CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 ....

149
Swamp Creek Sewer Improvements Project CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April-2014 LDERWOOD DISTRICT WATER & WASTEWATER

Transcript of CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 ....

Page 1: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Swamp Creek Sewer Improvements Project

CONTRACTS NO. S0601, S1013, AND S1209

Volume 2 – Divisions 1 - 9 (Schedules A, B, & C)

A p r i l - 2 0 1 4

LDERWOODDISTRICT

WATER & WASTEWATER

Page 2: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01010 Summary of Work

SECTION 01010 SUMMARY OF WORK

PART 1 - GENERAL

1.01 SUMMARY

A. This Section contains a summary of the work in this Contract and other known work in the vicinity of the Contract work.

B. Detailed requirements and extent of the work are stated in the applicable Specification sections. The work to be performed under this Contract consists of furnishing all tools, equipment, materials, supplies, and manufactured articles; furnishing all labor, transportation, and services, including fuel, power, water, and essential communications; and performing all work or other operations required for the fulfillment of the Contract, in strict accordance with the Contract Documents. Provide work complete and operational. Provide all work, materials, and services not expressly indicated in the Contract Documents which may be necessary for the complete and proper construction of the work and administration of the Contract.

1.02 WORK OF THIS CONTRACT

A. The work under this Contract includes the installation of new sewer main and abandonment of two existing sewer lift stations organized into three (3) Schedules:

1. Schedule A: Approximately 1,350 feet of new 12-inch and 14-inch diameter gravity DI sewer (with 6-inch DI side sewer stubs) constructed to connect the existing Lift Station 7 influent lines to the existing Swamp Creek Interceptor. This Schedule includes a trenchless under-crossing of Highway 99, thence north to Manor Way in an easement, thence east along Manor Way to connect with the interceptor at Avondale Way.

2. Schedule B: Approximately 560 feet of new 12-inch diameter gravity DI sewer constructed (with 8-inch DI stubs) to connect the existing Lift Station 2 influent lines to the existing Swamp Creek Interceptor. The gravity sewer extends southerly from Lift Station 2 along Admiralty Way and thence easterly in an easement to the point of connection.

3. Schedule C: Approximately 1,500 lineal feet of a combination of 24-inch, 12-inch, and 8-inch gravity sewer mains and appurtenances. The location of the work is in unincorporated Snohomish County along Admiralty Way from north of Manor Way to north of Gibson Road between Lynnwood and Everett, Washington.

B. Accomplishment of work in the Contract Documents shall meet all requirements and dates specified by Section 01014.

C. The above description is not intended to be complete. The work to be completed is provided for in the Contract Documents. The listing in 1.02A and B. is not intended relieve the Contractor of the responsibility for reading and understanding the Contract Documents.

D. Federal, state and local laws, statutes and regulations are not individually referenced. This provision incorporates by reference the latest version of statutes, laws and

Swamp Creek Sewer Improvements 01010 - 1 Contracts No. S0601, S1013 and S1209

Page 3: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01010 Summary of Work

regulations. In case of conflict between the requirements of the specifications and requirements of the statutes and regulations, bring them to the attention of the Project Representative. Lacking a specific response, the more stringent shall control. In no case can this contract be interpreted to override statutes and regulations of governing authorities.

E. Communicate and cooperate with others to minimize interference and delays. This includes the District’s staff and any other contractor working in public right-of-way in the area of the work in this Contract.

1.03 OTHER RELATED CONTRACTS

A. Cooperate and coordinate with all developers, agencies, trades, and contractors involved in other contracts in the Project area, if any.

B. The District is not aware of any other specific projects in the area. However, given the large area and development activity, construction activity by developer’s contractors, state/county/city forces and public agency contractors are all possible.

1.04 SPECIFICATION LANGUAGE

A. Specifications are written mostly in imperative and streamlined form. Unless indicated otherwise, this imperative language is directed to the Contractor. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases.

1. Examples: a. Aggregate: ASTM C33. b. Adhesive: spread with notched trowel.

B. Related Sections: Individual specification sections may include a paragraph entitled “Related Sections”. Specification sections are listed within the paragraph to assist the Contractor in locating certain but not all related work. The list is not to be considered all inclusive. All specifications are required to complete the work.

C. Whenever there is wording stating that an item is “as specified” or “as shown,” the reference is to all Technical Specifications and all Drawings in the Contract Documents. Stating “as specified” or “as shown” does not necessarily refer to a Drawing or Specification, but it refers to either.

D. The words “Provide” and “Furnish” shall mean supplying, installing and incorporating into the work including all labor, materials, supplies and equipment necessary to do so. The word “Supply” shall mean to acquire, deliver and transfer the item to the District as specified.

E. Unless otherwise indicated, all materials and equipment incorporated into the work shall be as specified and shall be new and of good quality.

1.05 REFERENCED SPECIFICATIONS

A. Whenever a technical specification in this Contract references the WSDOT Standard Specifications (WSDOT Std. Specs) or local jurisdiction to define the technical standards to be met for this Contract, only the technical standards are referenced. The

Swamp Creek Sewer Improvements 01010 - 2 Contracts No. S0601, S1013 and S1209

Page 4: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01010 Summary of Work

measurement and payment provisions of the WSDOT Std. Specs shall not apply to this Contract except as may be specified in Section 01025.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01010 - 3 Contracts No. S0601, S1013 and S1209

Page 5: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01011 Reference Standards

SECTION 01011 REFERENCE STANDARDS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies reference standards, abbreviations, and other acronyms to assist the Contractor. These references are primarily to governmental entities, legal citations, and professional associations/ organizations; not to types of materials or units of measurement.

1.02 QUALITY ASSURANCE

A. For products or workmanship specified by association, trades, or federal standards, comply with requirements of the standard, except when more rigid requirements are required by applicable codes or specified herein, in which case the more stringent requirements shall prevail.

B. Comply with referenced standards that are current at the date of receipt of bids.

C. The contractual relationship of the Contracted parties shall not be altered by mention or inference otherwise in any reference document.

1.03 REFERENCED STANDARDS AND ABBREVIATIONS Reference Title AA Aluminum Association (www.aluminum.org) AAC Aluminum Anodizers Council (www.anodizing.org) AAMA American Architectural Manufacturers Association

(www.aamanet.org) AAN American Association of Nurserymen AAR Association of American Railroads AASHTO American Association of State Highway and

Transportation Officials (www.transportation.org/aashto/home.nsf/FrontPage)

ACI American Concrete Institute (www.aci-int.org) ACPA American Concrete Pipe Association (www.concrete-

pipe.org) ACPPA Asbestos Cement Pipe Producers Association

(www.asbestos-institute.ca/pvc.html) AGA American Gas Association (www.aga.org) AGC Associated General Contractors of America AI Asphalt Institute (www.asphaltinstitute.org) AIA American Institute of Architects AISC American Institute of Steel Construction (www.aisc.org) AISE Association for Iron and Steel Technology

(www.aist.org) AISI American Iron and Steel Institute (www.steel.org) AITC American Institute of Timber Construction (www.aitc-

glulam.org)

Swamp Creek Sewer Improvements 01011 - 1 Contracts No. S0601, S1013 and S1209

Page 6: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01011 Reference Standards

Reference Title ANLA American Nursery and Landscape Association

(www.anla.org) ANSI American National Standards Institute (www.ansi.org) APA The Engineered Wood Association

(www.apawood.org) API American Petroleum Institute (api-ec.api.org) APWA American Public Works Association (www.apwa.net) AREMA American Railway Engineering and Maintenance-of-

Way Association (www.arema.org) ARTBA American Road & Transportation Builders Association ASA Acoustical Society of America (asa.aip.org) ASA American Standards Association ASCE American Society of Civil Engineers (www.asce.org) ASHRAE American Society of Heating, Refrigeration and Air

Conditioning Engineers (www.ashrae.org) ASME American Society of Mechanical Engineers

(www.asme.org) ASNT American Society for Nondestructive Testing

(www.asnt.org) ASQ American Society for Quality (www.asq.org) ASSE American Society of Sanitary Engineering (www.asse-

plumbing.org) ASTM American Society for Testing and Materials

(www.astm.org) AWPA American Wood Preservers Association

(www.awpa.com) AWS American Welding Society (www.aws.org) AWWA American Water Works Association (www.awwa.org) AWWD (or District) Alderwood Water and Wastewater District BOCA Building Officials and Code Administrators International

(www.iccsafe.org) BOR Bureau of Reclamation (www.usbr.gov) CABO Council of American Building Officials

(www.iccsafe.org) CFR Code of Federal Regulations CGA Compressed Gas Association (www.cganet.com) CI Chlorine Institute (www.chlorineinstitute.com) CISPI Cast Iron Soil Pipe Institute (www.cispi.org) CLFMI Chain Link Fence Manufacturers Institute

(www.associationsites.com/clfma) CLI Chain Link Institute CMAA Crane Manufacturers Association of America

(www.mhia.org/cmaa) COE Corps of Engineers (www.usace.army.mil) CPSC Consumer Product Safety Commission

(www.cpsc.gov) CRAB County Road Administration Board CRD-C Corps of Engineers Standard Specification

(www.wes.army.mil/SL/MTC/handbook/handbook.htm) CRSI Concrete Reinforcing Steel Institute (www.crsi.org)

Swamp Creek Sewer Improvements 01011 - 2 Contracts No. S0601, S1013 and S1209

Page 7: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01011 Reference Standards

Reference Title CSA Canadian Standards Association (www.csa.ca) CWHSSA Contract Work Hours & Safety Standards Act DIPRA Ductile Iron Pipe Research Association

(www.dipra.org) DOE Department of Ecology (www.ecy.wa.gov) EEI Edison Electric Institute (www.eei.org) EIA Electronic Industries Association (www.eia.org) EIMA EIFS Industry Members Association

(www.eifsfacts.com) EPA United States Environmental Protection Agency

(www.epa.org) ESAL Equivalent Single Axle Loads FS Federal Specifications

(apps.fss.gsa.gov/pub/fedspecs/index.cfm) FED-STD Federal Standards

(apps.fss.gsa.gov/pub/fedspecs/index.cfm) FHWA Federal Highway Administration (www.fhwa.dot.gov) FM Factory Mutual Engineering and Research

(www.fmglobal.com) FOP Field Operating Procedure FSUP Forestry Suppliers (www.forestry-suppliers.com) FCCCHR Foundation for Cross-Connection Control and

Hydraulic Research (www.usc.edu/dept/fccchr/) GSI Geosynthetic Institute (www.geosynthetic-institute.org) HI Hydraulic Institute (www.pumps.org) IAPMO International Association of Plumbing and Mechanical

Officials (www.iapmo.org) ICC International Code Council (www.iccsafe.org) ICAC Institute of Clean Air Companies (www.icac.com) ICEA Insulated Cable Engineers Association IFI Industrial Fasteners Institute (www.industrial-

fasteners.org) IMSA International Municipal Signal Association

(www.imsasafety.org) IPC Institute for Interconnecting and Packaging Electronic

Circuits (www.ipc.org) ISO International Organization for Standardization

(www.iso.ch) ISS Iron and Steel Society (www.issource.org) ISSA International Slurry Surfacing Association

(www.slurry.org) ITE Institute of Transportation Engineers LPI Lightning Protection Institute MHI Material Handling Industry (www.mhia.org) MS Military Standards (MIL-SPEC) (www.dodssp.daps.mil) MSS Manufacturers Standardization Society of the Valve

and Fittings Industry (www.mss-hq.com) MSHA Mine Safety and Health Administration

(www.msha.gov)

Swamp Creek Sewer Improvements 01011 - 3 Contracts No. S0601, S1013 and S1209

Page 8: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01011 Reference Standards

Reference Title MUTCD Manual of Uniform Traffic Control Devices

(mutcd.fhwa.dot.gov) NACE National Association of Corrosion Engineers

(www.nace.org) NBBPVI National Board of Boiler and Pressure Vessel

Inspectors (www.nationalboard.org) NBBPVI National Bureau of Standards (now National Institute of

Standards and Technology) NBS National Concrete Masonry Association

(www.ncma.org) NCMA National Drilling Association (http://www.nda4u.com) NDA National Environmental Balancing Bureau

(www.nebb.org) NEBB National Electric Code (www.nfpa.org/codes/) NEC National Electrical Manufacturers Association

(www.nema.org) NEMA National Electric Safety Code

(http://standards.ieee.org/faqs/NESCFAQ.html) NESHAP National Emission Standards for Hazardous Air

Pollutants (http://www.epa.gov/region4/air/asbestos/) NFLPA National Fluid Power Association (www.nfpa.com) NFLPA National Hardwood Lumber Association

(www.natlhardwood.org) NFPA National Fire Protection Association NIOSH National Institute of Occupational Safety and Health

(www.cdc.gov/niosh/homepage.html) NICET National Institute of Certification in Engineering

Technologies (www.nicet.org) NIST National Institute of Standards and Technology

(www.nist.gov) NFPA National Fluid Power Association (www.nfpa.com) NFPA National Forest Products Association

(www.forestprod.org) NFPA National Fire Protection Association (www.nfpa.org) NPCA National Paint and Coatings Association

(www.paint.org) NRMCA National Ready-Mixed Concrete Association

(www.nrmca.org) NTIS National Technical Information Services (www.ntis.gov) OSHA Occupational Safety and Health Act (www.osha.gov) PCA Portland Cement Association PCI Precast/Prestressed Concrete Institute (www.pci.org) PDI Plumbing and Drainage Institute (www.pdionline.org) PFI Pipe Fabrication Institute (www.pfi-institute.org) PPFA Plastic Pipe and Fittings Association

(www.ppfahome.org) PPI Plastics Pipe Institute (www.plasticpipe.org) PPIC Plumbing and Piping Industry Council PSCAA Puget Sound Clean Air Agency (www.pscleanair.org) RCW Revised Code of Washington (www.leg.wa.gov/rcw)

Swamp Creek Sewer Improvements 01011 - 4 Contracts No. S0601, S1013 and S1209

Page 9: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01011 Reference Standards

Reference Title RMA Rubber Manufacturers Association (www.rma.org) SAE Society of Automotive Engineers (www.sae.org) SAMA Scientific Apparatus Makers Association Group of

Associations (www.associationsites.com/clfma) SSPC Society for Protective Coatings (www.sspc.org) TPI Truss Plate Institute (www.tpinst.org) UBPPA Uni-bell PVC Pipe Association (www.uni-bell.org) UL Underwriters Laboratories (www.ul.com) UMC Uniform Mechanical Code (Published by IAPMO) UMTA Urban Mass Transit Administration UPC Uniform Plumbing Code (Published by IAPMO) USBR Bureau of Reclamation, U.S. Department of Interior

(www.usbr.gov) WAC Washington Administrative Code

(www.leg.wa.gov/wac) WAQTC Western Alliance for Quality Transportation

Construction WCLIB West Coast Lumber Inspection Bureau (www.wclib.org) WDOE Washington Department of Ecology

(www.ecy.wa.gov/ecyhome.html) WDWF Washington State Department of Fish and Wildlife WEF Water Environment Federation (www.wef.org) WISHA Washington Industrial Safety and Health Act

(www.lni.wa.gov/WISHA/Rules/RCW49-17/) WQA Water Quality Association (www.wqa.org) WRI Wire Reinforcement Institute WSDOE Washington State Department of Ecology WSDOH Washington State Department of Health WSDOT Washington State Dept. of Transportation WSDOT Std. Specs Washington State Dept. of Transportation Standard

Specifications for Road, Bridge, and Municipal Construction (2012), M 41-10

WWPA Western Wood Products Association (www.wwpa.org) WWPI Western Wood Preservers Institute

(www.wwpinstitute.org) WAQTC Western Alliance for Quality Transportation

Construction (www.waqtc.org)

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01011 - 5 Contracts No. S0601, S1013 and S1209

Page 10: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01012 Abbreviations

SECTION 01012 ABBREVIATIONS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies abbreviations to assist the Contractor. The abbreviations are primarily references to materials or units of measurement and not to governmental entities, legal citations, and/or professional associations/organizations.

1.02 ABBREVIATIONS

ADA The Americans with Disabilities Act ATB Asphalt treated base BGS Below ground surface CCTV Closed circuit TV CDF Controlled density fill CI Cast iron CL Class CSBC Crushed surfacing base course CSTC Crushed surfacing top course CY Cubic yard (27 cubic feet) DCDA Double check detector valve assembly DOE Washington State Department of Ecology DI Ductile iron DVD Digital video disc or digital versatile disk EA Each GDR Geotechnical Data Report GW Ground water HMA Hot mix asphalt HPA Washington Department of Fish and Wildlife Hydraulic Project

Approval HR Hour I.D. Inside diameter LBS Pounds LF Linear (lineal) foot (12 inches) LS Lump Sum MDD Maximum dry density MJ Mechanical joint NOI Notice of Intent NPS Nominal pipe size O.D. Outside diameter RJ Restrained joint ROW Public right-of-way STL Steel SWPPP Stormwater Pollution Prevention Plan SY Square yard(s) TN Ton (2,000 pounds of avoirdupois weight) TESC Temporary Erosion and Sediment Control

END OF SECTION

Swamp Creek Sewer Improvements 01012 - 1 Contracts No. S0601, S1013 and S1209

Page 11: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

SECTION 01014 WORK SEQUENCE

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies Contract Time, milestones, construction sequencing plans, work sequence, hours of work, overtime work reimbursement, liquidated damages, and final cleanup.

B. Schedule and conduct all work in a manner consistent with the Contract and comply with the construction schedule, milestones, work sequence, hours of work, and continuity of operations as specified.

C. Plan the sequenced of construction to accommodate all Contract requirements.

D. Related Sections: Sections not referenced below may be related to the proper performance of the work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 00700: General Terms and Conditions. 2. Section 01062: Permits and Easements. 3. Section 01062C: Permits and Easements 4. Section 01310: Schedules and Reports. 5. Section 01550: Construction Under Traffic. 6. Section 01570: Traffic Regulation. 7. Section 02225: Lift Station Abandonments. 8. Appendix B: Permits (Schedules A and B). 9. Appendix C: Easements and Property Release Forms (Schedules A and B) 10. Appendix K: Permits and Easements (Schedule C).

E. Submittals: 1. Section 01300: Submittal Procedures

1.02 CONTRACT TIME

A. Complete the work within the specified Contract Time in accordance with Section 00700.

B. Achieve Substantial Completion of Schedules A and B gravity sewer lines by January 30, 2015. Substantial Completion of Schedule C gravity sewer mains shall be complete and the new main placed in service before October 31, 2014.

C. Completion of the work for Schedule C in critical areas shall meet the requirements of the Snohomish County Land Disturbing Activity (LDA) Permit and Washington Department of Fish and Wildlife Hydraulic Project Approval (HPA) for the stream crossing and critical areas restoration. All work at or below the ordinary high water line (OHWL) shall be complete by September 30, 2014. Restoration of the critical areas adjacent to Swamp Creek shall be completed by October 31, 2014. Permits are included in Appendix K.

D. Achieve Final Acceptance within the specified time stated in the Certificate of Substantial Completion as required by Section 00700.

Swamp Creek Sewer Improvements 01014 - 1 Contracts No.S0601, S1013 and S1209

Page 12: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

E. All work, including the easement releases, shall be completed in the areas listed above regardless of any changes within Contract scope required in each of the areas. If changes result, Contractor is required to work the additional hours and days required to allow work to be completed within the time required above.

F. Complete the construction activities and obtain easement release for all work within the Myski, LLC property (Easement no. 26-28-04-11R) and Krebs property (Easement no. 26-28-04-10):

1. Provide a minimum of 14 days written notice to Project Representative and property owner before Contractor or subcontractor forces, equipment, or materials are mobilized to the property. Work on the property may start on November 24, 2014.

2. All construction activities as defined in the Construction Memorandum of Understanding in Appendix C shall be completed by January 4, 2015.

3. The restoration shall include asphalt installation suitable to permit the return to normal business operations on the property by January 4, 2015. Final paving, plantings and other required restoration can occur at a later date if it cannot be achieved due to weather.

1.03 MILESTONES

A. Schedules A and B. Comply with milestones from District-obtained permits: 1. WSDOT Permit Utility Franchises and Amendments: comply with all milestones. 2. Snohomish County Right-of-Way D8: comply with all milestones. 3. Snohomish County Grading and LDA: comply with all milestones. 4. Two (2) Washington Department of Fish and Wildlife Hydraulic Project

Approvals (HPA), one for sewer construction on Manor Way (Lift Station 7) and the other for sewer construction on Admiralty Way (Lift Station 2):

B. Schedules A and B. Permit-related milestones from Contractor-obtained permits: 1. Comply with milestones from Contractor-obtained permits.

C. Schedules A and B. Easement-related milestones: 1. Comply with milestones from District-obtained easements.

D. Schedule C. Permit-related milestones from District-obtained permits. Comply with milestones from:

1. Hydraulic Project Approval (WDFW), 2. Land Disturbing Activity (Snohomish County), 3. Right-of-Way D8 (Snohomish County), 4. Nationwide 12 (Corps of Engineers).

E. Schedules A, B, and C. Permit-related milestones from Contractor-obtained permits. Comply with milestones from:

1. Haul Route (Snohomish County) and 2. Lane/Road Closure (Snohomish County).

F. Substantial Completion: in accordance with 1.02 A.

1.04 WORK SEQUENCE

A. A sequenced list of activities that demonstrates how the sewer system will be constructed. Include:

Swamp Creek Sewer Improvements 01014 - 2 Contracts No.S0601, S1013 and S1209

Page 13: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

1. Manhole to manhole pipe runs – open trench and trenchless. 2. Manhole installation. 3. Preparation for connections of existing sewer to new sewer. Includes

construction of connecting pipes and connecting them to manholes, then plugging them temporarily until the flow can be transferred. Also includes restoration work where possible.

4. Connections of existing sewers to new sewer pipe and rechanneling manholes.

B. In general, a section of sewer pipe shall be built starting at the downstream end and working upstream, within the limits imposed in this section and elsewhere in the Contract.

C. Schedule A: Coordinate temporary closure of Manor Way with Snohomish County.

D. Schedule C: Coordinate temporary closures of Admiralty Way and Gibson Road with Snohomish County.

1.05 CONSTRAINTS

A. Schedule A: Construct gravity sewer for Lift Station 7 abandonment: 1. Prepare bypass pumping plan prior to construction. 2. Provide a minimum of 2-weeks’ notice to the District prior to commencing work

at the site as specified in Section 02225. 3. Schedule C will necessitate periodical full road closure of Admiralty Way north

of Manor Way. Snohomish County may not allow for simultaneous full road closures of Admiralty Way and work on Manor Way for the construction of the LS 7 abandonment gravity sewer under Schedule A.

4. The construction of the gravity sewer on Manor Way may cause Manor Way to be closed. The traffic detour required in the event of a closure will direct the detoured traffic onto Admiralty Way and past the Lift Station 2 site. The upstream end of the LS 2 gravity relief sewer (immediately in front of Lift Station 2) will be in the travel lanes of Admiralty Way. Construction of the gravity sewer in the travel lanes may not be permitted by Snohomish County while the Manor Way detour is in effect or, if allowed, the Contractor may wish for convenience to schedule the work in front of LS 2 either before or after the Manor Way road closure.

5. After LS 7 has been removed from service, manholes tributary to this facility may be used for disposal of flushing water. Submit flushing plan 10 business days before the flushing and abandonment.

B. Schedule B: Construct gravity sewer for Lift Station 2 abandonment: 1. Prepare bypass pumping plan prior to construction. 2. Provide a minimum of 2-weeks’ notice to the District prior to commencing work

at the site as specified in Section 02225. 3. Refer to item 3 under the constraints noted for LS 7 for possible impacts of the

Manor Way road closure on the construction of the gravity sewer in the travel lanes in front of LS 2.

4. After LS 2 has been removed from service, manholes tributary to this facility may be used for disposal of flushing water. Submit flushing plan 10 business days before flushing and abandonment.

C. Schedule C: 1. Prepare bypass pumping plan prior to construction.

Swamp Creek Sewer Improvements 01014 - 3 Contracts No.S0601, S1013 and S1209

Page 14: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

2. The 24" sewer from Manhole 7 to Manhole 8 shall not be constructed until the new saddle manhole (Manhole 14) and 16 lineal feet of 8” sewer pipe to Manhole 7 has been installed and all pipe between Manhole 4 and Manhole 7 has been tested and final inverts surveyed and approved by Project Representative for sewer use. The Contractor shall sign an indemnification to AWWD that assures any construction related backups are the Contractor's responsibility.

3. Stream bypass work below the ordinary high water line shall only occur between July 1 and September 30, and when flow is low enough to efficiently divert around the work site.

4. All work within the critical areas adjacent to Swamp Creek shall be completed by September 30, 2014, regardless of any changes in the Contract scope. Contractor is required to work the additional hours and days required to complete the work within the critical areas.

5. Comply with constraints included in permits and easements in Section 01062C.

D. Site cleanup shall be performed on a day-to-day basis per Section 00700, 3.12., and as required by permits.

E. Multiple work schedules may be constructed at the same time allowing for multiple crews. However, each work schedule shall have a dedicated and separate work force from that of other work schedules being constructed simultaneously.

F. Comply with constraints included in permits, easements, memorandums of understanding, and construction agreement in Sections 01062 and 01062C.

G. Comply with Pre-Activity Meeting schedule requirements specified in Section 01200.

H. Comply with submittal processing time requirements specified in Section 01300.

I. Comply with schedule requirements for submitting project schedule and schedule of values specified in Section 01310.

1.06 HOURS OF WORK

A. Unless otherwise specified, conform to applicable jurisdictions and other pertinent ordinances regarding limitations on work hours or specific parts of the work. Request work hour variations in writing and obtain written approval from Snohomish County and the Project Representative prior to initiating work hours outside of the Contract.

B. Hours of work may be further modified by Sections 01062 and 1062C.

C. Requirements for allowable lane and shoulder closure hours are specified in Section 01550 and the road agency permits in Appendices B and K.

D. Submit a schedule of working hours in accordance with Section 00700.

1.07 LIQUIDATED DAMAGES

A. For failure to complete the construction activities identified in the Construction Memoranda of Understanding for parcels 00380900201005 (Krebs) and 00380900200901 (Myski), liquidated damages shall be in the amount of $1,600/day.

Swamp Creek Sewer Improvements 01014 - 4 Contracts No.S0601, S1013 and S1209

Page 15: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

B. Liquidated damages for failure to achieve Substantial Completion, as provided in 1.02B of this Section and Section 00700, shall be in the amount of $2,000 per day per Schedule with a maximum of $6,000 per day..

C. Liquidated damages for failure to achieve Final Acceptance, as provided in Section 00700, shall be in the amount of $250 per day.

1.08 FINAL CLEANUP/PROGRESS OF THE WORK

A. Once construction has commenced in any work Schedule the Contractor shall diligently pursue completion of work in that area including cleanup and restoration before proceeding to another area or work Schedule except for final pavement overlay. Payment will be held for each work Schedule in the amount of 25% of the bid amount earned for sewer pipe installation and lift station abandonments as applicable for that work Schedule until final cleanup and restoration is completed.

B. In the event that the District determines that the Contractor is not pursuing cleanup and restoration in a timely manner, the District may, after written notice to the Contractor complete the restoration work and charge all costs of such work to the Contractor. The District may charge the Contractor or deduct such costs from payments otherwise due the Contractor pending a resolution of the dispute or exercise its rights under the Performance and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the District for the costs associated with maintenance and site cleaning.

C. Perform final cleanup to the District’s, agency permit holders’, and property owners’ (where applicable) satisfaction and in conformance with all of the Project’s and easement stipulations. The Contractor shall:

1. Remove all rubbish, surplus materials, discarded materials, falsework, temporary structures, equipment, and debris; and

2. On all concrete and asphalt work, before Completion, power broom and flush the pavement clean and remove debris; and

3. Clean out all culverts, drains, inlets, catch basins, manholes, and water main valve boxes within the limits of the Project, of dirt and debris of any kind regardless of whether or not the dirt and debris is the result of the Contractor’s operations. The cleaning and disposal of such waste material shall be considered incidental to the construction and all costs thereof shall be included in the unit Contract prices of the various items of the work.

4. Complete restoration acceptance forms per Section 01062 and 01062C.

1.09 CONTINUITY OF OPERATIONS

A. Notify the Project Representative in writing 48 hours in advance of the time it is necessary to take any utility out of service. Provide temporary power, materials, and equipment as required to maintain continuous operation except as otherwise specified. Maintain the integrity of existing utilities at all times. Coordinate with public agencies and utility companies to ensure uninterrupted service to all customers.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

Swamp Creek Sewer Improvements 01014 - 5 Contracts No.S0601, S1013 and S1209

Page 16: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01014 Work Sequence

END OF SECTION

Swamp Creek Sewer Improvements 01014 - 6 Contracts No.S0601, S1013 and S1209

Page 17: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

SECTION 01025 MEASUREMENT AND PAYMENT

PART 1 - GENERAL 1.01 SUMMARY

A. Measurement and payment is described for each Bid item in Paragraph 01025-1.04 below shall apply to the following two (2) Bid Schedules:

Bid Schedule Work Schedule

A Lift Station 7 Abandonment (S0601) B Lift Station 2 Abandonment (S1013)

Measurement and payment for each Bid item in Paragraph 01025-1.05 below shall apply to the following Bid schedule:

Bid Schedule Work Schedule

C Swamp Creek Interceptor Extension (S1209)

B. Payment for the various items on the Bid schedules, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor including overtime pay that may be required per labor agreement, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work in accordance with the requirements of the Contract Documents, including all appurtenances thereto and including all costs of compliance with the regulations of public agencies having jurisdiction, including safety and health requirements of the Occupational Safety and Health Administration of the U. S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bidding Schedule and all costs therefore shall be included in the prices named in the Bidding Schedule for the various appurtenant items of work. Payment shall include all work required to coordinate with projects being constructed by other agencies.

C. Indirect costs, such as supervision and overheads, profit, and the general conditions specified in the Contract, shall be allocated to each bid item as applicable for work defined in the bid item. No separate payment will be made to the Contractor for these items.

D. Payment for Progress Schedule Updates 1. Payment for the item shall have the value listed below:

a. Progress Schedule Updates: Each payment request by the Contractor is required to include an updated progress schedule. Each updated schedule shall have a value of $500. If a payment request is submitted without the updated progress schedule, $500 will be subtracted from the submitted amount. The Contractor shall not be able to recover the subtracted amount by submitting a subsequent updated progress report.

Swamp Creek Sewer Improvements 01025-1 Contracts No. S0601, S1013 and S1209

Page 18: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

E. All payment for the work of this Contract is defined and included below. No other documents, referenced or otherwise, shall be considered for payment for work of this Contract.

F. All the bid items with unit prices listed in Paragraphs 1.04 and 1.05 herein Section 01025 shall be in effect at the bid unit price regardless of the actual quantity paid. No additional costs, adjustments to the unit prices, or time adjustments will be considered for actual unit price usage which may be more or less than the estimated quantity listed in Section 00300. All unit price work is part of the time to execute the Contract work.

G. Payment for Lump Sum bid items shall be based on the schedule of values percentage of completion method for each schedule of values line item. Each element of work shall be included in the Schedule of Values per Section 01310.

H. No Payment will be made for Material on Hand; except that payment will be made for actual material cost and freight charges only, for the following items:

1. Pipe.

2. Manhole Structures.

I. Payment for furnishing materials that are measured per ton shall be based on cumulative weights of truck deliveries to the site, as reported on individual weigh tickets. 1. The only acceptable proof of delivery weight shall be weight tickets.

a. At a minimum, each weigh ticket shall include the information described in WSDOT Std. Specs Section 1-09.2(1) for Trucks and Tickets.

J. No measurement or payment will be made for: 1. Work performed or materials placed outside lines shown in the Drawings or set by

the Engineer.

2. Materials wasted, used, or disposed of in a manner contrary to the Contract.

3. Rejected materials (including those rejected after placement if the rejection resulted from the Contractor’s failure to comply with the Contract.

4. Hauling and disposing of rejected, surplus or wasted materials.

5. Material remaining on hand after the work is completed, except as provided in WSDOT Std. Specs Sections 1-09.5 and 1-09.10.

6. Any other work or material contrary to any Contract provision.

7. Materials lost or stolen from the site.

K. AWWD will pay for imported soils required or permitted to be installed by the Contract Documents, by cubic yard, compacted in place. 1. The District will not pay for imported materials used to replace suitable native soils.

2. No payment will be made for imported soil placed outside the “allowable trench excavation limits for payment.” The “allowable trench excavation limits for payment” are established as follows:

Schedules A and B: a. 72 inches wide for sewer pipe installed with more than 10 feet of pipe cover.

Swamp Creek Sewer Improvements 01025-2 Contracts No. S0601, S1013 and S1209

Page 19: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

b. 60 inches wide for sewer pipe installed with between 6 and 10 feet of pipe cover.

c. 48 inches wide for sewer pipe installed with between 4 and 6 feet of pipe cover.

Schedule C: Payment limits are shown in the drawings.

3. No payment will be made for imported soil placed outside the “allowable structure excavation limits for payment.” “Allowable structure excavation limits for payment,” around pre-cast buried sewer structures, is 36 inches outside each vertical surface of the structure.

