Loading...
HomeMy WebLinkAboutSWP272011(2)► i i PRELIMINARY (DATE) NOT RELEASED FOR CONSTRUCTION Draft Plans and Specifications for Phase IIB Work: ' Soil Excavation and Stockpiling, and North Site Filling and Grading PACCAR Renton Site Prepared for PACCAR, Inc. Prepared by Hart Crowser, Inc. SSOE, Inc. July 17, 1991 J-1639-20 n JUL 1 8 r-i Document Set No. C- 3 TECHNICAL SPECIFICATIONS CONTENTS Section Title DIVISION 0 - INFORMATION AND CONDITIONS 00100 Introduction 00150 Schedule 00200 Definitions 00300 Contract and General Conditions AIA Document A101: Standard Form of Agreement between Owner and Contractor AIA Document A201: General Conditions of the Contract for Construction 00400 Insurance 00401 Indemnification 00500 Instruction to Bidders AIA Document A701: Instructions to Bidders 00550 Bid Forms 00600 Material Safety Data Sheets 00800 Information Available to Bidders 00850 Drawings Index i CONTENTS (Continued) Section Title ' DIVISION 1 - GENERAL 01010 Summary of Work 01100 Health and Safety Requirements 01200 Project Meetings 01300 Submittals 01400 Quality Control 01500 Temporary Facilities 01550 Permits 01560 Environmental Protection 01700 Project Closeout DIVISION 2 - SITE WORK 02070 North Site Filling and Grading (Reserved - to be provided by SSOE) 02100 Site Preparation 02220 Excavation, Screening, and Hauling 02221 Utilities ii CONTENTS (Continued) ' Section Title 02223 Backfillin g t02224 Dewatering 02282 Stockpiling iii PHASE II DIVISION 0 - INFORMATION AND CONDITIONS *** SECTION 00100 - INTRODUCTION *** PART 1 - INTRODUCTION PACCAR INC. requires the services of an independent CONTRACTOR to fill and grade the north end of the site; and excavate, haul, and stockpile soil, sediment, and debris contaminated with residual heavy metals (mostly arsenic, chromium, and lead), carcinogenic polycyclic aromatic hydrocarbons (CPAHs), and total petroleum hydrocarbons (TPHs) at their Renton, Washington, facility. This work is fully detailed in these specifications and accompanying plans as Phase IIB of the Scope of Work. A. PHASE I (Previously Awarded) 1. Excavation and disposal of soils containing polychlorinated biphenyls (PCBs). 2. Installation of two major storm drain utilities and stockpiling and placement of associated soils. 3. Excavate and stockpile soils and install storm drain utilities in preparation for construction of a parking lot at the eastern portion of the site, west of Houser Way North. B. PHASE IIA (Previously Released for Bid) 1. Demolition, removal, and disposal of surface features in the north half of the site. i 2. Grade and fill areas at the north end of the site. i C. PHASE IIB 1. Excavate and stockpile soils and debris containing residual heavy metals, carcinogenic polycyclic aromatic hydrocarbons (CPAHs), and total petroleum hydrocarbons. 00100-01 ' D. PHASE III 1. Treat and/or stabilize soils excavated in Phase II activities. 2. Place stabilized metals and PAH soil at north end of site. 3. Treat TPH soils and eventually place at south end of site. E. PHASE IV 1. Excavate and stockpile TPH soils at south end of site. 2. Demolish and remove man-made surfaces at the south end of the site. 3. Grade and fill areas at the south end of the site. 4. Treat TPH soils excavated from the south end of the site. 5. If necessary, adjust catch basins and/or add additional drain lines at the south end of the site. *** END OF SECTION 00100 *** 00100-02 *** SECTION 00150 - SCHEDULE *** PART 1 - SCHEDULE 1.01 SCHEDULE A. PACCAR's schedule is as follows: proposed Send out RFP Monday July 29, 1991 Pre-Bid Conference including Friday August 2, 1991 Walk-through of Project Site 9:00 a.m. Bids Due (3 copies) Friday August 16, 1991 4:00 p.m. Award of Contract Friday August 30, 1991 Start Work Monday September tember 9 1991 ' Complete Excavation and Friday October 25, 1991 Initial Stockpiling North End areas and South End metals areas Complete screening and soil Friday November 1, 1991 stockpiling B. CONTRACTOR must submit with its bid package any proposed revisions to the above schedule. *** END OF SECTION 00150 *** 00150-01 *** SECTION 00200 - DEFINITIONS *** IPART 1 - DEFINITIONS 1.01 DEFINITIONS A. PACCAR Inc., herein after referred to as PACCAR, is a Delaware corporation which owns and operates the site where the work will be conducted. 1. PACCAR's on-site representative is Claus Hackenberger. 2. PACCAR's project manager is Bob Butler, Corporate IEnvironmental Manager, or their designated representative. B. Hart Crowser, Inc., herein after referred to as ENGINEER, is PACCAR's remediation and geotechnical engineering consultant for all portions of the site work in this specification (Section 02100 through 02282) except the north site filling and grading. SSOE, Inc., is PACCAR's civil engineering consultant for the north site filling and grading portion of this project (Section 02070). C. CONTRACTOR will be the successful bidder who is awarded the contract for this project by PACCAR and all subcontractors. *** END OF SECTION 00200 *** 00200-01 *** SECTION 00300 - CONTRACT AND GENERAL CONDITIONS *** PART I - CONTRACT AND GENERAL CONDITIONS 1.01 CONTRACT ' A. American Institute of Architects AIA Document 101 "Standard Form of Agreement between Owner and Contractor," will be used as the basic contract document. A copy of AIA Document 101 is attached. 1. The contract must be executed by both parties prior to the start of any on-site construction. CONTRACTOR, at their sole risk, may set up construction trailers and store construction equipment on site prior to execution of the Agreement. However, the CONTRACTOR must have received written "Notice of Intent to Award Contract" from PACCAR, and have provided an acceptable insurance certificate to PACCAR prior to entry onto site property. 2. CONTRACTOR must include in their bid package any proposed alterations it desires to AIA Document 101. 3. "ENGINEER" will be substituted for "ARCHITECT" each time it occurs in AIA Document 101. 1.02 GENERAL CONDITIONS A. American Institute of Architects (AIA) Document 201, "General Conditions of the Contract for Construction," will be used as the general terms and conditions for the contract. A copy of AIA Document 201 is attached. 1. Where there is a conflict between AIA Document 201 and these Plans and Specifications, the latter will apply. 2. CONTRACTOR must include in their bid package any proposed alterations it desires to AIA Document 201. 3. "ENGINEER" will be substituted for "ARCHITECT' each time it occurs in AIA Document 201. 00300-01 4. Section 3.18.1, Indemnification, of AIA Document 201, has been deleted. Indemnification language is listed in Section 00401 of these ' specifications. 5. Section 11, Insurance, of AIA Document 201, has been deleted. Insurance requirements are listed in Section 00400 of Division 0 of these specifications. CONTRACTOR must submit with its bid package any proposed revisions to PACCAR's insurance requirements. 6. CONTRACTOR must submit with their bid package any proposed revisions to any language presented in these specifications. B. CONTRACTOR will at all times g accomplished)when work is being accom � P ) have a superintendent on site who has received required training as a supervisor under WAC 296-62-300, Hazardous Waste Operations and Emergency Response. C. The successful CONTRACTOR will receive a copy of the Consent Decree for this site. The CONTRACTOR shall be legally bound to all provisions of the Consent Decree which are applicable to their work. *** END OF SECTION 00300 *** 00300-02 (A Copy of AIA documents 101 and 201 to be attached here in final document.) r r 00300-03 *** SECTION 00400 - INSURANCE *** PART I - INSURANCE 1.01 INSURANCE A. CONTRACTOR shall carry at its expense, during the term of this contract, the minimum insurance coverages set forth below: 1. COVERAGE COVERAGE LIMITS ' A. Commercial General Liability $1,000,000 Each Occurrence including Contractual Liability $2,000,000 Annual Aggregate Products/Completed Operations, Independent Contractors, Premises/ Operations, Broad Form Property Damage B. Automobile Liability covering Pursuant to D.O.T. Owned, non-owned and hired requirements but not less than $1,000,000 vehicles each occurrence C. Workers' Compensation Statutory D. Employer's Liability $1,000,000 Each Occurrence E. Pollution Liability covering $5,000,000 Each Occurrence sudden and non-sudden accidental $10,000,000 Annual Aggregate occurrences both on and off site rCoverage under A, B, and E shall be maintained for two years after the termination of this agreement. A certificate of insurance naming PACCAR Inc. and (operating entity) as an additional insured under coverages A, B, and E shall be made available to PACCAR prior to commencement of services. Each certificate shall contain a statement of the insurer's obligation to notify PACCAR Inc and (operating entity) at least ten (10) days prior to cancellation, expiration, or material change in any policy covered thereunder. *** END OF SECTION 00400 *** 00400-01 r *** SECTION 00401 - INDEMNIFICATION *** PART 1 - INDEMNIFICATION 1.01 INDEMNIFICATION CONTRACTOR agrees to indemnify, hold harmless, and defend PACCAR from and against any and all liabilities, claims, penalties, forfeitures, suits, and the costs and expenses incident thereto (including costs of defense, settlement, and reasonable attorney's fees), which it may hereafter incur, become responsible for, or pay out as a result of death or bodily injury to any person, destruction or damage to any property, contamination of or adverse effects on the environment, or any violation of governmental laws, regulations or orders, to the extent that such damage was caused by: (i) CONTRACTOR's breach of any term or provision of this Agreement or the failure of any warranty of the CONTRACTOR to be true, accurate, or complete; or (ii) any negligent or willful act or omission of CONTRACTOR or its employees or agents. PACCAR agrees to indemnify, hold harmless, and defend CONTRACTOR from and against any and all liabilities, claims, penalties, forfeitures, suits, and the costs and expenses incident thereto (including costs of defense, settlement, and reasonable attorney's fees), which it may hereafter incur, become responsible for, or pay out as a result of death or bodily injury to any person, destruction or damage to any property, contamination of or adverse effects on the environment, or any violation of governmental laws, regulations or orders, to the extent that such damage was caused by: (i) PACCAR's breach of any term or provision of this Agreement or the failure of any warranty of the PACCAR to be true, accurate or complete; or (ii) any negligent or willful act or omission of PACCAR or its employees or agents. *** END SECTION 00401 *** 00401-01 *** SECTION 00500 - INSTRUCTION TO BIDDERS *** PART 1 - INSTRUCTION TO BIDDERS 1.01 BID PROCESS A. The CON TRACTOR must adhere to the following bid procedures: 1. Attend the Pre-Bid Conference at the Project Site in Renton, Washington. Pre-Bid Conference will start at 9:00 a.m.. Friday, August 2. 1991, at 1400 North Fourth Street, Renton, Washington. Meeting will be held in First Floor Conference Room. Pre-Bid Conference will include a walk-through of the project site. 2. Include in its bid written notification package of any discrepancies in plans or work procedures, or of any difficulties in work requirements, and/or schedules. 3. Submit all questions to PACCAR Project Manager, Robert Butler, in writing by July 26, 1991. Questions will be answered in writing and sent to all bidders as an addendum. Verbal responses by ' PACCAR will be considered non-binding information. 4. Prepare bid using Plans and Specifications, addenda, and written information brought out in the Pre-Bid Conference. Future revisions to these Plans and Specifications are anticipated. If these revisions are completed prior to bid date, then the revisions will be submitted to the bidders as an addendum to these Plans and Specifications. If these revisions are completed after the bid date, then adjustments to the bid will be negotiated with the CONTRACTOR, as required. 5. Submit the bid in triplicate on the Bid Proposal form attached, and submit all other documentation required by the Plans and Specifications, in a sealed envelope to the party identified on the Bid Proposal by 4:00 p.m.. Friday. August 16, 1991. 6. AIA Document A701, "Instruction to Bidders," a copy of which is attached. 00500-01 B. Bids will be opened privately. An abstract will not be available. C. Include in the bid package a list of PACCAR equipment (Kenworth Trucks, Peterbilt Trucks, Foden Trucks, Braden Winches, Carco Winches, and Gearmatic Winches) which is owned or leased by the CONTRACTOR. List which PACCAR equipment will be utilized on this project. *** END OF SECTION 00500 *** j 00500-02 (A copy of AIA document A701 to be attached here in final document) 00500-03 i *** SECTION 00550 - BID FORMS *** PACCAR - RENTON NPL SITE BID FORM BID PROPOSAL Date: To: Zac R. Elander PACCAR Inc. 777 106th Avenue N.E. Bellevue, Washington 98004 From: (Name of Bidder) (Address of Bidder) The undersigned hereby declares that the only person (or persons) interested in this proposal as principal (or principals) is (or are) named herein. This proposal is in all respects fair and in good faith without collusion or fraud. The undersigned, having visited the site of the referenced Project and having familiarized themselves with the local conditions affecting the implementation and the cost of the ' Work and with all requirements of the Contract Documents plus all Addenda to said documents, proposes to furnish all labor, material, and equipment, to complete the referenced project. BASE BID ' 1. All work specified in Plans and Specifications and reviewed during Pre-Bid Conference, except excavation, backfilling, hauling, screening, and stockpiling of materials excavated from outside the initial limits of the excavation areas, inclusive of off-site disposal of soil, CONTRACTOR-generated debris, and wastewater by approved trucks. 