PHASE IV REMEDY CRANSTON PRINT WORKS COMTPANY Two

Transcription

PHASE IV REMEDY CRANSTON PRINT WORKS COMTPANY Two
PHASE IV REMEDY IMPLEMENTATION PLAN
CRANSTON PRINT WORKS COMTPANY
Two Worcester Road
Webster, Massachusetts
RTN Number 2-to*4
(/C{
P,
air,% /tr
m
'./b.o
Cranstiun Print Works Coipany
Tw
WoresL[ Ruad
WChdr. %1assachusets01570
lassachusett
'Demrtmcnt
of Environmental Protection
Cenral~i Regiional O )nCe1L
627 Niriu Sireet
WXl
re.e. Nlassarclmsertt
Ii lNJS
I
l'rc wa Byd
l'ruje
.\V
Enironnintal Scincei
SerS ice,
S Wurceter Structi Suiec 240
Weleses MNciiusetts 02482
In1C,
C395-002
July 2s, 1999
oPMi
PHASE IV REMEDY IMPLEMENTATION PLAN
CRANSTON PRINT WORKS COMPANY
Two Worcester Road
Webster, Massachusetts
RTN Number: 2-1444-
/ V7
PreparedFor:
Cranston Print Works Company
Two Worcester Road
Webster, Massachusetts 01570
Submitted to:
Massachusetts Department Of Environmental Protection
Central Regional Office
627 Main Street
Worcester, Massachusetts 01608
PreparedBy:
Environmental Science Services, Inc.
888 Worcester Street, Suite 240
Wellesley, Massachusetts 02482
ESS Project No. C395-002
July 28, 1999
I/
1
'55
ENVIRONMENTAL SCIENCE SERVICES, INC.
TABLE OF CONTENTS
SECTION
PAGE
...
1.0 INTRODUCTION..............................................
.... ...........
1.1 Purpose .........................................................................
1.2 MCP Status .....................................................................................
1.3 Outcome of Phase III ..........................................................................
1
1
2
2
3
.............. 3
2.0 GENERAL DISPOSAL SITE INFORMATION ................................
2.1 Site Location and Description ...............................................
3.0 PROJECT CONTACTS.................................................................................
3
4.0 ENGINEERING DESIGN ..............................................................................
4
4
4.1
Results of the Phase II Investigation ......................................................
4.2
4 .1.1
4.1.2
4.1.3
4.1.4
Results
Site Soils ...................................................................
Site Groundwater .................................................................
Non Aqueous Phase Liquid ......................................................
Sheen in Tailrace ....................................................................
of Design Investigation .............................................................
4
5
5.
5
5
5
4.2.1
4.2.2
Tailrace Survey ..............................................................
Test Pitting ............................................
5
6
4.2.3
Test Borings ......................................................................
6
4.2.4
4.2.5
Monitoring Well Survey ............................................................
Related Closure Activities ........................................................
8
8
.
............ 8
4 .3
Rem edial Goals ...............................................................
4.4
Overview of Remedial Plan ..............................................................
4.5
4.4.1
4.4.2
4.4.3
Health and Safety Considerations ..................... . . ..............
Contingency Plan ...................................................................
Security Procedures ..............................................................
4.4.4
Permits................................................................11
Project Sequencing .............................................
.......................
9
10
I1
11
11
4.5.1
Site Preparation ..................................................................
12
4.5.2
4.5.3
Soil Excavation....................................................................13
Soil Stockpiles....................................................................
13
4.5.4
Restoration.....................................................................
14
4.5.5
Inspection and Monitoring .......................................................
14
5.0 OPERATION AND MAINTENANCE AND MONITORING PLAN .........................
16
5.1
Contacts Responsible for Conducting Operation, Maintenance and Monitoring .... 16
5.2
Monitoring Activities .......................................................................
16
5.3
Operation Activities........................................................................
17
ENVIRONMENTAL SCIENCE SERVICES, INC.
FIGURES
Figure 1
Figure 2
Figure 3
Site Locus Map
Site Plan
Location of Test Pits and Borings
APPENDICES
Appendix A
Form BWSC-108, Comprehensive Response Action Transmittal Form and Phase I
Completion Statement
Appendix B
Notification Letters Sent to Webster Officials
Appendix C
Contractor Bid Documents
Appendix D
Notification Letter Sent to DEP Requesting a Delay in the Submittal of the Phase IV
Remedy Implementation Plan
Appendix E
Test Pit Logs and Boring Logs
r~
255I
ENVIRONMENTAL SCIENCE SERVICES, INC.
r~
PHASE IV REMEDY IMPLEMENTATION PLAN
CRANSTON PRINT WORKS COMPANY
Two Worcester Road
Webster, Massachusetts
RTN Number: 2-1044
1.0
INTRODUCTION
Environmental Science Services, Inc. (ESS) has prepared this Phase IV Remedy
Implementation Plan (RIP) on behalf of Cranston Print Works Company for the remediation of
soils and groundwater at its facility located at Two Worcester Road in Webster, Massachusetts
(the Site). A Site Locus Map is presented in figure 1. This RIP has been prepared to satisfy
the requirements of the Massachusetts Contingency Plan (MCP) 310 CMR 40.0870 through
40.0875 which addresses the development of final plans and specifications for construction of
the selected remedial response for the Site.
A copy of The Massachusetts Department of Environmental Protection (DEP), Bureau of
Waste Site Cleanup (BWSC) Form BWSC - 108 is included in Appendix A. The original
form BWSC-108 accompanies this document. Copies of notification letters sent to the Town
of Webster public officials in accordance with 310 CMR 40.0880 and 40.1403(3)(a) and (e)
are included in Appendix B.
This RIP provides a description of the remedial measures proposed for the Cranston Print
Works facility. The technical specifications and construction drawings, which will serve as
the basis for contractor bid documents, are included in Appendix C.
1.1
Purpose
The purpose of this Phase IV RIP is to present the requirements for the design,
construction and implementation of the Comprehensive Remedial Action selected as a
result of the Phase III evaluation under 310 CMR 40.0850. The Phase III Remedial Action
Plan, dated May 18, 1998, was previously submitted to DEP on May 18, 1998.
c:\my docurnents\a-projects\cranston print wks\phase iv\phase 4 report.doc
ENVIRONMENTAL SCIENCE SERVICES, INC.
KI
l
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
Page 2
July 27, 1999
1.2
MC? Status
The Massachusetts Department of Environmental Protection (DEP) designated the
Cranston Print Works Facility as a "Location to be Investigated" in February 1992,
assigning a Release Tracking Number of 2-1044 to the facility. A Phase I Preliminary Site
Assessment Report and Tier Classification was submitted to the DEP in July 1995. The
report designated the Cranston Print Works Site as Tier II.
In June 1997, ChemCycle Corporation notified the DEP on behalf of Cranston Print Works
that the Phase II / Phase III report due to the DEP by July 1997 would be delayed until
December 5, 1997. The Phase II Comprehensive Site Investigation Report was submitted
to the DEP on December 2, 1997.
The Phase III Remedial Action Plan was submitted to the DEP on May 18, 1998. In a
letter dated August 10, 1998, ESS notified DEP on behalf of Cranston Print Works that the
Phase IV Remedy Implementation Plan would be delayed until July 31, 1999 in order to
complete a survey of the interior of the tailrace to locate areas where petroleum was
migrating through the tailrace wall. Because this survey could only be completed at times
of low stream flow which typically occurs in September or October, the July 1998 deadline
for the submittal of the could not be maintained. A copy of the letter sibmitted to DEP is
included in Appendix D.
1,3
Outcone of Phase III
The Phase III Report selected the implementation of a Temporary Solution involving the
limited excavation of petroleum impacted soils adjacent to the tailrace wall and the
installation of a barrier along the tailrace wall to control future migration. In addition, an
extraction well, which would provide for the continued removal of petroleum in the form
of non-aqueous phase liquid (NAPL) and control the potential for off-site migration, would
be installed. The report also concluded that although a substantial hazard currently did not
exist for the Site, implementation of the selected remedial measure would control potential
future exposures.
c:\my documents\a-projects\cranston print wks\phase iv\phase 4 report.doc
/ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
L
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 3
GENERAL DISPOSAL SITE INFORMATION
2.0
2.1
Site Location and Description
The property, presently owned and occupied by Cranston Print Works Company, is located
at Two Worcester Road in Webster, Massachusetts. A Locus Map of the Site is included as
Figure 1. The Cranston Print Works Company covers approximately 44 acres of industrial
zoned land and is located at the corner of Worcester Road (Route 12) and Gore Road
(Route 16) in Webster, Massachusetts. The facility is a textile printing and finishing
operation. The facility consists of a number of industrial buildings including operations
buildings associated with printing and finishing fabric, a power house, offices, shipping,
and receiving buildings, warehouses, and a waste water treatment plant. Mill Brook
traverses the site in an open head race near Route 16 and a buried and culverted tailrace
under most of the facility.
The Site is the location of petroleum impacted soils located between the Powerhouse, the
White Frames Building and the Mill Brook (see Figure 2). The area is entirely paved and
is used as a road way within the plant area. Investigations have identified petroleum
hydrocarbons in Site soils and separate phase and dissolved petroleum hydrocarbons in
groundwater in the vicinity of the Powerhouse. These conditions do not extend beneath
the Powerhouse.
3.0
PROJECT CONTACTS
The names and addresses of the individuals responsible for submittal of the RIP are presented
below.
Site Owner:
Cranston Print Works Company
Two Worcester Road
Webster, MA 01570
Contact: Henry Donaldson
Phone: (508) 943-0520
c:rny documents\a-projects\cranston print wks\phase iv\phase 4 report.doc
1555
ENVIRONMENTAL SCIENCE SERVICES, INC.
ESS Project No. C395-001, Phase V, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 4
Licensed Site Professional:
Suzanne C. Courtemanche, LSP
Environmental Science Services, Inc.
272 West Exchange Street
Suite 101
Providence, RI 02903
Phone (401) 421 0398
Engineer:
Environmental Science Services, Inc.
888 Worcester Street, Suite 240
Wellesley, MA 02482
Contact: Richard Cushing
Phone (781) 431-0500
4.0
ENGINEERING DESIGN
The engineering design for the response measures to be undertaken at Cranston Print Works
Company includes a discussion of the remedial goals for the project, a summary of site
conditions collected from the Phase II and Phase III Reports, and a summary of the design
- investigation conducted to obtain detailed site information. This is followed by an overview of
the remedial plan and a conceptual discussion of the aspects of the engineering design. The
design is concluded with the presentation of the requirements for inspection and monitoring
during construction.
4.1
Results of the Phase II Investigation
A more detailed presentation of Site conditions is presented in the Phase II Comprehensive
Investigation Report presented to DEP on December 2, 1997. The physical features of the
Site have not substantially changed since the submittal of the Phase II Report.
4.1.1
Site Soils
Soils at the Site are generally composed of fill composed of fine to medium sands and
gravel with occasional traces of silt to a depth of approximately 14 feet below ground
surface.
The Phase II identified the primary chemical constituents encountered in Site soils as
petroleum hydrocarbons centered around the tailrace wall.
c:\my documents\a-projects\cranston print wks\phase iv\phase 4 report.doc
/ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
00
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 5
41.2
Site Groundwater
Depths to groundwater ranges from approximately 9 to 13 feet below grade. Chem
Cycle concluded that groundwater flowed in a northerly direction toward the tailrace.
The Phase II report identified one analytical result at MW-6 with a TPH concentration
of 13.5 ppm. Based on the Phase II data, it was anticipated that the presence of
contamination would be limited to the immediate vicinity of the No.6 Oil UST Area
and would not have migrated any appreciable distance.
4.1.3
Non Aqueous Phase Liquid
The Phase II indicated that a small amount of Non Aqueous Phase Liquid (NAPL) has
been observed at MW-6 and MW-7 but that no measurable thickness was present.
4.1.4
Sheen in Tailrace
The Phase II report identified the presence of an occasional sheen in the surface waters
in the tailrace. This condition was identified as a potentially unacceptable risk for
ecological receptors in the Method 3 Risk Assessment.
4.2
Results of Design Investigation
In order to support the preparation of the remedial design, the interior of the Tailrace was
surveyed and a number of borings and test pits were conducted to help in delineating the
extent of petroleum contaminated soils. In addition, existing monitoring wells in the
vicinity of the No. 6 fuel oil area were surveyed for the presence of NAPL. The results of
the design investigation is presented below.
4.2.1
Tailrace Survey
On August 14, 1998, personnel from Cranston Print Works and ESS inspected the
interior of the Tailrace in the vicinity of the No. 6 oil area to survey the condition of
the wall for cracks and possible failures and identify areas where oil may be seeping
into the Tailrace.
Generally, the Tailrace was in good condition.
Approximately 30-40 feet from the
manhole opposite the Powerhouse, three penetrations discharging water into the
c:\my docum ents\a-projects\cranstvn print wks\phasc iv\phase 4 reportdoc
25
ENVIRONMENTAL SCIENCE SERVICES, INC.
0 ED
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 6
Tailrace were noted. Approximately 100 feet from the Powerhouse manhole, a cracked
area through which oil was seeping was identified. A concrete box had been
constructed over the crack and was acting as containment for oil seeping through the
crack.
No other cracks or penetrations were noted.
4,2,2 Test Pitting
On April 30, 1999, test pitting in the No. 6 fuel oil area was conducted under the
supervision of ESS. Three test pits were completed. Test pit logs are included in
Appendix E. Each test pit is briefly described below.
Test Pit 1 was installed between the pump house and the tailrace (see Figure 3). The
test pit was completed at a total depth of 7.5 feet below grade. This test pit was stopped
when unidentified underground obstructions were encountered. The soils encountered
in the first 5 feet was fill which included bricks and cobbles. Between 5 and 7.5 feet
coal and coal ash mixed with brown fill was encountered. No petroleum hydrocarbon
impacted soils were encountered.
Test Pit 2 was install north of the bermed area associated with the USTs near the
tailrace wall. This test pit was completed at a depth of 9.5 feet. Soils encountered
includes clean fill, primarily sand, from ground surface to a depth of approximately 9
feet.
Between 9 and 9.5 feet petroleum impacted soils were encountered.
water was encountered at approximately 9 feet.
Ground
The test pit was excavated for
approximately 10 feet in an easterly direction along the tailrace wall without
encountering any changes in the fill characteristics.
I
Test Pit 3 was installed on the western side of the bermed area associated with the
USTs.
Refusal (believed to be the floor of a former building) was encountered
approximately 2 feet below grade. Soils encountered was a sandy fill.
4.2.3 Test Borings
3
Test borings were conducted on two separate mobilizations on April 19 and June 1,
1999.
The first portion of the program was aimed at conducting borings within the
White Frames Building and the Power House to assist in determining the extent of
c:\my documenMa-projects\cranston print wks\phase iv\phase 4 report.doc
ENVIRONMENTAL SCIENCE SERVICES, INC.
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 7
petroleum impacted soils. The borings were installed by GeoLogic, Inc. of Hopkinton,
Massachusetts using a skid mounted drill rig under the supervision of an ESS geologist.
Borings were attempted at three locations in the White Frames Building. Each boring
encountered refusal immediately after coring through the concrete floor. Using a roller
bit the drill rig cored approximately 2 feet into the rock to ensure that a cobble or small
boulder had not been encountered. Based on this evidence it appears that the bedrock
is located beneath the White Frames Building. No boring logs were prepared for these
borings.
An additional objective of this program was to install a boring inside the Power House
to delineate the extent of petroleum hydrocarbon contamination. This well was installed
using hollow-stem and auger techni4ues with no difficulties. Overall depth of the
boring was 15 feet. Soil encountered during drilling was a sandy fill with rocks and
cobbles. No petroleum-impacted soils were encountered. Following the completion of
this boring, a monitoring well with a screened interval of 5 feet below grade to 15 feet
below grade was installed. The well was finished with a flush mounted road-box. A
well log for this boring and well is included in Appendix E.
A second mobilization was conducted on June 1. These boring were installed by
GeoLogic, Inc. under the supervision of an ESS geologist. The objective of this
portion of the program was to qualitatively identify the presence and depth of
petroleum impacted soils. No logging was conducted of the borings. The approximate
location of each boring is shown in Figure 3. The following are descriptions of the
borings.
Boring 1 was located approximately 20 feet northeast of the pump house to a depth of
12 feet below grade. Petroleum impacted soils was limited to a six inch interval at the
groundwater interface.
Boring 2 was located approximately six feet west of the bermed area near the USTs to
a depth of 17 feet below grade. Petroleum impacted soils was limited to a six inch
interval at the groundwater interface.
Boring 3 was located in front of the UST shed to a depth of 12 feet. Petroleum
impacted soils were identified at a depth from six feet to 11 feet below grade.
c:my documencs\a-projects\cranston print wks\phase Mphase 4 report.doc
/ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
K
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 8
Boring 4 was located in front of the pump house to a depth of 14 feet. Petroleum
impacted soils were identified at a depth from six feet to 11 feet below grade.
Boring 5 was located to the east of the pump house to a depth of 17 feet. Petroleum
impacted soils were identified at a depth from 10 feet to 16 feet below grade.
4.2.4 Monitoring Well Survey
On May 21, 1999, ESS personnel conducted a survey of the depth to water and total
depth at all the monitoring wells in the No. 6 fuel oil area. During this program,
approximately 18 inches of thick, viscous NAPL was discovered at the bottom of
Monitoring Wells MW-6 and MW-7. Although traces of NAPL had been previously
identified in site monitoring wells, this extent had not been identified in previous
surveys.
4.2.5 Related Closure Activities
In March 1999, Cranston Print Works contracted with Clean Harbors of Braintree,
Massachusetts to decommission and close the Underground Storage Tank systems in
the No. 6 fuel oil area. Decommissioning activities included the cleaning of all the
piping leading to the tanks as well as the tanks themselves. Because of the potential for
impacting the structural integrity of the nearby foundation of the White Frames
Building, the tanks were closed in place. Acting with the approval of the Webster Fire
Department, the tanks were filled with light-weight concrete after decontamination
activities were completed.
4.3
Remedial Goals
The Phase III Report selected a Temporary Solution for implementation at the Site based
on the conclusion that the benefits associated with a permanent solution, (the complete
removal of oil and hazardous materials (OHM) from the Site) did not justify the higher
cost and substantial impact on plant operations. The Phase III Report concluded that a
Substantial Hazard as defined by the MCP did not exist at the site. OHM (No. 6 fuel oil)
present has low leaching potential, migrates slowly, and there is little or no exposure to it.
Although there are no current exposures, the implementation of the temporary solution
would control potential future exposures.
c:\my documents\a-projects\cranston print wks\phase iv\phase 4 report.doc
lESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
&
M
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 9
The Remedial Goals for the temporary solution defined in the Phase III Report included the
limited excavation of soils adjacent to the tailrace wall and the installation of a migration
barrier along the tailrace wall. A collection system to facilitate the removal of any NAPL
retained by the barrier would also be installed. This alternative also included upgrading
the skimmer in place at the tail race outlet into a more permanent structure.
Based on the identification of significant quantities of NAPL in MW-6 and MW-7, the
scope of this remedial response has been expanded to include:
* Demolition of the pumphouse and UST shed;
*
Excavation of all petroleum impacted soils to the extent feasible between the former
pump house and the tailrace wall without impacting the adjacent building foundations;
*
To facilitate the removal of impacted soils from the below the depth of the water table
and any NAPL present, construction dewatering techniques will be used facilitate the
management of soils.
Since it is anticipated that most or all of the petroleum impacted soils will now be
removed, it is no longer anticipated that a NAPL removal system or skimmer system
upgrade will be required.
4.4
Overview of Remedial Plan
The selected remedial approach involves the demolition of the pump house and UST shed
and removal of any remaining underground piping associated with the former oil handling
operation. Rather than excavate all petroleum-impacted soils, it will be excavated to the
maximum extent practicable without jeopardizing the stability of the building foundation
(see Figure 2 for the Limits of Excavation). Any impacted soils beneath the building will
be left in place.
The sequencing of the program is expected to include:
1. Demolition of the former pumphouse and UST shed;
2. Removal of the existing asphalt, and remaining utility piping associated with the former
pump house. Some of the former oil and steam piping is suspected to be covered with
asbestos and will be managed in accordance with all applicable laws and regulations;
c:\my documents\a-projects\cranston print wks\phase
/555
ENVIRONMENTAL SCIENCE SERVICES, INC.
iv\phase
4 report.doc
,
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 10
3. Following removal of the utility piping, excavation of soils between the former pump
house and the tailrace wall will be conducted. If necessary, construction dewatering
equipment will be used to excavate below the existing groundwater elevation.
4. Following completion of the excavation, the site will be backfilled to existing grade and
the asphalt surface will be replaced;
5. Following evaluation of the excavated soils, those soils not suitable for on-site reuse
will be transported under a Bill-of-Lading to an approved off-site facility for recycling
or treatment and disposal.
Impacted soils will be removed to a maximum depth of 14 to 17 feet below grade. Because
of the nearby building foundations, the excavation will be sloped away from the bottom of
the footings to minimize settling. Groundwater encountered in the excavation during the
construction activities will be removed, treated, and discharged to Mill Brook under an
NPDES exclusion. A Site Plan showing the layout of the former UST and the proximity to
local features is shown in Figure 3.
Excavated soils will be temporarily stockpiled at a nearby location on site and subsequently
transported to an approved off-site facility for recycling or treatment and disposal. A more
detailed discussion of the planning required in preparation of the program execution is
presented below.
4.4.1
Health and Safety Considerations
The contractor retained to perform the remedial measure will be required to prepare a
site-specific health and safety plan and submit it to Cranston Print Works Company
prior to commencement of remedial activities at the site. A portion of the contractor
bid documents will identify the known hazards at the site to assist the contractor in
preparing the health and safety plan. The contractor's employees will be required to
follow the procedures outlined in the health and safety plan to minimize and control
exposures to chemicals present on the site. Only those workers that have received
training in compliance with OSHA Hazardous Waste Site Training Requirements (29
CFR 1910.120) will be allowed to conduct work at the site.
During the execution of the remedial program, ESS personnel will be present to
monitor activities and represent the interests of Cranston Print Works. ESS will
c:\my documents\a-projects\cranston print wks\phase Mphase 4 report.doc
5(c
ENVIRONMENTAL SCIENCE SERVICES, INC.
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 11I
prepare its own health and safety plan governing the procedures followed by its
workers. The health and safety plan will be available at all times when ESS personnel
are present on site.
4.4.2
Contingency Plan
The contractors retained to perform the remedial measures will be required to prepare a
site-specific contingency plan and submit it to Cranston Print Works Company prior to
the commencement of remedial activities. The contingency plan will designate the
emergency procedures to be followed by the contractor in the event of a spill or release
of hazardous materials during the implementation of the remedial measures.
The
contingency plan will establish the contractor's chain-of-command and provide a list of
telephone numbers for notification during an emergency.
4.4.3
Security Procedures
The excavation program will be conducted in a restricted access area. Cranston Print
Works will use its' normal security procedures to control access to the excavation site.
As a precaution during construction, the contractor will be required to post warning
signs and erect barricades in the immediate vicinity of the work areas.