L. Contractor shall pay for removing, hauling, and disposing soil outside the “allowable trench excavation limits for payment” or the “allowable structure excavation limits for payment” and shall pay for furnishing, placing, and compacting imported soil where needed outside the “allowable trench excavation limits for payment” or the “allowable structure excavation limits for payment.”

M. No measurement or payment will be made for extra costs associated with furnishing, hauling, or disposing materials outside normal business hours or for off seasonal work such as paving during winter months.

1.02 DEFINITIONS

A. Deactivate: Synonymous with the word “abandon”.

B. Dispose/disposal: Remove from the site and deposit to a proper, legal location or facility that is suitable for receiving the material.

C. Furnish: Obtain, purchase, and haul to the site.

D. Haul: Includes all activities necessary, at both the sending and receiving sites, to load, transport, and unload the item(s) or materials(s).

E. Off-site: Any location more than 100 linear feet from the physical work of the Contract.

F. Project site: The area within 100 linear feet of the physical work of the Contract.

G. Remove: To physically separate an item or material from its existing position and to load and haul the item or material from the site.

H. Trenchless under-crossing: Sewer crossing under Hwy 99 by auger bore.

I. WSDOT Std. Specs: Standard Specifications for Road, Bridge, and Municipal Construction, Washington State Department of Transportation, 2012.

1.03 MEASUREMENT AND PAYMENT OF QUANTITIES A. Use United States standard measure.

B. Measure horizontally or vertically (unless otherwise specified).

Swamp Creek Sewer Improvements 01025-3 Contracts No. S0601, S1013 and S1209

Page 20: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

C. Hour – measured and paid per each hour that work is actually performed. Portions of an hour will be rounded up to a half hour.

1. No payment will be made for travel time to or from the site.

2. No payment will be made based on minimum-hours requirements.

D. Linear Feet – measured and paid to the nearest foot increment.

E. Cubic Yard - measured and paid to the nearest cubic yard increment for material compacted in place.

1. No payment will be made for material delivered to stockpiles.

F. Square Yard - measured and paid to the nearest square yard increment.

G. Ton - measured and paid to the nearest hundredth ton (20 lbs). 1.04 BID ITEM MEASUREMENT AND PAYMENT (SCHEDULES A AND B ONLY)

A. Measurement and payment will be made for the following bid items, which are listed numerically by bid item number:

Bid Item #1 – Mobilization/Demobilization (Maximum 5%) A. Bid item shall be measured Per Lump Sum.

1. Per the approved Schedule of Values.

B. Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10-percent of the total original Contract amount, per Bid Schedule, is earned from other Contract items in the applicable schedule and shall include, but not be limited to, the following items:

1. Bonding.

2. Insurance.

3. Movement of Contractor personnel, equipment, supplies, and incidentals to the Project site.

4. Securing suitable storage areas against theft and vandalism, and other facilities necessary for work on the Project.

5. Providing sanitary facilities.

6. Obtaining permits or licenses required to complete the Project, that are not furnished by the District.

7. Preconstruction photographs, video records, field measurements, survey, and records to establish existing conditions for purposes of restoring damaged surfaces to match original conditions.

8. Providing survey information pursuant to Section 01050.

9. Other work and operations which must be performed or costs that must be incurred prior to commencement of work or during the course of the Project, including but not limited to participation at meetings, schedule preparation, development of submittals and plans, subcontract negotiations and execution of Subcontracts.

Swamp Creek Sewer Improvements 01025-4 Contracts No. S0601, S1013 and S1209

Page 21: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

C. Demobilization consists of costs for removing temporary facilities, material, equipment, and personnel from the site, and obtaining Property Release forms (Section 01062.3) upon completion of each Bid Schedule of work.

1. Development of as-built records shall be considered incidental costs to demobilization.

D. Items which are not to be included in the bid item Mobilization/Demobilization include but are not limited to:

1. Any portion of the work covered by a specific Contract item or incidental work which is to be included in a Contract item or items.

2. Profit, interest on borrowed money, overhead, or management costs.

E. Based on the lump sum Contract price per Bid Schedule for “Mobilization/Demobilization”, partial payments will be made per Bid Schedule as follows:

1. The amount bid per Bid Schedule shall not exceed 5-percent of the total Contract amount bid for that Bid Schedule. Sixty (60) percent of the allowed costs shall be allocated to Mobilization and forty (40) percent of the allowed costs shall be allocated to Demobilization.

2. When 5-percent of the total original Contract amount per Bid Schedule is earned from the other Contract items in the applicable Schedule, 50-percent of the total amount bid, allocated for Mobilization in that Schedule, will be paid.

3. When 10-percent of the total original Contract amount per Bid Schedule is earned from the other Contract items in the applicable Schedule, the remaining 50-percent of the total amount bid, allocated for Mobilization in that Schedule, will be paid.

4. When work in each Bid Schedule is completed and the Contractor has demobilized for that Bid Schedule of work, as determined solely by the Project Representative, the remaining amount of the Mobilization/Demobilization bid item (i.e. the 40% allocated for Demobilization) will be paid, less retainage.

Bid Item #2 - Temporary Water Pollution/Erosion Control A. Bid item shall be measured Per Lump Sum.

1. Per the approved Schedule of Values.

B. 1. The lump sum Contract price shall be full payment for all labor, material, tools and equipment required to

a. Implement, maintain, and administer the Stormwater Pollution Prevention Plan (SWPPP).

b. Install, maintain, and remove TESC facilities/measures, per the approved SWPPP, and as shown on the Drawings.

c. Collecting, storage, haul, and off-site disposal of sediment-laden (turbid) stormwater, as required.

2. The lump sum Contract price shall include, but not be limited to:

1. Maintaining a SWPPP in conformance with Snohomish County regulations; modifying the SWPPP as required; submitting the modified SWPPP to

Swamp Creek Sewer Improvements 01025-5 Contracts No. S0601, S1013 and S1209

Page 22: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

Snohomish County, if required; developing and submitting any required or requested reports to Snohomish County.

2. Contractor assuming all responsibility for compliance with the conditions of the SWPPP, the Snohomish County and WSDOT permits and construction storm water pollution prevention standards, and the Washington State DOE storm water pollution prevention standards.

3. Providing a certified erosion and sedimentation control lead (CESCL) to monitor TESC facilities/measures and perform field water quality tests as required; developing and submitting required reports; furnishing, installing, maintaining, and removing TESC facilities/measures; and restoration of areas disturbed by installation of TESC facilities.

4. Collecting, storage, haul, and off-site disposal of sediment-laden (turbid) stormwater, as required.

5. Daily, or more frequent, sweeping of streets, sidewalks and parking lots, by hand and by mechanical sweeping, and proper off-site disposal of swept materials.

C. No additional payment will be made for hydroseeding, which shall be considered incidental to the bid item “Permanent Surface Restoration”. No additional payment will be made for returning to the project site, after completion of work, to remove TESC facilities/measures left in place for establishment of final restoration measures.

Bid Item #3 - Trench Shoring and Safety Systems A. Bid item shall be measured Per Lump Sum.

1. Per the approved schedule of values.

B. 1. The lump sum Contract price shall be full payment for all labor, material, tools and equipment and other incidental costs to provide a complete system of shoring for trenches and all other excavations in compliance with WISHA, Chapter 47.19 RCW and Section 02260 and to provide all construction safety measures and procedures required by law.

2. The lump sum Contract price shall include: designing, furnishing, installing, maintaining and removing sheet piles, trench boxes, cribbing, or other means necessary to support trench and excavation walls as required.

3. The lump sum Contract price shall include: safety harnesses, testing equipment and other devices for confined space entry and fall protection.

4. The lump sum Contract price shall include personal protective clothing, equipment, and devices for work around asbestos cement pipe and other hazardous or toxic materials, fluids, or noises.

C. 1. Design, engineering, installation, and maintenance of all shoring systems shall be the complete and sole responsibility of the Contractor and shall be considered incidental to the bid item.

2. Costs for permit submittals and fees, as required, shall be considered incidental to the bid item.

Bid Item #4 - Pedestrian Control and Protection A. Bid item shall be measured Per Lump Sum.

Swamp Creek Sewer Improvements 01025-6 Contracts No. S0601, S1013 and S1209

Page 23: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

1. Per the approved Schedule of Values.

B. The lump sum Contract price shall be full payment for all costs incurred by the Contractor for furnishing, installing, maintaining, and removal of all protective barricades, concrete barriers, walkways, fencing, and bridges, together with warning and guidance signage and devices detailed in the Drawings or any alternative accessible pedestrian routes proposed by the Contractor.

C. All Contract requirements specified in Sections 01550 and 15570 will be considered incidental to the Contract unless otherwise specified.

Bid Item #5 – Project Temporary Traffic Control A. Bid item shall be measured Per Lump Sum.

B. 1. The unit contract price per lump sum shall be full compensation for all labor including traffic control supervisor, flaggers and spotters, equipment, signs (Class A and B), barricades, traffic control devices, flashing warning lights, type 3 burn lights, sequential arrow signs, portable changeable message signs, to include furnishing, placing, operating, removing, relocating as necessary to comply with the approved traffic control plans. The unit contract price per lump sum also includes the preparation, submittal and approval of traffic control and detour plans.

2. The unit contract price per lump sum shall be full compensation for all labor and materials required for obtaining Right-of-Way Permits (Type B) from Snohomish County Public Works for road/lane/shoulder closures including, but not limited to: permit application and review fees; preparation of traffic control plans and detour plans; signage; notifications, as may be required to emergency services, school districts, etc.; and to the applicable requirements of B.1. herein (Bid Item #5). County inspection fees will be paid for by the District.

3. The Contractor shall at its sole cost repair any damage caused by the acts, omissions or performance of this work by Contractor or any subcontractor or supplier.

C. All costs associated with daily installation of temporary pavement markings or temporary raised pavement markers, including constructing and maintaining temporary lines, removal of temporary pavement markings or repair of temporary taped markings shall be considered incidental costs to this Bid item.

Bid Item #6 - Removal of Existing Structures and Facilities A. Bid item shall be measured Per Lump Sum.

1. Per Schedule of Values.

B. 1. The lump sum Contract price shall be full payment for all labor, materials, tools and equipment and all costs incidental to remove, haul and dispose off site of existing structures and facilities, as described in Section 02220 and/or as shown on the Drawings.

2. The lump sum price shall include, but not be limited to removal of:

a. buried pipe and fittings, buried utility vaults and structures, buried rocks, logs, and stumps,

b. Concrete curbs, gutters, sidewalks, and driveway aprons,

Swamp Creek Sewer Improvements 01025-7 Contracts No. S0601, S1013 and S1209

Page 24: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

3. The lump sum price shall include, but not be limited to: sawcutting; excavation; removal, haul, disposal or salvage; backfill and compaction with suitable native material; and restoration.

C. Incidental costs include, but are not limited to:

1. Removal, haul and disposal of pavements,

D. Payment for removal of structures and facilities within the Lift Station 7 site will be made under the lump sum Contract price for “Lift Station 7 Abandonment”.

E. Payment for removal of structures and facilities within the Lift Station 2 site will be made under the lump sum Contract price for “Lift Station 2 Abandonment”.

F. 1. Payment for furnishing, placing and compacting imported backfill, when required, will be made under the unit Contract price for the type of imported material placed.

2. Payment for furnishing and placing CDF for backfill, where required, will be made under the bid item “Controlled Density Fill.”

Bid Item #7 - Decommission Piezometer Well a. Bid item shall be measured Per Each.

1. Measurement will be made for each existing piezometer well that is filled to the surface.

b. 1. The unit Contract price per each shall be full payment for all labor, materials, tools, equipment, and other incidental costs (including applicable permits and fees, if any) to decommission piezometer wells in accordance with WAC 173-160-460.

2. The unit Contract price shall include filling the entire length (depth) of the well; sawcutting; removing and disposing the surface cover; backfill and compaction of surface void and surface restoration at the location shown on Drawing Sheet S-2.

Bid Item #8 - Asphalt Treated Base A. Bid item shall be measured Per Ton.

1. Asphalt treated base will be measured per ton installed, including haul, based on certified truck weight tickets.

2. No measurement will be made for temporary ATB that is later removed.

B. 1. The unit Contract price per ton shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing and installing ATB to the compacted thickness described in Section 02740 and as shown on the Drawings.

2. The unit Contract price per ton shall include preparation of aggregate base to receive ATB and furnishing, placing and compacting ATB, and compaction testing and reporting.

C. Any extra costs for furnishing, hauling, placing or testing ATB after normal ATB plant operating hours, or during off season paving shall be considered incidental costs to this bid item.

D. Payment for furnishing, placing, removing and disposing of temporary ATB is considered to be an incidental cost to the Bid items of the Contract and no separate payment will be made.

Swamp Creek Sewer Improvements 01025-8 Contracts No. S0601, S1013 and S1209

Page 25: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

E. Payment for anti-stripping additive, when added to the ATB at the Contractor’s option, shall be an incidental cost to this Bid item.

Bid Item #9 - Hot Mix Asphalt for Pavement Repair A. Each Bid item shall be measured Per Ton.

1. Measured by the ton in accordance with WSDOT Std. Specs Section 1-09.2 (Weighing Equipment), with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the Hot Mix Asphalt (HMA).

2. Measurement and payment will be made under this bid item for installation of both HMA Class ½” PG 64-22 and Class B Modified.

B. 1. The unit Contract price per ton shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing and installing permanent hot mix asphalt patching (HMA Class ½” PG 64-22 and Class B Modified), including final trench patches, to the required compacted thickness, as described in section 02740 and as shown on the Drawings

2. The unit Contract price shall include, but not be limited to: scarifying and/or removing the existing surface; trimming the edges of the existing paving to neat lines; applying asphalt bonding tack; placing, compacting and rolling Hot Mix Asphalt; compaction testing and reporting; and applying emulsified asphalt seal.

C. Sawcutting, breaking, excavation, removal, loading, hauling, and disposing of native material so that the asphalt road surface and shoulders shall match the existing grade shall also be included in this unit Contract price.

E. Incidental costs include, but are not limited to:

1. Any extra costs for furnishing, hauling, placing, or testing Hot Mix Asphalt after normal Hot Mix Asphalt plant operating hours, or during off-season paving.

2. Furnishing and installing painted or plastic pavement markings (temporary and permanent including striping).

3. Use of anti-stripping additive, when added to the HMA at the Contractor’s option.

F. No payment shall be made for the cost of restoring street surfacing which may be damaged by the Contractor’s operations where the centerline of the new utility is five feet or more outside the edge of the road surface or where road surface restoration is not indicated on the Drawings. In areas where Hot Mix Asphalt pavement repair is indicated, no payment shall be made for Hot Mix Asphalt patching outside the allowed width as described herein.

G. Costs for temporary asphalt pavement repair shall be considered incidental costs to the bid items of this Contract and no separate payment will be made to furnish, install and remove temporary asphalt pavement.

H. Payment for crushed surfacing used for sub-grades will be made under the bid items for crushed surfacing.

Bid Item #10 - Hot Mix Asphalt for Overlay, Cl. 1/2" PG 64-22 A. Bid item shall be measured Per Ton.

Swamp Creek Sewer Improvements 01025-9 Contracts No. S0601, S1013 and S1209

Page 26: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

1. Measured by the ton in accordance with WSDOT Std. Specs Section 1-09.2 (Weighing Equipment), with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the Hot Mix Asphalt.

B. 1. The unit Contract price per ton shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing and installing permanent hot mix asphalt pavement to the compacted thickness described in the Section 02740 and as shown on the Drawings.

2. The unit Contract prices shall include, but not be limited to: cleaning and preparation of existing surface; removing temporary asphalt wedges at edges of planning area; asphalt bonding tack and seal; and placing, compacting and rolling HMA; and compaction testing and reporting. The unit Contract price shall include the cost to raise new and existing utility structures/lids/valve boxes to match new overlay elevation and associated coordination with utility purveyors.

C. Incidental costs include, but are not limited to:

1. Any extra costs for furnishing, hauling, placing, or testing Hot Mix Asphalt after normal Hot Mix Asphalt plant operating hours, or during off-season paving.

2. Furnishing and installing painted or plastic pavement markings markings (temporary and permanent including striping).

3. Furnishing and installing raised pavement markers and devices.

4. Adjusting survey monument cases and covers.

5. Furnishing and placing concrete around structures and frames per Snohomish County Engineering Design and Development Standard Chapter 8, Section 8-08.

6. Replacing existing asphalt speed bumps.

7. Waiting up to 6-months between installation of permanent asphalt patch and placement of asphalt overlay, as required by Snohomish County Engineering and Design Standards, Chapter 8-05C, or other governing road agency.

8. Use of anti-stripping additive, when added to the HMA at the Contractor’s option.

Bid Item #11 - Planing Bituminous Pavement A. Bid item shall be measured Per Square Yard.

1. Measured by the square yard of surface area planed.

B. 1. The unit Contract price per square yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for planing existing asphalt surface.

2. The unit Contract price shall include planing and removing, hauling and disposal of planing tailings.

Bid Item #12 - Sewer Manhole, 48-Inch Diam. Bid Item #13 - Sewer Manhole, 60-Inch Diam. A. Each Bid item shall be measured Per Each, for each size of manhole.

1. Measured per each complete sewer manhole installed and backfilled.

2. No measurement will be made for risers or extensions of manholes.

Swamp Creek Sewer Improvements 01025-10 Contracts No. S0601, S1013 and S1209

Page 27: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

B. 1. The unit Contract price per each shall be full payment for all labor, materials, tools and equipment and other incidental costs to furnish and install sewer manholes.

2. The unit Contract price shall include: sawcutting; temporary diversion of sewer flows; excavation, removal, loading, haul and disposal of excess native excavated material and debris; furnishing and installing manhole, risers, offset cone, ring and cover, channel, grout, steps and ladders, and appurtenances; placing and compacting bedding material and backfill material; adjusting manhole to temporary and final grades; cleanup; and any additional work, materials, and equipment required to construct an operating, watertight sewer manhole.

3. The unit price shall include all pipe connections to structures including, but not limited to, knockouts or core drilling existing concrete structure; furnishing and installing manhole adapters, non-shrink grout, mortar and cement bricks.

C. Collection, storage, haul and off-site disposal of dewatering water shall be considered an incidental cost.

Bid Item #14 - Cut-in Manhole, 60-Inch Diam. A. Bid item shall be measured Per Each.

1. Measured per each complete sewer manhole installed and backfilled.

2. No measurement will be made for risers or extensions of manholes.

B. 1. The unit Contract price per each shall be full payment for all labor, materials, tools and equipment and other incidental costs to furnish and install cut-in manholes.

2. The unit Contract price shall include: sawcutting; temporary diversion of sewer flows; excavation, removal, loading, haul and disposal of excess native excavated material and debris; furnishing and installing pour-in-place concrete base, pre-cast manhole, offset cone, risers, ring and cover, channel, grout, steps and ladder, manhole appurtenances, pipe nipple, and transition coupling; placing and compacting bedding material and backfill material; adjusting manhole to temporary and final grades; cleanup; and any additional work, materials, and equipment required to construct an operating, watertight sewer manhole.

3. The unit price shall include all pipe connections to structures including, but not limited to, knockouts or core drilling existing concrete structure; furnishing and installing manhole adapters, non-shrink grout, mortar and cement bricks.

4. The unit Contract price shall include cutting/shaping existing pipe after channel is installed.

C. Collection, storage, haul and off-site disposal of dewatering water shall be considered an

incidental cost.

Bid Item #15 - Connection to Existing Sewer Manhole A. Bid item shall be measured Per Each.

1. Measured for each new permanent sewer pipe connection made to an existing sewer manhole.

2. No measurement will be made for temporary connections made to new or existing sewer manholes.

Swamp Creek Sewer Improvements 01025-11 Contracts No. S0601, S1013 and S1209

Page 28: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

B. 1. The unit Contract price per each shall be full payment for all labor, materials, tools, equipment and incidental costs to connect sanitary sewer pipe to existing sanitary sewer manholes.

2. The unit Contract price shall include, but not be limited to: temporary diversion of sewer flows; excavation; removal, haul and disposal of excess native excavated material and debris; core drilling existing concrete structure; furnishing and installing manhole adapter, non-shrink grout, mortar and cement bricks; backfill and compaction with suitable native material; cleanup; and any additional work, materials, and equipment required to construct an operating, watertight manhole.

C. Incidental costs include, but are not limited to:

1. Cost to repair voids in structures resulting from removal of abandoned sewer pipe,

2. Cost to re-channel the manhole, as required, to accommodate new pipes and flow directions.

3. Costs for connections of pipes to new sanitary sewer structures.

4. Collection, storage, haul and off-site disposal of dewatering water.

D. No payment will be made for side sewer connections or connections made on a temporary basis.

Bid Item #16 - Crushed Surfacing A. Bid item shall be measured Per Cubic Yard.

1. For measurement and payment purposes, there will be no distinction between crushed surfacing base course (CSBC) and crushed surfacing top course (CSTC).

2. Measured per cubic yard compacted in place.

3. No separate measurement will be made for excavation, removal, loading, haul or disposal of soil and materials displaced by Crushed Surfacing.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing, placing, and compacting Crushed Surfacing (CSBC or CSTC).

2. The unit price per cubic yard shall include excavation, removing, loading, hauling and disposing off site of excess or unsuitable material that is being replaced by Crushed Surfacing and furnishing, placing and compacting Crushed Surfacing; and compaction testing.

Bid Item #17 - Gravel Backfill for Foundations Class A or Class B A. Bid item shall be measured Per Cubic Yard.

1. Measured per cubic yard compacted in place.

2. No measurement will be made for excavation, removal, loading, haul or disposal of soil and materials’ displaced by gravel backfill for foundations.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for extra excavation and gravel to replace unsuitable soils.

Swamp Creek Sewer Improvements 01025-12 Contracts No. S0601, S1013 and S1209

Page 29: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

2. The unit Contract price per cubic yard shall include excavation, removing, loading, hauling and disposing off site of unsuitable material that is being replaced by foundation gravel and furnishing, placing and compacting foundation gravel; and compaction testing.

Bid Item #18 – Bank Run Gravel for Trench Backfill A. Bid item shall be measured Per Cubic Yard.

1. Measured per cubic yard compacted in place in accordance with the trench details in the Drawings.

2. No measurement will be made for excavation, removal, loading, haul or disposal of soil displaced by bank run gravel for trench backfill.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing, placing, and compacting bank run gravel.

2. The unit Contract price per cubic yard shall include excavation, hauling and disposing off-site of excess or unsuitable material that is being replaced by bank run gravel and furnishing, placing and compacting bank run gravel; and compaction testing.

Bid Item #19 – Pea Gravel A. Bid item shall be measured Per Cubic Yard.

1. Measured per cubic yard compacted in place.

2. No measurement will be made for excavation, removal, loading, haul or disposal of soil displaced by pea gravel.

3. No measurement will be made for pipe zone bedding and backfill as shown in the trench details in the Drawings; this is included in applicable pipe price.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing, placing, and compacting pea gravel.

2. The unit Contract price per cubic yard shall include excavation, hauling and disposing off-site of excess or unsuitable material that is being replaced by pea gravel and furnishing, placing and compacting pea gravel.

Bid Item #20 - Controlled Density Fill (CDF) A. Bid item shall be measured Per Cubic Yard.

1. Controlled density fill will be measured per cubic yard installed.

2. No measurement will be made for excavation, removal, loading, haul or disposal of soil displaced by Controlled Density Fill.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, materials, tools and equipment and other incidental costs for furnishing and placing Controlled Density Fill for trench backfill where approved by the District or where the District or governing road authority determines that Controlled Density Fill be used in lieu of aggregate.

Swamp Creek Sewer Improvements 01025-13 Contracts No. S0601, S1013 and S1209

Page 30: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

2. The unit Contract price per cubic yard shall also include excavation, hauling and disposing of excess or unsuitable material that is being replaced by Controlled Density Fill.

C. Furnishing, installing, and removing, steel plates or other measures to protect CDF until hardens to support vehicular traffic loadings, shall be considered incidental costs.

Bid Item #21 - Trenchless Sewer Under-Crossing, Hwy 99 A. Bid item shall be measured Per Lump Sum.

1. Per the approved Schedule of Values.

B. 1. The Lump Sum Contract price shall be full payment for all materials, labor, equipment, and other incidental costs for furnishing and installing complete trenchless sewer under-crossing assembly, by auger bore.

2. The lump sum price shall include, but not be limited to:

a. potholing for existing utility location and depth verifications,

b. excavation, backfill with imported backfill, and soil compaction for the insertion and receiving pits, at each end of the steel casing,

c. removal, haul and disposal of excavated or auger bored soils, unsuitable soils or excess soils,

d. dewatering insertion and receiving pits and auger bore, including collection, storage, haul and off-site disposal,

e. furnishing, installing, maintaining and removing temporary safety barriers and fencing around excavations,

f. furnishing and installing casing pipe and welding casing pipe joints,

g. auger boring and removing all gravel, cobbles, boulders, buried timber, as specified in Section 02445 Auger Bore, 3.13 Obstruction,

h. survey control and monitoring,

i. filling voids between the steel casing and surrounding in-situ soils,

j. furnishing and installing 14-inch diameter epoxy-lined, Class 52, DI sewer carrier pipe, joint restraints, and casing spacers,

k. furnishing and placing sand to fill the annular space between the carrier pipe and the steel casing pipe,

l. sealing the annular space between the 14-inch diameter DI sewer carrier pipe and steel casing, at both ends of the steel casing pipe,

m. pressure testing and video inspection of the 14-inch diameter DI sewer carrier pipe, and

n. developing as-built drawings.

C. Incidental costs include, but are not limited to, costs for sealing annulus at cut ends of casing (end seals), between casing pipe and the 14-inch diameter DI carrier pipe, with grout or concrete.

Swamp Creek Sewer Improvements 01025-14 Contracts No. S0601, S1013 and S1209

Page 31: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

D. Measurement and payment for designing, engineering, furnishing, installing, and removing temporary shoring will be made under the Contract bid item for Trench Shoring and Safety Systems.

Bid Item #22 - Temporary Sewer Bypass a. Bid item shall be measured Per Lump Sum.

1) Per the approved schedule of values.

b. 1. The lump sum Contract price shall be full payment for all labor, materials, tools, equipment and other incidental costs to design, furnish, install, operate, maintain, and remove temporary sanitary sewer bypasses.

2. The lump sum price shall include:

1) All pipe, fittings, adapters, pumps, valves, hoses, generators, standby vacuum sewer cleaning trucks, equipment and facilities necessary to temporarily bypass sanitary sewer flows;

b. All necessary temporary connections to structures and subsequent repair of structures after removal of temporary connections;

c. Constructing emergency overflows;

d. Removal of all temporary pipe, valves, structures, thrust blocks, and appurtenances and shall include surface restoration;

e. Engineering costs to determine proper size/capabilities and configuration of each bypass;

f. Temporary power and pumping equipment and operation costs; and

g. Costs to operate, monitor and maintain bypass operation, including 24 hour/ 7 days per week after-hours operation, monitoring and maintenance and shall include spare parts and backup equipment (including redundancy backup pumps); and

C. Costs for the following shall be considered incidental costs:

1. Cost for development and submittal of bypass plans shall be considered incidental.

2. Customer notification of service interruption.

3. Cleanup and removal and disposal of effluent.

4. Remedial actions to correct and cleanup backups and overflows.

5. Furnishing and storing on-site spare equipment, parts, and fuel.

6. Furnishing and maintaining on site vacuum sewer cleaning trucks.

Bid Item #23 - DI Sewer Pipe, 8-Inch Diam., Epoxy-Lined, Class 52 Bid Item #24 - DI Sewer Pipe, 12-Inch Diam., Epoxy-Lined, Class 52 Alternate Bid Item #24A – DI Sewer Pipe, 14-Inch Diam., Epoxy-Lined, Class 52 A. Each bid item shall be measured Per Linear Foot, for the size of pipe installed.

1. Measured per linear foot of Class 52 ductile iron sewer pipe installed and satisfactorily tested.

Swamp Creek Sewer Improvements 01025-15 Contracts No. S0601, S1013 and S1209

Page 32: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

2. Measurement will be made along the ductile iron pipe flow line from the center of new manhole to center of new manhole, except measurement shall be to the inside face of existing manholes.

3. If Alternate Bid Item #24A is selected for construction, it will only be applicable to the Schedule A pipe installed downstream of the trenchless under-crossing of Highway 99.

B. 1. The unit Contract prices per linear foot shall be full payment for all labor, materials, tools, equipment and incidental costs to furnish and install operating Class 52 ductile iron sanitary sewer mains.

2. The unit Contract prices shall include: potholing for existing utility verifications; sawcutting, excavation, removal, loading, haul and disposal of excavated materials; furnishing, providing, placing and compacting pea gravel for pipe zone bedding and backfill material; furnishing, installing, cleaning, and testing, pipe, fittings, and appurtenances; placing and compacting suitable native trench backfill material; and video inspection and reports.

3. The unit Contract prices per linear foot of pipe shall also include providing maintenance, restoration and/or relocation, if required, of storm culverts and pipe, other utilities and structures affected by construction.

C. Incidental costs include, but are not limited to:

1. Removal of the 8-inch side sewer stub and the plugging of existing MH 663-14 on Admiralty Way in conformance with and as shown on Sheet S-9 of the Drawings.

2. Furnishing and installing manufactured pads, as required at utility crossings

3. Furnishing and installing temporary cold mix asphalt trench patches, where allowed.

4. All costs associated with power poles held by Snohomish County PUD or other utility purveyor (including Snohomish County PUD costs), private utility poles or light poles held by Contractor, utility purveyor or others; because of the close proximity of trenching for sewer main installation.

5. Furnishing, placing, and compacting imported and native soil outside the “allowable trench excavation limits for payment” or the “allowable structure excavation limits for payment.”

6. Survey control and field layout.

7. Removal of lamp hole and connection to existing sewer pipe downstream of Lift Station 2 gravity sewer.

8. Collection, storage, haul and off-site disposal of dewatering water including the construction/installation, operation, and maintenance of the dewatering system.

9. Furnishing, installing, and removing temporary supports for culverts crossed under by sewer trenches.

10. Any and all increased costs on other Bid items due to the impacts of installing 14-Inch DI pipe (Alternate Bid Item #24A) instead of 12-Inch DI pipe (Bid Item #24), including but not limited to side sewer tees and connections to existing and new manholes.

D. When native material is determined by the District or governing road agency to be unsuitable for use as backfill, the removal, loading, hauling and disposal of native

Swamp Creek Sewer Improvements 01025-16 Contracts No. S0601, S1013 and S1209

Page 33: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

material from trench excavation shall be incidental to the Bid item Contract prices for imported backfill or controlled density fill.

1. Payment for furnishing, placing, and compacting bank run gravel or crushed surfacing used as imported trench backfill material will be made under the bid items “Bank Run Gravel for Trench Backfill”, or “Crushed Surfacing” when native material is determined by the District or governing road agency to be unsuitable for use as backfill.

2. Controlled density fill may be authorized or required by the District where proper compaction of backfill material around existing utilities may not be possible.

3. Payment for furnishing and placing controlled density fill used as backfill or bedding material will be made under the bid item “Controlled Density Fill.”

Bid Item #25 - Side Sewer/Lateral Stub, 6-Inch Diam., Epoxy-Lined, Class 50 A. Bid item shall be measured Per Linear Foot.

1. Measured per linear foot, from sewer main to end of side sewer pipe at the edge of right-of-way or permanent easement, as applicable, for each complete 6-inch Class 50 DI side sewer/lateral stub installed and tested.

B. 1. The unit Contract price per linear foot shall be full payment for all labor, materials, tools, equipment, and incidental costs to construct side sewer stubs from the new sewer main to the right-of-way boundary or as shown on the Drawings.

2. The unit Contract price shall include: potholing for existing utility verifications; sawcutting, excavation, removal, loading, haul and disposal of excavated materials; placing and compacting pipe bedding material; furnishing, installing, cleaning, and testing, DI pipe, fittings and plug; furnishing, providing, placing and compacting pea gravel for pipe zone bedding and backfill; placing and compacting suitable native pipe zone backfill material and trench backfill material; furnishing and installing metallic marker tape and end of pipe marker.

3. Furnishing and installing manufactured pads, as required at utility crossings, shall be considered incidental to the unit Contract price.

C. When native material is determined by the District or governing road agency to be unsuitable for use as backfill, the removal, loading, hauling and disposal of native material from trench excavation shall be incidental to the Bid item Contract prices for imported backfill or controlled density fill.

1. Payment for furnishing, placing, and compacting bank run gravel or crushed surfacing will be made under the bid items “Bank Run Gravel for Trench Backfill” or “Crushed Surfacing” when native material is determined by the District or governing road agency to be unsuitable for use as backfill.

2. Controlled density fill may be authorized or required by the District where proper compaction of backfill material around existing utilities may not be possible.

3. Payment for controlled density fill used as backfill or bedding material will be made under the bid item “Controlled Density Fill.”

