You are on page 1of 62

ATTACHMENT A

SPECIFICATIONS

ABOVEGROUND STORAGE TANK CLOSURE


AND REPLACEMENT

LARIMER COUNTY FLEET SERVICES


ROAD AND BRIDGE LIVERMORE SHOP
LIVERMORE, COLORADO

BID NO. 12-03

DECEMBER 2012

TERRACON
FORT COLLINS, COLORADO

LIST OF CONSTRUCTION SPECIFICATIONS

DIVISION 1 - GENERAL REQUIREMENTS


SUMMARY OF PROJECT
COORDINATION
HEALTH AND SAFETY
QUALITY CONTROL
TESTING LABORATORY SERVICES
TRAFFIC CONTROL

SECTION 01011
SECTION 01039
SECTION 01100
SECTION 01400
SECTION 01410
SECTION 01570

DIVISION 2 - SITE WORK


MOBILIZATION AND DEMOBILIZATION
DEMOLITION AND SITE CLEARING
ABOVE-GROUND STORAGE TANK REMOVAL
EXCAVATION
STABILIZATION, BACKFILL, AND COMPACTION
AGGREGATE BASE COURSE
PAVEMENT REPAIR AND RESURFACING

SECTION 02000
SECTION 02110
SECTION 02116
SECTION 02222
SECTION 02223
SECTION 02231
SECTION 02575

DIVISION 3 - CONCRETE
CONCRETE FORMWORK
CONCRETE REINFORCEMENT
CAST-IN-PLACE CONCRETE

SECTION 03100
SECTION 03200
SECTION 03300

DIVISION 13 - SPECIAL CONSTRUCTION


ABOVEGROUND STORAGE TANKS

SECTION 13205

FIGURES
COVER SHEET AND PROJECT VICINITY MAP
SITE FIGURE
NEW AST SITE FIGURE
NEW AST SURFACE CROSS SECTION
VINE STREET AST

FIGURE 1
FIGURE 2
FIGURE 3
FIGURE 4
FIGURE 5

10

SECTION 01011
SUMMARY OF PROJECT

1.

GENERAL
1.1. SECTION INCLUDES
A.
B.

Part 1.2 - Project: Work Covered by Project Specifications


Part 1.3 - Administrative and Procedural Sections Applicable to Project

1.2. WORK COVERED BY PROJECT SPECIFICATIONS


A.

The specifications for equipment and materials associated with the AST
systems allow for the submittal by the Contractor of proposed
alternates to the specifications that are required to be reviewed and
approved by the Engineer. All proposed equivalents or equals to the
specifications are required to be approved prior to the submittal of the
bids to the Owner. All proposed alternates to the specifications are
required to be submitted 10 calendar days prior to the bid submittal due
date. Approved alternates to the specifications will be issued as an
addendum to the project specifications prior to submittal of bid. No
proposed alternates to the specifications will be considered after
submittal of the bid.

B.

The following specifications and associated diagrams constitute the


requirements for work to be performed by the contractor or subcontractor(s)
(hereafter known as the Contractor), for removal and replacement of aboveground storage tanks (ASTs) at the Larimer County Fleet Services - Road
and Bridge Facility in Livermore, CO. These project specifications have been
developed by Terracon Consultants, Inc. (hereafter known as the Engineer),
on behalf of Larimer County Fleet Services (hereafter known as the Owner).
Drawings of the site showing the approximate locations of the new and
existing AST systems and components are attached. The general scope of
this work includes, but is not limited to, the removal, purchase, and
installation of items described in the following sections.
1)

Above-ground Storage Tank Removal

The Contractor shall provide all equipment and labor as may be required for removal and
disposal of the existing AST systems at the Road and Bridge Facility in Livermore, CO. This includes
demolition and removal of the following:

One 2,000-gallon diesel fuel AST


One 1,000-gallon unleaded gasoline AST (removal, cleaning, transfer and reinstallation of at Vine Street Shop in Fort Collins, CO)
Pumping systems, dispensers and piping
Concrete foundations for tanks, pavement, fueling islands, fill ports,
containment structures and dispensers
Miscellaneous equipment from the site as shown on the Drawings
Contractor is responsible for removal and proper disposal of all liquids and
sludges inside the ASTs, piping, and dispensers prior to demolition and
removal

The existing Fuel Master fuel management system terminal shall be disconnected, removed,
relocated and installed at the new AST installation. The area will be backfilled and compacted as
specified.

The existing 1,000-gallon gasoline AST shall be cleaned, inspected, transferred


and re-installed at the Larimer County Vine Street Shop as a used oil AST.

Contractor shall include allowance moneys in bid for over-excavation, loading,


waste characterization sampling and testing, waste disposal acceptance,
transportation, and replacement/backfill material of up to 100 in-place cubic yards
of petroleum contaminated soil as directed by the Engineer.

The existing AST system will not be removed or demolished until the new AST
system is constructed, operationational, and permission is given by the Engineer
and Owner to remove the existing AST system.

2)

Above-Ground Storage Tank Installation

The Contractor shall provide all equipment and labor as may be required for the
complete installation of the new AST system at the Road and Bridge Facility in
Livermore, CO. This includes installation of one 6,000-gallon dual-compartment
AST (4,000-gallon diesel fuel and 2,000-gallon unleaded gasoline) system. The
AST system shall be delivered to the site factory assembled including skidmounted tank, pumping system, dispensers, piping, fill ports, sensor ports, overfill
prevention sumps, and dispensers. The installation also includes the following:

3)

Concrete tank pads/foundations


Protective bollards
Site lighting
Relocation of the Fuel Master fuel management system Fabrication and
installation of an enclosure for the Fuel Master system terminal
Electrical service
Miscellaneous equipment and materials for a complete fuel system as shown
on the Drawings

Vine Street Shop Used Oil Above-Ground Storage Tank Removal and
Installation
The Contractor shall provide all equipment and labor as may be required for the
removal and disposal of the existing used oil AST at the Vine Street Shop in Fort
Collins, CO, cleaning of the existing gasoline 1,000-gallon AST at the Road and
Bridge Facility in Livermore, loading and transporation of the 1,000-gallon AST to
the Vine Street Shop, and complete installation of the 1,000 gallon tank as a used
oil AST at the Vine Street Shop in Fort Collins, Colorado. The installation also
includes the following:

Removal and demolition of the existing used oil AST located at the Vine
Street Shop
Cleaning of the 1,000-gallon AST located at the Livermore Shop
Loading and transfer of the 1,000-gallon AST to the Vine Street Shop
Installation of the 1,000-gallon AST and piping to the existing used oil
transfer lines
Miscellaneous equipment and materials for a complete used oil storage
system as shown on the Drawings

C.

Project Sequence: The existing fueling system at Livermore Shop shall


remain fully operational until the new AST system is operational. Removal of
the existing fueling system shall not begin without approval from the
Engineer.

D.

Project Sequence: The installation of the new used oil AST at the Vine Street
Shop shall be operational within two days of the existing used oil AST system
being shut down. At least two weeks notice shall be given to the Owner prior
to disconnecting and removal of the existing used oil AST system.

1.3. ADMINISTRATIVE AND PROCEDURAL SECTIONS APPLICABLE TO PROJECT


A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
M.
N.

Section
Section
Section
Section
Section
Section
Section
Section
Section
Section
Section
Section
Section
Section

01011
01039
01100
01400
01410
01570
02000
02088
02110
02222
02223
02231
02575
13205

Summary of Project
Coordination
Health and Safety
Quality Control
Testing Laboratory Services
Traffic Control
Mobilization and Demobilization
Underground Storage Tank Removal
Demolition and Site Clearing
Excavation
Stabilization, Backfill and Compaction
Aggregate Base Course
Pavement Repair and Resurfacing
Above-Ground Storage Tank Installation
END OF SECTION

SECTION 01039
COORDINATION

1.

GENERAL
1.1. SECTION INCLUDES
A.

Coordination

B. Measurement and Payment


1.2. COORDINATION

2.

A.

Coordinate scheduling, submittals, and Work as defined by the various


Sections of specifications to assure efficient and orderly sequence of removal
and over excavation of interdependent project elements.

B.

Coordinate removal and installation operations with Owner and Engineer such
that an operable fueling system is in place during all aspects of construction
activities.

C.

Coordinate space requirements with site personnel, and organize work area
efficiently so as not to interfere with site operations.

MEASUREMENT AND PAYMENT


2.1. PAYMENT: Payment for all coordination described in this section will be included
in the lump sum or unit prices in the Bid Schedule. The lump sum or unit prices
shall include all costs for all labor, materials and equipment required to complete
the work in accordance with the Plans and Specifications.

END OF SECTION

SECTION 01100
HEALTH AND SAFETY

1.

GENERAL
1.1. SECTION INCLUDES:
A.

This section covers requirements for health and safety procedures relating to
work in areas where petroleum hydrocarbon or solvent contamination is
encountered or is expected to be encountered.

1.2. SUBMITTALS
A.

Contractor shall prepare and submit a Health and Safety Plan to the Engineer
prior to initiating work at the site, in accordance with applicable sections of
29CFR 1910.120 and 29 CFR 1926. Health and Safety Plan shall be
submitted to the Engineer at the Pre-Construction Conference meeting or no
later than 15 calendar days from the date of Notice to Proceed. The
Engineers receipt of such plans does not relieve the Contractor from the
responsibility to protect his/her personnel and subcontractor personnel.

B.

The Contractor shall submit copies of 40-hour, 8-hour refresher and


Supervisor/Manager training certificates showing compliance with training
requirements of 29 CFR 1910.120 as part of the Health and Safety Plan.

1.3. SCOPE OF WORK


A.

