ML20003G555

From kanterella
Jump to navigation Jump to search
Submits Preliminary Response to Task II-d of NRC-02-80-076 Re Groundwater Requirements to Be Imposed on Licensee.Info Re How Existing Wells Are Constructed Requested from Goldberg-Zoino
ML20003G555
Person / Time
Site: Wood River Junction
Issue date: 02/10/1981
From: Dan Warner
DON L. WARNER, INC.
To: Shum E
NRC OFFICE OF NUCLEAR MATERIAL SAFETY & SAFEGUARDS (NMSS)
References
CON-NRC-02-80-076, CON-NRC-2-80-76 18687, NUDOCS 8104300062
Download: ML20003G555 (32)


Text

'70- [? O g h![ v/N

-ric

,/ g/ s pocniED %

Q~

OWC D O N L. WAR N ER, I N C.

j'q, g

4

'/

1,,g\\ > M>

/

e. o. eox,os b

9,G ROMA. WSSOURI 65401 February 10, 1931 h

.ch C Wph

  1. _ _._ % j f [i t

(j[k

[

[ TIE l3 Y[/

/

Dr. EdwarTSIium Office of fluclear l'aterial ll-

,ff;

...J',

Safety and Safeguards l.2 MAR 131901 >

N, N6, f. s.

(%,(

e, 3, m.,,,. >...,

U. S. fluclear Regulatory Conmission "G'r Uashingten, D. C.

20555 s

um w

Dear Dr. Shun:

rgg This letter contains ny preliminary response to' Task II-d under URC contract 02-80-076, which states " Describe, if needed, any ground-water monitoring requirements to be imposed on the licensee." Also contained is.the result of my review of the proposed boring specifica-tions for the deep well to be constructed at the UNC site.

I do not have a complete history of the chronological development of the present monitor-well system, nor do I have the specifications for the construction of the existing monitoring wells.

It would be helpful to know how the present system evolved, but accurate reconstruction of the history is probably not possible.

It is, however, necessary to know how the existing wells are constructed in order to evaluate their effectiveness for monitoring purposes. This information has been re-quested from Goldberg Zoino, groundwater consultant to UHC, but it has not yet been obtained. The construction of existing wells will be evaluated in the final report.

Uater quality data, particularly conductance and nitrate valuss, show that wells H12, T2, T3, T6, 76U, 77B and 77D are located within the main part of the contaminant plune. Other wells that should be within the main plume out which have yielded water samples with lower levels of contamination are WB and SA.

The differences in contaminant levels in water taken from among theae wells probably resulted from the wells being completed at differen' hpths. That is, the contaminant plume is three-dimensional and wells that are within the lateral location of the plume may be vertically above or below it.

Dr. David Huntley, in a 1977 report to UNC, previously concluded that shallower wells, such as UB and USA, show lower levels of contaminatica than deeper ones. This conclusion is further substantiated by water quality data that have been collected since 1977.

For example, in early 1978, a peak value of about 6500 micromhos conductivity was observed in well T2 while samples from well UB (which is immediately next to T2 but shallower) showed a maximum level of about 600 micrombos conductivity at the same time.

Q f3 Y

100R ORENR l'*18'*"

v 81843000 02 i

c.

oe Page Two - Continued

~

dater quality data from wells WA, WD, W6, W7, W9, Wil, T4, T5, T7, and T9. indicates that these wells were all within the fringe.'of the plume of pollution at one time or another. Only wells WE, WS~, W10, T1 and T8 appear to have never been within the pollution plume. Water quality data for well T1 show that one sample taken during 1977 exhibited anomalously high values ~of conductivity and nitrate.

It is probably.that this single value is nonrepresentative.

Based on the location of the wells discussed above, it can be con-cluded that the present monitoring well system effectively defines the lateral extent of the plume of polluted groundwater in the immediate plant area. Westward from wells T9 and W9, the north-south extent of the pollution plume is not defined. Also, the near-river distribution of the pollution plume is not defined nor is the three dimensional shape of the plume known. While it would be desirable to completely define the extent of the area of polluted groundwater within the UNC site it is pro-bably not essential to do so.

The present monitor well system would -

appear to be adequate to determine when contaminants have been swept from the UNC site by natural or induced groundwater flow.

Because monitor wells are not located immediately adjacent to the Pawcatuck River, it cannot be proven that contaminants being transported from the site are entering the river.

However, based on groundwater flow-patterns adjacent to the river and on basic concepts of groundwater hydro -

logy, it is reasonable to conclude that contaminants moving from the site -

are entering the river. Some portion of the contaminants swept from the site could also be moving slowly. downstream beneath the river _ bed in the groundwater system. There is presently no evidence to support or refute such subriver movement.

The present monitoring program appears to call for monthly sampling of monitoring wells. There is no need for more frequent sampling.

I do not know the daMils of the sampling procedures or analytical methods but Goldberg Zoho, consultant to UNC, has reported that conversations with UNC personn.1 responsible for collecting the groundwater samples indicated that the sampling techniques employed have been satisfactory and should have produced representative samples. Analyses have been performed by UNC and by other laboratories.

The specifications for the drilling and sampling program proposed by Goldberg Zoino for the additional deep well at the UNC site appear satis-factory. There is no indication of how water samples will be preserved or shipped or who will perform the water analyses. There is also no discussion of the handling and distribution of the soil samples.

In talking with Gold-berg Zoino, I determined that they will have a representative on site during the drilling and that Goldberg Zoino will be responsible for the handling of water and soil sar, 'es after they_ are obtained.

Page three

. Continued Sincerely, t\\

aC CL4W Don L. Warner Consulting Geological Engineer DW:ks i

r i

A P I,' D M

.L,- u v c

?

s

. y..