4.4.4
Permits
Prior to implementation of the remedial measures, the Contractor will obtain all
applicable federal, state and local permits. ESS anticipates that a notification to the
Webster Conservation Commission for conducting work within the buffer zone will be
required and that an NPDES exclusion will be required from U.S. EPA.
If necessary, a demolition permit will be obtained by the contractor from the Webster
Building Department.
All notifications and asbestos removal activities will be
conducted in accordance with Massachusetts asbestos handling regulations.
4.5
Project Sequencing
This section presents information on the anticipated sequence of events involved in the
execution of the remedial program. The broad topics addressed are: Site Preparation, Soil
Excavation, Stockpiling Soils, and Restoration. This is followed by a discussion of the
Inspection and Monitoring procedures to be used during the program. For a mor edetailed
cAmy docurnents\a-projects~cranston print wks\phase
E155
ENVIRONMENTAL SCIENCE SERVICES, INC.
iv\phase 4 report.doc
ESS Project No. C395-001, Phase IV,Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 12
presentation of the proposed excavation program refer to the Contractor Bid Documents in
Appendix C.
4.5.1
Site Preparation
The project setting is in an active portion of the Cranston Print Works facility adjacent
to the Powerhouse and the shipping and receiving department. Inactive underground
piping runs from the former pump house and UST shed toward the Powerhouse.
Process sewer piping and buried electrical conduits run parallel to the Power House
near the Limits of Excavation.
During the execution of the remedial program, the alley way near the Power House
will be kept open to traffic. Barricades and physical barriers will be used to control
casual foot traffic in the area.
During construction, use of the alley for delivery of
goods to Cranston Print Works will be minimized to avoid unnecessary suspension of
the work.
Site Preparation activities includes the following activities;
*
Contractor mobilization to the site;
"
Preparation of on site locations for stockpiling of soils generated from the
excavation.
This involves the placement of doubled polyethylene in the storage
area on the north eastern side of the Power House;
* Demolition of the former pump house and UST shed;
*
Removal of the existing asphalt and transport to the on site stockpile in preparation
of off-site recycling;
*
Removal and decontamination of the underground piping;
*
Installation of siltation and erosion controls at the perimeter of the work area to
minimize flow of stormwater onto the work area and the possible transport of
residuals from impacted soils beyond the work area. This would include a
combination of hay bales and soil berms placed on the perimeter of the work area.
c.\my documents\a-projects\cranson print wks\phase iv\phase 4 report.doc
E54S
ENVIRONMENTAL SCIENCE SERVICES, INC.
U
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
Juy 27, 1999
Page 13
4.5.2 Soil Excavation
Following site preparation, soil excavation will commence. Clean soils will be
segregated and stockpiled separately from soils visually determined to be impacted to
minimize the amount of soil transported off site for recycling. During excavation, ESS
will screen soils using headspace techniques for the presence of petroleum
hydrocarbons. Soils with headspace measurement of greater than 100 ppmv will be
segregated with the impacted soils. In addition, any soils exhibiting a characteristic
petroleum odor will be segregated with the impacted soils. Excavated soils will be
transported to the storage area northeast of the Powerhouse.
In the vicinity of the tailrace and any buildings, soil will be removed using structural
excavation techniques as described below. The intent of this portion of the program is
to remove impacted soils beneath the bottom structure foundations. From the bottom of
the footing, soil will be excavated such that a 1:1 slope is maintained until the
maximum depth is encountered. Following completion of the excavation, ESS will
collect composite soil samples of in-situ soils and the hole will be backfilled
immediately.
Excavation techniques intended to minimize the extent of groundwater infiltration will
be used in areas near the groundwater table. Excavations completed at the maximum
depth will be backfilled as soon as possible. Under no circumstances will the
excavation be allowed to remain open over night or during significant rain.
If substantial quantities of water are encountered in the excavation, it will be removed
using standard construction dewatering techniques. Water collected will be stored on
site and, if necessary, treated for discharge using an NPDES exclusion.
U
Depending on conditions (extent
beyond the limits of excavation
removal of impacted soils. If
encountered, additional shoring
settling impacts.
4.5.3
of contamination encountered), additional excavation
described herein may be conducted to maximize the
substantial quantities of soil requiring removal are
of the foundations may be undertaken to minimize
Soil Stockpiles
As discussed above, soil from the excavation will be transported to the storage area at
c:\my documents\a-projects\cranston print wks\phase iv\phase 4 report.doc
ENVIRONMENTAL SCIENCE SERVICES, INC.
K F?
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 14
the northeastern side of the Power House facility for storage in temporary stockpiles
until the disposition of the soils has been determined. All soils will be stored on
doubled 6-mil polyethylene. When not in use, the stockpiles will be covered with 6mil polyethylene to minimize possible transport of contaminants from the stockpile.
All stockpiles will be bermed with fill and/or hay bales to minimize the potential for
contaminated run off from the stock piles.
Once excavation has been completed, ESS will perform sampling on the stockpiles.
Soils unsuitable for on-site reuse will be designated for off-site reuse and will be
transported under a Bill-of-Lading signed by the LSP of Record for the Site.
4.5.4
Restoration
The excavation will be backfilled with previously excavated material suitable for onsite reuse. Following the placement of material from on-site sources, clean fill from
off-site will be placed in the excavation. All soils will be placed and compacted in a
manner that minimizes settling.
Two new groundwater monitoring wells will be installed in the vicinity of the
excavation for continued monitoring of conditions following the completion of site
activities. All nearby monitoring and extraction wells will be surveyed to a common
datum.
After completion of backfilling, the area will be covered with asphalt to match existing
grades.
4.5.5
Inspection and Monitoring
ESS personnel will be present during site closure activities to document conditions and
monitor conditions on behalf of Cranston Print Works. ESS will evaluate conditions
during closure activities to ensure that safe conditions are maintained.
ESS will qualitatively monitor site conditions to ensure that the health and safety of its
However, no formal environmental monitoring plan
employees are maintained.
appears to be warranted for this remedial measure. The primary constituent of concern
that will be encountered during remedial activities is No. 6 fuel oil. Since No. 6 fuel
oil has an extremely low volatility, air exposures during execution of the remedial
c:\my documents\a-projects\cranston print wks\phase iv\phase 4 repordoc
Es~S
ENVIRONMENTAL SCIENCE SERVICES, INC.
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 15
measure are not expected to pose a risk beyond the designated work area. Exposures
to site remediation workers will be addressed in the contractor's health and safety plan.
Consequently, ambient air monitoring is not planned as part of the execution of the
remedial measure.
The contractor executing the program shall have responsibility for the health and safety
of its employees.
ESS will conduct post-excavation sampling to document conditions after the completion
of soil excavation. Since the program is being conducted to remove impacted soils to
the extent practicable without substantially impacting the stability of the adjacent
buildings, no specific residual concentiation has been identified.
Prior to backfilling, ESS will collect composite soil samples from every 250 square feet
of sidewalls and the trench bottom by collecting a minimum of five aliquots from each
area. In this way, ESS will generate representative composite samples for both
sidewalls and trench bottom of the excavation.
Each composite sample will be placed in containers provided by the contract
laboratory. After each composite sample is completed, it will be stored in an ice-filled,
insulated cooler until delivery for analysis. To prevent cross-contamination between
samples, the trowel and mixing bowl used for compositing will be thoroughly scrubbed
before each use with a laboratory-grade detergent and then rinsed with distilled water.
When sampling has been completed, the samples will be sealed in the cooler with a
completed chain of custody record and promptly shipped to the contract laboratory for
analysis. The soil samples will be analyzed for Extractable Petroleum Hydrocarbons
(EPH) using Massachusetts DEP Method MADEP-EPH-98-1.
ESS will collect composite soil samples from each stockpile. One composite soil
sample will be collected for each 100 cubic yard of stockpile. A minimum of five
aliquots from each 100 cubic yard increment will be collected for each composite
sample. Using the procedures outlined above, each composite sample will be submitted
to the contract laboratory for EPH analysis. Soils exhibiting petroleum concentrations
below the Method 1, S-3 Soil Standard will be designated as suitable for reuse on site.
cAmy documents\a-projects\cranmton print wks\phase
ENVIRONMENTAL SCIENCE SERVICES, INC.
iv\phase 4
report.doc
a
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 16
Soils with petroleum concentration greater than the Method 1, S-3 Soil Standard will be
designated for off-site reuse.
Following the determination of the status of each stockpile, soils designated for off-site
reuse shall be further tested for the acceptance parameters required by the receiving
facility.
The contractor shall have responsibility for decontamination, transport and disposal of
the piping and equipment possibly contaminated with No. 6 fuel oil. The contractor
shall provide written documentation of the receipt of all debris and decontaminated
equipment at the receiving facility.
5.0
OPERATION AND MAINTENANCE AND MONITORING PLAN
5.1
Contacts Responsible for Conducting Operation. Maintenance and Monitoring
Person Responsible:
Cranston Print Works Company
Two Worcester Road
Webster, MA
Contact:
01570
Henry Donaldson
Phone: (508) 943-0520
5.2
Monitoring Activities
Following completion of remedial activities, all monitoring wells will be gauged quarterly
for the presence of NAPL. If no NAPL has been identified in any of the wells on site for
four successive quarters, monitoring will be reduced to a semi-annual frequency.
If no
NAPL has been identified after a year of semi-annual monitoring, the frequency of
monitoring will be reduced to yearly.
Chemical analysis for EPH will be conducted annually at the two furthest down-gradient
monitoring wells.
c: \my documnes\a-projects\cranston print wks\phase
'E g
ENVIRONMENTAL SCIENCE SERVICES, INC.
ivphase 4 report.doc
7V
ESS Project No. C395-001, Phase IV, Remedy Implementation Plan for Cranston Print Works Company
July 27, 1999
Page 17
5.3
Operation Activities
The extraction wells installed as part of this remedial action will be periodically monitored
according to the schedule presented above. If any NAPL is identified in either of the
extraction wells, a vacuum truck will be used to evacuate the well and remove all NAPL
for off-site disposal.
cArny documents\a-projects\cranston print wks\phase Mphase 4 reporidoc
/ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
1ESS
FIGURES
lagm
U W
Environmental Science Services, Inc.
888 Worcester Street, Suite 240
Wellesley, Massachusetts 02482 (781) 431-0500
Environmental Scientists, Engineers, and Planner s
ESS Job No. C395-002
Figure 1: Locus Map
Cranston Print Works Company
Two Worcester Street
Webster, Massachusetts
Source: United States Geological Survey, Webster, 7.5 X 15 Minue
Quadrangle. Date of Map: 1987
Scale: 1:25,000 metric
1
Date: July, 1999
U no
-Irn
Oz
>
UC ro--
C -q
U) 0
3
(D
t1
3
3 M
C-
Q (
0
-os
--I
>0 0
0
>D
,0
(0
00
3
n
O
C
0_
O..
rn
CuA/
0>-
I
z
C)0
z
o0~
CRANSTON PRINT WORKS COMPANY
SOILS EXCAVATION PROGRAM
StTE PLAN
-
ESS
Enronmmnlal Scientists
Enginer, and Planners
1cw
'-4'
In'
lOll
LJ
'-4'
M
(A
o O(
a
-
F---
on
Tn
z
I1
@7
WI
-g
C'
-4
V1
0
0
CL
an
a
2
0
0
-TI
m
m
N)i
Q
CRANSTON
a
PRINT WORKS COMPANY
Location of Borings and Test Pits
Sc- ists,
Enlwonmfal
d P nner
CE
i
IOAPv
Rp
-
1ESS
APPENDIX A
FORM BWSC-108, COMPREHENSIVE RESPONSE ACTION
TRANSMITTAL FORM AND PHASE I COMPLETION
STATEMENT
OW9
Massachusetts Department of Environmental Protection
Bureau of Waste Site Cleanup
COMPREHENSIVE RESPONSE ACTION TRANS
FORM & PHASE I COMPLETION STATEMENT
BWSC-108
]
A
Ull-11
[
se Tracking Number
hill]
Pursuant to 310 CMR 40.0484 (Subpart D) and & 40.0800 (Subpwt")
-
flii 44 I
A. SITE LOCATION:
Site Name: (optional)
Cranston Print Works Company
Location Aid:
Two Worcester Road
Street
City/Town
ZIP Code:
Webster
-
N
y
-cNp
01570
Related Release Tracking Numbers that this Form Addresses:
Tier Classification: (check one of the following)
If a Tier I Permit has been
ITier IB
DTier IC
Tier II
El Not Tier Classified
issued, state the Permit Number
B. THIS FORM IS BEING USED TO:
[II
rier IA
(check all that apply)
Submit a Phase I Completion Statement, pursuant to 310 CMR 40.0484 (complete Sections A. B. C, G. H, I and J).
Submit a Phase I Scope of Work, pursuant to 310 CMR 40.0834 (complete Sections A, B, C, H, H, I and J).
Submit a final Phase i Comprehensive Site Report and Completion Statement, pursuant to 310 CMR 40.0836
(complete Sections A, B, C, D, G, H, I and J).
Submit a Phase Il Remedial Action Plan and Completion Statement, pursuant to 310 CMR 40.0862 (complete Sections A, B, C, H, H, I and J).
Submit a Phase IV Remedy Implementation Plan, pursuant to 310 CMR 40.0874 (complete Sections A, B, C. G. H. I and J).
[]
Submit an As-BuIlt Construction Report, pursuant to 310 CMR 40.0875 (complete Sections A, B,C. G, H, I and J).
Submit a Phase IV Final Inspection Report and Completion Statement, pursuant to 310 CMR 40.0878 and 40.0879
(complete Sections A, B. C, E, G, H, I and J).
Submit a periodic Phase V Inspection & Monitoring Report, pursuant to 310 CMR 40,0892 (complete Sections A, B. C, H, H, I and J).
Submit a final Phase V Inspection & Monitoring Report and Completion Statement, pursuant to 310 CMR 40.0893
(complete Sections A, B, C, F, G, H, I and J).
You must attach all supporting documentation required for each use of form indicated, including copies of
any Legal Notices and Notices to Public Officials required by 310 CMR 40.1400.
C. RESPONSE ACTIONS:
Check here if any response action(s) that serves as the basis for the Phase submittal(s) Involves the use of Innovative Technologies. (DEP is
interested in using this information to create an Innovative Technologies Clearinghouse.)
Describe Technologies:
D. PHASE II COMPLETION STATEMENT:
Specify the outcome of the Phase 11Comprehensive Site Assessment:
Additional Comprehensive Response Actions are necessary at this Site, based on the results of the Phase 11Comprehensive Site Assessment
[I
The requirements of a Class A Response Action Outcome have been met end a completed Response Action Outcome Statement (BWSC-104)
will be submitted to DEP.
The requirements of a Class B Response Action Outcome have been met and a completed Response Action Outcome Statement (BWSC-104)
will be submitted to DEP.
Rescoring of this Site using the Numerical Ranking System is necessary, based on the results of the final Phase I Report.
E. PHASE IV COMPLETION STATEMENT:
Specify the outcome of Phase IV Comprehensive Site Assessment:
Phase V operation, maintenance or monitoring of the Comprehensive Response Action is necessary to achieve a Response Action Outcome.
(This site will be subject to Phase V Operation, Maintenance and Monitoring Annual Compliance Fee.)
The requirements of a Class A Response Action Outcome have been met. No additional operation, maintenance or monitoring is necessary to
ensure the integrity of the Response Action Outcome. A completed Response Action Outcome Statement (BWSC-104) will be submitted to DEP.
The requirements of a Class C Response Action Outcome have been met. No additional operation, maintenance or monitoring is necessary to
ensure the integrity of the Response Action Outcome. A completed Response Action Outcome Statement (BWSC-104) will be submitted to DEP.
SECTION E IS CONTINUED ON THE NEXT PAGE
Revised 3/30195
Supersedes Forms BWSC-010 (in part) and 013
Do Not After This Forn
Page 1 of 3
Massachusetts Department of Environmental P
Bureau of Waste Site Cleanup
ti
BWSC-108
COMPREHENSIVE RESPONSE ACTION TRANS
AL
FORM & PHASE I COMPLETION STATEMENT
Pursuant to 310 CMR 40.0484 (Subpart D) and & 40.0800 (Sub art
H
B
E. PHASE IV COMPLETION STATEMENT:
(continued)
29T
E
DE
-
.
*Mt,
The requirements of a Class C Response Action Outcome have been met. Further operation, maintenance or monitoring of the remedial action
is necessary to ensure that conditions are maintained and that further progress is made toward a Permanent Solution. A completed Response
Action Outcome Statement (BWSC-1 04) will be submitted to DEP.
Indicate whether the operation and maintenance will be Active or Passive. (Active Operation and Maintenance is defined at 310 CMR 40.0006.):
0 Active Operation and Maintenance
0
Passive Operation and Maintenance
(Active Operation and Maintenance makes the Site subject to a Post-RAO-Class C Active Operation and Maintenance Annual Compliance Fee.)
F. PHASE V COMPLETION STATEMENT:
Specify the outcome of Phase V activities:
The requirements of a Class A Response Action Outcome have been met and a completed Response Action Outcome Statement (BWSC-104)
will be submitted to DEP.
[
The requirements of a Class C Response Action Outcome have been met. No additional operation, maintenance of monitoring Is necessary to
ensure the integrity of the Response Action Outcome. A completed Response Action Outcome Statement (BWSC-1 04) will be submitted to
DEP.
The requirements of a Class C Response Action Outcome have been met. Further operation, maintenance or monitoring of the remedial action
is necessary to ensure that conditions are maintained and that further progress is made toward a Permanent Solution. A completed Response
Action Outcome Statement (BWSC-1 04) will be submitted to DEP.
Indicate whether the operation and maintenance will be Active or Passive. (Active Operation and Maintenance Is defined at 310 CMR 40.0006.):
0
0
Active Operation and Maintenance
Passive Operation and Maintenance
(Active Operation and Maintenance makes the Site subject to a Post-RAO Class C Active Operation and Maintenance Annual Compliance Fee.)
G. LSP OPINION:
I attest under the pains and penalties of perjury that I have personally examined and am familiar with the information contained In this transmittal form,
including any and all documents accompanying this submittal. In my professional opinion and judgment based upon application of (I) the standard of
care in 309 CMR 4.02(1), (ii) the applicable provisions of 309 CMR 4.02(2) and (3), and (iii) the provisions of 309 CMR 4.03(5), to the best of my
knowledge, information and belief,
> if Section B indicates that a Phase I, Phase It, Phase III, Phase IV or Phase V Completion Statement is being submitted, the response action(s)
that is (are) the subject of this submittal () has (have) been developed and implemented in accordance with the applicable provisions of M.G.L. c. 21E
and 310 CMR 40.0000, (ii)is (are) appropriate and reasonable to accomplish the purposes of such response action(s) as set forth in the applicable
provisions of M.G.L. c. 21E and 310 CMR 40.0000, and (lii) complies(y) with the identified provisions of all orders, permits, and approvals Identified in
this submittal:
> if Section B indicates that a Phase I Scope of Work or a Phase IV Reqpedy Implementation Plan is being submitted, the response action(2) that
is (are) the subject of this submittal (1)has (have) been developed In accordance with the applicable provisions of M.G.L c. 21E and 310 CMR
40.0000, (ii) is (are) appropriate and reasonable to accomplish the purposes of such response action(s) as set forth in the applicable provisions of
M.G.L c. 21 E and 310 CMR 40.0000, and (III) complies(y) with the identified provisions of all orders, permits, and approvals identified in this
submittal,
> if Section B indicates that an As-Built Construction Report or a Phase V Inspection and Monitoring Report is being submitted, the response
action(2) that is (are) the subject of this submittal (i) is (are) being implemented in accordance with the applicable provisions of M.G.L. c. 21E and 310
CMR 40.0000, (ii) is (are) appropriate and reasonable to accomplish the purposes of such response action(s) as set forth In the applicable provisions
of M.G.L. c. 21E and 310 CMR 40.0000, and (ii) complies(y) with the identified provisions of all orders, permits, and approvals identified In this
submittal.
I am aware that significant penalties may result, including, but not limited to, possible fines and Imprisonment, if I submit information which I know to be
false, inaccurate or materially incomplete.
Check here if the Response Action(s)on which this opinion is based, if any, are (were) subg
issued by DEP or EPA. If the box is checked, you MUST attach a statement identifyin
LSP Name:
Suzanne C. Courtemanche
LSP #:
Telephone:
(401) 421-0398
Ext.:
FAX: (optional)
Signature
1 078
Stamp:
s), permit(s) and/or approval(s)
s thereof.
SUZANNE
C.
4
OURTEMANCHE r
N0.H1078
QCSTO
Date: 3s(
Revised 3/30/95
pPageY2
Rniwrsndns Forms BWSC-010 (in part) and 013
Do Not Alter This Form
P
Y
of3
Page 2 of 3
Massachusetts Department of Environmental Protection
Bureau of Waste Site Cleanup
BWSC-108
COMPREHENSIVE RESPONSE ACTION TRANSMI1TAL
FORM & PHASE I COMPLETION STATEMENT
Release Tracking Number
02 -Zj44
Pursuant to 310 CMR 40.0484 (Subpart D) and & 40.0800 (Subpart H)
H. PERSON UNDERTAKING RESPONSE ACTION(S):
Name of Organization:
Name of Contact:
Street:
Cranston Print Works Company
Henry Donaldson
Two Worcester Road
City/Town:
Webster
Telephone:
(508) 943-0520
n
3
Tile:
State:
Ext.:
MA
ZIP
0
T De:
L
FAX: (optional)
Check here if there has been a change In the person undertaking the Response Action.
I. RELATIONSHIP TO SITE OR PERSON UNDERTAKING RESPONSE ACTION(S)::
RP or PRP
rL1
Specify:
0 Owner
0 Operator
0 Generator
(check one)
0 Transporter
Other RP or PRP:
Fiduciary, Secured Lender or Municipality with Exempt Status (as defined by M.G.L. c. 21 E, s. 2)
Agency or Public Utility on a Right of Way (as defined by M.G.L c. 21E. s. 5(|))
Any Other Person Undertaking Response Action
Specify Relationship:
J. CERTIFICATION OF PERSON UNDERTAKING RESPONSE ACTION(S):
1.
Henry Donaldson
, attest under the pains and penalties of perjury (1)that I have personally examined and am
familiar with the Information contained In this submittal, including any and all documents accompanying this transmittal form, (ui)that, based on my inquiry
of those individuals immediately responsible for obtaining the information, the material information contained in this submittal is, to the best of my
knowledge and belief, true, accurate and complete, and (iii) that I am fully authorized to make this attestation on behalf of the entity legally responsible for
this submittal. I/the person or entity o whose behalf this submittal is made am/is aware that there are significant penalties, including, but not limited to,
possible fines and imprisonment, for willfully submitting false, inaccurate, or Incomplete Information.
By:
For
(signatur
Cranstytrint Works Company
Title:
Sd
Date:
-3g
Cr
(print name of person or entity recorded in Section H)
r
#7 0
5
P 9
I
Enter address of the person providing certification, if different from address recorded in Section H.