The Contractor shall prepare and submit copies of Health and Safety Plans
for Contractors associated personnel and subcontractors performing work at
the sites.

B.

Contractor engaged in project activity at the sites will comply with applicable
provisions of the Occupational Safety and Health Act of 1970, the safety and
health requirements set forth in Occupational Safety and Health
Administration regulation 29 CFR 1910.120, where applicable, and any
applicable state, city or local safety codes. The Contractor will be responsible
for supplying and utilizing necessary equipment required for safety
precautions for the Contractors and subcontractors employees engaged in
this project.

C.

The Contractor will assign a competent person to oversee work at the site,
and shall maintain an orderly and safe work area around demolition, cleaning
and excavation equipment to minimize the potential for accidents, including

the use of safety barricades or warning devices to prevent accidents or injury


to field personnel and the general public.

2.

D.

The Contractor personnel and subcontractor personnel working on the project


are required to have current training and medical surveillance in accordance
with OSHA Hazardous Waste Operations and Emergency Response
Standards (29 CFR 1910.120).

E.

Contractor workers should use extra care when working in areas which
petroleum hydrocarbon contamination is encountered or is expected to be
encountered. Steel toe work boots, and hard hats should be worn at all
times. Workers are not to smoke, eat or chew tobacco while in the work area.
Workers should wash their hands, face and any exposed skin as soon as
possible upon leaving the work area.

F.

The Contractor shall monitor the work area using a combustible gas indicator
(CGI) and photoionization detector (PID). This monitoring equipment shall be
operated and calibrated in accordance with the manufacturers
recommendations. This monitoring is required when working in areas where
petroleum hydrocarbon or solvent contamination is encountered or is
expected to be encountered. Work activities shall cease and workers should
evacuate to the upwind side of the project site if combustible gas
concentrations in the work zone exceed 20% of lower explosive limit (LEL). If
sustained PID readings in the breathing zone of site personnel are greater
than or equal to the levels specified in the Contractors Health and Safety
Plan, as organic vapor in air, personnel will upgrade to NIOSH-approved
respiratory protection or evacuate to the upwind side of the work zone.

G.

Rubber gloves, clothing, and boots should be worn, as necessary, to protect


skin from irritation and absorption of potential contaminants. Respiratory
protection, eye protection and hearing protection shall be on site and
available at all times and should be used as necessary.

MATERIALS
A.

Not used.

3.

EXECUTION

A.

Not used.

4.

MEASUREMENT AND PAYMENT


4.1. PAYMENT: Payment for all health and safety work described in this section will
be included in the lump sum or unit prices in the Bid Schedule. The lump sum

and unit prices shall include all costs for all labor, materials and equipment
required to complete the work in accordance with the Plans and Specifications.

END OF SECTION

SECTION 01400
QUALITY CONTROL
1.

GENERAL
1.1. SECTION INCLUDES
A.

Related Sections

B.

Quality Assurance - Control of Installation

C.

Tolerances

D.

References

E.

Inspecting and Testing Laboratory Services Performed by Engineer

F.

Inspecting and Testing Laboratory Services Hired by Engineer or Owner

G.

Measurement and Payment

1.2. RELATED SECTIONS


A.

Section 01410 - Testing Laboratory Services

1.3. QUALITY ASSURANCE - CONTROL OF INSTALLATION


A.

Monitor quality control over suppliers, manufacturers, products, services, site


conditions, and workmanship, to produce Work of specified quality.

B.

Comply with manufacturers instructions, including each step in sequence.

C.

Should manufacturers instructions conflict with Contract Documents, request


clarification from Engineer before proceeding.

D.

Comply with specified standards as minimum quality for the Work except
where more stringent tolerances, codes, or specified requirements indicate
higher standards or more precise workmanship.

E.

Perform work by persons qualified to produce workmanship of specified


quality.

1.4. TOLERANCES
A.

Monitor tolerance control of installed Products to produce acceptable Work.


Do not permit tolerances to accumulate.

B.

Comply with manufacturers tolerances. Should manufacturers tolerances


conflict with Contract Documents, request clarification from Engineer before
proceeding.

C.

Adjust Products to appropriate dimensions, position before securing Products


in place.

1.5. REFERENCES
A.

For Products or workmanship specified by association, trade, or other


consensus standards, comply with requirements of the standard, except when
more rigid requirements are specified or are required by applicable codes.

B.

Conform to reference standard by current date, except where a specific date


is established by code.

C.

Obtain copies of standards where required by product specification sections.

D.

The contractual relationship, duties, and responsibilities of the parties in the


Contract nor those of the Engineer and Owner shall not be altered from the
Contract Documents by mention or inference otherwise in any reference
document.

1.6. OBSERVATIONS AND TESTING LABORATORY SERVICES PERFORMED


BY ENGINEER
A.

Construction materials testing services required in the Contract will be


performed by the Engineer at no cost to the Contractor. Contractor shall
submit samples required for testing and coordinate with the Engineer for
these services as a part of the price for Work. The Engineer shall perform
tests as specified in individual specification sections and as required by the
Contract.

B.

Observations, testing, and source quality control may occur on or off the
project site.

C.

Cooperate with Engineer; furnish samples of materials, design mix,


equipment, tools, storage, safe access, and assistance by incidental labor as
requested.

1) Notify Engineer 48 hours prior to expected time for operations requiring


services.
D.

Testing or observations does not relieve Contractor to perform Work to


Contract requirements.

E.

Retesting required because of non-conformance to specified requirements


shall be performed by the Engineer.

1.7. INSPECTION AND TESTING SERVICES HIRED BY ENGINEER OR OWNER


A.

2.

The Engineer or Owner will employ the services of an analytical laboratory


qualified and accredited to perform the tests necessary to perform chemical
analyses of hydrocarbon contaminated soil or water, at no cost to the
Contractor.

MEASUREMENT AND PAYMENT


2.1. PAYMENT: Payment for all quality control testing required by the Contractor as
described in this section shall be included in the lump sum or unit prices in the
Bid Schedule. The lump sum and unit prices shall include all costs for all labor,
materials and equipment required to complete the work in accordance with the
Plans and Specifications.

END OF SECTION

SECTION 01410
TESTING LABORATORY SERVICES

1.

GENERAL
1.1. DESCRIPTION: This section describes requirements for testing laboratory
services used in connection with construction of the project.
1.2. SECTION INCLUDES
A.

Related Sections

B.

References

C.

Selection and Payment

D.

Engineers Responsibilities

E.

Contractors Responsibilities

F.

Schedule of Inspections and Tests

G.

Measurement and Payment

1.3. RELATED SECTIONS


A.

Individual Specification Sections:


Standards for Testing

Observations and Tests Required, and

1.4. REFERENCES
A.

ASTM C1077 - Practice for Laboratories Testing Concrete and Concrete


Aggregates for Use in Construction and Criteria for Laboratory Evaluation.

B.

ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or


Inspection of Soil and Rock as Used in Engineering Design and Construction.

C.

ASTM D4561 - Practice for Quality Control Systems for an Inspection and
Testing Agency for Bituminous Paving Materials.

D.

ASTM E329 - Practice for Use in the Evaluation of Inspection and Testing
Agencies as Used in Construction.

E.

ASTM E543 - Practice for Determining the Qualification of Nondestructive


Testing Agencies.

1.5. SELECTION AND PAYMENT


A.

The Engineer will perform the specified construction testing.

B.

Performance of testing by the Engineer in no way relieves Contractor of


obligation to perform Work in accordance with requirements of Contract
Documents.

C.

Quality control services include observations and tests and related actions
including reports performed by independent agencies, governing authorities,
and the Contractor.

1.6. ENGINEERS RESPONSIBILITIES


A.

The Engineer will:


1)

Test and approve proposed construction materials submitted by


Contractor.

2)

Provide qualified personnel at site.


performance of services.

3)

Perform specified observations, sampling, and testing of Products in


accordance with specified standards.

4)

Ascertain compliance of materials and mixes with requirements of


Contract Documents.

5)

Promptly notify Contractor of observed irregularities or non- conformance


of Work or Products.

6)

Perform additional observations and tests.

Cooperate with Contractor in

1.7. CONTRACTORS RESPONSIBILITIES


A.

Deliver adequate samples of materials proposed to be used which require


testing, along with proposed mix designs seven days prior of initiation of field
work.

B.

Cooperate with Engineer and provide access to the Work and to


manufacturers' facilities.

C.

Provide incidental labor and facilities:


1)

To provide access to Work to be tested,

D.

2)

To obtain and handle samples at the site or at source of Products to be


tested,

3)

To facilitate tests and observations,

4)

To provide storage and curing of test samples.

Notify Engineer 48 hours prior to expected time for operations requiring


observations and testing services.

1.8. SCHEDULE OF INSPECTIONS AND TESTS

2.

A.

Section 02231 - Aggregate Base Course

B.

Section 02223 - Stabilization, Backfilling and Compaction: Requirements for


Sampling and Testing Backfill Materials

C.

Section 02575 - Pavement Repair and Resurfacing

MEASUREMENT AND PAYMENT


2.1. PAYMENT: Payment for all coordination required by the Contractor as described
in this section shall be included in the lump sum or unit prices in the Bid
Schedule. The lump sum and unit prices shall include all costs for all labor,
materials and equipment required to complete the work in accordance with the
Plans and Specifications.

END OF SECTION

SECTION 01570
TRAFFIC CONTROL

1.