00550-01 ' A. Soil Excavation, Hauling, and Stockpiling. Lump Sum Price as described in Section 02100 through 02282: $ (write out lump sum price) tB. North Site Filling and Grading. Lump Sum Price as described in Section 02070: $ ' (write out lump sum price) C. Credit to Base Bid for crushing and placing concrete removed from within the limits of excavation as described in Section 02220, 3.01D (option ' available as alternative to import backfill as fill material): Price $ per cubic yard (as measured by using a belt scale.) D. Credit to Base Bid should Building 17 be used for metals-contaminated soil stockpiling in lieu of construction and use of metals-contaminated soil stockpile shown on HC Plan Sheet 8: Lump Sum Credit: $ (write out lump sum credit) ADDITIONAL WORK ' 1. Excavation, hauling, screening, and stockpiling of materials excavated from outside the initial limits of the excavation areas, as specified in Section 02220 (3.01). Price $ per cubic yard. (As measured by using dimensions of the excavated area.) 00550-02 1 t ' 2. Loading, transportation, and disposal of asphalt off site as specified in Section 02220 (3.01). Price $ per truckload. (Assuming 18 cubic yards per truckload.) ' 3. Loading, transportation, and disposal of concrete off site as specified in Section g P P 02220 (3.01). Price $ per truckload. ' (Assuming 18 cubic yards per truckload.) 4. Crushing and placement of concrete at north end of site as specified in Section ' 02220 (3.01). Price $ per cubic yard. (As measured at placement.) 5. Removal and capping of existing utilities encountered during excavation, as specified in Section 02221. Non-metallic, from 1-inch up to 12-inch-diameter/width; Price $ per lineal foot. Non-metallic, greater than 12-inch up to 24-inch-diameter/width; Price $ per lineal foot. Non-metallic, greater than 24-inch up to 36-inch-diameter/width; Price $ per lineal foot. Metallic pipe, 1-inch up to 4-inch-diameter/width; Price $ per lineal foot. Metallic pipe, greater than 4-inch up to 8-inch-diameter/width; ' Price $ per lineal foot. Metallic pipe, greater than 8-inch up to 12-inch-diameter/width; Price $ per lineal foot. 00550-03 6. Temporary Removal and Reinstallation of Active Utilities. ' Non-metallic, from 1-inch up to 12-inch-diameter/width; Price $ per lineal foot. ' Non-metallic, greater than 12-inch up to 24-inch-diameter/width; Price $ per lineal foot. Non-metallic, greater than 24-inch up to 36-inch-diameter/width; Price $ per lineal foot. Metallic pipe, 0- up to 4-inch-diameter/width; Price $ per lineal foot. ' Metallic pip e, greater than 4-inch-diameter/width; Price $ per lineal foot. 7. Draining and Removal of Petroleum Piping. Metallic pipe, 0- up to 4-inch-diameter/width; Price $ per lineal foot. Metallic pipe, 4-inch up to 8-inch-diameter/width; Price $ per lineal foot. 8. Collection, treatment, and off-site disposal using approved trucks of all wastewaters which are not approved for discharge to Metro as specified in Section 02224 (3.03) (B) (2). ' Price $ gallon allon of P 1 wastewater. NOTE: PACCAR will reimburse CONTRACTOR for actual disposal fees ' for which CONTRACTOR has disposal tickets, manifests, and invoices. NOTE: All disposal sites must be approved in writing by both PACCAR and Washington Department of Ecology. 00550-04 ' 9. Collection, treatment, and discharge to Metro of groundwater and surface water collected from excavations, ditches, and containments, as specified in Section 02224 (3.03) (B) (1). Price $ per gallon as metered ' during discharge to METRO. PACCAR will pay METRO fees directly. 10. Relocation, reconnection, and testing of temporary wastewater discharge areas as specified in Section 02224 3.01 J. Price $ per relocation, reconnection, and testing. Name of Firm Signature Name and Title ' Business Address City State Zip Code Telephone Number Fax Number Date ' City of Renton Contractor's License No. Washington State Contractor's License No. ' Date of Issue Expiration Date *** END OF SECTION 00550 *** 00550-05 ' *** SECTION 00600 - MATERIAL SAFETY DATA SHEETS (MSDS) *** ' PART 1 - MSDS 1.01 MATERIAL SAFETY DATA SHEETS (MSDS): 1. At least five S working days prior to bringing chemical substances on site ( ) g Y P g g the CONTRACTOR shall supply to the PACCAR on-site representative all current MSDS and related health and safety information for any chemical products the CONTRACTOR intends to use on the site. All information will be forwarded for review by the PACCAR Environmental and Industrial Hygiene departments. Only those materials approved by both departments may be brought on site. No other substances may be substituted for acceptable materials without the prior approval of PACCAR Corporate. The CONTRACTOR shall also supply a detailed written description of how any chemical substance is intended to be used, including the methods of application, any controls, or disposal, if applicable. These handling ' methods will also be reviewed by the Corporate departments. If the reviewing departments determine that additional or alternate handling methods are in order, the CONTRACTOR shall follow any procedures recommended by PACCAR Corporate. *** END OF SECTION 00600 *** 00600-01 ' *** SECTION 00800 - INFORMATION AVAILABLE TO BIDDERS *** ' The following information is available for review by the bidders at: PACCAR Inc. ' Business Center Building 777 106th Ave. NE ' Bellevue, Washington 98004 Phone: (206) 455-7435 Bob Butler or James Leonard ' or Hart Crowser, Inc. 1910 Fairview Ave. E Seattle, Washington 98102 ' Phone: (206) 324-9530 Jim Kleppe or John Finn ' 1. Site Utility Drawings (see Section 02221, Part 1, 1.03) 2. Building Foundation Plans for Excavation Areas. 3. Remedial Investigation Report, draft (including Appendices A through I) PACCAR Site Renton, Washington ' September 1, 1989 Prepared by Hart Crowser, Inc. 4. Feasibility Study Report, draft PACCAR Site Renton, Washington February 23, 1990 Prepared by Hart Crowser, Inc. ' 5. Draft Report of Geotechnical Engineering Design Study; and Supplemental Report ' Proposed Kenworth Renton Truck Plant January 29, 1990 Prepared by Hart Crowser, Inc. 00800-01 6. Plans and Specifications PCB Remediation and West Parking Lot Site, Houser Way Storm Sewer Bypass, and South Site Storm Sewer Interceptor Work May 31, 1991 7. Draft Consent Decree and Draft Cleanup Action Plan (CAP) Prepared by Washington State Department of Ecology June 1991 ' Review of site conditions is available by appointment: Contact: Mr. Claus Hackenberger Plant Services Manager ' PACCAR Inc. (206) 251-7514 *** END OF SECTION 00800 *** 00800-02 ' *** SECTION 00850 - DRAWING INDEX *** The following drawings are a part of this specification: ' HART CROWSER: Plan Sheet Title 1 Title Sheet and Site Location Plan 2 Excavation Location Plan and Cross Sections; Areas C-10, E-7, and H-8 3 Excavation Location Plan and Cross Sections; Areas C-2, F-3, and I-2 4 Excavation Location Plan and Cross Sections; Areas H-11, I-11, and J-12 5 Excavation Location Plan and Cross Sections; Areas J-5, J-8, M-8, 0-6, and O-8 6 Excavation Location Plan and Cross Sections; Areas N-1, Q-4, and U-1 and ' Alternate Metals Stockpile Area 7 Excavation Location Plan and Cross Sections; Areas Q-9, P-10, and V-9 ' 8 Metal and Hydrocarbon Soils Stockpile Plans and Cross Sections 9 Active Utilities and Temporary Waste-Water Discharge Site Plan and Details SSOE: Filling and Grading Plans (Reserved) ' *** END OF SECTION 00850 *** 00850-01 ' PHASE II ' DIVISION 1 - GENERAL ' *** SECTION 01010 - SUMMARY OF WORK *** PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Scope of work B. Location ' C. Existing site information D. CONTRACTOR use of facilities E. Future associated work .0 1 2 RELATED SECTIONS ' 00150 Schedule ' 1.03 SCOPE OF WORK A. Phase IIB - Provide the necessary supervision, project management, health and safety protection, labor, materials, equipment, tools, and appurtenances for performance of the specified work. Comply with the applicable codes, ' and all plans, drawings and specifications. In summary, the work involves the following general tasks: ' 1. Site Preparation - Mobilize required equipment and materials, set- up temporary office space, sanitary facilities, and storage areas, and establish necessary survey controls. Prepare site for construction and excavation. ' 2. Placement of treated soils from existing biotreatment units - Soil in land treatment units 2 and 3 which have been biotreated on site and which meet Department of Ecology requirements for use as on-site ' fill will be transported to and placed at the north end of the site. 01010-01 1 ' 3. Stockpile Preparation - Construct stockpile areas for storing of excavated materials. Stockpiles will be constructed in a staggered ' manner to facilitate excavation. 4. North End Excavation and backfilling - Excavate minimum quantitied soils, sediments, and debris in areas shown on plans and added areas as directed by the ENGINEER. Excavation areas will include metals and carcinogenic polycyclic aromatic hydrocarbons (CPAH) soils and north end petroleum hydrocarbon soils. Backfill areas with imported soil as excavations are completed. ' 5. Dew - Pump groundwater and accumulated stormwater from excavation pits into temporary wastewater holding tanks for disposal ' into the sanitary sewer. 6. Screening - Screen soils from excavations and portions of soils ' excavated during Phase I Paccar Parts Division (PPD) parking lot and storm drain construction. 7. Stockpiling - Stockpile soils from excavations in designated stockpile locations. ' 8. Demolition of north end asphalt and concrete slabs - This work will be done in preparation of placing fill at the north end of the site. ' Concrete slabs and foundation to a specified depth below ground will be demolished and may be crushed and placed on site or ' transported off site at CONTRACTOR's option. Asphalt will be hauled off site for recycling or disposal at an approved site. 9. North end structural fill cover - A structural fill cover will be placed in the north end of the site. Site grading will be required to prepare this area for acceptance of the fill. The minimum thickness of imported structural fill will be 1 foot. Fill may be placed at thicknesses greater than 1 foot to enable proper site drainage and t future site use. Future specifications will provide exact fill elevations. ' B. Phase III - It is anticipated that the successful CONTRACTOR for Phase II work will negotiate a proposal and conduct some or all Phase III work. In general, the Phase III work involves the following tasks: 01010-02 1. 1991 Hot spot treatment - This work will include on-site treatment and/or stabilization of soils excavated and stockpiled in Phase II work. Soils containing metals and CPAHs will be stabilized and placed on the site. Soils containing petroleum hydrocarbons will be treated in the south end of the site during 1992 and eventually ' placed on site. C. Phase IV - This work will be performed in 1992 and will consist of the following general tasks: t 1. South end excavation and backfilline - Work will be similar to that described in 1.03, A, 3, 4, 5, and 6, but will be performed at the remaining petroleum hydrocarbon areas in the southern portion of ' the site. 2. Demolition of south end asphalt and concrete slabs and building ' foundations - This work will be done in preparation of placing fill at the south end of the site. Demolition work will be performed as ' described above for the north end of the site. 3. South end structural fill cover - Fill will be placed as described for ' the north end, above. 4. 1992 Hot spot treatment - This work will include on-site treatment ' of petroleum hydrocarbon contaminated soils excavated and stockpiled in Phase II and IV work. Soils containing petroleum ' hydrocarbons will be treated and eventually placed on site. This work will occur from 1992 through 1994. 5. South-end drain line - Adjustments to catch basins may be made or additional drain lines may be installed in the south end of the site to facilitate remediation. Any soil excavated during pipeline trenching will be stockpiled, tested, treated on site if required, and placed on site, as directed. 1.04 SITE LOCATION ' The project site is located at 1400 N. 4th Street, Renton, Washington, as shown on HC Plan Sheet 1 and is between N. 4th and N. 8th St., and Garden Ave N. and Houser Way N. (vacated). Construction equipment access and haul route to the 01010-03 ' site are also shown on HC Plan Sheet 1. All ingress and egress for the site shall be through the north gate on Houser Way N. as shown on HC Plan Sheet 1. 1.05 EXISTING SITE INFORMATION PACCAR has been voluntarily participating in a Remedial Investigation/Feasibility Study (RI/FS) Process. Copies of the draft RI and FS reports are available for CONTRACTOR review in PACCAR and Hart Crowser offices as previously detailed in specification Section 00800. Drawings showing existing utilities and foundations are also on file at the above locations and at the project site (Mr. Claus Hackenberger, Plant Services Manager, 251-7514). Potential contractors are required to review these drawings ' and attend the pre-bid on-site meeting. Since this facility was active over 80 years, the utility and foundation drawings may not show all utilities and foundations or exact locations of utilities. See Utilities, Section 02221, and HC Plan Sheets 2 ' through 7 for location and handling procedures of active and inactive utilities. 