D. Incidental costs include, but are not limited to:

1. Collection, storage, haul and off-site disposal of dewatering water.

Swamp Creek Sewer Improvements 01025-17 Contracts No. S0601, S1013 and S1209

Page 34: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

E. Furnishing and installing temporary asphalt trench patches shall be considered incidental to the unit Contract prices for side sewer/lateral stub and no separate payment will be made.

Bid Item #26 - Topsoil Type A A. Bid item shall be measured Per Cubic Yard.

1. Measured by the cubic yard, based on the surface area of the landscape areas multiplied by the specified topsoil thickness (in place, compacted) for sodded and planting areas, converted to cubic yards.

2. No separate measurement or payment will be made for soil amendments added to the topsoil.

B. 1. The unit Contract price per cubic yard shall be full payment for all labor, tools, equipment, and materials and incidental costs to furnish and install topsoil.

2. The unit Contract price shall include, but not be limited to: preparing the topsoil for installation; preparing the site prior to placement of the topsoil, including removal, hauling and disposal of all excess and unsuitable material and debris; soil testing; furnishing and incorporating required soil amendments; and furnishing, placing, and compacting topsoil.

Bid Item #27 – Permanent Surface Restoration A. Bid item shall be measured Per Lump Sum.

1. Per approved Schedule of Values. Private property and easement signoff shall be valued at 25% of this Bid item.

B. 1. The lump sum Contract price shall be full payment for all labor, tools, equipment, and materials and incidental costs to restore all areas (in rights-of-way and within private property) damaged or disturbed by construction activities to the pre-construction condition, or better, as verified by the pre-construction photographs.

2. The lump sum Contract price shall include, but not be limited to:

a. Furnishing and placing new bark, decorative rock or other surface treatment consistent with the adjacent undisturbed ground surface prior to construction.

b. Excavation, grading, and preparation of the area to be re-sodded, barked, hydroseeded, graveled, etc.

c. Removal, protective storage, maintenance and re-planting of any existing decorative flowers, shrubs or trees.

d. Removal and re-installation of fences, gates, rockeries, timber retaining walls, signs, mailboxes, wood power pole with electrical outlet, or other structures.

e. Protection for existing flowers, shrubs and trees and improvements to remain.

f. Replacement of flowers, shrubs and trees damaged or destroyed by construction activities.

g. Hydroseeding, seeding, mulching, lawn sod, plantings or other ground cover and permanent erosion control measures as required in rights-of-way, or landscaped areas.

Swamp Creek Sewer Improvements 01025-18 Contracts No. S0601, S1013 and S1209

Page 35: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

h. Furnishing and constructing concrete curbs, gutters, sidewalks and driveway entrances, were damaged or undermined by construction activities.

C. Incidental costs shall include, but not be limited to:

1. Excavation, removal, haul and disposal off site of surplus excavated soil that is shown on the Drawings for removal.

2. Restoration of all pavement markings, stripes, reflectors and raised delineators.

3. Replacement of survey monuments disturbed by construction activities, in compliance with WAC 332-120.

4. Replacement of cement concrete gutters, curbs, sidewalks, and driveways accidentally damaged during construction.

5. Replacement of asphalt surfaces accidentally damaged during construction.

D. Payment for furnishing, placing, and compacting crushed surfacing will be made under the bid item “Crushed Surfacing.”

Bid Item #28 – Mitigation Plantings and Buffer Restoration A. Bid item shall be measured Per Lump Sum.

1. Per approved Schedule of Values.

B. 1. The lump sum Contract price shall be full payment for all labor, tools, equipment, and materials and incidental costs to furnish and install mitigation plantings and to restore and enhance all critical area buffers (in rights-of-way and within private property) as shown on the Drawings, sheets M-1 to M-3.

1. The lump sum Contract price shall include, but not be limited to:

a. Clearing and grubbing invasive species; removal of non-native/undesirable plants that may inhibit new plantings.

b. Preparation of the area to be planted, and mulched.

c. Furnishing and installing permeable weed barrier.

d. Furnishing and planting mitigation plants and native grass seed mix.

e. Furnishing and placing fine ground bark mulch.

f. Hand watering plants, including furnishing water.

g. Performing plant maintenance for 12 months after planting, including watering.

h. Replacing unhealthy or dead plants for 12 months after planting.

i. Protection for existing vegetation, shrubs and trees to remain.

C. Incidental costs shall include, but not be limited to:

1. Excavation, removal, haul and disposal off site of surplus excavated soil.

2. Coordination with District biologist

D. Payment for furnishing and placing imported topsoil, as required to replace poor native soil, will be made under the bid item “Topsoil Type A.”

Bid Item #29 - Contaminated Soil Removal and Disposal

Swamp Creek Sewer Improvements 01025-19 Contracts No. S0601, S1013 and S1209

Page 36: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

A. Payment for the Notification and Suspension requirements specified under Section 1.08 of Section 02120, shall be paid under negotiated Change Order. All other work for Contaminated Soil Removal and Disposal will be measured and paid for as specified below under B and C below.

B. Bid item shall be measured Per Ton

1. Measurement for transportation and off-site treatment/disposal of contaminated soil will be as follows:

a. Transportation and off-site treatment/disposal of contaminated soil will be measured as a unit cost on a per ton basis and shall include, but not be limited to the following:

(1) Excavation and stockpiling (if needed).

(2) Loading and transportation of contaminated soil.

(3) Weighing of trucks/soil.

(4) Treatment/disposal of contaminated soil and debris. Disposal shall be only at a facility that is fully licensed and permitted to accept the waste by the appropriate state and federal agencies including but not limited to: County health department, local air pollution control authority, State of Washington Department of Ecology, and U.S. Environmental Protection Agency.

(5) Proper disposal of treated soils, covers and liners (such as plastic sheeting), treatment process residuals, and all unsuitable material.

C. 1. The unit Contract price per ton shall be full payment for all labor, material, tools, equipment and incidental costs required to accomplish removal and disposal off site contaminated soil as described in Section 02120.

2. The unit price shall include, but not be limited to: excavating soil that is verified by testing to be contaminated and also adjacent soil that may be contaminated.

3. Additionally, the per ton includes hauling costs to the closest facility licensed to accept the type of contaminated material identified and disposal fees charged by the facility accepting the disposed material.

Bid Item #30 – NOT USED Bid Item #31 - Lift Station 7 Abandonment Bid Item #32 - Lift Station 2 Abandonment A. Bid item shall be measured Per Lump Sum.

1. Per the approved Schedule of Values.

B. 1. The lump sum Contract price for each Lift Station Abandonment shall be full payment for all labor, materials, tools, equipment, and incidental costs to abandon the lift station as specified in Section 02225 and as shown on the Drawings.

2. For this bid item; there shall be no separate payment for Temporary Water Pollution/Erosion Control Measures, Sand, CDF, Bank Run Gravel, Crushed Surfacing, or Asphalt Concrete Pavement.

3. Payment for bypassing sewage flow will be made under the Bid item Temporary Sewer Bypass.

Swamp Creek Sewer Improvements 01025-20 Contracts No. S0601, S1013 and S1209

Page 37: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

Bid Item #33 – Trench Dam A. Bid item shall be measured Per Each.

1. Measurement will be made per each complete trench dam installed in a sewer trench.

B. 1. The unit Contract price per each shall be full payment for all labor, materials, tools and equipment and incidental costs to furnish and install trench dams per District Standard Detail TBR-4.

2. The unit Contract price shall include, but not be limited to: excavation, haul and disposal of material displaced by trench dam and furnishing, placing and compacting bentonite or other impervious material.

C. Payment for temporary trench dams installed in drainage swales and ditches, for temporary erosion control, is included in Bid item #2, Temporary Water Pollution/Erosion Control, and no separate payment will be made under this bid item.

1.05 BID ITEM MEASUREMENT AND PAYMENT (SCHEDULE C) A. Measurement and payment will be made for the following bid items, which are listed numerically

by bid item number:

Bid Item #C1 - Mobilization and Demobilization (Maximum of 5% of bid items C2 - C37) – LS.

a. Bid item shall be measured Per Lump Sum. 1) Per the approved Schedule of Values.

b. Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10-percent of the total original Contract amount, per Bid Schedule, is earned from other Contract items in the applicable schedule and shall include, but not be limited to, the following items: 1) Bonding. 2) Insurance. 3) Movement of Contractor personnel, equipment, supplies, and incidentals to

the Project site. 4) Securing suitable storage areas against theft and vandalism, and other

facilities necessary for work on the Project. 5) Providing sanitary facilities. 6) Obtaining permits or licenses required to complete the Project, that are not

furnished by the District. 7) Preconstruction photographs, video records, field measurements, survey,

and records to establish existing conditions for purposes of restoring damaged surfaces to match original conditions.

8) Providing survey information pursuant to Section 01050. 9) Other work and operations which must be performed or costs that must be

incurred prior to commencement of work or during the course of the Project, including but not limited to participation at meetings, schedule preparation, development of submittals and plans, subcontract negotiations and execution of Subcontracts.

c. Demobilization consists of costs for removing temporary facilities, material, equipment, and personnel from the site, and obtaining Property Release forms (Section 01062C.3) upon completion of each Bid Schedule of work. 1) Development of as-built records shall be considered incidental costs to

demobilization.

Swamp Creek Sewer Improvements 01025-21 Contracts No. S0601, S1013 and S1209

Page 38: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

d. Items which are not to be included in the bid item Mobilization/Demobilization include but are not limited to: 1) Any portion of the work covered by a specific Contract item or incidental

work which is to be included in a Contract item or items. 2) Profit, interest on borrowed money, overhead, or management costs.

e. Based on the lump sum Contract price per Bid Schedule for “Mobilization/Demobilization”, partial payments will be made per Bid Schedule as follows: 1) The amount bid per Bid Schedule shall not exceed 5-percent of the total

Contract amount bid for that Bid Schedule. Sixty (60) percent of the allowed costs shall be allocated to Mobilization and forty (40) percent of the allowed costs shall be allocated to Demobilization.

2) When 5-percent of the total original Contract amount per Bid Schedule is earned from the other Contract items in the applicable Schedule, 50-percent of the total amount bid, allocated for Mobilization in that Schedule, will be paid.

3) When 10-percent of the total original Contract amount per Bid Schedule is earned from the other Contract items in the applicable Schedule, the remaining 50-percent of the total amount bid, allocated for Mobilization in that Schedule, will be paid.

4) When work in each Bid Schedule is completed and the Contractor has demobilized for that Bid Schedule of work, as determined solely by the Project Representative, the remaining amount of the Mobilization/Demobilization bid item (i.e. the 40% allocated for Demobilization) will be paid, less retainage.

Bid Item #C2 - Temporary Water Pollution/Erosion Control – LS.

a. Bid item shall be measured Per Lump Sum. b. The lump sum Contract price shall be full payment for all labor, material, tools and

equipment required to 1) Implement, maintain, and administer the Stormwater Pollution Prevention

Plan (SWPPP). 2) Install, maintain, and remove TESC facilities/measures, per the approved

SWPPP, and as shown on the Drawings. 3) Collecting, storage, haul, and off-site disposal of sediment-laden (turbid)

stormwater, as required. c. The lump sum Contract price shall include, but not be limited to:

1) Maintaining a SWPPP in conformance with Snohomish County regulations; modifying the SWPPP as required; submitting the modified SWPPP to Snohomish County, if required; developing and submitting any required or requested reports to Snohomish County.

2) Contractor assuming all responsibility for compliance with the conditions of the SWPPP, the Snohomish County and WSDOT permits and construction storm water pollution prevention standards, and the Washington State DOE storm water pollution prevention standards.

3) Providing a certified erosion and sedimentation control lead (CESCL) to monitor TESC facilities/measures and perform field water quality tests as required; developing and submitting required reports; furnishing, installing, maintaining, and removing TESC facilities/measures; and restoration of areas disturbed by installation of TESC facilities.

4) Collecting, storage, haul, and off-site disposal of sediment-laden (turbid) stormwater, as required.

5) Daily, or more frequent, sweeping of streets, sidewalks and parking lots, by hand and by mechanical sweeping, and proper off-site disposal of swept materials.

Swamp Creek Sewer Improvements 01025-22 Contracts No. S0601, S1013 and S1209

Page 39: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

d. No additional payment will be made for hydroseeding, which shall be considered incidental to the bid item “Permanent Surface Restoration”. No additional payment will be made for returning to the project site, after completion of work, to remove TESC facilities/measures left in place for establishment of final restoration measures.

Bid Item #C3 - Trench Shoring and Safety Systems - LS.

a. Bid item shall be measured Per Lump Sum. 1) Per the approved schedule of values.

b. Work shall include the following: 1) The lump sum Contract price shall be full payment for all labor, material,

tools and equipment and other incidental costs to provide a complete system of shoring for trenches and all other excavations in compliance with WISHA, Chapter 47.17 RCW and Section 02260C and to provide all construction safety measures and procedures required by law.

2) The lump sum Contract price shall include: designing, furnishing, installing, maintaining and removing sheet piles, trench boxes, cribbing, or other means necessary to support trench and excavation walls as required.

3) The lump sum Contract price shall include: safety harnesses, testing equipment and other devices for confined space entry and fall protection.

4) The lump sum Contract price shall include personal protective clothing, equipment, and devices for work around asbestos cement pipe and other hazardous or toxic materials, fluids, or noises.

c. Design, engineering, installation, and maintenance of all shoring systems shall be the complete and sole responsibility of the Contractor and shall be considered incidental to the bid item.

d. Costs for permit submittals and fees, as required, shall be considered incidental to the bid item.

Bid Item #C5 - Project Temporary Traffic Control - LS.

a. Bid item shall be measured as a Lump Sum amount. b. Work shall include the following:

1) Installation, maintenance, operation and removal of traffic control facilities, temporary barricades, lights, and signs.

2) Flaggers and spotters. 3) Services of a Traffic Control Supervisor. 4) Notification plans and schedules. 5) Planning and maintenance of detours. 6) Traffic control plans, Detour plans, permits and permit fees, and permit

compliance. 7) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. Each line item of the work listed above shall have its own line item in the Schedule

of Values.

Bid Item #C7 - Decommission Geotechnical Boring/Well - EA. a. Bid item shall be measured Per Each.

1) Measurement will be made for each existing geotechnical boring/well that is filled to the surface.

b. The unit Contract price per each shall be full payment for all labor, materials, tools, equipment, and other incidental costs (including applicable permits and fees, if any) to decommission geotechnical borings/wells in accordance with WAC 173-160-460.

c. The unit Contract price shall include filling the entire length (depth) of the well; sawcutting; removing and disposing the surface cover; backfill and compaction of surface void and surface restoration at the locations shown on Drawings.

Swamp Creek Sewer Improvements 01025-23 Contracts No. S0601, S1013 and S1209

Page 40: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

Bid Item #C9 - HMA for Trench Patch Class 1/2" PG64-22 - TN. a. Bid item shall be measured on a per Ton basis for asphalt used for permanent

pavement patching. Pavement patching limits are shown on the Drawings and described in the permits. Provide certified weight tickets. Measurement and payment will not be made for asphalt placed outside of the designated trench restoration pavement limits or for thicknesses greater than those indicated in the Drawings.

b. Work shall include the following: 1) Installation of permanent asphalt pavement patch including mix design, tack

coat, edge sealing, pavement furnishing and installation. 2) Record drawings. 3) Raising utility lid, boxes, and valve covers. 4) Testing. 5) Temporary traffic markings and pavement markers in accordance with

permit conditions. 6) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C10 - HMA for Overlay Class 1/2" PG64-22 - TN. a. Bid item shall be measured on a per Ton basis. Paving limits are shown on the

Drawings and described in the permits. Provide certified weight tickets. Measurement and payment will not be made for asphalt placed outside of the designated pavement limits or for thicknesses greater than those called for in the Contract Documents.

b. Work shall include the following: 1) Installation of asphalt pavement overlay including mix design, tack coat,

edge sealing, and overlay construction. 2) Surveying. 3) Adjustment of valve boxes, manhole frames and castings, and other utility

lids and boxes to final grade. 4) Record drawings. 5) Testing. 6) Restriping traffic markings and reinstalling pavement markers. 7) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C11 - Asphalt Grinding - SY. a. Bid item shall be measured on a per Square Yard basis for asphalt grinding. b. Work shall include the following:

1) Grinding, cleaning, prelevels, and preparation for asphalt overlay. 2) Surveying. 3) Hauling and disposal of waste materials. 4) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C12 - 48” Precast Manholes - EA. Bid Item #C13 - 60" Precast Manholes - EA. Bid Item #C13A - 72" Precast Manholes - EA. Bid Item #C14 - 48" Cut-in Manhole - EA.

a. Bid item shall be measured on a per Each basis for each size of manhole. b. Work shall include the following:

1) Surveying in support of manhole placement and settlement monitoring operations

2) Structure excavation including demolition, clearing and grubbing. 3) Construction, operation, and maintenance of excavation dewatering system

and disposal of dewatering water.

Swamp Creek Sewer Improvements 01025-24 Contracts No. S0601, S1013 and S1209

Page 41: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

4) Potholing as required to complete construction. 5) Removal and disposal of pavement. 6) Disposal of waste materials and debris. 7) Temporary diversion of sewer flows other than the diversion of flows

between manholes requiring a pumped bypass. 8) Furnishing, placing and compacting foundation gravel. 9) Furnishing, delivering, storing and installing the structure in accordance with

Section 02605C. 10) Base channeling. 11) Stockpiling and protecting suitable excavated material for use as structure

backfill as directed by the Project Representative. 12) Backfill compaction tests and furnishing test reports to the Project

Representative. 13) Furnishing and installing grade rings, risers, leveling bricks, and mortar,

rings. 14) Adjustment of new frames and castings to final grade following paving

operations. 15) Furnishing and installing new 24-inch rings and covers. 16) Furnishing and installing steps and/or ladders. 17) Furnishing and installing concrete pad in non-paved areas. 18) Furnishing and installing drop connection as indicated in the drawings. 19) Cleaning and flushing structures. 20) Connecting pipe to new structures. 21) Replacing, protecting and/or maintaining existing utilities. 22) Temporary surface restoration including temporary asphalt trench patching

with asphalt treated base. (Does not include permanent asphalt which is covered separately.)

23) Asphalt pavement sawcut for asphalt permanent pavement patch. 24) 25) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C17 - Foundation Gravel - CY. a. Bid item shall be measured on a per Cubic Yard basis for quantities installed. b. Measurement shall be based on the volume of foundation gravel installed in the

bottom of the trench only. Measurement will be of the compacted, in-place volume of the material as placed in the trench. Pay limits for trench overexcavation shall be for neatline vertical wall trenches with the maximum width of the trench as defined in the Drawings. The length and depth shall be agreed to by the Contractor and Project Representative.

c. Work shall include the following: 1) Overexcavation of soils determined to be unsuitable for use as pipe bedding

foundation and needing to be removed and disposed of off-site. Including excavation, shoring adjustment, handling, all equipment, standby time, labor, supervision, transport, disposal and all associated fees.

2) Purchase, delivery, stockpiling, placement into the excavation, and compaction.

3) Testing. 4) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C18 - Bankrun Gravel for Trench Backfill - CY. a. Bid item shall be measured on a per Cubic Yard basis for quantities installed within

the trench. Pay limits for trench backfill shall be for neatline vertical wall trenches with the maximum width of the trench as shown in the Drawings. Measurement will be of the compacted, in-place volume of the material as placed in the trench.

Swamp Creek Sewer Improvements 01025-25 Contracts No. S0601, S1013 and S1209

Page 42: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

b. Work shall include the following: 1) Purchase, delivery, stockpiling, placement and compaction in the trench. 2) Haul and disposal of surplus and unsuitable trench excavation material. 3) Testing. 4) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. Compaction of backfill materials is paid for as part of the applicable pipe bid item.

Bid Item #C22 - Sanitary Sewer Bypass Pumping - LS. a. Bid item shall be measured Per Lump Sum.

1) Per the approved schedule of values. b. The lump sum Contract price shall be full payment for all labor, materials, tools,

equipment and other incidental costs to design, furnish, install, operate, maintain, and remove temporary sanitary sewer bypasses.

c. The lump sum price shall include: 1) All pipe, fittings, adapters, pumps, valves, hoses, generators, standby

vacuum sewer cleaning trucks, equipment and facilities necessary to temporarily bypass sanitary sewer flows;

2) All necessary temporary connections to structures and subsequent repair of structures after removal of temporary connections;

3) Constructing emergency overflows; 4) Removal of all temporary pipe, valves, structures, thrust blocks, and

appurtenances and shall include surface restoration; 5) Engineering costs to determine proper size/capabilities and configuration of

each bypass 6) Temporary power and pumping equipment and operation costs; 7) Costs to operate, monitor and maintain bypass operation, including 24 hour/

7 days per week after-hours operation, monitoring and maintenance and shall include spare parts and backup equipment (including redundancy backup pumps);

d. Costs for the following shall be considered incidental costs: 1) Cost for development and submittal of bypass plans shall be considered

incidental. 2) Customer notification of service interruption. 3) Cleanup and removal and disposal of effluent. 4) Remedial actions to correct and cleanup backups and overflows. 5) Furnishing and storing on-site spare equipment, parts, and fuel. 6) Furnishing and maintaining on site vacuum sewer cleaning trucks.

Bid Item #C23A - 8” PVC Gravity Sewer Pipe – LF. Bid Item #C24B - 12” PVC Gravity Sewer Pipe – LF. Bid Item #C24C - 24" PVC Gravity Sewer Pipe - LF. Bid Item #C24D - 24" DI Gravity Sewer Pipe - LF.

a. Bid item shall be measured on a Lineal Foot basis. Measurement shall be based on the quantities of pipe actually installed between manholes, or stub end cap. Measurement shall be made from center of manhole to center of manhole.

b. Work shall include the following: 1) Surveying in support of pipe laying operations 2) Trench excavation. 3) Construction, operation, and maintenance of trench dewatering system and

disposal of dewatering water. 4) Potholing as required to complete construction. 5) Removal and disposal of existing pavement. 6) Haul and disposal of waste materials and debris. 7) Hand excavation and hand backfilling as may be required. 8) Excavation required for fittings.

Swamp Creek Sewer Improvements 01025-26 Contracts No. S0601, S1013 and S1209

Page 43: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

9) Probing of excavation in advance to determine the horizontal and vertical location of existing utility crossings, shown in the plans or as located by One-Call,

10) Furnishing and installing PVC or ductile iron pipe, connection to new and existing manholes and fittings as shown in the Drawings and defined in section 02616C.

11) Core drilling of manhole wall. 12) Re-channel manhole base as required. 13) Installing Kor’n Seal Boot Adapter or other water tight connector. 14) Furnishing, placing and compacting bedding material. 15) Record drawings. 16) Temporary surface restoration including temporary asphalt trench patching

with asphalt treated base. (Does not include permanent asphalt which is covered separately.)

17) Asphalt pavement sawcut for asphalt permanent pavement patch. 18) Backfill compaction tests and furnishing test reports to the Project

Representative. 19) Cleaning and flushing pipes and existing structures. 20) Testing and CCTV inspection of the pipe. 21) Replacing, protecting, restoring and/or maintaining utilities. 22) Furnishing and installing marker posts. 23) Abandoning existing facilities including removal, haul and disposal where

noted, filling sections to remain in place with CDF, and temporary trench patch with ATB. No additional payment shall be made for work or materials associated with abandoning existing facilities except for import backfill and permanent trench patch that are included in specific bid items.

24) All other items of work specified in the Contract documents that are required to complete this bid item, unless specifically listed under a different bid item.

c. In accordance with Section 01014 – 1.09, payment will be withheld in the amount of 15% of the bid amount earned for this item until final cleanup and restoration is completed in the corresponding area of pipe installation. This provision will not apply to final pavement overlay.

Bid Item #C24E - 24" HDPE Gravity Sewer Pipe - LF.

a. Bid item shall be measured on a Lineal Foot basis. Measurement shall be based on the quantities of pipe actually installed between manholes, or stub end cap. Measurement shall be made from center of manhole to center of manhole.

b. Work shall include the following: 1) Surveying in support of pipe laying operations 2) Trench excavation. 3) Construction, operation, and maintenance of trench dewatering system and

disposal of dewatering water. 4) Potholing as required to complete construction. 5) Removal and disposal of existing pavement. 6) Haul and disposal of waste materials and debris. 7) Hand excavation and hand backfilling as may be required. 8) Excavation required for fittings. 9) Probing of excavation in advance to determine the horizontal and vertical

location of existing utility crossings, shown in the plans or as located by One-Call,

10) Furnishing and installing HDPE pipe, installation in casing including furnishing all spacers; connection to new and existing manholes and fittings as shown in the Drawings and defined in section 02616C.

11) Core drilling of manhole wall. 12) Re-channel manhole base as required.

Swamp Creek Sewer Improvements 01025-27 Contracts No. S0601, S1013 and S1209

Page 44: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

13) Installing Kor’n Seal Boot Adapter, sanded PVC collar, or other water tight connector.

14) Furnishing, placing and compacting bedding material. 15) Record drawings. 16) Temporary surface restoration including temporary asphalt trench patching

with asphalt treated base. (Does not include permanent asphalt which is covered separately.)

17) Asphalt pavement sawcut for asphalt permanent pavement patch. 18) Backfill compaction tests and furnishing test reports to the Project

Representative. 19) Cleaning and flushing pipes and existing structures. 20) Testing and CCTV inspection of the pipe. 21) Replacing, protecting, restoring and/or maintaining utilities. 22) Furnishing and installing marker posts. 23) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. In accordance with Section 01014 – 1.09, payment will be withheld in the amount

of 15% of the bid amount earned for this item until final cleanup and restoration is completed in the corresponding area of pipe installation. This provision will not apply to final pavement overlay.

Bid Item #C25 - 8” Sanitary Sewer Laterals – LF. a. Bid item shall be measured on a per Lineal Foot basis. Measurement shall be

based on the linear foot of laterals installed. b. Work shall include the following:

1) Surveying in support of pipe laying operations 2) Trench excavation. 3) Potholing as required to complete construction. 4) Removal and disposal of existing pavement. 5) Haul and disposal of waste materials and debris. 6) Hand excavation and hand backfilling as may be required. 7) Excavation required for fittings. 8) Furnishing and installing ductile iron pipe, connection to new and existing

manholes and fittings as defined in section 02616C. 9) Furnishing, placing and compacting side sewer bedding material. 10) Record drawings. 11) Temporary surface restoration including temporary asphalt trench patching

with asphalt treated base. (Does not include permanent asphalt which is covered separately.)

12) Asphalt pavement sawcut for asphalt permanent pavement patch. 13) Backfill compaction tests and furnishing test reports to the Project

Representative. 14) Cleaning and flushing pipes and existing structures. 15) Testing and CCTV inspection of the pipe. 16) Replacing, protecting, restoring and/or maintaining utilities. 17) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. In accordance with Section 01014 – 1.09, payment will be withheld in the amount

of 15% of the bid amount earned for this item until final cleanup and restoration is completed in the corresponding area of pipe installation. This provision will not apply to final pavement overlay.

Bid Item #C27 - General Restoration - LS. a. Bid item shall be measured on a Lump Sum basis for all property restoration

associated with construction activities in permanent easements, temporary

Swamp Creek Sewer Improvements 01025-28 Contracts No. S0601, S1013 and S1209

Page 45: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

construction easements and the public right-of-way other than stream and buffer (critical areas) restoration.

b. Work shall include the following: 1) All labor, material, tools and equipment, and supplies necessary to restore

the areas disturbed by the Contractor’s activities to their original or better condition and as shown in the Drawings.

2) Fine grading including but not limited to furnishing and installing crushed surfacing top course for shoulders following final paving operations.

3) Furnishing, planting, cultivating, salvaging, re-planting, maintaining, establishing, and watering plant materials, sod and seeded lawns.

4) Hydroseeding of drainage ditches and soft-scape areas. 5) Furnishing and placing fertilizer, topsoil, wood mulch and bark mulch. 6) Disposal of unsuitable, surplus and/or waste materials. 7) Replacing and restoring any landscaping and improvements disturbed by

construction activities, as directed by the Project Representative. 8) Replacing and restoring concrete driveways and footpaths disturbed by

construction activities. 9) Site cleaning-up. 10) All grading, demolition, stormwater improvements, stormwater bypassing,

surface improvements and plantings. 11) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. Any material quantities listed herein or shown on the Contract Plans are

informational only, may vary greatly, and may not constitute a complete list of materials needed to restore the property. Such changes shall not be a basis for claim for additional compensation.

d. Asphalt pavement and asphalt grinding are included in separate bid items. Any of these materials required for Property Restoration will be paid out of their respective bid items and are not covered under this bid item.

e. Each line item of the work listed above shall have its own line item in the Schedule of Values.

Bid Item #C28 - Stream and Buffer Restoration - LS.

a. Bid item shall be measured on a Lump Sum basis for all property restoration associated with construction activities in permanent easements, temporary construction easements and the public right-of-way when located in stream and buffer (critical) areas as shown on the Drawings and described in Sections 02291C, 02292C and portions of 02800C (where applicable for work in critical areas).

b. Work shall include the following: 1) All labor, material, tools and equipment, and supplies necessary to restore

the areas disturbed by the Contractor’s activities to the condition as shown in the Drawings and described in these Specifications.

2) Fine grading. 3) Clearing in the critical areas including but not limited to hand clearing of

non-native and invasive plant species from the easement and right-of-way areas designated on the Drawings.

4) Furnishing, planting, cultivating, salvaging, re-planting, maintaining, establishing, and watering plant materials, sod and seeded lawns.

5) Furnishing and placing streambed gravel, boulders, logs, compost amended soils, fertilizer, topsoil, wood mulch and bark mulch.

6) Disposal of unsuitable, surplus and/or waste materials. 7) Preparing, stockpiling and placing sections of trees larger than 4-inches

removed during clearing to serve as habitat as defined in the Specifications and permits. Preparing tree sections shall include but not be limited cutting

Swamp Creek Sewer Improvements 01025-29 Contracts No. S0601, S1013 and S1209

Page 46: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

to length and stripping and disposing of non-native and invasive plants from trunks and limbs prior to placing.

8) Site cleaning-up. 9) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item. c. Any material quantities listed herein or shown on the Contract Plans are

informational only, may vary greatly, and may not constitute a complete list of materials needed to restore the stream and buffer. Such changes shall not be a basis for claim for additional compensation.

d. Each line item of the work listed above shall have its own line item in the Schedule of Values.

Bid Item #C29 - Contaminated Soil Removal and Disposal – TN.

a. Bid item shall be measured Per Ton. b. Measurement for transportation and off-site treatment/disposal of contaminated

soil will be as follows: 1) Transportation and off-site treatment/disposal of contaminated soil will be

measured as a unit cost on a per ton basis and shall include, but not be limited to the following: a) Excavation and stockpiling (if needed). b) Loading and transportation of contaminated soil. c) Weighing of trucks/soil. d) Treatment/disposal of contaminated soil and debris. Disposal shall

be only at a facility that is fully licensed and permitted to accept the waste by the appropriate state and federal agencies including but not limited to: County health department, local air pollution control authority, State of Washington Department of Ecology, and U.S. Environmental Protection Agency.

e) Proper disposal of treated soils, covers and liners (such as plastic sheeting), treatment process residuals, and all unsuitable material.

c. Work shall include the following: 1) Excavating soil that is verified by testing to be contaminated and also

adjacent soil that may be contaminated. 2) Additionally, the per ton includes hauling costs to the closest facility licensed

to accept the type of contaminated material identified and disposal fees charged by the facility accepting the disposed material.

d. Payment for the notification and suspension of work requirements specified under Section 02130C, shall be paid under negotiated Change Order. All other work for Contaminated Soil Removal and Disposal will be measured and paid for as specified in B and C above.

Bid Item #C33 - Trench Dam - EA.

a. Bid item shall be measured on a per Each basis for each trench dam installed. b. Work shall include furnishing and installing trench dams as detailed in the

drawings and District Standard Detail TBR-4 including the following: 1) Excavating and disposing native material beyond the trench wall for the

extent of the trench dam. 2) Placing and compacting trench dam material as specified and as shown in

the Drawings.

Bid Item #C34 - 36" Steel Casing Pipe - LF. a. Bid item shall be measured on a Lineal Foot basis. Measurement shall be based

on the quantities of casing pipe actually installed. Measurement shall be made from ends of casing pipe installed.

b. Work shall include the following: 1) Surveying in support of pipe laying operations

Swamp Creek Sewer Improvements 01025-30 Contracts No. S0601, S1013 and S1209

Page 47: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

2) Trench excavation. 3) Potholing as required to complete construction. 4) Removal and disposal of existing pavement. 5) Haul and disposal of waste materials and debris. 6) Hand excavation and hand backfilling as may be required. 7) Probing of excavation in advance to determine the horizontal and vertical

location of existing utility crossings, shown in the plans or as located by One-Call,

8) Furnishing and installing steel casing pipe as shown in the Drawings and defined in section 02617C.

9) Furnishing, placing and compacting bedding material. 10) Record drawings. 11) Temporary surface restoration. 12) Backfill compaction tests and furnishing test reports to the Project

Representative. 13) Testing and visual inspection of the pipe. 14) Replacing, protecting, restoring and/or maintaining utilities. 15) Furnishing and installing sand fill material for annular space between casing

and carrier pipe including end seals and other materials and equipment needed for installation.