GENERAL
1.1. DESCRIPTION: Traffic control through the demolition and construction areas is
described in this subsection. The traffic control shall be the responsibility of the
Contractor. The Contractor is required submit a written plan to the Engineer and
Owner identifying propose methods and means for handling traffic control through
the work areas during the different stages of work prior to initiation of field work.
The Contractor is not allowed to start fieldwork if the Traffic Control Plan has not
been submitted. The review and comment of the Traffic Control Plan showing the
proposed method of handling and devices which shall be used to control traffic on
the project and shall in no way relieve the Contractor of liability for the safe
passage of traffic through the construction area.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Traffic Signs and Signals

C.

Removal

D.

Measurement and Payment

1.3. RELATED SECTIONS


A.

Section 01039 - Coordination

1.4. TRAFFIC SIGNS AND SIGNALS: Traffic signs and signals shall be in accordance
with the Manual on Uniform Traffic Control Devices and with applicable State and
local regulations.
A.

At approaches to the demolition and construction area, fencing, barricades,


signs, and other devices needed to direct construction and affected site
traffic.

B.

Relocate traffic control devices as Work progresses to maintain effective


traffic flow.

C.

All traffic control devices shall be provided with all components necessary to
comprise a complete installation.

D.

Any portable device that requires a way to prevent overturning shall be


weighted with appropriate sized sand bags.

1.5. REMOVAL

2.

A.

Remove equipment and devices when no longer required and when approved
by Engineer.

B.

Repair any damage caused by installation.

MEASUREMENT AND PAYMENT


2.1. PAYMENT: Payment for all traffic control required to complete the Work shall be
included in the lump sum or unit prices in the Bid Schedule. The lump sum and
unit prices shall include all costs for all labor, materials and equipment required to
complete the work in accordance with the Plans and Specifications.

END OF SECTION

SECTION 02000
MOBILIZATION AND DEMOBILIZATION

1.

GENERAL
1.1. DESCRIPTION: Contractor shall mobilize and demobilize all personnel, materials
and equipment in an efficient manner to accomplish the Work.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Permits, Licenses and Fees

C.

Measurement and Payment

1.3. RELATED SECTIONS


A.

Section 01039 - Coordination

1.4. PERMITS, LICENSES AND FEES


A.

2.

Obtain all necessary licenses and permits and pay all associated licensing
and construction fees prior to mobilizing to the site to ensure compliance with
all applicable Federal, State and local rules, laws and regulations including
Larimer County, Colorado Department of Labor and Employment, Division of
Oil and Public Safety and Livermore Fire Department.

MEASUREMENT AND PAYMENT


2.1. PAYMENT: Payment for mobilization and demobilization will be made at the
lump sum or unit prices in the Bid Schedule. That lump sum and unit prices shall
include all costs for all labor, materials and equipment required to complete the
work in accordance with the Plans and Specifications.
END OF SECTION

SECTION 02110
DEMOLITION AND SITE CLEARING

1.

GENERAL
1.1. SECTION INCLUDES
A.

Related Sections

B.

Requirements

C.

Execution

D.

Measurement and Payment

1.2. RELATED SECTIONS


A.

Section 02116 - Aboveground Storage Tank Removal

B.

Section 02231 - Aggregate Base Course

1.3. REQUIREMENTS

2.

A.

Contractor is responsible for removal and proper off-site disposal of all trash
and debris associated with Work for this contract.

B.

Coordinate demolition Work with utility companies where applicable.

EXECUTION
2.1. PROTECTION
A.

Locate, identify, and protect utilities from damage.

B.

Protect, repair and/or replace all fencing impacted by demolition and overexcavation.

C.

Protect existing structures from damage or displacement.

D.

Protect existing Fuel Master fuel management system to be relocated.

2.2. CLEARING
A.

Clear areas required for access to site and execution of Work.

B.

Remove and replace paving, curbs, slabs, and fencing materials necessary to
accomplish Work.

C.

Control the amount of dust from demolition and over excavation and prevent
the spread of dust to adjacent properties. Use water sprinkling or other
method approved by the Engineer.

2.3. REMOVAL OF OBSTRUCTIONS


A.

Remove portions of concrete curbs, slabs, and pavement at least two (2) feet
beyond the limits of disturbance.

B.

Cut concrete, pavement and masonry at junctures and excavation perimeter


using power driven saws. Saw cut concrete slabs to total slab depth to
provide a neat line for replacement slab to abut.

2.4. SURFACE EXCAVATION


A.

Strip surface materials and remove from site. Dispose of materials off site in
an appropriate manner in conformance with applicable Federal, State and
local regulations.

2.5. CLEANUP AND REPAIR

3.

A.

Remove and dispose of waste materials at an approved off-site disposal area


selected by the Contractor.

B.

Repair demolition performed in excess of that required. Repair, at no


additional cost, adjacent construction or surfaces damaged or soiled by
demolition and over excavation work.

MEASUREMENT AND PAYMENT


3.1. PAYMENT: Payment for all demolition and site clearing required by the
Contractor to complete the Work shall be included in the lump sum or unit prices
in the Bid Schedule. The lump sum and unit prices shall include all costs for all
labor, materials and equipment required to complete the work in accordance with
the Plans and Specifications.
END OF SECTION

SECTION 02116
ABOVE-GROUND STORAGE TANK REMOVAL

1.

GENERAL
1.1. DESCRIPTION: The Work included under this section consists of furnishing all
labor, materials, services, equipment and appliances required to properly remove,
close and dispose of the existing AST systems and associated ancillary
equipment, foundations, and containment structures at the Larimer County Fleet
Services Livermore Shop in Livermore, CO. This includes:

Removal and disposal of diesel fuel AST system including one AST
approximately 6-feet in diameter and 12-feet long, approximately 2,000gallons,

Removal, cleaning and painting (white) of unleaded gasoline AST system


including one AST approximately 4-feet in diameter and 11-feet long,
approximately 1,000 gallons, tank gauges, etc, to be transported and installed
at the Vine Street Shop in Fort Collins, CO;

Removal and disposal of pumping systems, piping, containment structures and


walls, tank foundations, fueling islands, pump island building, dispensers,
electrical service, pavement, and miscellaneous equipment from the site as
shown on the Drawings.

Removal and disposal of used oil AST located at the Vine Street Shop
including one AST approximately 4-feet in diameter and 11-feet long,
approximately 1,000 gallons;

Contractor is responsible for removal and disposal of all liquids and sludges inside
the tanks including diesel fuel, unleaded gasoline, used oil, water, solids, and/or
sludge. The existing Fuel Master fuel management system shall be relocated to
the new installation by the Contractor.
Contractor shall include allowance moneys in bid for over-excavation, loading,
waste characterization sampling and testing, waste disposal acceptance, loading,
transportation, and replacement/backfill material of up to 100 in-place cubic yards
of petroleum contaminated soil as directed by the Engineer.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Performance Requirements

C.

Owner Occupancy

D.

Protection

E.

Utilities

F.

Qualifications

G.

Indemnification

H.

Execution

I.

Measurement and Payment

1.3. RELATED SECTIONS


A.

Section 01570 - Traffic Control

B.

Section 02222 - Excavation

C.

Section 02223 - Stabilization, Backfill, and Compaction

D.

Section 02231 - Aggregate Base Course

E.

Section 13205 - Above-Ground Storage Tank Installation

1.4. PERFORMANCE REQUIREMENTS


A.

The intent of the Work is to accomplish safe and legal removal and disposal of
complete above-ground storage tank systems including: tanks, product
piping, equipment, residual fluids and solids (diesel fuel, unleaded gasoline,
waste oil, water, and sludge), dispensers, fueling islands, concrete walls,
pads, contaminated soil (if present), import of backfill, compaction and
resurfacing of the excavation.
The Contractor shall furnish all labor,
materials, supplies, equipment, transportation, travel, and professional
services necessary.

B.

All work is to be performed in accordance with applicable Federal, State and


local regulations including requirements of NFPA, OPS, Larimer County,
Livermore Fire Department, EPA, and OSHA.

1.5. OWNER OCCUPANCY


A.

The Owner will occupy the sites during the entire period of AST removal
activities. The existing diesel and gasoline storage and dispensing system will
remain operational throughout the construction of the new AST facility at the

Livermore Shop site. The installation of the new used oil AST at the Vine
Street Shop shall be operational within two days of the existing used oil AST
system being shut down. At least two weeks notice shall be given to the
Owner prior to disconnecting and removal of the existing used oil AST
system. Contractor will cooperate fully with the Owner requirements during
the work to minimize conflicts and to facilitate Owners usage of the site.
1.6. PROTECTION
A. The Contractor shall adequately protect the work site, adjacent property and the
general public during all phases of the project. Contractor shall be responsible for
all damages or injury due to his action or negligence.
1.7. UTILITIES
A.

Prior to commencing work, Contractor is required to verify and have


professionally identified the location of all site utilities and take precautions to
protect same during the work. Should damage result due to Contractor
negligence, Contractor shall bear cost of repairs. Should existing utilities
require relocation, Contractor shall note and include monies for said work in
the Bid.

1.8. QUALIFICATIONS
A.

All work under this contract must be completed under the direction of
personnel experienced and licensed in inerting, removing, and disposing of
above-ground fuel storage tank systems.

1.9. INDEMNIFICATION
A.

2.

Contractor shall assume, indemnify and hold harmless the Engineer and
Larimer County for and from any and all liability, loss and expense (including
Workmens Compensation) resulting from loss of life or damage or injury to
persons or property (including employees of either of the parties hereto)
arising in whole or in part by reason of or in a way resulting from negligent
operations under this contract, whether such operations be by said
Contractor(s), or by any Subcontractor(s), or anyone directly or indirectly
employed by either of them.

EXECUTION
2.1. SAFETY PRECAUTIONS
A.

Contractor shall adhere to the following safety precautions throughout the


duration of the project:

1)

Avoid all sources of ignition during liquids removal from the tank and
tank removal.