1.06 CONTRACTOR USE OF FACILITIES Haul routes, site access, CONTRACTOR office areas, and temporary parking are shown on HC Plan Sheet 1. CONTRACTOR's activities shall be limited to these areas and the designated work areas. Three areas of the site (Building 1, the R & D area, and Building 17) are currently being used for PACCAR business activities. CONTRACTOR activities should not interfere or disturb those activities. If it appears that CONTRACTOR's work may affect those activities, the CONTRACTOR shall seek approval from PACCAR prior to commencing with such work. The work hours for this project are 6:30 a.m. to 5:00 p.m., Monday through Friday. Scheduled Saturday work shall only occur if 48 hours notice is given to PACCAR site manager. PACCAR will provide 24-hour site security during the course of this work. Only emergency work will be allowed after scheduled working hours or Sundays, with approval by PACCAR. *** END SECTION 01010 *** 01010-04 1 DIVISION 1 - GENERAL REQUIREMENTS *** SECTION 01100 - HEALTH AND SAFETY REQUIREMENTS *** PART 1 - GENERAL 1.01 PURPOSE ' A. This section specifies minimum requirements for the CONTRACTOR's Health and Safety Plan (H&SP) related to site activities. B. The CONTRACTOR shall be responsible for health and safety conditions related to the work to be performed on this contract at the project site. C. All applicable federal, state, and local regulations and codes relating to health and safety shall be adhered to by the CONTRACTOR. The rCONTRACTOR shall adhere to all applicable portions of WAC 296-62- 300, Hazardous Waste Operations and Emergency Response, as required. The CONTRACTOR shall adhere to all applicable requirements of the Washington Industrial Safety and Health Act, including, but not limited to physical hazards, trenching, electrical, ladders, fire safety, and accident reporting requirements. 1.02 POTENTIAL CHEMICAL HAZARDS A. Site Contaminants: Currently, the majority of the site is covered with clean fill, building foundation, or paving materials. Site activities may expose subsurface soil or groundwater contaminated with PAHs, metals (such as lead, arsenic, and chromium), PCBs, and petroleum hydrocarbons. Other metals and organic substances are known to exist in site groundwater or soils. At some site locations, groundwater may contain vinyl chloride and arsenic. Direct human contact or inhalation of these materials must be avoided wherever possible, or limited to allowable exposure levels. B. Potential Exposure Routes: 1. Inhalation: Airborne dust containing the above mentioned contaminants may be created during site excavation, construction, or remediation activities. Also, volatile components of the hydrocarbon contaminants may become airborne when exposed to sunlight, heat, 01100-01 r r or air. Precautions to prevent inhalation of hazardous materials will be included in the CONTRACTOR's Health and Safety Plan. ' 2. Skin and Eye Contact: Dusts generated during site work activities may settle on the skin or clothing of site workers. Also, workers may touch contaminated soils or groundwater in the normal course of their work. Precautions to prevent skin or eye contact with hazardous materials will be included in the CONTRACTOR's Health and Safety Plan. ' 3. Ingestion: Inadvertent transfer of site contaminants from hands or other objects to the mouth could occur if site workers eat, drink, smoke, chew tobacco, or engage in similar activities in contaminated areas. This could result in ingestion of site contaminants, potentially leading to illness. Precautions to prevent ingestion of hazardous materials will be included in the CONTRACTOR's Health and Safety Plan. C. Chemical Hazard Information: Table 1 lists the maximum concentrations of the primary site contaminants discovered on site to date, or reportedly used on site. The primary site contaminants in the PCB Soil and Sediment areas are PCBs, PAHs, petroleum hydrocarbons, and metals. The values in Table 1 do not necessarily reflect the maximum concentrations possible on the site or concentrations anticipated in work areas of this contract, nor all contaminants on site. The table also lists Permissible Exposure Limits (when available) for site contaminants in air. More detailed information is discussed in the following documents: Hart Crowser, 1989. Remedial Investigation Report, PACCAR Site, Renton, Washington. September 1, 1989. Hart Crowser, 1990. Feasibility Study Report, PACCAR Site, Renton, Washington. February 23, 1990. Hart Crowser, 1991. Soil Excavation Health and Safety Plan, PACCAR Renton Site, Renton, Washington. February 7, 1989, Revised March 15, 1991. 01100-02 Table 1 - Soil Contaminant Information Contaminant Actual Maximum PEL-TWA Notes Minimum Required Soil Concentration in mg/m3 Concentration in Soil in mg/kg in mg/kg to Achieve TLV/PEL* PAHs 1,100 0.2 Al (1) 6,667 PCBs 27 0.5 SK (2) 16,667 Arsenic 180 0.01 CA (5) 333 Cadmium 10 0.05 A2 (7) 1,667 Chromium 1,600 0.05 Al (4) 1,667 Lead 19,000 0.05 (3) 1,667 Nickel 330 1.0 (6) 1 33,333 Notes: Al Confirmed human carcinogen (American Conference of Governmental Industrial Hygienists [ACGIH]) A2 Suspected human carcinogen (ACGIH) SK Exposure increased by skin contact Washington Industrial Safety and Health Act (WISHA) CA Cancer Hazard (Washington Administrative Code [WAC] 296-62-07347) (1) Polynuclear aromatic hydrocarbons; threshold limit value (TLV) for coal tar pitch volatiles (WISHA) (2) Polychlorinated biphenyls; TLV for chlorodiphenyls (54 percent chlorine) (WISHA) (3) Permissible exposure limit (PEL) for lead, inorganic dusts and fumes, as Pb (WAC 296-62-07521) (4) TLV for chromium (VI) compounds, as Cr, certain water insolubles (WISHA) (5) PEL for inorganic arsenic, as As (WAC 296-62-07347) (6) TLV for nickel metal (WISHA) (7) TLV for cadmium and compounds as Cd (WISHA) * Assumes extremely heavy dust conditions of 30 mg/m3. Figures in this column with values greater than those in the second column (maximum soil concentration) do not represent a potential hazard to site workers by inhalation in dusty conditions. D. Summary of Toxicity Information Related to Site Contaminants 1. Polycyclic Aromatic Hydrocarbons: PAHs have been discovered in site soils in concentrations ranging from less than 0.01 up to 1,100 mg/kg. Human evidence exists that workers exposed to PAHs in industrial situations suffer a greater than expected rate of lung and kidney cancer. There are also animal studies which indicate the same types of tumors are caused by PAHs. The recommended TLV for PAHs (as coal tar pitch volatiles) is set at 0.2 mg/m3, and it is also listed as a recognized human carcinogen. 01100-03 Potential exposure to PAHs is indicated by airborne particulates (dust) to which PAHs adhere. (PID measurements do not provide an accurate indication of airborne PAHs.) In extremely dusty conditions, air concentrations of up to 30 mg/m3 of dust are possible. At that dust concentration, PAH levels in soil of 6,667 mg/m3 or greater would be necessary to exceed the TIN. Since this figure is greater than 1,100 mg/m3 (the maximum PAH concentration discovered on the site), risk is small. If no visible dust is present ' (dust does not exceed 10 mg/m3) then the TLV for PAHs will probably not be exceeded. Since PAHs are considered carcinogenic, ' exposure by all routes should be minimized. 2. Polychlorinated Biphenyls (PCBs): Prolonged skin contact with ' PCBs may cause acne-like symptoms, known as chloracne. Irritation to eyes, nose, and throat may also occur. Acute and chronic exposure can cause liver damage, and symptoms of edema, jaundice, anorexia, nausea, abdominal pains, and fatigue. If pregnant women accidentally ingest PCBs, stillbirth or infant skin and eye problems I may occur. PCBs are a suspected carcinogen. The Permissible Exposure Limit on an 8-hour Time Weighted Average (PEL-TWA) for PCBs with 54 percent chlorine content is 0.5 milligrams per cubic meter (mg/m3), while the PEL-TWA for PCBs with 42 percent chlorine is 1 mg/m3. Skin exposure may contribute significantly to uptake of these chemicals, and therefore all skin exposure should be strictly avoided. ' 3. Hydrocarbons: Many of the volatile components of petroleum hydrocarbons, such as are found in fuel oil and lacquer thinners, have similar health effects. Vapors may cause irritation of the eyes, ' nose, and throat. Repeated skin contact may dry and defat the skin, leading to dermatitis. Skin contact may also lead to dermal absorption, allowing entry of the chemicals into the body. Hydrocarbons may cause irritation if splashed in the eyes, and repeated exposure to high vapor concentrations may cause eye damage. Acute exposure to vapors may cause central nervous system depression and minor reversible effects on other body organs, such as the liver and kidneys. There is no single PEL for petroleum hydrocarbons. 01100-04 1 4. Arsenic: Trivalent arsenic compounds are corrosive to the skin, particularly on prolonged contact. The mucous membranes (eyes, 1 ears, nose, mouth, and respiratory mucosa) are subject to irritation from arsenic dust. The wrists and genitalia are other sites of dermatitis if hygiene is poor. Arsenic trioxide and pentoside are capable of causing skin sensitization and contact dermatitis. Arsenic has been cited as a possible cause of skin cancer. Inhalation of low levels of arsenic is characterized by progressive symptoms of: ► Weakness, loss of appetite, nausea, vomiting, heaviness of stomach, and diarrhea; ► Conjunctivitis, symptoms of mucous membranes and respiratory 1 system, perforation of the nasal septum, and skin lesions; and ► Symptoms of peripheral nerve damage in hands and feet, later paralysis, and possible liver damage. Arsenic may also cause lung and skin cancer. Washington State has ' established a PEL of 0.01 mg/m3 for arsenic. 5. Chromium: Chromium metal and insoluble chromium salts can affect the body if inhaled or swallowed. Ferrochrome alloys have been associated with lung disease in humans. Certain forms of hexavalent [chromium (VI)] compounds have been found to cause increased respiratory cancer among workers. Unless it can be demonstrated that no chromium (VI) compounds are present, chromium should be treated as a carcinogen. The PEL for total chromium is 0.5 mg/m3; it is 0.05 mg/m3 for chromium (VI) compounds. 6. Lead: Inorganic lead and its compounds (excluding lead arsenate) can cause a disease known as lead poisoning. This disease is hard to diagnose, but may include symptoms of decreased physical fitness, fatigue, sleep disturbances, headaches, aching bones and muscle, digestive symptoms (constipation), abdominal pains, and decreased appetite. These symptoms are reversible and complete recovery is 1 possible. 01100-05 i 1 i Severe exposure could cause anemia, pallor, a "lead-line" on the gums, and decreased hand-grip strength. Nerve damage may occur, ' with symptoms such as 'wrist-drop." These symptoms may be irreversible. Further damage can occur to the nervous symptoms and the kidneys. The PEL for lead is 0.05 mg/m3. 7. Cellosolve: Cellosolve is a trade name for ethylene glycol monoethyl i ether, or 2-ethoxyethanol. Cellosolve is mildly irritating to the skin. Vapor may cause conjunctivitis and upper respiratory tract irritation. Temporary corneal clouding may also result. Acute exposure could result in unconsciousness, pulmonary edema, and severe liver and kidney damage. Some glycol ethers have recently been implicated as potential reproductive hazards, such as reduction of male and female reproductive capacity, and birth defects. The PEL for 2- ethoxyethanol is 19 mg/m3, or 5 parts per million (ppm). 1.03 POTENTIAL DAILY PHYSICAL HAZARDS A. The PACCAR site currently has three operations on site at the Office Building 1, Building 17, and the R & D Building (See HC Plan Sheet 1). Other construction or demolition activities may take place during the duration of this contract. It is anticipated that new Kenworth Plant construction activity may begin as early as January 1992. The CONTRACTOR will be informed if other activities are subsequently planned. Existing and construction-generated physical hazards such as debris, pits, and construction activities may possibly cause safety-related concerns. Precautions to prevent construction-related hazards shall be addressed in the CONTRACTOR's Health and Safety Plan. B. The risk of fire due to site contaminants or construction activities is low, due to the absence of bulk fuel storage or combustible materials. Precautions to prevent fire shall be addressed in the CONTRACTOR's Health and Safety Plan. C. Use of impermeable protective clothing (tyvek suits, gloves, etc.) presents a high risk of heat stress. The use of these garments may reduce the ability of the body to cool off due to evaporation reduction. Precautions to prevent heat stress shall be addressed in the CONTRACTOR's Health and Safety Plan. i 01100-06 D. Notify PACCAR if unknown underground storage tanks, barrels, or other chemical containers are found. Stop work in the vicinity of the unknown container. Provide PACCAR with a remediation plan for the unknown container. Continue work only after approval of the remediation plan by PACCAR. E. CONTRACTOR's personnel shall not enter excavations with a depth greater than 4 feet unless excavation side walls are supported by a means of sufficient strength to protect employees. CONTRACTOR shall address excavation, trenching, and shoring precautions and requirements as specified in WISHA regulations Chapter 296-155, Part N, in CONTRACTOR's Health and Safety Plan. ' 1.04 PROJECT SAFETY COORDINATOR A. The CONTRACTOR shall retain an industrial hygienist certified by the American Board of Industrial Hygiene or another health and safety professional, as the Project Safety Coordinator (PSC). The PSC shall have at least two years of experience in the development and implementation of site-specific safety plans for hazardous waste site operations. B. Submittal: A copy of the PSC's certification and resume listing relevant hazardous waste experience shall be submitted by the CONTRACTOR to the ENGINEER prior to commencement of site activities. This submittal is for documentation purposes only, not for approval or disapproval by the ENGINEER. PART 2 - PRODUCTS 2.01 HEALTH AND SAFETY PLAN A. The CONTRACTOR's Project Safety Coordinator (PSC), in cooperation with the CONTRACTOR and subcontractors, as necessary, shall prepare a written site-specific Health and Safety Plan (H&SP) covering all site activities planned by the CONTRACTOR. B. The H&SP shall evaluate chemical and physical hazards anticipated on site, 1 and detail specific control measures to be used to maintain safety and health. The H&SP shall include safety procedures which shall be followed 01100-07 by all employees of the CONTRACTOR and subcontractors during any potentially hazardous