Street:
Telephone:
ZIP Code:
State:
City/Town:
Ext:
FAX: (optional)
YOU MUST COMPLETE ALL RELEVANT SECTIONS OF THIS FORM OR DEP MAY RETURN THE DOCUMENT AS
INCOMPLETE. IF YOU SUBMIT AN INCOMPLETE FORM, YOU MAY BE PENALIZED FOR MISSING
A REQUIRED DEADLINE.
COPY
Revised 3130/95
Supersedes Forms BWSC-010 (in part) and 013
Do Not Alter This Form
Page 3 of 3
IRSS
APPENDIX B
NOTIFICATION LETTERS SENT TO WEBSTER OFFICIALS
93ww
ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
ENVIRONMENTAL SCIENTISTS, ENGINEERS, AND PLANNERS
July 27, 1999
Mr. Mark Stankiewicz
Town Administrator
Municipal Building
Main Street
Webster, Massachusetts 01570
Re:
Phase IV Remedy Implementation Plan
Cranston Print Works Company
Webster, Massachusetts
DEP Release Tracking Number 2-1044
ESS Project No. C395-001
Dear Sirs:
In accordance with the Massachusetts Contingency Plan, 310 CMR 40.1403(3)(a), 40.1403(3)(e)
and 40.0880, this letter serves as notification of the submittal of a Phase IV Remedy
Implementation Plan to the Massachusetts Department of Environmental Protection (DEP) for
Cranston Print Works Company, located at Two Worcester Road, Webster, Massachusetts (the
Site). Field activities associated with this Plan include the excavation and off-site recycling of
soils impacted with petroleum hydrocarbons. Remedial activities are expected to begin in midJuly and continue through the end of August.
The documents are available for review by contacting:
Mr. Henry Donaldson
Cranston Print Works Company
Two Worcester Road
Ms. Suzanne Courtemanche, LSP
Environmental Science Services
272 Exchange Street
Webster, MA
Providence, RI 02903
01570
Tel. (617) 926-7600
Tel. (401) 421-0398
These documents will be filed with the DEP under the Release Notification Number 2-1044 on
or before July 27, 1999 and may be viewed and/or copied at the DEP's Central Regional office,
located at 627 Main Street, Worcester, MA [Tel. (508) 792 7650].
I
272 West Exchange Street, Suite 101, Providence, Rhode Island 02903
Facsimile: (401) 421-5731
E-Mail: [email protected]
Telephone: (401) 421-0398
Telephone: (781) 431-0500
Web Site: www.cssgroupcom
888 Worcester Street. Suite 240, Wellesley, MA 02482
Facsimile: (781) 431-7434
E-Mail; [email protected]
Mark Stankiewicz, Town Administrator, Webster, Massachusetts
Page 2
July 27, 1999
Should you have any questions, please do not hesitate to call us at (401) 421-0398.
Sincerely,
ENVIRONMENTAL SCIENCE SERVICES
kVdrwf 4rSuzanne Courtemanche, LSP
Principal
C: Webster Board of Health, Town of Webster;
Henry Donaldson, Cranston Print Works ,
j:\c36 1-000. 1\execsum
I
I
ESS
ENVIRONMENTAL SCIENCE SERVICES, INC.
ENVIRONMENTAL SCIENTISTS, ENGINEERS, AND PLANNERS
July 27, 1999
Board of Health
Municipal Building
Main Street
Webster, Massachusetts 01570
Re:
Phase IV Remedy Implementation Plan
Cranston Print Works Company
Webster, Massachusetts
DEP Release Tracking Number 2-1044
ESS Project No. C395-001
Dear Sirs:
In accordance with the Massachusetts Contingency Plan, 310 CMR 40.1403(3)(a), 40.1403(3)(e)
and 40.0880, this letter serves as notification of the submittal of a Phase IV Remedy
Implementation Plan to the Massachusetts Department of Environmental Protection (DEP) for
Cranston Print Works Company, located at Two Worcester Road, Webster, Massachusetts (the
Site). Field activities associated with this Plan include the excavation and off-site recycling of
soils impacted with petroleum hydrocarbons. Remedial activities are expected to begin in midJuly and continue through the end of August.
The documents are available for review by contacting:
Mr. Henry Donaldson
Cranston Print Works Company
Two Worcester Road
Webster,MA 01570
Tel. (617) 926-7600
Ms. Suzanne Courtemanche, LSP
Environmental Science Services
272 Exchange Street
Providence, RI 02903
Tel. (401) 421-0398
These documents will be filed with the DEP under the Release Notification Number 2-1044 on
or before July 27, 1999 and may be viewed and/or copied at the DEP's Central Regional office,
located at 627 Main Street, Worcester, MA [Tel. (508) 792 7650].
272 West Exchange Street. Suite 101, Providence, Rhode Island 02903
E-Mail: [email protected]
Facsimile: (401) 421.5731
Telephone; (401) 421-0398
Telephone: (781) 431-0500
Web Site: www.essgroup.com
888 Worcester Street, Suite 240, Wellesley, MA 02482
E-Mail: [email protected]
Facsimile: (781) 431-7434
Webster Board of Health, Webster, Massachusetts
July 27, 1999
Page 2
Should you have any questions, please do not hesitate to call us at (401) 421-0398.
Sincerely,
ENVIRONMENTAL SCIENCE SERVICES
Suzanne Ctoemanche, LSP
Principal
C: Mark Stankiewicz, Town Administrator, Town of Webster;
Henry Donaldson, Cranston Print Works -
j:\c361-000. 1\execsum
IESS
APPENDIX C
CONTRACTOR BID DOCUMENTS
K3
INVITATION TO BID
Cranston Print Works Company (CPW) is requesting separate sealed Bids for the excavation and
transport for off-site reuse of petroleum contaminated soils at its facility located in Webster,
Massachusetts.
The Work covered under this Contract shall include, but is not limited to the following items:
1. Demolition of two existing buildings and off-site disposal of the debris
generated.
2. Removal and disposal of idle piping and equipment.
3. Excavation of petroleum impacted soils, backfilling, compaction and grading
associated with filling the excavation.
4. Renewal of bituminous concrete paving.
5. Off-site recycling/disposal of petroleum impacted soils, miscellaneous debris
and waste generated during the removal program.
6. Miscellaneous site work including erosion control, cleanup, restoration of
areas disturbed during construction.
7. Furnishing of personnel and equipment decontamination facilities.
8. Other work shown on the Contract Drawings.
Complete Bid Specifications will be provided at the pre-bid conference.
Sealed Bids MUST be received by Cranston Print Works Company until 10:00 p.m. on
Wednesday, June 30, 1999 otherwise the Bid will be disqualified. At that time the Bids will be
opened privately.
Bidders are required to attend a mandatory pre-bid conference to discuss details of the project.
The pre-bid conference will be held on Tuesday, June 22, 1999 at the facility located at Two
Worcester Road in Webster, MA. Questions which arise during the bidding period should be
directed to Environmental Science Services, Inc., 888 Worcester Street, Wellesley,
Massachusetts 02482. All questions should be made in writing and answers will be in the form
of a written addendum which will be provided to all potential Bidders.
Each Bidder must furnish with his Bid the appropriate insurance certificates as required by the
INV-1
Bidders, whether or not the Bids comply with the prescribed requirements and such
supplemental items, unit prices and other data, as may be requested in the Bid Form or
prior to the Notice of Award.
3.
Cranston Print Works Company may conduct such investigations as it deems necessary to
assist in the evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to Cranston Print Works Company's satisfaction within the prescribed time.
5.
If the contract is to be awarded, it will be awarded to the responsible Bidder whose
evaluation by Cranston Print Works Company indicates that the award will be in the best
interests of the Project and Cranston Print Works Company.
6.
If the contract is awarded, Cranston Print Works will issue the successful Bidder a Notice
of Award within one week after the day of the Bid opening.
BID FORM
1.
The Bid Form is included with the bidding documents; additional copies may be obtained
from Environmental Science Services, Inc., 888 Worcester Road, Wellesley,
Massachusetts 02482.
2.
All blanks on the Bid Form must be completed in ink or by typewriter.
3.
All names must be typed or printed below the signature.
6.
The bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which
must be listed on the Bid form).
7.
The address and telephone number for communications regarding the Bid must be shown.
8.
Bids must be priced as a Base Bid for the base contract and include a separate unit price
for each unit of work indicated on the Supplement to Bid Form.
BIDDER'S REPRESENTATION
1.
By making hid Bid each Bidder represents that he has read and understands the Bidding
Documents and his bid is made in accordance therewith, has visited the Project and
familiarized himself with the obstacles and conditions that will be encountered during
the execution of the Work, and has based his Bid upon the materials and methods
described in the bidding documents without exceptions.
IB-2
INSURANCE
1.
Each Bid must be accompanied by the appropriate insurance certificates as defined in the
GENERAL CONDITIONS.
BIDS TO REMAIN SUBJECT TO ACCEPTANCE
1.
All bids will remain subject to acceptance for thir (30) d4ays after the day of the Bid
opening, but Cranston Print Works Company may, in its sole discretion, reject any bid.
CONTRACT TIME
1.
The numbers of days within which, or the dates by which, the Work is to be substantially
completed and also completed and ready for final payment (the Contract Time) are set
forth in the Bid Form and the Agreement.
COPIES OF BIDDING DOCUMENTS
1.
The Owner shall furnish each bidder with one complete set of the bidding documents.
2.
Complete sets of Bidding Documents must be used in preparing Bids; neither Cranston
Print Works Company nor the ENGINEER assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding Documents.
3.
Cranston Print Works Company and ENGINEER in making copies of Bidding Documents
available on the above terms do so only for the purpose of obtaining Bids on the Work
and do not confer a license or grant for any other use.
DEFINED TERMS
1.
Terms used in these Instructions to Bidders which are defined in the General Conditions
of the Contract Documents have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid directly to Cranston Print Works
Company, as distinct from a sub-bidder, who submits a bid to a Bidder. The term
"successful Bidder" means the responsible and responsive Bidder to whom Cranston Print
Works Company (on the basis of Cranston Print Works Company's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes the
Invitation to Bid, the Instructions to Bidders, the Bid Form, and the proposed Contract
Documents (including all Addenda issued prior to the receipt of Bids).
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
1.
It is the responsibility of each Bidder before submitting a Bid, to: (a) examine the
IB-3
Contract Documents thoroughly; (b) visit the site to become familiar with local conditions
that may affect cost, progress, performance or furnishing of the work; (c) consider
federal, state, and local Laws and Regulations that may affect cost, progress, performance
or furnishing of the Work; (d) study and carefully correlate Bidder's observations with the
Contract Documents; and (e) notify ENGINEER of all conflicts, errors or discrepancies
in the Contract Documents.
2.
Reference is made to the General Conditions for identification of:
a.
those reports of explorations and tests of subsurface conditions at the site which
have been utilized by ENGINEER in preparation of the Contract Documents.
Bidder may rely upon the accuracy of the technical data contained in such reports
but not upon non-technical data, interpretations or opinions contained therein or for
the completeness thereof for the purposes of bidding or construction.
b.
those drawings of physical conditions in or relating to existing surface and
subsurface conditions (except underground facilities) which are at or contiguous to
the site which have been utilized by ENGINEER in preparation of the Contract
Documents. Bidder may rely upon the accuracy of the technical data contained in
such drawings, but not upon completeness thereof, for the purposes of bidding or
construction.
c.
copies of such reports and drawings will be made available by Cranston Print
Works Company and the ENGINEER to any Bidder on request. Those reports
and drawings are not part of the Contract Documents, but the technical data
contained therein upon which Bidder is entitled to rely as provided in Paragraphs
2.1 and 2.2 are incorporated therein by reference. Such technical data, if any, has
been identified and established in the Supplementary Conditions.
3.
Information and data reflected in the Contract Documents with respect to underground
facilities, at or contiguous to, the site is based upon information and data furnished to
Cranston Print Works Company and ENGINEER by owners of such underground
facilities or others, and Cranston Print Works Company nor ENGINEER do not assume
responsibility for the accuracy or completeness thereof unless it is expressly provided
otherwise in the Supplementary Conditions.
4.
Provisions concerning responsibilities for the adequacy of data furnished to prospective
Bidders on subsurface conditions, underground facilities and other physical conditions,
and possible changes in the Contract Documents due to differing conditions appear in the
General Conditions.
5.
The lands upon which the Work is to be performed, rights-of-way easements for access
thereto and other lands designated for use by Contractor in performing the Work are
IB-4
identified in the Contract Documents. All additional lands and access thereto required for
temporary construction facilities or storage of materials and equipment are to be provided
by the successful Bidder. Easements for permanent structures or permanent changes in
existing structures are to be obtained and paid for by Cranston Print Works Company
unless otherwise provided in the Contract Documents.
6.
The submission of a Bid will constitute a warranty and a representation by Bidder that
Bidder has complied with every requirement of this document, that without exception the
Bid is premised upon performing and furnishing the Work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of
construction as may be indicated in or required by the Contract Documents, and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
INTERPRETATIONS AND ADDENDA
1.
All questions about the meaning or intent of the Contract Documents are to be directed in
writing to ENGINEER.
Interpretations or clarifications considered necessary by
ENGINEER in response to such questions will be issued by Addenda mailed or delivered
to all parties recorded by ENGINEER as having received the Bidding Documents.
Questions received less than 2 days prior to the date for opening of Bids may not be
answered. Only questions answered by formal written addenda will be binding. Oral and
other interpretations or clarifications will be without legal effect.
2.
Addenda may also be issued to modify the bidding Documents as deemed advisable by
Cranston Print Works Company or ENGINEER.
SUBSTITUTIONS / ALTERNATIVES
1.
Submitted for Approval at Time of Bid Opening:
a.
Submittal Procedure: Should Bidder wish to propose with his Bid to use
products in the Work other than those described in the Bid Documents, he may
submit, at the time of the Bid opening, written request for OWNER approval
of such substitutes as follows:
(i)
(ii)
(iii)
Bidder shall identify his proposed substitutions in the spaces provided in
the Bid Form.
Where so indicated by the makeup of the Bid Form, Bidder shall indicate
the amount his bid sum will be altered for each proposed substitution if
approved.
Bidder shall furnish with his Bid, complete data substantiating
substitutes' compliance with the Bidding Document. Data shall include:
product identification and description, performance and test data, and
IB-5
references and samples where applicable.
Bidder shall furnish with his Bid, a statement setting forth any changes
in other work that incorporation of the proposed substitution would
require.
Consideration of Substitution:
Burden of proof of merit of proposed
substitutions is upon the Bidder proposing such substitutions.
Products
described in the Bidding Documents establish a standard of required function,
appearance and quality that must be met by any proposed substitute.
OWNER'S decision to approve or disapprove a proposed substitution will be
final.
(iv)
b.
c.
2.
If OWNER approves any substitutions proposed by the
Notice of Approval:
successful Bidder, approval will be set forth by Addendum issued after the date
of Bid Opening but prior to the Contract date.
Bidder Representation:
By requesting OWNER'S approval of substitutions, bidder
represents that substitute products proposed are readily available in sufficient quantity
to prevent delay in Work; are equal to the products described in the Bidding
Documents in strength, durability, efficiency capacity and ease of maintenance; have a
record for performance equal to or superior to products described in the Bidding
Documents.
MODIFICATION AND WITHDRAWAL OF BIDS
1.
Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
QUALIFICATIONS OF BIDDERS
1.
To demonstrate qualifications to perform the Work, each Bidder must be prepared to
submit written evidence, such as financial data, previous experience, present
commitments and other such data as may be called for below (or in the Supplementary
Instructions).
SIGNING OF AGREEMENT
I.
When Cranston Print Works Company gives a Notice of Award to the successful Bidder,
it will be accompanied by the required number of unsigned counterparts of the Agreement
with all other written Contract Documents attached. Within seven (7) days thereafter
successful Bidder shall sign and deliver the required number of counterparts of the
Agreement and attached documents to Cranston Print Works Company. Within five (5)
IB-6
day.s thereafter Cranston Print Works Company shall deliver one fully signed counterpart
to the successful Bidder. Each counterpart is to be accompanied by a complete set of the
Drawings with appropriate identification.
SUBMISSION OF BIDS
I.
Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be
enclosed in an opaque sealed envelope, marked as indicated in the Invitation to Bid and
accompanied by other required documents.
CHANGE ORDERS
1.
No change orders will be allowed without a witten estimate from the Contractor stating
the additions or deductions to be taken from the original agreement. No change order
will be authorized until a purchase order number is forwarded to the Contractor.
1B-7
CRANSTON PRINT WORKS
WEBSTER FACILITY
WEBSTER, MASSACHUSETTS
EXCAVATION OF PETROLEUM IMPACTED SOILS
BID FORM
Bid of
NAME
an individual, a partnership, a corporation registered in the State of
(delete titles not applicable) for the Contract.as described in the Drawings and Specifications
listed herein, for the Cranston Print Works, Webster Street facility located in Webster,
Massachusetts.
TO:
Cranston Print Works Company
c/o Henry Donaldson
Two Worcester Road
Webster, Massachusetts 01570
1.
The undersigned BIDDER, having carefully examined the Bidding Documents and the
site of the proposed Work, and being familiar with the obstacles and conditions that will
be encountered during the execution of the Work, hereby proposes and agrees, if this Bid
is accepted, to enter into an agreement with Cranston Print Work Company to perform
the Work as specified or indicated in the Contract Documents for the Contract Price and
within the Contract Time indicated in this bid and in accordance with the other terms and
conditions of the Contract Documents.
2.
This Bid will remain subject to acceptance for thirty (30) days after the day of the Bid
opening.
3.
In submitting this Bid, BIDDER represents that:
(a)
BIDDER has examined copies of all the Bidding Documents and all of the
following Addenda (receipt of which are hereby acknowledged):
Date
Number
2
(b)
BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing of the
work.
4.
BIDDER shall provide a schedule for completion of the Work with his Bid.
5.
In the event of a dispute or claim made over moneys owed to any Subcontractor(s) for
services rendered or goods provided, Contractors and Subcontractors, by bidding on the
Contract, agree to hold harmless and indemnify Cranston Print Works Company from
any and all damages and associated related costs which may arise from said dispute
claim. Any and all claims by Sub contractor(s) fbr moneys owed shall be made
exclusively against the Contractor(s); Contractor(s) shall have no right of action against
Cranston Print Works Company for reimbursement or damages and costs incurred as a
result of such claims.
6.
BIDDER agrees to perform all the work described in the Contract Specifications and as
shown on the Contract Drawings according to the breakdown of costs:
A.
Mobilization
LUMP SUM
cents
dollars and
)
($
B.
Installation of Sediment and Erosion Controls
LUMP SUM
dollars and
cents
)
C.
Demolition and Off-site Disnosal of Former Pumn House and UST Shed
LUMP SUM
dollars and
cents
)
3
D.
Demolition and Off-site Disposal of Pipe Bridge and Process Pipelines
LUMP SUM
cents
dollars and
)
E.
Removal and Off-site Disposal of Asbestos Containing Materials
UNIT COST
Fl.
Dollars per linear foot
Excavation and Stockpiling of Site Soils
LUMP SUM
cents
dollars and
($
F2.
Excavation and Stockpiling of Additional Site Soils
UNIT COST
G.
Dollars per ton
Excavation Dewatering
LUMP SUM
I1.
Dollars per cubic yard
Transport and Disposal of Petroleum Contaminated Soils
UNIT COST
H.
dollars and
cents
Placement and Compaction of Common Borrow
LUMP SUM
dollars and
cents
($
12
_________)
Delivered Cost of Common Borrow
UNIT COST
Dollars per ton
_________)
4
J.
Furnish and Placement of Asohalt
dollars and
LUMP SUM
7.
cents
Substitutions / Alternatives
Indicated below are substitutions offered in lieu of the materials described in the bidding
documents. If any proposed substitution is approved, the Base Bid will be adjusted by
the amount stipulated. The Data and Statements required by the Information to Bidders
are attached. If substitutions are not offered, the notation "By Bidder" should appear.
Proposed Substitution No. I
(Add to)
(Deduct From)
Dollars ($
from Base Bid Item
Proposed Revised Base Bid for Bid Item
is ($
)
Proposed Substitution No. 2
(Add to)
(Deduct From)
Dollars ($
)
from Base Bid Item
Proposed Revised Base Bid for Bid Item
is ($_
)
5
8.
Subcontractors
Listed below are the Subcontractors the undersigned proposes for those divisions of the
work indicated. If the undersigned does not intend to award a Subcontract for any
division listed, the notation "By Bidder" should appear.
Name
Address
Name
Address
Name
Address
Organization
The undersigned is organized as a Corporation
, Partnership _
(please explain) in the State of
,or other
Bidder
By
_
(Signature)
Title
BLDFORM.DOC
, sole proprietorship
01010
GENERAL CONDITIONS
PART I - GENERAL
1.01 DEFINITIONS
A.
Whenever the following terms are used in these Contract Documents, it is
understood that they represent the following:
1.
OWNER:
Cranston Print Works, Webster, Massachusetts
2.
ENGINEER
Environmental Science Services, Inc., Providence, Rhode Island
3.
CONTRACTOR:
The individual, firm, partnership, or corporation designated as the
CONTRACTOR in the Construction Contract of which these
Specifications are a part.
1.02 JOB CONDITIONS
A.
General
There will be no payment for any extras as a
CONTRACTOR'S misunderstanding the descriptions
Specifications. The CONTRACTOR shall inspect the site
all questions that relate to the work, its execution, and
submitting a Bid.
B.
consequence of the
contained in these
and request answers to
other details prior to
Site Access and Work Areas
Drawings, as referenced in this Specification, depict the location of the job site
and describe the types of access roads that lead to the job site.
Because the Work involves conducting intrusive excavation in a congested area of
the facility, the Owner will evaluate proposals by the Contractor to conduct
operations between 5:00 p.m. and sundown as a means of accelerating progress
and avoiding impacts to the OWNER'S operations.
01010-1
01010
GENERAL CONDITIONS
C.
The Work covered under this Contract shall include, but is not limited to the
following items:
1. Demolition of an existing building and off-site disposal of the debris
generated.
2. Removal and off-site disposal of asbestos containing materials.
3. Removal and disposal of idle piping and equipment.
4. Excavation of petroleum impacted soils, backfilling, compaction and grading
associated with filling the eicavation.
5. Renewal of bituminous concrete paving.
6. Off-site recycling/disposal of petroleum impacted soils, miscellaneous debris
and waste generated during the removal program.
7. Miscellaneous site work including erosion control, cleanup, restoration of
areas disturbed during construction.
8. Furnishing of personnel and equipment decontamination facilities.
9. Other work shown on the Contract Drawings and specified herein.
1.05 QUALITY ASSURANCE
A.
The CONTRACTOR warrants in presenting a Bid that all work will be performed
to the highest standards. CONTRACTOR further warrants that defects that are
the result of the CONTRACTOR's methods or workmanship will be corrected, or
removed and replaced at the CONTRACTOR's expense within one year of the
completion of the work.
A.
The CONTRACTOR warrants in presenting a Bid that all work will be performed
in accordance with "Construction Quality Assurance for Hazardous Waste Land
Disposal Facilities", EPA/530-SW-85-021, October 1985.