2)

Do not allow: smoking, use of an open flame, or spark generating tools


within 50 feet of the tank or other potential source.

3)

Place barricades and appropriate warning signs around the area


adjacent to the excavations to prevent the entry of unauthorized persons
during cleaning, tank removal preparation and tank removal.

4)

After removing residual fluids, solids, and sludges from the tank and
before removing the tank, test tank atmosphere for explosive range with
a calibrated combustible gas indicator (CGI) instrument. The CGI shall
not read greater than 20% of the Lower Explosive Limit (LEL), and an
oxygen level as close to zero percent as practicable.

5)

At all times during the work, the Contractor shall have on site equipment
suitable for the detection of organic/combustible vapors.

6)

The Contractor shall have a Health and Safety Plan prepared prior to
initiation of the work. All field personnel and subcontractors shall have
read and signed the plan prior to conducting work on the project.

7)

Owner nor Engineer shall not be responsible for the approval of the Site
Safety Plan nor for Contractors safety.

8)

All on-site Contractor and Subcontractor personnel shall have completed


OSHA 40-hour Health and Safety Course and annual OSHA 8-hour
refresher and carry certification of same at the site.

2.2. PRODUCT REMOVAL AND TANK INERTING


A.

Contractor shall verify that all electrical sources to tanks, pumps, dispensers
and instruments have been de-energized and disconnected prior to
commencing work.

B.

Prior to commencing tank removal operations, Owner will attempt to empty


ASTs as completely as possible with existing pumping system.

C.

Piping: Prior to commencing removal, all fuel and used oil piping shall be
completely drained by the Contractor with all product being flushed and
drained back into the storage tanks. Under no circumstances, shall product
be allowed to drain from the piping into the surrounding ground areas.

D.

Pump Out: All remaining liquids, solids, and sludges inside ASTs shall be
completely removed by the Contractor and disposed of in accordance with
Federal and State regulations. Any material that is not considered recyclable
shall be disposed of in accordance with applicable federal and state laws at
Contractors expense. Copies of Bill of Lading and chain-of-custody for the
disposal of hazardous materials shall be submitted to the Engineer.
Contractor shall make allowances to remove and dispose of up to 500 gallons
of liquids, solids and/or sludges from the ASTs.

E.

Pumps: All vacuum and transfer pump motors and suction hoses shall be
grounded to the tank to prevent electrostatic ignition hazards.
Only
explosion-proof or air driven pumps shall be allowed at the site.

F.

Inerting:
1)

Before tank removal, the tank shall be rendered inert with the addition of
dry ice, compressed nitrogen gas or carbon dioxide gas. Flammable
vapors expelled from the tank during this process shall be vented a
minimum of 12 feet above grade and three (3) feet above adjacent roof
lines. The tank removals shall not proceed if atmospheric conditions will
prevent the dispersal and dilution of the vapors discharged from the
tank.

2)

Inerting with Dry Ice: The vapors in the tank may be inert by adding dry
ice in the amount of 1.5 pounds per 100 gallons (minimum) of tank
capacity. Dry ice shall be crushed and distributed evenly over the
greatest possible area on the tank bottom. Avoid skin contact with dry
ice. As dry ice evaporates, flammable vapors may surround the area.
Observe all safety precautions regarding flammable vapors.

3)

Ignition: Shut down all open flame and spark producing equipment
within vapor hazard area (50 feet from tank). Ban smoking. Remove all
non explosion proof electrical and internal combustion equipment.
Utilize only non sparking tools to be used on expose tank fittings.
Minimize static electricity by grounding all working equipment.

4)

During the inerting process, the oxygen level in the tank shall be
checked continuously with an oxygen and CGI meter. Achieve an
oxygen level as close to zero percent as practicable. When the process
is successfully completed, plug all openings, except for the vent line, and
commence tank removal.

2.3. TANK AND PIPING REMOVAL

A.

Safety: Exercise care during tank removal to minimize spark production.


Monitor the site atmosphere with a CGI during all activities.

B.

Continued Testing: After initial purging/inerting, periodically continue testing


both in and around tank with CGI until tank is removed from site.

C.

Removal: Contractor shall provide equipment of sufficient capacity to lift


tanks and load on transportation vehicle. Dragging of tanks shall not be
allowed.

D.

Underground piping shall be excavated to allow vertical extraction. Piping


shall not be pulled horizontally from trench. All product lines shall be
removed in their entirety.

E.

Engineer will screen selected soils samples as collected by the Engineer.

F.

Should potentially contaminated soils be encountered during tank, foundation,


and/or piping is removal , Engineer will instruct Contractor to separate clean
versus contaminated soils based on field screening measurements and
observations. Contractor shall stockpile potentially contaminated soils on a
portion of property pending disposition of same. Potentially contaminated
soils shall be placed atop 6-mil visqueen barrier and covered with secured 6mil visqueen of sufficient strength suitable for protection against elements.
Stockpiled soils shall be protected with a soil berm of sufficient design to
provide adequate protection from run-on storm water.

G.

Disposition of any potentially contaminated soils shall be as directed by


Engineer in conjunction with the Owner. Potentially contaminated soils will
remain stockpiled on site pending completion of sampling, testing and
approval for disposal.

H.

Backfill and Compaction: Perform backfill and compaction in accordance with


Section 02223. Surface cover in the area of the existing fueling system will
be compacted road base/gravel to meet adjacent surface grade.

I.

Materials Testing: Materials testing shall be performed in general accordance


with Sections 01400, 01410 and 02223.

J.

Pavements: Repair or replace surface pavement in accordance with Section


02575.

2.4. SOIL SAMPLING


A.

Confirmation soil sampling with in the over-excavation areas shall be


performed by the Engineer prior to any backfill operations by the Contractor.
Contractor shall schedule and coordinate all work with Engineer.

2.5. TANK AND PIPING DISPOSAL


A.

Removal:
Upon removal and loading of the tank on an appropriate
transportation vehicle, the vehicle shall be removed immediately from the site.
The tank(s) shall not be stored at the site overnight after removal.

B.

Testing: Prior to shipping, test in and around tank with CGI to ensure that
flammable vapor concentration does not exceed safe levels for transportation.

C.

Labeling: Label as to vapor state, vapor inerting treatment and date. Also,
permanently label tank with 2-inch high letters as follows:
TANK HAS CONTAINED FLAMMABLE LIQUID
NOT GAS FREE
NOT SUITABLE FOR FOOD OR DRINKING WATER INTENDED
FOR ANIMAL OR HUMAN CONSUMPTION

3.

D.

Transportation: The tank shall be secured on a vehicle for transportation to


the disposal site.

E.

U.L. tank labels shall be removed from tank and returned to the Engineer for
filing.

F.

Disposal: Diesel fuel tank and piping removed as part of this project shall not
be sold for reuse. Final disposal shall be accomplished by cutting the tank
and piping for scrap metal, or discarding in an acceptable and approved solid
waste disposal facility. Unleaded fuel tank will be transferred to Vine Street
Shop.

G.

Provide written certification to the Engineer of tank destruction within 20 days


of removal.

H.

Contractor shall not be allowed to disassemble or cut up tanks for scrap metal
on site.

MEASUREMENT AND PAYMENT


3.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. The lump sum and unit prices shall

include all costs for all labor, materials and equipment required to complete the
work in accordance with the Plans and Specifications.
END OF SECTION

SECTION 02222
EXCAVATION

1.

GENERAL
1.1. DESCRIPTION:
This section describes excavation of contaminated soil,
uncontaminated overburden, concrete pump islands and concrete drive pads.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Execution

C.

Payment

1.3. RELATED SECTIONS

2.

A.

Section 02116 - Aboveground Storage Tank Removal

B.

Section 02223 - Stabilization, Backfill, and Compaction

C.

Section 02231 - Aggregate Base Course

EXECUTION
2.1. EXCAVATION
A.

Over-excavation operations shall be performed in accordance with OSHA


guidelines and all applicable State and local ordinances. At no time will
personnel be allowed in the excavation unless such entry complies with
OSHA guidelines and with applicable State and local regulations.

B.

Pump islands, foundations and concrete drive pads shall be removed and
disposed of off-site in accordance with all Federal, State and local
regulations.

C.

The Contractor shall provide appropriate equipment to accomplish the Work.

D.

Excavated material shall be field-screened by the Engineer using ambient


temperature head space analysis (ATHA) in an effort to segregate potentially
contaminated soils from the overburden excavated material. Excavated
material which is considered potentially contaminated shall be stockpiled by
the Contractor on a bermed 6-mil visqueen and covered with secured 6-mil

visqueen until approval for off-site disposal is approved by the Engineer.


Once approval is obtained, the Contractor will load and transport
contaminated soil to an approved disposal site. The Contractor is responsible
for all costs including loading, transportation and disposal of soils and
demolition debris from the sites.
E.

Excavated material which is designated uncontaminated shall be temporarily


stockpiled on-site, in a location that will not interfere with traffic or daily
business operations. If excavated uncontaminated material does not meet
Section 02223 specifications for use as backfill material, the unsuitable and/or
excess material will be transported off-site for re-use or disposal by the
Contractor.

F.

The Engineer may collect soil samples of excavated material for field
screening or laboratory analysis, for the purpose of assessing potential
contaminant concentrations. The Contractor shall provide soil samples of
excavated material to Engineer as requested.

G.

The Contractor shall protect surface cover (existing asphalt, concrete, or


similar material) adjacent to and nearby the demolition and excavation areas.
A concrete saw shall be used to cut surface material around the perimeter of
the proposed excavation area, as directed by the Engineer. The Contractor is
required to repair or replace at no cost to Owner, all surface cover damaged
by the Contractor.