4 1

i s

January 27, l9'81 Boring Specifications Job File No. P-2784 INVITATION TO BID Scaled proposals for the performing of subsurface explorations, including.the making of borings in soil and rock, securing samples.and other. work incidental thereto, at the site of the United Nuclear Corporation at Wood RiverfJunction, Rhode Island will be received by Goldberg-Zoino 3 -Associates, Inc.,

I Geotechnical Consul tants, 293 South Main Street, Providence, Rhode Island, i

02903, until 12:00 noon, ** EASTERN STANDARD / DAYLIGHT SAVINGS ** Time. **DATE**

J and there immediately thereafter be publicly opened and read..

This Invitacion-to Bid document includes the following sections:

l (1) This cover page, INVITATION TO BID

~~

l (2) Part 1, General Conditions (Items 1 through 7)

(3) Part II, Technical Specification (Sections 1, 2, and 10):

l (4) Part III, Proposal-Form (5) Form of Agreement between Contractor and Engineer Proposals must be made upon the' form provided. All. blank places ~ in.the form must be filled in as noted, and no change shall be~made in the phraseology of l

the proposal or in the items mentioned therein.

Proposals that contain any omissions, erasures, alterations, additions, or items not called for,in the itemized proposal, or that contain irregularities of any kind, may he rejected as informal.

l-l I

l PAGE 1 leS37

I d

Bidders are referred to Section 10 of the Technical Specifications which supplement the standard specifications and gives detailed procedures and other data particular to this job.

Surety Required Proposal Guarantee:

$500.00, Five Hundred Dollars and no cents Performance Bond:

Not less than the Total or Gross Amount of the Contract Payment Bond:

Not less than the Total or Gross Amount of the Contract Goldberg-Zoino & Associates, Inc. reserves the right to reject any or all bids and to accept any bid that is in the best interest to the Owner.

Date:

Goldberg-Zoino & Associates, Inc.

