Willamette Pump 1 Replacement
Federal opportunity from C0101017 - Water Environment Services | C0101 - WES • Clackamas County. Place of performance: OR. Response deadline: Jan 15, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
Willamette Pump 1 Replacement Pump Replacement TECHNICAL SPECIFICATIONS – DIV 01 through DIV 40 WILLAMETTE PUMP #1 REPLACEMENT FOR Clackamas Water Environment Services Volume 1 of 2 November 2025 Water Environment Services 150 Beavercreek Rd Oregon City, OR 97045 PROFESSIONAL OF RECORD CERTIFICATION(S): Signing as the Professional of Record for the divis ions and sections listed below: Divisions 02, 05, 09, 10, 33, 40 Sections 01 10 00, 01 12 16, 01 22 20, 01 32 00, 01 33 00, 01 45 00, 01 57 19.11, 01 75 16 PROFESSIONAL OF RECORD CERTIFICATION(S): Signing as the Professional of Record for the divisions and sections listed below: Division 03 Section 01 61 10 12/31/25 PROFESSIONAL OF RECORD CERTIFICATION(S): Signing as the Professional of Record for the divisions and sections listed below: Divisions 26 Sections 26 05 00, 26 05 05, 26 05 19, 26 05 29, 26 05 33 Pump Station Rehabilitation and Upgrades Project Table of Contents Willamette Pump #1 Replacement 00 01 10 - 1 SECTION 00 01 10 – TABLE OF CONTENTS FOR PUMP STATION REHABILITATION AND UPGRADES - WILLAMETTE PUMP #1 REPLACEMENT Section Title Page VOLUME 1 OF 2 TECHNICAL SPECIFICATIONS Division 01 - General Requirements 01 10 00 Summary of Work 1-9 Supplement: Site Specific Safety Plan Certification 1-1 01 12 16 Work Sequence 1-5 01 22 20 Unit Price Measurement and Payment 1-2 01 32 00 Electronic Document Management System 1-5 01 33 00 Submittal Procedures 1-12 Supplement: Asset Inventory Data Template 1-2 01 45 00 Quality Control 1-5 01 57 19.11 Temporary Sewage Control and Bypass Pumping 1-6 01 61 10 Seismic Requirements for Non-Structural Components 1-5 01 75 16 Testing, Training and System Start-up 1-8 Division 02 - Existing Conditions 02 41 00 Demolition 1-4 Division 03 - Concrete 03 11 00 Concrete Work 1-33 03 15 00 Post Installed Epoxy Anchors 1-4 03 21 00 Reinforcing Steel 1-8 03 60 00 Grouting 1-8 Division 04 NOT USED Division 05 – Metals 05 50 00 Metal Fabrications 1-16 Divisions 06 through 08 NOT USED Division 09 - Finishes 09 90 00 Painting and Coating 1-12 Pump Station Rehabilitation and Upgrades Project Table of Contents Willamette Pump #1 Replacement 00 01 10 - 2 Division 10 - Specialties 10 14 10 Identifying Devices 1-3 Division 11 - Equipment 11 05 00 Common Work Results for Equipment 1-8 Division 12 through Division 25 NOT USED Division 26 - Electrical 26 05 00 General Requirements for Electrical Work 1-14 26 05 05 Selective Demolition for Electrical 1-2 26 05 19 Low-Voltage Conductors, Wires and Cables 1-9 26 05 29 Hangers and Supports for Electrical Systems 1-5 26 05 33 Raceways, Boxes and Fittings 1-21 Division 27 through Division 32 NOT USED Division 33 - Utilities 33 31 10 Sanitary Utility Sewerage Piping 1-11 Division 34 through Division 39 NOT USED Division 40 - Process Integration 40 05 13 Common Work Results for Process Piping 1-16 40 91 09 Pressure Detection Devices 1-2 Division 41 through 43 NOT USED SUPPLEMENTARY INFORMATION See Appendix A for Pump and Check Valve procurement specifications and approved submittal VOLUME 2 OF 2 DRAWINGS See Sheet G-2 for Drawing Index END OF SECTION Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 1 SECTION 01 10 00 - SUMMARY OF WORK PART 1 GENERAL This Summary of Work supplements and amplifies certain Sections of the General Conditions and Supplementary General Conditions. These Summary of Work specifications and additional technical specifications may contain occasional require ments not pertinent to the project. However, these specifications shall apply in all part iculars insofar as they are applicable to this project. 1.1 APPLICABLE STANDARD SPECIFICATIONS AND PLANS Not applicable. 1.2 SCOPE OF WORK A. The work to be performed under these specifications and drawings consists of upgrading one of the existing dry pit submersible pum ps and replacing the associated suction and discharge piping and check valves, insta lling new pressure gauges, reinstalling the existing flow meter, upgrading inst rumentation and control systems, upgrading electrical systems, and miscellaneous work included in the Contract Documents. B. The Owner will furnish the pump, pump suction elbow, and base plate for installation by Contractor. Owner furnished equipment will be stor ed at the Tri-City WRRF until the Contractor transports it to the pump station for installation. Any damage as a result of Contractor’s handling or installation of equipment sha ll be repaired or corrected at no additional cost to Owner. C. The Contractor shall be responsible for the correct in stallation, testing, and commissioning of Owner furnished equipment. Equipment manufacturers for Owner furnished equipment will provide testing and start u p services as specified in the individual Sections. The Contractor shall coordinate wit h equipment manufacturers directly to schedule these services as needed to meet the Contract Time. Specifications for Owner-furnished equipment are provided for reference. D. The above general outline of principal features of the work does not in any way limit the responsibility of the Contractor(s) to perform all wor k and furnish all equipment, labor and materials required by the specifications a nd drawings. The drawings and specifications shall be considered and used together. Anything appearing as a requirement of either shall be accepted as applicabl e to both even though not so stated therein or shown. E. No attempt has been made in these specifications or drawings to segregate work covered by any trade or subcontract under one specifica tion. Such segregation and Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 2 establishment of subcontract limits will be solely a matter of specific agreement between the Contractor and its Subcontractors and shall not be based upon any inclusion, segregation, or arrangement in or of these specifications. 