INVITATION TO BID

INVITATION TO BID
Sealed Bids will be received by the Mathews Board of Education, 4434B Warren Sharon Rd., Vienna, Ohio 44473,
until Thursday, November 27, 2014, at 2:00 p.m., when they will be immediately opened and read aloud for the
following Project:
Petroleum Contaminated Soil Removal
at Mathews High School
Vienna, Ohio 44473
in accordance with the Drawings and Specifications prepared by:
Professional Service Industries, (PSI), Inc.
5555 Canal Rd.
Cleveland, Ohio 44125
Phone: 216-447-1335; Fax: 216-642-7008
Sealed bids will be received for: SINGLE PRIME CONTRACTOR
Late bids will not be accepted and will be returned unopened. This is not a Prevailing Wage project.
Bidding Documents may be obtained directly from Mathews Board of Education, 4434B Warren Sharon Rd.,
Vienna, Ohio 44473, 330-394-1800, [email protected] , at no charge for email transmission.
Bids shall include, and Bidders shall submit with their Bids, bid security in the form of (i) a bond in accordance with
Ohio Revised Code Sections 153.54 and 153.571 naming the School District Board as obligee for the total amount
of the Bid, including add alternates, or (ii) a certified check, cashier’s check or letter of credit in the amount of ten
percent (10%) of the total amount of the Bid, including add alternates, as prescribed by Ohio Revised Code Section
153.54.
A tour of the site can be arranged by contacting Brian Stidham, Treasurer, Mathews Board of Education, 4434B
Warren Sharon Rd., Vienna, Ohio 44473, 330-394-1800.
The estimated construction cost for the project is $40,000.00.
Any Request for Substitution pertaining to the project shall be submitted to the Architect no later than 2:00 p.m.,
November 19, 2014. If no Addendum is issued accepting the Request for Substitution, the Request shall be
considered rejected. The Bid Date will not be extended.
Any Request for Information pertaining to the project shall be submitted to the Treasurer no later than 2:00 p.m.,
November 20, 2014, with responses provided in Addenda.
Bidding Documents may be examined during
the bid, during business hours, at the following
locations:
Bidding Documents are available by email free of charge
through request via:
Brian Stidham, Treasurer, Mathews Board of Education
[email protected]
Mathews Board of Education
4434B Warren Sharon Rd.
Vienna, Ohio 44473
Phone: 330-394-1800
Publishing date: Wednesday, November 12, 2014
PCSR-MHS
INVITATION TO BID
IB-1
BID FORM (SINGLE-PRIME CONTRACT)
1.1
BID INFORMATION
A.
Bidder: ____________________________________________________.
B.
Project Name: Petroleum Contaminated Soil Removal at Mathews High School
C.
Project Location:
Mathews High School
4429 Warren Sharon Rd.
Vienna, Ohio 44473
D.
1.2
Owner: Mathews Local School District Board of Education.
BASE BID
A.
Base Bid, Single-Prime Contract: The undersigned Bidder, having carefully examined the
Procurement and Contracting Requirements, Conditions of the Contract, Drawings,
Specifications, and all subsequent Addenda, hereby agrees to furnish all material, labor,
equipment and services, including all scheduled allowances, necessary to complete the
construction of the above-named project, according to the requirements of the Procurement and
Contracting Documents, for the stipulated sum of:
EXCAVATION COSTS (based upon approximately 500 tons should be quoted)
SOIL TRANSPORTATION & DISPOSAL
COSTS (based upon approximately 500 tons
should be quoted)
EXCAVATION DEWATERING &
DISPOSAL COSTS (based upon on estimate
of 1,000 gallons)
BACKFILLING COSTS (assuming no need
for imported soil)
TOTAL
for the sum of
$__________________
(numerals)
for the sum of
$__________________
(numerals)
for the sum of
$__________________
(numerals)
for the sum of
$__________________
(numerals)
for the sum of
$__________________
(numerals)
TOTAL Sum in words:________________________________________________________________
PCSR-MHS
BID FORM
BF - 1
1.3
UNIT PRICE NUMBER 1:
Title
Unit Price
Measure
Excavation Costs –Provide a unit Lower $____________________
__________ tons
cost (+ or -) for a contingency of
a lower or higher total soil volHigher $____________________
__________ tons
ume removed.