Title:

~~~ Geotechnical Consultants 293 South Main Street Providence, Rhode Island 02903 PAGE 2

PART I GEtiERAL C0f;DITI0t45 e

e PAGE 3

PART I GENERAL CONDITIONS 1.

PROPOSALS a.

Proposals are invited for making subsurface investigations at the site of the United Nuclear Corporation, Wood River Junction. Rhode Island, as shown on the accompanying location plan.

2.

GENERAL a.

Scope of Work: The scope of.the work, without limiting the generality

thereof, consists of furnishing all
labor, ma terial s, equipment, and transportation as the Engineer may order for a high-quality performance of subsurface conditions as specified. Work to be performed includes test boring explorations, groundwater sampling, and BarCad installation, executed _as specified herein.

The work shall be performed under the direct charge of a ccapetent foreman experienced in this type of work who can evaluate and describe accurately the earth materials encountered.

b.

Definitions:

Engineer herein referred to shall mean Goldberg-Zoino &

Engineer Associates, Inc.,

293 South Main Street, Providence, Rhode Isl and, 02903.

Contractor - Contractor herei'n referred to shall mean the boring and subsurface investigations contractor.

Owner - Owner herein referred to shall mean Uni ~ted Nuclear Corporation, Wood River Junction, Rhode Island.

c.

Adjustments in Quantities: The quantities stated in the proposal are approximate only and are for the specific purpose of comparing bids.

The Engineer does not guarantee that these items or quantities will be ordered. The Engineer may vary the quantities by increasing or decreasing, or by' omitting-itens in their entirety; there is no minimum ordering requirement hereunder.

All neders will be submitted by the Engineer in writing.

The Contractor shall be paid only for the quantities ordered in writing, performed, and accepted; the Contractor shall be paid.at the Unit Prices set forth in the ~ proposal.

Quantities performed will be determined by the Engineer on the basis of field measurements.

d.

Insurance:

The Contractor shall forthwith after notification of.

selection, file a certificate of insurance with the Engineer indicating the following coverages for itself and any of its subcontractors:

(1)

Contractural Liability Insurance including coverage for all lia-bility assumed under this Cor. tract.

PAGE 4

(2)

Workman's Compensation and Employer's Liability coverage, pro-viding protection for.all exposures involved under this Contract as required by law.

(3)

General Liability -Insurance for bodily. injury of limits not less than five hundred thousand dollars ($500,000).for one person and subject to a linit of one million dollars ($1,000,000). for one occurrence; and also property damage liability of not less than one million dollars

($1,000,000) for each occurrence to include coverage for all activities to be undertaken under this

Contract, and including coverage for injury to or destruction of wires,
conduit, pipes, mains, sewers, or other similar property, or any apparatus in connection therewith, below the surface of the.. ground.

(4)

Vehicular Liability Insurance should provide bodily injury limits of not less than two hundred thousand dollars (5200,000) for one pe'rson and subject to a limit of five hundred thousand dallars ($500,000) for one accident ar.d also property damage liability of not less than fifty thousand dollars (550,000) for each accident.

e.

The Contr u tor shall ebtain and pay for all required permits from the responsible municipal or state authority before proceeding with the work.

f.

The Contractor shall ese a minimum of land area in making borings, and in no event shall such area e,.eed five hundred (500). square feet et any one i

boring site.

i 9

The Contractor shall keep accurate records of the dates and times spent at each boring site and shall furnish the Engineer with a copy of said record on the termination of this Contract.

h.

The Contractor shall indemnify and save harmless the Engineer and Owner from any claims and damage the Engineer and Owner may sustain or be requir.ed to '

pay by reason of any act, or neglect or omission of the Contractor relating to-such work.

Contractor shall assume all defense and liability' connected with the foregoing indemnity and shall comply with the Workmen's Compensation, Federal and State Unemployment, Social Security, Old Age Acts now ir force or later amended and the Equal Employment Opportunity Act and Executive Orders.

i.

GolGerg-Zoino & Associates, Inc.,

and United Nuclear Corporation, shall be added as named additional insureds on Contractor's _contractural liability, general liability, and vehicular liability insurance policies.

Contractor shall not commence work under this Contract until it_has provided I

the required certificates of insurance, to be issued by carriers acceptable to the Engineer, and to provide that the carriers will give at least ten (10) days written notice to Engineer prior to any cancellation of such insurance.

s PAGE 5 l

I L

j.

t'odification of Centract:

No modification of or change in this ccntract shall be valid or enforceable against either party unless in writing and signed by the Engineer and the Contractor or their duly authorized representatives.

k.

No bidder may withdraw his bid for the period of thirty (30) days af ter the day of opening thereof without the written consent of the Engineer.

3.

VIsli TO THE SITE Before submitting proposals, all bidders shall visit the location of the proposed work to ascertain the nature of the work, including all dimensions ar.d existing construction, and shall examine all existing conditions that may affect the prosecution of the work and the cost thereof, and in general determine to their own satisfaction the character and extent ci the work ineolved.

Failure to visit the site before submitting a proposal will not relieve the Contractor from furnishing all transportation, equipment, labor,

services, and material necessary to complete the Conttact without additional ccapensation.

4.

INJURY TO PERSONS AND PROTECTION OF PROPERTY a.

Injury to Persons:. The Contractor shall be responsible for all injury to persons either directly or indirectly, that may result from his operations.

Contractor shall take all necessary safety measures for the protection of the work, the workers, the public, and the property of others. The Contractor shall prcvide at the site such equipment and medical facilities as are necessary to supply first aid service to any who nay be injured in the progress of the work.

b.

The Contractor shall confine his activities as closely as possible to tha various ICCations hhere work is to be performed and shall take proper pee.. m,

to protect existing structures, utilities, walks, drives, lawns, ~

and fences tr em injury due to his work.

c.

The grounds shall be constantly cleared of all dirt and debris resulting from the Contractor's work and at the conclusion of the work, the site shall be restored, as closely as possible, to its origiral condition and shall be left in a neat, clean conditior acceptable to the Engineer. Where bituminous pavement is penetrated by the borings, the boring shall be backfilled, compacted, and the surface shall be patched with cold bituminous neterial unless specifically relieved of this requirement by the Engineer.