H.

The Contractor shall use care when operating mechanical equipment in


locations where it may cause damage to buildings, property, utilities, or
structures above or below ground. The Contractor is required to repair or
replace at no cost to Owner, all damages caused by the Contractor.

I.

Stockpiling excavated materials.

J.

1)

Uncontaminated material shall be stockpiled in an orderly manner, in a


location at least three feet from the edge of the excavation.

2)

If the Engineer determines that uncontaminated material is not suitable


or not required for backfilling, the uncontaminated material shall be
removed and disposed off site by the Contractor.

3)

Excavated material shall not be stockpiled against existing structures or


appurtenances.

Barricades, traffic control devices, and warning devices shall be provided by


the Contractor to protect vehicle and pedestrian traffic from the excavation.

2.2. UNDERGROUND OBSTRUCTIONS

3.

A.

Contractor shall notify each utility owner and request utilities to be field
located by surface reference at least 48 hours prior to excavation. In the case
of a conflict, the proposed work may be modified, at the Engineer's discretion.

B.

If utilities are encountered undamaged during excavation, the Contractor shall


protect the utility against damage and continue excavation as directed by the
Engineer. If the utility is to be removed or replaced, the Contractor shall
provide temporary service and continue excavating, as directed by the
Engineer.

C.

If an underground utility is damaged during excavation, the Contractor shall


immediately repair utility or coordinate immediate repair with appropriate
utility at no cost to the Owner or Engineer. The Contractor shall then continue
excavation as directed by the Engineer. The Contractor shall be responsible
for restoring damaged utilities to original condition.

D.

Approximate locations of subsurface utilities are shown on the Drawings;


however, locations are not exact and additional subsurface utilities not shown
on the drawings may be present at the site. The Contractor is responsible for
field verification of all subsurface utilities at the site prior to excavation
activities.

MEASUREMENT AND PAYMENT


3.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. The unit prices associated with the
existing AST closure work shall not exceed the Maximum Reasonable Costs
Excavation and Disposal Article 4, Part 3, 4-3-1 Colorado Petroleum Storage
Tank Fund when the contract is signed. The lump sum and unit prices shall
include all costs for all labor, materials, and equipment required to complete the
work in accordance with the Plans and Specifications.
END OF SECTION

SECTION 02223
STABILIZATION, BACKFILL, AND COMPACTION

1.

GENERAL
1.1. DESCRIPTION: This section describes preparation of subgrades; backfilling;
compacting; and finish grading for excavation areas.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Materials

C.

Execution

D.

Payment

1.3. RELATED SECTIONS

2.

A.

Section 02116 - Above-Ground Storage Tank Removal

B.

Section 02222 - Excavation

C.

Section 02231 - Aggregate Base Course

D.

Section 13205 - Above-Ground Storage Tank Installation

E.

Larimer County Urban Area Street Standards (LCUASS) - Chapters 22 and


23

MATERIALS
2.1. STABILIZATION MATERIAL
A.

See attached Geotechnical Engineer Report, Road and Bridge Livermore


Shop, dated December 8, 2011.

2.2. EXCAVATION BACKFILL MATERIAL


A.

3.

Excavation backfill material shall be placed from the bottom of the excavation
to the bottom of the base course and/or pavement subgrade in accordance
with applicable sections of LCUASS Chapter 22.

EXECUTION
3.1. QUALITY ASSURANCE
A.

Compaction Testing: Engineer shall conduct compaction testing as required.

B.

Soil compaction tests shall be performed in accordance with:


1)

ASTM D698 - Standard Method of Test for Moisture Density Relations of


Soils.

2)

ASTM D4253 and D4254 - Standard Method of Test for Relative Density
of Cohesionless Soils.

3)

Density testing shall be performed in accordance with Section 01410 "Testing Laboratory Services".

3.2. FIELD QUALITY CONTROL


A.

Field Compaction Control


1)

Density-moisture testing shall be performed in general accordance with


Sections 01400 and 01410.

2)

Field tests will be conducted to verify compliance of compaction methods


with specified density and moisture in accordance with ASTM D2922 and
ASTM D3017 at frequencies and locations randomly selected by the
Engineer.

3)

Compaction tests for excavations shall be performed for each lift for
every 1,000 square feet of backfill area or per LCUASS Chapter 23,
Table 23-1 for areas/structures within jurisdiction of the local government
entity.

4)

If the Engineer determines that reliable and uniform results are produced
by the Contractors construction techniques, the frequency of testing may
be decreased by the Engineer.

B.

Compaction shall be verified by ASTM D2922 to the following minimum


densities (reference ASTM D698 unless otherwise indicated) or as approved
by the Engineer:
1)

Storage Tank Slab Bedding


a)

2)

3)

C.

D.

Compacted to 95% of maximum dry density.

Excavation Area Backfill


a)

Paved Roadways and concrete slabs - 95% of maximum dry


density.

b)

All Other Locations: 90% of maximum dry density.

All cohesionless materials that cannot be determined by ASTM D698 will


be determined by ASTM D4253 and D4254 with a compaction minimum
of 65 percent.

Moisture Content
1)

All compacted backfill shall be within 2% of optimum water content


cohesive and 3% for granular soils as determined by ASTM D698 and
performed in accordance with ASTM D3017: or as approved by the
Engineer.

2)

Water shall be added to the material, or the material shall be harrowed,


disced, bladed, or otherwise worked to insure a uniform moisture
content, as specified.

Care shall be used when operating mechanical equipment in locations where


it may cause damage to buildings, property, utilities, or structures above or
below ground.

3.3. BACKFILLING AND COMPACTION


A.

Excavation areas shall be backfilled promptly after removing the aboveground


storage tanks and/or contaminated soils, as directed by the Engineer.

B.

Excavation areas shall be backfilled promptly after removing the concrete


drive pads, pump islands and product lines, as directed by the Engineer.

C.

Backfill material shall be deposited in uniform loose lifts not to exceed 8


inches (prior to compaction) in all areas.

1)

D.

Methods and equipment which are appropriate for the backfill of material shall
be employed.
1)

4.

Other thickness may be used with the prior written approval of the
Engineer.

Backfill equipment or backfilling methods which transmit damaging


shocks to subsurface utilities are not to be used.

E.

Compaction shall not be performed by jetting or water settling.

F.

If compaction cannot be obtained with excavated material, backfill material


shall be imported, as directed by the Engineer.

G.

Excess excavated materials and materials not suitable for backfill shall be
removed from the site, as directed by the Engineer.

MEASUREMENT AND PAYMENT


4.1. Quantities of backfilling of excavation will be based on weight tickets from
materials supplier.
4.2. Payment for all work described in this section shall be included in the unit prices in
the Bid Schedule. The unit prices associated with the existing AST closure work
shall not exceed the Maximum Reasonable Costs Excavation and Disposal
Article 4, Part 3, 4-3-1 Colorado Petroleum Storage Tank Fund when the contract
is signed. The lump sum and unit prices shall include all costs for all labor,
materials, and equipment required to complete the work in accordance with the
Plans and Specifications. The Contractor is required to submit with each invoice
that includes backfill material, copies of all weight tickets associated with backfill
being invoiced.
END OF SECTION

SECTION 02231
AGGREGATE BASE COURSE

1.

GENERAL
1.1. SECTION INCLUDES
A.

Related Sections

B.

References

C.

Products

D.

Execution

E.

Payment

1.2. RELATED SECTIONS


A.

Section 01400 - Quality Control

B.

Section 02223 - Stabilization, Backfill, and Compaction

C.

Larimer County Urban Area Street Standards (LCAUSS) - Chapters 22 and 23

1.3. REFERENCES
A.

ASTM D698 - Test Methods for Moisture-Density Relations of Soils and


Soil-Aggregate Mixtures, Using 5.5 lb. Rammer and 12 inch Drop.

B.

ASTM D2922 - Test Methods for Density of Soil and Soil-Aggregate in Place
by Nuclear Methods (Shallow Depth).

C.

ASTM D3017 - Test Methods for Moisture Content of Soil and Soil-Aggregate
Mixtures.

1.4. SUBMITTALS
A.

2.

Submit proposed mix designs, along with delivering adequate samples of


materials proposed to be used which require testing seven days prior to
initiation of field work.

PRODUCTS
2.1. MATERIAL

A.

Aggregate base course for pavement subgrade shall consist of hard, durable
particles or fragments of stone or gravel crushed to the required sizes.
Material shall contain an appropriate quantity of sand or other finely-divided
mineral matter which conforms to the requirements of AASHTO M147, and to
Section 703.03, CDOT Standard Specification Class 5 or Class 6 aggregate
base course. In addition, the material must have an R-value of 72 or greater,
and must be moisture stable. When produced from gravel, not less than 60
percent by weight of the aggregate retained on a No. 4 sieve shall consist of
particles have at least one fractured face. Base material shall be free from
vegetable matter and lumps or balls of clay and when placed and compacted
will result in a firm, dense, unyielding foundation.

B.

Coarse aggregate shall show a loss of not more than 50 percent when tested
in accordance with AASHTO T96 Standard Method of Test for Abrasion of
Coarse Aggregate by use of the Los Angeles Machine.

C.

Only aggregate from the Local Entity approved sources shall be used.
Approval of sources will, at a minimum, consist of supplying documented
gradation, Atterberg limits, and R-value testing on an annual basis.

D.

Grading Requirements:
Percent Passing
Size
1
1

#4
#8
#200

3.

Class 5
100
95-100
30-70
3-15

Class 6
100
30-65
25-55
3-12

EXECUTION
3.1. EXAMINATION
A.

Verify substrate has been inspected, gradients and elevations are correct, and
dry.