1.3 COORDINATION OF DRAWINGS AND SPECIFICATIONS A. See Supplementary Conditions Section 3.01 for the Orde r of Precedence of the Contract Documents. B. Dimensions shown on the Drawings or that can be computed shall take precedence over scaled dimensions. Notes on Drawings are part of the Drawings and govern in the order described above. Notes on Drawings shall take precedence over drawing details. C. The intent of the Drawings and Specifications is to p rescribe the details for the construction and completion of the Work which the Contractor undertakes to perform according to the terms of the Contract. Where the Drawings or Specifications describe portions of the Work in general terms, but details are incomplete or silent, it is understood that only the best general practice is to prevail and that only materials and workmanship of the best quality are to be used. Unles s otherwise specified, the Contractor shall furnish all labor, materials, tools, e quipment, and incidentals, and do all the Work involved in executing the Contract in a m anner satisfactory to the Engineer. D. The contract Drawings are designated by general titl e, sheet number and sheet title. When reference is made to the Drawings, the "Sheet Number" of the drawing will be used. Each drawing bears the general title: PUMP STATION REHABILITATION AND UPGRADES PROJECT WILLAMETTE PUMP #1 REPLACEMENT The specific titles of each sheet are contained in the Drawings. 1.4 CODE REQUIREMENTS All work shall be done in strict compliance with the requirements of: A. Oregon Structural Specialty Code and International Building Code B. Oregon Mechanical Specialty Code C. Oregon Plumbing Specialty Code D. National Electric Code E. National Electric Safety Code F. National Fire Protection Association G. Oregon State Bureau of Labor and Industries H. Clackamas County Water Environment Services I. Oregon Department of Environmental Quality Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 3 In case of disagreement between codes or these specifi cations, the more restrictive shall prevail. 1.5 TIME OF COMPLETION/LIQUIDATED DAMAGES The Contractor shall complete all work shown and specified within the time limits stated in the Agreement (See Section 01 33 00 Submittal Procedu res, for project schedule submittal requirements). The written Notice to Proceed will be s ent to the Contractor after the Contractor submits the signed Contract, Bonds and insur ance certificates to the Owner and those documents have been approved as to form and execut ed by the Owner. The Contractor’s attention is directed to Article 4 of the Agreement and the General Conditions as respects liquidated damages. 1.6 ACCESS TO WORK Access to the work shall be provided as may be required by the Owner or its representatives, and all authorized representatives of the state and f ederal governments and any other agencies having jurisdiction over any phase of the work, for inspection of the progress of the work, the methods of construction or any other required purposes. 1.7 PERMITS AND LICENSES See Supplemental Conditions Section 7.09. 1.8 CONSTRUCTION WITHIN PUBLIC RIGHTS-OF-WAY When the work contemplated is wholly or partly within the right-of-way of a public agency such as a city, county or state, the Owner will obtai n from these agencies any right-of-way and street opening permits and all other necessary pe rmit(s) required for the work. The Contractor shall abide by all regulations and condition s stipulated in the permit(s). Such conditions and requirements are hereby made a part of these specifications, as fully and completely as though the same were fully set forth herein. The Contractor shall examine the permit(s) granted to the Owner by any city, county, state and federal agencies. Failure to do so will not relieve the Contractor from compliance with the requirements stated therein. The Owner shall obtain all construction and trade permits and pay all fees or charges related to them. The Contractor shall furnish any bonds and ins urance coverages as necessary to ensure that all requirements of the city, county, sta te or federal agencies will be observed and the roadway and ditches are restored to their orig inal condition or one equally satisfactory. A copy of all permits shall be kept on the work site for use of the Engineer. The following is a list of permits for construction within public rights-of-way: 1. None. No public right of way permits are anticipated at Willamette Pump Station. Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 4 1.9 RAILROAD CROSSINGS No work is allowed to cross the railroad. 1.10 PRIVATE ROADS AND DRIVEWAYS Bridges at entrances to business properties where vehicular traffic is necessary shall be provided and maintained. Bridges shall be adequate i n width and strength for the service required. No private road or driveway may be closed without approval of the Engineer unless written authority has been given by the owner whose property has been affected. Driveways shall be left open and ready for use at the end of th e work shift. All expenses involved in providing for construction, maintenance, and use of pr ivate roads or driveways, shall be borne by the Contractor and the amount thereof absorbed in the unit prices of the Contractor’s bid. 1.11 TRAFFIC CONTROL AND PROTECTION No traffic control is required. 