Description:
Base bid is assuming approximately 500 tons quoted. Provide a unit cost (+ or -) for a contingency
of a lower or higher total soil volume removed. Provide the range in tons under the “measure” column for each lower & higher unit price. Contract will be adjusted accordingly based upon final
tons.
ALL LABOR AND MATERIALS, for the sum of
$________________________
(numerals)
Sum in words: ________________________________________________________________________
1.4
UNIT PRICE NUMBER 2:
Title
Unit Price
Measure
Soil Transportation & Disposal
Lower $____________________
__________ tons
Costs –Provide a unit cost (+ or -)
for a contingency of a lower or
Higher $____________________
__________ tons
higher total soil volume removed.
Description:
Base bid is assuming approximately 500 tons quoted. Provide a unit cost (+ or -) for a contingency
of a lower or higher total soil volume removed. Contract will be adjusted accordingly based upon
final tons.
ALL LABOR AND MATERIALS, for the sum of
$________________________
(numerals)
Sum in words: ________________________________________________________________________
1.5
UNIT PRICE NUMBER 3:
Title
Unit Price
Measure
Backfilling Costs – Clean Fill:
$____________________
________tons
Description:
Base bid is includes a lump sum for backfilling utilizing the on-site prepositioned clean soil backfill
and reuse of existing gravel. Provide a unit cost for supplying additional clean fill if needed.
ALL LABOR AND MATERIALS, for the sum of
$________________________
(numerals)
Sum in words: ________________________________________________________________________
PCSR-MHS
BID FORM
BF - 2
1.6
UNIT PRICE NUMBER 4:
Title
Unit Price
Measure
Backfilling Costs- #304 Gravel:
$____________________
________tons
Description:
Base bid is includes a lump sum for backfilling utilizing the on-site prepositioned clean soil backfill
and reuse of existing gravel. Provide a unit cost for supplying additional #304 gravel if needed.
ALL LABOR AND MATERIALS, for the sum of
$________________________
(numerals)
Sum in words: ________________________________________________________________________
2.1
BID GUARANTEE
A.
The undersigned Bidder agrees to execute a contract for this Work in the above amount and to
furnish surety as specified within 10 days after a written Notice of Award, if offered within 60
days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash,
cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such
failure, in the following amount constituting ten percent (10%) of the Base Bid amount above:
1.
B.
3.1
A.
4.1
A.
________________________________________________ Dollars ($______________).
In the event Owner does not offer Notice of Award within the time limits stated above, Owner
will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or
bid bond.
TIME OF COMPLETION
The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract
Documents on a date specified in a written Notice to Proceed to be issued by the Owner, and
shall fully complete the Work within 15 calendar days.
ACKNOWLEDGEMENT OF ADDENDA
The undersigned Bidder acknowledges receipt of and use of the following Addenda in the
preparation of this Bid:
1.
2.
3.
4.
PCSR-MHS
Addendum No. 1, dated ____________________.
Addendum No. 2, dated ____________________.
Addendum No. 3, dated ____________________.
Addendum No. 4, dated ____________________.
BID FORM
BF - 3
5.1
BID SUPPLEMENTS
A.
The following supplements are a part of this Bid Form and are attached hereto.
1. Bid Guaranty and Contract Bond.
6.1
CONTRACTOR'S LICENSE
A.
7.1
The undersigned further states that it is a duly licensed contractor, for the type of work
proposed, in Vienna, Ohio, and that all fees, permits, etc., pursuant to submitting this proposal
have been paid in full.
SUBMISSION OF BID
A.
Revise signature format below to correspond to Owner's requirements. Review with Owner's
legal counsel. Retain either Witness line or Attest and Title lines in table below based on
Owner's requirements for witnessing signature.
B.
Respectfully submitted this ____ day of ____________, 2012.
C.
Submitted By:_______________________________________(Name of bidding firm or
corporation).
D.
Authorized Signature:___________________________________(Handwritten signature).
E.
Signed By:______________________________________________(Type or print name).
F.