3.2. AGGREGATE PLACEMENT


A.

Place aggregate in maximum 8-inch uncompacted layers over the prepared


substrate and machine compact, using equipment appropriate to the size and
accessibility of the area.

B.

Add water to assist compaction. If excess water is apparent, remove


aggregate and aerate to reduce moisture content.

C.

Use mechanical tamping equipment in areas inaccessible to compaction


equipment.

3.3. TOLERANCES
A.

Scheduled Compacted Thickness: Within 1/4 inch.

B.

Variation from True Elevation: Within 1/2 inch.

3.4. FIELD QUALITY CONTROL


A.

Field observations and testing will be performed under provisions of Section


01410 and Section 02223.

B.

Compaction and moisture content testing will be performed in general


accordance with ASTM D2922 and ASTM D3017, respectively.

C.

If tests indicate Work does not meet specified requirements, remove/rework,


replace and retest.

D.

Frequency of Tests: One (1) in-place density test per 1,000 square feet or
portion thereof per lift placed per day or frequencies outlined in LCUASS
Chapter 23, Table 23-1 for areas/structures within jurisdiction of the local
government entity.

3.5. SCHEDULES
A. Compact placed aggregate materials to achieve 95 percent (95%) of the density
obtained by ASTM D698 and within plus or minus three percent (3%) of the
optimum moisture content indicated by that method, or as approved by the
Engineer.
4. MEASUREMENT AND PAYMENT
4.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. The lump sum and unit prices shall
include all costs for all labor, materials and equipment required to complete the
work in accordance with the Plans and Specifications.
END OF SECTION

SECTION 02575
PAVEMENT REPAIR AND RESURFACING

1.

GENERAL
1.1. DESCRIPTION: Repair or replacement of surface obstructions which the
Contractor must remove, such as pavement, drives, curbs, gutters, and similar
surfaces, as required to perform the work is described in this Section. Contractor
has the option of protecting instead of removing and replacing obstructions that
interfere with the work.
1.2. SECTION INCLUDES
A.

Related Sections

B.

Materials

C.

Execution

D.

Payment

1.3. RELATED SECTIONS


A.

Section 02223 - Stabilization, Backfill, and Compaction

B.

Section 02231 - Aggregate Base Course

1.4. RELATED SECTIONS


A.

Contractor shall follow all applicable requirements and guidelines specified in


Larimer County Urban Area Street Standards (LCUASS) that are not outlined
in the project specifications.

1.5. SUBMITTALS
A.

2.

Submit proposed mix designs, along with delivering adequate samples of


materials proposed to be used which require testing seven days prior to
initiation of field work.

MATERIALS
2.1. AGGREGATE, ASPHALT AND CONCRETE

A. All materials, such as but not limited to aggregate, bituminous material, and concrete,
which are used in the repair of surface obstructions, shall conform to the LCUASS or
relevant specifications contained herein. In the event of a conflict between the LCUASS
and these specifications, the LCUASS shall take precedence.

3.

EXECUTION
3.1. ASPHALT AND CONCRETE, INCLUDING BASE AND GRAVEL SURFACING
A.

Contractor shall remove, dispose of off-site, and restore asphalt, concrete


pavement, curbs, drives, and gravel surfacing in accordance with the
LCUASS.

B.

Concrete curbing, pads and drive pads associated with the existing pump
islands will be compacted road base/gravel to meet adjacent surface grade.

C.

New aggregate road base surfacing and pavement shall be installed per
LCAUSS, Chapter 25.

D.

Concrete drives, curbs, gutters, sidewalks, and similar structures not


associated with the AST system, if damaged, shall be removed, disposed of
off-site, and restored with the following minimum thickness:
1)

Concrete driveways and slabs shall be eight inches thick.

2)

Concrete gutters shall be six inches thick.

3)

Concrete cross pans shall be eight inches thick.

All finished restorative work shall be inspected after completion of site construction activities by the
Engineer. All finished restoration work shall be of equal or superior quality, condition and workmanship to
that of the original.

3.2. FIELD QUALITY CONTROL


A. Subgrade, aggregate base course and backfill shall be compacted in accordance with
Sections 02223, 02231 or LCUASS Chapter 23, as applicable.

4.

PAYMENT
4.1. MEASUREMENT: Measurement for pavement repair and resurfacing will be
made by the Engineer using in-place quantities.
4.2. PAYMENT: Payment for all work described in this section shall be included in the
unit prices in the Bid Schedule. The unit prices shall include all costs for all labor,
materials, and equipment required to complete the work in accordance with the
Plans and Specifications. The Contractor is required to submit with each invoice

that includes offsite disposal of petroleum contaminated soils, copies of all waste
manifests associated with disposal being invoiced.
END OF SECTION

SECTION 03100
CONCRETE FORMWORK

1.

GENERAL
1.1. SECTION INCLUDES
A.

Related Sections

B.

References

C.

Design Requirements

D.

Quality Assurance

E.

Products

F.

Execution

G.

Payment

1.2. RELATED SECTIONS


A.

Section 03200 - Concrete Reinforcement

B.

Section 03300 - Cast-in-Place Concrete

1.3. REFERENCES
A.

ACI 318 - Building Code Requirements for Reinforced Concrete.

B.

ACI 347 - Recommended Practice For Concrete Formwork.

C.

PS 1 - Construction and Industrial Plywood.

1.4. DESIGN REQUIREMENTS


A.

Construct formwork, shoring and bracing to conform to design and code


requirements; resultant concrete to conform to required shape, line and
dimension.

1.5. QUALITY ASSURANCE


A.
2.

Perform Work in accordance with ACI 347, 301 and 318.

PRODUCTS
2.1. WOOD FORM MATERIALS
A.

Form Materials: At the discretion of the Contractor but subject to approval of


Engineer.

2.2. FORMWORK ACCESSORIES

3.

A.

Form Release Agent: Colorless mineral oil which will not stain concrete, or
absorb moisture.

B.

Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of


sufficient strength and character to maintain formwork in place while placing
concrete.

EXECUTION
3.1. EXAMINATION
A.

Verify lines, levels and centers before proceeding with formwork.

3.2. ERECTION - FORMWORK


A.

Provide bracing to ensure stability of formwork. Shore or strengthen formwork


subject to over-stressing by construction loads.

B.

Arrange and assemble formwork to permit dismantling and stripping. Do not


damage concrete during stripping. Permit removal of remaining principal
shores.

C.

Align joints and make watertight. Keep form joints to a minimum.

3.3. APPLICATION - FORM RELEASE AGENT


A.

Apply form release agent on formwork in accordance with manufacturer's


recommendations.

B.

Apply prior to placement of reinforcing steel, anchoring devices, and


embedded items.

3.4. INSERTS, EMBEDDED PARTS, AND OPENINGS


A.

Provide formed openings where required for items to be embedded in passing


through concrete work.

B.

Coordinate with work of other sections in forming and placing openings, slots,
reglets, recesses, sleeves, bolts, anchors, other inserts, and components of
other Work.

3.5. FORMWORK TOLERANCES


A.

Construct formwork to maintain tolerances required by ACI 301.

3.6. FIELD QUALITY CONTROL


A.

Inspect erected formwork, shoring, and bracing to ensure that work is in


accordance with formwork design, and that supports, fastenings, wedges,
ties, and items are secure.

3.7. FORM REMOVAL


A.

4.

Do not remove forms or bracing until concrete has gained sufficient strength
to carry its own weight and imposed loads.

MEASUREMENT AND PAYMENT


4.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. Those prices shall include all costs
for all labor, materials and equipment required to complete the work in
accordance with the Plans and Specifications.

END OF SECTION

SECTION 03200
CONCRETE REINFORCEMENT

1.

GENERAL.
1.1. SECTION INCLUDES
A.

Related Sections

B.

References

C.

Submittals

D.

Quality Assurance

E.

Coordination

F.

Products

G.

Execution

H.

Measurement and Payment

1.2. RELATED SECTIONS


A.

Section 03100 - Concrete Formwork

B.

Section 03300 - Cast-in-Place Concrete

1.3. REFERENCES
A.

ACI 318 - Building Code Requirements For Reinforced Concrete.

B.

ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement.

C.

ASTM A615 Concrete Reinforcement with Steel.

D.

CRSI - Concrete Reinforcing Steel Institute - Manual of Practice.

1.4. SUBMITTALS
A.

Submit under provisions of Section 01300.

1.5. QUALITY ASSURANCE


A.

Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI
301, ACI SP-66, ACI 318.

1.6. COORDINATION
A.
2.

Coordinate with placement of formwork, formed openings and other Work.

PRODUCTS
2.1. REINFORCEMENT

3.

A.

Welded Steel Wire Fabric: ASTM A185 Plain Type. A fiber additive is not
acceptable.

B.

Steel Reinforcing:
60,000 psi.

C.

Accessories including bar supports, chair spaces, etc., shall be cold-drawn


wire. Bar supports for concrete resting on earth or gravel shall be precast
briquettes or individual high chairs with welded plates on bottom.

Conform to ASTM A615, Grade 60.

Yield strength of

EXECUTION
3.1. PLACEMENT
A.

Place, support and secure reinforcement against displacement. Do not


deviate from required position.

3.2. FIELD QUALITY CONTROL


A.
4.

Field observations will be performed under provisions of Section 01410.

MEASUREMENT AND PAYMENT


4.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. Those prices shall include all costs
for all labor, materials and equipment required to complete the work in
accordance with the Plans and Specifications.
END OF SECTION

SECTION 03300
CAST-IN-PLACE CONCRETE

1.

GENERAL
1.1. SECTION INCLUDES
A.

Related Sections

B.

References

C.

Submittals

D.