1.12 DECHLORINATION AND DISPOSAL OF CHLORINATED WATER Any discharge of chlorinated water shall either be through an approved connection to a public sanitary sewer system or shall include de-chl orination to limits acceptable by the Oregon State Department of Environmental Quality (DEQ) for discharge into the existing storm drainage system. No chlorinated water shall be d ischarged into the storm drainage system prior to approved de-chlorination treatment. 1.13 FIELD CHANGES, ALIGNMENT, AND GRADE See Article 11 of the General and Supplemental Conditions. The Contractor shall locate existing utilities to be c rossed, by potholing ahead of the pipe installation, Of sufficient distance to avoid conflicts through pipe joint deflection if possible. All costs for minor field changes of alignment and gra de shall be borne by the Contractor. The Engineer will endeavor to make prompt decisions on s uch matters. Contractor shall anticipate a minimum of 72 hours for any decision requiring significant piping change. 1.14 TESTING AND OPERATION OF FACILITIES It is the intent of the Owner to have a complete and operable facility. All the work under this contract will be fully tested and inspected in accord ance with the specifications. Upon completion of the work, the Contractor shall operate the completed facilities as required to test the equipment under the direction of the Enginee r. During this period of operation by the Contractor, the new facilities will be tested thoroughly to determine their acceptance. See Article 14 of the General and Supplementary Conditions and Section 40 05 13 Common Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 5 Work Results for Process Piping for additional requirements. 1.15 PROTECTION OF EXISTING STRUCTURES AND WORK The Contractor must take all precautions and measures necessary to protect all existing structures and Work. Any damage to existing structur es and Work shall be repaired by removing the damaged structure or Work, replacing the Work and restoring to original condition satisfactory to the Engineer. 1.16 SALVAGE AND DEBRIS Unless otherwise indicated on the drawings or in the specifications, all castings, pipe, equipment, demolition debris, spoil or any other discard ed material or equipment shall become the property of the Contractor and shall be disposed of in a manner compliant with applicable Federal, State, and local laws and regula tions governing disposal of such waste products. No burning of debris or any other discarded material will be permitted. Items indicated to be Salvaged and returned to Owne r shall be provided in same condition as was found by the CONTRACTOR. 1.17 SAFETY STANDARDS AND ACCIDENT PREVENTION See Article 7 of the General and Supplementary Conditions. 1.18 PUBLIC SAFETY AND CONVENIENCE General Rule: The Contractor shall ensure the safety of the public during its performance of the Work and shall minimize any public inconvenience in addition to any other requirement imposed by law. These duties include, but are not limited to, the matters listed below. Access: The Contractor shall not unreasonably restrict access to public facilities, commercial property, fire hydrants, residential property, and oth er areas where the public can be expected to be present, such as sidewalks and streets without first obtaining approval of the Owner. Driveways shall be closed only with the approva l of the Owner or after obtaining specific permission from the property Owner or Owners. In addition, the Contractor shall not obstruct or interfere with travel over any public stre et or sidewalk without approval of the Owner. Public Transit: The Contractor shall not interfere with the normal operation of any public transit vehicles unless otherwise authorized. Work Site: The Contractor shall keep the Project site safe in compliance with applicable law. Safety includes, but is not limited to: 1) providing an approved type of secured and adequate barricades or fences that are easily visible from a reasonable distance around open excavations; 2) closing up or covering with steel plat es all open excavations at the end of each Working Day in all street areas and in all other areas when it is reasonably required for Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 6 public safety; 3) marking all open work and obstruction s by lights at night; 4) installing and maintaining all necessary signs, lights, flares, ba rricades, railings, runways, stairs, bridges, and facilities; 5) observing any and all safety inst ructions received from the Owner; and 6) following all laws and regulations concerning worker and public safety. In the event that the law requires greater safety obligations than that imposed by the Owner, the Contractor shall comply with the law. Emergency: Emergency vehicles, including but not limited to police, fire, and disaster units shall be provided access to the work site at all times. Cleanliness: The Contractor shall, on a continuing basi s, keep the surfaces of all public and private roadways, sidewalks, and other pathways free of dirt, mud, cold plane grindings, and other matters that the Contractor may place upon the r oad. The cost of performing such