01010-2
01010
GENERAL CONDITIONS
1.06 COOPERATION
A.
There may be other OWNER personnel and/or contractors present at the job site.
CONTRACTOR shall make every effort reasonably possible to cooperate with
these firms and personnel. Any disputes shall be settled by and at the sole
discretion of the OWNER.
1.07 CARE AND STORAGE OF MATERIALS
A.
CONTRACTOR shall unload, inspect, and store all equipment and material items
delivered to the job site for the work.
B.
The CONTRACTOR will replace at its sole expense all OWNER and/or
CONTRACTOR furnished materials damaged during unloading and storage,
damaged by weather, or other related causes.
1.08 CONTRACTOR'S RESPONSIBILITIES AND WORK
A.
CONTRACTOR is solely responsible for all construction means, methods,
techniques, sequences and procedures and for coordinating all portions of the
Work under the Contract.
B.
The CONTRACTOR shall furnish all construction equipment, machines, tools,
materials, field toilets, telephones, and other services excepting that being
provided by OWNER. All supplies, labor, and supervision that are necessary to
complete the work and requirements as described or implied in these
Specifications shall be the CONTRACTOR'S full responsibility.
C.
CONTRACTOR is responsible for any and all acts and omissions of its
Subcontractors.
D.
The CONTRACTOR shall provide all transportation for the items included in
Section 1.08B. from its headquarters or other locations to and from the site.
E.
The CONTRACTOR shall furnish all housing, travel, and related allowances
required by its employees. No housing facilities shall be permitted on the site or
on OWNER'S property.
01010-3
01010
GENERAL CONDITIONS
F.
The CONTRACTOR shall provide sufficient workmen and supervisory personnel
to maintain work progress so that the various areas of work will be completed in
accordance with the schedule defined elsewhere in this Contract. If, in the
opinion of OWNER, the work is behind schedule or is improperly staffed,
OWNER will direct the CONTRACTOR to increase its complement of
supervisors, workmen, or equipment so as to comply with the schedule. The
CONTRACTOR shall discharge any such directives promptly and without
expectation of additional compensation. This Work is being conducted under the
requirements of the Massachusetts Contingency Plan. All CONTRACTOR
employees that may potentially come in contact with the hazardous materials
present at the site shall haVe 40-hours training in compliance with the
requirements of CFR1910.120. The CONTRACTOR'S superintendent shall have
site supervisor's training in compliance with the requirements of CFR1910.120.
G.
The CONTRACTOR shall make all overtime, premium, and incentive payments
to the CONTRACTOR'S employees that may be required to complete the Work
in accordance with the schedule. No exceptions will be allowed by OWNER for
lack of performance, late material deliveries, or interference with other
contractors possibly employed at the site.
H.
The CONTRACTOR shall include the cost of Commonwealth of Massachusetts
sales tax in its Bid for all expenditures by the CONTRACTOR which will require
payment of sales or use tax under Massachusetts State Law.
I.
The CONTRACTOR shall obtain any state, county, or local permits required in
the performance of its work, except as provided by OWNER.
J.
Prior to a Contract award, any questions or assistance the CONTRACTOR may
request shall be directed to the ENGINEER.
K.
The CONTRACTOR shall conduct weekly update meeting with the ENGINEER
and OWNER to review the progress of the Work and compliance with the
schedule.
L.
The CONTRACTOR shall maintain the site of its activities completely free of
refuse and debris at all times. The CONTRACTOR shall promptly comply with
any directives from the OWNER regarding housekeeping. These include, but are
01010-4
01010
GENERAL CONDITIONS
not limited to:
a.
b.
c.
d.
e.
M.
N.
The CONTRACTOR shall maintain the premises and the Project Site in a
reasonable neat and orderly condition, free from the accumulation of waste
materials and rubbish during the entire construction period.
CONTRACTOR shall remove all crates, trash, and all combustible waste
materials from the Works area at the end of each working day.
CONTRACTOR shall provide at his own expense the appropriate
containers at convenient locations for the disposal of paper cups and other
items of trash. CONTRACTOR shall not place any rubbish or debris in
CPW dumpsters unless given specific authorization.
CONTRACTOR shall not dispose of trash or debris by burning on the
Project Site.
Upon completion of the work and before final payment, the
CONTRACTOR shall completely remove all tools, equipment, supplies,
materials, structures, and debris from the site and leave the premises
clean. Debris shall be removed to disposal locations off the site that are
selected by the CONTRACTOR, and are permitted to receive the debris to
be dispose.
Safety
a.
At is the CONTRACTOR'S responsibility to perform all work in a safe
manner, in compliance with the CONTRACTOR'S Health and Safety
Plan, and meeting all applicable federal, state and local laws and those
imposed by the OWNER. Within 10 working days of the contract award
the CONTRACTOR shall submit a site specific Health and Safety Plan to
the ENGINEER for review.
b.
CONTRACTOR is responsible for following all safety regulations as
specified by Cranston Print Works Company. Company safety policies
are stated in the documents attached to this section. CONTRACTOR is
responsible for adherence to all OSHA regulations
Environmental Protection
All work to be performed by the CONTRACTOR as a part of this project is
regulated by the Commonwealth of Massachusetts Department of Environmental
01010-5
01010
GENERAL CONDITIONS
Protection. By acceptance of the terms of the Contract, CONTRACTOR
acknowledges that it is familiar with the rules and regulations. CONTRACTOR
further acknowledges familiarity with and accepts as a condition of this Contract
all of the terms, stipulations, and commitments pertaining to the work.
0.
Sanitary Facilities
The CONTRACTOR shall provide its own sanitary facilities for workmen on the
project.
P.
The CONTRACTOR shall construct and maintain an equipment
decontamination area for the project in the area designated on the drawings.
The decontamination area will be used to decontaminate all equipment leaving
the site that may have contacted hazardous materials. At the end of the project,
the CONTRACTOR shall dismantle and remove all structures associated with
the decontamination area. The structures shall be disposed in accordance with
applicable local, state, and federal regulations.
Q.
The CONTRACTOR shall provide decontamination facilities as needed for site
workers. Liquid wastes associated with this operation shall be treated with water
generated from construction dewatering. Any solids generated in this operation
shall be disposed of site at a licensed disposal facility.
R.
The equipment provided by the CONTRACTOR to do the Work shall be fit for
use at all times. All equipment used shall be free of any hydraulic leaks and drips
and any other leakage of oils, fuels, and fluids. Equipment determined by the
OWNER to be leaking shall be removed from the Cranston Print Works facility
and replaced with equivalent equipment at no cost to the OWNER.
01010-6
01010
GENERAL CONDITIONS
PART 2- PRODUCTS
2.01 REGISTERED TRADE NAMES
A.
Products are referenced and specified throughout these specifications by registered
trade names. This does not constitute a recommendation of these products to the
exclusion of other products. Equivalent products may be used upon receiving
approval of the ENGINEER.
B.
The reference to registered trade names establishes a standard of required
function, dimension, appearance and quality of the required equipment.
PART 3 - EXECUTION
(not used)
END OF SECTION
01010-7
CRANSTON PRINT WORKS COMPANY
SAFETY POLICIES AND PROCEDURES
I
I
CRANSTON
PRINT WORKS COMPANY - WEBSTER DIVISION
SAFETY POLICIES
Prior to a contractor beginning a job, the Project Engineer in charge of
the job must inform the contractor of the safety rules and regulations that
must be followed. This review is meant to supplement the following list of
3
Company safety policies. Please be mindful that Company safety policies are
not limited to the following list.
1.
-
Eye and/or ear protection must be worn in those areas so
designated. All areas where such protection is required
will be indicated by signs. The type of eye protection
should be appropriate for the types of hazard (For example:
a chemical splash hazard requires chemical splash goggles).
2.
The Company will not provide contractors with personal
protective equipment. Contractors are expected to supply
themselves and any employees on the job with the necessary
protective equipment.
3.
Sturdy work shoes must be worn on the job. Athletic shoes,
canvas shoes, high heels and open-toed shoes are forbidden.
4._
Company lock-out procedures must always be adhered to.
to commencing work requiring a lock-out, the
contractor must consult with the Project Engineer and/or
Maintenance Supervisor.
5.
Running is not permitted on the plant premises.
6.
The cutting, grinding and welding permits must be issued by
the Plant Fire Chief on a daily basis before any cutting or
welding operation may begin. The Project Engineer or a
delegated member of the fire brigade must examine the site
before starting and after the termination of the cutting,
-
precautions have been observed. A fire watch assigned by CPW
must be-present during ALL cutting, grinding and welding
IcPrior
*
grinding
3
or welding operations to ensure that the detailed
operations.
I
7.
Welding must be done behind screens to prevent eye damage
during welding operations.
8.
Contractor must notify Project Engineer 24 hours in advance of any
welding, cutting, or grinding operation. Project Engineer will
provide Hot Work Permit and CPW personnel to stand as a Firewatch.
9.
All compressed gas cylinders left on the premises must be
properly stored, secured, and labeled.
(Rev. 6 - 1/22/99) BidForm.doc) Data
-210.
-S
All chemicals brought onto the premises must be properly
labeled and stored. The labels should be in accordance with
the Federal Hazard Communications Standard and the
Massachusetts' Right to Know Law.
11.
All chemicals must be handled and used according to the
manufacturers' instructions and MSDS Sheets.
12.
All electrical power tools used by contractors must be
properly grounded and equipped with the requisite guards
and safeguards.
3
13.
Whenever contractors are engaged in an operation that
generates- flying particles
wood, dust, etc.),
(such as chips of metals, cement
that area should be isolated (curtains,
etc.) to eliminate employees' exposure to the hazard.
Contractors working in these, areas will be expected to wear
-
eye protection and, if appropriate, respiratory and hearing
protection.
14.
Any forklift brought onto the premises shall be in good
operating condition. The operator of said vehicle shall
be properly trained and licensed. Only one operator shall be
on a lift at any given time. Riders are not permitted.
Forklifts are not to be used as elevators or ladders.
15.
Any floor, wall, or platform openings created by contractor
shall be properly guarded.
(Caution Tape IS NOT considered
adequate protection.)
16.
The integrity of aisle-ways shall always be maintained
whenever possible. Once a day's work at the job is
completed,
area should be cleaned (i.e., debris put in receptacles;
equipment put away, etc.).
the
tools and
17.
Equipment used by contractors shall be in safe repair.
18.
If overhead work is in progress, the floor area directly
under the work site should be roped off and a notice must be
posted.
19.
All employees are required to report to their designated areas in
the event of an evacuation procedure. The Project Engineer will
review the Evacuation Procedure with the Contractor prior to
commencement of the Project. The Contractor MUST contact the
Project Engineer at the start of each work day and provide the
number of employee's on site for that day.
I
(Rev. 6 - 1/22/99) BidForm.doc) Data
I
-3-
I
Our serious commitment to safety and hygiene requires full
compliance with these requirements.
In an effort to ensure the safety of ALL people performing work at Cranston
Print Works Company Webster Division, the following Safety Policy is in
effect:
FIRST VIOLATION:
1.
Any Contractor, employees of the Contractor, and/or SubContractors who violate Safety Policies will be fined $50.00.
SECOND VIOLATION
2.
Any Contractor, employees of the Contractor, and/or Sub-Contractors
cited for a Second Violation will be fined $100.00. Second Violations
are any Safety Infraction which occurs -within a period of one year
from the First Violation.
THIRD VIOLATION
I
3.
b
I
Any Contractor, employees of the Contractor, and/or Sub-Contractors
cited for a Third Violation will result in a fine of $150.00 and the
possible termination of the Contractor from the Project.
Any Contractor being cited for a Third Violation will be removed from
Cranston Print Work's Bidders List, and possibly from the Project.
(Enforcement of this policy starts on the date of the First Safety
Violation.)
Termination of the Contractor, due to Cranston Print Works Co. (CPW) Safety
Policy Violations, does not preclude CPW from recovering all Costs
associated with this termination, inclusive of Costs related to completion
of the Project.
I
(Rcv. 6 - 1/22/99) BidForm.doc) Data
f4
CRANSTON PRINT WORKS COMPANY
WEBSTER DIVISION
AGREEMENT BETWEEN INDEPENDENT CONTRACTORS
AND CRANSTON PRINT WORKS COMPANY
ALL contractors must check in at the gate house daily before
construction or maintenance work commences. All contractors are
required to comply with all Company and OSHA rules and
regulations. It is understood that you are doing this work as an
independent contractor, and Cranston does not assume any
for property damage, personal injury, and/or death,
liability
which may result from the performance of your contracted duties.
In addition, I agree to indemnify and hold Cranston Print
Works harmless from all allegations, demands, losses, expenses
(including attorney's fees) actions and claims for damages to/or
destruction of real or personal property and/or injury, including
injury resulting in death, to all persons.
I have read and understandthe above Safety Requirements, "CRANSTON
PRINT WORKS COMPANY - WEBSTER DIVISION SA FETY POLICIES", and
I am familiarwith OSHA Safety Reguladons. I hereby agree to the Safety
Policiesof CranstonPrint Works Company and will abide by these requirements
throughoutthe course of business.
Company Name
Authorized Representative(s)
Signature
Date
Alfred R. Canuel
Director of Engineering
Cranston Print Works Co.
Webster, MA
(SftyPoldoc) MOB
01570
LOCK-OUT PROGRAM
U
*
Means must be provided to prevent the operation of any Mechanical,
Electrical, or Fluid System or Equipment in any situation when the
tarting,activation, motion, -or operation of such system or equipment
ould cause injury to Operators, By-standers, or Workers performing
maintenance on such equipment.
Lock-Out Procedures
1.
As a general rule, Electricians are not to work on energized
equipment. However, situations which necessitate working on.
live equipment may arise. When those such situations occur,one must comply with the following rules:
a. Only licensed Electricians are permitted~to work on live
equipment. This rule holds true even for troubleshooting.
b. Before the Electrician begins working on energized
equipment (unless troubleshooting) he must inform the
chief electrician of his plans. If the chief electrician
is unavailable, he should first attempt to contact the
plant engineer and then the shift superintendent if the
plant engineer is unavailable. He cannot work on live
equipment if none of the above have been informed of his
plans.
c. An electrician should never be permitted to work on live
equipment alone. The only exception to this rule would be
troubleshooting.
d. The above are exceptions to the general rule which states
that electricians are not to work on energized equipment.
pe
2.
If electricians are working with machinery that can be started
up, that power source must be isolated and locked out.
3.
The individual who will be locking out equipment must alert
the operator and departmental supervisor that the equipment is
being locked out.
4.
A tag is applied to the fusible disconnect which is to be
locked out. The tag should include a description of the work
being done, the name of the person doing the job, and his/her
department..-
5.
The worker performing the work designated affixes his/her
signature to the lock-out tag and applies his/her personal
lock to said unit, even if another lock is already on the
control. No two locks should be the same, and the patterns
of the keys should be checked to see that each key fits only
one lock. Each lock should be stamped with the employee's
name or clock number. Only one key should be issued to each
person for their lock. The supervisor should have a master
list of key numbers and should keep the extra key to each
lock in his department.
(Rev. 6 - 1/22/99) BidForn.doc) Data
I
CLEANING:
01
-j
GENERAL
A. The following provisions shall apply:
1. Maintain the premises and Project site
in a reasonably neat
and orderly condition, free from accumulation of waste
materials and rubbish during entire construction period.
2. Remove all crates, cartons, trash and all flammable waste
materials from the work areas at the end of each working day.
3. Provide at your own expense, your own Dumpster's and
bear cost for removal and disposal of trash debris.
Do not place any rubbish or debris in CPW Dumpster's, unless
given specific written permission.
4. Do not dispose of trash or debris, by burning on Project site.
5. Clean and leave free from rubbish, construction debris, dirt
and dust all pipe and duct shafts, chases, furred spaces and
similar spaces which are generally unfinished and roof areas.
6. Clean and restore any finished surface which is defaced in any
way.
7. Upon completion of the work, remove all temporary buildings,
structures, fences, scaffolding, surplus materials and
rubbish of every kind from the site.
8. Contractors are responsible for receiving their own materials,
Cranston Print Works will not be responsible for receiving
Contractors' materials.
SAFETY
Pcontractors are responsible for following all Safety Regulations as
specified by Cranston Print Works Co. The Company Safety Policies are
in the (4) Documents (attached) listed below. All OSHA Regulations
must be strictly adhered to.
Istated
CPW SAFETY POLICY
LOCKOUT PROCEDURES
I
CONFINED SPACE ENTRY
MATERIAL SAFETY DATA SHEETS
(Rev. 6 - 1/22/99) BidForm.doc) Data
I
I
I:
116
CRANSTON PRINT WORKS COMPANY POLICY ON
-
CONTRACTORS SUPPLYING MATERIAL SAFETY DATA
SHEETS
FOR CHEMICALS BROUGHT ON SITE
Cranston Print Works Company requires that contractors who
use chemicals on Cranston's property submit material safety
data sheets to Cranston before these chemicals are~ brought
This requirement is necessary to ensure compliance
on site.
with OSHA's Hazardous Communication Standard and to assist
us in responding to any medical emergencies, spills or water
J
may occur while a contractor carries
disposal problems that
out his prescribed tasks. However, it is recognized that
contractors may frequently use small quantities (less than
one gallon) of a chemical, such as a lubricant, which is
purchased directly from a retail outlet and for which a
material safety data sheet is not readily available.
Cranston Print Works does not require contractors to provide
material safety data sheets for small quantities of off the
shelf, commercial products. All commercial products brought
must be in the original container and/or labeled
on site
with the product's name, manufacturers name, and appropriate
hazard warning.
M4ak O'Brien
Environmental Engineer
Rev. 6/25/92
(MSDSFORM)
t
I-
-
OCRANSTON
-
PRINT WORKS COMPANY
WEBSTER DIVISION
PERMIT REQUIRED CONFINED SPACES
ENTRY BY OUTSIDE CONTRACTORS
According to OSHA regulations (29CFR 1910.146), a confined
space is defined as a space large enough for an employee to
enter, limited or restricted means for entry or exit, and is
not designed for employee occupancy.
Confined spaces are
further classified into two groups: permit required spaces
A permit defined space has the
and non-permitted spaces.
following criteria:
A.
B.
C.
D.
-o
Potential to contain a hazardous atmosphere
Contains a material which has the potential for
engulfing a worker
Has an internal configuration such that a worker could
be trapped by inward converging walls
Contains any recognized serious safety or health hazards
The Webster Division has approximately 20 areas which are
of
A list
classified as "permit required confined spaces".
the
In
these spaces is provided on the following two pages.
event that entry is required into one of these areas, a
Cranston Project Engineer, Maintenance Supervisor or Safety
Representative will review the particular hazards and
precautions with the Contractor. It is the Contractors
responsibility, however, to comply with the OSHA standard.
All confined space equipment required, which includes but is
not limited to:
A.
B.
C.
D.
Air testing equipment
Retrieval systems
Ventilation blowers
Protective gear
must be provided by the Contractor. He must also provide
the necessary personnel to serve as "attendant" and "entry
supervisors".
A copy of the cancelled Entry Permit must be sent to the
attention of the designated Cranston Print official upon
completion of the Work. In the event of an emergency, the
Their
Town of Webster maintains a qualified Rescue Squad.
943-4321.
(508)
is
phone number
(bid-form) 1/18/94
I
CONFINED SPACES - WEBSTER DIVISION
Revised 2-23-98
Quantity
A.
B.
C.
D.
E.
F.
Rope Range - "J"Boxes
Rope Range - Saturators
Bins
Frames
Ventilation Duct
White Bin Sump
G.
Chemical Tanks
A.
A.
B.
3
2
12
3
2
CPW
Entry?
Permit
Space?
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
No
Yes
Yes
Plan
#
Potential
Hazard
ST, Eng.
02, CC
O Eng
M
M
1
02,
la
2
3
3a
4
2_
1) Caustic
2) Peroxide
2
1
No
No
Yes
02, CC
5a
Yes
02, CC
5b
Binder Tanks
4
Yes
Yes
02
6
Agers - 1,3 (Not 4)
Chemical Tanks
1) Softener
2) Catalyst
4
Yes
Yes"
ST. CC, F
7ab,c
2
I
No
No
Yes
Yes
02
8
8
3)
Resin
I
No
Yes
4)
5)
6)
7)
8)
9)
Spare Tanks
Acetic Acid
No Dust
Finish Frames
Soaper Can Rooms
Exhaust Stacks
2
1
1
4
2
No
No
No
Yes
Yes
No
Yes
Yes
Yes
No
No
Yes
10
02
CC,
8
02
02
Fume, CC, 02
CC, 0 2
M
M
M, CC, 02
8
9
8
10
10a
11
Notes:
CC = Chem Contact
02= Low Oxygen
Eng = Engulfment
S = Sulfide
CONFSPAC.XLS
ST = Steam
M = Mechanical
* Natural Agers - Can be downgraded to "Certifiate Staces"
Revision 2/24/98
Data.XLS
I
CFW
Permit
Potential
Plan
Quanity
Entry?
space ?
Hazard
#
DEPAFTMENT
MEr$NJ
A
Waste Water Basins
3
yes
yes
S,CC
12a,b
B
DAF Sump
1
yes
yes
02,S
13
C
Pump House Sump
1
yes
yes
02,S
14
1
yes
yes
02,S
15
2
yes
yes
02,S
16
1) Ferric Chloride
1
no
yes
02,CC
17
2) Uq. Carbon Dioxide
1
no
yes
02,CC
18
C & P lift station Sump
D
E
Bleach Sumps
F
Chemical Storage Tanks
G
Manholes
20
yes
yes
02,SCC
19
H
Raceway
1
yes
yes
O2,ENG
20
1) Weak Feed Tanks
2
no
yes
02,CC
21
2) Product Tanks
2
no
yes
02,CC
22
3) Evaporators
2
yes
yes
02,CC
23
4) Settling Tanks
2
yes
yes
02,CC
24
I Zaremba
A
Boilers
3
yes
yes *
02
25
B
Main Stack
1
no
yes
02
26
1) 500,000 gallon
1
no
yes
02,CC
27a
2) Day Tanks
2
no
yes
02,CC
27b
3) Deaerator Tank
1
yes
yes
F.02, ENG.
27c
D Tower Water Tank
1
no
yes
02, ENG.
28
C Oil Tanks
Notes:
CC- chem contact 02-
low oxygen ENG.- engulfment
S- sulfide F-fume ST steam M-mechanical
* Can be downgraded to "certificate space"
rev. 11-5-93
CRANSTON PRINT WORKS CO. - WEBSTER DIVISION
CONFINED SPACE ENTRY PERMIT
( This permit is to be posted at the job site until the job is completed
-
DATE
DEPARTMENT
START
CONFINED SPACE
STOP
|
TIME
DESCRIPTION OF
WORK REQUIRED
I
I -
HAZARDS
Answer all questions
Yes
No | N/AI
1. Has space been ventilated ?
2. Is the space free of other atmospheric contaminants ?
_3. Has the space been purged and flushed with clean water ?
4. Are the reouired lock outs in place?
5, Is the Attendent trained and available ?