l Khere concrete is penetrated by the borings, the boring shall be backfilled and the surface shall be patched with concrete.

PAGE 6

-. - -. ~ - _..-_

9 d.

The Contractor shall be responsible for, and shall indemnify the Engineer against, any claims resulting' from damage to underground pipes,

conduits, and structures. The Contractor shall comply with subsection 7.13 of the Commonwealth of Massachusetts Department of Public Works Standard Specification for liighways and Bridges, dated 1973, and subsection 7.13.1 of the Supplemental Specifications to the 1973 Standard Specifications for Highways and Bridges, dated March, 1978.

e.

Underground Property Protection:

Contractor shall research all public agencies and utility companies involved to ascertain the location of underground utilities or any other underground or buried facilities or foundations.

Contractor shall indemnify and hold harmless the Engineer and the Owner from and against any and all loss, cost, and damage, including reasonable attorneys' fees arising ou.t of the Contractor's failure to research underground facilities, to perform in a good and workmanlike manner pursuant to the terms hereof, or otherwise to comply with any of the terms and conditions herein contained.

5.

CONTRACTOR WARRANTIES By submitting a bid, the Contractor represents and warrants:

a.

that he is financially solvent; b.

that he possesses adequate equi pment, experience, and competency to perform the type of work required by this Contract; c.

that he has carefully examined the General Conditions, the Technical Specifications, Plans, and the site of the work; d.

and that, from his own investigations, he has satisfied himself as to the nature and location of the work, the general and location conditions, and

  • all other matters which may in any way affect the work or its performance.

6.

B0NDS a.

Proposal Guaranty: A Proposal Guaranty is required from each bidder as evidence of good faith that an agreement will be entered into if the bidder is awarded the Contract.

Guaranty will also serve to indemnify the Engineer should the bidder fail to execute the agreement if awarded.

The Proposal Guaranty of all bidders except the three lowest responsible bidders will be returned promptly after a canvass of the proposals.

The remaining Guaranties will be returned following execution of the agreement and receipt of required i

bonds and insurance certificates or upon expiration of the effective time periods of the bids.

PAGE 7 i

L m

- 7

.m

,,..,-,.,_.m

, ~. - _ _ _ -.

.. _., _. _ _ _,, ~,, _. -.,,. - - _,--_

b.

Performance and Payment Bond _s:

The bidder to whom the Contract has been awarded shall furnish and deliver within ten (10) days of the award a surety corporation bond satisfactory to the Engineer.

A bond shall cover performance and payment of materials and labor, be written for a recoverable o.sount of not less than the amount shown on the Invitation to 13id,.md be riaintained in full force and coverage by the Contractor until the final payment of this Contract.

7.

SUBC0flTRACT/ASSIG! melit fio part of the work hereunder shall be subcontracted by Contractor without the prior written approval of the Engineer.

Thi: Centract may not be assigned by the Contractor.

I es e

e G

9 PAGE 8

A p'

i 1

1 I.

i I

4 i

i i

l 1

J l.

i i

4 i

PART 11

+

t i.

4, TECl!illCAL SPECIFICATI0 tis 4

i I

d 4

i i

r f

I I

l

.PAGE 9 t

1 k

6

'vetm-

-m.g,,-.,

1.0 GENERAL 1.1 ptANS AND_SP1CIFICATIONS The Contractor is referred to the plans which are attached hereto and which show the locations, type, and depths to the subsurface explorations.

The Contractor is also referred to Section 10 of these specifications which supplements the standard specifications and gives detailed procedures and other data particular to this job.

1.2 SCOPE OF KCRK The Contractor shall provide all services, labor, equi pment, material, transportation, and supplies necessary for completing the subsurface investigations shown on the attached plans and in accordance with these specifications.

The Contractor shall keep and submit records and data and shall preserve, identify, and submit soil and rock samples, all as required by these specifications.

These explorations shall be carried out in a diligent and high quality workmanlike manner.

1.3 SUPERVIS!ON The work shall be performed undcr the observation and direction of the authorized reprasentative of Goldberg-Zoino & Associates, Inc., Geotechnical Consultants.

The words " supervision", " inspection",

" direction", or " control" shall periodic cbservation of the work (and the taking of soil tests as deemed mean necessary) by the Engineer or his representative,for substantial compliance with plans, specifications, and concepts.

1.4 EXISTING CCNDITIONS Before any drilling is done at any position specified, the Contractor sball locate any existing cables and other utilities adjacent to this position by probing or other means satisfacter) to the Engineer and to the owners of the utilities, a'nd the location of the boring shall be varied from that shown on the plans, if necessary, in order to avoid any damage to existing utilities.

During the progress of the work, the Contractor shall cooperate with the cwners of the utilities and permit their representatives access to the work to determine if their utilities are being endangered in any way. Any relocation of borings shall be done only with the approval of the Engineer.

1.5 CONTRACTOR'S PLANT AND EQUIPMENT All plant, equipment, and methods to be used by the Contractor shall be subject to approval by the Engineer before the work is begun and continuously during the course thereof.

PAGE 10

l*

. However,. approval 'of; the c'quipment'shall.. not-be construed as' including approval of the performance thereof. Additional cquipment and methods shall be provided where ordered.by the Engineer if - required to perform. the work satisfactorily according to the specification.

s 1.6 LOCATIONS The locations plotted 'on the. location plans indicate the Egeneral area where each exploration is_ to 'be made.

The; general area:'of-additional explorations may also be identified in the field.

1.7 TIME OF' COMPLETION 1.7.1 Time for Compietion The maximum. time: allowed for completion lof the work from'the date of the notice to proceed shall be ** THIRTY (30)**

~

j-the essence.of the Contract.-

~

. calendar days..-Time is of 1.7.2 Scheduie '

The - Contractor shall commence work within f'ive:-'(5) calendar days from the date of notice to proceed..

The Contractor shall notify the1 Engineer-at least forty-eight (48) hours prior to starting work on. the Contract,-

including notification.of the number of boring rigs to be assigned to,the proj ect.

i p

The' Contractor

s. hall complete the work within the maximum time L

