HomeMy WebLinkAbout10/20/1992, C-4 - UNDERGROUND STORAGE TANKS U nuurun
STEM #
City Of sal< LUIS OBispO
COUNCIL AGENDA REPORT
FROM: Bob Neumann, Fire Chief °0 BY: Michael Smith, HazMat Coordinator
SUBJECT: Underground Storage Tanks
CAO RECOMMENDATIONS:
Authorize soliciting of bids and contract award by the CAO, if the lowest responsible bid
is less than $33,000.00, for the following:
1. Removal of two abandoned underground tanks located at the 955 Morro Street i
parking garage,
2. Upgrading of the existing underground storage tanks located at the Corporation
Yard, 25 Prado Road.
BACKGROUND:
In 1987, this department developed a plan to address the regulatory requirements for the
City's thirteen underground storage tanks. At that time, it was the intent of this program
to upgrade all of the City's existing tanks to meet the minimum requirements of the
State and Federal Underground Tank Regulations. However, as these regulations
became more sophisticated and remediation costs for leaking tank sites skyrocketed, it
became clear that merely upgrading the City's existing tanks was only an expensive short-
term fix which did not address the potential environmental liability issue. As such, the
objective of the underground tank program was redefined. The intent now is to
eliminate potential environmental liabilities by reducing the number of underground
tanks, upgrade the remaining existing tanks or replace with aboveground tanks.
With the recent discovery of these two additional tanks at 955 Morro Street, the total
number of tanks managed under this program is now fifteen. To date, seven older tanks
have been removed without any significant environmental problems. Completion of this
phase of the underground tank program will bring all of the City's underground tank
sites into compliance with current State and Federal regulations.
955 Morro Street: In September 1992, two abandon tanks were discovered at the north
comer of the parking garage. Further investigation revealed that these tanks still
contained a waste petroleum product (estimated tank size, 550 gallons each). This
property was purchased by the City in 1981, when concern for these types of
underground structures was not an issue. Past uses of this site included an auto
dealership, where it was common to have underground fuel tanks for customer
convenience. Measures to have the waste material removed from these tanks have been
completed, however, it is unknown whether or not these tanks have leaked.
�uh�►�HI(VIIIIIII�II IIUIU MY Of San LUIS OBISPO
COUNCIL AGENDA REPORT
25 Prado Road: The Corporation Yard currently operates four underground storage
tanks; two gasoline, one diesel and one waste oil. All of these tanks are of fiberglass
construction which were installed in 1983. Current underground tank regulations require
that these types of tanks which contain motor vehicle fuel be upgraded with overfill
prevention devices, spill containment boxes and tank monitoring equipment. These
modifications will ensure compliance with both the State and Federal Underground Tank
Regulations and reduce the potential for an accidental tank release while providing a
long-term solution for refueling operations at this site.
FISCAL IMPACT:
The Underground Storage Tank Upgrading and Replacement Project has a current
balance of approximately $33,607.00. These funds have been carried over from the
previous fiscal year which had been appropriated for removing, upgrading and replacing
existing tanks. The Corporation Yard is the last site that will require modifications to
it's tank system, unless future amendments to the Underground Tank Regulations
require more stringent measures. Sufficient funds are available for this project.
ALTERNATIVES:
Alternative #1: Approve the request authorizing the soliciting of bids and contract
award for the removal and upgrading of these tanks.
PRO: This will ensure compliance with all underground tank regulations, provide
maximum protection against the potential release of hazardous materials product into
the environment and reduce the potential liability associated with leaking underground
storage tanks.
CON: Once committed to the removal of these tanks, an unknown site remediation cost
could be associated with each site. However, it should be noted that this unknown cost
will always be present, in fact it will most likely be higher in the future.
Alternative #2: Deny the request for the removal and upgrading of these tanks.
PRO: An estimated cost savings of approximately $33,000.00.
CON: City would be in violation of State and Federal Underground Tank Regulations.