Work shall be included in the Contractor’s Bid and no a dditional payment will be made for performing this task. Parking: The Contractor shall make any necessary contacts with all applicable governmental bodies to arrange for the removal of parked automobiles, vehicles, and other obstructions if they would interfere with the performance of the Contractor’s Work. Accidents: The Contractor’s Project Manager or superintendent shall be in charge of accident prevention. Contractor shall take all actions necessary to prevent damage, injury and loss to persons and property as a result of accidents. Site Specific Safety Plan Certification: Contractor shall perform all operations in strict accordance with the Site Specific Safety Plan Certification. The Owner has no responsibility for Work site safety. Work site safety is the responsibility of the Contractor. The Contractor is required to have a com petent person on site at all times during construction activities. The Contractor shall provide signs on work zone fencing that provide information regarding access to businesses and stating that such businesse s are open and in operation. The Contractor shall furnish and install the signs and pr ovide sign attachments for the various business names. 1.19 UTILITY PROPERTIES AND SERVICE In areas where the Contractor’s operations are adjacent to or near a utility and such operations may cause damage which might result in sig nificant expense, loss and inconvenience, the operations shall be suspended until all arrangements necessary for the protection thereof have been made by the Contractor. The Contractor shall notify all utility offices which m ay be affected by the construction operation at least 48 hours in advance. Before exposing any utility, the utility having jurisdiction shall grant permission and may oversee th e operation. Should service of any Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 7 utility be interrupted due to the Contractor’s operati on, the proper authority shall be notified immediately. It is of the utmost importance that the Contractor cooperates with the said authority in restoring the service as promptly a s possible. Any costs shall be borne by the Contractor. Utilities which may be impacted include the following: Northwest Natural Gas Natural Gas Portland General Electric Power Water Environment Services Sanitary Sewer Clackamas County City of West Linn Storm Sewer Storm, Sanitary, and Potable Water 1.20 VEHICLE PARKING The vehicles of the Contractor’s and Subcontractor’s employees shall be parked in accordance with local parking ordinances. 1.21 PROTECTION OF QUALITY OF WATER The work to be performed may involve connections to an e xisting potable water system. If such work is included in the project, the Contractor s hall take such precautions as are necessary or as may be required to prevent the contami nation of the water. Such contamination may include but shall not be limited to d eleterious chemicals such as fuel, cleaning agents, paint, demolition and construction deb ris, sandblasting residue, etc. In the event contamination does occur, the Contractor shall, at its own expense, perform such work as may be necessary to repair any damage or to clean the affected areas of the water mains to a condition satisfactory to the Engineer. 1.22 SURVEYS Based upon the information provided by the Contract Documents, the Contractor shall develop and make all detail surveys necessary for la yout and construction, including exact component location, working points, lines, and elevations . Prior to construction, the field layout shall be approved by the Owner's representativ e. The Contractor shall have the responsibility to carefully preserve bench marks, ref erence points, and stakes, and in the case of destruction thereof by the Contractor or resulti ng from its negligence, the CONTRACTOR shall be charged with the expense and da mage resulting therefore and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points, and stakes. 1.23 DUST PREVENTION All unpaved streets, roads, detours, haul roads, or other areas where dust may be generated shall receive an approved dust-preventive treatment or be routinely watered to prevent Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 8 dust. Applicable environmental regulations for dust prevention shall be strictly enforced. 1.24 EROSION AND SEDIMENTATION CONTROL Erosion control measures are not required. 1.25 INTERFERENCES, OBSTRUCTIONS, AND SEWER CROSSINGS At certain places, power, light and telephone poles may interfere with excavation and the operation of the Contractor's equipment. Necessary arrangements shall be made with utility companies for moving or maintaining such poles. The util ity company affected by any such interferences shall be notified thereof so that the necessary moving or proper care of poles and appurtenances may have appropriate attention. All costs resulting from any other interferences and obstructions, or the replacement of such, whether or not herein specifically mentioned, shall be included and absorbed in the unit prices of the Contractor's bid. 1.26 NOISE LIMITATIONS The project areas are located within a residential zoned area. All applicable City, County ordinances, and State and Federal regulations shall b e complied with. Additional noise restrictions may be specified in other Section of the specifications. 