al l o~wed, provided, however, that no drilling shall_ be done outside the' normal eight (8) hour working day or on Saturdays, Sundays, or holidays, except with the approval of the Engineer. All parts of the work shall befprosecuted vigorously during all seasons of the year in a manner satisfactory to the Engineer.

i

~

i-

)

i i

t PAGE 11

z

The Engineer, when conditions at the site are unfavorable, may order the Contractor in writing to suspend work until reasonable t.onditions exist for resumption of the work, fio time charge will be made against the Con'.ract during such suspension of work.

O o

O PAGE 12

2.0 BORINGS 2.1 TYPE The type of boring shall be selected as necessary for procuring split spoon samples, gathering samples of formation water, and installation of observation wells and groundwater sampling devices.

2.2 EQUIPMENT 2.2.1 Casing Casing shall be extra heavy steel or wrought iron pipe, machine threaded, with steel exterior recess-type couplings.

Flus.1 joint casing may be used in place of pipe and couplings.

2.2.2 Hollow Stem Auger Hollow stem augers shall be ustd in place of casing at interval.s specified by the Engineer. A center rod, plug, and pilot bit will be in place while advancing the hole by rotation, but to' a depth no greater than.the sampling interval.

If directed by the Engineer, the Contractor shall conf etely fill the hollow : tem with water nr drilling fluid prior to and l

during withdrawal of the p'ug and during sampling.

The augers shall be five (5) feet in length or shorte..

2.2.3 Uncased Holes Drilling methods employi ng uncased holes may be employed at i nterval s as directed by the Engineer.

In these int'ervals, casings shall be driven to a depth as required to maintain the top of the borehole. Water or "

ccmnercial drilling fluid, as approved by the Engineer, shall be used as required; the level of drilling fl uid shall be maintained ~ as near as practicable to'the ground surface at all times.

2.2.4 Drill Rods Drill rods shall be cold drawn steel tubing, with flush joints and square threads and shall be subject to the approval of the Engineer. All rods shall be measured prior' to use.

The maximum size of drill rods shall be equivalent to the "A" rod (one and five-eighth inch [1-5/8"] 0.D. and one and one-eighth inch [1-1/8"] 1.D.).

2.2.5 Split Spoon Sampler Split-spoon samplers shall satisfy AhTM Standard Method D1586-67 and shall be two-inch (2") 0.0. and one and three-eighths (1-3/8) inches I.D.

and shall have an effective (split tube) length of between sixteen inches (16")

and twenty-eight inches (?8").

The drive shoe shall be three inches (3")

minimum long and shall be tapered to a one-sixteenth inch (1/16") edge at the tip.

The sampler shall be cleaned before each use.

The outer wall, inner PAGE 13

wall, and drive shoe shall be smooth and free from scars and dents made by tools or rocks.

If the split-spoon sampler or drive shoe becomes damaged at any tine, it shall be replaced immediately with a suitable sampler. Split-spoon senplers shall be equipped with top check valves.and bottom core catchers for ute es directed by the Engineer.

Flap valves shall be available but not be permitted without the specific approval of the Engineer.

7.2.6 Core Barrels Core barrels shall be double-tube type and shall be size "NX".

Dimaond bits of the appropriate size shall be used with each core barrel.

2.3 GENERAL PROCEDURE 2.3.1 Depth of Boring The boring shall be carried a minimum depth of 10 feet into bedrock, or should it be encountered, 10 feet into an essentially impervious glacial till or as directed by the Engineer.

2.3.2 Advanceraent of Boring The initial 70. feet (or as specified by the Engineer) of the boring shall be advanced using hollow stem augers or equivalent techniques which minimize the addition of drill water to the soil formation.

Upon specific approval of the Engineer, the augers will be removed from the hole and replaced with casing of minimum diameter equal to 4 inches.

Casing shall be driven vertically through the hole created by the augers to a minimum depth of 80 feet or as specified by the engineer.

Soil sampling as detailed by Section 2.3.3 shall then continue.

At the discretion of the Contractor, 3 inch diameter flush joint casing may be telescoped inside the four inch casing.

Similary, at greater depths, 2-1/2-inch dicmeter casing may be telescoped inside the 3 inch casing.

The progression of casing shall be accomplished in a manner as to reach a maximum depth of 300 feet with drive casing.

With the specified approval of the Engineer, the boring may be advanced below eighty (80) feet through an uncased hole of minimum diameter

~

equal to four (4) inches. A self-destroying drillilng fluid (Johnson " REVERT" or equivalent) shall be used as required.

If a pervious deposit is encountered below E0 feet, the Engineer may direct the Contractor to drive 3-inch. diameter casing through the uncased portion of the borehole to a minimum depth of 5 feet beyond the deepest penetration of the drilling tools.

The casing will then be washed out with clean water in the normal manner and the boring shall proceed as a cased hole.

i The casing shall be removed upon completion of the work and it shall remaim the property of the Contractor.

However, no casing shall be removed until specified approval of the Engineer has been given.

2.3.3 Split-Spoon Sampling PAGE 14

Split-spoon sampling shall be carried out in accordance with ASTM Standard Method D1586-67.

Split-spoon drive samples shall be obtained at the ground surface and at intervals not to exceed ten feet (10') as measured top to top of sample-unless otherwise specified by the Engineer. At sampling points, advancement-of the bore hole shall be stopped, the casing advanced as required, but to a depth no greater than the maximum depth of jetting or chopping, and all material shall be removed from inside the casing ~ or. bore hole. The use cf water for.

cleaning out the casing between-samples will' generally be allowed,:and approved chopping bits, augers, or sampling spoons may be used for cleaning the casing or bore hole preparatory to taking spoon samples. The samples shall be obtained by driving a split spoon sampler into the undisturbed material below.

the bottom of the casing or bore hole.

All drill rods shall be made up tight when sampling with a split-spoon sampler. The split tube ~ samplers shall be equipped at the top with a reliable check valve and at.the bottom with a core catcher.

A recovery or less than six inches -(6") of soil in the split' barrel portion of the sampler shall not-be considered an acceptable sample,.and 'a second sample - shall be - taken immediately below the. unsuccessful recovery.

The split-spoon sampler shall be driven by a one hundred forty (140) pound weight hammer -having a thirty-inch (30") drop for,a distance-of eighteen -inches (18"). The number of blows for each six i nches -(6") of-penetration shall be recorded.

When sampling in sands and loose silts, the Contractor will be required to keep the casing or hollow stem auger completely -

full of water at all times.

If this measure is insufficient to prevent the material from running up into the casing because of artesian water conditions, the Contractor will be required to use commercial' drilling mud..