Title:__________________________________(Owner/Partner/President/Vice President).
G.
Witness By:___________________________________________(Handwritten signature).
H.
Attest:_______________________________________________(Handwritten signature).
I.
By:___________________________________________________(Type or print name).
J.
Title:________________________________(Corporate Secretary or Assistant Secretary).
K.
Street Address:___________________________________________________________.
L.
City, State, Zip:__________________________________________________________.
M.
Phone:_________________________________________________________________.
N.
License No.:____________________________________________________________.
O.
Federal ID No.:____________________________________(Affix Corporate Seal Here).
END OF DOCUMENT
PCSR-MHS
BID FORM
BF - 4
BID GUARANTY AND CONTRACT BOND (Section 153.57, ORC)
KNOW
ALL
PERSONS
BY
THESE
PRESENTS,
that
we,
the
undersigned
____________________________________ as Principal at __________________________________,
(Address) ____________________________________ ______________________________________
and ________________________________________ as Surety, are hereby held and firmly bound unto
the State of Ohio, the Mathews Local School District Board as Obligees, in the penal sum of the dollar
amount of the Bid submitted by the Principal to the Obligees on (date) ___________________,
_________ to undertake the Project known as: _____________________________________________.
The penal sum, referred to herein, shall be the dollar amount of the Principal's Bid to the Obligees,
incorporating any additive alternate Bids made by the Principal on the date referred to above to the
Obligees, which are accepted by the Obligees. In no case shall the penal sum exceed the amount of
___________________________________________dollars ($
). (If the preceding line is
left blank, the penal sum will be the full amount of the Principal's Bid, including add alternates.
Alternatively, if completed, the amount stated shall not be less than the full amount of the Bid, including
Alternates, in dollars and cents. A percentage is not acceptable.) For the payment of the penal sum well
and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators,
successors and assigns.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above-named
Principal has submitted a Bid on the above-referenced Project;
NOW, THEREFORE, if the Obligees accept the Bid of the Principal, and the Principal fails to enter
into a proper contract in accordance with the Contract bid, Plans, details, Specifications and bills of
material; and in the event the Principal pays to the Obligees the difference, not to exceed ten percent of
the penal sum hereof between the amount specified in the Bid and such larger amount for which the
Obligees may in good faith contract with the Bidder determined by the Obligees to be the next lowest
responsive and responsible to perform the Work covered by the Bid; or in the event the Obligees do not
award the Contract to such next lowest responsive and responsible Bidder and resubmit the Project for
bidding, the Principal pays the Obligees the difference not to exceed ten percent of the penal sum hereof
between the amount specified in the Bid, or the costs, in connection with the resubmission, of printing
new Contract Documents, required advertising and printing and mailing notices to prospective Bidders,
whichever is less, then this obligation shall be null and void, otherwise to remain in full force and effect.
If the Obligees accept the Bid of the Principal, and the Principal, within ten (10) days after the awarding
of the Contract, enters into a proper Contract and executes the Contract Form in accordance with the
Contract Documents, including without limitation the Bid, Plans, details, Specifications and bills of
material, which said Contract is made a part of this Bond the same as though set forth herein; and
IF THE SAID Principal shall well and faithfully perform each and every condition of such Contract;
and indemnify the Obligees against all damage suffered by failure to perform such Contract according to
the provisions thereof and in accordance with the Contract Documents, including without limitation
Plans, details, Specifications and bills of material therefore; and shall pay all lawful claims of
Subcontractors, Material Suppliers and laborers for labor performed and materials furnished in the
carrying forward, performing or completing of said Contract; we, agreeing and assenting that this
undertaking shall be for the benefit of any Subcontractor, Material Supplier or laborer having a just claim,
PCSR-MHS
BID GUARANTY AND CONTRACT BOND
BGCB - 1
as well as for the Obligees herein; then this obligation shall be void; otherwise the same shall remain in
full force and effect; it being expressly understood and agreed that the liability of the Surety for any and
all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.
THE SAID Surety hereby stipulates and agrees that no modifications, omissions or additions, in or to
the terms of said Contract, the Work thereunder or the Contract Documents, including without limitation
the Plans and Specifications, therefore, shall in any wise affect the obligations of said Surety on its bond,
and it does hereby waive notice of any such modifications, omissions or additions in or to the terms of the
Contract, the Work, or the Contract Documents, including without limitation the Plans and Specifications.