16) Excavation required for casing seals following installation of HDPE pipe and sand fill of annular space.

17) Furnishing and installing marker posts. 18) All other items of work specified in the Contract documents that are required

to complete this bid item, unless specifically listed under a different bid item.

Bid Item #C35 - Dewatering - LS. a. Bid item shall be measured as a Lump Sum amount. b. Work shall include the following:

1) Design and submittal of a Dewatering Plan for dewatering all excavations. 2) Furnish, install, operate and remove dewatering system to control ground

and surface water as specified. 3) Handle, store, test, settle or filter, and discharge collected ground and

surface water from dewatering operations to meet discharge criteria according to requirements of the authority having jurisdiction.

Bid Item #C36 - Temporary Stream Bypass - LS.

a. Bid item shall be measured on a Lump Sum basis for the stream pumped bypass system.

b. Work shall include the following: 1) Coordination with regulatory agencies for bypassing operations

requirements. 2) Sizing and design of bypass system in compliance with regulatory

requirements and as specified in Section 02141C. 3) Furnishing, installing and testing all elements of a complete and operational

bypass system. 4) Operation and maintenance of the bypass system for the duration of sewer

and water construction that requires support of the existing stream culvert. 5) Removal of bypass pump system and reestablishment of gravity stream

flow. c. Each line item of the work listed above shall have its own line item in the Schedule

of Values.

Bid Item #C37 - Force Account - FA. a. Bid item shall be measured and paid as defined in Section 00800.

Swamp Creek Sewer Improvements 01025-31 Contracts No. S0601, S1013 and S1209

Page 48: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01025 Measurement and Payment

END OF SECTION

Swamp Creek Sewer Improvements 01025-32 Contracts No. S0601, S1013 and S1209

Page 49: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01036 Geotechnical Information (Schedules A&B)

SECTION 01036 GEOTECHNICAL INFORMATION (SCHEDULES A & B ONLY)

PART 1 - GENERAL

1.01 SUMMARY

A. This Section lists geotechnical information for the Contract.

B. The following geotechnical document is incorporated into the Contract Documents as Appendix E and Contractor’s duty to comply with applicable Order of Precedence changes: 1. Geotechnical Data Report

W0502 Highway 99 Distribution System Improvements October 27, 2011 Prepared by HWA GeoSciences, Inc.

2. The Geotechnical Data Report (GDR) includes boring logs, in-situ and laboratory test results. Locations of the borings are indicated on the Drawings.

3. The Contractor is instructed to examine and comply with the Order of Precedence provisions of the GDR.

C. The GDR also includes information used to construct a water main project that is now completed. Some data included in the GDR may not be relevant to this project.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Lift Stations No. 7 and 2 Abandonments 01036 - 1 Contracts No. S0601 and S1013

Page 50: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01036 Geotechnical Information (Schedule C)

SECTION 01036C GEOTECHNICAL INFORMATION (SCHEDULE C ONLY)

PART 1 - GENERAL

1.01 SUMMARY

A. This Section lists geotechnical information for the Contract.

B. The following geotechnical document is incorporated into the Contract Documents as Appendix H and Contractor’s duty to comply with applicable Order of Precedence changes: 1. Geotechnical Data Report

S1209 Swamp Creek Interceptor Extension October 28, 2013 Prepared by HWA GeoSciences, Inc.

2. The Geotechnical Data Report (GDR) includes boring logs, in-situ and laboratory test results. Locations of the borings are indicated on the Drawings.

3. The Contractor is instructed to examine and comply with the Order of Precedence provisions of Section 00700.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Interceptor Extension 01036C - 1 Contract No. S1209

Page 51: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01050 Survey Information

SECTION 01050 SURVEY INFORMATION

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies survey work requirements.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01720: Record Drawings and Information. 2. Section 02800: Removal, Protection and Restoration. 3. Section 02800C: Restoration

C. Payment for all work or service to fulfill the requirements of this Section is incidental

to and included within the lump sum bid item for Mobilization/Demobilization and the unit prices for installation of other work, including without limitation sewer pipe. Consequently, there is no separate bid item for survey work and Contractor will not be paid separately for this work.

1.02 DEFINITIONS

A. Survey Monument: The physical structure, along with any references or accessories thereto, used to mark the location of a land boundary survey corner, geodetic control point, or local control point

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications of the surveyor per 1.06 below.

C. Cut sheets for curb, gutter, pavement and other restoration work.

D. Cut sheets for installation of sanitary sewer pipes, manholes, and side sewers.

E. Survey field notes and all survey calculations.

F. Records of surveys or other documentation as required by Chapter 58.09 RCW for resetting monuments and property corners disturbed or destroyed during construction.

1.04 SURVEY BY DISTRICT

A. Control points for vertical and horizontal control used during design are indicated in the Drawings. Base all work on the Contract control points as listed on the Drawings.

B. District will survey initial and subsequent elevations for auger bore monitoring and other items at the discretion of the District. District surveying will be for the

Swamp Creek Sewer Improvements 01050 - 1 Contracts No. S0601, S1013 and S1209

Page 52: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01050 Survey Information

District’s quality control benefit, and does not relieve the Contractor of any survey obligations.

1.05 SURVEY BY CONTRACTOR

A. Verify vertical and horizontal control point coordinates and elevations provided by the District prior to construction. Notify Project Representative of any control points that have incorrect coordinates or elevations.

B. Using the Contract control point(s), develop and make such additional surveys and control points as needed for construction, such as control lines, slope stakes, easement boundaries, settlement markers, batter boards, stakes for pipe locations, and other working points, lines and elevations. Re-establish any benchmarks and survey control points destroyed and provide new data to the District within 48 hours.

C. Complete the layout for the work and be responsible for all measurements that may be required for the execution of the work.

D. Perform survey work under the supervision of a Land Surveyor licensed in the State of Washington.

E. Perform all survey monument referencing for tie-out prior to the work prior to pavement restoration. Check and restore monuments and their casings and property corners at completion of work. Contractor to obtain permit from DNR before removal or destruction of any monument covered by Chapter 332-120 WAC.

F. Maintain and preserve all stakes and other marks established until authorized by the Project Representative to remove them.

G. The Project Representative may require that work be suspended at any time when location and limit marks established by the Contractor are not reasonably adequate to permit inspection of the work.

H. In advance of the restoration paving, produce survey information in order to check the line and grade which the Contractor will use for paving elevations and slopes.

I. Comply with the survey requirements for all monitoring as specified in other Sections.

J. Provide new replacement monuments and boxes and property corners when removed or damaged during construction. Prepare a Record of Survey for all monuments and property corners disturbed during construction.

K. Record the Record of Survey(s) at Snohomish County at Contractor’s expense.

L. Re-establish all permanent survey control monuments prior to final inspection.

M. Provide correct line and grade of the pipelines to be installed.

N. Maintain control for line and grade within the tunneled sections of the pipeline and furnish record survey to Project Representative on a daily basis.

Swamp Creek Sewer Improvements 01050 - 2 Contracts No. S0601, S1013 and S1209

Page 53: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01050 Survey Information

O. Provide all requirements for the record drawings per Section 01720.

P. Provide temporary survey staking of easements to allow construction fence installation and pipe location.

1.06 SURVEYOR QUALIFICATIONS

A. Surveyor shall be a Professional Land Surveyor who is licensed in the State of Washington. Provide the name and address of the licensed surveyor. Provide the names and experience of the crew chief(s). The crew chief(s) shall have a minimum of 5 years of field experience in similar projects consisting of multiple site surveying.

B. The Project Representative reserves the right to disallow the person(s) selected by the Contractor for surveying. If in the Project Representative’s opinion, the person is not qualified to do the work, select another Land Surveyor and submit qualifications until a qualified person is approved.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL

A. Perform surveys based on control points as shown on the Drawings. Create new control points as needed. Use surveys to establish base lines, line and grade hubs, stake elevations, and other reference and construction points.

B. Replaced monuments shall be set by a Professional Land Surveyor, licensed in the State of Washington.

C. Offset reference stakes: 1. Facilities located in easements 2. Sewer manholes 3. Auger bore insertion and receiving pits

D. In advance of the final or restoration grading or paving, produce survey information required to establish grading or paving elevations, slopes, and cross sections.

3.02 FIELD NOTES A. Keep field notes in standard bound survey field notebooks using a clear, orderly

manner consistent with standard surveying practice. Include titles, numbering, and indexing.

B. Keep copies of all field notes including references to monuments and property corners. Submit if required by the Project Representative.

C. Keep a copy of grade sheets completed prior to all permanent restoration paving.

END OF SECTION

Swamp Creek Sewer Improvements 01050 - 3 Contracts No. S0601, S1013 and S1209

Page 54: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01055 Potholing Ahead of Construction

SECTION 01055 POTHOLING AHEAD OF CONSTRUCTION

PART 1 – GENERAL 1.01 SUMMARY

A. This Section specifies work requirements for potholing ahead of construction to

identify any potential or actual conflicts (horizontal or vertical) or other potential or actual physical separation or tolerance issues between the new facilities being installed per the Drawings and existing buried facilities, including utilities of any kind. Potholing information conducted during design is shown on the Drawings where structures, utilities or facilities were found, but not all potential or actual conflicting structures were exposed during these investigations.

B. Pothole ahead of construction per the requirements of this Section to identify any potential or actual conflicts not identified on the Drawings.

C. Keep records of potholing work and provide to Project Representative. D. The requirements of this Section are in addition to those imposed on Contractor by

RCW 19.122.010-.900, the Underground Locate Statute. The District has indicated the presence of underground facilities or utilities known to the District to be within the proposed areas of excavation on the Plans. All further responsibilities to protect or locate underground facilities or utilities in the area of excavation, including those imposed by RCW 19.112.010-.900, are to be carried out fully by the Contractor in coordination with utility owners. By entering into this Contract, Contractor warrants that it has reviewed and is familiar with the obligations on excavators imposed by RCW 19.122.010-.900 and further warrants that it shall be solely and fully responsible for complying with all the requirements imposed on excavators by RCW 19.122.010-.900.

E. Related Sections: Sections not referenced below may be related to the proper

performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 01300: Submittal Procedures. 2. Section 01050: Survey Information. 3. Section 01570: Traffic Regulation. 4. Section 01720: Record Drawings and Information. 5. Drawings.

F. Payment for all work or service to fulfill the requirements of this Section is incidental

to and included within unit prices for installation of other work, including without limitation sewer pipe. Consequently, there is no separate bid item for potholing and Contractor will not be paid separately for this work.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Potholing Plan(s):

Swamp Creek Sewer Improvements 01055-1 Contracts No. S0601, S1013 and S1209

Page 55: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01055 Potholing Ahead of Construction

1. Use 11 x 17 copies of the appropriate Drawings (plan and profile sheets). Submit to District no later than 30 days after Contract execution. Failure to timely submit such proposed potholing plans shall entitle the District to suspend Work at the sole cost of Contractor.

2. Indicate, in red, areas proposed for potholing at locations sufficient to comply with the requirements of this Section.

C. Field Notebook: 1. Submit photocopies of Field Notebook(s), refer to Field Notes in 3.02 below.

1.03 POTHOLING BY CONTRACTOR A. Contractor shall pothole a minimum of six (6) working days in advance of

excavation work. For this requirement working days shall be per the District’s published calendar.

B. At a minimum, potholing shall be conducted by Contractor at the follow-ing locations: (i) where the Drawings note or indicate the presence of underground facilities or utilities in the proposed area of excavation and (ii) where the presence of underground utilities or facilities is indicated or disclosed by locate services and/or Contractor’s discharge of its obligations under RCW 19.122.010-.900. Previous potholing by or for the District in advance of bidding shall not relieve Contractor of its potholing obligations hereunder.

C. Notify Project Representative of any potential conflicts a minimum of six (6) working days ahead of the date the Contractor plans to be digging in a specific location. Failure to notify Project Representative six (6) working days ahead of the planned excavation work will result in waiver of any claim, cost, impact, delay or other expense due to any such potential or actual conflict.

D. Each pothole shall be of sufficient size and depth to identify the vertical and

horizontal location of the utility or facility found.

E. The Project Representative may require that work be suspended at any time when potholing has not been completed six (6) working days in advance of excavation work. All costs associated with such suspension shall be borne solely by Contractor.

F. Meet all requirements for the Record Drawings and Information per Section 01720.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION 3.01 GENERAL

A. Perform potholing to locate potentially conflicting structures/utilities in accordance with the requirements of this Section a minimum of six (6) working days in advance of excavation work. Notify Project Representative immediately if a structure is found that has the potential to conflict with the work.

Swamp Creek Sewer Improvements 01055-2 Contracts No. S0601, S1013 and S1209

Page 56: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01055 Potholing Ahead of Construction

B. Extreme care shall be taken when potholing to avoid damage to existing utilities and road sections. Traffic control measures, per MUTCD and the requirements of Section 01570, shall be implemented during potholing operations.

C. Payment for all work or service to fulfill the requirements of this Section is

incidental to and included within unit prices for installation of other work, including without limitation sewer pipe. Consequently, there is no separate bid item for potholing and Contractor will not be paid separately for this work.

3.02 FIELD NOTES A. Keep field notes in standard bound field notebook using a clear, orderly format.

Include horizontal and vertical information on utilities successfully potholed with enough detail to be located by a person with a rag tape. Note the following regarding the structure found:

1. Utility type if known (water, gas etc.), 2. Size of pipe/structure, material if possible, 3. Measure down from existing surface to top and bottom of structure, 4. Horizontal distance to two known points shown on the Drawings, 5. Also make a note if the structure is in possible conflict with facilities planned

to be installed as shown on the Drawings.

B. Submit requested pothole information from field notebook if requested by the Project Representative.

END OF SECTION

Swamp Creek Sewer Improvements 01055-3 Contracts No. S0601, S1013 and S1209

Page 57: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01062 Permits and Easements (Schedules A&B)

SECTION 01062 PERMITS AND EASEMENTS (SCHEDULES A & B ONLY)

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies permit and easement acquisition, private access agreements, and related requirements and conditions.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 01500: Temporary Construction Facilities. 2. Section 01570: Traffic Regulation. 3. Appendix B: Permits. 4. Appendix C: Easements and Property Release Forms. 5. Appendix D: Storm Water Pollution Prevention Plan (SWPPP).

C. Payment for all work or service to fulfill the requirements of this Section is incidental to and included within the lump sum bid item for Mobilization/Demobilization and the unit prices for installation of other work, including without limitation sewer pipe. Consequently, there is no separate bid item for work related to permits and easements and Contractor will not be paid separately for this work

1.02 DISTRICT-OBTAINED PERMITS

A. The District has acquired the following permits which are included in Appendix B. The permit numbers and their respective expiration dates are also shown:

1. WSDOT Permit Utility Franchises and Amendment; No. 19214, expires 11/19/2014).

2. Snohomish County Right-of-Way (Type D); No. 10 101341 D8, expires 11/21/2014.

3. Snohomish County Right-of-Way (Type D) – Lift Station No. 2 Abandonment Sewer; No. 11 106031 000 01 D8, expires 11/21/2014.

4. Snohomish County Grading; No. 10 101109 CG, expires 11/21/2014. 5. Snohomish County Land Disturbing Activity Permit – Lift Station No. 2

Abandonment; No. 11 105714 LDA, expires 11/21/2014. 6. Washington Department of Fish and Wildlife Hydraulic Project Approval (HPA)

– LS 7; No. 119575-2, expires 03/03/2015. 7. Washington Department of Fish and Wildlife Hydraulic Project Approval (HPA)

– Lift Station No. 2 Abandonment Sewer; No. 124523-3, expires 12/31/2014.

B. Copies of the permits obtained by the District are included in Appendix B of the Contract Documents. Unless otherwise indicated, comply and be responsible for all terms and conditions and permit requirements contained in such permits.

C. The following lists District-obtained permit conditions which are not the responsibility of the Contractor:

1. WSDOT Permit Utility Franchises and Amendments:

Lift Stations 7 and 2 Abandonments 01062-1 Contracts No. S0601 and S1013

Page 58: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01062 Permits and Easements (Schedules A&B)

a. Any necessary extension of permit deadline will be applied for (and permit fees paid) by the District.

2. Hydraulic Permit Approval (HPA): a. Any necessary extension of permit deadline will be applied for (and permit

fees paid) by the District. 3. Snohomish County Right-of-Way (Type D) as issued by Snohomish County

Planning and Development Services: a. Any necessary extension of permit deadline will be applied for (and permit

fees paid) by the District. 4. Snohomish County Grading as issued by Snohomish County Planning and

Development Services: a. Any necessary extension of permit deadline will be applied for (and permit

fees paid) by the District. b. Monitoring of buffer restoration as shown in the Mitigation Plan in the

Drawings will be by the District after the Contract warranty period. 5. Snohomish County Land Disturbing Activity as issued by Snohomish County

Planning and Development Services: a. Any necessary extension of permit deadline will be applied for (and permit

fees paid) by the District. b. Posting of the mitigation bond to Snohomish County. c. Special condition requiring a letter of compliance from the District’s wetland

consultant. d. Monitoring of buffer restoration as shown in the Mitigation Plans in the

Drawings will be by the District after the Contract warranty period.

D. Contractor Permit Responsibilities: 1. Fulfill all requirements and conditions of project-related permits. See Appendix

B. 2. Obtain from Snohomish County Public Works Department, as required to meet

the construction methodology and schedule requirements, Snohomish County Right-of-Way Use/Traffic Control Permits (Type B) for road/lane/shoulder closures. Comply with the requirements and conditions of the closure permits. Pay all associated fees and costs required for the applications and for fulfilling the requirements and conditions of the permit(s).

E. Permit Milestones: Listed in Paragraph 1.03 in Section 01014.

1.03 DISTRICT-OBTAINED EASEMENTS

A. The District has acquired easements for this Project which are listed in Appendix C. Copies of the easements are also included in Appendix C. Certain easements have associated documents designated as Memorandum of Understanding (MOU) which are also presented in Appendix C.

B. Unless otherwise indicated, comply with applicable terms and conditions contained in the Easements and Memorandums of Understanding.

C. Reference numbers of individual easements are shown on the Drawings.

D. Easement Milestones: Listed in 1.03 in Section 01014 and on easement documents.

Lift Stations 7 and 2 Abandonments 01062-2 Contracts No. S0601 and S1013

Page 59: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01062 Permits and Easements (Schedules A&B)

1.04 PERMITS AND PRIVATE ACCESS AGREEMENTS TO BE OBTAINED BY CONTRACTOR

A. The Contractor shall be responsible for and obtain all other permits and private access agreements required to perform the work not listed in Paragraph 01062-1.02 and Paragraph 01062-1.03 above in accordance with Section 00700.

B. Update SWPPP as required.

C. Utility requirements for potholing, pole holding, etc. as may be required at the time of construction.

D. Prepare and submit to the proper permitting authority all information required for the issuance of such Contractor-obtained permits. Pay all costs thereof including agency inspections costs unless specifically provided otherwise in the Contract.

E. Obtain and pay all associated costs for private access agreements.

F. Provide a copy of each permit and private access agreement to the Project Representative prior to pursuing any work covered by the permit, easement, or agreement.

G. When required by the permit and during work progress covered by the permit, the work shall be inspected by the issuing agency.

H. Provide a copy of the completed permit with the issuing agency acceptance and private access agreement releases to the Project Representative.

1.05 SUBMITTALS

A. Procedures: Section 01300.

B. Permits, permit forms, compliance forms, private access agreements, and easements obtained by the Contractor.

C. Approvals when work is complete for all permits whether obtained by the Contractor or the District. Include records of permit documentation and testing results during construction.

D. Easement and private access agreements releases.

1.06 POSTING PERMITS AND EASEMENTS

A. Permits and easements, including those obtained by the Contractor, shall be posted at the site of the work.

1.07 PROPERTY RELEASE FORM

A. Whenever work is performed on property other than street right-of-way, obtain a signed Property Release form from the private access agreement grantor or the District-obtained easement grantor for both permanent and temporary construction easements

Lift Stations 7 and 2 Abandonments 01062-3 Contracts No. S0601 and S1013

Page 60: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01062 Permits and Easements (Schedules A&B)

as shown in Appendix C or grantor’s agent for each property or area, certifying that the restoration work has been completed to the approval of the property owner.

B. Property Release form shall be as set forth in Appendix C. Property Release forms shall also be submitted for private access agreements obtained by the Contractor under Paragraph 01062-1.04 above.

C. If, in the opinion of the Project Representative, the property release is unreasonably withheld by the property owner, the District may, at its sole discretion, not require the easement restoration acceptance form to be completed.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 PERMITS

A. Contractor shall perform all Contract work in conformance with applicable permit conditions.

B. Communicate and coordinate with representatives of permit granting agencies, as required, to meet notification, submittal, and records requirements, and to respond to agency inquiries.

C. Immediately report to Project Representative all issues and conflicts with permitting agencies. 1. Immediately report any requests or directives by permitting agency that would

require deviations from project drawings and specifications or written permit conditions.

END OF SECTION

Lift Stations 7 and 2 Abandonments 01062-4 Contracts No. S0601 and S1013

Page 61: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

SECTION 01062C

PERMITS AND EASEMENTS

PART 1 – GENERAL

1.01 SUMMARY

A. This Section specifies permit and easement acquisition, requirements, and conditions.

1.02 PERMITS

A. The District has acquired the following permits: 1. Snohomish County Land Disturbing Activities Permit No. 13-113184-LDA 2. Snohomish County Right-of-Way Permit D8 Utility No. 14-101818-D8 3. Washington Department of Fish and Wildlife Hydraulic Project Approval (HPA) No.

132361-1 4. U.S. Army Corps of Engineers Nationwide Permit No. NWS-2013-01138.

B. Copies of the permits obtained by the District are included in Appendix K to these specifications. Unless otherwise indicated, comply and be responsible for all terms and conditions and permit requirements contained in such permits.

C. Permit milestones: Section 01014.

D. Known permits the Contractor must acquire included the following permits: 1. Snohomish County Road Closure 2. Snohomish County Haul Route

1.03 EASEMENTS AND RIGHTS-OF-ENTRY

A. The District has acquired the following easement and right-of-entry: 1. Henry V.R. Fletcher III: Utility Easement No. 201311050299

B. Copies of the easement, including terms and conditions, are included in Appendix K to these specifications. Unless otherwise indicated, comply with and be responsible for all applicable terms and conditions contained in such easements.

1.04 MEMORANDUM OF UNDERSTANDING (MOU) AND CONSTRUCTION AGREEMENTS

A. Not Applicable

1.05 PERMITS AND EASEMENTS OBTAINED BY CONTRACTOR

A. Be responsible for and obtain all other permits and easements required to perform the work not listed in Paragraph 01062C-1.02 and Paragraph 01062C-1.03 in accordance with Section 00700.

B. Prepare and submit to the proper authority or owner all information required for the issuance of such permits or easements. Pay all costs thereof including agency inspections and easement costs unless specifically provided otherwise in the Contract.

C. Provide a copy of each permit and easement to the Project Representative prior to pursuing any work covered by the permit or easement.

D. When required by the permit and during work progress covered by the permit, the work Swamp Creek Interceptor Extension Project 01062C - 1 Contract No. S1209

Page 62: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

shall be inspected by the issuing agency.

E. Provide a copy of the completed permit with the issuing agency acceptance or easement owner release.

1.06 SUBMITTALS

A. Procedures: Section 01300.

B. Permits and easements obtained by the Contractor.

C. Approvals when work is complete for permits obtained by the Contractor.

D. Restoration releases.

1.07 POSTING PERMITS AND EASEMENTS

A. Permits and easements, including those obtained by the Contractor, shall be on site.

1.08 CONSTRUCTION RESTORATION ACCEPTANCE FORM

A. Whenever work is performed on property other than street right way, provide a signed Construction Restoration Acceptance form for each property affected by the Work from the owner, easement grantor or easement grantor's agent for each property, parcel, or area certifying that the restoration of structures and/or surfaces has been completed to the satisfaction of the property owner, and that the owner has no claims for damages on account of such restoration.

B. The restoration acceptance shall utilize the Construction Restoration Acceptance form provided in Section 01999, Standard Forms. If, in the opinion of the Project Representative, the release is unreasonably withheld by the property owner, the District may, at its sole discretion, not require the construction restoration acceptance to be completed.

PART 2 – PRODUCTS

NOT USED

PART 3 – EXECUTION

NOT USED

END OF SECTION

Swamp Creek Interceptor Extension Project 01062C - 2 Contract No. S1209

Page 63: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

SECTION 01063 HEALTH AND SAFETY

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies procedures for complying with applicable laws and regulations related to worker safety and health. It is not the intent of the District to develop, manage, direct, and/or administer the safety and health programs of contractors or in any way assume the responsibility for the safety and health of their employees. It is required that all Contractors adhere to applicable federal, state and local safety and health standards.

B. Implement the Accident Prevention Program (APP) submitted per Section 00400.

C. This Section describes the requirements for submittal of the Contractor’s Site Specific Health and Safety Plan (HASP).

D. It is not the intent of the District to list and identify all applicable safety codes, standards, and/or regulations requiring compliance by all contractor and subcontractor groups. Contractor and subcontractors shall be solely responsible for identifying and determining all safety codes, standards, and regulations that are applicable to the work.

E. Contractor and subcontractors are encouraged to use the consulting services of the State of Washington’s Department of Labor and Industries (WISHA ). The Seattle Field Office is located at: 315 5th Avenue South, Suite 200 Seattle, WA 98104-2607 Phone: (206) 515-2800 Internet site: http://www.lni.wa.gov/wisha/

Call or write for assistance with the requirements of this Section.

F. All work required in the Contract shall meet the requirements in RCW 49.17 and 29 CFR 1926 and be considered in the bid amount per RCW 39.04.

G. The work of this section shall be considered incidental costs to the various Bid items of the Contract and no separate payment will be made.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates, by reference, the latest revision of the following documents. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the more stringent requirements of this Section shall prevail. Reference Title 29 USC 651 et seq. Federal Occupational Safety and Health Act 29 CFR 1910.146 Permit Required Confined Spaces

Swamp Creek Sewer Improvements 01063 - 1 Contracts No. S0601, S1013 and S1209

Page 64: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

Reference Title 29 CFR 1910.147 Control of Hazardous Energy (lockout/tagout) 29 CFR 1926 Safety and Health Regulations for Construction Chapter 296-24 WAC WISHA General Safety and Health Standards Chapter 296-37 WAC WISHA Safety Standards for Commercial Diving Chapter 296-45 WAC WISHA Electrical Workers Safety Rules Chapter 296-62 WAC WISHA General Occupational Health Standards Chapter 296-65 WAC WISHA Asbestos Removal & Encapsulation Chapter 296-67 WAC WISHA Process Safety Management Standards Chapter 296-155 WAC WISHA Construction Safety Chapter 296-800 WAC WISHA Safety and Health Core Rules Chapter 296-824 WAC WISHA Emergency Response NFPA 820 Fire Protection in Wastewater Treatment and

Collection Facilities RCW 49.17 Washington Industrial Safety and Health Act (WISHA) RCW 39.04.180 Trench Safety Systems, Safety Systems Required WAC 296-800-110 Employer responsibilities: Safe workplace – Summary

B. Qualifications: Project Site Safety Officer. 1. The Project Site Safety Officer shall have successful past experience and

competence performing the duties for this position on no less than three (3) construction projects within the last ten (10) years that meet at a minimum items 1, 2, 6 and 9 of the Similar in Scope and Complexity Characteristics defined in 1.02 of Section 00400 . To qualify as a project, the owner must have determined the project to be substantially complete or issued final acceptance.

2. Describe in detail this team member’s responsibilities on these projects. For each project, identify the name of the project, describe the project, explain how the project meets or exceeds the above listed three (3) Similar in Scope and Complexity Characteristics, initial contract time (start and end dates), final contract time (actual end date), initial contract value, final contract value, name and phone number of the owner, name and phone number of the Contractor, and name and telephone number of the owner’s project manager or other person who can verify the experience of the individual.

3. Be knowledgeable concerning all federal and state regulations applicable to safety.

4. Training and current certification for CPR and first aid. 5. Possess training and be capable of performing accident investigations and

developing a concise accident report. 6. Possess training in the development and presentation of safety training

meetings.

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Company Accident Prevention Plan (APP): 1. Submit after Contractor award. 2. Respond to review comments, if any. 3. Submit two copies, revised if necessary, within five days of the effective date of

the Notice to Proceed.

Swamp Creek Sewer Improvements 01063 - 2 Contracts No. S0601, S1013 and S1209

Page 65: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

C. Site Specific Health and Safety Plan (HASP): 1. Submit one copy of the HASP, specific to the Contract scope of work prior to

starting work. 2. After acceptance, submit two copies, revised if necessary.

D. Revised APP and HASP that address changes in the Project or as requested by the Project Representative, and/or regulatory agencies or jurisdiction per 3.02 herein Section 01063.

E. Incident Report(s): provide three copies.

F. Minutes and list of attendees of the pre-job safety meeting: provide three copies within three days of the meeting.

G. Minutes and list of attendees of weekly safety tailgate meeting: provide three copies within three days of the meeting.

H. Monthly Contractor Injury Summary Report: provide three copies each month on a form approved by the District within ten days of the end of each month.

I. Notice and listing of flammable liquids and liquefied petroleum gases when planned to be used on the work site.

J. Project Site Safety Officer qualifications.

K. Safety related citations.

1.04 CONTRACTOR SAFETY QUALITY ASSURANCE

A. Review the entire scope of work and applicable Contract requirements, inspect the work site location, adjacent structures and systems, to ensure that all safety considerations and requirements shall be addressed and planned prior to the start of work, in the site specific HASP.

B. Ensure that Contractor’s employees and the subcontractor’s employees comply with the APP and HASP.

C. Designate a Site Health and Safety Officer on site as necessary with full authority to coordinate, implement, and enforce the Contractor’s APP and HASP for the duration of this Contract. The name and telephone number of the Site Health and Safety Officer and alternate shall appear in the APP and HASP.

D. Ensure that safe work principles and practices are followed in completing work tasks.

1.05 PROJECT SPECIFIC / SITE SPECIFIC HEALTH AND SAFETY PLAN (HASP)

A. A comprehensive HASP covers all aspects of the Contractor’s work activities related specifically and distinctly to the work and site conditions. The HASP shall be based on a site specific hazard analysis completed by the Contractor and shall

Swamp Creek Sewer Improvements 01063 - 3 Contracts No. S0601, S1013 and S1209

Page 66: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

explain how the APP elements and any Contract specific safety procedures shall be applied to the identified hazards in the work.

B. Refer to Section 02105 for related requirements to include an Emergency Cleanup Plan as part of the comprehensive HASP.

C. HASP organization: organized and bound to readily accept revisions and additions. 1. Outline form. 2. Table of contents. 3. Numbered pages. 4. The following subparagraphs describe certain minimum precautions for

consideration in developing an APP and HASP. Include in the HASP all of the items below which may apply to the work. There may be other items not noted below which the Contractor shall address in the HASP. Items below which are not needed, note in the HASP as not applicable. a. Hazard Communication (WAC 296-62 Part C):

1) Contaminant gases that may be encountered include, but are not limited to, hydrogen sulfide, methane, carbon monoxide, carbon dioxide.

2) Provide a written Hazard Communication Program and emergency management plan addressing these and other potential hazardous substances that may exist and/or be brought on site during the work.

3) For work requiring the use of hazardous materials and chemicals, provide a list and corresponding Material Safety Data Sheets (MSDS) for hazardous chemicals to be used on site. If no hazardous chemicals are to be used, provide statement to that effect.

b. Confined Space (WAC 296-62 Part M): 1) All conveyance lines, steel casing pipe, and sewer structures are

designated and classified as Permit Required Confined Spaces (OSHA). 2) The nature of the work may expose workers to permit-required confined

spaces having possible explosive, toxic and oxygen deficient atmospheric conditions.

3) Prior to execution of work in confined spaces, provide a written Permit Required Confined Space Safety Program that meets the requirements of 29 CFR 1910.146 and WAC 296-62 Part M.

c. Hazardous Energy Control, Lock-out & Tag-out (WAC 296-24 Part A-4): 1) The nature of the work may expose workers to hazardous energy

sources that include, but are not limited to, electrical, mechanical, pneumatic, hydraulic, thermal, and computerized systems. Provide a written plan outlining safe work practices addressing hazardous energy control procedures that meet the requirements of 29 CFR 1910.147 and WAC 296-24 Part A.

d. Fall Prevention and Protection (WAC 296-24 Part J-1 and WAC 296-155 Part C-1): 1) The nature of the work may expose workers and the public to fall

hazards. 2) Provide a written Fall Prevention and Protection plan outlining safe work

practices and addressing fall hazards that meet the requirements of WAC 296-24 Part J-1 and WAC 296-155 Part C-1 and that protect the public traveling near excavations and trenches.

e. Personal Protective Equipment (WAC 296-24 Part A-2):

Swamp Creek Sewer Improvements 01063 - 4 Contracts No. S0601, S1013 and S1209

Page 67: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

1) The nature of the work may expose workers to miscellaneous injury hazards to the head, hands, feet, body, eyes, ears, etc.