2.3.4 Rock Coring and Drilling The Contractor shall take continuous core samples at the location and to the depth specified by the Engineer by means of a diamond drill bit and' double tube core barrel as specified in Section 2.2.7.

No rock cores 'shall be taken until refusal as herein defined is encountered or as directed by the Engineer.

The casing shall be firmly seated on hard rock by driving and washing out before inserting the diamond bit. The diamond core bit shall be started in the hole and the rock shall be drilled until the required depth is reached.

hhen the core is broken off, it shall be withdrawn, labeled, and stored in an approved core box before the drilling is continued.

The holes shall be carried into the bedrock to a depth sufficient to permit the Engineer to determine to his satisfaction the character of the rock penetrated.

Cores shall be carefully handled to insure their prope'r identificatien and placing in the order in which.they are removed from the hole, and care shall be taken to recover as large a percentage of unbroken core as possible.

The Contractor shall regulate the speed of the drill and remove the core as often as necessary to insure the maximum percentage of recovery.

The drilling time per foot of rock drilling, hydraulic force, and drill speed (rpm), shall be recorded.

PAGE 15 i,

..m

---..m..m..-.

m

.a.-

m.a m

J

Should the Contractor be unable to obtain,. satisfactory l core recovery, he shall take whatever measures the Engineer may authorize to improve the core recovery.

Measures.to improve recovery.may include changes in:

(1) Type of diamond bit.

(2) Rate of feed.

(3) Speed of rotation.

-(4) Volume of cooling viater.

(5) Style of core barrel.

(6) Depth of coring for each removal of. core.

(7) Machine operator.

(8) : Type of machine..

2.3.5 Sampling Formation Water Samples

_of-formation water shall be obtained at the water table-an at intervals of ten (10) feet to a depth of ~ seventy (70) feet.

From seventy

~

(70) feet on, samples of formation water will be obtained at -locations selected by the Engineer.

L The objective is.to on'tain samples of formation water unaffected by*

previous drilling or testing operations.

Pumping will be by vacuum method; through a well screen exposed to the formation. Well screens shall be scaled

~

in the casing' by a gasket between the screen and the. casing.

At least.two screens shall be available -with different slot sizes appropriate _ for pumping f ron coarse or fine grained strata.

If pumping from certain strata proves impossiole, the Contractor shall use a stainless steel bailer supplied by the Engineer to extract:

formation water.

Duration of' pumping or bail.ing before collection of ~ final samples will be determined by the Engineer on site according to chemical or. physical characteristics of the pumped water and volume of water pumped. _ Pumping time will probably range from 30 minutes to 90 minutes.

The Contractor shall provide equipment to measure the amount of water pumped and shall record the amount pumped.

2.3.6 Installation of Groundwater Samplers and Observation Wells a.

General

./

The final objective iof subsurface exploration is installation of permanent groundwater monitoring devices.

Both observation wells and BARCAD sanplers will be employed.

BARCAD samplers are small cylindrical groundwater sampling devices connected to the surface by flexible plastic or metal tub-ing.

Up to three BARCADs will be installed permanently at different levels. in a single bc.: hole.

The borehole will be completed with an observation well at the top. -

PAGE 16

~. -..- :

a 2

.. s BARCADs will be supplied by.the 'EngineerL t'o;the -Contractor a'nd. will be.

installed under. direct supervision of' the Engineer.

b.

BARCAD Installation The Engineer will select levels.at which BARCAD devices willLbe installed based ca data. gathered during previous tests.: Insatallation-proceeds

-upward from the bottom of the cased hole by. repeatingLthe procedure outlined below.

a.

At the zone selected for-BARCAD installation Land at the.

' direction of-the Engineer, a seal.of - bentonite clay pellets.

will be emplaced in the completed. borehole below the casing.:

b.

As requested by the Engineer, a-laydr'of Ottawa Mand about one' foot thick will be emplaced abeve the clay. seal by alternately pouring sand down the borehole and withdrawing Lthe ' casing.

The depth to the bottom of the sand cushion shall be recorded, c.

Insert a BARCAD unit'and continuous ~ ris'er tubing so that the porous cylinder rests on the> sand cushion.

'd.

Pour. in sufficient l 0ttawa sand to enclose and cover the-BARCAD'

~

with about one foot of sand while withdrawing the ' casing.

Measure and record the depth of. the top of the sand cushion.

~

~

e.

Install ~a 1ayer of bentonite-clay about one foot thick above the sand. Withdraw the casing and backfill upward as directed' by the Engineer.

f.

The Ottawa sand cushion and/or bentonite clay. seals may be omitted at the discretion of the Engineer; where highly permeable soils are likely to collapse upon the. BARCAD or borehole-immediately

. af ter withdrawal of the1 casing.

At least two but no more than.three BARCADs will be. installed in the borehole.

In the upper part of all boreholes, a standard observation well will be installed following the general procedure outlined below.

'2.3.7 Observation Wells a.

General Observation wells shall be constructed of Schedule 80 P'VC pipe with maximum outside diameter of two (2) inches and minimum inside diameter of one and one quirter (1-1/4) inches.

Screens or points shall be of Schedule 80 PVC set below static water level.

General installation procedure is outlined below.

b.

Installation Procedure PAGE 17

.-.m 7.,

.- _ -~. - -. _ _ _ _ _ ___ _, _

e a.

At 'the level selected by' the Engineer, install a. layer of ~

bentonite ' clay about one foot _ thick in teh. borehole below the casing.

Measure and record depth. to top of clay seal, b.

Install a cushion: of Ottawa sand:approximately oneLfoot (1

~

. foot) thick by pouring sand down the casing and' withdrawing the casing.

c.

Install 'the observation _well pipe. with screen' or point attached.

Tip. must :

be equipped withi a bottom. plug.-

Contractor and Engineer shall measure depthLto _tip_of well.

d.

Install a sand filter around cux! to at least'.one. foot (1 foot) above the screen.

Grain size of the sand will ini appropriate for the ' slot size of the screen'to minimize ' entrance of.

material.

~

e.

Withdraw the. casing and install a bentonite clay seal above the sand cushion'in (d) above.

4 f.

Withdraw the casing and backfill above withL water table with available

  • material or -according to instructions. or the'

~

Engineer.

g.

At the descretion of. the Engineer, clay seals - and/or sand -

cushions (filters) may be omitted.

2.3.8 Wellhead Completion a.

General Observation wells containing.BARCAD samplers will have plastic:

or metal riser tubes extending.above ground level.

This tubing requires-protection from vandalism and the. elements.