SIGNED this _____ day of ___________________, ________
PRINCIPAL:
______________________________________________
By:
________________________________________
Title:
________________________________________
SURETY:
______________________________________________
Address: ______________________________________
______________________________________
Phone:
(______) _______________________________
Fax:
(______) _______________________________
By:
_______________________________________
Attorney-in-Fact
SURETY AGENT:
______________________________________________
Address: ______________________________________
______________________________________
Phone:
(______) _______________________________
Fax:
(______) _______________________________
END OF DOCUMENT 004313.01
PCSR-MHS
BID GUARANTY AND CONTRACT BOND
BGCB - 2
INSTRUCTIONS TO BIDDERS
1.1
INSURANCE
A.
Provide an executed “Certification of Insurance” stating intention to provide insurance to the
Bidder in accordance with the insurance requirements of the Contract Documents.
B.
The Contractor shall take out and maintain during the life of the Contracts, such Public Liability
(bodily injury and property damage) Insurance as shall protect him and any Subcontractor
performing work covered by the Contract from claims for damages, for personal injury,
including accidental death, as well as from claims for property damage, which may arise from
operations under the Contract, whether such operations by himself or by any Subcontractor or
by anyone directly or indirectly employed by either of them. The Contractor shall maintain
coverage of the types and in the amounts specified below. Proof of such insurance coverage
shall be evidenced by submitting a Certificate of Insurance.
C.
If any part of the work is sublet, insurance of the same types and limits as required by the above
items numbered, A, B, C, D, E, H, and I shall be provided by or on behalf of the Subcontractors
to cover that part of the work they have contracted to perform in including Property Damage
Liability Special Hazards coverage if so required by this Contract.
D.
The required extent and limits of the type of insurance required by the Contract for this
Contract, are included below in item F:
E.
Certificates in triplicate from the insurance carrier stating the limits of liability and expiration
date shall be filed with the Owner before operations are begun. Such certificates shall not
merely name the types of policy provided, but shall specifically refer to this Contract and shall
contain a spate express statement of compliance with each of the requirements set forth in this
section.
F.
All policies shall be endorsed to add the Owner as an additional named insured as respects to
the Contract and project. The Owner will accept an Owner’s Protective Insurance Policy in lieu
of being added as an additional named insured. All policies as hereinafter required shall be
written that the Owner will be notified of cancellation, non-renewal, or restrictive amendment at
least thirty (30) days prior to the effective date of such cancellation or amendment.
Item A: Workmen’s Compensation and/or Employers Liability Insurance as required or
specified by State Law.
Item B: Contract’s Direct Bodily
person/$1,000,000 per occurrence.
Injury
Liability
Insurance:
$1,000,000
each
Item C: Contractor’s Direct Property Damage Liability Insurance: $1,000,000 each accident /
$1,000,000 per occurrence.
Item D: Contractor’s Protective Bodily Injury Liability Insurance: $1,000,000 each
person/$1,000,000 per occurrence.
PCSR-MHS
INSTRUCTIONS TO BIDDERS
IB-1
Item E: Contractor’s Protective Damage Liability Insurance: $1,000,000 each accident /
$1,000,000 per occurrence.
Item F: Owner’s Protective Bodily Injury Liability Insurance, naming the Owner as insured:
$1,000,000 each person.
Item G: Owner’s Protective Property Damage Liability Insurance, naming the Owner as
insured: $1,000,000 each accident / $1,000,000 per occurrence.
Item H: Bodily Injury Liability Insurance covering motor vehicles either owned by the
Contractor or being used in connection with the execution of the work embraced under this
Contract: $1,000,000 each person / $1,000,000 per occurrence.
Item I:
Property Damage Liability Insurance covering motor vehicles either owned by the
Contractor of being used in connection with the execution of the work embraced under the
Contract. $1,000,000 each accident / $1,000,000 per occurrence.
G.
Provide an executed Certificate of Insurance stating their intention to provide insurance to the
Bidder in accordance with the insurance requirements of the Contract Documents.