(ref: Chapter 6.7, Division 20 California Health & Safety Code)
ATTACHMENTS:
Attachment I Contract Agreement
Attachment H Specifications for Underground Tank Removal and Upgrading
Attachment III Notice to Bidders, Bid Sheet w/ Mailing List
ATTACHMENT_I:',., .
a CONTRACT AGREEMENT
THIS. AGREEMENT is made and entered into in the City of San Luis Obispo on this;"
da-',of ; 1992, by and between the CITY OF SAN LUIS
OBI.SPO; a municipal corporation; liereiaafter referred to as CITY, and
hereinafter referred to as, SUPPLIER.
WITNESSETH .
WHEREAS-,on_- _ _ ; 1992;the CITY invited bids for the procurement_
of=Removmg :Two Underground Storage Tanks & Upgrading Four Existing Tanks per.
Speci4cation,No F-924.
WHEREAS, pursuant to said mvitatmon, SUPPLIER submitted a bid which was accepted'by
CITY for said equipment and services.
NOW;THE'REFORE, in consideration of their mutual promises; obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1.'TERP�I. The term of this Agreement shall be from the data this Agreement is.made and
entered.as;first written above, until acceptance of said equipment and services.
2. INCORPORATION BY REFERENCE. The Notice Inviting Bids and the Bid
Specifications;:are Hereby incorporated in and made a.part of this.Agreement.
3...CITY'S 'OBLIGATIONS. For furnishing equipment and services as specified in this
Agreement, City will pay and Supplier shall receive therefor compensation in a total sum.
not to exceed
lt.'
Payment to ahe Supplier shall be made within M days after receipt of an original
invoice.from-the Supplier and acceptance of the equipment and services by City.
4. SUPPLIER'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinafter mentioned,to be made and performed by CITY, SUPPLIER.agrees with CITY
to furnish required equipment and services and to do everything required by this Agreement
and the said specifications. Without limiting the generality of the foregoing, SUPPLIER
warrants on-.behalf of itself and all subcontractors engaged for the performance of thus
Agreement that only persons authorized to work in the United States pursuant to the
Immigration,Refotm and Control Act of 1986 and other applicable laws shall be employed
in the performance of the work hereunder:
5. HOLDS`HARMLESS AND INDEMNIFICATION. SUPPLIER agrees to defend;
indemnify, and hold harmless CITY, its officials; officers, employees, representatives, and
agents;from•and against all claims; lawsuits, liabilities or damages of whatsoever nature
arising out of or in connection with, or relating in any manner to any act or omission of
SUPPLIER, its agents, employees, and subcontractors of any tier and employees thereof in
connection with the performance or nonperformance of this Agreement. The SUPPLIER
shall thoroughly investigate any and all claims and indemnify the CITY and do whatever is
necessary to protect the CITY, its officials, officers, employees, agents, and representatives,
as to any such claims, lawsuits, liabilities, expenses, or damages.
6. INSURANCE. The Contractor shall procure and maintain for the duration of the
contract insurance which meets the requirements of Attachment I-A. As evidence of this
insurance, the Contractor shall provide the City with a Certificate of Insurance and an
Endorsement naming the City as "Additionally Insured." (Submit with signed agreement)
7. AMENDMENTS. Any amendment, modification, or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the Director of
Finance.
8. TERMINATION. If during the term of this Agreement, CITY determines that
SUPPLIER is not faithfully abiding by any term or condition contained herein, CITY may
notify SUPPLIER in writing of such defect of failure to perform; which notice must give
SUPPLIER in writing of such defect or failure to perform; which notice must give.
SUPPLIER a 10-day notice of time thereafter in which to perform said work or cure the
deficiency. If SUPPLIER has not performed the work or cured the deficiency within the
ten days specified in the notice, such shall constitute a breach of this Agreement and CITY
may terminate this Agreement immediately by written notice to supplier to said effect.
Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights
under this Agreement except, however, any and all obligations of SUPPLIER'S surety shall
remain in full force and effect, and shall not be extinguished, reduced, or in any manner
waived by the termination hereof. In said event, SUPPLIER shall be entitled to the
reasonable value of its services performed from the beginning of the period in which the
breach occurs up to the day it received CITY'S Notice of Termination, minus any offset
from such payment representing the CITY'S damages from such breach. CITY reserves the
right to delay any such payment until completion or confirmed abandonment of the project,
as may be determined in the CITY'S sole discretion, so as to permit a full and complete
accounting of costs. In no event, however, shall SUPPLIER be entitled to receive in excess
of the compensation quoted in its bid.
9. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement.between the
parties hereto. No oral agreement, understanding, or representation not reduced to writing
and specifically incorporated herein shall be of any force or effect, nor shall any such oral
agreement, understanding, or representation be binding upon the parties hereto.
10. ANTI-DISCRIMINATION. In the performance of the terms of this Agreement,
SUPPLIER, agrees that it will not engage in, nor permit such subcontractors as it may
employ, to engage in discrimination in employment of persons because of age, race, color,
sex, national origin or ancestry, or religion of such persons. Violation of this provision may
w
• _ori: `�� . a': c; a /' QrNt. r
result.in the imposition of penalties referred to in Libor Code.Section 1735 .
11 AUDIT. CITY shall have the option of inspecting and/or auditing all recoids and othery>" .
written,materials used by SUPPLIER in preparing its statements to CITY as condition
pr'eced'ent'to any payment to SUPPLIER..,
12.NOTICE. ;All'wr-itten notices to the parties hereto shall be sent by United States mail;
postage prepaid by registered or certifiedmail' addressed as follows:
CITY.,
ty of San Luis Obispo k... y
Box 8100
`San,Luis Obispo, CA 93403.8100
SUPPLIER'
p 'f
• z •�1 e. Cr "J M
Yf
13 AUTHORITY TO EXECUTE AGREEMENT. Both CITY and SUPPLIER do covenant;'"�
that eacli ifidMiliIal executing this agreement-on behalf of each party is a person. duly 1
authorized't,`and empowered to execute Agreements for such party, IN WITNESS " 'u
WIIEREOF,,the parties hereto have caused this instruinent.to be executed the day and year
( "
first above wntten. Y
... ,. R ,
ATTEST•. CITY OF SAN LUIS OBISPO, A Municipal Corporation K}
By
_ Date
SUPPIIER.• r
�E :x -- -- ---- Date:
APPROVED.AS TO FORM::
City."
AP ROVED AS TO CONTENT:
William C , 'atler, Director of Fi ance
{
R l
T /
ATTACHMENT i-A
D!SLRAINCE REQUIREMENTS FOR CONTRACTORS
(with Construction Risks)
Con:rac[or s;_ail procure and maintain for the du.stion of the contract insurance Fez:-st CIS:*= fcr i- :;;es to
p
-er•-sons or dansges to property which may arise frca cr cc-ec:ica w ith the perfo.n=ce o t.':3'.S cr k htreundar
by the Contractor, his ageaLS, representatives, er---Ic ecS or Subcontractors.
Minimum Scooe of Insurance
Coverage sha!I be at lent as broad as:
1. Insurance Services Office Commercial General.Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any
auto).
3. •Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Course of Construction insurance form providing coverage for '211 risks'.
hfinimum Limits of Insurance
Coatracior shall maintain limits no less than:
1. General Liability: 51,000,000 per occurrence for bodily injury, personal injury2nd property damage.
If Commercial General Liability or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to this project/location or the generzl aggregate limit shall be twice
the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Course of Construction: Completid value of the project.
Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,
either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its
officers,officials,employees and volunteers,or the Contractor shall procure a bond guaranteeing payment of losses
and related investigations,claim administration and defense expenses.
