "
-,......-........
Read "The ConTractor shall be licensed to o'Oerare backhoe and
other equipment"
As
"The Contractor shall be experienced to operate backhoe
and other equipment"
ReBa "Severai USTs along with assodated piping ai/d
dispeilser(.:ij sha:: be J,'uiiled of ,est'::u.:.l .J1iel.
e;c:;v~:$d, c!~a;:d, and disposed of:.-: ::c~o,:,d~nce
~~>f!h a.t! f'eaer-al. Sn:!!e, !PId CounO'
"'!gulnti/)1's/gllid~lin":~. .,
As
"Several USTs along with associated piping and
dispenser(s) shall be drained of residual fuel,
excavated, cleaned, and disposed of Idose in-place in
accordance with aJI Federal, State, and County
reguiationS/guidciines. "
Rcau i;'Th.e COii./ruclur shu:J ..)'ub"Jil1h~joni;wi;ig doc;.wu;;".u tv
:l;,~ E;:gi;:~~:- prier t~ c::ni':.;-r:cnc:;-::c::! of the ~ft~ ~~'o".!c:
1. Hea!!.~ a.".a Safety Plan
The Cnntm.ctnr shall submit the/allowing documents
to the Engineer within two weeks of completion of
usn removal:"
I. Fuel tank hazardaus material cOn/em repon
2. Fuel, sludge, rinsale, conta.minated soil
disposal/recycling documentation
J. Certijicate oj lank aisposai
4. Ceriiflcact: of ComamillaJttd Dlpo.swl wi a
Acidendum - j unc: 90
Page 4
I.
1-
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
u- 11l!:..-1 ;;::J;''JO ~: lUL.LI"""IVJ
SECTION.
02010 - DJ8:,MOLlTION AND
R~MO\l.u.
GZG~O - E:~CA ,,. ATION CE
CONTA.'\1l.1'CATED SOn..
ARC - usr Removal (98)
r-KUM AKL,; t-"UKL,;HA:::ilNU llab~~l~~ll
~
02010-2 & 3
Hem 1.0;
02010-5
Item 3.031
o::e::(H
Item! ,02A
P.6
'.
AMENDMENT
permim:dfaciIiiy"
As
"The Ccntr:!.ct~r sha!! sl.lbrnit the f(1l1owi!tg documents to
tb~ Engineer priOT to commencement of the site worle:
1. Health and Safety Plan
2. Copies of Notification Letters to required
agencies
3. Work: Plan including plan to excavate, tank
cleaning, and testing for residual fuel, sludge,
and rinsate
4. Vv.ork Schedule
The Con:rac:or :;h:ll s~b:::it ~e fcll~w~~g documents
~ t.~~ E~::ce-e!" ~!ithi!l t"'o '\V~k<; i)f cmnpletion of
TJST(s) Sy~rem closllre:
1. Fuel tank hazllldous materia! content report
2. Fuel, sludge, rinsate, contaminated soil
c:iisposaL'recycling docummtation
3. Certificate of tank disposal"
R.ead "The (A)lIrracior will coilecl suil and
grouJldwuli:.i" (if tE;i;.:oi4ntc.red) s.::mp!;;;s j'7-orn
;.hi ~C:r'ation :;f~er ~~'/J:.e t=l:k ~JJ!!~ is
~e.'T.~'...'ed. !f 1a.bomrory IJnalysis of thp,
cl)!l!!c~!!d ,~(1mple~ indicates conramination. the
Engineer will evaluaic the siruation. ~r hO
contamination is present, backfilling shall
begin at the direction of the Engineer."
As
" the Contractor will collect soil and
ground\\'ater (if encountereo) samples from
the excavation after the lank system is closed
and gross!'y conl.aminatG~ u..a~eIi;.l i~ rc~c"..':d
(if any)."
Re:!~ "T~e Co'!mu.:Mr will collect sDil/groundwater
samples from (he excavation afier the tank
systc:ms are removed. If laboratory a1lalysis
of the soil samples indicates perroleum
hydrocarbons leaked inEO the subsurface.
excavation shall proceed until aU
contaminated soil is removed or to the
maximum extem permissibii:. und~r Georgia
EPD guide1ine."
As
"The Con~cto! will collect soiVgrOl.\ndwater
sampJe!\ from the excavation aftel the tmk.
systems are removed/closed in-place.