H.
The Owner requires outside Contractors and Vendors to Supply Certificates of Insurance
evidence the following minimum coverage unless otherwise permitted by the Owner in writing.
1.
Worker’s Compensation Insurance – This coverage must satisfy the compensation laws
of the State of Ohio.
2.
General Liability Insurance – This insurance covers the claims against the Seller arising
out of the Seller’s operation on the Owner’s premises. The Owner must be named as
additional insured and the Contractor’s/Vendor’s policy must be made primary.
a.
Personal Injury/Property Damage Limits shall be one million dollars ($1,000,000)
combined single limit.
b.
Contractual Liability – All certificates evidencing General Liability insurance must
specify the inclusion of the Contractual Liability with one million dollars
($1,000,000_ limits.
3.
Automobile Liability Insurance – This insurance covers trucks, trailer, or other motor
vehicles owned, hired, operated, or used by you, your employees, or agents and should
evidence limits as set forth in the above.
I.
Subcontractors – If any portion of your work is to be furnished by Subcontractors, they will be
required to provide the Owner a Certificate of Insurance as outlined above.
2.1
BIDDING REQUIREMENTS
A.
The Bidder shall carefully examine all of the drawings and all divisions of the specifications as
may affect their work. The Bidder shall be responsible for his portion of the work regardless of
what drawing it may appear on or specification section it may be described in.
B.
Bidders are to inform themselves of other work, if any, being performed at the site. Failure to
visit the site and verify existing conditions and dimensions will in no way relieve the successful
bidders necessity of furnishing any materials or performing any work that may be required to
complete the work in accordance with the Bidding Documents, whether or not the existing
conditions are accurately depicted on the drawings, without additional cost to the Owner.
PCSR-MHS
INSTRUCTIONS TO BIDDERS
IB-2
C.
Existing data shown on the Bidding Documents is for general information of bidders only, and
is not to be used without verification. No additional compensation shall be made for additional
required because of discrepancies between drawings and existing conditions.
1.
The Contractor shall be solely responsible for the accuracy of all measurements and for
the estimate of material quantities and labor required and as necessary to satisfy the
requirements of the Bidding Documents.
D.
Substitutions
1.
Bidders may offer alternates, or their own choice, to the items named in the specifications
on the “Request for Substitution Form (Prior to Bid)”. Substitution requests must be
accompanied by full descriptions and technical data on item proposed together with
statement of amount of addition or deduction from the base bid if substitution is accepted.
E.
Addenda:
1.
Addenda will be issued no later than 72 hours prior to the date and time for the receipt of
Bids, except that an Addendum withdrawing the request for Bids or one which includes
postponement of the date and time of receipt of Bids.
1.2
BIDDING PROCEDURES
A.
Preparation of Bids:
1.
Bids shall be submitted on the “Bid Form” furnished by the Owner. Bids shall be
submitted in triplicate.
2.
Complete requested information in the Bid Form and Appendices. All applicable wording
of this form shall be used throughout without change, alterations, or additions. All blank
spaces in this form shall be fully filled out and numbers shall be stated both in writing
and figures. Signatures must be in longhand and executed by principals duly authorized
to make contracts. Bidder’s legal firm name must be fully stated.
3.
Contractor shall submit with his Bid the following information:
a.
Bid Form
b.
Bid Bond or certified check, or cashier’s check.
c.
Certificate of Insurance.
d.
Personal Property Tax Delinquency Affidavit.
B.
Bid Security
1.
Each bid shall be accompanied by a bid security in the form provided herewith in
accordance with Section 153.571 of the Ohio Revised Code.
2.
Submission of Bids: Should a discrepancy between plans and specifications or different
scale details and no official interpretation or correction is issued,, the bidder shall be held
to furnishing the more expensive of the items or methods in question. If ultimately, the
Owner selects the lesser expensive item or method, a suitable credit is to be issued to the
Owner.
1.3
CONSIDERATION OF BIDS
A.
Rejection of Bids: No Bid(s) will be accepted from any Contractor who has failed in any
respect to comply with every provision of any previous contract with the Owner. Such failure
will be construed as evidence of irresponsibility and will render the bid irresponsible.