Quality Assurance

E.

Field Samples

F.

Products

G.

Execution

H.

Measurement and Payment

1.2. RELATED SECTIONS


A.

Section 03100 - Concrete Formwork

B.

Section 03200 - Concrete Reinforcement

1.3. REFERENCES
A.

ACI 301 - Structural Concrete for Buildings.

B.

ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and


Placing Concrete.

C.

ACI 308 - Standard Practice for Curing Concrete.

D.

ACI 318 - Building Code Requirements for Reinforced Concrete.

E.

ASTM C33 - Concrete Aggregates.

F.

ASTM C94 - Ready-Mixed Concrete.

G.

ASTM C150 - Portland Cement.

1.4. SUBMITTALS
A.

Submit proposed mix designs, along with delivering adequate samples of


materials proposed to be used which require testing seven days prior to
initiation of field work.

1.5. QUALITY ASSURANCE


A.

Perform Work in accordance with ACI 301.

B.

Conform to ACI 305R when concreting during hot weather.

C.

Conform to ACI 306R when concreting during cold weather.

1.6. FIELD SAMPLES


A.
2.

Provide under provisions of Section 01410. Coordinate with Section 03100.

PRODUCTS
2.1. CONCRETE MATERIALS
A.

Cement: ASTM C150, Type I Normal, Type II - Moderate Portland-type


cement, or Type I-II.

B.

Fine and Coarse Aggregates: ASTM C33.

C.

Water: Clean, potable and not detrimental to concrete.

2.2. CONCRETE MIX


A.

Mix and deliver concrete in accordance with ASTM C94, Alternative No. 1.

B.

Provide concrete to the following mix design:


Unit
Compressive Strength (28 day)
Coarse Aggregate
Fine Aggregate
Water/Cement Ratio (maximum)
Aggregate Size (maximum)
Slump
Air Content

C.

Measurement
4,000 psi
58-66 percent by volume
34-42 percent by volume
0.50 by weight (mass)
3/4 inch
2-4 inches
5-8%

Use accelerating admixtures in cold weather only when approved by


Engineer.
Use of admixtures will not relax cold weather placement
requirements.

3.

D.

Use calcium chloride only when approved by Engineer.

E.

Use set retarding admixtures during hot weather only when approved by
Engineer.

F.

Add air entraining agent to normal weight concrete mix for work exposed to
exterior.

G.

Alternate mix designs may be provided that meet the project specification
minimum compressive strength with proven performance and that meets local
government entity criteria for review and consideration for approval.

EXECUTION
3.1. EXAMINATION
A.

Verify requirements for concrete cover over reinforcement.

B.

Verify that anchors, seats, plates, reinforcement and other items to be cast
into concrete are accurately placed, positioned securely, and will not cause
hardship in placing concrete.

3.2. PLACING CONCRETE


A.

Place concrete in accordance with ACI 304, ACI 301 and ACI 318.

B.

The surface of the concrete at all joints shall be thoroughly cleaned and all
loose material removed prior to placing adjoining concrete. Reference ACI
301.

C.

Notify Engineer minimum 24 hours prior to commencement of operations.

D.

Ensure reinforcement, inserts and embedded parts are not disturbed during
concrete placement.

E.

Maintain records of concrete placement. Record date, location, quantity, air


temperature, and test samples taken.

F.

Do not interrupt successive placement; do not permit cold joints to occur.

G.

Use expansion joint material between new and existing pavement. Place
contraction joints at a maximum of 18 feet apart in new concrete pavement
per Portland Cement Association recommendations.

H.

Place concrete to prevent pooling of stormwater.


concrete should be to the southwest.

Stormwater flow across

3.3. CURING AND PROTECTION


A.

Immediately after placement, protect concrete from premature drying,


excessively hot or cold temperatures, and mechanical injury.

B.

Maintain concrete with minimal moisture loss at relatively constant


temperature for period necessary for hydration of cement and hardening of
concrete.

3.4. FIELD QUALITY CONTROL


A.

Field observation and testing will be performed in accordance with ACI 301
and under provisions of Section 01410.

B.

Provide free access to Work and cooperate with appointed testing firm.

C.

Submit proposed mix design to observation and testing firm for review seven
days prior to commencement of Work.

D.

Tests of cement and aggregates may be performed to ensure conformance


with specified requirements.

E.

Four concrete test cylinders will be taken for every 75 or less cubic yards of
concrete placed, with a minimum of four concrete test cylinders taken per
pour.

F.

One additional test cylinder will be taken during cold weather concreting,
cured on job site under same conditions as concrete it represents.

G.

One slump test will be taken for each set of test cylinders taken; and air
content as applicable.

3.5. DEFECTIVE CONCRETE

4.

A.

Defective Concrete: Concrete not conforming to required lines, details,


dimensions, tolerances or specified requirements.

B.

Repair or replacement of defective concrete will be determined by the


Engineer.

C.

Do not patch, fill, touch-up, repair, or replace exposed concrete except upon
express direction of Engineer for each individual area.

MEASUREMENT AND PAYMENT

4.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. Those prices shall include all costs
for all labor, materials and equipment required to complete the work in
accordance with the Plans and Specifications.

END OF SECTION

SECTION 13205
ABOVE-GROUND STORAGE TANK INSTALLATION

1.

GENERAL
1.1. DESCRIPTION: The Work included under this section consists of furnishing all
labor, materials, services, equipment and appliances required to properly install
one 6,000-gallon dual-compartment double-walled AST (4,000-gallon diesel fuel
and 2,000-gallon unleaded gasoline) and dispensing systems. The AST systems
shall be delivered to the site as complete factory pre-fabricated systems including
skid-mounted tank, pumping system, piping, fill ports, sensor ports, overfill
prevention sumps, leak detection, secondary containment, and dispensers. The
installation also includes the following:

Concrete tank foundation/pads

Protective bollards

Site lighting (two yard lights with poles)

Electrical service

Miscellaneous equipment for a complete system as shown on the Drawings

Option of an Automatic Tank Gauging System

The Fuel Master sentry from the existing AST system.

1.2. SECTION INCLUDES


A.

Related Sections

B.

Performance Requirements

C.

Owner Occupancy

D.

Protection

E.

Utilities

F.

Qualifications

G.

Indemnification

H.

Products

I.

Execution

J.

Payment

1.3. RELATED SECTIONS


A.

Section 01570 - Traffic Control

B.

Section 02223 - Stabilization, Backfill, and Compaction

C.

Section 02231 - Aggregate Base Course

1.4. PERFORMANCE REQUIREMENTS


A.

The intent of this project is to provide and install a complete above-ground


storage tank system including: tanks, pumps, piping, supporting slab,
dispensers, electrical service, and signage as required. The Contractor shall
furnish all labor, materials, supplies, equipment, transportation, travel, and
services necessary for a complete turnkey installation.

B.

The Automatic Tank Gauging System shall be provided as an option for the
Owner to have installed as part of the system installation. The Contractor
shall provide a complete turnkey installation with or without the Automatic
Tank Gauging System.

C.

All work is to be performed in accordance with applicable Federal, State and


local regulations including requirements of NFPA, EPA, OSHA, Larimer
County, the Colorado Department of Labor and Employment Division of Oil
and Public Safety (OPS) and the Livermore Fire Department. All equipment
and related methods of installation shall be performed as per appropriate
Uniform Fire Codes, UL, NFPA-30 and 30A, and local regulations as is
applicable to each individual piece of equipment, system design, and/or
method of installation.

1.5. OWNER OCCUPANCY


A.

The Owner will occupy the site during the entire period of tank installation
activities. The existing diesel and gasoline storage and dispensing system at
the Livermore Shop will remain operational throughout the construction of
new facility. The installation of the new used oil AST at the Vine Street Shop
shall be operational within two days of the existing used oil AST system being
shut down. At least two weeks notice shall be given to the Owner prior to
disconnecting and removal of the existing used oil AST system. Contractor
will cooperate fully with the Owner during the work to minimize conflicts and
to facilitate Owners usage of the site.

1.6. PROTECTION

A.

The Contractor shall adequately protect the work site, adjacent property and
the general public during all phases of the project. Contractor shall be
responsible for all damages or injury due to his action or negligence.

1.7. UTILITIES
A.

Prior to commencing work, Contractor shall verify and have professionally


identified the location of all site utilities and take precautions to protect same
during the work. Should damage result due to Contractor negligence,
Contractor shall bear cost of repairs. Should existing utilities require
relocation, Contractor shall note and include monies for said work in the Bid.

1.8. QUALIFICATIONS
A.

All work under this contract must be completed under the direction of
personnel experienced and registered in the installation of above-ground fuel
storage systems in the State of Colorado.

1.9. INDEMNIFICATION
A.

2.

Contractor shall assume, indemnify and hold harmless the Engineer and the
Owner for and from any and all liability, loss and expense (including
Workmens Compensation) resulting from loss of life or damage or injury to
persons or property (including employees of either of the parties hereto)
arising in whole or in part by reason of or in a way resulting from negligent
operations under this contract, whether such operations be by said
Contractor(s), or by any Subcontractor(s), or anyone directly or indirectly
employed by either of them.

PRODUCTS
2.1. Above-Ground Storage Tank: Tank shall be skid-mounted, above-ground fuel storage
tank systems furnished as a complete factory prefabricated system. One dualcompartment AST for diesel fuel and unleaded gasoline services will be installed
per the specifications and drawings. Components of the tank package shall be as
follows:
A.

Underwriters Laboratory (UL) standard for construction, UL2085 listed,


double-walled tank with primary steel tank and exterior concrete vault as
supplied by Eaton Metal Products, Fireguard Cylindrical tank or Engineer
approved equivalent. Tank capacity shall be 6,000-gallons - 4,000-gallons for
diesel fuel and 2,000-gallons for unleaded gasoline.