2) Provide a written Personal Protective Equipment (PPE) plan outlining safe work practices addressing the use of personal protective equipment and clothing that meet the requirements of WAC 296-24 Part A-2.

f. Biological Agents (WAC 296-62 Part J): 1) Wastewater systems carry a wide spectrum of disease-producing

organisms. 2) Provide a written hazard communication and biological/blood borne

pathogen program detailing the preventive measures to be taken to provide an appropriate work environment for all site employees as well as District staff and agents on site. These may include, but are not limited to, the following:

a) Instruction in appropriate measures to avoid contamination. b) A preventative inoculation program (tetanus/diphtheria, etc.)

available to all employees. c) Personal protective equipment and clothing to protect against

infection, including rubber boots with full sole and heel steel insert-liners, safety glasses or goggles, and gloves.

d) Facilities for workers to clean up, wash, and maintain good personal hygiene practices.

g. Fire Protection- Hot Work and Hot Work Permits (HWP): 1) A HWP is utilized in all District facilities and construction sites where the

potential for the ignition of explosive gases, liquids and/or flammable/ combustible materials or oxygen enriched atmospheres may potentially exist.

2) Identify any type of work that produces a possible source of ignition in the presence of a fuel and oxygen (Fire Triangle) such as sparks, static electricity, welding, torch cutting, flame heating, brazing, grinding, sanding, and drilling. These activities are considered extremely dangerous in areas where the potential for a Lower Explosive Limit (LEL) above 10% or oxygen enriched atmosphere above 23% could be encountered.

3) A HWP is required for areas that are classified per the WAC and NFPA 820, as applicable.

a) Permit-Required Confined Spaces. b) Process Safety Management system areas. c) Class 1 Division 1/Division 2 hazardous locations. d) All other areas where the hot work would be in close proximity to

combustibles or flammables. 4) All sites under contractor control:

a) Document how Contractor HWP is established b) Employ a system for issuing and monitoring HWP use

5) A HWP is valid only for the parties performing the work, for the shift performing the work and for the conditions observed and evaluated when the permit is issued.

6) Contractor is responsible to obtain additional Hot Work Permits from local authorities where required.

h. Suspect Material:

Swamp Creek Sewer Improvements 01063 - 5 Contracts No. S0601, S1013 and S1209

Page 68: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

1) Promptly suspend work and notify the Project Representative of unusual conditions, including oily soil found on work site. Work shall remain suspended until the Project Representative authorizes, in writing, that the work may resume.

i. Underground Construction (WAC 296-155 Part Q) 1) Underground construction requirements apply to all construction of

underground tunnels, shafts, chambers, and passageways, as well as cut-and-cover excavations which are both physically connected to ongoing underground construction operations which are covered in such a manner as to create conditions characteristic of underground construction.

2) This subparagraph does not apply to excavation and trenching operations covered by WAC 296-155, PART N, such as foundation operations for above-ground structures that are not physically connected to underground construction operations, and surface excavation.

3) Provide a written program detailing how employees and District staff on the site will be protected from the dangers of underground construction. As a minimum, the program shall include the following where applicable to the work:

a) Air Monitoring b) Emergency Procedures, including evacuation procedures and

check-in/check-out systems c) Ventilation d) Hazardous classification e) Illumination f) Haulage g) Communications h) Electrical safety i) Flood control j) Hoisting k) Mechanical equipment l) Designated person m) PPE n) Emergency lighting o) Use of explosives p) Ground support q) Fire prevention and protection r) Pneumatic and hydraulic safety s) Access and egress t) Rescue

j. Flammable Liquids and Liquefied Petroleum Gases (LPG): 1) No propane, propylene, butane, isobutane, and butylenes shall be

stored inside buildings. 2) Provide a written listing of each of these types of materials which are

planned to be on site. 3) Provide materials list prior to the arrival of materials on site.

k. Excavation, Trenching and Shoring. l. Heavy Equipment Operations, Staging. m. Traffic Control Plan.

Swamp Creek Sewer Improvements 01063 - 6 Contracts No. S0601, S1013 and S1209

Page 69: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

1.06 UTILITIES

A. Call the Utilities Underground Location Center (UULC) a minimum of two and a maximum of ten business days before you dig (1-800-424-5555 or 811). Contractor shall not excavate until all known facilities have been marked.

B. During the performance of the work, take appropriate precautions when working near, around, and/or with utilities, in order to protect the health and safety of the worker, the public, property, and the environment.

C. Coordinate with the utility owner and the Project Representative to obtain approval to disconnect or reconnect utilities.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 SAFETY AND HEALTH COMPLIANCE

A. The Project Representative and the District reserves the right to audit the Contractor’s APP and implementation of the HASP. The Project Representative and the District reserve the right to stop that portion of the Contractor’s work that is determined to be an imminent or immediate threat to worker health or safety. Ongoing work and hazardous situations that are considered a safety or health risk by the Project Representative shall be corrected immediately.

B. Ensure that necessary air monitoring, ventilation equipment, protective clothing, hazardous energy control devices, fall prevention, and other specified supplies and equipment are made readily available to employees to facilitate implementation of the APP and the HASP.

C. Notify the Project Representative and the District immediately of all incidents involving personal injury and/or property damage. Provide a written report known as the Incident Report within 24 hours of any incident. Report for each incident occurrence shall include: 1. Description of the event. 2. Names of personnel involved. 3. Description of injuries and treatment required (short term and long term). 4. Description of property damage. 5. Site visits and inspections of other agencies as a result of an incident. Include

names of the persons, purpose of the visit, and any other pertinent information. 6. Conduct a pre-job safety meeting with Contractor staff and with all

subcontractor staff. Submit list of attendees and minutes of pre-job safety meeting.

7. Conduct all weekly safety tailgate meetings. Submit list of attendees and minutes of weekly safety tailgate meetings.

8. Use of intoxicants or of illegal or debilitating drugs while working on a District contract is prohibited.

9. Failure to comply with safety and health regulations will result in work suspension until adequate safety and health measures are implemented.

Swamp Creek Sewer Improvements 01063 - 7 Contracts No. S0601, S1013 and S1209

Page 70: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01063 Health and Safety

3.02 SITE SPECIFIC HEALTH AND SAFETY PLAN REVISIONS

A. In the event that the Project Representative, District and/or regulatory agencies, or jurisdictions determine that the HASP or associated documents, or organizational structure to be inadequate to protect employees and the public: 1. Modify the APP and HASP to meet the requirements of said regulatory

agencies, jurisdictions, and/or the Project Representative. 2. Provide submittal for revisions to the APP and/or HASP within seven days of

the notice of a required modification. 3. The revision shall be approved by the Project Representative and the District

prior to changing work practices.

3.03 POSTING

A. Provide and maintain a copy of the accepted APP and the HASP at the Contractor’s job site office and at each of the subcontractor’s offices.

3.04 COMPLIANCE

A. Failure to comply with this Section will result in work suspension until adequate safety and health measures are implemented.

END OF SECTION

Swamp Creek Sewer Improvements 01063 - 8 Contracts No. S0601, S1013 and S1209

Page 71: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01065 Sewer Access

SECTION 01065 SEWER ACCESS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies access to existing sewers and requirements for that access.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Sections 01062 and 01062C: Permits and Easements 2. Section 02105: Sewer Bypassing and Effluent Handling. 3. Section 02105C: Sewer Bypassing. 4. Section 02225: Lift Station Abandonments.

1.02 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail. Reference Title WAC 296-62 Part M Permit Required Confined Space

1.03 PRECAUTIONS

A. Be cautioned that the District wastewater transport system will be in service during the entire duration and performance of this Contract. As such, the Contractor’s personnel may be exposed to hazards associated with sewage works, including, but not limited to: high flow rates, flammable/explosive, toxic and suffocating gases; petroleum vapors; and infectious organisms. 1. Monitor for hazardous gases and vapors. 2. Educate all personnel as to the hazards and safety and hygienic precautions

associated with construction around sewerage works.

B. The work sites may require the Contractor’s personnel to work in a confined space or hazardous environment. 1. Educate all of its personnel in the recognition, evaluation and control of the

hazards of a confined space as required by the WAC 296-62-145.

1.04 SHUTDOWNS

A. If, in the opinion of the Project Representative, the Contractor’s work or operations are hazardous, dangerous, or unsafe in any way, the Project Representative may shut down the work until the condition is removed or rectified. Notification of work shut down can be done verbally by the Project Representative, effective immediately, with a letter following within 48 hours. No compensation or payment shall be made to the Contractor for any costs incurred by such shutdown or any corrective safety measures.

Swamp Creek Sewer Improvements 01065 - 1 Contracts No. S0601, S1013 and S1209

Page 72: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01065 Sewer Access

1.05 ACCESS TO MANHOLES

A. The majority of manholes are in public road right-of-way and District-owned property; however, some are on private property within easements. If access outside of easement areas is desired, obtain written permission for access from the property owner. Copies of such permissions shall be provided to the Project Representative at least 48 hours prior to the work. If the Contractor is unable to obtain permission from the property owner, all work must be accomplished within the easement area. For any work done within the temporary or permanent easement provided by the District or along the access route to the easement, restore the ground and features thereof to its original or better condition and in conformance with easement conditions.

1.06 USE AND OPERATION OF EXISTING SEWER

A. In no way interfere with the proper operation of existing sewers and exercise every precaution to ensure that debris and material from Contractor’s operations do not enter the sewer. Any debris or blockage entering into the sewer caused by the Contractor’s work shall be removed immediately by the Contractor.

B. Assume all responsibility for any raw sewage overflows or backups that occur for any reason related to the performance of this Contract. Bear all consequences and damages caused by any overflow due to its work activities.

C. Assume responsibility for any damage to downstream lift stations resulting from Contractor’s operations.

D. It is essential to the public health and welfare, and vital to the District’s goodwill, that sewage pumping operations upstream of the project continue during the performance of the work required under this Contract.

E. Be hereby cautioned that Contractor may encounter conditions which include, but are not limited to, sediments, rocks, lumber, and low flow or high flow, which may hinder the work required under this Contract. Any costs due to delay or interruption are incidental to the Contract Price.

1.07 ASSISTANCE BY DISTRICT PERSONNEL

A. As part of the initial schedule of operations submittal, indicate problem areas such as access to manholes, uncovering of manhole lids, special tools that may be required to open certain manholes, or any other problems anticipated which may require the District’s assistance. Coordinate operations with the appropriate road agency and other agencies through the Project Representative, or individuals having jurisdiction over the right-of-way where the pipeline is located.

1.08 SEWER BYPASS AND SEWER ACCESS WORKING HOURS

A. The nature of a sewage collection system is such that low flows and flows suitable for inspection usually occur outside of normal daytime working hours.

Swamp Creek Sewer Improvements 01065 - 2 Contracts No. S0601, S1013 and S1209

Page 73: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01065 Sewer Access

B. The District cannot guarantee that all the work related to sewers and sewage can be performed satisfactorily during daylight hours. Schedule work to obtain the best possible results consistent with suitable flow conditions anticipated.

C. The Contract Price shall be for work performed at any time of day or night. No additional compensation will be allowed for working overtime, nights, weekends or holidays, etc., for any reason. If the Contractor works unscheduled hours and/or if the Contractor did not obtain the Project Representative’s concurrence at least 48 hours prior to the start of unscheduled work, Contractor shall be liable for the costs of the District’s overtime inspection.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01065 - 3 Contracts No. S0601, S1013 and S1209

Page 74: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

SECTION 01195 PROTECTION AND MAINTENANCE OF PROPERTY AND WORK

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies protection and maintenance of underground and aboveground utilities, structures, fences, parking strips, sidewalks, driveways, streets, and other improvements which may be affected by the work.

B. This Section also specifies requirements for Contractor disposition of third party claims in a timely manner.

C. Location and protection of existing utilities from damage, including potholing, shall be considered incidental costs to the various Bid items of the Contract and no separate payment will be made.

D. Protection of private property and public right-of-way from damage shall be considered incidental costs to the various Bid items of the Contract and no separate payment will be made.

1.02 RELATED SECTIONS

A. Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01014: Work Sequence. 2. Section 01055: Potholing Ahead of Construction. 3. Sections 01062 and 01062C: Permits and Easements. 4. Section 01196: Utility Pole Holding. 5. Section 01500: Temporary Construction Facilities. 6. Section 01560: Environmental Controls. 7. Section 02140C: Dewatering. 8. Section 02160C: Excavation Support Systems 9. Section 02240: Dewatering. 10. Section 02260: Shoring and Excavation Support. 11. Section 02445: Auger Bore. 12. Section 02800: Removal, Protection and Restoration. 13. Section 02800C: Restoration 14. Section 02900: Permanent Surface Restoration.

1.03 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail. Reference Title Chapter 19.122 RCW Underground Utilities. WAC 296-155-657 Requirements for Protective Systems.

Swamp Creek Sewer Improvements 01195 - 1 Contracts No. S0601, S1013, S1209

Page 75: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

WAC 296-24-960 Working on or Near Exposed Energy Parts.

1.04 SUBMITTALS

A. Procedures: Section 01300.

B. Shoring and protection for all affected structures and utilities.

C. Support of utility poles and underground vaults.

1.05 LOCATION OF EXISTING UNDERGROUND FACILITIES

A. The Drawings indicate the existence of underground facilities known to the District within the proposed area of excavation.

B. Abide by all the applicable and current requirements of Chapter 19.122 RCW.

C. After Contract Award, the Contractor shall be responsible for coordination with the utility companies and arranging for the temporary or permanent movement or adjustment of their facilities within the Project limits. Contract suspension and/or additional days may be considered for excessive delays to critical path work elements caused by the actions of a utility company. Any and all costs to the Contractor resulting from such delays shall be considered incidental to the Bid items of the Contract.

D. Call the Utilities Underground Location Center (UULC) a minimum of two (2) business days before you dig (1-800-424-5555 or 811). Contractor shall not excavate until all known facilities have been marked. If the excavator discovers underground facilities which are not identified, the excavator shall immediately notify the District, owner of such facilities, and the Utilities Underground Location Center.

E. Coordinate efforts to locate existing underground utilities. Review with the Project Representative the locations of existing utilities in relation to the new construction and evaluate areas of potential conflict.

F. Be responsible to excavate and expose all major and minor existing utilities prior to new construction to determine utility elevations in relation to the new facilities.

G. Coordinate with utility projects being constructed by other agencies and private property owners.

H. The following is a list of utilities that may serve the work area. The listing is provided for the Contractor's convenience. The utility/facility owner or operator and the name and telephone number of a contact person are indicated for each utility listed. The list shall not be considered to be comprehensive or complete. There may be other utilities in the area that are not listed and some of the names and telephone numbers in the listing may have changed since the information was compiled. The District assumes no responsibility for the accuracy or completeness of the information in the list.

Swamp Creek Sewer Improvements 01195 - 2 Contracts No. S0601, S1013, S1209

Page 76: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

Utility/Facility Owner or Agency Contact Person/Telephone Number Water & Sewer Alderwood Water and Sewer

District Mr. Mike Johnson, Superintendent 425-787-0250 Duty Person

Power Snohomish County PUD For Pole Holding:

Mr. Erin Burke 425-783-4745 Ms. Irene Hinze 425-783-8214

Gas Puget Sound Energy Mr. David Matulich Mardy Punteney 425-754-8053

Cable TV Comcast Ms. Diane Albright 425-263-5361

Phone Frontier Communications (Pole Holding) Frontier Communications Century Link

Mr. Chuck Roberts (Line Manager) 425-712-3201 Jeremy Fallt (Network Engineer, Schedule C) 425-263-4024 Mr. Ray Ranstrom 206-345-0331

Fiber Optics Above Net Fiber Optics Mr. Dan Walla 206-988-8660 206-255-7372 (cell)

Highway 99 Right-of-Way

WSDOT Mr. Steve Russell 425-258-8300

Snohomish County Road Maintenance

Snohomish County Mr. Mel Reitz 425-388-7547

Storm Drainage & Traffic

Snohomish County Mr. Ken Crossman 425-388-2227

Community Transit Operations Supervisor Mr. Dana Osborn 425-348-7191

Mukilteo School District Transport Manager Cindy Steigerwald 425.356.1396

1.06 EXISTING UTILITIES AND FACILITIES

A. Unless otherwise specified or approved by the Project Representative, protect, modify, and/or relocate all existing utilities required to complete the work. 1. Modify or relocate only with permission of the utility purveyor. 2. Coordinate with utility purveyor and arrange for utility personnel to be on site

as may be required by the purveyor during construction.

B. In general, the locations of existing major utilities, whether aboveground or underground, are indicated on the Drawings. This information has been obtained

Swamp Creek Sewer Improvements 01195 - 3 Contracts No. S0601, S1013, S1209

Page 77: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

from utility maps and field surveys. The District does not guarantee the accuracy or completeness of this information, and it is to be understood that other aboveground or underground facilities not shown on the Drawings may be encountered during the course of the work.

C. The Drawings may show underground utilities which are to be relocated. Unless otherwise specified, be responsible for all these relocations prior to commencing work in the area.

D. Be responsible for protection, modification, or relocation of existing utilities and facilities required to accommodate Contractor’s means and methods. Specific means and methods to be utilized by the Contractor are not known to the District. Therefore, the District will not be liable for utility protection, modification, and relocation not shown on the Drawings required by the Contractor due to its means and methods. It is the Contractor’s responsibility to determine the requirements of the work required by the Contract Documents and make provision for protection, modification, and relocation required to perform the work. Coordinate all protection, modification, and relocation work through the affected utility. Work to be completed to the utility owners’ requirements and standards.

E. Major underground utilities: 1. For the purpose of this Section a major underground utility will be defined as

a transmission, collection, or distribution line where it would be customary to expect that drawings would exist for the line and the utility owner would be aware of the line.

2. An existing major underground utility is considered to be in conflict if it or its appurtenances:

a. Crosses or projects into the specified neat line trench excavation, or b. When parallel to the excavation and there is the potential for damage or

dislocation to the existing utility due to soils displacement, settlement, shoring, pile driving, dewatering, or other construction activities, including displacement due to existing utility pressures.

3. If the new facility does not meet the above listed requirements, then no conflict exists.

4. Be responsible for all protection, affects, and damages on utility not in conflict with the new facility.

5. When not shown on the Drawings and in conflict with the new facility, meet and agree with the Project Representative on how to proceed. Reimbursement for additional work will be per Section 00700.

6. When not shown on the Drawings and no conflict with the new facility exists, no additional payment will be considered.

7. When in a substantially different location and not in conflict with the new facility, no additional payment will be considered.

8. When in a substantially different location and in conflict with the new facility, reimbursement for additional work will be per Section 00700.

F. Minor underground utilities: 1. For the purpose of this Section a minor underground utility will be defined as

services from a collection, or distribution line including irrigation systems. 2. Be responsible for all protection, affects, and damages on minor utilities not in

conflict with the new pipeline or structure.

Swamp Creek Sewer Improvements 01195 - 4 Contracts No. S0601, S1013, S1209

Page 78: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

3. The District is not responsible for costs resulting from conflicts in minor underground utilities.

G. Abandoned pipelines shown on the Drawings in Snohomish County right-of-way shall be removed and plugged per the local agency requirements when encountered unless otherwise noted.

H. Coordinate efforts in locating existing underground utilities with the field staking. Review with the Project Representative the locations of existing utilities in relation to the new construction and evaluate areas of conflict.

I. Temporary Support Systems: Submit detail drawings of proposed methods to support, protect, and buttress utilities affected by the work. Methods proposed are required to be reviewed and accepted by the affected utility prior to submittal per Section 01300. For utilities which the utility requires its own forces to be responsible for support, the Contractor shall coordinate with the utility on the timeframe for scheduling the utility’s staff to be on site.

J. Storm and sanitary sewers: 1. Existing live storm and sanitary sewers shall remain in service. Those storm

and sanitary sewers that need to be removed during construction shall be replaced in the same configuration and using the same materials as the existing system unless otherwise approved. Adequate provision shall be made for disposal of existing storm water and sewage flow. Immediately repair construction damage to the existing storm and sanitary sewer systems and manholes to a condition equal to or better than that existing prior to the damage. Repair all damage which results from the disturbance of the existing storm and sanitary sewers.

2. Remove water accumulating during construction from the sanitary sewers and prevent it from entering existing lines. Remove debris and flush existing pipes which were affected by the construction to the point of the next upstream connection and repair any pipelines or manholes damaged by gravel, rocks, or other debris that has entered the existing system during construction. The physical connection to an existing manhole or sewer line shall not be made until so authorized by the Project Representative.

K. Aboveground electrical, cable, and communication facilities: 1. Attention is called to all overhead items including, but not limited to, power

and telephone lines, pole anchors, temporary traffic signals, traffic signal mast arms, overhead sign bridges, sign support span wires, signs, and street lights.

2. Observe the location of these overhead facilities and plan and conduct work operations accordingly.

3. Take precautions to protect and avoid damage to all overhead facilities. 4. Relocate facilities as required to meet the means and methods to be utilized

by Contractor. Coordinate with utility owner for relocation and protection. 5. Observe and investigate the presence of facilities that may be affected by the

work. Consult with and rely on the information given by utility owners and operators to determine the extent of any hazards and measures required. Determine the extent of any hazard created by facilities in all areas and follow approved safety procedures during the work.

Swamp Creek Sewer Improvements 01195 - 5 Contracts No. S0601, S1013, S1209

Page 79: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

6. Coordinate with utility to support poles per Section 01196. 7. Follow the requirements of WAC 296.24.960 for all any energized primary

conductors. For 50 kv lines and less, at no time shall personnel or equipment approach closer than 10 feet to any energized primary conductors. For greater than 50 kv, meet the requirements of WAC 296.24.960.

L. Underground electrical, cable, and communication facilities: 1. Determine the protection necessary to proceed safely to protect these

underground facilities.

M. Gas: 1. As required by the appropriate utility owner, protect, maintain, support in

place, or relocate all gas mains crossing the pipeline trenches. 2. Provide a minimum of 6 inches of clearance, measured from edge to edge,

where crossing gas mains or gas service lines and new facilities and conform to Drawing requirements.

3. All temporary gas service slack lines shall be protected and maintained during pipeline installation.

4. Notify Puget Sound Energy at least five full working days in advance of excavation in the vicinity of any high pressure gas main.

N. Water: 1. As required by the District, protect, maintain, support in place, or relocate all

water pipelines and service lines affected by the work. 2. Maintain water service along the sewer construction alignment at all times. 3. Notify the Project Representative immediately of any damage. Begin repairs

immediately, and work continuously until water service is restored. 4. Water mains in project area may have unrestrained pipe joints. Water

services may have individual pressure reducing valves. 5. Only District staff shall operate mainline valves. All repairs and water service

reconnections shall be made under the supervision of District staff.

O. Roadways: 1. Take adequate precautions to protect existing sidewalks, curbs, pavements,

parking lots, utilities, adjoining property, and structures, and to avoid damage thereto.

2. Traffic signage, paint striping, and channelization shall be protected and replaced if necessary.

3. Maintain the existing illumination pattern for signs and roads at all times unless otherwise specified.

4. Install temporary roadway lighting as necessary. 5. Access for emergency crews and equipment shall be maintained at all times.

P. Transit/Bus Routes/School Bus Routes 1. Community Transit bus routes provide regular services to Highway 99 within

this Project area. a. Route 101 has buses running in each direction (north/south) on a 30-minute

basis. 1) Weekday hours are from 4:35am until 12:51 am. 2) Saturday hours are from 5:10am until 12:57am. 3) Southbound Route 101 stops include:

Swamp Creek Sewer Improvements 01195 - 6 Contracts No. S0601, S1013, S1209

Page 80: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

a) SB 99, just south of Russell 4) Northbound Route 101 stops include:

a) NB 99, just north of Manor Way 2. Protect bus operations and bus passenger access to bus stops per Section

01550. 3. School bus routes provide week day services (during the school year) within this

Project area. a. Odyssey Elementary bus route stops at the intersection of Manor Way and

Avondale Way at 8:14am and at 2:50pm. b. Voyager Middle School bus route stops at 12829 Highway 99 at 7:49am

and at 3:23pm. c. Chinook High School bus route stops at 12829 Highway 99 at 6:54am and

at 2:25pm.

Q. Private Property 1. Refer to 1.03 in Section 01062 and Appendix C for easement fencing

requirements and limitations on use of private property outside easements.

1.07 SHORING AND BRACING

A. Shore up, brace, underpin, and protect as necessary, the foundations and other parts of existing structures and utilities adjoining the site of the work that may be affected by the work. Be responsible for any damages because of settlements or the loss of lateral or adjacent support of adjoining property and from all loss and damages to adjoining and adjacent structures and their premises. Identify and notify Project Representative where conditions exist that could result in damages and determine any additional measures necessary for the work.

B. Fully comply with the requirements of WAC 296.155.657 as applicable and Sections 02260 and 02160C.

1.08 EMERGENCIES

A. Whenever work endangers the safety of life or property, including adjoining property or property in the immediate proximity of the work, take all prudent actions to prevent loss or injury.

1.09 PROTECTION OF TREES AND VEGETATION

A. Per Section 01560.

1.10 DISPOSITION OF THIRD PARTY CLAIMS

A. The Contractor is responsible for all damage and consequential damages related to prosecution of the work. The District may receive notification of damage and consequential damages in writing as third party claims as a result of the prosecution of the work. When these third party claims are received by the District, they will be tendered to the Contractor. The Contractor is required to contact the claimant within 10 days of receipt of the claim from the Project Representative. The Contractor shall report to the Project Representative within 30 days of receipt with the Contractor’s proposed action on the claim. If the Contractor fails to contact the

Swamp Creek Sewer Improvements 01195 - 7 Contracts No. S0601, S1013, S1209

Page 81: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01195 Protection and Maintenance of Property and Work

claimant within the time stipulated above or disposition the claim within 90 days of receipt, the District may disposition the claim with the third party claimant and may withhold the amount of the settlement from the disposition from the next Application for Payment.

B. During all the procedural requirements listed above, the Contractor shall keep the Project Representative informed of the plan and actual progress.

PART 2 - PRODUCT (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL

A. Contact Utility Underground Notification Service prior to an excavation per the requirements in Part 1, General.

B. Pothole to locate and expose all utility locations to be affected by the work prior to new construction in the area of the utility. Adjust work when location of utility is different than shown on the Drawings and materially impacts construction. If the utility requires relocation not shown on the Drawings and the Contractor incurs additional cost, then the District will consider additional costs. Relocation of minor utilities such as irrigation lines less than 4 inches, water service lines, building side sewer and storm drainage pipes and direct burial cable will be considered incidental and not considered for additional costs.

C. If damage to a utility occurs, repair damage to the requirements of the utility owner prior to backfilling said utility.

END OF SECTION

Swamp Creek Sewer Improvements 01195 - 8 Contracts No. S0601, S1013, S1209

Page 82: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01196 Utility Pole Holding

SECTION 01196 UTILITY POLE HOLDING

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies requirements for protection and maintenance of utility poles.

B. The following utilities are known to have utility poles in the Project area: 1. Snohomish County PUD. The PUD requires that its forces hold their utility

poles. 2. Frontier Communications. Frontier allows the Contractor to hold their utility

poles. (Poles owned by Frontier have been acquired from Verizon and may be designated with the Verizon name).

C. The Drawings indicate the existence of utility poles known by the District to be near the proposed areas of excavation. The District also has identified poles that are assumed to require holding based on criteria provided by the utilities. Other poles may need to be held to complete the work of this Contract. Contractor and subcontractors shall be solely responsible for identifying and determining all pole holding requirements pursuant to this Section. Refer to 1.04 for related information.

D. Payment for all work or service to fulfill the requirements of this Section is incidental

to and included within unit prices for installation of other work, including without limitation sewer pipe. Consequently, there is no separate bid item for pole holding and Contractor will not be paid separately for this work. As a further consequence, there will be no adjustment in payment to the Contractor for either an increase or a decrease in the number or locations of utility poles which will require holding as indicated on the Drawings.

1.02 RELATED SECTIONS

A. Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 01195: Protection and Maintenance of Property and Work. 2. Section 01500: Temporary Construction Facilities. 3. Section 02160C: Excavation Support Systems. 4. Section 02260: Shoring and Excavation Support. 5. Drawings.

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Copies of contract agreements between Contractor and Snohomish County PUD for pole holding services.

C. Copies of agreements, if required by the utility, between Contractor and Frontier for pole holding inspection services.

Swamp Creek Sewer Improvements 01196 - 1 Contracts No. S0601, S1013 and S1209

Page 83: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01196 Utility Pole Holding

1.04 PERFORMANCE REQUIREMENTS

A. General: 1. Utility pole holding shall be required when any excavation is less than or equal

to the following distances as measured from the edge of the excavation (at the ground surface) to the outside edge of the pole’s base to 6.5 feet.

2. For distances greater than that specified above, specific pole holding measures are not required except as dictated by the specific site conditions such as topography, the type of soils, groundwater level, and/or surface water drainage patterns.

3. Utility poles for which the excavation may approach within the distances of the pole, as specified above, are noted on the Drawings. However, the Contractor shall make his/her own determination as to whether pole holding measures will be necessary in conformance to these requirements. Refer to 1.01C above.

B. Snohomish County PUD-Owned Poles 1. If utility pole holding is required, the utility pole holding must be performed by

the PUD. 2. Contractor shall contract with the PUD for utility pole holding services:

a. Contact the PUD at least seven (7) calendar days in advance for the requested utility pole holding services.

b. Contact name and phone number: Irene Hinze, 425-783-8214. c. Contract with the PUD for the utility pole holding services per the PUD’s

requirements. d. Provide copies of the contract(s) to the Project Representative. e. Pay all fees to PUD for the utility pole holding service(s). f. All fees associated with the utility pole holding services provided by the

PUD shall be incidental to the Contract.

C. Frontier Communications-Owned Poles 1. Frontier Communications allows the Contractor to provide his/her own utility

pole holding measures. 2. Contact Frontier Communications and inform them of any potential pole holding

activities at least 48 hours in advance. 3. Contact name and phone number: Chuck Roberts (Line Manager), 425-712-

3201. 4. Acceptable pole holding measures shall consist of using concrete ecology

blocks chained to the pole. Other measures may be acceptable upon approval by Frontier.

5. When requested by Frontier, contact them to inspect the pole holding installation.

6. Pay all fees to Frontier for pole holding inspection services. Contractor is responsible for the costs of Frontier inspection. All fees associated with the utility pole holding and the utility inspection of the pole holding installation provided by Frontier shall be incidental to the Contract.

PART 2 - PRODUCT (NOT USED)

Swamp Creek Sewer Improvements 01196 - 2 Contracts No. S0601, S1013 and S1209

Page 84: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01196 Utility Pole Holding

PART 3 - EXECUTION

3.01 RESPONSIBILTY FOR DAMAGES

A. If damage to a utility pole occurs, immediately report the damage to the utility to assess the damage. Contractor shall be responsible for the costs and making the repairs or the costs for the utility to make repairs or replacing the pole.

END OF SECTION

Swamp Creek Sewer Improvements 01196 - 3 Contracts No. S0601, S1013 and S1209

Page 85: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01200 Contract Meetings

SECTION 01200 CONTRACT MEETINGS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies Contract meetings prior to and during construction.

B. Costs for participation at contract meetings, on and off site, including, but not limited to, preparation, travel and subcontractor costs, are considered incidental costs to the bid items of the Contract and no separate payment will be made.

C. Payment for all work or service to fulfill the requirements of this Section is incidental to and included within the lump sum bid item for Mobilization and the unit prices for installation of other work, including without limitation water main pipe and sewer pipe. Consequently, there is no separate bid item for work related to attendance at Contract meetings and Contractor will not be paid separately for this work

1.02 RELATED SECTIONS

A. Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 01014: Work Sequence. 2. Section 01063: Health and Safety. 3. Section 01310: Schedules and Reports.

1.03 PRECONSTRUCTION CONFERENCE

A. Notification of the preconstruction conference will be made within 14 calendar days of the execution of the Contract by the District.

B. The preconstruction conference will be scheduled between the Contractor, the District, and such interested parties as may be invited including but not limited to representatives from WSDOT, Snohomish County, Community Transit, Washington Department of Fish and Wildlife, Washington Department of Ecology, U.S. Post Office, utility companies, school district, and other permit issuers.

C. Ensure, at a minimum, the Contractor’s Representative, Superintendent, Safety Officer, and Erosion and Sediment Control Lead, and representatives of all major Subcontractors are present at the meeting.

D. The purpose of the meeting will be to: 1. Establish lines of authority and communication within the Contract team. 2. To discuss the administrative requirements of the Contract. 3. To distribute forms to the Contractor to be utilized on the Contract. 4. To discuss design and design intent. 5. To discuss community issues and permitting issues. 6. To define the duties and responsibilities of all parties.

Swamp Creek Sewer Improvements 01200 - 1 Contracts No. S0601, S1013 and S1209

Page 86: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01200 Contract Meetings

E. Discussion may cover but will not necessarily be limited to: 1. Specific Drawings and Specifications. 2. Unusual job site conditions. 3. Schedules of completion. 4. Health and safety 5. Mobilization plans. 6. Equal employment regulations. 7. Civil rights requirements. 8. Other pertinent features of the Contract. 9. Discuss and review Draft CPM Construction Schedule per Section 01310. 10. Required pre-activity meetings.