PCSR-MHS
INSTRUCTIONS TO BIDDERS
IB-3
B.
1.4
Acceptance of Bid (Award) : Awards shall be made on the lowest responsive and responsible
bid, based on the Base Bid.
PERFORMANCE BOND AND PAYMENT BOND
A.
Bond Requirements: A contract bond conforming to the requirements of Section 153.571 of the
Ohio Revised Code shall be required for each prime contract for the work. The cost of
furnishing such bond shall be included in each prime contractor’s bid.
B.
Time of Delivery and Form of Bonds: Each bid shall be accompanied by a bid bond or certified
check as a guarantee that the bidder will, if awarded, enter into a bonafide contract with and
furnish the required Performance and Labor and Material Payment Bond to the Mathews Local
School District. If a bid bond is submitted as the bid guaranty, it must be that of an approved
Surety Company authorized to transact business in the State of Ohio. If a certified check is
submitted as the bid guaranty, it must be drawn on a Solvent Bank and made payable without
condition to the Mathews Local School District. Bid bonds and certified checks shall be in the
amount required by the Ohio Revised Code, 100 percent of the bid for bid bonds and certified
checks for at least 10 percent of the total bid respectively.
END OF DOCUMENT
PCSR-MHS
INSTRUCTIONS TO BIDDERS
IB-4
DELINQUENT PERSONAL PROPERTY TAX AFFIDAVIT (Section 5719.042, ORC)
State of Ohio
}
}
County of ________________________ }
SS.
The undersigned individual, or duly authorized representative of the identified company, having been first
duly cautioned and sworn, alleges and states that said individual or company has been advised that he has
or it has received a Notice of Intent to Award a Contract(s) let by competitive bid by
_______________________________________ School District, on behalf of the State of Ohio under
Section 3318.10, ORC, but prior to the execution of said Contract(s), and pursuant to Section 5719.042,
ORC, provides this statement to the Treasurer under oath that he or it was not charged, on the date the
Bid(s) was submitted, with any delinquent personal property taxes on the general tax list of personal
property of _______________________ County, Ohio, or that he or it is so charged in the following
amount:
Delinquent Tax:
__________________________________
Penalties and interest due and unpaid:
__________________________________
Total (if none, indicate “NONE”)
__________________________________
A copy of this sworn statement will be attached to and incorporated into the Contract(s) for this Project
which shall enable payments to be made under said Contract(s).
By:
________________________________________
Date: ____________________, ______
Company:____________________________________________________________________________
Project: _____________________________________________________________________________
Sworn to and executed before me this _______ day of _________________________, __________
Notary Public
My commission expires: _____________________
END OF DOCUMENT
PCSR-MHS
DELINQUENT PERSONAL PROPERTY TAX AFFIDAVIT
DPPRA - 1
PROJECT FORMS
1.1
FORM OF AGREEMENT AND GENERAL CONDITIONS
A.
The following form of Owner/Contractor Agreement shall be used for Project:
1.
1.2
AIA Document A101, "Standard Form of Agreement between Owner and Contractor,
Stipulated Sum."
ADMINISTRATIVE FORMS
A.
Copies of AIA standard forms may be obtained from the American Institute of Architects;
http://www.aia.org/contractdocs/purchase/index.htm; [email protected]; (800) 942-7732.
B.
Preconstruction Forms:
1.
Form of Certificate of Insurance: AIA Document G715, "Supplemental Attachment for
ACORD Certificate of Insurance 25-S."
C.
Information and Modification Forms:
1.
Form of Request for Proposal: AIA Document G709, "Work Changes Proposal
Request."
2.
Change Order Form: AIA Document G701, "Change Order."
3.
Form of Change Directive: AIA Document G714, "Construction Change Directive."
D.
Payment Forms:
1.
2.
3.
4.
5.
Schedule of Values Form: AIA Document G703, "Continuation Sheet."
Payment Application: AIA Document G702/703, "Application and Certificate for
Payment and Continuation Sheet."
Form of Contractor's Affidavit: AIA Document G706, "Contractor's Affidavit of
Payment of Debts and Claims."