Other limr-ance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to containi the following
provisions:
1. f The City, its officers,officials,employees, agents and volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on behalf of the Contractor, products and completed
operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned
leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the
scope of protection afforded to the City, its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Contractor's ince*rance coverage shall be primary insurance as
respects, the City, its officers, officials, employees, agents and volunteers. Any insurance nce or self-
insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess
of the Contractor's insurance and shall not contribute with it.
3. Any failure to comply with reporting of other provisions of the policies including breaches of warranties.
shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
S. Each insurance policy required by this c'.aie shall be endorsed to state that coverage shall not be
suspended, voided, cancelled by either pa.v, raduc-,d in coverage or in limits except after thirty(:0)dao s'
prior'.G'ritten notice by certified rail, renirn receipt requested, has beea -iven to the City.
Course of Construction policies shall contain the `c!le i=g:rovisic
C
rN
fyI Pf�jdt I y � .
{ tl 9
4
• ^~rNYrY , a Jy.Ft t Y�'j J Ij D'AI- • , a '.J.• ,.
1'
1.
C.ty,,S_2111 belramad as loss pF)-e
'• �, lr�L't\F
Z The insurer mall waiDe all rislits of subrogatioa•!sainit'entity:
Accea bility of4rrt_curers
Insu zace'is topbe plac 3'witfi iasuiers wiih a curcgbt ;�:M.. &ect's,rating of do Mess,thau.A V,II., _s t
VerificzNan of Coverage �.
Contrzctot shalli fiiraish the City with a certificate of insuf2ce sbowirig_tnzintenamce of the reosired tnsurznE6�'
covenge::'QOnginzl eodorsemerits effectinggenerl liability and zutomobile liability coverage required by "ih s
clause mustflso b_proVi-d_ed. ne endorsements are to be signed by a person authorized by tsat insurer to bind }
'coverages ba its behalf: All endorsements are.to be received nd approved by the City befoie wdrk commences
gubconti•acto .
rs
Contractor,�shiII include,zll subcontracts-as insured under its policies or shall `utztsfi separate cePtificates znd
endorsements for each subcontractor. .all covet-ages for subaritractors shall be subject to all of the requirements
stated&ereus.l
:7
TV
IF
e"y
tr Zye'X•'•r ny {'
v Y
t
a
`lqr5
V.
N'c
b Y f �II/I�I • 'J.
ATTACHMENT 11
Specifications for Underground Tank Removal and Upgrade Modifications
(Spec. No. F-924)
I. Summary of Work
1. These specifications shall be read in conjunction with all other contract
documents and agreements.
2. The work under this contract includes the furnishing of all labor, equipment and
materials to provide the City with an acceptably installed, tested and operational
system.
3. The work includes, but is not limited to the removal of two older abandoned 550
gallon underground tanks and related piping from 955 Morro Street and
upgrading of four existing underground tanks located at the Corporation Yard, 25 .
Prado Road.
II. Product freeing, tank removal and tank disposal.
1. Safety Precautions .
A. All sources of ignition shall be avoided during product removal and
excavation of tank.
B. Smoking, use of open flame, or use of tools generating electric sparks shall
be prohibited in tank area_
C. The area adjacent to the excavation shall be barricaded to prevent the
entrance of unauthorized persons. (Note: Contractor shall have a valid Cal
OSHA Excavation Permit)
D. Product, or mixtures of product and water shall not be drained into a
street, gutter, sewer or tank excavation.
E. Prior to excavation of tank, the Lower Explosive Limit (LEL) must be
below 15%.
2. Procedure
A. Remove all possible product from the tank by means of pump with suction
resting on the bottom of the tank.
B. Product removed shall be transported in an approved and licensed vehicle
or placed in closed containers. Mixtures of product, water or sludge shall
be disposed of in an authorized recycling facility or dump site licensed to
receive petroleum related refuse.
C. Thoroughly rinse interior of tank with approximately 10 gallons of water
per 1,000 gallons of tank capacity. Use pump until suction is lost. This
step is to be done three (3) times.