1.27 EMERGENCY MAINTENANCE SUPERVISOR The Contractor shall submit to the Engineer the names, addresses, and telephone numbers of at least two employees responsible for performing em ergency maintenance and repairs when the Contractor is not working. These employees sha ll be designated, in writing by the Contractor, to act as its representatives and shall ha ve full authority to act on its behalf. At least one of the designated employees shall be availab le for a telephone call any time an emergency arises. 1.28 OREGON PRODUCTS Contractor's attention is directed to the provisions of Oregon Law, ORS 279A.120 regarding the preference for products that have been manufactu red or produced in Oregon. Contractor shall use Oregon-produced or manufactured mat erials with respect to common building materials such as cement, sand, crushed ro ck, gravel, plaster, etc., and Oregon- manufactured products in all cases where price, fitness, availability and quality are otherwise equal. 1.29 USE OF EXPLOSIVES The use of explosives shall not be allowed on this project. Alternative methods of excavation shall be utilized. Pump Station Rehabilitation and Upgrades Project Sum mary of Work Willamette Pump #1 Replacement 01 10 00 - 9 1.30 FACILITY OPERATIONS REQUIREMENTS The work included in these plans and specifications is to be performed on a pump station that must continue in operation during construction. The Contractor shall always cooperate fully with the Owner and the Engineer to ensure that the production capability of the pump station will continue and that any interruption to pum p station operations are minimized. See specification 01 57 19.11 for further requirements 1.31 SPECIAL INSPECTIONS Special inspections shall conform to Part 1.4 of Section 01 45 00 Quality Control of the specification. 1.32 ASBESTOS REMOVAL The Contractor shall comply with all requirements of the State of Oregon, Department of Environmental Quality (DEQ) with respect to the safe handling, removal and disposal of asbestos, including all reporting requirements. Asbestos demolition work shall be performed in accordance with Section 02 41 00 Demolition. A DEQ fact sheet, DEQ guidelines, and DEQ notification and report forms are available online at: http://www.oregon.gov/deq/FilterDocs/ASBroofing.pdf END OF SECTION Pump Station Rehabilitation and Upgrades Project Work Sequence Willamette Pump #1 Replacement 01 12 16 - 1 SECTION 01 12 16 - WORK SEQUENCE PART 1 GENERAL 1.1 SUMMARY A. This Section includes general sequencing, project ph asing and coordination requirements for the Work. B. Contract Requirements: 1. The existing pump station continuously receives raw s ewage. The functions of the facility shall not be compromised during the course of the Work, except as may be specified herein. Plan and prosecute the Work such that the operation of the pump station is not interrupted, except as specified herein. 2. Pumping disruptions could potentially result in the s pillage or discharge of raw sewage. State law allows the Department of Environment al Quality to impose civil penalties for violation of a term, condition, or requireme nt of Owner’s NPDES Permit, including spillage or discharge of raw sewage. 3. Spillage or discharge of raw sewage to surface waters or drainage courses is prohibited during construction. Penalties imposed on Own er as a result of any bypass of this type caused by Contractor, its employees or Subcontractors, and legal fees and other expenses to Owner resulting dire ctly or indirectly from the bypass shall be borne in full by Contractor. 4. Control any and all sewage resulting from or integral to making all temporary and permanent piping connections. Provide any and all devi ces required to control, stop, divert, or dispose of any and all sewage. 5. Owner may determine the order of precedence and the t ime and season at which any portion or portions of the Work shall be commenced and carried on in order to ensure proper completion of the Contract, proper operation of the pump station or compliance with NPDES Permit conditions. 6. Plan and prosecute the Work such that temporary bypass pumping operations are provided in accordance with Section 01 57 19.11 Tempora ry Sewage Control and Bypass Pumping. 1.2 RELATED SECTIONS A. Section 01 33 00 Submittal Procedures B. Section 01 57 19.11 Temporary Sewage Control and Bypass Pumping Pump Station Rehabilitation and Upgrades Project Work Sequence Willamette Pump #1 Replacement 01 12 16 - 2 1.3 SUBMITTALS A. Section 01 33 00 Submittal Procedures: Requirements for submittals. B. Work Sequencing Plan: At a minimum, to include the following: 1. Complete sequence of construction for all activities contained herein. 2. Major work activities to occur. Identify dates when O wner furnished equipment will be transported to the pump station. 3. Schedule of temporary shutdowns of pump station and esti mated duration of shutdowns. Submit a detailed plan for conveying raw se wage to the downstream collection system during temporary shutdowns in accordan ce with Section 01 57 19.11 Temporary Sewage Control and Bypass Pumping. 4. Listing of equipment to be present on site, including temporary pumping equipment to be used to bypass raw sewage around pump station during shutdowns. 5. Assistance to be required of Owner’s operating personnel during shutdowns. 6. Contingency plan identifying what action will be take n if activities during a shutdown cannot be completed within the allotted times , or if there is a failure of pumping equipment to be used during temporary pumping operations. 7. Name and contact information of individual in charge of activity during shutdown. 