site activities. C. Specific sections [and required sub-topics] of the plan shall include, but not necessarily be limited to, the following: 1 1. Emergency Procedures [emergency contacts and phone numbers; ' route to the nearest hospital; and procedures for first aid and emergency decontamination]; 2. Assignment of health and safety responsibilities on the job site [responsibility for ensuring adherence to the H&SP; performing safety recordkeeping; and verifying that baseline medical monitoring and training has been performed]; 3. Evaluation of the chemical and physical hazards anticipated on site [separately evaluated for each major task or job step anticipated under this contract]; r4. Air monitoring procedures [type(s) of direct-reading instrument(s) to be used to provide immediate feedback on site airborne contaminant ' levels; site action levels of airborne contaminants (volatile organic hydrocarbons and total dusts) to determine additional worker protection measures; and types and quantities of additional air samples to be taken to document employee exposure levels to specific contaminants during site activities]; 5. Protection measures for specific activities [specific protective gear to be used by site workers in each work zone, broken down by each ' specific major task or job step anticipated under this contract]; 6. Site control measures [description of the site work zones (exclusion zone, contamination reduction zone, support zone); site security; warning signs and barricades; and control of fugitive dust emissions]; 7. Special work requirements [special handling or safety precautions for contractor-introduced chemicals or equipment]; 8. Medical surveillance requirements [identification of individuals requiring medical monitoring; content of occupational health 01100-08 examination, per WAC 296-62-300; special medical tests to be performed for uptake of lead and arsenic; provider of emergency occupational exposure evaluation; and methods for employees to request special exams or consultation with a physician]; 9. Training requirements [per WAC 296-62-300, identification of individuals who have or will need 80, 40, or 24 hours of basic ' training; identification of supervisors who have or will need 8 hours of supervisor training; and procedures for verifying on-the-job, supervised training]; 10. Decontamination [methods for decontamination of contaminated personnel and contaminated equipment; and disposal procedures for ' contaminated wash water and clothing generated during site activities]; and ' 11. Recordkeeping [description of types of records to be kept, including but not limited to certificates of basic training and medical ' surveillance, daily logs of workers and visitors present at the site, attendance lists for those attending site-specific safety sessions, accident reports, air monitoring results, and signature of employees ' who have read the H&SP, indicating their reading and understanding of the H&SP]. D. Amendments to the CONTRACTOR's H&SP shall be made as necessary by the CONTRACTOR's PSC to include special work practices warranted ' by site conditions actually encountered. Special practices could include additional provisions for decontamination of personnel and equipment, and the use of any special equipment not covered in the initial plan. All individuals affected by such changes to the H&SP shall be informed of the nature of the changes prior to performing relevant work activities. E. Submittal: The CONTRACTOR's H&SP shall be submitted to the ENGINEER prior to initiation of site activities by the Contractor. This submittal is for documentation purposes only, not for approval or disapproval by the ENGINEER. However, the ENGINEER shall not permit site activities to begin unless a copy of the H&SP has been submitted to them. 01100-09 ' F. Submittal: Amendments to the CONTRACTOR's H&SP shall be submitted to the ENGINEER prior to initiation of activities influenced by ' the changes. This submittal is for documentation purposes only, not for approval or disapproval by the ENGINEER. ' 2.02 SITE-SPECIFIC TRAINING PROGRAM rA. The CONTRACTOR's PSC shall develop a site-specific training program intended for all employees working within the site. This program will ' include a course outline and handout materials. B. The site-specific training program shall consist of two parts: 1. The first art (approximately 1 hour duration shall be resented to P ( PP Y ) P all site employees prior to working at the site, whether working in tthe contaminated areas or not. This will cover the general content of the H&SP, as outlined above. ' 2. The second part (a minimum of 1 hour duration) will be for all workers who will perform activities in the exclusion zones or decontamination reduction zones. This program will cover in greater depth the specific elements of the H&SP related to performance of work with contaminated materials, specifically: Emergency Procedures ' Evaluation of the Hazards Air Monitoring Procedures Protection Measures for Specific Activities ' Site Control Measures Special Work Requirements Decontamination C. Submittal: The CONTRACTOR shall present a written copy of both Part 1 and Part 2 of the site-specific training program to the ENGINEER prior to initiation of instruction. This submittal shall consist of the instructor's name and credentials (if not the PSC), a detailed training program outline, ' any intended handout materials. This submittal is for documentation purposes only, not for approval or disapproval by the ENGINEER. 01100-010 i ' D. Submittal: The CONTRACTOR shall invite the ENGINEER's and PACCAR's representatives to attend a regular presentation of the training ' program. At least 2 (two) work days notice of the time, date, and location of the session(s) will be required. The ENGINEER and PACCAR may be so notified by fax or letter prior to the session. Neither the ENGINEER nor PACCAR will be charged by the CONTRACTOR for their representatives' attendance. PART 3. EXECUTION 3.01 HEALTH AND SAFETY PLAN ' A. The CONTRACTOR shall not commence any site activities until the H&SP, as described above, is prepared and documentation, as described ' above, is submitted to the ENGINEER. Start of work delays caused by CONTRACTOR's failure to submit the H&SP will be at their expense and will not extend the Contract Schedule (See Section 00150). B. A copy of the CONTRACTOR's Health and Safety Plan shall be posted in a prominent location at the job site, and all site employees shall read a 1 copy of the H&SP. C. All individuals expected to work on this site shall sign a statement that they have read and understood the CONTRACTOR's H&SP. D. Submittal: Copies of required certificates of basic health and safety training and documentation of medical surveillance per WAC-296-62-300 for all individuals expected to work on this site shall be submitted to the ENGINEER prior to commencement of site activities. Start of work delays caused by the CONTRACTOR's failure to submit this documentation will be at their expense and will not extend the contract schedule (see Section 00150). E. Submittal: Copies of all site health and safety records, as specified in the H&SP, and as detailed in Part 2, above, shall be submitted to the ENGINEER at the close of the project. Final payment to the ' CONTRACTOR will be withheld until all relevant health and safety records have been delivered to the ENGINEER. 01100-11 ' 3.02 SITE-SPECIFIC TRAINING PROGRAM A. The CONTRACTOR shall not commence any site activities until the site- specific training, as described above, is prepared and documentation, as described above, is submitted to the ENGINEER. Site activities shall not begin until the site-specific training is completed. ' B. Only individuals who have successfully completed all parts of the site- specific training program will be allowed to enter the exclusion zones and contamination reduction zones of the site to perform work. C. All individuals expected to work on this site will sign an attendance form indicating that they have attended the CONTRACTOR's site-specific health ' and safety training. D. Submittal: The CONTRACTOR shall submit site-specific training ' attendance forms to the ENGINEER prior to commencement of site activities. Start of work delays caused by CONTRACTOR's failure to ' submit documentation of site-specific training will be at their expense and will not extend the Contract Schedule (see Section 00150). *** END OF SECTION 01100 *** 01100-12 *** SECTION 01200 - PROJECT MEETINGS *** PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Pre-construction meeting ' B. Weekly meetings 1.02 RELATED SECTIONS 00150 Schedule ' PART 2 - PRODUCTS ' (Not Applicable) ' PART 3 - EXECUTION A. The CONTRACTOR shall attend a pre-construction meeting. Meeting ' shall be held within 7 days after verbal award of contract. The construction schedule shall be submitted prior to or at this meeting. B. Weekly project meetings will be held on site each Thursday, 9:00 a.m., among the CONTRACTOR, PACCAR, and the ENGINEER. Representatives of the Washington State Department of Ecology, the City of Renton, or METRO may also be present. *** END OF SECTION 01200 *** 01200-01 *** SECTION 01300 - SUBMITTALS *** ' PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Submittal Procedures B. Construction Schedule ' C. CONTRACTOR Daily and Weekly Reports D. Proposed Products List E. Product Data F. Samples G. CONTRACTOR Health and Safety Documents ' H. Spill Prevention Control and Countermeasures (SPCC) Plan I. CONTRACTOR Work Plan J. Contract Completion K. As-Built Surveys ' 1.02 RELATED SECTIONS 01100 Health and Safety Requirements 01500 Temporary Facilities 01560 Environmental Protection 01700 Project Closeout ' DIVISION 2 - PHASE II SITE WORK ' DIVISION 2 - SITE WORK ' 1.03 SUBMITTAL PROCEDURES A. Transmit required submittals to PACCAR by deadline specified for each submittal. B. Sequentially number each submittal (Revisions to previous submittal shall have same submittal number and also have revision number and date). ' C. CONTRACTOR shall not commence work on any task and shall not order any equipment or materials, if such action is subject to the submittal i 01300-01 ' process, until a fully executed approval of CONTRACTOR's submittal package has been issued by PACCAR and/or ENGINEER. 1.04 CONSTRUCTION SCHEDULE ' A. Submit construction schedule within 7 days after Notice to Proceed. ' B. Revise and resubmit after PACCAR review, and during progress of work, if required. C. Construction schedule shall include: ► Bar chart with separate lines for each major activity; ' ► Start and completion dates for each activity; and P. Submittal dates for other submittals as required below. ' 1.05 CONTRACTOR DAILY AND WEEKLY REPORTS ' A. Daily Reports shall be prepared by the CONTRACTOR noting: ► Equipment and personnel on site (by name) for each work area; ' ► Activities conducted that day; and P. Work conducted that is approved by PACCAR that are outside lump sum portion of this contract. ' ► Copies of trip tickets for material taken off site or brought on site by CONTRACTOR; ' ► Originals of all disposal manifests, waste profiles, and record of fee payments for off-site hazardous waste disposal; Daily reports shall be submitted to PACCAR by 9:00 a.m. on the subsequent work day. B. Weekly reports shall be prepared by the CONTRACTOR noting: No. Summary of work completed that week; No. Work planned for the following week; ► Updated and revised construction schedule; and ' ► Scope of Work conducted that week and quantities that are approved outside lump sum portion of this contract. 01300-02 ' Weekly reports shall address the above-mentioned items for the period of the preceding Thursday through Wednesday and be submitted by 9:00 a.m. ' on Thursday at the weekly project meeting. 1.06 CONTRACTOR's CHANGE ORDERS ' Estimates in response to PACCAR's field change orders shall be submitted ' by the CONTRACTOR to PACCAR noting: ► The proposed scope of work to be conducted outside the lump sum ' portion of this contract including the type of work, location, quantities, dates, and times. ' CONTRACTOR shall not start change order work prior to receiving written approval from PACCAR unless such work is required to prevent imminent loss of life or property or to prevent personal injury to anyone at ' the site, or to prevent the contamination of air, soil, surface waters, groundwaters, or PACCAR property. If work is required by the ' CONTRACTOR for the purposes noted immediately above, CONTRACTOR is authorized to perform such work and will be compensated for such activity provided that PACCAR and/or ENGINEER ' are notified of the ongoing circumstances as soon as possible. 1.07 PROPOSED PRODUCTS LIST AND DATA A. Submit list of major products proposed for construction with name of manufacturer or supplier and requisite description or documentation indicating compliance with technical specifications. B. The product list below is a summary; additional product data may be required by PACCAR or the ENGINEER or within the technical specifications of this work. Product List Import Soil Backfill Reinforced Plastic Sheeting ' Geotextile Sandbags Rigid Pipe 01300-03 Flexible Pipe Hose ' Temporary Wastewater Holding Tank Pumps Flowmeter ' 1.08 SAMPLES iA. Submit samples as listed below for PACCAR review or independent testing. ' B. Samples shall be submitted after approval of product list and at least 14 days prior to use on site. No product given in the below sample list shall ' be acquired for use on site or used on site until PACCAR approval of the submitted sample is given. ' C. Sample list: ' Import Soil Backfill Reinforced Plastic Sheeting Sandbags ' Geotextile 1.09 Upon request of PACCAR and the Washington State Department of Ecology ' (Ecology), the CONTRACTOR shall make all non-privileged, non-archived records available to PACCAR and Ecology, and allow access for review. All non- privileged, archived records shall be made available to PACCAR and Ecology within a reasonable period of time. PACCAR and Ecology agree, to the extent permitted by law, to maintain the confidentiality of any proprietary information requested. 