1
D. Before excavation, the tank atmosphere shall be rendered safe by one of
the following methods:
CO2 - Dry Ice Method: For each 1,000 gallons of tank capacity, 15 pounds of dry
ice shall be placed in the tank through the fill opening. All other openings in the
tank, except the vent shall be plugged.
NOTE: Tank shall not be removed from the ground for 8 hours or overnight, thus
allowing time for the dry ice to vaporize. Excavation may proceed during this
time but not removal. Thereafter, the tanks shall be removed in accordance with
instructions in paragraph II-2-E below.
CO2 - Gas Cylinder Method: (Use siphon cylinders) For each 1,000 gallons of
tank capacity, 15 pounds of CO2 compressed gas shall be discharged by means of
a hose to the bottom of the tank with the cylinder control valve opened as wide as
possible without causing free end of the hose to whip. Tank(s) and cylinder(s)
shall be properly grounded.
After completing the discharge of CO2 and weighing cylinders to be certain the
proper weight of gas has been discharged, all tank openings shall be tightly
plugged and tank removed in accordance with instructions in paragraph II-2-E
below.
Air Educator Method: Install a venturi type air educator on one tank opening
other than the fill. Run as large a pipe as possible down to within 6" of the
bottom of the tank through the fill opening. Place packing around the outside of
this pipe so air will be forced through the pipe from the bottom of the tank
Tanks and equipment shall be properly grounded.
Operate the educator with air supplied by a compressor. Continue circulation of
air through the tank until two consecutive tests of the atmosphere within the tank
is below 15% of the LEL or lower. Plug all openings tightly. Just prior to tank
remove, retest tank atmosphere, if within acceptable limits, remove tank in
accordance with instructions in paragraph H-2-E below.
Air Blower Method: Using air motor driven fan or large compressor positioned
remotely and to windward of tank, inject air into the bottom of the tank by means
of pipe or hose through the fill openings and allow vapors to escape through
another opening. Continue circulation of air until the atmosphere within the tank
is below 15% of the LEL or lower. Properly ground all equipment.
Plug all openings tightly. Just prior to tank removal, retest tank atmosphere, if
within acceptable limits, remove tank in accordance with instructions in paragraph
1I-2-E below.
E. Before removing the tank from the excavation, test atmosphere of tank to
make certain that readings do not exceed 15% of the LEL. (Tanks will not
2
be removed until LEL are at or below 15%). Remove tank(s) from
excavation using non-sparking cables or straps (chains are not allowed).
Once removed, inspect tank for indications of failure in the presence of the
inspector. Load tank and transport to destination.
3. Tank Disposal
A. Storage Of Used Tanks: The location selected for storing surplus tanks
shall be isolated as possible in any area not accessible to the public. Any
and all tanks shall be chocked to prevent movement.
B. Sale or Transfer: Written notification shall be given on transferring
document, invoice, bill of sale, removal contract, etc., of any such tank as
follows:
Surplus tanks are sold or otherwise disposed of with the understanding that
the tank may contain an explosive mixture of petroleum vapors and/or the
tank may be contaminated to an extent that it cannot be cleaned
sufficiently to permit safe storage of edible or potable commodities.
C. Junking: Tanks that are damaged or leaking excessively and are unfit for
other disposition may be hauled to an established junk yard or other
acceptable location provided they are mutilated to a non-reusable extent to
prevent retrieval for any purpose.
Disposal Precautions: If the steel is to be sold for scrap and possible remelting in the
manufacture of new steel, all interior surfaces of any plates which may have been in
contact with sludge should be sandblasted. or wire-brushed to bare metal.
III. Procedure for Contractor work
1. Obtain Fire Department Permit.
2. Obtain all other necessary permits and licenses that may be required to perform
this work.
3. Notify Fire Department and/or any other inspectors sufficiently in advance of
proceeding with work for appropriate inspections.
4. Saw cut asphalt pavement and/or concrete driveways if necessary to minimize the
amount of damage to the remaining portions of pavement to accommodate
tank(s) removal. If the entire lot is to stripped of pavement, disregard saw cutting
requirement.