1.4 PUMP STATION PROJECT SPECIFIC WORK CONSTRAINTS A. Contractor shall schedule work during dry weather and shall organize the various items of work to minimize the duration of bypass pumping. B. Complete installation and testing and obtain Engineer’ s acceptance of the following components of the facility prior to a prolonged shutdown of the existing pump station: 1. Proposed valve and fittings to the existing bypass port as shown on the Plans. 2. Temporary bypass pumping system and alarm communications. 3. Contractor to manage bypass pumping connections based on seasonal flows at the discretion of Owner. 4. Contractor to verify surcharging will not overload local sewer lines. C. Contractor shall coordinate delivery of the Owner furni shed equipment and materials from the TriCity WRRF. Contractor shall coordinate wit h Owner furnished items Pump Station Rehabilitation and Upgrades Project Work Sequence Willamette Pump #1 Replacement 01 12 16 - 3 VENDORS all startup and testing activities at minim um 30 days prior to startup and testing. 1.5 GENERAL WORK CONSTRAINTS A. Constraints primarily relate to interfacing with and tying into existing pipelines, power supply, equipment, and other aspects of the operating pump station facility. B. Make every effort to give proper attention to each of the se items so as to minimize interruptions of the existing facilities and avoid delays that may result if the constraints are not observed. C. Constraints listed below involve limits on activities d uring construction. These limits relate to the critical nature of the existing pump station facility. 1. Coordinate construction schedule and operation with Owner. 2. WORK shall only be performed during the working hours specified in Article 7, Paragraph 7.03 of the Contract Agreement. 3. Coordinate proposed work with Owner, Engineer, Owner fur nished items VENDORS and facility operations personnel before implem enting unit shutdowns. Under no circumstances cease Work at the end of a norm al working day if such actions may inadvertently cause a cessation of any fac ility operating process; in which case, remain on site until necessary Work and/ or repairs are complete. Contractor to give the Owner furnished items VENDORS a minimum of 30 day notice for startup and training purposes. 4. Owner recognizes portions of the facility and facility operations will have to be interrupted or shut down or interfered with in order to accommodate construction activities. Owner will, through its personnel, attemp t to accommodate Work, provided that proper notification is given. Owner reser ves the right to deny permission for interruption or shutdown on any day. 5. Do not operate any of the existing equipment without wri tten permission from Owner naming the specific piece of equipment, operat or(s), and dates equipment may be used. Contractor is liable for any loss or damag e caused to property or equipment or any personal injury resulting from or related to this usage. D. Extended Working Hours: If it is desired to perform any Work outside the specified working hours, obtain written permission from Owner and all necessary permitting agencies, and make all necessary arrangements prior to commencing. Pump Station Rehabilitation and Upgrades Project Work Sequence Willamette Pump #1 Replacement 01 12 16 - 4 1.6 TEMPORARY SHUTDOWNS A. Provide 14-day minimum advance notice to request approval of a temporary shutdown of a facility. This shall include shutdowns of the pump station or any utility serving the pump station (force main, gravity sewer, power service, etc). B. Each Notice of Request for Approval of a Temporary Shutdow n submitted to Owner shall include the following: 1. Dates, times, and duration of proposed shutdown. 2. Work activities to be performed during the shutdown. 3. Assistance required of Owner’s personnel before, during, and after shutdown. 4. Personnel to be on Site during shutdown including Owner furnished items VENDOR representatives as needed. 5. Contingency plan if work during shutdown is not completed during allotted time or critical equipment fails. C. Upon receipt of such request, Owner will decide what action(s) is required by Owner and if the requested shutdown is acceptable consideri ng the flows through the pump station at that time. The request from Contractor will be returned to Contractor with the Owner’s written decision noted. If Owner deems th at the requested shutdown is unacceptable, Owner will state such reasons, and Cont ractor shall reschedule the shutdown as required. D. It is hereby agreed between the Contractor and Owner that disapproval by Owner of the Contractor’s shutdown request does not entitle Cont ractor to any time extension unless Contractor can demonstrate to the satisfaction of Owner, through an updated CPM schedule, that the overall Project completion date will not be met as a result of this disapproval. E. Owner may postpone a planned and approved shutdown at a ny time for pumping capacity, safety reasons, or weather conditions. F. Contractor shall provide temporary bypass pumping syste m during all temporary shutdowns as specified in Section 01 57 19.11 Temporar y Sewage Control and Bypass Pumping, unless otherwise approved by the Engineer. 