F. District may elect to have more than one preconstruction meeting in order to better coordinate overall scheduling and attendance by other parties.

1.04 PROGRESS MEETINGS

A. Attend weekly (or interval as determined) progress meetings to discuss the agenda items listed below, including plans for the following month and to evaluate progress to date and since the last meeting.

B. Arrange for attendance of subcontractors as necessary to discuss job progress.

C. When required by the Project Representative, attend meetings of other contractors working in the area to coordinate the work of this Contract with other work in the vicinity.

D. Meeting time and location shall be mutually agreed to between the Project Representative and Contractor Representative and shall occur on the same day and time weekly throughout the duration of the project unless agreed to by Project Representative and Contractor Representative in advance.

1.05 ATTENDANCE AT PROGRESS MEETINGS

A. Progress meeting attendance: 1. Project Representative and other District staff. 2. Contractor Representative and other Contractor staff. 3. Other contractors, as pertinent to agenda. 4. Subcontractors, as pertinent to agenda. 5. Project Site Safety Officer. 6. Representatives of governmental agencies, other regulatory agencies, or

utilities.

1.06 AGENDA FOR PROGRESS MEETINGS

A. In general: 1. Review progress on action items from prior meetings. 2. Review work progress since last meeting. 3. Note field observations, problems and decisions. 4. Identify problems that impede planned progress. 5. Contractor needs list to allow the construction schedule to be met.

Swamp Creek Sewer Improvements 01200 - 2 Contracts No. S0601, S1013 and S1209

Page 87: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01200 Contract Meetings

6. Corrective measures and procedures to regain planned schedule. 7. Review planned work during next scheduled 3-week look-ahead period per

Section 01310. 8. Coordinate projected work with other contractors. 9. Review submittal schedules and status of outstanding submittals. 10. Discuss maintaining quality and work standards. 11. Review changes for:

a. Affect on construction schedule. b. Affect on all dates required by Section 01014. c. Review status and action required for changes.

12. Contractor shall identify and discuss all issues which the Contractor considers additional scope, cost, or impact to the Contract.

13. Review safety measures. Identify and discuss areas of concern. 14. Public inquires. 15. Other items as required.

1.07 PRE-ACTIVITY MEETNGS

A. Schedule and conduct “pre-activity meetings” prior to the start of certain construction activities as described in F and G. herein Section 1.07.

B. Hold meetings at least seven (7) calendar days prior to the start of the proposed construction activity.

C. Provide agendas a minimum of two (2) work days prior to each meeting.

D. Provide a record of minutes within five (5) calendar days after the meeting has been held.

E. Assume a total of 8 pre-activity meetings required.

F. Schedules A and B construction activities for which a pre-activity meeting are required:

1. Start of sewer pipe line construction for Lift Station 7 abandonment (1 total). 2. Start of sewer pipe line construction for Lift Station 2 abandonment (1 total) 3. Trenchless crossing of Highway 99 (1 total). 4. Prior to the abandonment of Lift Station 7 (1 total). 5. Prior to the abandonment of Lift Station 2 (1 total).

G. Schedule C construction activities for which a pre-activity meeting are required: 1. Stream bypass and associated stream crossing (1 total). 2. Any sewer bypassing (2 total).

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01200 - 3 Contracts No. S0601, S1013 and S1209

Page 88: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01300 Submittal Procedures

SECTION 01300

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies procedures and requirements for all submittals, substitutions, deviations, and the master submittal list required by the Specifications. Coordinate submittals with Section 01320 – Web Based Construction Management.

B. Submit descriptive information which will enable the Project Representative to assess whether the proposed materials, equipment, or methods of work are in general conformance with the work and in compliance with the Contract.

C. No fabrication or construction work shall occur on a specific submittal item without a submittal disposition stated in Paragraph 01300-1.05B.

D. Unless specified otherwise in this Contract, preparation, review and revisions of submittals shall be considered incidental costs and no payment will be made.

E. Submittals shall be in the English language and using English units. The submittals shall comply with referenced standards. Materials meeting non-referenced standards may be accepted at the District’s discretion and only after a complete review as required for a Substitution as defined in Section 00700.

F. EADOC shall serve as the primary submittal method as described in Section 01320.

1.02 DEFINITIONS

A. Action Submittal: Written and graphic information submitted by Contractor that requires District’s approval.

B. Informational Submittal: Information submitted by Contractor that does not require District’s approval.

C. Approved Equal: An item of material or equipment proposed by the Contractor that has the same function, quality, durability, appearance, strength, and design characteristics equal to that named, that meets the requirements of the Specification, and is sufficiently similar so that no change in related work is required. The item of material or equipment shall reliably perform at least equally well for the function imposed by the design concept of the completed work as a functioning whole. In general, approved equal applies to manufactured items.

D. Deviation: A minor change to a specified material, procedure or product proposed by the Contractor that does not fully conform to the requirements specified, but conforms to dimensional, operational, and maintenance requirements and can be shown to accomplish the functional and operational and maintenance cost performance of the specified item.

Swamp Creek Sewer Improvements 01300-1 Contracts No. S0601, S1013 and S1029

Page 89: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01300 Submittal Procedures

1.03 MASTER SUBMITTAL LIST

A. Prepare and submit at the preconstruction meeting, a Master Submittal List listing all items for which submittals are required by the Specifications. Provide a schedule indicating the submittal dates for each submittal. Organize by Specification Section number and include the following information for all listed items:

1. Item identification. 2. Specification Section number and paragraph. 3. Identification of those items which are substitutions or contain deviations

from the Specifications. 4. Identification of those items which require other jurisdictional agency review

and approval. 5. Columns for future use as information becomes available shall be provided

for the following items: a. Trade name, model, and catalog designation. b. The scheduled need dates for control purposes. c. Date submitted. d. The date approval is needed. e. The date on which material is needed.

B. Coordinate and integrate all submittal dates with the Baseline Schedule.

1.04 PROCEDURES

A. Transmittal of Submittal: (Submit through EADOC per Section 01320)

1. Contractor shall: a. Review each submittal and check for compliance with Contract

Documents. b. Stamp each submittal with uniform approval stamp before submitting

1) Stamp to include Project name, submittal number, Specification number, Contractor’s reviewer name, date of Contractor’s approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with Contract Documents.

2) Submittals that do not bear Contractor’s approval stamp will be returned without action.

2. Identify each submittal with the following: a. Numbering and Tracking System:

1) Sequentially number each submittal. 2) Resubmission of submittal shall have original number with

sequential alphabetic suffix. b. Specification section and paragraph to which submittal applies. c. Project title and project number. d. Date of transmittal. e. Names of Contractor, Subcontractor or Supplier, and manufacturer

as appropriate. 3. Identify and describe each deviation or variation from Contract Documents.

B. Format:

Swamp Creek Sewer Improvements 01300-2 Contracts No. S0601, S1013 and S1029

Page 90: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01300 Submittal Procedures

1. Do not base Shop Drawings on reproductions of Contract Documents. 2. Package submittal information by individual Specification section. Do not

combine different Specification sections together in submittal package, unless otherwise directed in Specification.

3. Present in a clear and thorough manner and in sufficient detail to show kind, size, arrangement, and function of components, materials, and devices, and compliance with Contract Documents.

C. Processing Time:

1. Time for review shall commence upon receipt of submittal. 2. Review of Contractor’s submittal and transmit response to Contractor not

later than 30 days after receipt, unless otherwise specified. 3. Resubmittals will be subject to same review time. 4. No adjustment of Contract Times or Price will be allowed due to delays in

progress of Work caused by rejection and subsequent resubmittals.

D. Resubmittals: Clearly identify each correction or change made.

E. Incomplete Submittals:

1. Entire submittal will be returned for Contractor’s revision if preliminary review deems it incomplete.

2. When any of the following are missing, submittal will be deemed incomplete: a. Contractor’s review stamp, completed and signed. b. Transmittal of Contractor’s Submittal, completed and signed. c. Insufficient number of copies.

1.05 ACTION & INFORMATIONAL SUBMITTALS

A. General:

1. Copies: Submit one copy through EADOC. 2. Refer to 1.02 above and individual Specification sections for specific

submittal requirements. 3. Each submittal will be reviewed. If submittal meets conditions of the

Contract, it will be forwarded to appropriate parties. If submittal does not meet conditions of the Contract and is therefore considered unacceptable, Contractor shall correct and resubmit the submittal.

B. Submittal Dispositions: Reviewed submittals to contain the markings delineated in subsection 4.4, Submittals, in Section 00700.

C. Substitutions: Comply with the requirements of subsection 4.8, Substitution of Products and Processes, in Section 00700.

1.06 SUPPLEMENTS

A. The supplement listed below, following “End of Section”, is part of this Specification.

Swamp Creek Sewer Improvements 01300-3 Contracts No. S0601, S1013 and S1029

Page 91: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01300 Submittal Procedures

1. Forms: Transmittal of Contractor’s Submittal (EADOC transmittal).

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01300-4 Contracts No. S0601, S1013 and S1029

Page 92: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

SECTION 01310 SCHEDULES AND REPORTS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies requirements and procedures for preparing schedules, schedule of values, and progress reporting.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 00700: General Terms and Conditions. 2. Section 01014: Work Sequence. 3. Section 01025: Measurement and Payment. 4. Section 01200: Contract Meetings.

1.02 QUALITY ASSURANCE

A. Qualifications: 1. Refer to Section 00400 2.02H for Scheduler qualification requirements.

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications: Submit within seven days after the effective date of the Notice to Proceed.

C. Schedules: All schedules to be submitted in hardcopy (PDF format) and electronically with data files in the format of the accepted scheduling software with which it was prepared:

1. Draft CPM Construction Schedule: Submit at preconstruction conference or within 14 days of Contract execution, whichever comes first.

2. Revised Draft CPM Construction Schedule: Submit no later than 30 days after the effective date of Notice to Proceed.

3. Baseline CPM Schedule: Submit no later than 45 days after the effective date of Notice to Proceed.

4. Monthly Update Schedules: Submit with each Application for Payment. 5. Three Week Look Ahead Schedule: Submit in the progress meetings per

Section 01200.

D. Schedule of Values: 1. Draft schedule of values: Submit within 20 days after effective date of Notice to

Proceed. 2. Final schedule of values: Submit within 30 days after effective date of Notice to

Proceed.

E. Reports: 1. Daily progress reports.

Swamp Creek Sewer Improvements 01310 - 1 Contracts No. S0601, S1013 and S1209

Page 93: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

2. Weekly reports. 3. Monthly cost flow reports with each Application for Payment. 4. Monthly reports with each Application for Payment.

F. Subcontractor’s and major suppliers approval of schedule.

1.04 DEFINITIONS

A. Float: 1. The number of days that a non-critical path activity may be delayed before it

and any succeeding activities become part of the critical path. 2. Refer to Section 00700, 4.3.

B. Draft CPM Construction Schedule: 1. Clearly indicates the milestones, constraints, and Contract Time identified in

Section 01014. 2. Includes a network diagram, tabular report, and logic tie report. 3. Includes major submittals, material, and equipment including procurement and

construction work. 4. Include all items listed in the Work Breakdown Structure (WBS) as a minimum.

C. Revised Draft CPM Construction Schedule: Includes all the requirements for the Draft Construction Schedule and the following:

1. Incorporates Project Representative comments. 2. Precedence diagram and cost flow projection. 3. Cost loaded per the requirements of this Section.

D. Baseline CPM Construction Schedule: 1. Includes comments and revisions from the Revised Draft CPM Construction

Schedule. 2. Utilized as the initial schedule for monitoring and completion of the work.

E. Monthly Update Schedule: 1. Actual current construction schedule which reflects actual progress to date and

the schedule plan including all changes to complete the work, plotted relative to the Baseline Schedule.

F. Three Week Look-Ahead Schedule: 1. Annotated version of the monthly Update Schedule which reflects work tasks to

be worked on in the next three week period and completed in the preceding two week period.

2. Provide this schedule with greater detail than the Critical Path Method (CPM) and prepare it in a format that includes references to appropriate CPM schedule activity numbers and work breakdown.

3. Include all Change Order work activity.

G. Working Day: 1. Day on which work is scheduled to be performed. 2. For the “completed work” schedule, day on which actual work is performed.

Swamp Creek Sewer Improvements 01310 - 2 Contracts No. S0601, S1013 and S1209

Page 94: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

1.05 PURPOSE

A. Schedules: 1. To assure planning to execute the work in the required Contract Time and avoid

conflicts with other concurrent construction. 2. To establish the schedule standard against which completion of the Contract is

judged. 3. To assist the Project Representative in monitoring progress. 4. To assist the Project Representative and Contractor in determining the

completed work for approval of the Application for Payment. 5. To establish the schedule basis for assessment of Contract change impacts

and Contract Time and Milestone changes. 6. To assist the Contractor in cost flow projections.

B. Schedule of Values: To provide an allocation of the Contract Price for measurement of lump sum Bid Items for monthly payment.

C. Reports: To provide a qualitative and quantitative document for record and discussion of work progress to date, planned progress, schedule changes, and monthly Application for Payment.

1.06 GENERAL

A. Use the scheduling technique known as the CPM. Use the Precedence Diagramming Method (PDM) in preparing the CPM diagrams and calculations.

B. Failure to comply with the requirements of this Section may be cause for delay in payments per Section 00700.

1.07 SCHEDULES

A. General:

1. Acceptable scheduling software applications are as follows: a. Primavera® Engineering and Construction. b. Primavera Project Planner® (P3®). c. SureTrak® Project Manager. d. No substitutions of the above three listed items are allowed.

2. Band network diagrams by Schedule (A, B and C), activity; procurement, pipe and manholes, temporary stream diversion, stream crossing, auger bore, site work, restoration, asphalt work, Lift Station abandonments, record drawings, etc.

B. Schedule format: 1. A CPM, PDM network diagram of the construction schedule. 2. Clearly show the critical path. 3. Add activities during the work as required and as requested by the Project

Representative. 4. Identify activities separately to be accomplished by Subcontractors and enable

schedule analysis by Subcontractors.

Swamp Creek Sewer Improvements 01310 - 3 Contracts No. S0601, S1013 and S1209

Page 95: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

5. Provide a network diagram with the following contents for each activity: a. Number. b. Description. c. Duration.

6. Activities: a. Show on the time scaled network diagrams at the early start/finish time

period. b. Agree with Project Representative on the logic of activity numbers assigned.

7. Schedule activity working days: a. Allocate the work into construction activities such that the duration of each

activity does not exceed 30 days. b. Construction activities longer than 30 working days may be included if:

1) a supplemental production schedule chart is also submitted as an integral part of the schedule, or;

2) it is agreed to with the Project Representative. c. Non-construction activities (submittals, procurement, fabrication, punch list)

may have longer durations. 8. Submittal and procurement activities shall reflect preparation, submittal reviews,

fabrication, and delivery. 9. Dates imposed on the schedule are not binding on the District unless specified

in the Contract. 10. Failure to include any element of work required for the performance of the

Contract does not excuse the Contractor from completing the work as described in the Contract.

11. Durations: a. Warrant that the durations accurately reflect the time required to perform the

as planned work for each activity. b. Float suppression techniques such as excessive durations or constraints

are not permitted. 12. When requested by the Project Representative, submit a written narrative of the

Contractor's determination of durations for critical and near critical activities. Include in such explanation the number of crews, crew composition, number of shifts per day, number of hours in a shift, the number of days to be worked per week, production curves for major commodities such as concrete (cy), construction equipment, below grade pipe, and supplier and delivery requirements.

13. Include hours of work and a list of the holidays and non-work days corresponding with Section 01014 and other provisions of the Contract.

14. Prepare network diagrams on 11-inch x 17-inch or larger sheets. 15. Include Logic Tie Report with schedules. 16. Work Breakdown Structure (WBS):

a. At a minimum, break the schedule down and band the activities together into the categories listed in the bid schedule and into the following categories: 1) For each Work Schedule (A, B and C). 2) For each Section in Divisions 2 through 17. 3) Preparation and submittal of major material and equipment as shown in

the Specifications. 4) Submittal and review per Section 01300. 5) Record drawing preparation per work Schedule (A, B and C). 6) Report and schedule preparation per this Section.

Swamp Creek Sewer Improvements 01310 - 4 Contracts No. S0601, S1013 and S1209

Page 96: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

7) Testing. 8) Work on Myski and Krebs’ parcels 9) Abandonment of existing Lift Stations 7 and 2 as shown on the

Drawings. b. As a minimum, track fabrication and delivery activities of major items to be

incorporated into the work. c. Failure to include any specific submittal or fabrication information in the

schedule does not relieve the Contractor from complying with the submittal requirements of the Contract.

17. Provide Subcontractor's and major Supplier's (Contract value $200,000 or more) approval of the submittal of the Baseline Schedule. The Baseline Schedule will not be accepted without this approval.

18. Activity master list: Field Name Description Number Not to exceed 9 alphanumeric characters Description Adequately describe the activity if it were looked at by

itself. Performing Organization 4-character code representing subcontractor or

supplier. Bid Value Numeric characters rounded to nearest thousand

dollars. Major Activity 4-character code for banding activities into major

categories. 19. Activity dates and earned value:

Field Name Description Number Description Bid Value Last Month Percent Complete Up to 3 numeric characters. Current Percent Complete Up to 3 numeric characters. Earned Value Rounded to nearest dollar. Duration In working days. Actual Start xx/xx/xx (@ date) format. Expected Finish xx/xx/xx (@ date) format. Actual Finish xx/xx/xx (@ date) format.

C. Revised Draft CPM Construction Schedule: 1. Incorporate Project Representative comments from draft construction schedule. 2. Work to be scheduled for completion within all the requirements of Section

01014 as specified.

D. Baseline CPM Construction Schedule: 1. Work to be scheduled for completion within all the requirements of Section

01014 as specified.

Swamp Creek Sewer Improvements 01310 - 5 Contracts No. S0601, S1013 and S1209

Page 97: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

2. Incorporate Project Representative’s comments from revised draft construction schedule. Project Representative’s comments shall not be construed as establishing the contractor’s scheduling.

3. Cost load for each activity reflecting items allowed for cost loading per this Section including all Subcontractors and major Suppliers activities.

E. Update Schedule: 1. Includes a status of all work to date (as-built schedule). 2. Includes the latest Contractor planning for all work to complete the Contract. 3. Includes a status of all work to date (as-built schedule) plotted relative to the

Baseline Schedule. 4. Includes all executed Change Order work to date. 5. Includes all the requirements and information included in the Baseline

Schedule.

F. Monthly Update Schedule: 1. Application for Payment as a condition precedent to receiving payment for work

accomplished each month. 2. Refer to Section 01025 Measurement and Payment.

1.08 SCHEDULE OF VALUES FOR LUMP SUM BID ITEMS

A. Developed and used to provide an allocation of the Lump Sum bid items for measurement and payment for the Application for Payment.

B. 1.08 is not applicable to Unit Price bid items.

C. Excel format using the WBS breakdown reflecting, at a minimum, items allowed for payment per this Section and allocated in the bid items per Section 01025.

D. Format: 1. Lump Sum bid item values allocated as specified in this Section. 2. Dollars earned and percent complete this month. 3. Dollars earned and percent complete-to-date.

E. Make the total value of the activities equal to the current Lump Sum bid item value.

F. Prorate overhead and profit proportional to the value of each activity. Time of the Contract or activity durations shall not be used in determining overhead and profit allocation.

G. In general, round activity values to the nearest thousand dollars.

H. If applicable, incorporate all executed Change Orders into the Schedule of Values for each Lump Sum bid item and allocate appropriately.

I. If required by the Project Representative, present documentation substantiating the cost allocations of those activities believed, in the opinion of the Project Representative, not to be representative of the work.

Swamp Creek Sewer Improvements 01310 - 6 Contracts No. S0601, S1013 and S1209

Page 98: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

J. Unless otherwise indicated, no amount shall be shown in a Schedule of Values in connection with:

1. Preparation, submittal, review, resubmittal, or approval of Submittals. 2. Procurement of minor materials and equipment.

1.09 DAILY REPORTS

A. Submit daily reports including as a minimum, the day of the week, date, weather conditions, groundwater conditions (if applicable to the work), number and type of personnel working on the Contract (including subcontractor personnel) by trade, major equipment on site, materials delivered and materials installed, activities worked on by personnel, and progress for the day.

B. The report is to be signed as a certification of the information by an authorized Contractor representative and submitted to the Project Representative weekly.

1.10 WEEKLY REPORTS

A. Weekly reports and schedules: 1. Submit Weekly report:

a. Include a narrative describing the work accomplished the preceding week. b. Include list of activities anticipated in the upcoming three weeks. c. Identify the completion of major milestones and activities. d. Include problems occurring during the week.

1.11 MONTHLY REPORTS

A. Include an updated network diagram, narrative summary, and schedule data files.

B. Narrative summary: Briefly describe the progress of the work. Describe how the work is progressing towards its completion. Identify milestones completed, major equipment deliveries and problems arising during the month, and any impacts on the schedule. Project the work anticipated during the coming month, including major deliveries and submittals.

C. Identify changes in logic ties to the CPM Schedule and describe the impacts resulting from these changes.

D. Obtain and submit supplier and subcontractor(s) sign-off of monthly Update Schedule when major logic or milestone changes occur.

E. Production report: 1. Submit planned and actual monthly progress curve or chart depicting

construction units installed for pipe, trenchless sewer crossing, paving, and such other items as required by the Project Representative.

PART 2 - PRODUCTS (NOT USED)

Swamp Creek Sewer Improvements 01310 - 7 Contracts No. S0601, S1013 and S1209

Page 99: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01310 Schedules and Reports

PART 3 - EXECUTION

3.01 GENERAL

A. Advise the District in advance when construction will take place. Failure to notify the District will be charged the cost of inspection for that day or days and such charges may be deducted from any payment due Contractor.

B. Submit draft CPM, revised draft CPM, baseline CPM, and the monthly update schedules as required. Include schedule data files and the Subcontractor’s and major Supplier’s approval when required by this Section.

C. Submit schedule, reports, and updates by hard copy and EADOCs and on USB Flash Drive, DVD, or CD. USB Flash Drives will be returned to Contractor after being copied by Project Representative.

D. Failure to comply with the requirements of this section will be a cause for delay in the payment for the Application for Payment.

3.02 UPDATES

A. Prepare and submit a monthly Update Schedule and graphic network diagram with the monthly Application for Payment. When work is behind schedule, submit a written plan for completing the work within the milestones and Contract Time.

B. Include revisions in the construction schedule logic prior to implementation, along with a written statement and rationale. Use the same form and method employed in the Baseline Schedule.

C. Submit, in accordance with Section 00700, requests for time extensions to the critical path resulting from changes issued by the District. Include a complete schedule analysis to support the time extension. Analysis to include, but not limited to, a schedule incorporating the work change and a narrative report explaining the impacts, effects and costs associated with the time extension.

D. Reflect the executed change order in both time and value in the next submission of the Application for Payment, schedule of values, and schedule updates following the execution of the change order. Incorporate executed Contract Time changes and schedule revisions into the Update Schedule and Schedule of Values for each work change executed in the change order.

END OF SECTION

Swamp Creek Sewer Improvements 01310 - 8 Contracts No. S0601, S1013 and S1209

Page 100: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01320 Web-Based Construction Management (EADOC)

SECTION 01320 WEB-BASED CONSTRUCTION MANAGEMENT (EADOC)

PART 1 - GENERAL

1.01 SUMMARY

A. The District and Contractor shall utilize EADOC LLC's EADOC system for electronic submittal of all data throughout the duration of the Contract. EADOC is a web-based electronic media site that is hosted by EADOC, LLC utilizing their EADOC web solution. EADOC will be made available by District and/or Contractor to all contractors’ project personnel, subcontractor personnel, suppliers, consultants and the Designer of Record. The joint use of this system is to facilitate electronic exchange of information, automation of key Contract processes, and overall management of the contract. EADOC shall be the primary means of all project-related information, submission and execution of project-related items and management of the project communication. When required by Contract and/or agreed by joint parties, the Project Representative and/or Contractor will also provide paper documents. In the event of discrepancy between the electronic version and paper documents, the paper documents will govern. EADOC is a registered trademark of EADOC, LLC.

B. The District will obtain the required licensing and pay fees required for the appropriate number of licenses to utilize EADOC for this project. Contractor is required to pay for costs for communications, labor, computer hardware, or other Contractor/subcontractor/supplier costs to operate the program.

1.02 USER ACCESS LIMITATIONS

A. The Project Representative will control the Contractor's access to EADOC by allowing access and assigning user profiles to accepted Contractor personnel. User profiles will define levels of access into the system; determine assigned function-based authorizations (determines what can be seen) and user privileges (determines what they can do). The Project Representative will also control the Designer’s and District Consultant’s access to EADOC. Subcontractors and suppliers will be given access to EADOC by the Contractor’s designated representative. Entry and accuracy of information exchanged and transferred between the Contractor and its subcontractors and suppliers on EADOC shall be the responsibility of the Contractor.

B. Joint Ownership of Data - Data entered in a collaborative mode (entered with the intent to share as determined by permissions and workflows within the EADOC system) by the Project Representative and the Contractor will be jointly owned.

C. Upon completion of the project, the data will be transmitted electronically to the Contractor in an archive format. Contractor to provide single representative that has highest level access in EADOC to obtain Contractor-accessible archive information at end of project. District will pay for one (1) archive of information to be provided to Contractor after Final Acceptance of the project.

1.03 AUTOMATED SYSTEM NOTIFICATION AND AUDIT LOG TRACKING

A. Review comments made (or lack thereof) by the District on Contractor-submitted documentation shall not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. District’s acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the Contractor's submitted information.

Swamp Creek Interceptor Improvements 01320 - 1 Contracts No. S0601, S1013 and S1209

Page 101: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

1.04 SUBMITTALS

A. See Section 01300 Submittal Procedures. All submittal procedures shall be executed and managed via the EADOC program.

B. Preconstruction Submittals 1. Submit list of Contractor's key EADOC personnel for review and approval of

Project Representative. Include descriptions of key personnel's roles and responsibilities for this project. Contractor should also identify their organizations administrator on the list.

1.05 COMPUTER REQUIREMENTS

A. The Contractor shall use computer hardware and software that meets the requirements of the EADOC system as recommended by EADOC, LLC to access and utilize EADOC. As recommendations are modified by EADOC, the Contractor will upgrade their system(s) to meet the recommendations or better. Upgrading of the Contractor's computer systems will not be justification for a cost or time modification to the Contract. The Contractor will ensure that connectivity to the EADOC system (whether at the home office or job site) is accomplished through DSL, cable, T-1, or wireless communications systems. The minimum bandwidth requirements for using the system is 128kb/s. It is recommended a faster connection be used when uploading pictures and files into the system. EADOC currently supports Mozilla's Firefox, Apple’s Safari, and Microsoft's Internet Explorer web browsers for accessing the application.

1.06 CONTRACTOR RESPONSIBILITY

A. The Contractor shall be responsible for the timeliness and validity of their information placed in EADOC and for the abilities of their personnel. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, CAD drawing applications, and Adobe Portable Document Format (PDF) document distribution program. The Contractor shall utilize the existing forms in EADOC to the maximum extent possible. If a form does not exist in EADOC, the Contractor must include a form of their own or one provided by the Project Representative as an attachment to a submittal. Adobe PDF documents will be created through electronic conversion rather than optically scanned whenever possible. The Contractor is responsible for the training of their personnel and their subcontractors/suppliers in the use of EADOC (outside what is provided by the District) and the other programs indicated above as needed. 1. Contractor is responsible for adding and removing Contractor-controlled users

from the system. The Project Representative reserves the right to perform a security check on all potential users. The Contractor will be allowed to add additional personnel and subcontractors to EADOC upon acceptance of the additional personnel by the Project Representative. The Contractor is responsible to maintain access and permissions for the Contractor-controlled users and organizations.

1.07 CONNECTIVITY PROBLEMS

A. EADOC is a web-based environment and therefore subject to the inherent speed and connectivity problems of the Internet. The Contractor is responsible for its own connectivity to the Internet. EADOC response time is dependent on the Contractor's equipment, including processor speed, Internet access speed, current traffic on the Internet, etc. The District will not be liable for any delays associated from the usage of EADOC including, but not limited to: slow response time, down time periods, connectivity problems, or loss of information. Under no circumstances shall the usage of the EADOC be grounds for a time extension or cost adjustment to the contract.

Lift Stations 7 and 2 Abandonments 01320 - 2 Contracts No. S0601 and S1013

Page 102: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01320 Web-Based Construction Management (EADOC)

1.08 TRAINING

A. The project District has arranged for the following training to be provided to the Contractor. 1. Flex Training class (2 hours per session, online) two sessions. Online sessions

provide tutorials to allow the user to learn how to access and use the EADOC on-line system.

2. Classroom Training (2 hour session) to be scheduled prior to start of construction and define project-specific use of the EADOC system. Classroom Training shall include but not be limited to the following items:

(a) Review of the Contract specifications and determination of how individual items are entered into the EADOC system and where they are located within EADOC

(b) defining how to set up and manage permissions for subcontractor & suppliers (c) defining how to consistently enter data for RFIs, Submittals, Project

Correspondence, Meetings & Minutes, Inspection Requests, Change Management information, etc.- when they should be linked to other items within EADOC, etc.

(d) defining how the project will set up and manage folders (e) defining how the project will enter communications (use of EADOC versus email) (f) defining how the project will utilize the tabs assigned in EADOC, including

managing RFIs, Submittals, Requests for Inspection, Financial Information, Project Information, Communication and/or Correspondence, etc.

PART 2 - PRODUCTS

2.01 DESCRIPTION

A. EADOC project management application (no equal). Provided by EADOC, LLC www.EADOCsoftware.com

PART 3 - EXECUTION

3.01 EADOC UTILIZATION

A. Design Document Submittals - All design drawings and specifications shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Design Documents shall represent the original bid documents. Contractor is responsible for conforming sets of documents for use in field.

B. Shop Drawings - Shop drawing and design data documents shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Examples of shop drawings include, but are not limited to: 1. Standard manufacturer installation drawings. 2. Drawings prepared to illustrate portions of the work designed or developed by the

Contractor.

C. Schedules –Each schedule submittal specified in Specification Section 01310 shall be submitted as a native backed-up file (.PRX, .STX or .MPP) of the scheduling program being used. The schedule will also be posted as a PDF file.

D. Photographs – Pictures shall be uploaded as required by Contract as ‘jpg’ files to the EADOC file location as determined by the Project Representative.

Swamp Creek Interceptor Improvements 01320 - 3 Contracts No. S0601, S1013 and S1209

Page 103: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

E. Product Data (Product Review and Product Information Submittals) - Product catalog data and manufacturers instructions shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Examples of product data include, but are not limited to: 1. Manufacturer's printed literature. 2. Preprinted product specification data and installation instructions. 3. Product Substitutions

F. Samples - Contractor shall enter submittal data information into EADOC with a copy of the submittal form(s) attached to the sample submitted as PDF attachments. Samples will be located in the Project Representative office for review. Submit number of samples as required per Section 01300. Examples of samples include, but are not limited to: 1. Product finishes and color selection samples. 2. Product finishes and color verification samples. 3. Finish/color boards. 4. Physical samples of materials.

G. RFIs – Requests for Information shall be submitted utilizing the EADOC workflow process. Attachments to RFIs shall be uploaded as PDF attachments.

H. Administrative Information - All correspondence and pre-construction information shall be submitted and managed in EADOC submitted as PDF attachments. Examples of administrative information include, but are not limited to: 1. Digging permits and notices for excavation. 2. List of product substitutions. 3. List of contact personnel. 4. Notices for roadway interruption, work outside regular hours, and utility cut overs. 5. Bonds and Insurance Information 6. Project Permits and updates 7. All project serial letters and official correspondence. All District Field Directives will

be issued via EADOC. All District Requests for Pricing will be issued via EADOC and should be managed and processed utilizing the EADOC workflow process.

8. Plans for safety, demolition, environmental protection, and similar activities as required by the Contract.

9. Quality Control Plan(s), Testing Plan and Log, Quality Control Reports, Production Reports, Non-Conformance Reports, Punch Lists, Quality Control Specialist Reports, Preparatory Phase Checklist, Initial Phase Checklist, Field Test reports, Summary reports, Rework Items List, Daily Work Logs, Cost Tracking Logs, 3-Week Schedules, Monthly Reports, etc.

10. Meeting minutes for quality control meetings, progress meetings, pre-installation meetings, and other Contract-required meetings, etc.

11. All general correspondence for the project should be through the EADOC system as determined by the Project Representative (versus use of email.).

I. Compliance Submittals - Test reports, certificates, and manufacture field report submittals shall be submitted on EADOC as PDF attachments. Examples of compliance submittals include, but are not limited to: 1. Field test reports. 2. Quality Control certifications.