However, upon discovt:ry of grossly
contaminated soil, the Contr3.ctor will
excavate grossly contaminated soil up to six
feet below and to the sides of the tank(s) or '
equal volume prior to collection of soil and
groundwater samples,"
Addendwn - June ~8
Page j
I~
17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b- I ~- I :::1~::I/:j ..:S: kltll-'M
5ECTION,
02030 - BACKFILLING
ARC - UST Removal (98)
FROM ARC PURCHASING 7068212811
P. 7
"
PAGE
AJ.\-iENDMENT
02020-1
Item 1.03
Re:td "The Contraclor shall be Iiunse:i ~o operate a
backlwe and otl:er equipmem necessary for
the c.~ca\'ation of conrami~at€d soil"
A~
"ThE: Contractor shall be experienced to operate a
backhoe and other equipment necessary for
the excavation of contaminated soil:'
02030-1
Item l.OZA
Read "When laboralory analysis of the soil samples
conjinns lhat the subsurface soil meets the
Thresho.ld J:eveis requiremems or w/um
maximum pi:rmi.),)ibl~ quallti;} fUll beer.
.:;xcavc:ed. backfilling :,.J:a!! begin at tl:e
direction afthe Engineer."
As
"When the maximum pemUssible quantity has
been excavated (dete:nnined by the Engineer)
and soil samples have been collected, , ,
backfilling shall begin at the direction of the
Engineer."
02030-1
Item 1.03
Read "When laboraiory resultS confirm Lha! lhe
subsurface soil mei:J$ EPD Threslwld LtnlW
requfro?ments or when maximum permissible
q~an:i:y has been e;:cavated. the Engineer will
direct !.J,.e Contractor ro baclifilllJrld compact
ctelJ!1 soil (!nA!or material to. meet compaction
density requirements."
As
"'\\llen the maximum permissible quantity has
been excavated (determined by the Engineer).
the Engineer will direct the Contractor to
backiill and compact clean soil andioT
material to m~l compaction denslty
requirements:'
02030-2
Hem :!.QIA
R~<! "f)wf:-:{; usr...emovaJ. the CC>P!fmct(lr will
coUet;t'!'Jil samples fnr laboratory analysis.
After rece~f)t of the laboratory reports, the
Engineer will notifY rite Cn7ltractor as to
whether conramination is present. If
contamination is preSe1l1 Ql1cvcls exceeding
the GA EPD l'ecommended Threshold Leveis
jar soilfrom leaking USTs, over-excavation
will begin. .if cOllUJmination is nol presem,
;h~ r./ST iXcllvation will be. bC4cJ..fi:!lcd.'~
As
''!h..!..,.;.ng UST removal/closure, th.~ Contractor w;1I
colleeT, soil and groundwater samples for
laboratory analysis and the UST excavation
will be backfilled. Incase of discovery of
grossly contaminated soil, the Contractor will
remove the grossly contaminated to the
maximum permissible extent (determined by
Addendum - June 98
Page 6
U-'~-I~~O ~;~~~M
I
I
SEcno~
02030 - BACKFD..UNG
I
I
I
I
I
I
I
I
'1
I
I
I
I
I
I
I
ARC - US'! Removal (98)
I
~KUM AK~ ~UK~HA~LNG 1~68212811
P.8
"-
~
MlENOM..-':iYf
the Enginca) prior to samples ;olkction:w.d
backfill.ing. "
02030-2
Item 3.02A
Re~d "The Cor..~ac!l)r sha!! systematically backfill Gild
comp(1ct uncontaminated soil/rom the
excavation in continuous lavers not exceeding
6 inches compacted depth. Soil shall be
compacted to 95 percent of maximum dry
densit}' {ASTM Dl557 or GDT applicable
Method)."
As
"Tne Contractor shall systematically backfill and
compact Wlcontaminawd soil frem the
exca\'Q.tic:1 in. cont'....nlcus !~yers. FHl st't~l1 b~
co=p:lcted to !!'.a.ximmn ~chi.evable density..'
62630-2
'tern 3.02B
Re$l.d "The Ctmrraclor shall place and compaCt
additional Granular FiJI, suitable for the
plU'ticular use intended. into the acavation as
needed. Fill shall be placed and compacted in
continuous layers not exceeding 6 inches
compacted depth. Piii shail be compacted to
95 percent ojmaximum dry deruity (ASTM
Di 557 or GDT applicable: Afctlwd)."
As
"The Contr:.c~t..~ sh311 p!~ce and compact
additional Granular Fill, S'litable for the
l'larticular use intended. into the excavation as
needed. Fill shall be placed and compacted in
layers. Fill shall be compacted to maximmn
achievable density"
- END OF ADDEJ.'\JDUM -
Addendum - June 98
Page 7