Loading...
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