B.

Secondary containment shall be designed and constructed to allow for


installation of a liquid leak detector in the interstitial space via top mounted
tube of minimum 2-inch diameter.

C.

Vents:
Both normal pressure relief and emergency vents shall be
independent of each other and shall be designed and constructed as per
NFPA 30.

D.

Grounding lug for connection to a ground connector shall be in accordance


with NFPA 78.

E.

All metal risers, fittings, and components shall be of corrosion resistant


material or receive exterior finish to equal.

F.

Tank structure in its entirety shall have a 30-year warranty to include primary
and secondary tank, concrete pad, and any exterior coating, cladding, or
finish material.

G.

Tank shall be mounted on corrosion resistant supports a minimum of two


inches above concrete foundation/support pad.

H.

All tank openings, including leak detection port, shall be threaded.

I.

Tank shall have appropriate product and warning labels as to contents.

J.

Tank shall be painted beige in color as approved by Engineer and Owner.

2.2. Pumps
A.

Gasoline system will include a Red Jacket submersible turbine pumps-1/3 hp,
60 HZ, single phase with added wiring for auxiliary equipment, or Engineer
approved equivalent.

B.

Diesel system will include a Red Jacket submersible turbine pumps-3/4 hp, 60
HZ, single phase with added wiring for auxiliary equipment, or Engineer
approved equivalent.

2.3. Dispenser:

A.

The gasoline system shall include a tank mounted Dresser-Wayne Reliance


S1 dispenser or Engineer approved equivalent.

B.

The on-road diesel system shall include Dresser-Wayne Reliance G6200 two
hose dispenser or Engineer approved equivalent.

C.

Gasoline and diesel systems shall include an Engineer approved pulser and
high hose retractor.

2.4. Nozzles: Utilize existing dispensers, Husky 1-GS automatic shut-off nozzle or
Engineer approved equivalent. Nozzles will be connected to hoses with a minimum
length of 20 feet with OPW 66 REC reconnectable breakaway.
2.5. Liquid Level Gauge: System shall include visual liquid level gauge at the tank for
product volume as supplied by Morrison Clock Gauge Model 818 or Engineer
approved equivalent.
2.6. Fill Port: Fill ports will include 2-inch male quick disconnect fitting with spill
containment sump of minimum seven gallons with integral reservoir and manual
flow back drain system. Fill ports to be located at the north side of the tank. Fill
ports must be located within spill containment box so that connections made to fill
port will be within the spill containment sump. Manual shut off valves and one way
valves will be located in each fill port pipe adjacent to the spill containment sump.
Each fill port pipe and cap will be painted appropriate color as follows;

Diesel fuel Green


Unleaded gasoline White

Overfill prevention shall be provided by installing a mechanical overfill prevention valve within
the AST fill opening, OPW61 fSTOP three inch cylinder float or Engineer approved equivalent.

2.7. Automatic Tank Gauging System (ATG): Tank monitoring system for inventory
management, overfill protection, and leak detection as supplied by Veeder Root
Model TLS-300C or Engineer approved equivalent shall be installed. ATG system
to be included as an option for installation. Owner will evaluate including the ATG
system option.
A.

Gage Veeder Root Series 8473 Magnetostrictive Inventory Measurement


Probe.

B.

Sump Sensor Veeder Root Form No. 794380-352

C.

Interstitial Sensors Veeder Root Form No. 794380-341

D.

Overfill alarm with audible alarm at AST Veeder Root No. 790091-001 and
790095-001

2.8. Emergency Shut-off: An emergency shut off switch shall be located north of the AST
on the south side of the existing site building, as shown in the drawings, greater
than 20 feet from the ASTs, and no further than 75 feet. A 20-pound ABC fire
extinguisher in a weather resistant box shall be mounted adjacent to the emergency
shut-off switch. Audible overfill alarm with light and alarm acknowledge unit shall
also be located adjacent to emergency shut-off switch.
2.9. Foundation Slab: Slab shall be designed in accordance with tank manufacturers
specifications and criteria as shown on the attached foundation figure
2.10. Card Reader: The Fuel Master fuel management system and island terminal will be
relocated from the existing AST system, to the south side of the new AST system
and face south, as shown in the drawings. Contractor will install all conduits for
installation of wiring to install relocated Fuel Master fuel management system.
2.11. Card Reader Cabinet: The Fuel Master fuel management system terminal will
require the installation of a new cabinet/shelter. The cabinet shall be constructed of
metal, include a motion activated light, and powder coated in color to match the
AST. The approximate cabinet dimension is shown on Drawing 3, attached, or
engineer approved equal.
2.12. Relocation of the Fuel Master fuel management system: Contractor is required to
install electrical power and conduits as required for installation and hookup of
relocated Fuel Master fuel management system.
2.13. Site Lighting Two yard lights with poles are to be installed for the Livermore Shop.
Yard lights will be located on the east and west ends of the new AST, as shown in
the drawings. Motion detectors are to be installed on lights with adjustable timers to
be approved by Engineer and Owner, approximately 10 minutes.
3.

EXECUTION
3.1. TANK INSTALLATION
A.

Contractor shall supply all labor and materials necessary to provide a


complete turnkey installation of all equipment. The tank system, including
associated equipment, shall be installed in accordance with manufacturers
specifications.

B.

The tank shall be placed on a reinforced foundation slab designed to support


the fully loaded tank. Figure 4 shows the foundation design.

C.

Contractor shall provide Owner all equipment brochures, manuals, warranties


and operational material as necessary to maintain and satisfy regulatory

requirements for record keeping. All materials shall be turned over to the
Owners authorized representative at the time of start up and training portion
of project.
D.

Stormwater flow across the site should generally be to the southwest.


Prevent pooling of stormwater on or around the AST installation.

3.2. SIGNAGE AND PROTECTION


A.

Signage: Provide and install a professionally painted sign permanently


affixed adjacent to tank facility. Sign shall be painted on a metal backing of
sufficient size to include all required notices as shown below:
1)

NO SMOKING WITHIN 50 FEET

2)

TRANSPORT OPERATOR SHALL REMAIN WITH TRANSPORT AT ALL


TIMES DURING UNLOADING OPERATIONS

3)

DELIVERY TRANSPORT SHALL BE SECURED


CHOCKS DURING DELIVERY PROCESS

4)

TRANSPORT OPERATOR SHALL VERIFY THAT VOLUME AVAILABLE


IN TANK IS GREATER THAN AMOUNT OF PRODUCT TO BE
DELIVERED PRIOR TO COMMENCING DELIVERY

5)

TRANSPORT, DELIVERY VALVES, COUPLINGS AND HOSES SHALL


BE INSPECTED IMMEDIATELY PRIOR TO AND CONTINUALLY
MONITORED DURING DELIVERY PROCESS FOR LEAKAGE OR
DEFECTS

6)

IN CASE OF EMERGENCY CONTACT 911 AND LARIMER COUNTY


FLEET SERVICES AT (970) 498-5690

WITH

WHEEL

B.

Sign shall be white letters two inches tall on brilliant red background. Metal
base material shall be pre-drilled with three holes each edge prior to painting
process. Sign shall be warranted against fading or chipping for a minimum of
five years from date of installation.

C.

Protection: Protect installation from vehicular intrusion with bollards around


perimeter as shown on the drawings. Bollards shall be constructed of 6-inch
diameter by seven feet in length concrete filled steel pipe buried vertically
with three feet buried below grade. Bollards shall extend four feet above
grade and be painted safety red. Finish collar at grade flush with surrounding
pavements. Bollards are to be spaced as follows:

Spacing between bollards four feet;


Spacing between bollards and AST on the north and south sides minimum
three feet;
Spacing between bollards and AST on the east and west ends minimum
three feet.

3.3. TESTING
A.

Prior to completion, Contractor shall perform complete testing of all systems


as per manufacturers specifications and start up criteria. Contractor shall
provide verification of proper tightness testing of primary tank, secondary
containment system, and piping in writing to Owner.

B.

Contractor shall also provide Owner written verification on Contractors


letterhead that all systems have been installed in accordance with all
manufacturers and regulatory requirements as are applicable to that system.

3.4. WARRANTIES
A.

Contractor shall warranty installation against faulty workmanship for a period


of not less than two years from installation. Contractor shall also provide all
warranties as applicable to each individual component. Tanks shall be
warranted by manufacturer for a minimum of 30 years from date of installation
for all defects resulting from manufacturing processes or materials relating
thereto. The 30 year warranty for tanks shall cover both primary and
secondary tanks and all manufacturer supplied accessories. The warranty
shall be delivered to Owner within ten days of completion of the project in
writing from tank manufacturer and Contractor.

3.5. START UP
A. Contractor shall advise Engineer and Owner of intended start-up date.
Contractor shall provide training of on-site personnel in complete system
operation and all aspects of accessories and facilities relating to the tank
installation. Contractor shall notify Engineer and Owner a minimum of 72
hours prior to intended start up.
3.6. HOUSE-KEEPING
A.

At all times the premises shall be kept clean and neat. No debris shall be
allowed to remain on site overnight at any time during the project. At the
completion of the project all debris shall be removed from the site as part of
this contract. All surrounding earth work shall be left in natural or improved
condition to match surrounding terrain as per site plan for this location.

4.

PAYMENT
4.1. PAYMENT: Payment for all work described in this section shall be included in the
lump sum or unit prices in the Bid Schedule. The lump sum and unit prices shall
include all costs for all labor, materials and equipment required to complete the
work in accordance with the Plans and Specifications.
END OF SECTION

You might also like