1.10 CONTRACTOR HEALTH AND SAFETY A. Per specification Section 01100, the CONTRACTOR is required to provide the following submittals (refer to Section 01100 for details): ► CONTRACTOR's Health and Safety Plan (with amendments as ' necessary); ► CONTRACTOR's Health and Safety training program with notification of time, date, and location; and 01300-04 ' ► Health and Safety documentation, basic training certificates, and site- specific training attendance forms. ' 1.11 SPILL PREVENTION CONTROL AND COUNTERMEASURE (SPCC) PLAN Per specification of Section 01560, the CONTRACTOR shall provide an SPCC Plan (refer to Section 01560 for details). 1.12 CONTRACTOR WORK PLAN Per specification of Section 01400, Contractor shall provide a Work Plan. 1.13 CONTRACT COMPLETION ' A. The CONTRACTOR shall be required to submit documentation of completion of punchlist items provided to it by PACCAR or ENGINEER. Final contract payment will occur after receipt and agreement on completion of punchlist items by PACCAR or ENGINEER. ' 1.14 AS-BUILT SURVEYS ' Provide as-built surveys per Section 01400 (3.03) prior to project closeout. ' *** END OF SECTION 01300 *** 01300-05 ' *** SECTION 01400 - QUALITY CONTROL *** ' PART 1 - GENERAL 1.01 PURPOSE ' A. This section describes the general quality control requirements for this work. B. This section specifies minimum requirements for the CONTRACTOR s Work Plan related to site activities. PART 2 - PRODUCTS ' 2.01 WORK PLAN A. The CONTRACTOR shall prepare a written site-specific Work Plan covering all site activities planned by the CONTRACTOR, including t excavation, utilities abandonment and/or reconnection, backfilling, stockpiling, and water disposal. ' B. The Work Plan shall describe the specific pieces of equipment and number and role of personnel the CONTRACTOR will use to complete this work. It shall demonstrate how these equipment and personnel will meet the ' schedule specified in Section 00150. It shall indicate the quantities of material to be excavated, hauled, and stockpiled each day. PART 3 - EXECUTION 3.01 GENERAL QUALITY OF WORK A. The entire work shall be done in accordance with these plans and technical ' specifications. ' B. All materials supplied for this project shall be of new manufacture, conforming to the standards set forth in these specifications, free from defects in workmanship or material, and intended by the manufacturer for the planned use. The CONTRACTOR shall follow manufacturer's instructions for product use and installation. 01400-01 ' C. PACCAR or the ENGINEER will inspect the workmanship and materials furnished and delivered and is empowered to reject and refuse all labor, ' materials, methods of application, or any part thereof which does not comply in kind or quality with these Plans and Specifications. D. The CONTRACTOR's work may be inspected by representatives of the Washington State Department of Ecology, the City of Renton, and METRO. 3.02 CONTRACTOR WORK PLAN 1 A. The CONTRACTOR shall not commence any site activities until the Work Plan is submitted and approved by PACCAR. Start of work delays caused ' by CONTRACTOR's failure to submit the Work Plan will be at their expense and will not extend the Contract Schedule (See Section 00150). ' B. A copy of the Work Plan shall be posted in a prominent location at the job site, and all site employees shall read a copy of the Work Plan. ' C. The CONTRACTOR is responsible for maintaining good housekeeping in temporary facilities areas. Rubbish shall be deposited in containers and ' disposed of properly. 3.03 SURVEYING (To be provided by SSOE) *** END OF SECTION 01400 *** 01400-02 ' *** SECTION 01500 - TEMPORARY FACILITIES *** ' PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Description of temporary facilities including CONTRACTOR office, sanitary facilities, and truck and oversize debris cleaning area. 1.02 RELATED SECTIONS ' 01100 Health and Safety Requirements 02100 Preparation of Excavation Areas PART 2 - PRODUCTS ' (Not Applicable) ' PART 3 - EXECUTION 3.01 CONTRACTOR OFFICE AND SANITARY FACILITIES ' A. The locations of the CONTRACTOR's office, sanitary facilities, and temporary parking are shown on HC Plan Sheet 1. CONTRACTOR shall ' provide a minimum of one phone and one fax on separate lines. ' B. The CONTRACTOR shall provide their office and sanitary facilities. Sanitary facilities shall be as defined by the CONTRACTOR's Health and Safety Plan and other applicable requirements and regulations. Portable toilets shall be available for CONTRACTOR, ENGINEER, and PACCAR use. ' C. PACCAR will provide access to 110V and 220V electrical supply and domestic water for the CONTRACTOR's office and sanitary facilities only. ' The CONTRACTOR is responsible for permits and hook-ups to electrical and water utilities. ' D. The CONTRACTOR shall allow use of their office and sanitary facilities, including personal decontamination areas by PACCAR, the ENGINEER, and site visitors. 01500-01 ' 3.02 WATER SUPPLY FOR TRUCK WASH ' A. The CONTRACTOR is responsible for all connections to the City of Renton fire hydrant at the R&D Building to provide water for truck wash operations as specified in Sections 01550 and 02100. ' 3.03 INSTALLATION OF TEMPORARY ABOVE GROUND FUEL TANK ' Installation of temporary above ground fuel tank shall be completed prior to start of excavation activities. A. The location of the CONTRACTOR's temporary above ground fuel tank is shown on HC Plan Sheet 9. The tank shall be located on an existing ' 12'w x 361 x 4'h concrete slab, located near Houser Gate. The CONTRACTOR shall provide one 1,000-gallon double wall diesel fuel tank and materials for installation. S B. Construct concrete berm d around n edge of existing concrete slab in accordance with details on HC Plan Sheet 9. Fill berm area with clean water to test watertightness for 24-hour period. Provide hand or electric pump to allow for berm area drainage. ' C. Install diesel tank and tank stand as shown on HC Plan Sheet 9. ' 3.04 OTHER ' A. The CONTRACTOR is responsible for providing temporary electrical supply to areas other than their office area. ' B. The CONTRACTOR is responsible for all trash collection and disposal of trash generated by their operations. ' C. CONTRACTOR is responsible for maintaining good housekeeping. Rubbish, including but not limited to, personal protective equipment (PPE) shall be contained and properly disposed of at project completion, and at CONTRACTOR's expense. ' *** END OF SECTION 01500 *** 01500-02 1 1 ' *** SECTION 01550 - PERMITS *** ' PART 1 - GENERAL 1.01 GRADING PERMIT ' PACCAR will obtain the required grading and fill permit from the City of Renton. 1.02 TEMPORARY WASTEWATER DISCHARGE PERMIT PACCAR will obtain the required sewer discharge permit from METRO. ' 1.03 HAULING PERMITS ' The CONTRACTOR shall obtain all permits required for all hauling as specified in Sections 02100 and 02220. 1.04 HYDRANT PERMIT The CONTRACTOR shall obtain the required permit for temporary use of hydrants from the City of Renton. 1.05 UTILITIES FOR TEMPORARY FACILITIES The CONTRACTOR shall obtain all permits required for water, telephone, and electricity used by CONTRACTOR's offices. Equipment necessary for utility connections (meters, valves, etc.) will be provided at CONTRACTOR's expense. t1.06 DEMOLITION PERMITS Permits for demolition will be obtained by PACCAR. ' 1.07 UTILITIES IMPACTED BY EXCAVATION PACCAR will acquire permits associated with utilities encountered during ' excavation. *** END OF SECTION 01550 *** 01550-01 ' *** SECTION 01560 - ENVIRONMENTAL PROTECTION *** ' PART 1 - GENERAL 1.01 SECTION INCLUDES A. Description of required environmental protection for the control of: ' P. Dust; ► Soil erosion; ' ► Materials in abandoned diesel utility lines; ► On-site spills from CONTRACTOR activities; P. Soil adhering to construction equipment leaving site; ' ► Protection of monitoring wells; and ► Abandonment of monitoring wells. ' B. Emergency Response Plan ' 1.02 RELATED SECTIONS 01500 Temporary Facilities ' PART 2 - PRODUCTS ' 2.01 SPILL PREVENTION CONTROL AND COUNTERMEASURES (SPCC) PLAN A. The CONTRACTOR shall develop a plan for Spill Prevention Control and Countermeasures (SPCC) and submit for approval prior to start of work, to PACCAR's on-site representative. ' The plan shall include: 1. A listing of all vehicles, materials, equipment, and personnel to be used in the event of a spill of contaminated soil, petroleum product, or water. 2. The emergency SPCC plan shall encompass all steps the CONTRACTOR will take in the event of a spill or other emergency. ' 01560-01 B. The CONTRACTOR shall provide as a minimum the following spill response materials during the duration of intrusive activities ' 1. Twelve U. S. Department of Transportation type 17H open-top drums with 5/8-inch-diameter bolts. 2. Two pallets of Sorball� 25 bags each. P � g ' 3. Four bails of 3/8-inch-thick absorbent pads. ' 4. Six absorbent booms 6 inches in diameter by 10 feet long. 5. Twenty-five straw bails. ' 6. MSDS information sheets for all applicable materials brought on site PP g ' by CONTRACTOR, as described in Section 00600. PART 3 - EXECUTION ' -3.01 DUST CONTROL ' A. Prevent all fugitive emissions of soil during excavation, screening, stockpiling, or hauling. No visible dust will be allowed. If in the opinion of PACCAR or the ENGINEER visible dust is being generated by ' CONTRACTOR, CONTRACTOR may be instructed to cease these operations until PACCAR has approved the CONTRACTOR's plan to control dust. PACCAR shall not be charged for CONTRACTOR's cost for ceasing operation, and project schedule shall not be extended. B. Provide water truck for spraying excavations, haul roads, and graded areas to prevent visible dust at all times. Spraying may be necessary in evenings and weekends even if CONTRACTOR is not working, as directed by ' PACCAR. ' C. CONTRACTOR shall provide water for water trucks at the City of Renton hydrant at the R & D Building. 01560-02 ' 3.02 SOIL EROSION ' A. Control soil erosion due to precipitation runoff or run-on to or from excavations, stockpiles, graded areas, or other soil areas exposed or disturbed by CONTRACTOR activities. Use berms, surface water control, straw bails, temporary visqueen covers, or other means specified in the Erosion Control Plan. ' B. CONTRACTOR shall control soil erosion in accordance with the Erosion Control Plan, attached to these specifications. ' 3.03 CONTROL OF PETROLEUM HYDROCARBONS IN EXISTING UTILITIES ' A. A subsurface network of abandoned petroleum hydrocarbon pipelines (including diesel fuel) exists at the site. The CONTRACTOR shall be ' prepared to control any spills resulting from excavating pipelines with remaining petroleum hydrocarbon product, and remove product remaining in the pipelines. CONTRACTOR shall conduct pipeline removal activities ' to allow minimal or no product spillage or release (see related Section 02221). B. The CONTRACTOR shall use procedures and products listed below in Paragraph 3.04 of this section. C. The CONTRACTOR shall clean any pipeline contaminated with petroleum hydrocarbons and dispose of or recycle as directed by PACCAR. Any ' recovered product shall be placed in drums or other containers approved by PACCAR, for disposal by PACCAR. ' 3.04 CONTROL OF SPILLS FROM CONTRACTOR ACTIVITIES 1 A. The CONTRACTOR is responsible for control and cleanup of soil, water, or other material resulting from spills, accidents, or other events during this work that are not associated with existing site conditions. All work ' associated with the above shall be at the CONTRACTOR's expense. B. The CONTRACTOR shall follow the approved Spill Prevention Control ' and Countermeasures (SPCC) Plan in addressing all spills. ' 01560-03 1 ' C. To the degree possible, the CONTRACTOR shall segregate contaminated soil, petroleum product, and water, in accordance with approved SPCC ' Plan. 3.05 CONSTRUCTION EQUIPMENT WASHING ' A. All construction equipment that has operated on the site (including all P ( g ' trucks, drying equipment, and vehicles, etc.) shall be washed to remove soil adhering to the equipment prior to leaving the site. B. All washing shall be done at designated truck washing areas (see related Sections 01500 and 02100). ' C. All wash water and soil resulting from equipment washing shall be controlled, collected, and properly disposed of with approval of PACCAR or the ENGINEER. 3.06 PROTECTION OF MONITORING WELLS ' CONTRACTOR shall avoid damage to monitoring wells at the site as shown on the attached HC Plan Sheets. Wells damaged by CONTRACTOR shall be ' abandoned and/or repaired or replaced to meet or exceed original conditions at CONTRACTOR's expense by a licensed well contractor approved by PACCAR. Plans for abandonment, repair, or replacement shall be approved by the ' ENGINEER prior to repair or replacement. ' 3.07 ABANDONMENT OF MONITORING WELLS Where indicated, monitoring wells shall be abandoned by CONTRACTOR ' according to The Minimum Standards for Construction and Maintenance of Wells, Chapter 173-160-560 WAC. Abandonment of monitoring wells shall be completed prior to startup of excavation activities in the subject excavation area location. ENGINEER shall be present during well abandonments. ' 3.08 ENVIRONMENTAL EMERGENCY NOTIFICATION A. For environmental emergencies not covered by other sections of this specification or CONTRACTOR Health and Safety Plan, the CONTRACTOR shall stop work and immediately notify: 01560-04 ► PACCAR on-site representative: ' Mr. Claus Hackenberger Phone: 954-4796 Fax: 251-7890 ' ► ENGINEER's on-site representative ' ► PACCAR corporate environmental contact: Mr. Bob Butler ' Phone: 455-7435 Fax: 453-4900 ' or, only if none of the above are available: ' No City of Renton Fire Department - 911 ► Washington State Department of Ecology ' Mr. David South Phone: 649-7200 Fax: 649-7908 *** END OF SECTION 01560 *** 01560-05 *** SECTION 01700 - PROJECT CLOSEOUT *** PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Closeout procedures B. Final cleaning PART 2 - PRODUCTS (Not Applicable) ' PART 3 - EXECUTION ' 3.01 CLOSEOUT PROCEDURES ' A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for PACCAR's and the ENGINEER's ' inspection. B. Provide submittals to ENGINEER and PACCAR that are required by these Plans and Specifications. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, a summary of change orders, and sum remaining due. ' 3.02 FINAL CLEANING A. Execute final cleaning prior to final inspection. ' B. Clean all site areas used by CONTRACTOR; sweep paved areas used by CONTRACTOR. Sweepings shall be hauled to a location(s) designated by PACCAR or the ENGINEER. 01700-01 t ' C. Wash at the truck wash area all construction equipment used for excavating, hauling, grading, compacting, or other subsurface work prior to ' leaving the site. D. Clean out and dispose of tank sludge per Section 02224. Wash and triple ' rinse with clean water temporary wastewater holding tanks and all non- disposable materials and equipment which were in contact with wastewater. ' E. Remove and properly dispose of all waste and surplus materials, rubbish, and temporary construction facilities used at the site. *** END OF SECTION 01700 *** 1639-20/PHS-IIB.01/7/15/91 01700-02 PHASE II DIVISION 2 - SITE WORK t *** SECTION 02070 - NORTH SITE FILLING AND GRADING ' (Reserved - to be provided by SSOE) 1 *** END SECTION 02070 *** 02070-01 PHASE II DIVISION 2 - SITE WORK *** SECTION 02100 - SITE PREPARATION *** PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Clearing and grubbing ' B. Preparation of haul route C. Preparation of excavation areas D. Construction of soil berms around soil excavation areas E. Transport and placement of soils from Land Treatment Areas 2 and 3. F. Fence removal and replacement. 1.02 RELATED SECTIONS 01560 Environmental Protection 02223 Backfilling ' 02224 Dewatering PART 2 - PRODUCTS 2.01 HAUL ROUTE A. Provide imported soil backfill for fill areas (acceptable imported soil backfill is specified in Section 02223). B. Soil for berms and truck ramps using material defined in Section 02223 - Backfilling. 02100-01 PART 3 - EXECUTION 3.01 CLEARING AND GRUBBING A. Remove all loose concrete, timber, rock, rubbish, debris, and vegetation (including shrubs) from the area within the limits of the excavations, berms, and the stockpile areas (as shown on HC Plan Sheets 2 through 7). Vegetation should be free of soil prior to transport and disposal. CONTRACTOR shall rake and remove vegetation and other organic materials from top 6" of soil. B. Dispose of off-site in legal manner all cleared and grubbed materials. 3.02 PREPARATION OF HAUL ROUTE A. Prepare haul route by filling areas shown on HC Plan Sheets 1 through 8. Use imported soil backfill. 3.03 PREPARATION OF EXCAVATION AREAS A. ENGINEER will measure and stake limits of excavation and stockpile areas as shown in HC Plan Sheets 2 through 7 for each excavation area location. Confirm locations with ENGINEER prior to proceeding with work. B. Remove all surface pavement including roadways, concrete pavements, foundations, concrete slabs, timber, and rock from within the limits of excavation shown on HC Plan Sheets 2 through 7, or to alternate limits defined by PACCAR or ENGINEER. Remove surface pavement to account for maintenance of excavation side walls per Section 02220 (3.01) (G)- ' Haul all removed pavement materials to St -p Stockpile HC 1 as located on HC Plan Sheet 8. Temporarily stockpile materials as specified in Section 02282. CONTRACTOR is responsible for prevention and cleanup of spills in accordance with the Spill Prevention Control and Countermeasure Plan specified in section 01560. Cleanup of spills will be at CONTRACTOR's expense. 02100-02 3.04 BERMS AND BERM TRUCK RAMPS A. Construct berm around excavation area locations and stockpiles, in accordance with HC Plan Sheets 2 through 8. CONTRACTOR may elect to: 1. Construct berms by grading native soil from the top one foot of existing surface into berms, OR 2. Construct berms using imported soil backfill (acceptable imported ' soil backfill is specified in Section 02223). Soil material used for the berms shall be approved by the ENGINEER prior to placement. B. Construct truck ramps over soil berms as shown on HC Plan Sheets 2 through 8. Care shall be taken to prevent damage to soil berm during placement and use of the ramps. Damage to ramps or berms by CONTRACTOR shall be repaired by CONTRACTOR. 3.05 TRANSPORT AND PLACEMENT OF LAND TREATMENT UNITS 2 AND 3 SOILS A. Transport and place biotreated soils (3,500 cubic yards) for use as on-site fill at locations at the north end of the site. Specific locations for placement will be determined by PACCAR at the time of placement. 3.06 FENCE REMOVAL AND REPLACEMENT A. Remove the two portions of existing chain link fence which are across excavation areas H-11 and I-11. r *** END SECTION 02100 *** 02100-03 *** SECTION 02220 - EXCAVATION, SCREENING, AND HAULING *** PART 1 - GENERAL 1.01 SECTION INCLUDES A. Demolition of asphalt or concrete overlying areas to be excavated. iB. Excavation of materials with heavy-metal residues, petroleum hydrocarbons, and PAH compounds. C. Sequence of stockpile area construction. ' D. Hauling of excavated materials to on-site stockpile areas. E. Screening of excavated soil to remove debris. 1.02 RE LATED SECTIONS 02223 Backfilling 02224 Dewatering 02282 Stockpiling PART 2 - PRODUCTS 2.01 EXCAVATION A. Provide barricades and yellow "CAUTION' tape or temporary fencing for excavation area and exclusion zone. B. Provide emergency imported soil backfill specified in Section 02220, Part 3, Item D. PART 3 - EXECUTION 3.01 EXCAVATION AND SEQUENCE OF STOCKPILE AREA CONSTRUCTION A. Place and maintain barricades with yellow "CAUTION' tape around entire perimeter of areas under excavation activity. 02220-01 B. The CONTRACTOR shall not begin excavation at a location until the ENGINEER has set stakes or approved the placement of stakes and tape to locate and/or outline the excavation area. The ENGINEER will occasionally inspect materials taken from and remaining in the excavations. C. Excavations shall be completed and backfilled by October 23, 1991. D. Remove pavement slabs or foundation from each excavation area up to a minimum depth of 2 feet. Cut off structures at a depth of 2 feet. Concrete in areas of building footings and floors is generally 4 to 8 inches thick with doublemat rebar spaced approximately 1 foot on center. Concrete under and adjacent to railroad tracks is generally 4 to 18 inches thick. E. Excavation at each location area and construction of stockpile areas shall proceed in the following order, unless directed by PACCAR or ENGINEER. Stage excavation and backfilling operations to avoid excess pumping of groundwater, per the PACCAR-approved CONTRACTOR's Work Plan specified in Section 01400. CONTRACTOR shall schedule his work such that no ditches or holes are left open below the groundwater seepage level during weekends or holidays. 1. Prepare hydrocarbon-soils Stockpile HC-2 as specified in Section 02282. 2. Excavate soils from area H-11 to a depth of 4 feet to limits shown on HC Plan Sheet 4. Haul and place excavated soils in the hydrocarbon-soils Stockpile HC-2 shown on Sheet 8. 3. Prepare northernmost 120 feet of metals Stockpile HM-1 as specified in Section 02282. 4. Excavate soils from area J-12 to a depth of 8 feet to limits shown on HC Plan Sheet 4. Haul and place excavated soils to and stockpile in the metal-soils Stockpile HM-1 as shown on Sheet 8. 5. Excavate soils from area I-11 to a depth of 7 feet to limits shown on HC Plan Sheet 4. Haul and place excavated soils in the metal-soils Stockpile HM-1 as shown on Sheet 8. 02220-02 6. Prepare remaining portions of metals Stockpile HM-1 as specified in Section 02282. ! 7. Excavate soils from area C-10 to a depth of 5 feet to limits shown on HC Plan Sheet 2. Haul and place excavated soils in the metal- soils Stockpile HM-1 as shown on Sheet 8. 8. Excavate soils from area H-8 to a depth of 3 feet to limits shown on HC Plan Sheet 2. Haul and place excavated soils in the metal-soils Stockpile HM-1 as shown on Sheet 8. ! 9. Excavate soils from area J-8 to a depth of 3 feet to limits shown on HC Plan Sheet 5. Haul and place excavated soils in the metal-soils Stockpile HM-1 as shown on Sheet 8. 10. Excavate soils from area J-5 to depths of 51/2 and 71/2 feet to limits shown on HC Plan Sheet 5. Haul and place excavated soils in the hydrocarbon-soils Stockpile HC-2 shown on Sheet 8. 11. Excavate soils from area E-7 to a depth of 31/2 feet to limits shown on HC Plan Sheet 2. Haul and place excavated soils in the metal- soils Stockpile HM-1 as shown on Sheet 8. 12. Excavate soils from area F-3 to a depth of 3 feet to limits shown on HC Plan Sheet 3. Haul and place excavated soils in the metal-soils Stockpile HM-1 shown on Sheet 8. ' 13. Excavate soils from area C-2 to a depth of 4 feet to limits shown on HC Plan Sheet 3. Haul and place excavated soils in the metal-soils Stockpile HM-1 shown on Sheet 8. 14. Excavate soils from area I-2 to a depth of 3 feet to limits shown on HC Plan Sheet 3. Haul and place excavated soils in the metal-soils Stockpile HM-1 shown on Sheet 8. 15. Excavate soils from area M-8 to a depth of 61/2 feet to limits shown on HC Plan Sheet 5. Haul and place excavated soils in the metal- soils Stockpile HM-1 shown on Sheet 8. 02220-03 1 16. Excavate soils from area 0-8 to a depth of 7 feet to limits shown on HC Plan Sheet 5. Haul and place excavated soils in the metal-soils Stockpile HM-1 shown on Sheet 8. 17. Excavate soils from area N-1 to a depth of 2'/z feet to limits shown on HC Plan Sheet 6. Haul and place excavated soils in the metal- soils Stockpile HM-1 shown on Sheet 8. CONTRACTOR shall protect active fire mains in excavation area. 18. Excavate soils from area V-9 to a depth of 3 feet to limits shown on HC Plan Sheet 7. Haul and place excavated soils in the metal-soils Stockpile HM-1 shown on Sheet 8. 19. Prepare hydrocarbon-soils Stockpile HM-1 as specified in Section 02282. F. Concrete, timber, rock, rubbish, debris, or vegetation encountered during excavation shall be collected and stockpiled separately in Stockpile HC-1. Remove all soil or fill material from rubbish and debris prior to stockpiling. G. Excavation limits shown on HC Plan Sheets 2 through 7 are minimum dimensions at the depths indicated. H. Maintenance of temporary excavation side walls is the responsibility of the CONTRACTOR. The CONTRACTOR is responsible for sloping back excavations to protect adjacent buildings and utilities, and to provide suitable platforms for construction equipment as specified in Section 01100. I. PACCAR and/or ENGINEER may order excavation activities to terminate before the limits (shown on the plans) are achieved. Such termination of excavation may occur if excavations encounter natural silt layer, show soil types not anticipated to be contaminated, debris, or unanticipated utilities that may make further excavation impractical or unnecessary, or other excavation conditions that warrant termination of excavation. J. Allow for periodic sampling of contents of excavator bucket by the ENGINEER. 02220-04 K. ENGINEER will conduct verification sampling of excavation area sidewalls and bottom soils at each location, following any excavation activities. L. After collection of samples by the ENGINEER, CONTRACTOR shall proceed as follows: 1. If groundwater is resent in the excavation, backfill the excavation g P with clean fill to the elevation of groundwater. 2. If groundwater is not present in the excavation, the excavation will remain open until receipt of results of verification sampling. 3. CONTRACTOR may proceed to next excavation area and begin excavations specified in 3.01(F) above. M. Allow a maximum of 72 hours for ENGINEER to obtain sample analysis rresults. N. Based on sample results, PACCAR and/or ENGINEER may implement a Field Change Order to increase the excavation volume under this contract. CONTRACTOR shall implement the change into the approved Work Plan. O. When analysis results indicate the excavation limits have been achieved, PACCAR and/or ENGINEER will direct the excavation be backfilled as specified in Section 02223. P. Groundwater should be anticipated at all depths of excavation. Remove and collect groundwater and surface water within excavations as specified in Section 02224. Q. Provide stockpile of imported soil backfill (100 cubic yards) on site during any excavation for emergency placement into excavation. Use imported soil backfill as specified in Section 02223. If this backfill is not used, it shall remain on site at the completion of work. 3.02 HAULING AND DISPOSAL A. Provide all hauling and disposal permits, waste profiles (for Dangerous Waste only), manifests, and fees for PACCAR and Department of Ecology- approved disposal facilities. Manifests will be signed by PACCAR. 02220-05 B. Haul excavated hydrocarbon and heavy metal containing soils along defined and prepared haul routes and site access locations to stockpile areas as shown on HC Plan Sheet 1 and identified in this section. Temporarily stockpile materials as specified in Section 02282. CONTRACTOR is responsible for prevention and cleanup of spills in accordance with the Spill Prevention Control and Countermeasure Plan specified in Section 01560. Cleanup of spills will be at CONTRACTOR's expense. C. Materials other than excavated "hot spot" soils and designated by PACCAR as contaminated shall be transported and disposed of at a PACCAR- and WDOE-approved TSD facility. Haul materials along defined and prepared haul routes to Stockpile HC-1 for temporary handling and storage. Materials designated as contaminated include: 1. Materials designated by PACCAR as contaminated; 2. Treated wooden materials, primarily wood containing creosote; and 3. All asphalt, concrete, wood and metal debris, rubbish, plastic sheeting, and any other material from within the excavation areas which cannot be brushed free of clinging soil. D. Materials designated by PACCAR as non-contaminated shall be transported and disposed of at a solid waste landfill. Haul materials along defined and prepared haul routes to Stockpile HC-1 for temporary handling and storage. Materials designated as non-contaminated include: 1. Materials containing non-contaminated asphalt; 2. Materials containing non-treated wood and other non-soil, non- asphalt, and non-concrete debris; and 3. Other non-contaminated approved site-generated materials. E. Segregate and stockpile with non-contaminated materials at Stockpile HC-1 all visibly clean concrete or concrete brushed clean of clinging soil. To dispose of clean concrete, CONTRACTOR may elect to: 02220-06 1. Crush concrete on site such that the maximum size is 21/z inches or less and stockpile at the southern portion of the site (see Section 02223 for gradation requirements.) Return crushed concrete to site as fill material. A credit to PACCAR against the Base Bid will be applied (see Section 00550, Base Bid, Item C) on a per cubic yard basis. (CONTRACTOR will not crush concrete off site and return crushed material to the site.) 2. Transport and dispose of the concrete off site at a PACCAR- approved solid waste landfill. 