1.7 INTERRUPTION OF UTILITY SERVICE A. Indicate required shutdowns of existing utilities or interruptions of existing operations on Progress Schedule. Interruptions to utility service will be allowed to the extent that customer service will not be adversely compromised. Pump Station Rehabilitation and Upgrades Project Work Sequence Willamette Pump #1 Replacement 01 12 16 - 5 B. Submit requests for interruptions to utility service n ot less than five business days in advance of the date scheduled for the interruption. C. Following receipt of the request, Owner will notify Contractor if the requested date will be permitted. Evaluation of the request will be based upon the availability of the utility Owner’s personnel to assist and monitor utilities duri ng the shutdown period and impact to customer service. D. Minimize the period of interruption by thorough advance planning. Procure and provide all required materials, equipment and labor on site during the shutdown. Contractor to coordinate delivery of Owner furnished items from the TriCity treatment plant to the Willamette Pump Station site. E. Do not begin interruption until written authorization is received from Owner. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Pump Station Rehabilitation and Upgrades Project Meas urement and Payment Willamette Pump #1 Replacement 01 22 20 - 1 SECTION 01 22 2 0 – UNIT PRICE MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 Description Measurement and payment of the work will be on a unit price basis in accordance with the prices set forth in the proposal for individual work ite ms. Where Work is required but does not appear as a separate item in the bid schedule, t he cost for that Work shall be included and absorbed in the lump sum price of item 5. Contract or shall make a careful assessment when preparing the bid. 1. Mobilization, Bonds, Insurance and Demobilization: Payment for mobilization, bonds, insurance and demobiliz ation will be on a lump sum basis. The amounts paid for mobilization in the contract progres s payment will be based on the percent of the original contract amount that is earned from other contract items, as follows: A. When 5% is earned, either 100% of the amount for mobili zation or 5% of the original contract amount, whichever is the least; B. When all work is completed, amount of mobilization exceed ing 5% of the original contract amount This schedule of mobilization progress payments will not limit or preclude progress payments otherwise provided by the contract. 2. Existing Pump Station Demolition: Payment for Existing Pump Station Demolition will be on a lump sum basis. Existing Pump Station Demolition work shall be defined as all materia ls and work related to the safe removal and disposal of the items at the Willamette Pump Station in accordance with Section 02 41 00 Demolition and as shown on the DRAWINGS . Demolition WORK to include some removal and salvaging of specified items in accordanc e with Section 02 41 00 Demolition and as shown on the Plans. 3. Pump Station Upgrades: Lump sum payment under this item shall cover all par ticular elements of the project, whether or not specifically or specially identified, a s specified herein, in the contract documents and as shown on the DRAWINGS , except for work included separately under separate bid items. Payment will be made on a lump sum basis for the completion of all work to the Willamette Pump Station including coordinati on of delivery of CONTRACTOR provided equipment from the TriCity treatment plant to the Willamette Pump Station. Payment shall be full and complete compensation for all work shown in the drawings and other work required to provide complete and usable facil ities including materials, Pump Station Rehabilitation and Upgrades Project Meas urement and Payment Willamette Pump #1 Replacement 01 22 20 - 2 equipment, and labor for construction. Payment shall a lso include the furnishing of all required record drawings, operation and maintenance m anuals, and other documents, certifications and reporting specified herein. The C ontractor shall provide a breakdown of contract price as required by Section 01 33 00 Submittal Procedures. END OF SECTION Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 1 SECTION 01 32 00 - ELECTRONIC DOCUMENT MANAGEMENT SYSTEM PART 1 GENERAL 1.1 DESCRIPTION A. The OWNER and CONTRACTOR shall utilize an OWNER provided Procore Construction Software (Procore ), for electronic submittal of all data and documents throughout the duration of the Contract. Procore is a web-based electronic media site. The OWNER furnished Procore site will be made available to all CONTRACTOR’s project perso nnel, SUBCONTRACTOR personnel, suppliers, consultants and the Designer of Record. The joint use of this system is to facilitate; electronic exchange of information, automation of key processes, and overall management of the Contract. Procore shall be the primary means of Project information submission and management. When required by the OWNER’s Representa tive, paper documents will also be provided. In the event of discrepancy between the e lectronic version and paper documents the paper documents will govern. Procore is a registered trademark of Procore Technologies, Incorporated. 1.2 USER ACCESS LIMITATIONS A. The OWNER’s Representative will control the CONTRAC TOR’s access to Procore by allowing access and assigning user profiles to accepted CONT RACTOR personnel. User profiles will define levels of access into the system, determine assigned function-based authorizations (determines what can be seen), and user privileges (determines what they can do). SUBCONTRACTORs and suppliers will be given access t o Procore through the CONTRACTOR. Entry of information exchanged and transferred betw een the CONTRACTOR and its SUBCONTRACTORs and suppliers on Procore shall be the responsibility of the CONTRACTOR. B. Joint Ownership of Data: Data entered in a collabor ative mode (entered with the intent to share as determined by permissions and workflows wi thin Procore by the OWNER’s Representative and the CONTRACTOR will be jointly owned. 