Form of Affidavit of Release of Liens: AIA Document G706A, "Contractor's Affidavit
of Payment of Release of Liens."
Form of Consent of Surety: AIA Document G707, "Consent of Surety to Final
Payment."
END OF DOCUMENT
PCSR-MHS
PROJECT FORMS
PF - 1
Petroleum Contaminated Soil Removal – Mathews High School
Vienna, Ohio
Petroleum Contaminated Soil Removal Work Plan
(Bid Specification)
FOR THE
Mathews High School
4434 Warren-Sharon Road
Vienna Township, Ohio
Petroleum Contaminated Soil Excavation & Disposal
Mathews High School – Vienna, Ohio
SCOPE OF WORK
Background
In June 1998, two (2) USTs were removed from the Mathews High School property. The
removed tanks were reported to be one (1) gasoline UST and one (1) diesel UST. Both
were located adjacent to a former bus garage located on the property (since removed).
The size and construction details of the former tanks are not positively known; however,
available evidence suggests that they were 2,000 gallons in size (each) and, based on
the assumed age of the tanks, are presumed to have been steel.
An after-the-fact UST Closure Assessment for the former tanks was conducted in 2014.
Based on the results of the after-the-fact UST Closure report, a Tier I Investigation was
completed in June 2014, in accordance with Bureau of Underground Storage Tank
Regulations (BUSTR) requirements. The Tier I Investigation consisted of the installation
of six additional soil borings, three of which were completed as monitoring wells, in the
vicinity of the former gasoline UST (the previous samples collected around the former
diesel UST indicated no exceedance of BUSTR action levels).
Results of the Tier I Investigation indicated that the soils in the vicinity of the former
gasoline UST cavity exceed the default Tier I action levels for BTEX and TPH (GRO).
The groundwater in the vicinity of the UST cavity exceeds the default potable standards.
Based on the concentration of petroleum constituents present in the soils in and around
the former UST cavity (benzene of up to 34 ppm), an Interim Response Acton (IRA) is
planned to excavate and remove the impacted soils from the immediate vicinity of the
former gasoline UST.
Objective
The objective of this request for proposal (RFP) is to help the Mathews Local School
system select a contractor that can provide for the excavation, transportation, and off-site
disposal of approximately 300 – 600 tons of petroleum impacted soils (PCS); located at the
site of a former gasoline underground storage tank (UST) at the Mathews High School
(Figure 1). The contractor will also be responsible for the backfilling of the excavation area,
and restoration of the gravel parking lot in which the excavation is located. The contractor
will be aided during the excavation process by Professional Service Industries (PSI), Inc.
PSI will direct the contractor as to the lateral and vertical extent of the excavation needed
(which will determine the volume of PCS), and will provide environmental sampling of the
excavation and reporting duties.
Required Tasks
The general scope of the contractor’s responsibilities and tasks will consist of the
following:
1)
The contractor will provide all equipment, materials, and manpower needed to
excavate the petroleum contaminated soils from the former gasoline UST
location area.
PSI Inc. will be present during the excavation operation, and will provide field
screening of the excavated soils, and will provide direction to the excavation
contractor on the extent and depth of the soils to be removed. The goal of the
excavation will be to attempt remove all soils that exceed the BUSTR Tier I
Action Levels at the site (to the extent practical).
B-1
Petroleum Contaminated Soil Excavation & Disposal
Mathews High School – Vienna, Ohio
The total quantity of contaminated soil to be removed (and disposed of) is
estimated to be approximately 300 – 600 tons. The actual quantity of soils
removed will be dependent on the results of the field screening and the direction
of PSI. The depth of the excavation (vertical extent of the impacted soils) is
estimated to be approximately 12 feet below grade. The excavation area is
located within a gravel parking lot area.
2)
The contractor shall provide for the transportation (trucking) of the excavated soil
from the excavation area to the (contractor selected) soil disposal facility/landfill.
The contractor shall be responsible for loading the trucks for transportation. The
contractor shall be responsible for ensuring that the trucks do not leak
contaminated water from the soils. The contractor will otherwise comply with all
relevant transportation regulations.