6. Are entrants trained on the hazards nosed?
7. Is adequate lighting available ?
I
8. is the space secure from unauthorized entry?
9. Is the rescue service available?
10. Is the internal temperature OK?
11. Communication system operable?
Check Required Protective Equipment
L]
Hard Hat
Harness &
Retrieval
Gaggles
Gas
monitor .
Gloves
Breathing
ApparatusD
Pr otective
F]
Suit
GAS TESTING RESULTS
21
Oxygen
23.5 max.
WA
ia.e
dfnot applic)abl
31
Combustable
% LE.L
Permissible
Entry Level
Toxics
Ii< 10
Monoxide
Acetic
Sulfide
% LE.L
%
19.5 min.-
Other
specify)
ppm
<10
PPM
< 30
SIGNATURES:
Entry Supervisor
Attendent (s)
Entrant (s)
Permit cancelled at:
IW
I
( Return canceled permits to the attention of .S-Gabe-)
Do4ALbS0
-page 3 -
01014
WORK SEQUENCE
PART 1 - GENERAL
1.01 CONSTRUCTION SCHEDULE
A,
The CONTRACTOR has submitted a proposed construction schedule for the
Work with his Bid.
B.
Prior to the start of Work, a Progress Schedule shall be submitted to the
ENGINEER. The Progress Schedule shall include a detailed listing of the
sequence and dates for all major stages of the Work, order and delivery of
materials and equipment, and an estimated time of completion.
C.
The Progress Schedule will be updated by the CONTRACTOR every two weeks
from the date of the Contract Award Date. Changes in the approved schedule
will not be allowed without written approval of the ENGINEER.
If the
construction progress does not adhere to the schedule as approved or revised,
measures shall be taken to make up for the lost time so that completion of the
Work is in accordance with the schedule.
PART 2-PRODUCTS
(not used)
PART 3-EXECUTION
(not used)
END OF SECTION
01014-1
01014
WORK SEQUENCE
PART 1 - GENERAL
1.01 CONSTRUCTION SCHEDULE
A.
The CONTRACTOR has submitted a proposed construction schedule for the
Work with his Bid.
B.
Prior to the start of Work, a Progress Schedule shall be submitted to the
ENGINEER. The Progress Schedule shall include a detailed listing of the
sequence and dates for all major stages of the Work, order and delivery of
materials and equipment, and an estimated time of completion.
C.
The Progress Schedule will be updated by the CONTRACTOR every two weeks
from the date of the Contract Award Date. Changes in the approved schedule
will not be allowed without written approval of the ENGINEER. If the
construction progress does not adhere to the schedule as approved or revised,
measures shall be taken to make up for the lost time so that completion of the
Work is in accordance with the schedule.
PART 2-PRODUCTS
(not used)
PART 3-EXECUTION
(not used)
END OF SECTION
01014-1
01040
CONTROL AND INSPECTION
PART 1 - GENERAL
1.01
ENGINEER'S AUTHORITY
A.
The ENGINEER shall be the sole judge of the intent and meaning of the Drawings
and Specifications and its decisions thereon and its interpretation thereof shall be
final, conclusive and binding on all parties.
B.
The OWNER has appointed Environmental Science Services, Inc. Providence,
Rhode Island as the ENGINEER during the life of the Contract, who shall observe
the Work in progress on behalf of the OWNER, The ENGINEER shall have
authority: (1) to act on behalf of the OWNER to the extent expressly provided in
the Contract or otherwise in writing; (2) to stop the Work whenever such stoppage
may be necessary, in his sole discretion, to prevent improper execution of the
Work, or otherwise to protect the interests of the OWNER; (3) to determine the
amount, quality, acceptability and fitness of all Work, materials and equipment
required by the Contract; and, (4) to decide all technical questions which arise in
relation to the Work, the execution thereof, and the fulfillment of the Contract.
C.
All shipments of petroleum contaminated soils and waste materials shall be
approved by the ENGINEER.
D.
The CONTRACTOR shall conduct weekly update meeting with the ENGINEER
and OWNER to review the progress of the Work and compliance with the
schedule.
E.
The CONTRACTOR shall proceed without delay to perform the Work as directed,
instructed, determined or decided by the ENGINEER or other designated OWNER
representative and shall comply with such directions, instructions, determinations or
decisions.
F.
Any doubts to the meaning of or any obscurity as to the working of these
Specifications and Contract will be explained, and all directions and explanations
requisite or necessary to complete, explain, or make definite any of the provisions of
the Specifications or Contract and to give them due effect will be given by the
ENGINEER. The CONTRACTOR shall have the right of appeal to the OWNER in
the event of disagreement with the decision of the ENGINEER.
01040-1
01040
CONTROL AND INSPECTION
1.02
INSPECTORS
A.
1.03
INSPECTION
A.
1.04
The OWNER and/or the ENGINEER shall inspect all Work performed and all
materials and/or equipment furnished. Such inspection may extend to all or any part
of the Work and to the preparation or manufacture of the materials to be used.
Imperfect materials or work, which may be detected, shall be replaced or corrected
immediately on the requirement of the OWNER or the ENGINEER not withstanding
that it may have been previously overlooked and included in a partial payment.
Materials condemned or rejected by the ENGINEER representative will be marked
and shall, on its demand, be removed at once to a satisfactory distance from the
Work. If not removed within twenty-four (24) hours after receipt of written notice
from the OWNER, it may be removed by the OWNER and cost will be charged to
the CONTRACTOR and deducted from payment due or which may become due to
him.
CONTRACTOR'S EQUIPMENT AND WORK FORCE
A.
All machinery and equipment to be used shall be of sufficient size and in proper
operating condition to accomplish the Work as described herein and shall be such as
to produce a satisfactory quality of work, A competent foreman or superintendent
shall be present at all times during the process of the Work with authority to act for
the CONTRACTOR and obey orders issued by the OWNER. A work force of
sufficient size with the required experience and ability shall be employed at all times
to assure that the Work will be prosecuted in a satisfactory and workmanlike
manner.
B.
If the OWNER at any time gives notice, in writing, to the CONTRACTOR that an
employee is, in its opinion, incompetent, unfaithful, disorderly, discourteous,
careless, unobservant of instructions, or in any way a detriment to the satisfactory
progress of the Work, such employee shall be immediately removed from and not
again allowed upon the Project site. Likewise, equipment and machinery, deemed
inadequate and unsatisfactory shall be removed from the Project site when such
written notice is received by the CONTRACTOR.
C.
Unless otherwise expressly provided, the means and the methods of construction are
01040-2
01040
CONTROL AND INSPECTION
at the option of the CONTRACTOR. Only adequate and safe procedures, methods,
structures and equipment shall be used. The OWNER'S approval, or failure to
exercise its right thereon, shall not relieve the CONTRACTOR of obligations to
accomplish the result intended by the Contract, nor shall such create a cause of
action for damages or extras.
D.
All CONTRACTOR employees that may potentially come in contact with the
hazardous materials present at the site shall have 40-hours training in compliance
with the requirements of CFR1910.120. The CONTRACTOR'S superintendent
shall have site supervisor's training in compliance with the requirements of
CFR1910.120.
PART 2 - PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01040-3
01050
FIELD ENGINEERING
PART 1 - GENERAL
1.01
WORK INCLUDED
A.
Primary Line and Grade and Measurements
1.
The CONTRACTOR shall employ a competent Surveyor or Engineer
registered in the State of Massachusetts and require said Surveyor to establish
any additional lines, elevations, reference marks, batterboards, etc., needed
by the CONTRACTOR or the OWNER during the progress of the Work, and
from time to time to verify such marks by instrument or other appropriate
means.
Said elevations shall include, but not be limited to initial surface contours,
final contours of the excavation; and final contours of the cover.
3.
The OWNER shall be permitted at all times to check the lines, elevations,
reference marks, batterboards, etc., set by the CONTRACTOR, who will
correct any errors in lines, elevations, reference marks, batterboards, etc.,
disclosed by such check. Such a check shall not be construed to be an
approval of the CONTRACTOR'S work and shall not relieve or diminish in
any way the responsibility of the CONTRACTOR for the accurate and
satisfactory construction and completion of the entire Work.
4.
The CONTRACTOR shall have his Surveyor prepare "As-Built" drawings
showing the vertical and horizontal limits of excavation performed by the
CONTRACTOR. The submittal shall be in the form of one hard copy with a
3 -inch disk of all information contained on the hard copy done on Autocad
Release 14. The "As-built" drawings shall be delivered to the ENGINEER
for review within one month of completion. Certification of the "As-built"
drawing by the Registered Surveyor or Engineer is required. Submittals of
these "As-built" drawings shall conform to requirements of SECTION 01300.
01050-1
01050
FIELD ENGINEERING
PART 2 - PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01050-2
01060
REGULATORY REQUIREMENTS
AND
RESPONSIBILITY TO THE PUBLIC
PART 1 - GENERAL
1.01 REGULATION
A.
The CONTRACTOR shall give all necessary notices, obtain all permits and pay all
fees and other costs in connection with the Work. The CONTRACTOR shall obtain
all required Manufacturer's Certificates of Inspection and deliver these documents to
the OWNER, except as noted.
B.
The OWNER will obtain any Order of Conditions associated with conducting
construction activities within 50 feet of a waterway. The OWNER shall obtain any
permit and licenses associated with the proper management of asbestos encountered
during the Work. The OWNER will perform Notification of DIG SAFE.
C.
The ENGINEER will provide any necessary Bills of Lading required for the
transport of petroleum contaminated soils to the selected off-site recycling facility.
D.
The CONTRACTOR shall include in the Work, without extra cost to the OWNER,
labor, materials, services and drawings required to comply with all applicable laws,
ordinances, rules and regulations, whether or not shown on the Drawings or
specified.
E.
The CONTRACTOR is assumed to have made himself familiar with all federal,
state, local and municipal laws, ordinances, rules and regulations which in any
manner affect those engaged or employed in the Work, or the materials or equipment
used in or upon the Work, or in any way affect the Work, and no plead of
misunderstanding will be considered on account of the ignorance thereof. If the
CONTRACTOR shall discover any provision in the Drawings, Specifications or
other Contract Documents which is contrary to, or inconsistent with, any such law,
ordinance, rule or regulation, he shall forthwith report it to the OWNER in writing.
F.
For the security and safety of persons in or adjacent to construction operations, the
"Manual of Accident Prevention in Construction" of the National Safety council shall
be followed as applicable specifically, or similarity of operation, or as in the opinion
of the governing jurisdictions may be necessary for protection.
01060-1
01060
REGULATORY REQUIREMENTS
AND
RESPONSIBILITY TO THE PUBLIC
1.02 RESPONSIBILITY TO THE OWNER
A.
B.
Traffic
1.
This Work will be performed in an active portion of the Cranston Print Works
facility adjacent to the plant shipping and receiving area. Because of the
critical nature of this operation to the overall plant operations, excavation
activities may be temporarily curtailed to accommodate deliveries. Every
effort will be made by the OWNER to schedule activities in a manner which
does not impact the execution of this Work. The OWNER will provide the
CONTRACTOR with a schedule of truck activity which may impact the
The
Work for the following day at the end of each work day.
CONTRACTOR will be expected to schedule his activities in a manner that
scheduled truck traffic does not impact his operations.
2.
The CONTRACTOR shall provide three (3) days notice to the OWNER and
ENGINEER of the movement of any soils for off-site reuse or any waste
materials generated in the Work.
2.
Construction operations shall be programmed and conducted to maintain
adequate emergency vehicle access within and adjacent to the site.
3.
Work includes all operations for proper traffic maintenance and coordination
with local traffic requirements.
4.
The CONTRACTOR shall conduct all operations in a manner which complies
with all applicable laws and ordinances and which will in no way discredit
OWNER at any time.
Sanitary Provision
1.
C.
The CONTRACTOR shall provide adequate sanitary facilities for the use of
those employed on the Work.
Protection of Property
1.
All property along the line of the Work, or which is in the vicinity of, or is
any way affected by the Work shall be protected and preserved from damage
01060-2
01060
REGULATORY REQUIREMENTS
AND
RESPONSIBILITY TO THE PUBLIC
by the CONTRACTOR. Trees, fences, water, pipes, drains, conduits, poles
or wires for electrical purposes, railways, or other structures shall not be
moved without consent of the persons owning or controlling them; and in
crossing or working near them, they shall be sustained securely in place and
shall be so treated as to render their condition as efficient and permanent as
before.
2.
Property damaged shall be immediately repaired and restored at the expense
of the CONTRACTOR, or if required, the CONTRACTOR shall make the
necessary repairs. In cas& of failure on the part of the CONTRACTOR to
restore such property as it deems necessary, OWNER will have repairs made
and any cost thereof will be deducted from payments due or which may
become due to the CONTRACTOR under this Contract.
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01060-3
01070
STANDARDS
PART 1- GENERAL
1.01 STANDARDS
Where standards of the following organizations or any other standards, codes or
specifications are referred to in the Specifications, the reference is to the particular
standards, codes, or specification cited, together with all amendments applicable at
the date of the opening of Bids; and shall apply except to the extent that said
standards, and requirements may be in conflict with applicable laws or ordinances.
Acronym
Organization
AASHTO
Al
ASTM
EPA
OSHA
MADEP
American Assn. of State Hwy. & Trans. Officials
The Asphalt Institute
American Society for Testing and Materials
Environmental Protection Agency: U.S. Govt.
Occupational Safety and Health Administration
Massachusetts Department of Environmental Protection
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01070-1
01150
MEASUREMENT AND PAYMENT
1.01 GENERAL
A.
Payment for Work performed under this Contract will be made as set forth herein
under the individual Bid Items and Supplemental Bid Items contained within the Bid
Form and Supplement to Bid Form.
B.
If a Contract is awarded on a combination of Items, other than the total, the Work
performed shall be complete and operable with each Item standing alone and in
conformance with all provisions of the Contract Documents.
C.
There shall be no Work or cost added to an Item which has been included under any
other Item.
D.
The Work included under each Item shall consist of providing and installing the
materials and/or equipment, complete, as enumerated below. Payment for each Item
will be made at the Lump Sum or Fixed Unit Price bid in accordance with the
provisions of Sections 1.02 and 1.03 of this Section.
E.
CONTRACTOR shall include in the price Bid for each applicable Bid Item listed in
the schedule of prices the cost of coordination, demobilization, labor, health and
safety measures including personnel protective clothing, equipment and
decontamination, materials, tools and equipment, sheeting and shoring in trenches
and pits, soil, material and equipment testing, repairs to the roads due to construction
damage, dewatering, protection of adjacent work, maintenance of traffic,
displacement, replacement and/or repair of damage to any existing utility and/or
structure by CONTRACTOR activity, record drawings, code inspections, quality
assurance and quality control and all other cost necessary to provide, complete in
place, all Work required to complete each Item in the Bid Form.
F.
Work Items included with each schedule of prices are described in the following
paragraphs.
01150-1
01150
MEASUREMENT AND PAYMENT
1.02
BASE BID
A.
B.
C.
Mobilization
1.
Mobilization shall consist of the furnishings of all Work, materials and
operations required for the assembling and setting up for the Project,
including, but not limited to, initial movement of personnel to the Project site;
establishment of office for the CONTRACTOR and ENGINEER;
establishment of shops and plants; construction any facilities required by the
Specifications and state or local regulations; moving on and off site all
construction equipment, hauling units, concrete mixers, hoisting equipment,
compressors and tools required to complete the Work; establishment of
storage yard area; all oth6r Work and operations which must be performed
prior to beginning Work on compensable Items of Work at the Project site;
the cost of required insurance and bonds and any other initial expenses
required including, but not limited to submittal of all schedules,
decontamination plans, health and safety plans, contingency plans, quality
assurance/quality control plans, manufacturer's certifications and product
literature, and material analysis.
2.
Price for this Item shall be included as a lump sum in the Bid Form.
Furnishings and Installing Sediment and Erosion Controls and Stormwater
Management Facilities
1.
Work under this Item includes, but is not limited to all the Work required to
provide complete in place, erosion and sediment control measures shown on
the Drawings and specified herein; stabilizing all disturbed; and all the Work
necessary to comply with all notes shown on Drawings. Work and materials
shall conform to provisions of the Contract Documents. CONTRACTOR is
required to coordinate Work with the various regulatory agencies of the
County and State, if required.
2.
Price for this Item shall be included as a lump sum in the Bid Form.
Removal and Off-Site Disposal of Former Pump House
1.
Work under this item includes, but is not limited to, demolition of the former
pump house building and the transport for disposal as demolition debris.
01150-2
01150
MEASUREMENT AND PAYMENT
D.
E.
2.
Removal, decontamination, and transport of the equipment and piping located
in the interior of the former pump house.
3.
Preparation of paperwork documenting the disposal of the demolition debris,
piping and equipment and submittal to the ENGINEER.
4.
Price for this Item shall be included as a lump sum in the Bid Form.
Demolition and Off-site Disposal of Pipe Bridge and Process Pipelines
1.
Work under this Item includes, but is not limited to; removal and
decontamination of former oil piping and steam piping located on the pipe
bridge
2.
Removal and off-site disposal of the pipe bridge and supports.
3.
Price for this Item shall be included as a lump sum in the Bid Form.
Removal and Off-site Disposal of Asbestos Containing Materials
1. Work under this Item includes, but is not limited to; Notification of
Massachusetts DEP and obtaining all licenses and approvals to removes
approximately 120 linear feet of asbestos covered piping
2. Removal of all asbestos containing materials from the underground steam line
and process oil lines and steam piping in the utility run to the Powerhouse.
3. Off-site disposal of all asbestos containing materials at a landfill approved by the
OWNER.
4. Price for this Item shall be included as a Unit Cost in the Bid Form
F.
Excavating and Stockpiling of Site Soils
4.
Work under this Item includes, but is not limited to; excavating; transporting;
and stockpiling, of soils (both contaminated and uncontaminated) within the
Limits of Excavation shown on the Drawings.
5.
Work under this Item includes, but is not limited to; excavating; transporting;
and stockpiling of soil in accordance with the Specifications.
01150-3
01150
MEASUREMENT AND PAYMENT
G.
H.
6.
Price for this Item shall be included as a lump sum in the Bid Form.
7.
The volume serving as the basis for the lump sum bid shall be the volume
represented by the Limits of Excavation shown on the Drawings excavated to
a uniform depth of 11 feet. The payment shall be based on the actual volume
excavated as determined by the survey in accordance with Section 01050 of
these Specification.
8.
Price for excavating, transporting and stockpiling beyond the base amount
shall be included as a fixed unit cost in the Bid Form.
Transport and Disposal of Petroleum Contaminated Soils
1.
Work under this Item includes, but is not limited to; transporting; and
recycling of petroleum contaminated soils at a licensed asphalt recycling
facility in accordance with all local, state, and federal regulations.
2.
Work under this Item also includes, but is not limited to associated sampling
and analysis in support of disposing of petroleum contaminated soils.
3.
Price for this Item shall be included as a fixed unit cost in the Bid Form.
4.
The payment for this Item shall be based on the actual weight receipts
provided by the receiving facility.
Excavation Dewatering
1.
The Work under this Item includes, but is not limited pumping, storage,
treatment, and discharge of treated water, disposal of residuals, decontamination
of equipment and other operations pertaining thereto for constructing and
preparing the earthwork.
2.
The price for providing excavation dewatering shall be included as a lump
sum cost assuming one month of operation.
01150-4
01150
MEASUREMENT AND PAYMENT
I.
Furnishing, Placing and Compacting Common Borrow
1.
Work under this Item includes, but is not limited to furnishing, placing,
grading and compacting previously excavated, uncontaminated soils and
common borrow in accordance with the Contract Documents and to the limits
shown on the Drawings.
2.
Price for placement, grading and compacting of uncontaminated soils and
common borrow shall be included as a lump sum in the Bid Form.
3.
The volume serving as the basis for the lump sum bid shall be the volume
represented by the Limits of Excavation shown on the Drawings placed and
compacted from a uniform depth of 11 feet below grade. The payment shall
be based on the actual volume placed and compacted as determined by the
survey in accordance with Section 01050 of these Specifications.
4.
J.
1.04
Price for providing common borrow to the job site shall be included as a fixed
unit cost in the Bid Form.
Furnishing and Placing Asphalt Layer
1.
Work under this Item includes, but is not limited to furnishing, placing and
grading the asphalt layer in accordance with the Contract Documents and to
the limits shown on the Drawings.
2.
Price for this Item shall be included as a fixed unit cost in the Bid Form.
PAYMENT PROCEDURE
A.
Breakdown of Lump Sum and Fixed Unit Price Items:
1.
Within seven (7) days after the OWNER issues a Notice of Award of
Agreement, the CONTRACTOR shall submit to the ENGINEER, in a form
approved by the ENGINEER, a complete detailed breakdown of all lump sum
and fixed unit price Items awarded. The detailed breakdown shall include
quantities with all material and labor costs for individual Work Items required
to complete the lump sum and fixed unit price Item, Quantities estimated by
the CONTRACTOR are for the purpose of providing a basis for realistic
The
progress payment consistent with performance of the Work.
01150-5
01150
MEASUREMENT AND PAYMENT
CONTRACTOR will revise the job breakdown if the ENGINEER so
requests.
2,
3.
Payments are made in accordance with Article 14 of the GENERAL
CONDITIONS. The CONTRACTOR may request periodic payments on a
monthly basis in accordance with a time schedule approved by the
ENGINEER. Submission for payment may be made to the ENGINEER if the
OWNER so directs. However, all payment requests will be made on the
basis of the approved breakdown and accompanied by all supporting
documentation required herein,
a.
The CONTRACTOR may request payment for specified items of
material and equipment which have been purchased for incorporation
into the Project provided these Items have been previously approved
for use in accordance with the Contract Documents and provided the
ENGINEER agrees to the request of the CONTRACTOR.
b.
Payment requests for materials or equipment purchased may be
honored for materials or equipment that are not on site but stored in a
manner satisfactory to the ENGINEER. Payments will be made for
specific items of material and equipment provided an invoice and
delivery ticket is submitted with the payment request which indicate
clearly the materials and equipment are to be used for the Project. The
following periodic payment request must include a receipted invoice
certified by the vendor as to payment received for the specified item
which had been previously paid for. Unless the required certified
invoice is received with the following request for periodic payment,
money previously paid will be deducted from any money due the
CONTRACTOR without any penalty of any kind to the OWNER.
Payments to the CONTRACTOR shall be based upon the amount and value
of the Work performed during each monthly period. On the last day of each
month, the CONTRACTOR shall submit to the ENGINEER a list of
quantities of the items of the Work satisfactorily accomplished during the
preceding monthly period including an estimate of percent completion of the
Work to date and satisfactory evidence that all just liens, claims, and
demands of subcontractors, laborers, services, materials, and equipment
arising out of such Work are fully satisfied, and that all Work is fully released
from liens, claims, and demands, whether just or otherwise. Within ten (10)
calendar days thereafter, the OWNER will make whatever corrections are
necessary to the submitted list of quantities of Work items accomplished and,
01150-6
01150
MEASUREMENT AND PAYMENT
if necessary, return the corrected list of quantities to the CONTRACTOR, in
which case the CONTRACTOR will resubmit a corrected list for the
OWNER' review. CONTRACTOR shall submit draft invoices to the
ENGINEER 3 days prior to the last day of each month, for advance approval,
so as to expedite the monthly invoice approval process. Within 30 days of
each such submittal or re-submittal which has been approved for payment,
the OWNER shall pay the CONTRACTOR the amount of the original or
resubmitted invoice for the approved Work; provided, however, that the
OWNER will retain 10% of each payment due as Final Payment.
