Loading...
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