3)
The contractor will provide for the disposal of the excavated soil at a landfill
approved to accept petroleum contaminated soil. The contractor will be
responsible for obtaining pre-approval from the landfill for the acceptance of the
soils as needed. PSI will assist the contractor in the pre-approval process by
providing the results of the existing analytical data as needed. The contractor will
be responsible for providing copies of the transportation and soil disposal
manifests. A representative of Mathews Local Schools will sign the disposal
manifests as the generator.
4)
The contractor will be responsible for providing excavation de-watering services
as needed, during the excavation activities. During the investigations to date, the
soil in former UST cavity, and immediate vicinity was found to be fully saturated
silt and clayey silt. The depth to groundwater in the UST cavity was observed to
be approximately 5 feet below grade. All groundwater pumped from the UST
cavity shall be considered to be petroleum contaminated. The water shall be
disposed of at a facility licensed and approved to dispose of petroleum
contaminated water.
5)
Upon completion of excavation, the contractor will backfill the UST cavity using
clean soil that will be pre-positioned on the school property. The soil was
obtained from utility work on the road, nearby the school. It is anticipated that the
volume of pre-positioned backfill soil will be sufficient to backfill the excavation
cavity. However, the contractor is asked to provide a unit cost price for obtaining
additional clean fill material should the pre-positioned soil volume be inadequate.
6)
The contractor shall complete the upper 9-inches (at a minimum) of the
excavation area with ODOT #304 stone (or approved equivalent). The final grade
shall match the existing parking lot. The contractor may re-use (to the extent
practical) the existing gravel material removed from the top of the excavation and
(and set-aside). This material is not considered to be contaminated. The
thickness of the existing gravel at the location is believe to be approximately 6
inches. The gravel material required to make up the difference between the reused on-site gravel and the 9-inch requirement should be #304 stone.
7)
The excavation and backfilling operation is anticipated to require multiple days to
complete. The contractor will provide adequate barrier fencing to secure the
excavation/work area at the end of each day.
B-2
Petroleum Contaminated Soil Excavation & Disposal
Mathews High School – Vienna, Ohio
Timing & Schedule
In an attempt to minimize the disruption to the functioning of the High School, the IRA
excavation activities are planned to be completed during a time in which school is not in
session. Therefore, the activities are currently planned to take place between December
20, 2014 and January 4, 2015. If inclement weather prevents the completion of the IRA
during this timeframe, the IRA activities shall be completed after May 30, 2015.
Proposal Costs Format
The contractor’s proposal should include all costs to complete the scope of work outlined
in this specification. For the purposes of bid comparison, the contractor is asked to
provide costs in accordance with the following scope categories:

Excavation costs, quoted per/ton of contaminated soil removed. A base cost
assuming approximately 500 tons should be quoted, with a unit cost (+ or -)
provided for a contingency of a lower or higher total soil volume removed.

Soil transportation & disposal cost, quoted per/ton of contaminated soil. A base
cost assuming approximately 500 tons should be quoted, with a unit cost (+ or -)
provided for a contingency of a lower or higher total soil volume.

Excavation dewatering and disposal costs, quoted per gallon. For the purposes
of bidding and bid evaluation, the contractor should include costs for an estimate
of 1,000-gallons of contaminated water disposal.

Backfilling costs should include a lump sum for backfilling utilizing the on-site prepositioned clean soil backfill and re-use of the existing gravel. The bid should
also include unit costs for supplying additional clean fill and #304 gravel, if
needed.
B-3
N
Cell tower
compound
New wastewater
plant
Former diesel UST
location
SB/MW-2
Approximate
Area of
excavation
SB/MW-1
Former dispenser
SB/MW-8
Former building
location
SB-7
SB/MW-4
SB/MW-3
SB-6
SB/MW-9
SB-5
Present-day utility corridor
(sewage plant added since UST were removed)
SB/MW-10
Underground utility lines
100 feet
Figure 1
Planned Excavation Area
(2012 aerial photo)
Mathews High School – Former UST(s) Area
Planned IRA Excavation Area
Vienna Township, Ohio
Soil Boring
Soil Boring/Monitoring well
Professional Service Industries, Inc., 5555 Canal Road, Cleveland, Ohio 44125