4.
FinaLPayment
a.
As part of his request for Final Payment, the CONTRACTOR shall
submit documentation to the OWNER that all Subcontractors used to
complete the Work have been paid in full.
b.
After the ENGINEER has conducted the Final Formal Evaluation as
provided paragraph A.3 of this Agreement, the OWNER will notify the
CONTRACTOR in writing that the OWNER either accepts or rejects
the Work.
c.
If the OWNER accepts the Work, the OWNER will deliver Final
Payment to the CONTRACTOR within thirty days of notification of
acceptance.
d.
If the OWNER rejects the Work, the OWNER will state the reasons
therefor in writing and provide them to the CONTRACTOR within 48
hours after receipt of the notice of rejection. CONTRACTOR shall
initiate action to correct the stated deficiencies as expeditiously as
possible at the CONTRACTOR's expense. If the CONTRACTOR
fails to correct the deficiencies to the satisfaction of the OWNER, the
OWNER may retain the final payment and pursue any other remedies
available to them.
e.
CONTRACTOR's acceptance of Final Payment shall constitute
CONTRACTOR's release of the OWNER and the Engineer from all
claims for Payment with regard to the Work.
PART 2- PRODUCTS
(not used)
01150-7
01150
MEASUREMENT AND PAYMENT
PART 3 - EXECUTION
( not used)
END OF SECTION
01150-8
01300
SUBMITTALS
PART 1 - GENERAL
1.01
DESCRIPTION
A.
Materials, equipment, workmanship, design and arrangement of all Work
performed under the Contract shall be subject to the approval of the OWNER.
B.
Work Included:
1.
Procedures for submittal to OWNER of Contingency Plans and Health and
Safety Plans Materials List, Certificates and Affidavits, Samples for
Testing, Shop Drawings, operation and maintenance literature and other
miscellaneous data for approval.
2.
Procedures for submittal to OWNER of proposed facility(ies) for use for
off-site recycling of petroleum contaminated soil.
3.
Procedures for submittal to OWNER of proposed facility(ies) for off-site
disposal of demolition debris, asbestos containing materials and any other
waste (both hazardous and non-hazardous) generated during execution of
the Work.
4.
Procedures for submittal to OWNER of proposed Schedule for conducting
the Work.
5.
Procedures
drawings.
for
turnover
of CONTRACTOR
prepared
"As-Built"
PART 2- PRODUCTS
2.01
MATERIALS LIST
A.
Within 5 working days of the Award of the Contract, the Contractor shall submit
site-specific Contingency and Health and Safety Plans (HASP) to the OWNER for
review. The OWNER shall review the CONTRACTOR'S HASP for content and
to provide documentation that the CONTRACTOR is conducting response actions
in accord with the Massachusetts Contingency Plan. Comments or lack there of
shall not be construed as approval of the CONTRACTOR'S HASP.
B.
Within 5 working days of the Award of the Contract, the Contractor shall submit
a list of proposed facility(ies) for use for off-site recycling of petroleum
01300-1
01300
SUBMITTALS
contaminated soil for approval. Within 5 working days the OWNER shall review
the list of facility(ies) and notify the CONTRACTOR of which (if any)
facility(ies) the OWNER has approved for recycling the petroleum contaminated
soils. If none of the facility(ies) proposed by the CONTRACTOR is approved by
the OWNER, the CONTRACTOR shall prepare a second list of facility(ies) for
approval.
C.
Within 5 working days of the Award of the Contract, the Contractor shall submit
a list of proposed facility(ies) for use for off-site disposal of demolition debris
and any other waste (both hazardous and non-hazardous) generated during
execution of the Work for approval. Within 5 working days the OWNER shall
review the list of facility(ies) and notify the CONTRACTOR of which (if any)
facility(ies) the OWNER has approved for recycling the petroleum contaminated
soils. If none of the facility(ies) proposed by the CONTRACTOR is approved by
the OWNER, the CONTRACTOR shall prepare a second list of facility(ies) for
approval.
D.
Within 5 working days of the Award of the Contract, the Contractor shall submit a
Contingency Plan for the management of spills and release of oil and hazardous
materials during the execution of the Work. The contingency plan will designate
the emergency procedures to be followed by the contractor in the event of a spill
or release of hazardous materials during the implementation of the remedial
measures. The contingency plan will establish the contractor's chain-of-command
and provide a list of telephone numbers for notification during an emergency.
The plan shall specifically address the management procedures associated with the
soil stockpiles and the activities and procedures to minimize and control releases
during demolition activities.
E.
Within 5 working days after the Contract is awarded, the CONTRACTOR shall
furnish the OWNER with a Materials List. The purpose of this list is to aid the
CONTRACTOR in fulfilling his responsibilities to have all products tested as per
the Specifications, or approved by Shop Drawings before being installed in the
Work.
F.
The Materials List shall indicate all products which the CONTRACTOR believes
will be incorporated in the Work. Omission from this list of any product required
by the Contract Documents shall not relieve the CONTRACTOR of the Contract
requirements for providing that product and completing the associated Work as
specified. Each such omission discovered by the OWNER shall be brought to the
CONTRACTOR'S attention for the purpose of revising the Materials List. The
OWNER reserves the right to make any revisions to the Materials List after
01300-2
01300
SUBMITTALS
award of the Contract that he deems necessary.
G.
A material safety data sheet for any chemicals proposed for use in the Work shall
be submitted with the Materials List in accordance with the Cranston Print Works
Company policy.
H.
For each entry of the Materials List reference to the Contract Documents shall be
made, along with an indication of the type of submittal(s) that the
CONTRACTOR plans to make to the OWNER. More than one type of submittal
may be required. The OWNER will approve the types of submissions listed
below:
1.
Sample for testing, approval or filing.
2.
Certificate(s) and Accompanying Affidavit.
3.
Shop Drawing.
I.
For each item on the Materials List, the CONTRACTOR shall indicate the
proposed source of supply and manufacturer for that entry.
J.
The OWNER will review the CONTRACTOR'S proposed source of supply or
manufacturer for each entry and indicate his approval or disapproval of each, and
return the Materials List to the CONTRACTOR within 2 calendar days.
K.
The following conditions apply concerning approvals:
1.
Approval of a particular source of supply or manufacturer does not relieve
the CONTRACTOR of his obligation to fulfill all requirements of the
Contract Documents.
2.
Approval of a particular manufacturer shall in no way be construed by the
CONTRACTOR as obligating the OWNER to approve a Shop Drawing
for a product from that manufacturer.
3.
Subsequent to disapproval of a particular source of supply or
manufacturer, the CONTRACTOR shall submit to the OWNER for
approval within 10 days after notification of such disapproval a different
source of supply or manufacturer for that product. The entire Materials
List need not be resubmitted.
01300-3
01300
SUBMITTALS
4.
L.
2.02
The CONTRACTOR shall submit a proposed schedule for execution of the Work
with this Bid. The CONTRACTOR shall update the schedule for completion of
the Work every two weeks from the Award of the Contract
CERTIFICATES AND AFFIDAVITS
A.
B.
2.03
As an alternative to disapproving a particular source of supply for a
product, the OWNER reserves the option to alter the type of submittal
required for that product.
Where specified in the Contract Documents that a certificate or affidavit be
submitted to the OWNER for a particular material, product or product
component, such submittals shall be made in accordance with the following:
1.
Material and Equipment: A certificate of Compliance shall indicate that
the material, product or product component complies with the
requirements of the Contract Documents, and it shall be accompanied by
test results and/or other technical data substantiating such compliance.
Certificate shall be supplied by the material supplier or product or product
component manufacturer.
2.
Installation: A Certificate of Compliance shall indicate that the equipment
or system has been properly installed in compliance with manufacturer's
instructions and is ready to be operated. Certificate shall be supplied by
the equipment or system manufacturer or manufacturer's representative.
Each certificate shall include a signed sworn statement by an official of the
company originating the certificate attesting to the truth and accuracy of all
information contained in the certificate. If such attestation of truth and accuracy
cannot be included in the certificate itself, it must be provided as an affidavit
accompanying the certificate.
SHOP DRAWINGS
Not Used.
2.04
CONSTRUCTION AS-BUILT DRAWINGS
A.
The CONTRACTOR shall maintain at the job site a complete set of Project
Drawings as issued with the Contract Documents.
01300-4
01300
SUBMITTALS
B.
The CONTRACTOR shall employ a competent Surveyor or Engineer registered in
the State of Massachusetts.
The Surveyor shall prepare "As-Built" drawings
showing the vertical and horizontal limits of excavation performed by the
CONTRACTOR. The drawing shall also contain a metes and bounds description
of the Limits of Work and shall be suitable for filing with the Registry of Deeds.
C.
The submittal shall be in the form of one hard copy which is signed and stamped
by the Surveyor along with a 3 -inch disk of all information contained on the hard
copy done on Autocad Release 14. The "As-built" drawings shall be delivered to
the ENGINEER for review within one month of completion.
2.05
SAMPLES
A.
If OWNER so requires, either prior to or after commencement of the Work, the
CONTRACTOR shall submit samples of materials for such special tests, or for
file purposes, as OWNER deems necessary to demonstrate that they conform to
the Specifications. Such samples shall be furnished, taken, stored, packed and
shipped by the CONTRACTOR as directed.
B.
All samples shall be packed so as to reach their destination in good condition, and
shall be labeled to indicate the material represented, the name of the Work and
location for which the material is intended, and the name of the CONTRACTOR
submitting the sample. To ensure consideration of samples, the CONTRACTOR
shall notify the OWNER by letter that the samples have been shipped and shall
properly describe the same in the letter. The Letter of Notification shall be sent
separate from and should not be enclosed with the samples.
C.
The CONTRACTOR shall submit data and samples, or place his orders
sufficiently early to permit consideration, inspection, testing, and approval before
the materials and equipment are needed for incorporation into the Work. The
consequences of his failure to do so shall be the CONTRACTOR'S sole
responsibility.
D.
When required, the CONTRACTOR shall furnish to the OWNER triplicate sworn
copies of manufacturer's shop or mill tests or reports from independent testing
laboratories relative to the materials, equipment performance ratings, and concrete
data.
E.
The cost of samples, sample testing, and analysis associated with the approval of
proposed materials and/or methods shall be borne in their entirety by the
CONTRACTOR.
01300-5
01300
SUBMITTALS
2.06
MISCELLANEOUS DATA
A,
Any other submittal required by these Specifications but not directly addressed
under this Section shall be submitted in accordance with the requirements for
Shop Drawings.
PART 3 - EXECUTION
3.01
ALTERNATIVES TO SPECIFIED PRODUCTS
A.
The Contract Documents may indicate the name of a manufacturer, a trade name,
or a material to be used in the Contract. Reference made to a particular product
of the manufacturer is made to identify a particular design, quality, construction
arrangement, or style.
B.
Where the CONTRACTOR proposes to use a substitute product for that specified,
he shall submit to the OWNER, for approval, complete information on such
substitute product including all necessary redesign of the structure, equipment, or
any other part of the Contract requiring modification as a result of the use of the
requested substitute. All such redesign and all new drawings and detailing
required as a result thereof shall be prepared by the CONTRACTOR at his own
expense, including regulatory permit acquisition for the modifications. Requests
for additional money for such substitution will not be considered.
C.
If the CONTRACTOR proposes to provide products as "equals" to those
specified, it shall be his responsibility to furnish complete, specific detailed
information to the OWNER for approval from the manufacturer or supplier of the
product he proposes to provide in which the requirements of the Contract
documents are shown to be met. This shall consist of a point-by-point
comparison of the Contract requirements which the product proposed to be
provided shall be furnished by the CONTRACTOR. The burden of responsibility
in furnishing this information is with the CONTRACTOR. If incomplete or
irrelevant data is submitted as evidence of compliance with this subparagraph, the
request for approval to provide this specific substitute will not be considered.
END OF SECTION
01300-6
01500
TEMPORARY FACILITIES AND CONTROLS
PART 1- GENERAL
1.01
FIELD CONDITIONS AND MEASUREMENTS
A.
The CONTRACTOR shall base all measurements, both horizontal and vertical,
from established benchmarks and monuments. The CONTRACTOR shall be
responsible for field verification of all dimensions and conditions at the job site.
B.
Should the CONTRACTOR discover any discrepancy between actual conditions
and those indicated, which prevent following good practice or the intent of the
Contract Drawings and Specifications, he shall notify the ENGINEER, request
clarification and instructions, and shall not proceed with his Work until he has
received the same from the ENOINEER; provided that such wait does not unduly
delay the progress of the Work.
C.
1.02
No claims shall be made for extra payment or extensions of Contract completion
time if the CONTRACTOR fails to notify the ENGINEER of any discrepancy
before proceeding with the aspect of the Work.
ACCESS AND DRAINAGE
A.
The CONTRACTOR shall keep all natural drainage and water courses unobstructed
or provide equal courses effectively placed, and prevent accumulations of surface
water. The CONTRACTOR shall construct, grade and stabilize access roads, and
provide temporary mobilization, parking and storage areas for his use during
construction within the areas shown on the Drawings.
B.
Access roads and mobilization, parking, and storage areas shall be maintained in a
stable and smooth condition throughout the life of the Contract.
1.03
CONTRACTOR STORAGE AREA
A.
A storage area will be designated by the OWNER on the project site for use by the
CONTRACTOR for storage of his materials, tools, equipment, office and other
items necessary for construction location and the approximate limits of the storage
area are shown on the drawings. The approximate limits of the storage area are
designated on the contract drawings. The exact limits of the storage area will be
designated in the field by the ENGINEER. The CONTRACTOR shall be fully
responsible for the preparation of this area, its maintenance, and its security,
including fencing, watchmen, and other means of security. Under no circumstances
01500-1
01500
TEMPORARY FACILITIES AND CONTROLS
will the OWNER be responsible for the security of any property belonging to the
CONTRACTOR, his subcontractors, or any of his work forces.
1.04
EROSION AND SILTATION CONTROL MEASURES
A.
Adequate control of erosion and siltation of both a temporary and permanent nature
on areas disturbed by the Work shall be provided at locations designated on the
drawings under this Contract subject to the approval of the ENGINEER. And as
stipulated in Section 02270 there will be a joint on-site inspection prior to
commencing work, with CONTRACTOR, the OWNER or its representative and the
ENGINEER to determine if siltation control requirements are necessary.
1.05
STAGING AREAS, STORAGE AND FIELD OFFICES
A.
The CONTRACTOR may, during the course of this project, stage construction,
store materials, or erect temporary field office only within the Limits of
Construction shown on the Drawings or as otherwise approved by the OWNER.
The CONTRACTOR shall not interfere with the operation of the adjacent OWNER
facilities.
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01500-2
01600
MATERIALS AND EQUIPMENT
PART 1- GENERAL
1.01
EQUIPMENT AND PRODUCTS SPECIFIED
A.
In various detailed sections of the specifications, certain items of equipment or
products are specified by proprietary name or trade name and shall be used without
exception. It is to be understood that these items will be furnished by the
CONTRACTOR and no substitutes will be allowed.
B.
In the various detailed sections of the specifications where any item of equipment or
product is specified by proprietary name or trade name, with the addition of such
expressions as "or equal", it is to be understood that equal-quality equipment or
products of either a manufacturer named or of a manufacturer not named which
meet the detailed requirements of the Specifications, are intended, subject to the
approval of the ENGINEER as to the equality thereof.
1.02
STORAGE AND MAINTENANCE OF EQUIPMENT
A.
All equipment and materials provided and Work performed under this Contract shall
be protected from damage before and after installation. The CONTRACTOR shall
be responsible for Work, equipment, and materials until inspected, tested, and
finally accepted in accordance with this Section and the General Conditions.
B.
Where permanent equipment called for under this Contract is installed before the
erection of adequate protective structures, the CONTRACTOR without additional
compensation therefore, shall provide approved, effective and durable covers for
fully protecting such equipment against damage from the elements or from any
other causes.
C.
All materials and accessories shall be adequately supported and safeguarded against
all damage or injury during performance of Work under this Contract. The
CONTRACTOR shall be responsible for all damage or injury resulting from his
operations and shall repair such damage immediately and to the satisfaction of the
ENGINEER and OWNER'S REPRESENTATIVE.
D.
The CONTRACTOR shall store and protect products in accordance with the
manufacturer's recommendations and the requirements specified in these Contract
Documents and shall submit the manufacturer's storage and maintenance
instructions prior to delivery.
01600-1
01600
MATERIALS AND EQUIPMENT
E.
The CONTRACTOR shall make all arrangements and provisions necessary for the
storage of materials and equipment.
All excavated material, construction
equipment, and materials and equipment to be incorporated into the Work shall be
placed so as not to injure any part of the Work or existing facilities, and so that free
access can be achieved at all times to all parts of the Work and to all public utility
installations in the vicinity of the Work. Materials and equipment shall be kept
neatly and compactly stored in locations that will cause a minimum of
inconvenience to other personnel on the site.
F.
Areas available on the job site for storage of materials and equipment shall be as
shown, specified or designated and approved by the OWNER. All materials and
equipment must be consigned to the CONTRACTOR directly. No delivery of
materials and equipment will be accepted by the OWNER, and all expenses incurred
by the OWNER in handling materials or equipment which have been consigned or
directed to the OWNER will be charged to the CONTRACTOR.
G.
Materials and equipment which are to become the property of the OWNER shall be
stored to facilitate their inspection and ensure preservation of the quality and fitness
of the Work, including proper protection against damage by freezing and moisture.
They shall be placed inside storage areas, unless otherwise shown, specified or
acceptable to the ENGINEER.
H.
CONTRACTOR shall be fully responsible for loss or damage to stored materials.
L.
Any material or equipment which, in the opinion of the ENGINEER, has been
damaged due to improper storage and/or handling and is unfit for its specified or
The
intended use shall be properly removed from the site or Work.
CONTRACTOR shall receive no compensation for the damaged material or its
removal or replacement.
01600-2
01600
MATERIALS AND EQUIPMENT
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01600-3
01700
CONTRACT CLOSE OUT
PART 1 - GENERAL
1.01
WORK INCLUDED
A.
Clean-up
1.
B.
Warranties and Guarantees
1.
C.
Upon completion of the Work and before Conditional Acceptance will be
made, the Work site, decontamination area, storage areas, and other areas
occupied by the CONTRACTOR during construction shall be cleaned, and all
surplus and discarded materials, false work, and rubbish placed thereon by the
CONTRACTOR shall be removed by the CONTRACTOR. No separate
payment will be made for clean-up as all such costs shall be included in the
Base Bid or Supplement to Bid.
Upon completion of the Work and before Conditional Acceptance will be
made, all Warranties and Guarantees shall be submitted to the OWNER.
As-Built Drawings
1.
Upon Completion of the Work and before Conditional Acceptance will be
made, all As-Built Drawings shall be complete and submitted to the
ENGINEER and the OWNER'S REPRESENTATIVE.
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
(not used)
END OF SECTION
01700-1
DIVISION 2 - SITE WORK
02072
DEMOLITION
PART 1 - GENERAL
1.01
DESCRIPTION
A.
1.02
The Work covered by this Section consists of furnishing all equipment, labor,
materials, tools and transportation for demolition and disposal of the former pump
house UST shed and other operations pertaining thereto for demolition in
accordance with these Specifications or as directed by the OWNER
REGULATORY REQUIREMENTS A.
Conform to applicable codes for demolition work, health and safety, safety of
structure and dust control.
B.
Perform notifications to appropriate regulatory agencies required for asbestos
decontamination.
B.
Obtain required permits from authorities.
PART 2- PRODUCTS
(not used)
PART 3 - EXECUTION
3.01
PREPARATION
A.
3.02
Provide, erect, and maintain temporary barriers at exterior of former pump house
to denote the area of demolition and control unauthorized egress.
BUILDING DEMOLITION
Protect the exterior of nearby
A.
Demolish in an orderly and careful manner.
buildings.
B.
All wood and debris resulting from the demolition will loaded into containers for
transportation and disposal.
02072-1
02072
DEMOLITION
C.
Upon completion of demolition all demolished material will be removed from site
and disposed at a licensed disposal facility
Specifications.
D.
in accordance
with these
Equipment located in the pump house and UST shed has been previously
deactivated and decontaminated of residual ftiel oil. In spite of this, the
CONTRACTOR should assume that all equipment may contain oily residuals
which may represent a hazard to health, safety and the environment.
E.
An oil pump-heat exchanger set located in the pump house shall be removed in
tact and transported to an on-site storage area designated by the OWNER.
F.
All equipment located in the former pump house shall be dismantled,
decontaminated as necessary for transport and disposal, and disposed at a suitable
off-site facility. Because of the potential for the presence of oily residue, cutting
with the use of open-flame cutting equipment will NOT be permitted.
G.
All piping located on a pipe support bridge between the former pump house and
the Powerhouse shall be dismantled, decontaminated as necessary for transport
and disposal, and disposed at a suitable off-site facility. Because of the potential
for the presence of oily residue, cutting with the use of open-flame cutting
equipment will NOT be permitted. Piping will be dismantled in a manner that
minimized the potential for spilling residues. The CONTRACTOR shall institute
spill management procedures to collect and contain residues and prevent the
release of residues to the nearby storm sewers.
H.
The CONTRACTOR shall make provision for the containment and collection of
any oily residue which may be present in any of the equipment. The
CONTRACTOR shall place all residual materials collected from the dismantling
process into 55-gallon steel drums. The CONTRACTOR shall label each drum
using labels provided by the OWNER. Waste materials shall be disposed at an
approved disposal facility.
I.
The CONTRACTOR is hereby notified that pipe insulation on oil and steam
piping in the utility chase leading to the Powerhouse and the former steam line
leading to the caustic storage area are believed to be covered with asbestos. The
CONTRACTOR shall not be entitled to any additional compensation for delays or
added costs associated with breakage of any of the asbestos insulation.
02072-2
02072
DEMOLITION
J.
The CONTRACTOR shall provide the services of a competent, licensed asbestos
removal contractor to manage the notification, removal and off-site disposal of all
asbestos containing materials in accordance with all applicable DEP regulations.
K.
Piping which runs underground through a concrete utility chase from the former
pump house toward the powerhouse in an easterly direction, will be cut and
capped at a location close to the Limits of Excavation shown on the drawings.
Both piping and concrete support structure will be removed for disposal. The
CONTRACTOR shall remove soils and any concrete covering without disturbing
the asbestos covering.
L.
Steam supply piping which runs underground from the former pump house in a
westerly direction will be cut and capped at a location close to the Limits of
Excavation shown on the drawings. Both piping and concrete support structure
will be removed for disposal. The CONTRACTOR shall remove from around the
steam piping without disturbing the asbestos covering.
M.