5. Break out asphalt and concrete slabs and dispose of in a lawful manner in an
approved disposal area.
3
6. Completely uncover tops of underground storage tanks to be removed.
7. Completely pump out all petroleum product that may remain in tank(s) and
dispose in an approved manor, which will involve discharging the petroleum
product into approved vessels, tanks or containers and transporting them from the
premises in an approved and licensed vehicle to transport petroleum products.
This product can either be salvaged and discharged into storage tanks or disposed
of:in an approved disposal area licensed to receive petroleum related refuse.
8. Allow contents in piping to drain into tank(s) before disconnecting. Flush all
product lines with water and drain into tank(s). Draining contents into tank
excavation or surrounding soil is unacceptable. Triple-rinse tanks as prescribed
in II-2-C above. Immediately cap all openings.
9. Purge tank with 15 pounds of dry ice per 1,000 gallons of tank capacity or other
acceptable method. Only after tank has been purged of flammable vapors,
disconnect all piping from tank and plug all openings.
10. Complete further excavation necessary to remove tank(s).
11. Record tank I.D. numbers (if any) and furnish to inspector.
12. After approval of inspector has been obtained, complete removal of underground
tank(s). Tanks shall be removed with adequate lifting equipment only.
13. Haul tanks(s) away from premises immediately after tank removal.
IV. Back-fill Operations (Note: Contractor shall have a valid Cal OSHA Excavation Permit)
1. Clear excavation of all debris and lose soil prior to preceding with back-fill
operations.
2. Tank excavation shall be back-filled with non-expansive material. Clean and
washed pea gravel is the approved back-fill material.
3. If tanks are relocated and/or former location abandoned, clean fill must be
placed in level lose layers about six inches in thickness, moistened near optimum
moisture and properly compacted. Succeeding layers of fill shall be similarly
placed and compacted. During the placement of back-fill, the upper portion of
the excavation's sidewalls shall be broken down (benched) to provide a transition
between the compacted fill and the adjoining ground.
4. If asphalt/concrete pavement is not going to be replaced, the excavation shall be
smoothly graded to provide a clean even surface. All excess materials shall be
removed and the area shall be left in a broom clean condition.
5. If asphalt concrete (A.C.) pavement is to be replaced, back-fill shall be placed and
4
compacted to sub-grade elevation,after which paving section shall be installed
providing a neat and smooth transition with existing pavement surfaces. Existing
paving shall be patched; base thickness and A.C. thickness shall match existing
work. Trim edges back to a neat line, apply tack coat to cut edges, lay and
compact base course, lay and compact surface course to level 1/4" above adjacent
paving. Apply seal coat, overlapping existing A.C. at least 6 inches on all sides.
All excess material shall be removed and the area shall be left in broom clean
condition.
6. Contractor shall furnish certified compaction report from the soils laboratory
acknowledging that a minimum of 95% of maximum density has been obtained.
Copies of the compaction report shall be forwarded to the Building
Department/Grading Inspector and to the Fire Department before final approval
IV. Upgrading of Three Existing Underground Fuel Tanks and One Waste Oil Tank located
at the City's Corporation Yard, 25 Prado Road.
1. The following equipment shall be installed and tested on the existing two 10,000
gallon gasoline tanks and one 6,000 gallon diesel tank:
A. Three Aluminum Over-fill Prevention Drop Tubes
- OPW #61-SO(G)
- Emco Wheaton #A1100
B. Three Spill Containment/Fill Box Assembly (5 gallon)
- Emco Wheaton #A-722
- Pomeco #110-16WT
- Or equal
2. Tank Monitoring Equipment for Single-walled Storage Tanks
A. One Veeder Root TLS 350 monitoring console with printer, #847090=122.
B, One Veeder Root four input probe module for level gauges, #329356-002.