3.03 SCREENING ' A. Soils from excavated areas shall be screened. CONTRACTOR shall remove oversize materials larger than 4 inches in dimension from selected soils. Removal of oversize materials can be accomplished by passing the soil through a 4-inch bar screen (grizzly). Screening shall be done at on- site location(s) convenient to CONTRACTOR and approved by PACCAR. B. Portions of soils excavated during the Phase I Paccar Parts Division parking lot and storm drain work have been screened. These soils will be identified by PACCAR and/or the ENGINEER. *** END OF SECTION 02220 *** 02220-07 *** SECTION 02221 - UTILITIES *** PART 1 - GENERAL 1.01 SECTION INCLUDES A. Identification of underground utilities according to a sewer, storm �' g type ( , electrical, etc.), status (inactive or active), and location, prior to excavation activities. B. Exposure and removal of underground utilities, conduit, and casing during excavation. C. Capping of inoperable utilities encountered within limits of excavation areas prior to backfilling. D. Restoring operable utilities encountered within limits of excavation areas 1.02 RELATED SECTIONS 01560 Environmental Protection 02220 Excavation and Hauling 1.03 REFERENCES Pacific Car and Foundry (PCF) Company utility as-built drawings: A. D-58-31 Fire Protection of Plant 4-8-58 B. D-58-36 Oil and Fence Lines 4-8-58 C. D-58-37 Air System Plan 4-8-58 02221-01 iD. D-58-40 Steam System ' 4-8-58 E. D-58-33 Storm and Sanitary Sewers 8-25-66 rF. D-58-38 Oxygen 6-69 G. D-58-39 Natural Gas and Propane 5-66 H. D-81-80 Domestic Water 12-15-81 I. D-81-73 Corporate Real Property - Management Plot Plan 1-29-84 ' PART 2 - PRODUCTS 2.01 STORAGE DRUMS Storage drums shall be new, type 17-H, open top drums. The CONTRACTOR ' shall supply steel seal ring, lid, gasket, and 5/8-inch bolt. 2.02 CAPPING A. Provide Portland cement concrete for grout sealing. B. Provide neoprene caps with hoseclamps. 02221-02 PART 3 - EXECUTION ' 3.01 PREPARATION OF WASTE-PETROLEUM STORAGE AREA 1 Preparation of waste-petroleum storage area shall be completed prior to start of excavation activities. rA. The location of the waste-petroleum storage area shall be field-determined by PACCAR. B. Construct berm around storage area in accordance with details from HC Plan Sheet 8. Soil material used for the berms shall be approved by PACCAR prior to placement. Storage area shall be lined with reinforced plastic sheeting as specified in Section 02282. 3.02 IDENTIFICATION Locate and mark with stakes and paint underground utilities lying within the limits of the excavation areas. Utilize field and visual observation, discussions with PACCAR and ENGINEER, HC Plan Sheets 2 through 7, and PCF utility plans to identify and locate anticipated utilities. Clearly label utilities as to type and status, to be approved by PACCAR or ENGINEER. 3.03 REMOVAL OF UTILITY tWhere underground utilities have been located and marked, begin excavation activities along the utility, near the limits of excavation. Expose the utility at the limits of excavation and cut the pipeline in accordance with WISHA regulations Chapter 296-155, Part H, to avoid explosion, fire, or exposure to harmful substances. Haul and stockpile removed utilities to Stockpile HC-1 as specified in Section 02282. Continue excavation activities after all location area utilities have been isolated and disconnected. Allow a stub-out at the walls of excavation for capping. Do not use backhoe bucket to pull and disconnect utilities. Excavation activities may be continued after removal of all known underground utilities at a location. 02221-03 ' 3.04 CAPPING INACTIVE UTILITIES Grout with cement to seal all underground inactive utilities greater than 18 inches in diameter. Allow a minimum of 2 feet pipe length of grout seal at stub-out. Utilities less than 18 inches in diameter will be sealed with neoprene caps with hoseclamps. Underground utilities shall be finished to prevent fluid flow in or out at the stub-out location. Abandoned utility materials shall be transported and temporarily stored at the debris-stockpile location. 3.05 RESTORING OPERABLE UTILITIES Restore all operable underground utility connections prior to backfilling. 3.06 EXCAVATION AND REMOVAL OF INACTIVE FUEL PIPELINES. In the course of excavation, inactive fuel pipelines will be encountered. A. When an inactive fuel pipeline is encountered, excavate completely, to the termination of the pipeline, including pipeline outside of the limits of excavation shown on HC Plan Sheets 2 through 7. B. Properly drain or pump petroleum from pipeline into storage drums. C. Seal and secure drums and store them in the petroleum storage area. D. Cut the pipeline in accordance with WISHA regulations Chapter 296-155, Part H, to avoid explosion, fire, or exposure to harmful substances. E. Remove and haul pipeline to Stockpile HC-1 as specified in Section 02282. F. At locations outside excavation areas shown on HC Plan Sheets 1 through 8 where pipelines enter concrete structures, CONTRACTOR shall cut and grout or cap pipe as described in 3.03, above. G. After collection of verification samples from pipeline excavation, CONTRACTOR shall proceed as directed in Section 02220, 3.017 G through P. 02221-04 H . The CONTRACTOR shall cooperate with the ENGINEER to allow sampling at the excavations. The ENGINEER shall have the right to ' sample once every 50 linear feet of trench, and obtain samples from the bottom and side walls of all pipeline trenches. The CONTRACTOR shall allow the ENGINEER to obtain samples from the excavator bucket. *** END SECTION 02221 *** i 1 1 1 1 1 1 i 02221-05 *** SECTION 02223 - BACKFILLING *** PART 1 - GENERAL 1.01 SECTION INCLUDES A. Placement of imported soil backfill into excavations. 1.02 RELATED SECTIONS 02100 Site Preparation 02220 Excavation and Hauling 1.03 REFERENCES A. ASTM D 422 - Particle Size Analyses of Soils 1.04 TESTS A. The ENGINEER will perform periodic particle-size analyses of imported soil backfill and in-place moisture-density testing of compacted backfill. 1.05 SAMPLES A. Submit samples of at least 20 pounds of proposed backfill materials to the ENGINEER in clearly labeled containers. Sample descriptions shall include type of backfill and supplier. B. Submit particle size analyses test results to the ENGINEER certifying that proposed backfill materials meet the requirements of this section. C. Both submittals shall be made at least 7 days prior to delivery of backfill to the site. No backfill shall be delivered prior to approval of the submittals. PART 2 - MATERIALS 2.01 GEOTEXTILE Geotextile shall be a non-woven, needle punched, polyester or polypropylene fabric with a minimum mass per unit area of 8 oz./square yard and a minimum 02223-01 puncture strength (per ASTM D 4833) of 40 pounds. The properties of the geotextile shall be submitted to PACCAR and the ENGINEER for review prior to ' delivery of the geotextile to the site. 2.02 IMPORTED SOIL BACKFILL Imported soil backfill shall be a native granular material, free from weathered basalt or other weathered rock, concrete, asphalt, wood, bark, or other extraneous rmaterial and chemical contamination, and shall meet the following gradation requirements: Sieve Size Percent Passing 2-1/z" square 100 1/a" square 25 to 70 U.S. No. 40 40 max. U.S. No. 200 9 max. All percentages are b d weight. Percent passing 1/4-inch, No. 40 and No. 200 P g Y dry g P g / sieves are based on minus 3/4-inch fraction. That portion of backfill retained on a 1/a-inch square sieve shall contain not more than 0.20 percent by weight of wood waste. PACCAR reserves the right to inspect the source of imported soil backfill. PART 3 - EXECUTION 3.01 BACKFILLING Upon approval of the completed excavations by PACCAR and/or ENGINEER, backfill excavation areas, per Section 02220 3.01 K, L, M, and N. A. Backfill excavation areas to their original grade within a tolerance of minus 0 to plus 0.5 foot. B. Employ a method of backfilling and compacting so as not to disturb or damage any remaining utilities. C. Place imported soil backfill in loose lifts not to exceed 12 inches. Upon approval by the ENGINEER, the contractor may deviate from the specified lift thickness if groundwater intrusion prevents compaction. 02223-02 r D. Level surplus fill and berm materials on site upon completion of backfill activities or, at CONTRACTOR's option, place all surplus materials at area ' designated by PACCAR. 3.02 FIELD QUALITY CONTROL A. The ENGINEER will perform laboratory and field tests to deter-mine e p ry rmin ' compliance of backfilling activities of this section. The CONTRACTOR is responsible for meeting the specifications of this section; all work required to provide compliance with these specifications shall be at the CONTRACTOR's expense. *** END OF SECTION 02223 *** 02223-03 r *** SECTION 02224 - DEWATERING *** ' PART 1 - GENERAL 1.01 SECTION INCLUDES ' A. Construction of temporary wastewater discharge area ' B. Removal of surface water and groundwater from excavations C. Removal of truck wash water D. Disposal of water E. Disposal of sludge F. Relocation of temporary wastewater discharge areas ' 1.02 RELATED SECTIONS 00550 Bid Forms 01560 Environmental Protection PART 2 - PRODUCTS ' 2.01 TEMPORARY WASTEWATEROLDING TANKS H Tanks shall be clean, portable, open-top, steel tanks with a capacity of 500 barrels (21,000 gallons) by Baker Tank, Inc. Tanks shall be prefitted with all ' appurtenances shown on HC Plan Sheet 9, including one underflow and one overflow weir, discharge opening, and liquid level indicator. ' 2.02 RIGID PIPE, VALVES, AND FITTINGS Rigid pipe and fittings shall be Schedule 40 PVC, or approved equivalent. 2.03 FLEXIBLE PIPE Flexible pipe shall be Tigerflex Series W PVC multipurpose suction hose manufactured by Kurlyama of America, Inc., or equivalent. 02224-01 ' 2.04 HOSE ' Hose shall be Vinylflow PVC general purpose discharge hose manufactured by Kurlyama of America, Inc., or equivalent. 2.05 PUMPS A. Pumps used for pumping from excavation pits shall be gasoline powered, double-diaphragm pumps with sufficient capacity to prevent accumulation of groundwater and surface water in the excavation pits. The suction end ' of pumps used for pumping from excavations shall be fitted with flexible pipe and a manufactured basket strainer with 0.5-inch screened perforations. ' B. Discharge pump used for pumping water from the temporary holding tank to the sanitary sewer manhole shall be, gasoline powered, centrifugal pumps with sufficient capacity to discharge the volume of the temporary holding tank in less than four hours. rC. CONTRACTOR shall provide sufficient fuel supply in approved containers for simultaneous use of pumps at full capacity during dewatering activities. D. Manufacturer's specifications and performance data for the pumps shall be submitted to PACCAR and ENGINEER for approval prior to shipment to the site. 2.06 FLOW METER Flow meter shall be an electronic flowmeter Endress+Hauser FTI 1942 DISCOMAG PICOMAG or equivalent, in conjunction with an indicator/totalizer (Endress+Hauser 8190 Series) or equivalent. Flowmeter and indicator/totalizer shall be housed in a fog-tight enclosure with a window for reading indicator/totalizer. CONTRACTOR shall supply temporary electrical power for the flowmeter and indicator/totalizer. Manufacturers' specifications and performance data for the flowmeter, indicator/totalizer, and power supply shall be submitted to PACCAR and ENGINEER for approval prior to shipment of the flowmeter and indicator/totalizer to the site. 02224-02 ' 2.07 REINFORCED PLASTIC SHEETING ' Reinforced plastic shall be a carbon-black nylon-reinforced polyethylene at least 6 mil in thickness, Reef Industries Griffolyn TX 1200. The CONTRACTOR shall provide sufficient quantity to line temporary wastewater discharge area shown on ' HC Plan Sheet 9 with one piece. All seams shall be factory heat-bonded seams. 2.08 SANDBAGS Sandbags shall be woven, sunlight-resistant nylon or equivalent bags filled with clean sand and tied closed. Sandbags shall be suitable for frequent handling and all-season use. 2.09 BERMS Berms shall be constructed from the top one foot of native soil in the vicinity of the excavation. Alternative: berms may be constructed from imported soil backfill (acceptable imported soil backfill is specified in Section 02223). 