Lift Stations 7 and 2 Abandonments 01320 - 4 Contracts No. S0601 and S1013

Page 104: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01320 Web-Based Construction Management (EADOC)

3. Manufacturers documentation and certifications for quality of products and materials provided.

J. Record and Closeout Submittals - Operation and maintenance data and closeout submittals shall be submitted on EADOC in locations specified by Project Representative as PDF documents during the approval and review stage as specified, with the actual set hard copy and electronic copy of documents submitted for final. Examples of record submittals include, but are not limited to: 1. Operation and Maintenance Manuals: Final documents shall be submitted as

specified. 2. Record Drawings: Final documents shall be submitted as specified. 3. Extra Materials, Spare Stock, etc.: Submittal forms shall indicate when actual

materials are submitted. 4. Testing, Training and Commissioning Documents 5. Guarantees/Warranties: Final documents shall be submitted as specified.

K. Financial Submittals - Schedule of Value, Pay Estimates, and Change Request Proposals shall be submitted and processed in the EADOC workflow process. Supporting material for Pay Estimates, Change Requests and other financial information shall be submitted on EADOC as PDF attachments. Examples of financial information to be submitted and processed include, but are not limited to:

1. Contractor’s Schedule of Values

2. Contractor’s Monthly Progress Payment Requests

3. Contract Change proposals requested by the District

Contract Requests for Pricing requested by the Contractor

Change Orders

4. Certified Payroll

5. Intent to Pay Certified Payroll

6. Affidavits of Wages Paid

7. Lien Releases

8. All other financial supporting documents as required by the Contract.

END OF SECTION

Swamp Creek Interceptor Improvements 01320 - 5 Contracts No. S0601, S1013 and S1209

Page 105: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01380 Photographs

SECTION 01380 PHOTOGRAPHS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies digital photographs to be provided prior to, during and after construction.

1.02 SUBMITTALS

A. Procedures: Sections 01300 and 01320

B. Pre-construction photographs

C. Construction photographs

D. Post-construction photographs

PART 2 - PRODUCTS

2.01 PHOTOGRAPHS

A. Photographs shall be taken digitally and indicate the date and time. Digital photographs shall be 4 megapixels minimum. A separate photograph log shall be submitted with the photographs that includes the name of work, location where the photograph was taken by address and relationship to pipe connections, manholes, side sewer stubs, and the bored crossing of Highway 99, and the exterior and inside structures of Lift Station 7 and 2 abandonment sites.

B. Submit each week a portable drive SD card or thumb drive and through EADOC the most recent digital photographs and photo log that includes the name of work, location where the photograph was taken by address and relationship to pipe connections, manholes, side sewer stubs, and the bored crossing of Highway 99, the exterior and inside structures of Lift Station 7 and 2 abandonment sites, and along the Swamp Creek Interceptor alignment including the stream crossing.

PART 3 - EXECUTION

3.01 GENERAL

A. Take photographs along the entire alignment, areas to be or might disturbed from construction, and lift station sites.

3.02 PRE-CONSTRUCTION PHOTOGRAPHS

A. Provide pre-construction photographs prior to equipment being placed on the site and the commencement of work on the site. Provide exposures of the area where the work is to take place and where impact from construction might occur. At a minimum photos shall be taken every 25 feet along the alignment and include close-ups of items like

Swamp Creek Interceptor Improvements 01380 - 1 Contracts No. S0601, S1013 and S1209

Page 106: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01380 Photographs

driveways, planting areas, and other items likely to be disturbed by construction as well as other work areas like staging areas, and areas that will require restoration and with adjacent streams and wetlands. Photos will include labels indicating the approximate stationing shown on the Drawings and further indicate the direction in which the photo was taken (north, south, etc).

B. Do not take pre-construction photos more than two (2) weeks prior to commencing work in each work Schedule.

Pre-construction photographs shall be the basis for determining the restoration requirements in easement restoration areas. In the event such photographs are unclear, or do not exist, the restoration will be accomplished at the direction of the District and at the Contractor’s expense.

3.03 CONSTRUCTION PHOTOGRAPHS

A. Provide construction photographs during the progress of the work. For pipeline projects, the work site will continue to move. Ensure each photo is annotated by work Schedule and stations or in such a manner that a reviewer can clearly understand precisely where the photo was taken and what aspect or view of the work is presented and in which direction the photo was take (north, south, east, etc.).

3.04 POST-CONSTRUCTION PHOTOGRAPHS

A. Take the same number of photos as for pre-construction photos. Construction photos shall be sufficient to document problems and successful construction restoration. Ensure each photo is annotated by stations or in such a manner that a reviewer can clearly understand precisely where the photo was taken and what aspect or view of the work is presented and in which direction the photo was take (north, south, etc.)

B. Take photographs after the completion of each Schedule of work.

END OF SECTION

Swamp Creek Interceptor Improvements 01380 - 2 Contracts No. S0601, S1013 and S1209

Page 107: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01410 Testing

SECTION 01410 TESTING

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies testing and inspection. This Section is supplementary to the applicable testing and inspection program in Section 00700 and describes the responsibilities of all parties pertaining to testing and inspection.

1.02 RELATED SECTIONS

A. Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01561: Site Water Discharge. 2. Sections 02200 and 02200C: Earthwork. 3. Section 02140C: Dewatering. 4. Section 02240: Dewatering. 5. Section 02500: General Pipe Installation. 6. Section 02500C: Pavement Restoration 7. Section 02530: Sanitary Sewerage. 8. Section 02535: Side Sewers/Laterals. 9. Section 02720: Aggregate Base & Crushed Surfacing. 10. Section 02740: Asphalt Paving. 11. Section 02775: Sidewalks and Driveways. 12. Section 09900C: Coating Systems

1.03 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. It is a part of this Section as specified and modified. In case of a conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail. Reference Title ASTM E329 Agencies Engaged in the Testing and/or Inspection of

Materials Used in Construction.

1.04 QUALITY ASSURANCE

A. Qualifications: 1. Independent Testing Laboratory (ITL):

a. Meet the requirements of ASTM E329. b. Recent inspection by Cement and Concrete Reference Laboratory of

National Bureau of Standards and correction of deficiencies noted by the inspection.

More than one ITL may be required in order to accomplish all of the testing requirements specified in the Contract.

2. Certified Laboratory: a. Laboratory registered or accredited under the provisions of WAC 173-50.

Swamp Creek Sewer Improvements 01410 - 1 Contracts No. S0601, S1013 and S1209

Page 108: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01410 Testing

3. Geotechnical Engineer: Licensed in the State of Washington.

1.05 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications.

C. Certified soil density reports. 1. For Snohomish County, each report must be certified by a professional

geotechnical engineer.

1.06 DEFINITIONS

A. Independent Testing Laboratory: An independent professional testing firm or service hired by the Contractor to perform inspection, testing, and analysis services on materials, mixes, structures, and other items per the Contract Documents. 1. Must be acceptable to governing road or permit authority. 2. May be professional geotechnical engineer or geologist, if acceptable to

governing road or permit authority.

1.07 INSPECTIONS AND TESTING

A. The Project Representative may throughout the duration of construction, inspect construction and test materials to assure Contractor’s conformance with these Specifications. This testing shall be in addition to that required of the Contractor in this and other specification sections.

B. Provide all labor, equipment, and apparatus necessary for: 1. Testing of the earthwork, backfill materials, compaction, asphalt, concrete,

CDF, coatings, new sanitary sewers, manholes, water quality of construction-related discharges including, but not limited to TESC measures, and relocated and repaired utilities.

2. Demonstrating and documenting compliance with the Contract requirements, specifications and Drawings and all applicable permits and codes.

3. Provide access and all tools necessary for sampling and testing by District personnel. No compensation or payment shall be made to Contractor for costs incurred as part of testing by District.

4. Factor District’s testing into the Project schedule. 5. Provide test reports.

1.08 COSTS

A. Paid by the District: 1. Testing, as defined in 1.07A above, will be paid by the District, except retests

and reinspections required due to defective work.

B. Paid by the Contractor: 1. Testing, as defined in 1.07B above, to demonstrate and document conformance

with the Contract Documents and applicable permits and codes. 2. Retesting and reinspection required because of defective work.

Swamp Creek Sewer Improvements 01410 - 2 Contracts No. S0601, S1013 and S1209

Page 109: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01410 Testing

3. Testing performed for the convenience of the Contractor.

C. Tests paid for by the Contractor shall be considered incidental costs to the various Bid items of the Contract.

1.09 CONTRACTOR'S RESPONSIBILITIES

A. Cooperate with District testing personnel. Provide access to the work and to Subcontractor’s and Supplier's operations.

B. Provide representative samples of materials to be tested in the required quantities.

C. Furnish casual labor and facilities: 1. For access to work to be tested. 2. To obtain and handle test samples at the site. 3. To facilitate inspections and tests. 4. For storage and curing test samples until removed to the laboratory. 5. To repair any test areas in order to match original conditions. 6. For all testing and inspection in supplier's facilities.

D. Testing shall not be cause for claims for delay or extra work.

E. Coordinate testing as part of the process of the work sequencing.

1.10 TEST REPORTS

A. Minimum requirements for test reports: 1. Date. 2. Location of test – include drawing or diagram as required. 3. Standard for test. 4. Tester name. 5. Test firm name 6. Results of test.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01410 - 3 Contracts No. S0601, S1013 and S1209

Page 110: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01500 Temporary Construction Facilities

SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies the following Contractor temporary construction facilities and construction requirements:

1. Temporary sanitary facilities. 2. Work site access control: concrete barriers and fencing.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Sections 01062 and 0162C: Permits and Easements. 2. Section 01550: Construction Under Traffic. 3. Section 01570: Traffic Regulation.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. A plan to meet each of the requirements of this Section including the Parking and Staging Area Plan and private parking agreements per 1.03 below.

1.03 PARKING AND STAGING AREA PLAN

A. There is limited parking and staging along the proposed pipe alignments. Be responsible for obtaining and maintaining parking and staging areas for vehicles and equipment. Parking in residential areas, condominiums, apartments and businesses shall be limited to construction equipment and vehicles actively being used by the Contractor. Contractor’s nonessential vehicles and employees’ private vehicles shall be parked off site or within a parking area secured by Contractor by private agreement.

B. Submit detailed working plan with drawings and narrative describing parking and staging areas.

C. Failure to observe rules and restrictions related to parking by any employee on this Contract may be grounds for discipline, including removal of the employee in violation, from the project.

D. Identify sign locations and text to be posted at the work site at the access locations to ensure all employees are knowledgeable where parking is allowed.

E. Obtain a private agreement with the property owner(s) for permission to stage in areas not otherwise defined on the Drawings or in easement documents. When parking or staging is provided on private property, submit lease, easements, or other agreements from the property owner per Sections 01062 and 0162C prior to accessing the property.

Swamp Creek Sewer Improvements 01500 - 1 Contracts No. S0601, S1013 and S1209

Page 111: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01500 Temporary Construction Facilities

1.04 TEMPORARY SANITARY FACILITIES

A. Provide adequate self-contained portable sanitary sewer facilities during the life of the Contract. Comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation of dwellings and camps.

B. Relocate as necessary during the work.

C. Provide maintenance.

1.05 CONCRETE BARRIERS

A. Erect and maintain concrete barriers to limit access to excavations, hazardous areas, and to protect existing facilities from damage during construction and demolition operations.

1.06 FENCING

A. Maintain at all times during the construction period, fences which shall enclose the areas of the site and prevent unauthorized entry to construction areas. Fences shall be chain link and a minimum of 6-feet high. Gates shall be provided at access points where required and these shall be kept locked during off-work hours. A key shall be given to the Project Representative.

B. If fencing is not shown on the Drawings, at a minimum, provide construction limit fencing on the construction limits or private property lines where easements have not been obtained prior to the work. The fence shall consist of a high density polyethylene, 4-foot high, oval mesh opening of 3 1/2 x 1 1/2 inches with a minimum break load of 740 lbs or approved equal. Maintain the construction limit fencing vertical at all times.

C. Provide construction safety fencing to keep people safely away from excavations and trenches.

D. Comply with permit and easement stipulations which may require additional fencing requirements

1.07 CONTRACTOR'S SECURITY

A. Provide security and facilities to protect the work, all temporary and existing facilities from unauthorized entry, vandalism, or theft.

1.08 TEMPORARY PEDESTRIAN/ADA ACCESS

A. Where normal pedestrian travel ways are obstructed, provide temporary ADA-compliant detour surfaces.

B. Furnishing, installing, removing and disposing temporary pedestrian travel and ADA surfaces shall be considered incidental costs to the various Bid items of the Contract and no separate payment will be made.

Swamp Creek Sewer Improvements 01500 - 2 Contracts No. S0601, S1013 and S1209

Page 112: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01500 Temporary Construction Facilities

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01500 - 3 Contracts No. S0601, S1013 and S1209

Page 113: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

SECTION 01550 CONSTRUCTION UNDER TRAFFIC

1.01 SUMMARY

A. This Section specifies construction under traffic and related requirements including relief of responsibility for damage by public traffic, haul routes, detours, dust and mud control, street cleaning, and daily cleanup and maintenance.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01014: Work Sequence. 2. Section 01560: Environmental Controls. 3. Section 01570: Traffic Regulation.

1.02 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of the more stringent specification shall prevail.

Reference Title WSDOT M41-10 Standard Specifications for Road, Bridge, and (WSDOT Std. Specs) Municipal Construction, Washington State Department

of Transportation, 2010; Sections 1-07.13(3) and 1-07.23 Public Convenience and Safety.

MUTCD U.S. Department of Transportation, Federal Highway Administration: Manual on Uniform Traffic Control Devices, Part VI "Work Zone Traffic Control Standards and Guidelines".

1.03 HAUL ROUTES

A. General: 1. If required by the governing road agency, the Contractor shall submit haul route

plans to the appropriate agency for approval in accordance with the applicable governing road agency’s requirements. Determining haul route requirements and road agency approvals, if any, shall be the Contractor’s sole responsibility. The governing road agencies must approve the haul route plan(s), if required, before hauling begins. Damage done to streets during the Contractor’s hauling shall be repaired to pre-construction conditions at the Contractor’s expense.

B. Obtain all necessary street use permits and haul route permits and pay all fees in connection with Contractor's operations.

C. Trucks shall not block access to driveways or businesses.

D. When hauling is done over highways, county or city streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each loading. The loads shall be watered after trimming to minimize dust.

Swamp Creek Sewer Improvements 01550 - 1 Contracts No. S0601,S1013 and S1209

Page 114: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

1.04 CONSTRUCTION UNDER TRAFFIC

A. 1.04 supplements Section 1-07.23(1) of the WSDOT Std. Specs.

B. The governing agency for Highway (SR) 99 is WSDOT and the governing agency for Manor Way, Gibson Road, and Admiralty Way is Snohomish County.

C. All roadways must be maintained with a minimum of one lane open in each direction. Manor Way may be closed at Highway 99 provided the Contractor provides a detour plan for approval. Admiralty Way and Gibson Road may be closed upon approval and issuance of Lane/Road Closure Permit from Snohomish County. The Contractor shall allow 15 days for review and approval of his detour plan. The Contractor may propose to close additional side streets, but such closures must be approved in advance by the District and the agency with jurisdiction over the roadway: Snohomish County or WSDOT. For Snohomish County, a lane/road closure permit from the Department of Public Works is required and is the Contractor’s responsibility to obtain. Obtaining the closure permit(s) shall be incidental to the work.

D. Emergency traffic such as police, fire, and disaster units shall be provided access at all times. In addition, the Contractor shall coordinate his/her activities with all disposal firms, transit bus services, the postal service, and other firms that may be operating in the area. Safe and convenient access to bus zones shall be provided and maintained at all times by the Contractor. The Contractor shall be liable for any damages that may result from failure to provide reasonable access or coordination.

E. Work Zone Clear Zone 1. The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours,

and encompasses the entire length of the Project, i.e., both work Schedules. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, other contract requirements, or as directed by the governing road agency.

2. During nonworking hours equipment or materials shall not be within the WZCZ unless protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the governing road agency approves the installation and location.

3. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway.

4. Minimum WZCZ distances are measured from the edge of the traveled way and will be determined as follows:

Swamp Creek Sewer Improvements 01550 - 2 Contracts No. S0601,S1013 and S1209

Page 115: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

Posted Speed Distance From Traveled Way

(Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater

30

* or 2-feet beyond the outside edge of sidewalk

Minimum Work Zone Clear Zone Distance

F. Lane and Other Closure Restrictions: Allowable work hours are as follows (refer to Section 01014 for work hour requirements which are not affected by Lane and Other Closure Restrictions):

Shoulder Closures

Northbound SR-99

Sunday to Thursday 7:00 pm to noon (the following day)

Southbound SR99 Monday through Friday (Daily) 7:00 am to 1:00 pm Sunday to Thursday (Nightly) 7:00 pm to 5:00 am

County Streets

Sunday through Saturday 8:00 pm to 5:00 am County closures shall be per closure permits obtained by Contractor. Closures shall be subject to the requirements of Snohomish County Code Chapter 13.40. Refer to the two (2) County Right-of-Way Utility Permits (Type D) obtained for this Project in Appendix B. Attached to each permit is Snohomish County Public Works Bulletin #102 which outlines the requirements and fees for obtaining Right-of-Way Use/Traffic Control Permits (Type B). All costs and fees associated with obtaining the closure permits and conforming to their requirements shall be borne by the Contractor. Construction of gravity sewer in Admiralty Way and Gibson Road shall be limited by the conditions contained in the Right-of-Way Permit D8 - Utility in Appendix K. Construction of the gravity sewer along Manor Way may require full road closure of this road.

Lane/Road Closures - County Streets

County lane/road closures shall be per closure permits obtained by Contractor. Closures shall be subject to the requirements of Snohomish County Code Chapter 13.40. Refer to the two (2) County Right-of-Way Utility Permits (Type D) obtained for this Project in Appendix B and Right-of-Way Permit D8 - Utility obtained for this

Swamp Creek Sewer Improvements 01550 - 3 Contracts No. S0601,S1013 and S1209

Page 116: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

Project in Appendix K. Attached to each Type D permit is Snohomish County Public Works Bulletin #102 which outlines the requirements and fees for obtaining Right-of-Way Use/Traffic Control Permits (Type B). All costs and fees associated with obtaining the closure permits and conforming to their requirements shall be borne by the Contractor.

1. If the District or WSDOT determines the permitted closure hours adversely affect traffic, the District may adjust the hours accordingly. The District will notify the Contractor in writing of any change in the closure hours.

2. No lane closures will be allowed on a holiday or holiday weekend, after 12:00 (noon) on a day prior to, or before 12:00 (noon) on the day following a holiday or holiday weekend. Weekends that include a holiday on the Friday before, Saturday, Sunday or the following Monday are considered holiday weekends.

3. Construction vehicles using a closed traffic lane shall travel only in the normal

direction of traffic flow unless expressly allowed in an approved traffic control plan. Construction vehicles shall be equipped with flashing or rotating amber lights.

G. Controlled access 1. No special access or egress will be allowed the Contractor other than normal legal

movements or as shown in the Drawings.

H. Notification Signs 1. The Contactor shall furnish and install information signs that provide advanced

notification of (ramp/road) closures a minimum of 5 working days prior to the closure. The signs shall have a black legend on a white reflective background. Messages, letter sizes, and sign sizes shall follow WSDOT Sign Fabrication Manual R11-1501. Locations of signs shall be shown on the Contractor’s Traffic Control Plans.

2. The Contractor shall notify the Washington State Patrol, local fire, police, emergency service, and city engineering departments; Medic 1 and Community Transit when applicable; transit companies; and the affected school district(s) in writing a minimum of 5 working days prior to each closure. The Contactor shall furnish two copies of these notifications to the Project Representative.

1.05 CONSTRUCTION AND MAINTENANCE OF DETOURS

A. 1.05 supplements Section 1-07.23(2) of the WSDOT Std. Specs.

B. Temporary detours and road closures due to Contractor’s operation and work of others shall be anticipated by the Contractor. Contractor is responsible to plan and coordinate all its operations to work with possible temporary detours and road closures. Contractor shall be responsible for all costs resulting from temporary road closures.

C. Comply with any road restrictions shown on the Drawings or in Section 01570.

D. Pedestrian Control and Protection (Highway 99 and County Streets When Required by Lane/Road Closure Permits) 1. Unless otherwise indicated in the Contract Plans, all existing pedestrian routes and

access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. Access to electronic ticket machines at bus stops shall be maintained at all times. The Contractor shall submit Traffic Control Plans,

Swamp Creek Sewer Improvements 01550 - 4 Contracts No. S0601,S1013 and S1209

Page 117: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

including pedestrian control plans, to allow the closure of sidewalks or pedestrian routes. Such plans must include alternative routes and/or strategies and comply with the MUTCD, ADA requirements, these Specifications, and WSDOT or Snohomish County requirements as applicable. For night time work which requires the closure of an existing sidewalk or crossing, plans submitted by the Contractor may include strategies to accommodate pedestrian access and safety by the use of Contractor personnel to assist pedestrians or adjacent paved areas behind the work zone as mitigating measures for requirements in these Specifications. The Contractor shall secure the approval of the applicable jurisdiction prior to implementation.

2. When approved work areas encroach upon a sidewalk or crosswalk area, and minimum clear width of 48-inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation and/or protection (barriers, barricades, and fencing) of pedestrians from the work area and vehicular traffic is required.

3. Provide minimum 8 foot overhead clearance. 4. When the existing facility is illuminated or the Traffic Control Plans requires

illumination, illumination shall be provided during the hours of darkness. Retro reflective delineation shall be provided during hours of darkness.

5. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic.

6. In addition the Traffic Control Plan shall address the following: a. All pedestrians, including persons with disabilities, shall be provided with a safe

and accessible route. b. The width of the existing pedestrian facility shall be maintained if possible. When

it is not possible to maintain a minimum width of 60-inches throughout the entire length of the pedestrian route, an unobstructed minimum width of 48-inches shall be provided. For longer closures, the Contractor shall provide 60-inch x 60-inch passing zones spaced at maximum intervals of 200-feet to allow individuals in wheelchairs to pass.

c. Signs and other devices mounted lower than 84-inches above the temporary accessible pedestrian route shall not project more than 4-inches into the accessible pedestrian route.

d. A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than ½-inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between ¼-inch and ½-inch shall be beveled at a maximum 2:1 slope.

e. When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6-inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2-1/2 inches above the surface.

f. Temporary ramps shall be provided when an alternate accessible pedestrian route crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48-inches and the maximum slope of the ramp shall be 8.3%. The maximum cross slope shall be 2.0%. The bottom of the curb ramp shall be flush with the Roadway. Temporary detectable warning mats shall be installed at street crossings.

g. Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by providing devices such as audible information devices, accessible pedestrian

Swamp Creek Sewer Improvements 01550 - 5 Contracts No. S0601,S1013 and S1209

Page 118: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01550 Construction Under Traffic

signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision.

h. It is required that pedestrians cross to the opposite side of the roadway at intersections. Mid-block pedestrian crossings will not be allowed.

i. If not otherwise stated in the Contract provisions, access to transit stops shall be provided and maintained at all times.

1.06 DUST AND MUD CONTROL AND STREET CLEANING

A. The Contractor is responsible for controlling dust and mud within the Project limits. All streets outside the Project limits used by the Contractor during the execution of this Contract shall be kept clean.

B. The Contractor shall provide for sweeping (not power brooms) all surfaced roadways upon completion of each shift’s activities. Equipment required for this operation shall be on the job site or available at all times. Failure to have this equipment on the job site or available may necessitate a shutdown of the Project.

C. Dust and mud control and street cleaning will be considered incidental to the Bid item for Temporary Water Pollution/Erosion Control.

D. Contractor shall pay all related fines issued by agencies and jurisdictions and such costs shall not be included or added to the overall Project cost.

1.07 DAILY CLEANUP AND MAINTENANCE ITEMS

A. The Contractor shall clean all roadways, streets and appurtenances, including sidewalks which are open for public use, of all material or debris that has been dropped or otherwise deposited thereon, as a result of Contractor’s on- and off-site operations, at the conclusion of each working shift, and at such other times as deemed necessary by the District to ensure the safety of the traveling public and to prevent inconvenience to the public and owners of private property adjacent to the Project.

B. If the District determines that roadways, streets, and appurtenances are not properly cleaned to prevent public inconvenience, or the condition of the excavation or disposal sites so warrant, the Contractor shall provide facilities to remove clay or other deposits from tires, between wheels, and outside of truck beds before trucks and other equipment will be allowed to travel over paved streets.

C. Any violation of the above requirements will be sufficient grounds for the District to order the roadways, streets and appurtenances cleaned or sprinkled by others, and to deduct all costs of such cleaning or sprinkling from any money due, or to become due, to the Contractor.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Swamp Creek Sewer Improvements 01550 - 6 Contracts No. S0601,S1013 and S1209

Page 119: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01560 Environmental Controls

SECTION 01560 ENVIRONMENTAL CONTROLS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies environmental mitigation and environmental controls required to be maintained during construction.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01014: Work Sequence. 2. Section 01561: Site Water Discharge. 3. Sections 02270 and 02270C: Soil Erosion and Sediment Control. 4. Section 02800C: Restoration. 5. Section 02900: Permanent Surface Restoration. 6. Appendices D and J: Storm Water Pollution Prevention Plan (SWPPP)

1.02 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail. Reference Title ANSI SI.4 Specification for Sound Level Meters RCW 70.94 Washington Clean Air Act RCW 70.105 Hazardous Waste Management Chapter 173-60 WAC Maximum Environmental Noise Levels Regulations I, II, and III of the Puget Sound Clean Air Agency

1.03 QUALITY ASSURANCE

A. Qualifications: 1. Construction Site Environmental Management Supervisor:

a. Certified Erosion and Sediment Control Lead (CESCL) as defined by Washington State Department of Ecology.

b. Minimum two years of experience responsible for construction site erosion and sediment control.

c. More than one person may be submitted to provide services required of the supervisor. One person shall be named responsible for all activities.

1.04 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications.

Swamp Creek Sewer Improvements 01560 - 1 Contracts No. S0601, S1013 and S1209

Page 120: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01560 Environmental Controls

C. Citations (if any issued by a governing agency).

D. Environmental Compliance Manuals.

1.05 CONSTRUCTION SITE ENVIRONMENTAL MANAGEMENT SUPERVISOR POSITION DUTIES A. Qualified employee authorized to implement, manage, and enforce compliance

with: 1. Erosion and Sediment Control Plan: Sections 02270 and 02270C. 2. Site Water Discharge: Section 01561. 3. Ensuring that all necessary pollution control equipment, supplies, and materials

are available to implement the Plans. 4. All inspections, monitoring, and compliance. 5. Available 24 hours a day, seven days a week to respond to emergencies and

having authority over implementation of environmental controls.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 WATER QUALITY PROTECTION AND STORMWATER CONTROL

A. Section 01561, 02270 and 02270C.

3.02 SITE MAINTENANCE

A. Keep the work site, including staging areas and Contractors' facilities, clean, neat, and free from rubbish and debris.

B. Remove materials and equipment from the work site when no longer necessary.

C. Unless otherwise indicated, upon completion of the work, clear the work site of equipment, unused materials, and rubbish to present a clean and neat appearance.

D. Do not allow waste material to remain on the site or on adjacent streets. Collect, carry off the site, and legally dispose of such materials daily.

E. Potentially contaminated soils (suspect soils) which require determination of makeup, may be stockpiled per the Project Representative requirements.

F. Be responsible for meeting permit requirements or approvals for use of disposal sites.

G. Handle paints, solvents, and other construction materials with care to prevent entry of contaminants into storm drains, surface waters, or soils.

H. Unless otherwise indicated, restore ground surface to its pre-construction condition. Restore disturbed areas as required by WSDOT and Snohomish County requirements, and easement stipulations, as applicable, and in conformance with Mitigation and Restoration plan sheets in the Drawings.

Swamp Creek Sewer Improvements 01560 - 2 Contracts No. S0601, S1013 and S1209

Page 121: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01560 Environmental Controls

I. No tracking of mud or dirt onto private or public streets is allowed.

3.03 STREET AND PAVEMENT CLEANING

A. Section 01550.

3.04 AIR POLLUTION CONTROL

A. Do not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities.

B. Do not allow internal combustion engines to idle for more than fifteen minutes.

C. Maintain construction vehicles and equipment in good repair.

D. When exhaust emissions are determined to be excessive, repair or replace equipment.

E. Use electrically-powered equipment where needed to meet requirements.

F. Minimize dust nuisance by cleaning, sweeping, or other means.

G. Make equipment for this operation available at all times.

3.05 NOISE CONTROL

A. General: 1. Comply with Snohomish County Noise Ordinance SCC Chapter 10.01, and with

WAC 173-60. 2. Since Contractor’s means and methods are not known to the District, the

following represents a list of potential noise mitigation measures. Use these and other mitigation measures as required: a. Use electric and hydraulic equipment. b. Adjust operations with the hours of work. c. Limit work hours. d. Use sound blanketing, noise attenuation enclosures, and barriers. e. Install individual noise barriers or enclosures around equipment. f. Use best available equipment and technology that assist in meeting the

noise requirements. g. Provide equipment with properly sized and maintained mufflers and

silencers as appropriate. h. Schedule operations that produce noise to minimize their duration. i. Limit engine idling time of vehicles, including delivery and haul trucks, to

fifteen minutes maximum. j. Where feasible, equipment operators shall drive forward rather than

backward to minimize back-up alarms and use ambient-sensing vehicle back-up alarms. During nighttime construction activities, strobe lights may be used in lieu of audible back-up alarms.

k. Provide noise measuring equipment and monitor noise levels when requested by the Project Representative.

Swamp Creek Sewer Improvements 01560 - 3 Contracts No. S0601, S1013 and S1209

Page 122: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01560 Environmental Controls

3.06 VIBRATION CONTROL

A. Coordinate and mitigate construction activities within the work corridor that may be sensitive to construction-related vibrations.

B. Limit construction activities around vibration-sensitive businesses, buildings, and existing fragile water main. Where appropriate, use construction techniques that modify the propagation paths of the ground waves associated with vibration.

3.07 TREE AND PLANT PROTECTION

A. Sections 02800C and 02900.

B. Unless otherwise indicated, trees may not be removed within construction limits without written approval from the Project Representative.

C. Unless otherwise indicated, if a tree is damaged or destroyed by construction, replace in species, size and grade with a healthy tree.

D. Should it not be practical to replace tree, pay for damages to trees in accordance with requirements of the owner or the Project Representative.

E. Unless otherwise indicated, restore damaged landscaped areas and other surface improvements as nearly as possible to their original condition.

F. Minimize vegetation removal.

3.08 SUSPECT MATERIALS

A. Section 02120 and 02120C.

B. If suspect materials are encountered, control and contain the material until appropriate measures can be taken.

C. Stockpile material at location determined by the Project Representative.

D. Contaminated material is defined in RCW 70.105.010.

3.09 NON-COMPLIANCE WITH REGULATIONS

A. Be responsible for all fines incurred from non-compliance with regulations of governing authorities.

B. Be responsible for all damages and costs resulting from non-compliance with regulation or governing authorities.

C. Submit all citations within seven days of receipt.

Swamp Creek Sewer Improvements 01560 - 4 Contracts No. S0601, S1013 and S1209

Page 123: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01560 Environmental Controls

3.10 ODOR CONTROL

A. Place tarps over live sewer lines exposed to atmosphere during time periods of no construction work to eliminate potential of odor entering the atmosphere.

END OF SECTION

Swamp Creek Sewer Improvements 01560 - 5 Contracts No. S0601, S1013 and S1209

Page 124: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01561 Site Water Discharge

SECTION 01561 SITE WATER DISCHARGE

PART 1 – GENERAL

1.01 SUMMARY

A. This Section specifies permit compliance requirements, controls, treatment, monitoring, reporting, and inspection required during construction related to water discharged from construction site.

1.02 REFERENCE STANDARDS A. Referenced Standards: This Section incorporates by reference the latest revisions of the

following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail.

Reference Title 40 CFR Part 136 Guidelines Establishing Test Procedures for the Analysis of

Pollutants 40 CFR 261.21 Identification and Listing of Hazardous Waste, Characteristic of

Ignitability 40 CFR 433.11 Metal Finishing Point Source Category, Specialized Definitions Chapter 173-50 WAC Accreditation of Environmental Laboratories Chapter 173-200 WAC Water Quality Standards for Groundwaters of the State Chapter 173-201A WAC Water Quality Standards for Surface Waters of the State Chapter 173-204 WAC Sediment Management Standards Chapter 173-240 WAC Submission Of Plans And Reports For Construction Of

Wastewater Facilities Federal Register, National Toxics Rule Vol. 57, No. 246 KCC 28.84.060 Industrial Waste Rules and Regulations SMMWW Washington Department of Ecology (Ecology),

Stormwater Management Manual for Western Washington Snohomish County EDDS Engineering Design & Development Standards (EDDS), 2012

Edition

1.02 QUALITY ASSURANCE

A. Qualifications: 1. Accredited Laboratory:

(a) Laboratory registered or accredited under the provisions of Chapter 173-50 WAC. 2. Construction Site Environmental Management Supervisor:

(a) Per Section 01560.

B. Monitoring of site storm water discharge per requirements of Appendices D and J, Stormwater Pollution Prevention Plan.