The concrete floor and foundation will be removed in chunks as large as possible
for ease in handling. All demolished material will be removed from site and
disposed at a licensed disposal facility.
N.
Piping which runs underground through a concrete utility chase from the former
UST Shed in a northerly direction, will be cut and capped at a location close to
the Limits of Excavation shown on the drawings. Both piping and concrete
support structure will be removed for disposal. The piping has been previously
decontaminated. The capping operation shall be completed by either dismantling
the pipe at an existing flange near the Limits of Excavation and installing a new
blind flange or the pipe will be mechanically cut and a new cap will be welded
onto the pipe.
0.
The facility(ies) proposed by the CONTRACTOR for the disposal of all waste and
debris generated from this shall be submitted to the Owner for approval in
accordance with Section 01300 of these specifications.
P.
Following the completion of demolition activities, the CONTRACTOR shall
remove temporary barriers.
3.04
SCHEDULE
A.
Demolition will be completed prior to excavation and disposal of the petroleum
02072-3
02072
DEMOLITION
contaminated soil in the adjacent areas
END OF SECTION
*
I27-
02223
EARTHWORK
PART1-GENERAL
1.01
DESCRIPTION
A.
The Work covered by this Section consists of furnishing all materials, labor, tools,
equipment and transportation necessary for all construction as it pertains to the
excavation, stockpiling, backfilling, compacting and grading of earthwork. The
Work includes all hauling, disposal, stockpiling, covering, wetting or drying,
dewatering, compacting and other operations pertaining thereto for constructing and
preparing the earthwork complete in accordance with these Specifications or as
directed by the OWNER.
B.
Data on indicated subsurface conditions are not intended as representations or
warrants of continuity of such conditions between soil borings. It is expressly
understood that the OWNER will not be responsible for interpretations or
conclusions drawn therefrom by the CONTRACTOR. Data is available for review
if requested by the CONTRACTOR.
C.
Material for fill shall consist of material approved by the OWNER from off-site
sources which have previously been accepted in accordance with Section 01300 of
the specifications. Materials used for fill shall be free from organic matter and
deleterious substances and shall not contain rocks or clods having a diameter of
more than three (3) inches. During construction, the fill area shall be well drained.
No materials shall be placed in backfill when either the material or the surfaces on
which it is to be placed is frozen. When the work is interrupted by heavy rain, fill
operations shall not be resumed until the ENGINEER determines that the moisture
content and density of the previously placed fill are as specified.
D.
The CONTRACTOR shall provide detailed "As-Built" drawings of all excavation
and cap construction work. The "As-Built" drawings shall be furnished to the
OWNER in Autocad 14 file format.
PART 2- PRODUCTS
2.01
MATERIALS
A.
The CONTRACTOR shall use uncontaminated off-site materials in accordance with
Part 2.02 Borrow Material of this section for backfilling.
B.
The CONTRACTOR shall provide sufficient quantities of each material to be used
02223-1
02223
EARTHWORK
for backfilling in accordance with the specifications.
C.
Common Borrow Material: Common borrow shall be used to backfill the
excavation following removal uncontaminated and contaminated soils after
placement and compaction of the uncontaminated uncontaminated soils.
2.02
COMMON BORROW
A.
Common Borrow shall be selected to meet the requirements and conditions of
backfilling as specified in Part 2.01 of this Section. All borrow used in conjunction
with performing the Work specified shall be subjected to the testing requirements of
Part 2.03 of this Section. Gradation requirements shall be:
OPENING OR
SEIVE SIZE
TOTAL PERCENTAGE
PASSING BY WEIGHT
100
85-100
0-20
6 inch
3 inch
No. 200
B.
The CONTRACTOR shall procure all required common borrow materials from
outside the limits of OWNER - controlled land, shall obtain the right to procure
material, shall pay all royalties and other charges involved and shall bear all the
expenses of developing the sources, including rights-of-way for hauling.
C.
Representative samples of all common borrow material shall be submitted to the
ENGINEER with supporting laboratory and/or field test results as specified in Part
2.04 of this Section. Gradation, compaction, and other soil characteristic analysis as
applicable for the intended usage of the borrow material shall be demonstrated or
the proposed material will be unequivocally rejected.
D.
All off-site common borrow shall be approved by the ENGINEER prior to delivery
or stockpiling on-site.
02223-2
02223
EARTHWORK
2.04
MATERIAL TESTING
A.
At a minimum the following tests shall be performed with results submitted to the
ENGINEER for approval for common borrow materials:
Test (ASTM No.)
Common Borrow Material
Gravel Borrow Material
Grain Size Analysis)
(D422)
1 per 3000 cy
1 per 3000 cy
Compaction 2 )
1 per source 3 )
1 per source 3 )
(ASTM D1557)
(1)
By sieve and hydrometer method.
(2)
5-point compaction test, using modified proctor compaction effort.
(3)
Additional analysis are required if changes in source material become evident.
PART 3 - EXECUTION
3.01
GENERAL
A.
Existing utility lines that are shown on the Drawings, or the locations of which are
made known to the CONTRACTOR prior to excavation, that are to be retained,
shall be protected from damage during excavation and backfilling, and, if damaged,
shall be repaired by the CONTRACTOR at his expense. In the event that the
CONTRACTOR damages any existing utility lines that are not shown, or the
locations of which are not made known to the CONTRACTOR, report thereof shall
be made immediately to the OWNER. If determined that reimbursable repairs are
to be made by the CONTRACTOR, a Change Order will be issued for the
performance of such work..
B.
Off-site structures, utilities, roadways, and other facilities shall be protected from
damage caused by settlement, lateral movement, undermining, wash-out and other
hazards created by the earthwork operations or delivery of fill materials.
02223-3
02223
EARTHWORK
3.02
EXCAVATION
A.
Excavation shall include, but is not limited to, the following:
1.
2.
Stripping/Stockpiling/Protecting asphalt material from within the area
designated on the drawings as the Limit of Excavation.
Stripping/Stockpiling/Protecting soils (contaminated and uncontaminated)
within the area designated on the drawings as the Limit of Excavation to an
average depth of 12 feet below grade.
3.
4.
Stripping/Stockpiling/Protecting petroleum containing soils in selected areas
to a depth of approximately 15 feet below grade within the Limit of
Excavation.
General excavation required for proper execution of the Work.
B.
The stripping and stockpiling of asphalt, uncontaminated and petroleum containing
soils from the within the Limits of Excavation area shall be performed with
Extreme care shall be exercised when
conventional earthmoving equipment.
stripping and removing uncontaminated soils below a depth of six feet below grade,
so as to minimize mixing of the soils with underlying petroleum-containing soils.
C.
Uncontaminated and petroleum containing soils shall each be separately stockpiled
in the area shown on the Drawings. All stockpiled material shall be placed on and
covered with a doubled-layer of 6-mil polyethylene. Each stockpile shall be bermed
using either uncontaminated soils excavated on site or clean borrow materials from
off site. Each stockpile shall be prepared by placing the polyethylene over the top of
the perimeter berm so that any runoff from the stockpile is retained within the
bened area.
D.
Apparently clean soils will be segregated from soils visually determined to be
impacted to minimize the amount of soil transported off site for recycling. In
addition, any soils exhibiting a characteristic petroleum odor will be segregated
with the impacted soils. In general, soils from existing grade to a depth of
approximately 6 feet below grade will be transported to the clean stockpile.
During excavation, the ENGINEER will screen soils for the presence of petroleum
hydrocarbons. The ENGINEER may direct the CONTRACTOR to re-position any
potentially contaminated soils to either the uncontaminated or petroleum impacted
stockpile once the soils have been further classified.
E.
Excavation techniques intended to minimize the extent of groundwater infiltration
will be used in areas near the groundwater table. Excavations completed at the
02223-4
02223
EARTHWORK
maximum depth will be backfilled as soon as possible. Under no circumstances
will the excavation be allowed to remain open over night or during significant rain.
F.
If substantial quantities of water are encountered in the excavation, it will be
removed using construction dewatering techniques in accordance with Section
02600 of the Specifications. Water collected will be stored on site and, if
necessary, treated for off site disposal.
G.
Depending on conditions (extent of contamination encountered), additional
excavation beyond the Limits of Excavation described herein may be conducted to
maximize the removal of impacted soils.
H.
Excavation of soils shall be accomplished using properly sized hydraulic excavators
or equivalent. The equipment shall have a long enough reach so that it can operate
from a position away from the active excavation area to minimize the potential for
the equipment to contact and disturb potentially contaminated soil. No bulldozers,
graders, or similar material shall be used to excavate hazardous waste material within
the removal areas.
L.
During stockpiling activities, the OWNER shall obtain soil samples of the
uncontaminated soils. Provided the analysis of the soil samples indicate contaminant
concentrations in the stockpiled material do not exceed target level concentrations of
petroleum hydrocarbons, stockpiled material will remain on site and subject to the
OWNER'S approval for use as backfill.
J.
Should it be determined that the stockpiled material contains contaminant
concentrations in excess of target level concentrations, the CONTRACTOR shall be
instructed to remove and dispose of the stockpiled material petroleum contaminated
soils at a licensed asphalt batching facility. Compensation for removal and disposal
of the stockpiled material petroleum contaminated soils shall be provided in
accordance with the appropriate Supplemental Bid item.
K.
During excavation activities, the edge of the excavation shall be bermed to create a
physical barrier to control traffic in the vicinity of the excavation.
L.
The Tailrace is a subsurface concrete structure containing a small brook which flows
through the facility. One of the concrete walls of the Tailrace makes up the northern
Limit of Excavation. Extreme care shall be exercised to minimize the potential for
damage to the Tailrace foundation during excavation.
02223-5
02223
EARTHWORK
1. No restrictions will be required for excavations adjacent to the Tailrace from
ground surface to the depth at which the Tailrace footing is encountered
(approximately 10 feet below grade).
2. Beginning at the depth of the top of the Tailrace footing, excavation will be
conducted in sections approximately 5 feet in length. Excavation and backfilling
of each 5 foot length shall be completed before an excavation take place at an
adjacent location.
3. Starting at the elevation of the top of the Tailrace footing, excavation shall be
conducted in a manner that a 1:1 slope shall be maintained on the wall of the
excavation bordering the Tailrace.
4. Following the completion of excavation, the cavity shall be immediately
backfilled and compacted. Under no circumstances will excavation be conducted
during rainy weather, nor will-the cavity remain open over night.
L.
Excavation shall not be conducted within 5 feet of the White Frame Building
(cinder block building at southern limit of excavation) without specific authorization
by the OWNER.
M.
Prior to beginning site excavation a test pit next to the UST building (wooden
building abutting White Frame Building will be dug to determine the depth of the
foundation footing. Unless otherwise directed, the depth of excavation near the
UST building foundation shall be limited to the top of the building footing.
Beginning at the top of the footing, the excavation wall adjacent to the foundation
shall be controlled at a 1:1 slope.
N.
A minimum 20-foot right-of-way shall be maintained at the eastern limit of
excavation at all times. During excavation in this vicinity, the CONTRACTOR
shall provide Jersey barriers to control vehicular traffic close to the excavation.
0.
Compensation for this Item shall be based on the excavation of the volume of soil
(both contaminated and uncontaminated) within the Limits of Excavation to a total
depth of soil to 11 feet below grade. The actual volume excavated shall be based on
the survey work conducted under Section 01050 of these specifications.
Compensation for soil excavated in excess of the original volume will be done on a
unit cost basis.
P.
The CONTRACTOR shall provide three (3) days notice to the ENGINEER
schedule shipment of petroleum contaminated soils. The ENGINEER will provide
the CONTRACTOR with the a Bill of Lading required for transport to a licensed
recycling facility.
02223-6
02223
EARTHWORK
3.03
GRADING
A.
Rough grading of the site shall be performed to establish a base upon which backfill
material can be adequately placed and compacted.
B.
The compacted fill areas shall be uniformly graded to within the limits of grading
under this Section, including adjacent transition areas. A smooth finished surface
shall result within specified tolerances, compact with uniform levels or slopes
between points where elevations are indicated, or between such points and existing
grades to the satisfaction of the OWNER.
D.
3.04
Constructed slopes shall be bldnded into existing undisturbed areas gradually in
order to provide neat, clean transition zones. Feathering of constructed slopes into
existing grades shall be accomplished to promote natural drainage and to eliminate
possible surface-water ponding.
BACKFILLING
A.
CONTRACTOR shall use and provide only approved materials. Common borrow
material shall be obtained from off-site sources provided by the CONTRACTOR
and approved by the OWNER. All selected material for backfill shall be
consistently compacted to the required density. Any discrepancies shall be rectified
by the CONTRACTOR and the ENGINEER'S decision shall be final.
B.
Prior to placing any common borrow, the subgrade shall be proof-rolled using a
roller compactor or equivalent compaction equipment.
C.
Final grade for backfilling shall be meet existing grade making allowance for
placement of the asphalt surface, or as directed by the ENGINEER. Grading and
placement of the various materials shall be in conformity with the typical sections
depicted.
D.
Before proceeding to subsequent layers, adequate documentation that the grading
requirements have been met shall be submitted to the ENGINEER. No further
placement shall take place without approval by the ENGINEER.
E.
Backfill material shall not be placed over porous, wet or spongy surfaces. Any such
materials shall be removed to achieve a firm foundation and replaced with
acceptable backfill materials, defined and placed in accordance with this
02223-7
02223
EARTHWORK
Specification.
3.05
F.
Backfill material shall be placed and compacted in continuous horizontal lifts not to
exceed eight (8) inches in loose thickness. Optimum moisture contents of backfill
material shall be maintained to assure achieving the required minimum compacted
densities.
G.
Where the backfill material must be moisture conditioned before compaction, water
shall be uniformly applied to the surface of the subgrade or layer of backfill material
so as to prevent free water appearing on the surface during or subsequent to
compaction operations.
1.
Backfill materials too vet to permit compaction shall be removed and
replaced, or scarified and air dried.
2.
Backfill materials that have been removed because they are too wet to
permit compaction may be stockpiled or spread and allowed to dry. Drying
may be assisted by disking, harrowing, or pulverizing until the moisture
content is reduced to a satisfactory value.
H.
If compaction tests indicate that any portion of the work does not meet the specified
requirements, then the CONTRACTOR shall remove that section, replace and
recompact at no additional cost to the OWNER. Determinations of the extent of
removal and the acceptability of the in-place backfill materials shall be made by the
ENGINEER.
I.
If significant precipitation causes wet conditions on any soil layer, placement and
compaction activities shall be terminated until the conditions have dried sufficiently
to continue according to the ENGINEER.
J.
The backfill material shall be placed in such a manner to facilitate drainage at all
times. Ponding of surface-water runoff shall not be permitted.
K.
Equipment or vehicles shall not be allowed to travel in a single track or form ruts.
Any ruts or irregularities formed shall be scarified and recompacted by the
CONTRACTOR at his expense as required and directed by the ENGINEER.
COMPACTION
A.
Compaction shall be accomplished by any means required to achieve the minimum
02223-8
02223
EARTHWORK
in-place permeabilities and/or densities specified for various parts of the work.
Deficiencies in construction shall be corrected by the CONTRACTOR at no
additional cost to the OWNER.
B.
Each layer of material placed shall be thoroughly compacted before the next layer is
placed. When, in the opinion of the ENGINEER, the surface of any compacted
layer is too smooth to bond properly with the successive layer, it shall be scarified
or loosened to the satisfaction of the ENGINEER before the succeeding layer is
placed thereon.
C.
In-place soil densities shall be performed by the CONTRACTOR using the sandcone methods (ASTM D1556) or nuclear methods (ASTM D2922 and ASTM
D3017) using a grid on 25 foot centers. CONTRACTOR shall coordinate further
activities with the ENGINEER in order to assure the timely and complete
performance of the quality control testing program. All voids created by in-place
soil density testing shall subsequently be filled.
D.
The cap layers shall be compacted to not less than the following percentage of the
maximum density obtainable as determined using ASTM D1557 (Modified Proctor)
and shall be placed with a moisture content within the following range of optimum
as determined using ASTM D698.
LAYER
COMPACTED
DENSITY (
Regraded Soil/
Common Borrow Material
3.06
92
MOISTURE
CONTENT(
0% to +3%
COMPENSATION
A.
Similar to compensation for excavation (see paragraph 3.02(0) of this
compensation for grading, backfilling, and compaction shall be based
placement of the volume of soil within the Limits of Excavation to restore
grade from the original assumed depth of 11 feet below grade. Final grade
the same as determined in the original work conducted under Section 01050
specifications. Compensation for soil placement in excess of the original
will be done on a unit cost basis.
END OF SECTION
02223-9
section)
on the
original
shall be
of these
volume
02270
TEMPORARY EROSION AND SEDIMENT CONTROL
PART 1 - GENERAL
1.01 DESCRIPTION
A.
The Work covered by this section consists of furnishing all materials,
equipment, tools and labor to construct temporary erosion and
sediment control systems.
B.
The Work to be performed more specifically includes, but is not
limited to, straw bale dikes.
1.02 SUBMITTALS
A.
Product data shall be submitted as indicated in Section 01300.
PART 2 - PRODUCTS
2.01 SURFACE-WATER CONTROL MATERIALS
A.
Straw Bales. CONTRACTOR shall supply straw bales in sufficient
quantities to be used for sedimentation control as needed and at
locations indicated on the Drawings.
PART 3 - EXECUTION
3.01 HANDLING
A.
Materials shall be handled in such a manner as to prevent damage to
the material. Materials shall not be dropped or dragged over the
ground. Any materials damaged shall be replaced at no expense to the
OWNER.
02270-1
02270
TEMPORARY EROSION AND SEDIMENT CONTROL
3.02
SURFACE-WATER CONTROL STRUCTURES
A.
Straw Bale Dikes. CONTRACTOR shall install staked, straw bale dikes as directed
by the OWNER to control runoff and runon from the Limits of Excavation as
indicated on the Drawings.
END OF SECTION
02270-2
02560
BITUMINOUS CONCRETE PAVING
PART 1- GENERAL
1.01
DESCRIPTION
A.
The CONTRACTOR shall be responsible for providing all labor, equipment, and
materials required for placement of bituminous concrete paving over the proposed
cap as shown on the contract drawings and as specified herein.
B.
Related work specified elsewhere, includes:
Section 02223 - EARTHWORK
1.02
TIME OF CONSTRUCTION
A.
Apply prime and tack coats when ambient temperature is above 50*F(10*C), and
when temperature has not been below 35*F(1*C) for 12 hours immediately prior
to application. Do not apply when base is wet or contains excess moisture.
B.
Construct bituminous concrete wearing surface when atmospheric temperature is
above 40 0 F(4*C), and when base is dry. Base course may be place when air
temperature is above 30*F (1*C) and rising.
C.
Establish and maintain required lines and elevations.
PART 2 - PRODUCTS
2.01
SUBBASE COURSE
A.
Subbase course shall be common borrow as specified under Section 02223 EARTHWORK. The subbase course shall be placed and compacted to the
dimensions and depth as indicated on the Contract Drawings and specified herein.
02560-1
02560
BITUMINOUS CONCRETE PAVING
2.02
BASE COURSE AGGREGATE
A.
2.03
BITUMINOUS BINDER
A.
2.04
The crushed stone aggregate for the bituminous concrete base course shall
conform to the requirements of the State of Massachusetts Department of
Transportation Standard Specifications for Bridges and Highways.
The binder shall be asphalt cement conforming to the requirements of AASHTO
20.
WEARING SURFACE
A.
The wearing surface shall be Type 1-2. The material shall conform to the quality
requirements as stated in the Massachusetts Department of Transportation
Standard Specifications for Bridges and Highways.
PART 3 - EXECUTION
3.01
SURFACE PREPARATION
A.
Remove loose matter from compacted subbase surface immediately before
applying prime coat.
B.
Proof-roll prepared subbase surface to check for unstable areas and areas
requiring additional compaction.
C.
Notify ENGINEER of unsatisfactory conditions. Do not begin paving work until
deficient subbase areas have been corrected and are ready to receive paving.
D.
Tack Coat - Apply to contact surfaces of previously constructed asphalt or
Portland cement concrete and surfaces abutting or projecting into asphalt concrete
pavement. Distribute at rate of 0.05 to 0.15 gallons per square yard of surface.
E.
Allow to dry until at proper condition to receive paving.
02560-2
02560
BITUMINOUS CONCRETE PAVING
3.02
PAVING
A.
General
1.
B.
Place concrete mixture on prepared surface, spread and strike-off. Spread
mixture at minimum temperature of 225*F (107*C). Place inaccessible
and small areas by hand. Place each course to required grade, crosssection, and compacted thickness.
Paver Placing
1.
C.
Joints
1.
3.03
Place in strips not less than 10 inches wide, unless otherwise acceptable to
Engineer. After first strip has been placed and rolled, place succeeding
strips and extend rolling to overlap previous strips. Complete base course
for a section before placing surface course.
Make joints between old and new pavements or between successive days'
work, to ensure continuous bond between adjoining work. Old pavement
shall be saw cut to provide a straight, joint. New pavement shall have the
same texture and smoothness as other sections of bituminous concrete.
Clean contact surfaces and apply tack coat.
ROLLING
A.
B.
General
1.
Begin rolling when mixture will bear roller weight without excessive
displacement.
2.
Compact mixture with hot hand tampers or vibrating plate compactors in
areas inaccessible to rollers.
Breakdown Rolling - Accomplish breakdown or initial rolling immediately
following rolling of joints and outside edge. Check surface after breakdown
rolling and repair displaced areas by loosening and filling, if required, with hot
material.
02560-3
02560
BITUMINOUS CONCRETE PAVING
C.
Second Rolling - Follow breakdown rolling as soon as possible while mixture is
hot. Continue second rolling until mixture has been thoroughly compacted.
D.
Finish Rolling - Perform finish rolling while mixture is still warm enough for
removal of roller marks. Continue rolling until roller marks are eliminated and
course has attained maximum density.
E.
Patching - Remove and replace paving areas mixed with foreign materials and
defective areas. Cut out such areas and fill with fresh, hot asphalt concrete.
Compact by rolling to maximum surface density and smoothness.
F.
Protection - After final rolling, do not permit vehicular traffic on pavement until it
has cooled and hardened.
G.
Erect barricades to protect paving from traffic until mixture has cooled enough
not to become marked.
END OF SECTION
02560-4
02600
DEWATERING
PART 1 - GENERAL
1.01
1.02
DESCRIPTION
A.
The Work covered by this Section consists of furnishing all materials, labor, tools,
equipment and transportation necessary for all construction as it pertains to the
dewatering of the excavation, storage of water for treatment, removal of any floating
product, and treatment to meet the requirements of an NPDES Exclusion obtained
by the OWNER. The Work includes all pumping, storage treatment, discharge of
treated water, disposal of residuals and other operations pertaining thereto for
constructing and preparing the earthwork complete in accordance with these
Specifications or as directed by the OWNER.
B.
The CONTRACTOR shall be responsible for performing all dewatering and
associated work described herein as required to complete the excavation work
C.
Water encountered during the excavation activities may be potentially contaminated
with petroleum hydrocarbons. The water shall be pumped to a holding container
provided by the CONTRACTOR. The CONTRACTOR shall provide a treatment
train capable of removing floating and dissolved petroleum constituents to meet the
requirements of an NPDES Exclusion.