2.10 OIL-ABSORBENT BOOMS Provide floating, oil absorbent booms and/or pads, 3M Brand Powersorb", or equivalent. Each boom shall be a minimum of 10 feet in length and 6 inches in diameter. PART 3 - EXECUTION 3.01 CONSTRUCTION OF TEMPORARY WASTEWATER DISCHARGE AREA Construction of temporary wastewater discharge area shall be completed prior to start of excavation. ' A. Grade area within the limits of the bermed area shown on Sheet 9 so that the area has no slope greater that 1.5 percent. B. Construct berms in accordance with the HC Plan Sheet 9. Leave one of the sides temporarily unbermed to allow placement of wastewater holding tank. Complete construction of this berm after wastewater holding tank is in place. CONTRACTOR may elect to: 02224-03 i 1. Construct berms by grading native soil from the top one foot of existing surface into berms, OR 2. Construct berms using imported soil backfill (acceptable imported soil backfill is specified in Section 02223). ' Soil material used for the berms shall be approved by the ENGINEER prior to placement. C. Temporary wastewater discharge area and berms shall be lined with ' reinforced plastic prior to placement of the wastewater holding tank, and the installation of pipe, fittings, pump, and level controls. Place soil over the perimeter of the plastic to secure plastic, as shown on HC Plan Sheet 9. Use sufficient sandbags on the plastic surface to prevent displacement of the plastic by wind action. Maintain excess reinforced plastic in orderly rolls secured by sandbags. Maintenance of reinforced plastic placement is the responsibility of the CONTRACTOR. The CONTRACTOR shall repair damage to the reinforced plastic caused by shipping, handling, installation, or use. Repairs shall be made in accordance with the manufacturer's specifications and tape recommended for repair applications. D. Place wastewater holding tank as shown on HC Plan Sheet 9. E. Assemble pipe, valves, fittings, pump, and flow meter as shown on HC Plan Sheet 9. Use fittings required to maintain watertight flow from tank to ' sewer pipe. CONTRACTOR shall provide temporary power for pump and flow meter/totalizer. F. Prior to connecting the suction end of the flexible pipe to the tank, test the assembly using clean water from the fire hydrant at the Kenworth R&D Building. In the presence of the ENGINEER, continuously pump, meter, and discharge between 100 and 200 gallons of clean water with all mechanical and electrical components functioning properly. CONTRACTOR is responsible for maintaining proper function of mechanical and electrical components, including watertightness, during operation of the temporary wastewater discharge facility. 02224-04 i 3.01 REMOVAL OF WATER FROM EXCAVATIONS CONTRACTOR shall remove water from the excavations under any of the following conditions: ► Water removal is required to minimize the moisture content of excavated soils or sediments; ► Water removal is required in order for soil or sediment samples to be collected; and/or ' P. Water removal is required in order to remove free-floating petroleum product. ' A. The CONTRACTOR shall excavate a low-point (sump) in the excavation pit. B. If free-floating product or sheen is visible on water surface, with the verbal approval of PACCAR, use absorbent boom material and/or pads to contain product or sheen and minimize pumping product or sheen during pumping of water. C. With the verbal approval of PACCAR, the CONTRACTOR shall pump water from sumps in excavations into the temporary wastewater holding tank, as shown on HC Plan Sheet 9. Use flexible pipe for suction end of pumps. Use hose or rigid pipe for the discharge end of pumps. D. All spills of water and liquids associated with the soil excavation and stockpile work shall be contained in compliance with the CONTRACTOR's ' SPCC Plan as specified in Section 01560. 3.02 REMOVAL OF WATER FROM TRUCK WASH ' CONTRACTOR shall pump water from the truck wash to the temporary wastewater holding tank at the end of each day of use. 02224-05 3.03 DISPOSAL OF WATER A. Sampling. Impounded water or water pumped into the temporary wastewater holding tanks will be sampled by the ENGINEER. B. Disposal. The CONTRACTOR shall use one of two methods of disposal: 1. Water designated by PACCAR for on-site disposal to METRO shall be pumped to the temporary wastewater holding tank. Oil- absorbent booms or pads shall be used to remove floating sheen. ' Replace petroleum-saturated booms before they are no longer effective for oil-absorption. Upon approval by PACCAR, discharge water to the METRO sanitary sewer as shown on HC Plan Sheet 9. ' CONTRACTOR shall maintain a minimum tank freeboard of 2 feet at all times, unless directed otherwise by PACCAR. No visible suspended solids shall be discharged during temporary wastewater holding tank drainage operations. Payment to CONTRACTOR for disposal of wastewaters to METRO will be made by PACCAR on a unit price basis per Section 00550. CONTRACTOR is responsible ' for maintaining proper function of mechanical and electrical components, including watertightness, during operation of the temporary wastewater discharge facility. 2. Water, wastewater, or product designated by PACCAR for off-site disposal shall be pumped to separate temporary holding tanks as designated by PACCAR. Water, wastewater, or product shall be placed in approved tank trucks for off-site disposal by CONTRACTOR in accordance with all federal, state, and local laws, ordinances, and regulations. Payment for off-site disposal of wastewaters and/or product will be made on a unit price basis per Section 00550. 3.04 TANK CLEANING AND SLUDGE REMOVAL AND DISPOSAL A. The CONTRACTOR shall remove the sludge accumulations in excess of 1 foot from the wastewater holding tanks to prevent the development of a high settleable solids concentration in the wastewater holding tank. 02224-06 B. Wastewater holding tanks will be steam cleaned or pressure washed by the CONTRACTOR to remove the sludge remaining in the tanks upon completion of the work. The tanks will be cleaned to the tank vendor's specifications, and will be inspected by PACCAR or ENGINEER and approved for removal prior to release to the tank vendor. C. Wastewater generated in the cleaning process will be sampled b the g gP P Y ENGINEER prior to disposal. PACCAR or ENGINEER will direct the CONTRACTOR on the proper disposal method, specified in 3.03, Part B of this section, on completion of the chemical analysis. ' D. The CONTRACTOR shall use the following method for sludge disposal: ' 1. The CONTRACTOR shall place the sludge removed from the tanks in stockpiles as specified in Section 02282. ' 3.05 RELOCATION OF TEMPORARY WASTEWATER DISCHARGE AREAS A. PACCAR or ENGINEER may require the CONTRACTOR to relocate the temporary wastewater discharge area(s), associated sanitary sewer connections, and appurtenances at any time. B. The CONTRACTOR shall construct and test all relocated temporary wastewater discharge area(s) and associated sanitary sewer connections according to 3.01 (A through G) of this section. C. PACCAR will pay the CONTRACTOR for each temporary wastewater discharge area relocation, sanitary sewer reconnection and testing on a unit price basis per Section 00550. *** END OF SECTION 02224 *** 02224-07 ! *** SECTION 02282 - STOCKPILING *** ' PART 1 - GENERAL 1.01 SCOPE OF WORK ' A. Preparation of the stockpile area. B. Placement of materials in the prepared stockpile area. C. Covering of stockpiled materials. D. Construction of alternative metals stockpile area. 1.02 RELATED SECTIONS ' 02220 Excavation and Hauling ' PART 2 - PRODUCTS 2.01 BERMS AND BERM TRUCK RAMPS Use native soil from top one foot in the vicinity of the excavations. Alternative: imported soil backfill may be used to construct booms and berm truck ramps (acceptable imported soil backfill is specified in Section 02223). 2.02 REINFORCED PLASTIC SHEETING Reinforced plastic sheets shall be a carbon-black nylon-reinforced polyethylene at least 6 mil in thickness (Reef Industries Griffolyn TX 1200 or approved equivalent). The CONTRACTOR shall provide sufficient quantity to line the stockpiles which require lining, as indicated on HC Plan Sheets 6 and 8, and cover ' each stockpile area shown on Plan Sheets 6 and 8. All seams shall be factory heat-bonded seams. ' 2.03 SANDBAGS ' Sandbags shall be woven, sunlight-resistant nylon or equivalent bags filled with sand and tied closed. Sandbags shall be suitable for frequent handling and all- season use. 02282-01 ' 2.04 GILLNETTING Gillnetting shall be sunlight-resistant plastic, manufactured gillnet suitable for frequent handling and all-season use. Provide sufficient gillnet to cover the stockpile area. Provide sufficient "S" hooks to attach gillnet to sandbags. ' 2.05 SAND Imported sand shall be a native granular material, free from debris, concrete, asphalt, wood, or other extraneous materials and chemical contamination, and ' shall meet the following gradation requirements: Sieve Size Percent Passine U. S. No. 4 100 ' U. S. No. 6 75-95 U. S. No. 8 10 - 40 U. S. No. 12 6 max. All percentages are by dry weight. PACCAR reserves the right to inspect the ' source of imported sand. PART 3 - EXECUTION 3.01 PREPARATION OF SOIL STOCKPILE AREA A. Prepare soil stockpile areas shown on HC Plan Sheets 6 and 8. Each stockpile area shall be bermed to prevent stormwater from running on ' and/or off the stockpile area. The CONTRACTOR shall prevent excess rainwater from entering the prepared stockpile area. Building 17 may be used in lieu of the metals stockpile shown on HC Plan Sheets 6 and 8. In this event, CONTRACTOR lump sum payment will be adjusted as specified in Bid Section 00550. B. The CONTRACTOR shall construct berms at the perimeter of the stockpile areas shown on HC Plan Sheets 6 and 8. Berms shall be ' constructed as shown on Plan Sheets 6 and 8. 02282-02 CONTRACTOR may elect to: 1. Construct berms by grading native soil from the top one foot of existing surface into berms; OR ' 2. Construct berms using imported soil backfill (acceptable imported soil backfill is specified in Section 02223.) ' Soil material used for the berms shall be approved by PACCAR prior to placement. C. Construct truck ramps over soil berms as shown on HC Plan Sheets 6 and 8. Care shall be taken to prevent damage to soil berm during soil ' stockpiling operations. Damage to ramps or berms by CONTRACTOR shall be repaired by CONTRACTOR. CONTRACTOR may elect to: ' 1. Construct truck ramps by grading native soil from the top one foot of existing surface into berms; OR 2. Construct truck ramps using imported soil backfill (acceptable imported soil backfill is specified in Section 02223A.) Soil material used for the ramps shall be approved b PACCAR prior to P PP Y placement. D. Stockpile area, berms, and ramps shall be lined with reinforced plastic ' sheeting where indicated. Use continuous perimeter sandbags to prevent displacement of the reinforced plastic by wind action. Maintain excess reinforced plastic in orderly rolls secured by sandbags. Maintenance of reinforced plastic is the responsibility of the CONTRACTOR. The CONTRACTOR shall repair damage to the liner caused by shipping, handling, installation, or use. Repairs shall be accomplished with the manufacturer's recommended tape for this application. ' 3.02 PLACEMENT OF MATERIALS IN PREPARED STOCKPILE AREA ' A. All asphalt, concrete, wood and metal debris, rubbish, plastic sheeting, and other material from the excavation areas shall be brushed clean by CONTRACTOR and approved by PACCAR prior to stockpiling. Material 02282-03 ' which cannot be freed of clinging soil by brushing shall be stockpiled as contaminated demolition material, after approval by PACCAR. B. Materials to be stockpiled shall be placed within berms on the protective liner in the prepared stockpile area. Materials shall be segregated by type with berms and reinforced plastic as described in 3.01 of this section. Label each segregated area with waterproof tags, indicating type of waste material and origin. Materials shall be segregated according to the following types, as specified in Section 02220, 3.02. 1. Hydrocarbon-contaminated soils from their designated excavation areas; 2. Metals- and PAH-contaminated soils from their designated excavation areas; 3. Designated contaminated materials; and 4. Visibly clean non-contaminated designated materials. C. The CONTRACTOR shall place materials by dumping from a front end loader or truck. Care shall be taken to protect the reinforced plastic when placing materials. When possible, avoid operating trucks or equipment directly on the reinforced plastic. ' D. Clearly identify the contents and origin of each stockpile using a weatherproof label securely attached to each stockpile. ' 3.03 COVERING OF STOCKPILED MATERIALS tA. The CONTRACTOR shall cover stockpiled materials with reinforced plastic as shown on HC Plan Sheet 8 at the end of each day. Cover shall be secured using gillnet and sandbags. Use continuous perimeter sandbags connected by "S" hooks to the gillnet to prevent displacement of the reinforced plastic by wind action. Maintain excess reinforced plastic in ' orderly rolls secured by sandbags. Maintenance of reinforced plastic placement is the responsibility of the CONTRACTOR. The CONTRACTOR shall repair damage to the liner caused by shipping, ' 02282-04 handling, installation, or use. Repairs shall be accomplished with the manufacturer's recommended tape for this application. 3.04 CONSTRUCTION OF ALTERNATE METAL-SOILS STOCKPILE AREA ' A. After award of contract to the successful bidder, PACCAR may opt t to use the interior of Building 17 (Stockpile HM-ALT) for metal-soils stockpiling ' in lieu of construction and use of metal-soils Stockpile HM-1 shown on HC Plan Sheet 8. ' B. Alternate stockpile area shall be constructed by CONTRACTOR as follows: ' 1. Place a minimum of 6 inches of sand within the stockpile limits shown on HC Plan Sheet 6. 2. Place reinforced plastic sheeting over the sand. See Part 2, 2.02 for sheeting specifications. C. No utilities are available in Building 17. CONTRACTOR shall supply adequate portable lighting and portable ventilation for the duration of the contract period. *** END OF SECTION 02282 *** 1639-20\PHS-IIB.02\7/15/91 1 02282-05 f� HA. RTMOWSM Earth and Environmental Technologies 1910 Fairview Avenue East ' Seattle,Washington 98102 206.324.9530 4041 Ruston Way, Suite 2A ' Tacoma,Washington 98402 206.759.6000 t 1201 Jadwin Avenue, Suite 204 Richland,Washington 99352 ' 509.946.4344 2550 Denali Street, Suite 705 ' Anchorage,Alaska 99503 907.276.7475 Five Centerpointe Drive, Suite 240 ' Lake Oswego, Oregon 97035 503.620.7284 , 353 Sacramento, Suite 1140 San Francisco, California 94111 ' 415.391.1885 One World Trade Center, Suite 2300 ' Long Beach, California 90831 213.495.6360 1 I