C. One Veeder Root magnetostrictive fuel level gage probe for waste oil..
D. One Veeder Root ballast ring, #329394-002
E. Three Veeder Root cap 1 fuel level gauge probe for gas and diesel.
F. Four Veeder Root cap and ring kits for gauges, #312020-952.
3. Install the following equipment on the existing three dual dispensors:
A. Hose retractors, total of six.
5
ATTACHMENT III'.,
CITY OF SAN LUIS OBISPO
STATE OF CALIFORNIA
NOTICE TO BIDDERS
(SPEC. NO. F-924)
NOTICE-IS;:'HEREBY GIVEN THAT the City Clerk of the City of San Luis Obispo, State'of-
Califorma,:will•receive sealed bids pursuant to Specifications No. F-92-4 at the City Clerk's
M.. ,..
Office,,Citk Hall, 990 Palm Street, on 1992 at which time they will .be.
publicly opened.and read aloud, for the following services:
:Removal of two (2) Underground Storage Tanks and Upgrading of Four- Existing'"~
Underground Fuel and Waste Oil Tanks as prescribed in Spec. No: F-92-4:
Bids received,'after said time will not be considered. Each bid shall be submitted in a sealed
envelope:plainly;mar--ked:.
"Bid for-Unde_
rground Tank Removal & Upgrade Modifications, Spec. No. F-92-4
The City of:San Luis Obispo reserves the right to accept such bid or bids as may be deemed
�. most advantageous to the City; the right to wave any informality in a bid, and the further rig_bt
to:rejec..any and.all bids: r •.:
Additional,'information may be obtained by contacting Michael Smith; Hazardous Materials
Coordinator.; at (805) 781-7380.
CITY'OFSAN LUIS OBISPO
Diane Gl'adwell-=- _--- — ---
City Clerk
' [ Y
CITY OF SAN LUIS OBISPO
BID SHEET
(F-924)
Notice to Bidders: The bidder is required to fill out this sheet. Failure to due so may be cause for
the bid being rejected.
Deviations: List any and all deviations from the specifications. All deviations will be considered part
of the bidder's specifications. Attach era sheets if necessary.
Bid Prices:
Removal of two underground
tanks, upgrade four existing
tanks per spec. F-924:
Total Cost: $
TO: City Clerk, City of San Luis Obispo
In compliance with the above instructions and the bid terms and conditions, the undersigned agrees,
if this offer is accepted within thirty (30) days from the bid opening date, to furnish any and all items
upon which prices are offered, at the prices set opposite each item, initiated at the designated points
within the time speed.
Sigaature/Title of Authorized Agent Date
Name of Firm
Address
Telephone #:
• '.Yale t 1.4;' +�i •xw �'..
yr4�♦�' {�i' •r-.
r.
J I ti 1 � � � + u,,u'�•n. J1 me t .F� u9�x�
-0 Cf
r+ °� E � ( JAM �, ♦
.= MAILING 'LIST s,
:ham;44
r yt 1r "tlJ••�rr
� '..i� ,�"
_ _ r ml
y+� p '' G• '. + r•7" r °it l'tiFF M g. e
B & T+Construction `Three M Maintenance Inc
P O'. Bo 1351 • 718 E. Oak
ArroyoNGiande, CA 93420 Santa Mara- GA 93454 P
,y.. ...Lit.t,:::.'T.� .. •.:�iyC]•�rw".Y ...
C K`C x° rQ Westem Tank Technology 1�{
P Qc Box 431 °' _ W F.
:3100 Ramona Rd..
San-AMWA 93450 .Atascadero, CA 93422
R.L.-WE
q
1450=W..._McC6Suite A
Santa-Maria, CA 93455
`...
Public Advertising A r
`• r � y. sq �_ k..
6 d—'�T
♦ 1 a.� ''r,1fT 1 � y� r' r .,
,,. Jf '•r• .. � „..yam
_�. .. ...� '`.i1I=� ..t�: ���cll-'!•'fir`C/� '3�'Eh
IA
A di
1 r '
Y r r
,
3 t
4 • 1