D.
Water shall be discharged into the plant tailrace at a location designated by the
OWNER. No water shall be discharged to any point without approval from the
OWNER.
RELATED SECTIONS
A.
Section 02223 - Earthwork
PART 2 - PRODUCTS
2.01
EQUIPMENT
A.
The CONTRACTOR shall provide sufficient equipment and materials to be used
for excavation dewatering, water treatment and discharge in accordance with the
02600-1
02600
DEWATERING
specifications. At a minimum this will include:
1. All pipes, hoses, fittings, pumps, temporary extraction wells, gravel, sand, etc.
needed to keep the working excavation dry and suitable for conducting
excavation activities.
2. Storage tank(s) capable of storing a minimum of 20,000 gallons of water from
the excavation.
3. Equipment capable of conditioning the extracted water for further treatment.
This may include filters or settling equipment capable of removing suspended
solids.
4. Equipment capable of skimming and removal of any floating oils present in the
extracted water.
5. Equipment capable of removing dissolved petroleum constituents from the
extracted water.
6. All pipes, hoses, fittings, pumps, etc. needed to discharge treated water to the
discharge point designated by the OWNER.
2.02
Submittals
A.
The contractor shall provide the following information in accordance with Section
01300 of these Specifications:
1. Information describing the size and operation of the proposed treatment system.
2. The name and location of the analytical laboratory proposed for use.
3. The name and location of disposal facilities proposed for management of
treatment residuals.
PART 3 - EXECUTION
3.01
DEWATERING
A.
The CONTRACTOR shall pump sufficient quantities of water from the excavation
to enable dry excavation.
B.
Initially, excavation as described in Section 02223 is expected to proceed to a depth
of approximately 10 feet below ground surface without encountering water. It is
believed that significant quantities of petroleum impacted soils will be encountered
02600-2
02600
DEWATERING
in the vicinity of the groundwater interface, extending, in some areas, to a depth of
approximately 15 feet below ground surface. Since the intention of this program is
remove petroleum impacted soils to the extent practicable, it is expected that
excavation below the groundwater interface will be necessary.
C.
The location of the CONTRACTOR'S treatment system shall be approved by the
OWNER prior to its mobilization.
D.
The CONTRACTOR'S treatment system shall be operated by the
CONTRACTOR'S personnel in such a manner that the treated water discharge
meets the requirements of the NPDES Exclusion obtained by the OWNER.
1. Prior to initial discharge of treated water, the CONTRACTOR shall conduct
sampling and analyses to demonstrate that the treated water meets the
requirements of the NPDES Exclusion. All chemical analyses shall take place
at a Massachusetts Certified laboratory agreeable to the OWNER. No discharge
shall take place until authorized by the OWNER.
2. The CONTRACTOR shall conduct any periodic sampling and analysis required
for compliance with the NPDES Exclusion.
3. The CONTRACTOR shall perform excavation dewatering in a manner that does
not hinder the CONTRACTOR'S ability to conduct the excavation of soils.
Failure to perform the required dewatering and treatment in a timely fashion
shall not be the basis for any claim for additional compensation by the
CONTRACTOR.
4. Within 30 days of the completion of water treatment, the CONTRACTOR shall
provide the ENGINEER with a report summarizing all chemical analyses
conducted for compliance with the NPDES Exclusion.
E. Following the completion of treatment the CONTRACTOR shall demobilize and
decontaminate the treatment facility at no additional charge to the OWNER.
F. The CONTRACTOR shall dispose all residuals generated from operation of the
treatment system at facilities approved in advance by the OWNER at no additional
charge.
END OF SECTION
02600-3
553/~
rag
~
II
fVUO?4d
NOI4VAOX
SilOS
,N~dV4O3
S)WCM
±LNI?:d NOISNVb1D
I1UUWIIJ*U3
Jtani
n
z>
>
<LW0
of
Ln
IL
I
I
I0
I
IrL
F-N
uN
)N~ <
0
\
w
cif
~a:N\
N
uJ
'~J\~
'
''''NN
\'N
N N\
NN
NN
)3
N
AL
0
0
i
0
iin
>Z 0
*0
c
M
rno
x
i
I
-36,
m
r
I
\('
NN
mN
0o
0
zc
zz
n n
1
C
*-
r.)
<
As
0
0A
-
00
mm
zzn
o~z
prn
CRANSTON
nrV
PRINT WORKS COMPANY
SOILS EXCAVATION PROGRAM
EXCAVATION
PLAN
111ESS1 J1
APPENDIX D
NOTIFICATION LETTER SENT TO DEP REQUESTING A
DELAY IN THE SUBMITTAL OF THE PHASE IV REMEDY
IMPLEMENTATION PLAN
D wW
UVU.-JI
1 ilrivj
ALD-5LLA
10:i
1CL:M
'Y40 0406
CRANSTON PRINT WORKS COMPANY
WEBSTER DMVISION
2 wOACE5TER ROAD, WEBSTER, MA 01570-0130
508-940520
FAX
sCSS431468
August 6, 1998
CERTWIED MAL - RETURN RECEIPT REQUiESTD: P i72 in6 925
Ms. Mary Gardner
Massachusetts Department of Environmental Protection
Central Regional Office
Bureau of Waste Site Clean-Up
627 Main Street
Worcester, MA 01608
RE:
Delay on Phase IV Remedial Implementation Plan, Cranston Print
Works Facility, Webster, Massachusetts - RTN 2-0144.
Dear Ms. Gardner:
This letter hereby notifies the Massachusetts Department of Environmental Protection of the
anticipated delay in the submittal of the Phase IV Remedy Implementation Plan for the Cranston
Print Works Site in Webster, Massachusetts. The Massachusetts Contingency Plan (MCP)
requires the submittal of the Phase IV Remedy Implementation Plan within three years of the
Submittal of the Tier Classification. For the Cranston Print Works Site, this deadline requires
the submittal of the Phase TV Remedy Implementation Plan by August, 1998. Consistent with
the requirements of 310 CMR 40.0560 (5), Notification of Delay in Compliance with deadlines
for Tier II Disposal Sites, the following information is presented.
Reason for the Delay
The Phase El identified intermittent sheening in the Tailrace (a culverted stream that runs through
the facility) which represented a condition which required response actions. The Ph-Ase III
Remedial Action Plan, completed in May, 1998, identified the remedy which includes the
selected removal of Petroleum impacted soils in contact with the Trailrace Walls, and the
placement of low permeability fill in the pathway of migration into the Trailrace. In order to
complete the design of the remedy, it is necessary to survey the interior of the Tailrace to locate
areas where Petroleum is actively migrating. This activity can only be completed when flow in
the Tailrace is at its seasonal low, (typically August, September, or October). Because of this,
the detailed design cannot be completed until after the deadline for the Phase IV submittal.
(PhaslV98.doc) HD
AN eMPoYEE-QWNED COMPANY
' - VU'
JUL. -01'99(THU) 16:10
WEBSTER ENGINEERING
TEL:508 943 3468
Phase IV Remedial Implamentadon Plan
Pagi 2
August 7, 1998
Measures Taken to Minimize the Delay
In order to minimise the delay, other unrelated aspects of the design will proceed. However, the
overall design cannot be completed until the survey of the Tailrace is completed and the resulting
design data has been evaluated. In the meantime, Cranston Print Works will proceed with
completion of the regulatory closure for other unrelated areas of the Site. These activities include
the fling of Activity and Use Limitations, and Response Action Outcome Statements for these
areas.
Proposed Schedule
It is anticipated that the Phase IV Remedy Implementation Plan will be submitted to the DEP by
July 31, 1999.
If you have any questions related to the information presented in this letter, please call me at
(508) 943-0520.
ards,
W
Xnrew F. Sylv
Vice Presidenf
Consumer Pro ucts Group
A. Donaldson
Manager of Safety, Hygiene,
& Environmental Services
HAD/elb
cc: Environmenal Science Savices, Inc.
P.003
1
IIESS,
APPENDIX E
TEST PIT LOGS AND BORING LOGS
[3WW
TEST HOLE EXCAVATION LOG
Client Cranston Print Works
Site Webster Facility
Excavation Equipment Case Backhoe
Test Hole Test Pit No. 1
Job No. 395.000
Operator J. F. White
Date Completed 4/30/99
ESS Observer R. Cushing
Test Hole Depth Total Depth : 7.5 feet
Depth to Groundwater Not Encountered
Description On North side of sump in front of pump house
Depth
Sample
(No.)
Soil Description
0 to 3"
Asphalt
3" to 2'
Sand (Fill)
2 to 2' 6"
Asphalt
3' 6" to 5
Brown, Coarse, Granular Fill, Cobbles/ Bricks
5 to 7'
Fine Brown Fill, change to black fill at 7'
7 to 7' 6"
Black Fill, Coal Ash
(Bottom of Pit)
_________________
Legend:
I
____________________________
______________________________________________________________________________________
F - Fine
Trace (TR) 0 - 10 %
M - Medium
Little (LI) 10 - 20 %
Some (SO) 20 - 30 %
C - Coarse
F/M - Fine to Medium
F/C - Fine to Coarse
TES HOLE EXCAVATION LOG
Client Cranston Print Works
Site Webster Facility
IJob No. 395.000
Excavation Equipment Case Backhoe
Operator J. F. White
Test Hole Test Pit No. 2
Date Completed 4/30/99
ESS Observer R. Cushing
Test Hole Depth Total Depth : 7.5 feet
Depth to Groundwater Not Encountered
Description South wall of excavation was the north wall of the Tailrace, approximately 19' from the
Edge of the bermed area
Depth
Sample
(No.)
Soil Description
0 to 3"
Asphalt
3" to 2'
Sand (Fill)
2 to 4'
Black, Granular Coal mixed with Coal Ash
4' to 7'
Brown, Coarse, Granular Fill, Cobbles/ Bricks
7 to 7' 6"
Black Fill, Coal Ash, (Wet)
(Bottom of Pit)
Legend:
F - Fine
M - Medium
C - Coarse
F/M - Fine to Medium
F/C - Fine to Coarse
Trace (TR) 0 - 10 %
Little (LI) 10 - 20 %
Some (SO) 20 - 30 %
TEST HOLE EXCAVATION LOG
Site Webster Facility
Client Cranston Print Works
Excavation Equipment Case Backhoe
Job No. 395.000
Operator J. F. White
Test Hole Test Pit No. 3
ESS Observer R. Cushing
Date Completed 4/30199
Test Hole Depth Total Depth : 7.5 feet
Depth to Groundwater Not Encountered
Description North wall of excavation was the South wall of the Tailrace, approximately 9' from the
edge of the bermed area
Depth
Sample
(No.)
Soil Description
0 to 3"
Asphalt
3" to 8' 6"
Sand (Fill)
8' 6" to 9' 6"
Black, Sand - Heavy Petroleum Odor (Wet)
(Bottom of Pit)
Legend:
F - Fine
M - Medium
C - Coarse
F/M - Fine to Medium
F/C - Fine to Coarse
Trace (TR) 0 - 10 %
Little (LI) 10 - 20 %
Some (SO) 20 - 30 %
TEST HOLE EXCAVATION LOG
Client Cranston Print Works
Site Webster Facility
Job No. 395.000
Excavation Equipment Case Backhoe
Operator J. F. White
Test Hole Test Pit No. 4
Date Completed 4/30/99
ESS Observer R. Cushing
Test Hole Depth Total Depth : 2 feet
Depth to Groundwater Not Encountered
Description 7 ' West of benned area, 6' from wall of white frames building
Edge of the bermed area
Depth
Sample
(No.)
Soil Description
0 to 3"
Asphalt
3" to 2'
Sand (Fill)
Refusal at 2' former concrete floor
(Bottom of Pit)
Legend:
F - Fine
M - Medium
C - Coarse
F/M - Fine to Medium
F/C - Fine to Coarse
Trace (TR) 0 - 10 %
Little (LI) 10 - 20 %
Some (SO) 20 - 30 %
CLs
a
0
%V
-,
0 .
sav~ t
Well
Installations
0-1' PVC Soald Riser
1'-11* PVC Sacn
0-1' Concrete
11-11.Ssump
V-11.
Fler Sand
t
PVC Lee
PVC Senn
(0-025 Slot
O s-' Bentiont Seal
ABBREVIATIONS
TRACE (TR.)
0-10%
LIrTTLE (U.)
10-20%
SOME (SO.)
20-35%
AND
35-50%
F = FINE
M= MEDIUM
C - COARSE
F/M - FINE TO MEDIUM
FIC - FINE TO COARSE
M/C = MEDIUM TO COARSE
Waer
Lac
:1063-000.3%weht1.xis
Site:
272 West Exchange Street. Suite 101
Providence. Rhode Isla:d 02903
(401) 421-0398 Fax (401) 421-5731
6
i Method
Method
)ate
4
o
o
&
= c
,
in
a.-
7
Jol NO:
Wel" I Boring No,;
-Ground
t
Driing Co.:
-
Elevation:
ESS Inspector
Weil Diameter
Instrument
water
Wample
Level
Well / Boring Depth:
Logged By-
Checked by:
Cjlt.
.
U
o
0
Materials Description
(size. grade. color, moisture)
S
Wel Construction
a
()PVC
Riser
2 -.
)PVC Screen
6
-
12
Well nstaftatlons
0-t' PVC Solid Riser
'-I PVC Screen
ocato
11'-11VtSump
PROPORTIONS USED
TRACE (MR)
0-10%
LrTTLE (L)
10-20%
SOME (SO.)
20-35%
AND
35-5%
ABBREVIAT1ONS
F - FINE
M - MEDIUM
C - COARSE
F/M = FINE TO MEDIUM
F/C - FINE TO COARSE
MC - MEDIUM TO COARSE
0-1" Conorete
0-1' Dentonite Seal
1'-11.5 Fiter Sand
Well Consluction
PCRs
PVc
(0.02 slo)
Water Level
Manhole Cover Flush with Grad Yes I No
Stand PIpe, Height Above Grade
oe63.o00.3wetsht1.iAs
~Sile
I
Job No.
272 West Exchange Street. Suite 101
Providence, Rhode island 02903
(401) 421-398 Fax (401) 421-5731
well/IBoring rio.:
CMS iW
Ground Elevation:
ESS Inspector
A IL
Drilling Go.:
I6C
Instrument\
OWeMethodDiater
welt I Boring Depth:
Water Level.
Sample Method:
Rot:Logged BY:
-Checked
:Materials
*
:rade,
0S
(sie.
'
Avol cocN t
by:
Descri
color, misture)
Riser
Job NGuPVC
Ito
4
Dril-g C)PVC
Screen
B-
S oi Depth
LeveC We
Water.
Well Damecins
Well Construction-
PROPORTIONSMateriasDes
0-10%
LTTLE (1)
10-20%
(TR.)
TRACE(SOc
0-10%
2*W-5%
RO
AND
TS1tnd
(
)PVCIUMmceencn
cest , t
Iilln2_lh2D
TRAC))
(or4c
1
m~~~
Co m nIs
0-1'
Rs
FINE_________________
F = FInt
TO COARSE
(SOME
-'
e
ManPe Cover Flush withC
Ao Gade
HeVgAht
P.
r'063-00.3welt1 As
,it
III
272 West Exchange Street. Suite 101
Providence. Rhode Islard 02903
(401) 4210398 Fax (401) 421-5731
U
~ a.-s
0I
Vw, S"
AtJ
'I 'o.t
-
f
p
eN ; A
-
1J
-,
h*~t
Well Installations
G.1 PVC Solid Riser
11' PVC Scren
11'-11.S Sump
0-1' Conrte
0.-1" Bantonite Seal
V-1 1.5 F'dter Sand
ABBREVIATIONS
TRACE CR)
0-10%
LTrTLE (U-)
10-20%
SOME (SO.)
20-35%
AND
35-50%
F - FINE
M - MEDIUM
C COARSE
F/M a FINE TO MEDIUM
FIC aFINE TO COARSE
M1C - MEDIUM TO COARSE
PVC Riser
PVC Scree
(0.025 sloo
ter Level
Cover Flush with Grad Yes INo
Wash Boring No.:
MIMu*AV
st
Grun E
272 West Exchange Street, Suite 101No
vidence Rhode Istpand02903
Fax (401) 421-5731
(401) 4-39
II Method: W
%
t
mple Method
,$kQwj
W6
DrillngCo
ESS Inspector.
Well Diameter
Instrent
Welt I Boring Depth:
Level:
Water
vwh%
b Logged By:
I
_P
Checked by:
-
c E2
Materials Description
(sae. gade. color, moisture)
a.
Wel Construction
2o
4
()PVC Riser
m
)PVC Screen
Lo
10
Is~p--t
-
-~~~~1
-
_______
-
_
_
_
_
_
_
_
_
We ostallaito
PROPORTIONS USED
0-1 PVC SolId Riser
0-1IConcrete
11-111 PVC Screen
11,41I5 Sump
OS-1. gentonte seal
V11.lSFiter Sanid
We C
ABBREVIATIONS
o
n
WCisaain
TRACE (TR-)
0-10%
F
FINE
M=MEDIUM
UTTLE (U.)
10-20%
Screen
*.PVC
((O25
C COARSE
SOME (SO.)
20-35%
F/C - FINE TO COARSE
MIC - MEDIUM TO COARSE
AND
35-50%
Slot)
ryater Level
FIM -FINE TO MEDIUM
MEAbo
Manhole Cover Flsh wt Grad Yes I No
Smd PiMpe.
Heig
vCAeRS
Vios30W.3w=llshilxis
/
(f/.
i,'irj
272 West Exchange Street Suite 101
Providence, Rhode Island 02903
(401) 421-0398 Fax (401) 421-5731
\
Drill Method:
.
Sample Method:
Date:
2
2
c
SheelI
~
~S: t
~
~
f
-
&Vel
CSS
Wag I Boring No.:
JbN
Ground Elevation:
Drilling Co.:
ESS Inspecor
16/c-
Weg Diameter-
Instrent
Water Level:
Wen I Bori; Depth:
Logged By-
Checked b
-
E
-E
-
CL
0
C
Materials Description
SWell
(site, grade. color, moisture)
Construction
ac
L
)PVC Riser
2
4
)PVC Screen
8 -
10.
Gommens
Well lastallatlons
W
0-1 PVC Solid Riser
i' PVC Screen
11-11.'Sump
I0.Lo!lo
PROPORTIONS USED
ABBREVtATIONS
TRACE (TR.)
0-10%
LITTLE (L.)
10-20%
SOME (SO.)
20-35%
F -FINE
M = MEDIUM
C * COARSE
F/M4: FINE TO MEDIUM
F/C - FINE TO COARSE
M/C - MEDIUM TO COARSE
AND
35-50%
0-1 Concreta
0.S-I'
enonite Seal
V-11.5Fiter Sand
Wel construction
PVC Riser
PVC Sc-een
(0,025 slot)
WatertLevet
Manhole Cover Flush with Grad Yes / No
Stand Pipe, Height Above Grade
000 3welisN1I.Xis
fijoN0
272 West Exchange Street. Suite 101
Providence. Rhode Istard 02903
(401) 421-0398 Fax (401) 421-5731
-
N
~k
A
\~~\
.'.'~
*~
Well
Installations
,~
~
0-1' PVC Solid Riser
1'-11' PVC Screen
1V-11$ Sump
TRACE (TR)
0-10%
uLE
10-20%
(I)
SOME (SO.)
20-35%
AND
35-50%
F -FNNE
M - MEDIUM
C - COARSE
F/IM FINE TO MEDIUM
FIC - FINE TO COARSE
M/C - MEDIUM TO COARSE
0-1' Concrete
O-I' Benionite Seal
1-11.5! Filter Sand
PVC Rer
SPVCScreen
Watvier Leve
pwurio 3Nwensht.xis
a
272 West Exchage Street Suite 101
Providence. Rhode Islard 02903
(401) 421-0398 Fax (401) 421-5731
.
S
)
N
''S K
-C
/
Well lnstaflations
0-1' PVC Solid Riser
1'-1 1 PVC Screen
11-113Ssump
0-1' Concrete
0.-1' Berdonite Seal
V-113 Fitter Sand
ABBREVtATIONS
TRACE (FR.)
0-10%
LrTLE (U.)
10-20%
SOME (SO.)
20-35%
AND
35-50%
F FINE
M =MEDIUM
C-COARSE
FM = FINE TO MEDIUM
FIC -FINE TO COARSE
MC = MEDIUM TO COARSE
Riser
PVC
PVC Screen
(0.025 Slot)
Water Level
WentaYW1%snelkh!1 va
JV.~~-%Kxoc~
>,j~.j-
-~
A,
4
-t
*L~~'~t~
\OWAA..
OCJ~.aW
~.o.Sb
4.k~XL
-'
~j
vW
~
/
Vt;
Th
t
'
s~x\
q\
Z3X
AtQr
W~e Instaflations
0-1' PVC Sod Riser
1"-11' PVC Screen
11'-113 Sump
TRACE (R)
0-10%
UTTE (LL)
10-20%
SOME (SOJ
2035%
ANn
35-50%
F = FINE
M. MEDIUM
C - COARSE
F/M = FINE TO MEDIUM
FI, "FINE TO COARSE
MC - MEDIUM TO COARSE
0-V Corgreta
0S-i Betente Seal
T-11.
.
Fifter Sand
PVC Rie
MNPVC Samn
(0.025 SloQ
Wvat
eel
j063-0003swesttiAds
/IESS5
272 West Exchange Sreet, Suite 101
Providence. Rhode Island 02903
(401) 421-0398 Fax (401) 421-5731
lod:
Iehod
~0
-
Fn
~
\I
/
N"
J
Wel instanks
0-1' PVC Sol RLser
1'-1l' PVC Screen
11*-11Sump
PROPORTIONS USED
TRACE (TR)
0-10%
UTTLE (LL)
10-20%
SOME (SO.)
20-35%
AND
35.-0%
0-i Concrete
0..-1* Bentovite Sea
1-1S1. Filter Sand
A8BREV1AT10NS
F FINE
M=MEDIUM
C - COARSE
F/M = FINE TO MEDIUM
FIC = FINE TO COARSE
MIC = MEDIUM TO COARSE
:PVC Rher
9 PVC Screen
(C.025 SIO0
Water Loyvd
iCove
Flush With Grad Yes I No
rios3.o00.3%weshti.xi
\\M.. '~2-~-K
Y\ C
V~
~3j~,\
~
-'C
~NJsJ~f
41
QL '
L
.Well Instanatinso
J0-V PVC Sold Riser
1'-1l PVC Screen
1113Ssump
0-1
Concrte
O.f-V Bentoni* S"a
1"-11.5 Fdler San
ABBREVIA1
TRACE (TR)
0-10%
LTLE (U.)
10-20%
SOME (SO.)
20-35%
AND
35-50%
F FINE
M MEDIUM
C - COARSE
F/M = FINE TO MEDiUM
FIC - FINE TO COARSE
M/C - MEDIUM TO COARSE
PVC Riser
PVCSa~wn
(P=2 Sko
VWater Leel
V:0os40.3%woushit1.xds