Swamp Creek Sewer Improvements 01561 - 1 Contracts No. S0601, S1013 and S1209

Page 125: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01561 Site Water Discharge

1.03 DEFINITIONS

A. Construction Site Environmental Management Supervisor: Section 01560.

B. Dewatering: Sections 02240 and 02140C.

C. Potable water: 1. Water suitable for drinking. 2. Source is potable water system.

D. Process water: 1. Process water discharges include, but are not limited to: truck wash water, tire bath

wastewater, wheel wash water, equipment wash water, water contaminated with petroleum products and chemical wastes.

2. Any water which, during manufacturing or processing comes into direct contact with or results from the production or use of any raw material, intermediate product, finished product, byproduct, or waste product.

3. Water that comes in contact with uncured concrete. 4. Trench and boring pit sump water.

E. Site Water: 1. All water on the site of work that requires discharge from the site. 2. The site includes work along the pipe alignment. 3. Classified as either: stormwater, potable water, groundwater, or process water.

F. Stormwater: 1. Water originating as rain.

G. Surface Water: 1. Waters of the State and all unnamed tributaries 2. Snohomish County stormwater system.

1.04 SITE WATER DISCHARGE MEETING

A. Within 30 days of the effective date of the Notice to Proceed, the Construction Site Environmental Management Supervisor shall meet with the Project Representative to review and discuss in detail all requirements of this Section, how they will be met, and provide a draft schedule for submittals.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION 3.01 GENERAL

A. Construction Site Environmental Management Supervisor shall be responsible for all work in this Section.

B. Post sign at site with name and phone number of the Construction Site Environmental Management Supervisor.

C. Fully comply with requirements of the Stormwater Pollution Prevention Plan in Appendices D and J, including site monitoring and records requirements.

Swamp Creek Sewer Improvements 01561 - 2 Contracts No. S0601, S1013 and S1209

Page 126: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01561 Site Water Discharge

3.02 PERMITS OBTAINED BY THE OWNER

A. Per Sections 01062 and 01062C. 3.03 RIGHT OF INSPECTION

A. The Project Representative and jurisdictional agencies may: 1. Enter the construction site where a discharge is located or where any submittals are

kept. 2. View and copy submittals. 3. Inspect any facilities, equipment (including monitoring and control equipment),

practices, methods, or operations regulated or required. 4. Sample or monitor any substances or parameters at any location for purposes of

assuring Contract compliance. 3.04 SURFACE WATER DISCHARGES

A. Dewatering discharge to surface waters on County right-of-way is allowed only for clean, non-turbid water; provide temporary piping and pumping to route discharge from private property to County right-of-way, as required. If no suitable discharge locations are available on County right-of-way, Contractor shall dispose of discharge water at an offsite facility or may attempt to obtain written approval from private property owners for discharge on private property at Contractor’s cost. Provide a copy of written approval to the Project Representative prior to pursuing any work covered by the approval. For all dewatering discharge, Contractor shall comply with the conditions of the applicable permits in Section 01062, including but not limited to conditions for discharge locations, downstream impacts, flow rates, and water quality. For reference, Contractor may also utilize the Snohomish County Drainage Maps (http://www.co.snohomish.wa.us/PWApp/SWM/drainage_maps/TR2704.html).

B. Water quality standards and requirements shall comply with the following:

1. Chapter 173-201A WAC. 2. Chapter 173-204 WAC. 3. Human health-based criteria in the National Toxics Rule (Federal Register, Vol. 57, No.

246, December 22, 1992, pages 60848-60923). 4. Facilities that discharge either directly or indirectly via a stormwater conveyance system

to waters listed as impaired by the State under Section 303(d) of the Clean Water Act, shall comply with the State’s water quality standards of the named pollutants.

5. No discharge of process water or domestic wastewater to surface water is allowed.

C. Implement storm water best management practices (BMPs) to minimize the quantity of storm water runoff and to prevent creation of turbid storm water runoff.

D. Chemical Usage:

1. Use chemicals according to the manufacturer’s instructions. 2. Do not use any chemical if the toxicity to aquatic organisms is not known. 3. Chemicals may only be used to stabilize soils if the stormwater from the chemical

application area is routed to and treated in a sedimentation pond or tank. 4. Use only as expressly authorized for this project by the Washington State Department of

Ecology.

Swamp Creek Sewer Improvements 01561 - 3 Contracts No. S0601, S1013 and S1209

Page 127: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01561 Site Water Discharge

E. Fines:

1. Be responsible for all fines from governing authorities incurred from non-compliance with permits and regulations.

3.05 SITE WATER TREATMENT

A. Provide treatment for stormwater runoff and dewatering water when required to meet effluent limitations.

B. Maintain treatment systems.

C. After construction activities and site stabilization, remove treatment systems, clean-up and restore impacted area.

END OF SECTION

Swamp Creek Sewer Improvements 01561 - 4 Contracts No. S0601, S1013 and S1209

Page 128: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

SECTION 01570 TRAFFIC REGULATION

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies the requirements for traffic control plans on private and public roads and associated parking lots, notification plans and schedules, temporary barricades, signs, flaggers, lights, road surfaces, detours, parking lot impacts, and maintenance thereof; and other safeguards necessary to protect life, health and safety.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1. Section 01550: Construction Under Traffic.

1.02 REFERENCE STANDARDS

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail.

Reference Title WSDOT M41-10 Standard Specifications for Road, Bridge, and (WSDOT Std. Specs) Municipal Construction, Washington State Department

of Transportation, 2012; Sections 1-07.13(3) and 1-07.23 Public Convenience and Safety.

MUTCD U.S. Department of Transportation, Federal Highway

Administration: Manual on Uniform Traffic Control Devices, Part VI "Work Zone Traffic Control Standards and Guidelines".

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Traffic control plans: 1. Required for all work within private roads and public right of way that has a

street and for parking lot driveway access. 2. Submit traffic control plan for review by the governing road agency, WSDOT or

Snohomish County as applicable. 3. Notifications, including schedules.

C. Submit separate Traffic Control Plans and Notification Schedules for pipeline construction/excavation and restoration work as required for each work schedule or portion thereof.

D. Name and contact information for Traffic Control Supervisor.

Swamp Creek Sewer Improvements 01570-1 Contracts No. S0601, S1013 and S1029

Page 129: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

1.04 OFFSITE TRAFFIC CONTROL PLAN

A. Comply with the requirements of the Local Jurisdiction having Authority.

B. Identify specific streets which the Contractor determines will have a traffic impact.

C. Annotate proposed location of barricades, lighting, signing, temporary striping and other traffic control devices.

D. Show access to buildings, emergency exiting, or property within and immediately adjacent to construction site.

E. Anticipate traffic, bus zone and driveway relocation resulting from construction operations. Include anticipated loss of bus, passenger and truck loading zones.

F. Provide location of on street parking.

1.05 TRAFFIC CONTROL REQUIREMENTS

A. Work crews shall not impact two consecutive street intersections at the same time.

B. Maintain pedestrian and bicycle access at all times.

C. Traffic flow, bicycle, and pedestrian routing on streets (where work is not being performed) shall not be revised.

D. Minor arterial streets (public and private) shall be maintained with a minimum of one lane of traffic at all times or a detour shall be provided unless otherwise allowed by the road jurisdiction or private property owners.

E. Identify specific streets, walking trails, driveways, and parking lots which the Contractor determines will have a traffic impact including detour routes.

F. Unless otherwise indicated, provide for passage and access of emergency vehicles, police, fire, and disaster units at all times. Assume liability for damages resulting from failure to provide said access.

G. Traffic Control Plans shall show proposed location of barricades, lighting, signing, temporary striping and other traffic control devices.

H. Traffic Control Plans shall show access to buildings, emergency exiting, or property within and immediately adjacent to construction site.

I. Anticipate traffic, bus zone and driveway relocation resulting from construction operations. Include anticipated loss of bus, passenger and truck loading zones.

J. Provide location of on street parking.

K. At each site where a two-way roadway is restricted to one lane provide a minimum of two certified flaggers in order to insure safe and effective movement of traffic through the constricted zone. Provide three or more certified flaggers when the construction zone

Swamp Creek Sewer Improvements 01570-2 Contracts No. S0601, S1013 and S1029

Page 130: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

length or intersection patterns cause sight distance limitations or communication problems between any of the flaggers.

L. Lane restrictions for specific roadways shall be the following unless otherwise approved by the jurisdiction in writing:

1. As required by the Lane/Road Closure Permit obtained from Snohomish County by the Contractor.

M. Maintain two way traffic 7-9 a.m. and 4-6 p.m. weekdays or as listed in Snohomish County Utility Right-of-Way permit unless road/lane closure and detour are approved by Snohomish County. Each traffic lane shall be at least 12 feet in width.

N. Provide a minimum of one week notice when driveway access will be restricted. Provide cleared residential driveway access at the end of every work day. Provide businesses, public service buildings, and industrial sites driveway access during their operating hours.

O. Notify all police and fire departments, school district, post office, solid waste collection company, and business property owners of street detours and closures.

P. Within the construction zones, provide parking restriction easels a minimum of 48 hours in advance of the need to close streets and clear parking. Keep parking restrictions to a minimum.

Q. Provide local access to all businesses and residences. Provide certified flaggers to prevent any conflicts between local access traffic and construction crews and heavy equipment whenever local access is required into and out of the construction zone.

R. Use an off-duty, uniformed police officer during working hours when required by the authority having jurisdiction over the roadway or intersection where work is occurring. This officer is not for the convenience of the Contractor but rather to facilitate traffic movements.

S. Provide road closure plans and provide for the type of traffic impacted. Provide design of the detour route for local access.

T. Provide concrete barriers to separate traffic flow from construction work, where required.

U. Channel traffic flow into the work zone per approved Traffic Control Plan.

V. Provide a temporary 5-foot wide alternate pathway on the same side of the street when construction interferes with the usual pedestrian and cyclist pathways. Keep pedestrians, cyclist, vehicles separated from open excavations along roads to meet safety requirements.

1.06 JOB COORDINATION

A. Coordinate construction to offer the least possible obstruction and inconvenience to public.

Swamp Creek Sewer Improvements 01570-3 Contracts No. S0601, S1013 and S1029

Page 131: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

B. Coordinate with property and business owners in order to maintain convenient access for local traffic to private properties along the line of work at all times and/or as specified in Paragraph 01570-3.02 and on the Drawings.

C. Keep existing street lighting systems in operation during progress of the work at all times.

D. Do not open up sections of work and leave them unfinished. Finish work in process insofar as practicable and as restricted by Utility Right-of-Way permits.

E. Have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. Comply with length of open trench requirements elsewhere in Contract Documents.

F. Coordinate revisions to existing traffic control with the affected road agencies and private road owners. Keep traffic controls in operation, unless otherwise required by the Project Representative, for the benefit of the traveling public during progress of the work.

G. As work progresses and as conditions permit, reset temporarily relocated or removed traffic and street name signs in their permanent location. Replace or repair signs and other traffic control devices damaged or lost.

H. Comply with contract time constraints, easement requirements, milestones, and constraints specified in Section 01014 – Work Sequence.

I. Provide 15 days in the schedule for the review of the Notification Schedule and 15 days for the review of the Traffic Control Plan.

1.07 NOTIFICATION PLANS AND SCHEDULES

A. Update as necessary for the weekly Contract meetings (or other time frame interval as determined) and include the addresses of affected businesses and property owners and the estimated dates and number of days construction will be within 150 feet of the addresses, fronting the properties, and impacting driveways and parking lots or street parking.

B. Submit a Notification Plan within 15 days of the effective date of the Notice to Proceed. Update for weekly Contract meetings to maintain access for adjacent or affected properties and businesses.

C. Notification Plan and Schedule shall include: 1. Name of affected business/property owner. 2. Mailing address of business or property owner. 3. Address of affected property if different. 4. Contact name and phone number. 5. Estimated week of construction within 150 feet of affected property. 6. Estimated number of days that construction will be fronting the property. 7. Special issues for maintaining access.

Swamp Creek Sewer Improvements 01570-4 Contracts No. S0601, S1013 and S1029

Page 132: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

D. Request and obtain written approval from the Project Representative and the appropriate jurisdictional agencies and private road owners before partially or completely closing any street.

E. Notifications regarding work performed in street areas shall be in such detail as to give the time of commencement and anticipated completion of the work, names of streets to be closed, schedule of operation, routes of detours, etc.

F. To accommodate emergency vehicle rerouting, notify in writing, local fire and law enforcement authorities and other affected agencies not less than 72 hours prior to construction operations which deviate or delay traffic from the existing traffic patterns.

G. Notify all bus transit agencies at least 72 hours in advance of any construction that may disrupt transit service operations. Cooperate with bus transit agencies and assist in the relocations of the bus stop locations when access is prevented to existing bus stop locations during the construction.

H. Notify residents living adjacent to the work, businesses adjacent to the work, and the private road owners two weeks in advance of the construction in the area of work.

I. Comply with contract time constraints (including notification requirements), easement requirements, milestones, and constraints specified in Section 01014 – Work Sequence.

J. Directly inform individual property owners, private road owners, or household residents at least 48 hours in advance of beginning the work to minimize or eliminate inconveniences to the public. Inform property owners and businesses of work which either blocks the use of the property in any way by construction or equipment, blocks the side sewer service connection, and shuts down the potable water system or other utility service.

1.08 TRAFFIC CONTROL SUPERVISOR

A. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person’s inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor.

B. The primary and alternate TCS shall be certified as worksite traffic control supervisors by a third-party traffic safety training institution. Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory.

C. The Contractor shall maintain 24-hour telephone numbers at which the Contractor’s assigned traffic control management personnel and the TCS can be contacted and be available upon the Engineer’s request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system.

Swamp Creek Sewer Improvements 01570-5 Contracts No. S0601, S1013 and S1029

Page 133: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

PART 2 - PRODUCTS

2.01 SIGNS

A. Signs with special or non-standard messages may be part of the Traffic Control Plan as required to properly convey information to the motorist or pedestrian. Be responsible for installing and maintaining these signs. Signs shall be in accordance with the requirements of the standards referenced in Paragraph 01570-1.02.

B. Use signs in accordance with the requirements in Paragraph 01570-1.02 or as required by the business or property owner.

C. Signs: 1. 24 inches wide by 36 inches high, free standing, with lettering large enough to

be visible for 150 feet; and, 2. readable from two directions; and, 3. sign "message" to be coordinated with road jurisdiction and property owner;

and, 4. submitted to Project Representative prior to fabrication.

PART 3 - EXECUTION

3.01 TRAFFIC MAINTENANCE

A. Take necessary measures to maintain as close to normal as possible flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. Make necessary arrangements to reroute traffic, parking lot access, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Regulatory devices provided by the Contractor shall be suitable for night time operation. Take effective measures necessary to protect other portions of the work during construction and until completion. This includes providing and maintaining necessary barricade lights, construction signs, temporary crossovers, and flaggers in accordance with the standards referenced in Paragraph 01570-1.02.

B. Maintain emergency entrance and exits from homes and other buildings or properties within and immediately adjacent to construction site.

C. Maintain vehicular traffic at all locations to the greatest extent possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations. Required travel lanes as defined by the private property owners and road jurisdiction shall not be blocked by the Contractor's activities, including trucks delivering materials, unless approved by the Project Representative. Material deliveries and other related trucking activities shall occur in the Contractor's protected work or staging areas. Upon completion of a segment of work in streets, traffic shall be restored to normal flow as soon as possible. Maintenance of existing directional operation of street systems shall be maintained as much as possible.

D. When roadway pavement markings are obliterated due to construction activities or pavement restoration, temporary pressure sensitive pavement marking tape, traffic buttons, or delineators shall be installed to match pre-construction locations or where

Swamp Creek Sewer Improvements 01570-6 Contracts No. S0601, S1013 and S1029

Page 134: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

designated by the Project Representative. These temporary features shall be removed only upon installation of permanent traffic channelization as specified in Section 02500.

E. Maintain access for emergency vehicles at all times in all roadways and parking lots. Use temporary steel plates over open excavations to accommodate traffic. Notify the Project Representative, police and fire departments, and private property owners prior to limitation of access in any section of the roadway or parking lot.

F. Maintain pedestrian and bicycle movements through construction areas. Facilities for pedestrians include provisions for the safe movement of mobility and sight-impaired individuals. This includes temporary ramps.

3.02 TRAFFIC CONTROL SUPERVISOR DUTIES

A. Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized or less frequently, as authorized by the Engineer.

B. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45-minute time period after notification by the Engineer.

C. The TCS’s duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable

Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications.

2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked once a week and nighttime lighting need to be checked only once a shift. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections.

3. Preparing a daily traffic control diary on each day that traffic control is performed, and submitting them to the Engineer no later than the end of the next working day. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and

removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions.

4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the Engineer.

Swamp Creek Sewer Improvements 01570-7 Contracts No. S0601, S1013 and S1029

Page 135: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance.

6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them.

7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans.

D. The TCS may perform the Work of other traffic control labor, provided that the duties of the TCS are accomplished.

3.03 ACCESS

A. Unless otherwise indicated, provide local access at all times.

B. Maintain access to private properties and businesses at all times including the work area. If access is required in the immediate work area, make provision to provide requested access. Comply with the conditions of Paragraphs 01570-1.04, -1.05 and -1.06.

C. Where, during some urgent stages of construction, the Project Representative concurs that temporary closure of an access to a property is unavoidable, coordinate the closure with the property owner and provide alternative access, if required. The existing access shall not be closed until the replacement access is available.

D. When it is necessary to close access to an adjacent property, backfill immediately after laying the pipe and place an interim surface to restore access. Arrange schedules so that access is available to properties daily when work is not occurring.

E. Comply with contract time constraints, easement requirements, milestones, and constraints specified in Section 01014 – Work Sequence.

3.04 SAFETY

A. Use adequate safeguards, safety devices and protective equipment and take other needed actions to protect life, health and safety and to protect property in connection with the performance of the work.

B. Use flaggers, signs, and other devices, and erect and maintain barricades, guards, signs, warning signs, and detour signs, as are necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations.

C. Where flaggers are employed, the flaggers equipment and training shall be in accordance with the applicable laws and regulations. All required equipment shall be used by flaggers while actually flagging traffic.

D. All flaggers are required to possess a current flagging certification card.

E. Provide standard signs as prescribed by permitting agencies or local jurisdiction as well as other appropriate signs as applicable and necessary for the work. Erect signs on

Swamp Creek Sewer Improvements 01570-8 Contracts No. S0601, S1013 and S1029

Page 136: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01570 Traffic Regulation

posts and supports and maintain them in a neat and presentable condition until the necessity for them has ceased. When the need for a sign has ceased, the Contractor, upon approval by the Project Representative, shall take down such sign. Control signs necessary for nighttime traffic control, or remaining in place during the night, shall be fully reflectorized.

F. Safeguard and direct traffic after the existing signs have been removed. Preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor.

G. Provide and maintain temporary and permanent pavement markings including traffic markers, delineators, thermoplastic stop bars and crosswalks to meet the traffic agency’s current standards.

H. When required by the Project Representative, provide flaggers immediately; provide, erect, maintain and remove barricades and lights; and erect, maintain and remove standard signs.

I. Provide traffic control during the hours of construction and in a safe, prudent, operating manner. During the hours of non-construction, maintain all existing traffic lanes safe for vehicular traffic.

3.05 SIGNS

A. Check each item daily including weekends and holidays. Replace signs that are missing, vandalized, damaged, or not functioning properly within 24 hours of such act.

B. Non-applicable signs shall be removed or covered during periods not needed.

3.06 CONSTRUCTION AND MAINTENANCE OF DETOURS

A. Construct, maintain in a safe condition, and keep open to traffic detours that will accommodate traffic diverted from the roadway during construction.

B. Provide for all on-site or off-site detours required or necessitated by the work, including side street crossings, parking lots, and temporary bridges over excavation or freshly placed concrete.

C. Keep roadways clean to assure the safe passage of pedestrians and vehicles.

END OF SECTION

Swamp Creek Sewer Improvements 01570-9 Contracts No. S0601, S1013 and S1029

Page 137: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01720 Record Drawings and Information

SECTION 01720 RECORD DRAWINGS AND INFORMATION

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies providing marked up and record documents and information.

B. Related Sections: Sections not referenced below may be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents.

1. Section 00700: General Terms and Conditions 2. Section 01025: Measurement and Payment. 3. Section 01050: Survey Information. 4. Section 01310: Schedules and Reports. 5. Section 01320: Web Based Construction Management (EADOC).

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Marked up drawings, specification sections, and other record information.

C. Map showing the location of all monitoring and dewatering wells drilled during the project.

D. Final version of Record Drawings and other record information as part of Substantial Completion process.

E. Record information may be submitted using the Web-based electronic submittal system specified in Section 01320.

PART 2 - PRODUCTS

2.01 GENERAL

A. Marked-up Drawings: Contractor to maintain a clean copy of marked up drawings. Torn and ripped or unreadable field copies are not acceptable for this use. Mark up drawings on a daily basis. Provide District updated and corrected information on a set of full size color copies of drawings every month to reflect the "as constructed" conditions. Mark contract drawings using the devices described in Paragraph 3.01. In addition, drawing updates are required to provide an on-going reflection of the project status. Make the marked up drawings, specification sections, and other record information available for review at the District’s office at all times to show:

1. Work accomplished to verify payment due. 2. Field changes of dimensions and details made by Contractor. 3. Changes made by Change Order or Field Order.

Swamp Creek Sewer Improvements 01720 - 1 Contracts No. S0601, S1013 and S1209

Page 138: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01720 Record Drawings and Information

4. Dimensional location of all buried and concealed utilities, including all other utilities whether shown on the Drawings or not, as moved or placed by Contractor.

B. Construction Detail Records: provide original plots on 11-inch by 17-inch of information prepared by the Contractor for construction or installation which is supplemental to the details on the Drawings. Reference appropriate Drawings which show the work. Drawings shall be in paper format for the following:

1. Details not shown on the original drawings but required for constructing the facility including irrigation system details, modified manholes, utility conflict resolution details, etc.

2. Other Information as required in other sections.

C. Marked-up Specifications 1. Provide marked up set of Specifications with changes made by Change Order,

Field Order or by the Contractor.

D. Record Drawings: Provide one final copy of the marked up drawings showing all of the record information on a set of full size drawings to reflect the "as constructed" conditions. Mark contract drawings using the devices described in Paragraph 3.01. These drawing updates are intended to provide a final and comprehensive reflection of the constructed new and abandoned pipes and all of the utilities encountered during construction.

PART 3 - EXECUTION

3.01 MARKING DEVICES

A. Waterproof felt tip pens as required to maintain as-built drawings described in this section using the following color coding:

1. Red: Document changes including dimensional and other notations. 2. Blue: Notes indicating work installed without change. 3. Green: Work deleted.

3.02 RECORDING

A. Record information concurrently with construction progress. No work shall be concealed until the required information is recorded. Be cautioned against ordering concrete or CDF until items concealed by the placement of the concrete or CDF are recorded on the drawings specified in this Section. Should the concrete or CDF be placed without the concealed items recorded, payment may not be made for the concrete or CDF.

B. Prior to testing sewer, the as-built inverts with slopes shall be marked in red line on a copy of the District approved profile sheets and provided to the District’s construction inspector for review.

C. The following actual construction items shall be recorded on the drawings: 1. Horizontal and vertical locations of underground utilities and appurtenances,

referenced to permanent surface improvements or surveyed to provide horizontal and vertical coordinates. Minimum requirements for accuracy specified in the following:

a. Manholes: 1) Type/size of structure

Swamp Creek Sewer Improvements 01720 - 2 Contracts No. S0601, S1013 and S1209

Page 139: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Section 01720 Record Drawings and Information

2) Location to the nearest 1-foot horizontal 3) Rim elevations +/- .2 feet approx. 4) In and out invert elevations to the nearest 0.1-foot vertical 5) Pipe sizes to the nearest 1-inch inside diameter

b. Pipes and Casings: 1) Type of pipe 2) Location to the nearest 1-foot horizontal 3) Length of sewer mainline between structures to the nearest 1 foot 4) Slopes based on invert elevations in decimal format to 4 decimal places

(example 1% -- 0.010) 5) Pipe sizes to the nearest 1-inch inside diameter

c. Side Sewers: 1) Type of pipe 2) Location from reference manhole to the nearest 1 foot horizontal and

consistent with the TV report 3) Tee station from downstream manhole as indicated on the TV

inspection log, location to the nearest 1-foot horizontal 4) Length of side sewer/lateral stub 5) Slopes based on the constructed invert elevations 6) Depth at end of stub/lateral, from finish grade at the property/easement

line to the nearest 0.5-feet vertical 2. Precise survey measurements:

a. Taken on all final locations of buried or concealed items. b. Stationing of side sewer connections. c. List coordinates and elevations from the survey on the record drawings. d. Complete survey and recording before any burial by soils, concrete or other

materials.

3.03 DELIVERY TO PROJECT REPRESENTATIVE

A. Record drawings will be used to verify and document progress as stated in progress payment request per Section 01310. Work not included in the record drawings will not be included for payment in progress payment requests.

B. Prior to request for notice for substantial completion of any portion of the new sewer on the project, the Contractor shall transmit Record Documents including Contract title, date, Contractor's name and address, index with title and number of each record document, statement indicating completion of record information for specific areas or, if for project close-out, that the documentation is completed and in compliance with Contract requirements as attested by the signature of the Contractor.

C. Hard copy record documents shall be submitted within one month of any portion of the new piping put into service.

END OF SECTION

Swamp Creek Sewer Improvements 01720 - 3 Contracts No. S0601, S1013 and S1209

Page 140: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

SECTION 01999 STANDARD FORMS

PART 1 – GENERAL

1.01 SCOPE

A. Contractor to be responsible for completing the documentation forms for tests and evaluations required of the Contract.

B. Contractor -generated forms as otherwise required to document the work shall follow the format established on Form 01999A.

1.02 SUBMITTALS

A. Completed forms as required.

PART 2 – PRODUCTS

2.01 FORMS (DISTRICT Provided)

A. The forms listed below are referenced from other Sections of the Contract Documents and are to be used to document the contract work.

B. Electronic Version of all forms will be made available, upon request to the Project Representative, in Microsoft Word format for Contractor’s use on this project.

B. Division 1 1. 01062 Construction Restoration Acceptance Form 2. 01063 Monthly Contractor Injury Summary Report 3. 01300 Substitution Request Form 4. 01999 Standard Form Format

C. As required for full documentation of the work.

PART 3 – EXECUTION

NOT USED

Swamp Creek Sewer Improvements 01999 - 1 Contracts No. S0601, S1013 and S1209

Page 141: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Swamp Creek Sewer Improvements 01999 - 2 Contracts No. S0601, S1013 and S1209

Page 142: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

01062 CONSTRUCTION RESTORATION ACCEPTANCE FORM

CONSTRUCTION CONTRACTS NO.: S0601, S1013 andS1206 Swamp Creek Sewer Improvements

DATE CONTRACTOR ON SITE: ________________________________

DATE CONTRACTOR OFF SITE: ________________________________

RESTORATION ACCEPTANCE:

I/We, the undersigned Owner(s) or Representatives of property identified as ________________

__________________________________________________________________________________

(Address or Property Description)

__________________________________________________________________________________

__________________________________________________________________________________

___________ I accept the restoration as complete.

__________ Do not accept the restoration as performed for the following reasons:

BY OWNER/REPRESENTATIVE: ___________________________

DATE: _________________________

CONTRACTOR SIGNATURE: _______________________

DATE: _________________________

Swamp Creek Sewer Improvements 01999 - 3 Contracts No. S0601, S1013 and S1209

Page 143: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Back of Form 1062

Swamp Creek Sewer Improvements 01999 - 4 Contracts No. S0601, S1013 and S1209

Page 144: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

01063 MONTHLY CONTRACTOR INJURY SUMMARY REPORT

CONSTRUCTION CONTRACTS NO.: S0601, S1013 andS1206 Swamp Creek Sewer Improvements

Month: ______________________________

Contractor: __________________________________________________________________________

OSHA RECORDABLE CASES

NUMBER OF CASES WORK GROUP Reporting Month Year-to-Date

Hourly Employees Supervisory Personnel

TOTAL

LOST TIME ACCIDENTS

NUMBER OF CASES LOST WORK DAYS WORK GROUP Reporting Month Year-to-Date Reporting Month Year-to-Date

Hourly Employees Supervisory Personnel

TOTAL

TOTAL HOURS WORKED AT CONTRACT SITE

Reporting Month Year-to-Date

INCIDENT AND SEVERITY RATE

Date of last lost-time accident: _____________________________

Number of hours worked since last lost-time accident: _____________________

Incident Rate = Total Number of OSHA Recordable Cases x 200,000

Total Hours Worked at District Project Site

Severity Rate = Total Number of Lost Workdays x 200,000

Total Hours Worked at District Project Site

RATES Reporting Month Year-to-Date Incident Rate Severity Rate

Swamp Creek Sewer Improvements 01999 - 5 Contracts No. S0601, S1013 and S1209

Page 145: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Back of Form 1063

Swamp Creek Sewer Improvements 01999 - 6 Contracts No. S0601, S1013 and S1209

Page 146: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

01300 SUBSTITUTION REQUEST FORM

PAGE 1 OF 2

TO: ____________________________________________________________

CONTRACTS NO: S0601, S1013 andS1206 Swamp Creek Sewer Improvements

We hereby submit for your consideration the following item instead of the specified item or procedure.

Section Paragraph Specified Item

_____________ _________________ __________________________

Proposed Substitution:

___________________________________________________________________________________

___________________________________________________________________________________

___________________________________________________________________________________

Attach complete data, including laboratory test, if applicable. Include complete information on changes to Contract Drawings and/or Specifications which proposed substitution would require for its proper installation.

Fill in blanks below:

A. How will substitution effect dimensions shown on Drawings?

_________________________________________________________

_________________________________________________________

B. What effect does the substitution have on the Baseline of Update Schedule?

_________________________________________________________

_________________________________________________________

C. State quality and performance differences between proposed substitution and specified item or procedure.

_________________________________________________________

_________________________________________________________

D. List the cost differences between proposed substitution and specified item or procedure. (Attached estimate/quote and indicate net change).

_________________________________________________________

_________________________________________________________

Swamp Creek Sewer Improvements 01999 - 7 Contracts No. S0601, S1013 and S1209

Page 147: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

01300 SUBSTITUTION REQUEST FORM

PAGE 2 OF 2

E. List manufacturer's name and address, trade name of product, and model or catalog number.

_________________________________________________________

_________________________________________________________

_________________________________________________________

F. Other information as required by the Project Representative.

_________________________________________________________

_________________________________________________________

_________________________________________________________

G. The undersigned states that the function, appearance and quality of the proposed substitution are equivalent or superior to those of the specified item and authorize the payment to the District for all design changes including Project Representative, detailing, and District processing costs.

_________________________________________________________

_________________________________________________________

H. The undersigned states that there is a waiver of all claims for additional costs related to the substitution which may subsequently arise during the work.

_________________________________________________________

I. Manufacturer's guarantees the proposed and specified items are;

________ Same _________ Different (explain on attachment)

Submitted by: For use by Project Representative

__________________________ _______ Accepted _______ Accepted as Noted

Contractor Signature _______ Not Accepted _______ Received Too Late

__________________________

Firm

By: ________________

__________________________

Address Date: ______________

__________________________ Remarks: ____________________________________

Date: ______________

NOTE: WHEN REQUIRED BY THE PROJECT REPRESENTATIVE, ALL SUBSTITUTIONS TO BE STAMPED AND SIGNED BY A PROFESSIONAL ENGINEER LICENSED IN THE STATE OF WASHINGTON.

Swamp Creek Sewer Improvements 01999 - 8 Contracts No. S0601, S1013 and S1209

Page 148: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

01999 STANDARD FORM FORMAT

PAGE ____ OF _____

CONTRACT NAME: ___________________________________________________________________

CONTRACT NO: _____________________________________ DATE: ___________________

FORM TITLE: _______________________________________________________________________

NOTE TO CONTRACTOR:

USE THE FOLLOWING SIGNATURE FORMATS AS APPROPRIATE

OR AS REQUIRED BY THE SPECIFICATION OR THE PROJECT REPRESENTATIVE

SIGNATURE FORMAT A:

________________________________________________ _________________________

SIGNATURE OF MANUFACTURER'S REPRESENTATIVE DATE

________________________________________________ _________________________

SIGNATURE OF CONTRACTOR REPRESENTATIVE DATE

________________________________________________ _________________________

SIGNATURE OF PROJECT REPRESENTATIVE DATE

SIGNATURE FORMAT B:

CERTIFIED _____________________________________ _________________________

SIGNATURE OF CONTRACTOR REPRESENTATIVE DATE

WITNESSED _____________________________________ _________________________

SIGNATURE OF PROJECT REPRESENTATIVE DATE

END OF SECTION

Swamp Creek Sewer Improvements 01999 - 9 Contracts No. S0601, S1013 and S1209

Page 149: CONTRACTS NO. S0601, S1013, AND S1209 Volume 2 – … · CONTRACTS NO. S0601, S1013, AND S1209 . Volume 2 – Divisions 1 - 9 (Schedules A, B, & C) April -2014 . LDERWOOD ... AREMA

Back of Form 1999

Swamp Creek Sewer Improvements 01999 - 10 Contracts No. S0601, S1013 and S1209