General wellhead cc,mpletion procedure is outlined as follows:

b.

Protective Wellheads i

Wellheads for BARCAD installations will be constructed of metal pipe of no less than six (6) inches inside diameter driven about five: feet-below ground level and capped with a screw-on or slip-on plug. ' Contractor should note that the protective casing ~ need not be new material.

2.3.8 Abandoned Holes Should the casing or. apparatus be-removed. from a borehole, lor should the hole be abandoned, without the permission of the Engineer, or should a boring' be started and for any reason not be carried to the depth required by the Engineer, or should the Contractor fail to keep complete records of materials. encountered or furnish the Engineer the required samples.and cores,

~

then the Contractor shall make an additional boring at a location selected by PAGE 18

+

~

'. *i

~

the Engineer, and no payment shall be made for either the abandoned hole or any

~

samples or cores obtained therein.

2.4 SAMPLES 2.4.1 Split-Spoon and Open-End "A" Rod Samples Representative spe'cimens of cach sample shall be preserved. The container - for preserving' drive samples shall be large-mouth, round, screwed top, airtight, clear glass jars.

Size of jars shall' be'eight (8) ounces for one and three-eighths inch -(1-3/8") samples.

The. specimens shall be.placed in '

the ' jars as soon as taken in; order that.the original moisture in the materialf i

may be. preserved.

The-jars-shall be tightly capped and shall-be suitably.

boxed, marked, and identified with legible labels, as directed by the Engineer.-

These _.labelt shall show the date, boring number, sample number,-depth at which sample was taken, and identification of material.

All samples shall be stored at or near thefsite during the course.

of the Contract.

Samples, fully identified,. shall be forwarded together with boring logs to Goldbarg-Zoino & Associates, Inc. '30 Tower Road, Newton Upper-Falis, Massachusetts, 02164 at the completion lof the Contract.

2.4.2 Rock Cores C

The rock cores shall be placed in suitable wooden boxes so partitioned-that the cores from each boring.will be kept separate. Rock. cores shall be suitably labeled and arranged neatly in.the boxes in the sequence in which-the material was rem 'ed from the hole with elevation of the top land bottom of the run clearly marked.

Core boxes shall be substantially constructed-of dressed lumber,.

about five feet (5') in length, and with a capacity-for about twenty feet (20':)

of core in each box.

Core. boxes shall be completely ~ equipped with all-necessary partitions, covers, hinges, secures for holding down the' cover, and suitable identification plates.

and tags, and shall

'be forwarded to Goldberg-Zoino

& Associates, Inc.,

30 -Tower Road, Newton' Upper Falls, Massachusetts, 02164 or as authorized by the' Engineer.

l r

ll PAGE 19 l

2.5, RECORDS The Contractor shall keep. complete records 'of each. boring, :and these r ecords shall show his interpretation of the results of the borings as'to the nature'of the subsurface conditions. A copy of these. records shall contain the following information:

2.5.1 General a.

Date and time of boring execution, b.

Engineer, Contractor, and Inspector, c.

Location and identifying number of testiboring and reference to survey data.

d.

Ground or mudline elevation at. hole. ~

2.5.2 Soil Borings-Results of-all boring details of each hole arranged in.tabulir a.

form giving full information.on_the vertical arrangement,- thickness,yand classification of the mater-ials penetrated.

~

b.

Elevation of bottom,. type, and number;of each sample taken.-

f c.

Heig.ht of drop and weight of drop hammer for taking drive samples and driving casing.

d.

Number of blows required for each six-inch (6") penetration of f split-barrel sampler and for each twelve-inch (12") penetration of the' casing.,

e.

Size,. length, and elevation of bottom of ~ casing used in each bo're hole.

'f.

Elevation of groundwater' table at each hole and time df observation.

If tidal situation, indicate time and height of high and low tides.

9 Force required to press thin-wall and stationary piston sampling tubes and length of sample recovered.

h.

Description of samples (methods as directed byEngineer).

u l

/

PAGE 20

._..-7-._..-

~ _.. _ -.

2.5.3 Rock Cores-a.

Type oficore drill, including size 1of core.

b. ! Length of core ' recovered for..eacli-length drilled.

c.

Elevation at.which rock was encountered.

d.

Elevation at bottom'of hole.

e.

Description of-rock.

~

f.

Time required to drill each foot.

2.5.4 togs

~

Complete boring logs-referenced to ground' surface Kwith strata classified as described above, together will all notes, remarks,:and-pertinent information required by the specification shall be. submitted by the Contractor at the completion of the Contract.

2.6 MEASUREMENT'AND PAYMENT-2.6.1 Soil Borings a.

For each type of boring, measurements will be made sof the actual number of vertical linear feet of bore hole - tin' place and accepted between the ground surface at the hole, or the bottom of the previo's type u

boring, and at the bottom of the hole as determined by ' refusal, the lowest penetrated depth of washed hole, or the bottom ~ of the last soil sample taken, whichever is deeper.

b.

Payment will be made for the' number of linear feet measured as -

provided above at the respective Contract Unit Prices for Soil Borings,

  • f,,

~

PAGE 21

2.6.2 Rock Corirg and Drilling a.

Measurements will be made of the actual number of vertical

. linear feet of acceptable drilled or cored hole in bedrock or boulder two feet (2') 'or more in thickness.

Measurements will begin at the point at which the refusal criteria herein defined is established and will end at the bottom of the hole or at the point where the refusal criteria is no longer met, whichever

-is shorter.

b.

Payment will be made for the number of linear feet measured as provided above at the Contract Unit Prices for Rock Coring.

2.6.3 Collection of Groundwater Samples ~

a.

For collecting samples of groundwater by pumping or bailing, measurement will be of the actual number of hours' to the nearest tenth of an hour for testing required by the Engineer.

Time required to fix frozen or-f aulty equipment or to obtai.n or replace the equipment from another location shall not be included.

b.

Payment time for sample collection by pumping begins when the well screen is inserted in place and ends at the completion of the test as determined by the Engineer. Payment will be made for the number of hours measured as provided at the ' contract unit price which includes all equipment, materials, and labor involved in performing the test.

2.6.4 Installation of Observation Wells and Groundwater Sampling Devices (BARCADs) a.

For installation of observation wells and BARC"D samplers measurement will be made of the actual number of hours required to the nearest tenth of an hour, b.

Payment will be made for the number of hours measured -as provided at the contract unit price.

Payment includes equipment and labor involved but does not include materials (pipe, sand, clay).

2.6.5 Furnish fiaterials for Observation Wells and Wellhead Protection of BARCAD-instrumented Borings a.

The Contractor, hereunder, shall include the furnishings of pipe for observation

wells, protective casing for BARCAD-instrumentation borings, bentonite clay pellets and clean filter sand to properly execute the work.

b.

Payment will be made for the number of linear feet of pipe or casing and pounds'of clay or sand installed as provided at the respective contract unit prices.

PAGE 22

3_. 0 SPECIAL PROVIS10f!S 3.1 Refusal Refusal is herein defined as 100 blows on a split spoon sampler or open end A-rod with a 140 pound hammer falling 30 inches for less than 1 foot of penetration.

3.2 Permits and Access The Contractor shall ccmply with applicable laws and ordinances governing the disposal of materials, debris, rubbish, and trash generated in the performance of the work on or off the project.

The Contractor shall commit no trespass on any public or private property in the performance of any operation due to.or connected with this Contract.

Railroad tracks shall be kept free from obstructions.

e o

h PAGE 23

3.3 BARRICADES'AND WARf11NG SIGNS

~

The Contractor shall at-his own expense provide, place, and erect all necessary barricades and warning signs and furnish and. keep lighted all lights-necessary and required to protect the work from traffic, pedestrians, and-animal s.

The : Contractor shall provide police _ traffic control and railroad flagmen as required by railroad and public. safety authorities.

3.4 MOBILIZATION AND DEMOBILIZATION-The. Contractor, hereunder,. shall include the -furnishing of supervision, drill rigs, crews,

tools, and other equipment..as necessary in good All condition, including snow removal to properly execute the work.

All material and equipmen' furnished. under-this : item shall. remain the property of the Contractor who shall maintain, care for, and dispose _.of same.

All charges incident to plant set-up and removal shall'be included under this item so that they need not be distributed among the more va-iable. items of t,he;

' Contract.

Payment for work under this item will..be made at the Lum'p Sum Contract amount for " Mobilization and Dismantling" under **lTEM 15**.

It is agreed by the Contractor-that payment for- " Mobilization and Dismantling" will constitute full compensation for. expenses to him for such performance, notwithstanding increases or decreases -in quantities of the:other Contract items.

3.5 ' COMMENCEMENT OF WORK-

    • ESTIMATED Tit'E WHEN WORK WILL BEGIN,- SUCH AS WITHIN THIRTY (30) DAYS OF BID SUBMISSION, ON OR ABOUT O

e d

PAGE 24

_+m...

. 8 A

4 O

a 6

0 J

ab PART 111 PROPOSAL FORM e

6 e

PAGE 25 w

y Y

W

.~. >

~

Project: -United: Nuclear Corporation Sids due:

12:00 noon, Eastern ** STANDARD / DAYLIGHT SAVINGS TIME **,

SUBSURFACE EXPLORATIONS 4

~

PROPOSAL FORM The undersigned agrees that he will execute an agreeme'nt and contract as-set forth' in the attached plans and specifications within ten l(10) < days after.

awa rd, will provide the stated Bonds and ;lnsurance, and wil1 accept the-

~

below-statedL unit -prices as full. payment 'whether or-not f the actual amount of work for1cny item or all items corresponds with the -estimated quantities in this proposal -or whether or 'not -an item'of work isL omitted completely.

Item Approximate Description Unit Price Unit Price.

~Amounttof No.

Quantities of Item Written in Figures Bid:

1 Hollow Stem

feet, Auger; per L.F..

per L.F.-

2 4-Inch 5

feet Casing

-per L.F.

in " Auger per L.F.

Hole" S

3 Casing from.

~

per L.F.

e feet Ground Surface to.

per L.F.

a Depth of 100 feet 4-Casing from feet a Depth of per L.F.

100 Feet to per L.F.

a Depth of 200 feet 5

Casing From a feet

. Depth of 200 per L.F.

Feet to a per L.F.

Depth of 300 Feet-PAGE 26 T

-n..N.. -

-.a-..

~. -

-~

l t

l o

e a 6

Uncased Hole feet With " REVERT" per L.F.

MUD per L.F.

7 flX ROCK feet Coring per L.F.

per L.F.

8 Split Spoon Samples Sampl es each each_

9 PVC Well feet Screen per L.F.

per L.F.

10 PVC Riser feet Pipe per L.F.

11 Protective each Well Head each each

.s 12 Bentonite Pounds Clay Pellets pound pound 13 Clear. Filter Pounds Sand pound pouns.

14 Pumping and hours Standby Tine hour for Testing hour 15 Mobilization and Dismantling Lump Sum Total or Gross Sun Bid written in words Total or Gross Sum Bid in figures $

The number of drill rigs available to work in this project is PAGE 27

o o,

Proposal Guaranty The Proposal Guaranty attached in the sum not less than the amoun'..ndicated in the Invitation to Bid, is furnished to the Engineer as a guarantee that the Agreement will be executed and a Performance Bond, Payment Bond, and Certificates of Insurance as required and acceptable by the Engineer will be furnished within ten (10) days after award of the Contract by the Undersigned to the Engineer or the Undersigned will pay to the Engineer an amount of money equal to the amount of the Proposal Guaranty.

The Undersigned agrees that such a payment to the Engineer shall be considered as compensation to the Engineer for damages suffered by the Engineer by the failure of the Undersigned to execute the agn ement or i.o provide Bonds and Insurance.

Proposal Submitted By:

i;ame o f f 1 rm Title Business Address Date City State Zip Code e

e PAGE 28 I

l

~

q O s_.

A SUBSURFACE EXPLORATIONS f,0RM CF AGREEMEllT BETWEEf! CONTRACTOR AND EliGINEER THIS AGREEMENT,.made tne day of

.in the year'ti!NETEEH HUNDRED AND

, by and between hereinafter called the DRILLit;G' CONTRACTOR,_and GOLDBERG-ZOINO & ASSOCIATES, li;C.,

GEOTECHNICAL CONSULTAtlTS, 293 SOUTH. MAIN' STREET; ' PROVIDENCE, RHODE-i ISLAflD, 02093, hereinafter. called the ENGINEER.

WITNESSETH, that the Contractor and the Engineer, for the consideration here--

inafter named, agree as follows:

e ARTICLE 1.

SCOPE OF WORK:

The Contractor shall furnish all -of! the materi Al

~

and perform all of the work shown and described in the Contract. Documents, and shall do everything required by this Agreement and the Contract Documents for subsurface explorations at the site of the proposed I

ARTICLE 2.

THE CONTRACT PRICE:

The Engineer will _ pay and the. Contractor will, accept in full consideration for the performance of -the CONTRACT, subjectLto actual quantities and unit prices _ setforth on the proposal form, the sum cf:

(5

)

ARTICLE 3.

PAYMENTS:

The Engineer agrees to pay _the Contractor. for the performance of the Contract following completion of borings and' submission'of boring logs and rece'ipt of payment from Owner.

ARTICLE 4.

CONTRACT C0CUMENTS:

The CC. LACT DOCUMENTS shall consist of Proposal Form, Form o' Agreement between Contractor and Engineer, and Boring Speci fications:

Part I--General Conditions, Part Il--Technical Specifications, Lccation Plan.

Ifi WITNESS WHEREOF, t'he parties hereto on the day and year first'above written have executed this agreement in **TWO (2)** counterparts, each of which.shall, without proof of accounting for the other counterparts, be deemed an original

^

thereof.

~

CONTRACTOR EftGit!EER Title Title PAGE 29 26"i37 4

. -,