1.3 AUTOMATED SYSTEM NOTIFICATION AND AUDIT LOG TRACKING A. Review comments made (or lack thereof) by the OWNER on CONTRACTOR submitted documentation shall not relieve the CONTRACTOR from compliance with requirements of the Contract Documents. The CONTRACTOR is responsible f or managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. OWNER’s acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the CONTRACTOR’s submitted information. 1.4 SUBMITTALS A. See Section 01 33 00 Submittal Procedures. 1.5 COMPUTER REQUIREMENTS A. The CONTRACTOR shall use computer hardware and software that meets the requirements of the OWNER furnished Procore site as recommended by Procore to access and utilize the Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 2 Procore site. As recommendations are modified by Procore , the CONTRACTOR will upgrade their system(s) to meet the recommendations or bett er. Upgrading of the CONTRACTOR’s computer systems will not be justification for a cost or time modification to the Contract. The CONTRACTOR will ensure that connectivity to Procore (whether at the home office or jobsite) is accomplished through DSL, cable, T-l, or wireles s communications systems. The minimum bandwidth requirements for using the system is 128 kb/s. It is recommended a faster connection be used when uploading pictures and file s into the system. PWCM currently supports Mozilla’s Firefox, Apple’s Safari, Microso ft’s Internet Explorer, and Google Chrome web browsers for accessing the application. 1.6 CONTRACTOR RESPONSIBILITY A. The CONTRACTOR shall be responsible for the validit y of their information placed in Procore and for the abilities of their personnel. Accepted users shall be knowledgeable in the use of computers, including Internet browsers, email programs, CAD drawing applications, and Adobe Portable Document Format (PDF) document distributio n program. The CONTRACTOR shall utilize the existing forms in Procore to the maximum extent possible. If a form does not exist in the Procore , the CONTRACTOR must include a form of their own or provided by the OWNER’s Representative as an attachment to a submittal. Adobe PDF documents will be created through electronic conversion rather than optically scanned whenever possible. The CONTRACTOR is responsible for the training of their personnel in the use of the Procore (outside what is provided by the OWNER) and the other programs indicated above as needed. 1.7 USER ACCESS ADMINISTRATION A. Provide a list of CONTRACTOR’s key Procore personnel for the OWNER’s Representative acceptance. OWNER is responsible for adding and rem oving users from the system. The OWNER’s Representative reserves the right to perform a security check on all potential users. The CONTRACTOR will be allowed to add additional pe rsonnel and SUBCONTRACTORs to Procore . 1.8 CONNECTIVITY PROBLEMS A. Procore is a web-based environment and therefore subject t o the inherent speed and connectivity problems of the Internet. The CONTRACTOR is responsible for its own connectivity to the Internet. Procore response time is dependent on the CONTRACTOR’s equ ipment, including processor speed, Internet access speed, etc., and current traffic on the Internet. The OWNER will not be liable for any delays associated from the usage of Procore including, but not limited to slow response time, downtime periods , connectivity problems, or loss of information. The CONTRACTOR will ensure that connectivity to Procore (whether at the home office or jobsite) is accomplished through DSL, cable, T-l, or wireless communications systems. The minimum bandwidth requirements for using the system is 128 kb/s. It is recommended a faster connection be used when uploading pictures a nd files into the system. Under no circumstances shall the usage of Procore be grounds for a time extension or cost adjustment to the Contract. 1.9 TRAINING A. The Project OWNER has arranged for up to two traini ng sessions to be offered for CONTRACTOR and SUBCONTRACTOR personnel to be coordi nated at a time arranged by Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 3 CONTRACTOR with OWNER’s Representative within 21 da ys of Notice to Proceed. CONTRACTOR participation in training is strongly en couraged and shall be considered incidental to the Work. PART 2 PRODUCTS 2.1 DESCRIPTION A. Procore Construction Software project management application. Provided by Procore Technologies, Inc. www.procore.com PART 3 EXECUTION 3.1 EDMS UTILIZATION A. Procore shall be utilized in connection with submittal prep aration and information management required by Sections: Section 01 10 00 Summary of Work Section 01 33 00 Submittal Procedures and other Division One sections. Requirements of this section are in addition to requirements of all other sections of the specifications. B. Design Document Submittals - All design drawings and specifications shall be submitted as CAD .dwg files or PDF attachments to the Procore submittal work flow process and form. C. Shop Drawings - Shop drawing and design data documents shall be submitted as cad.dwg files or PDF attachments to the Procore submittal work flow process and form. Examples of shop drawings include, but are not limited to: 1. Standard manufacturer installation drawings. 2. Drawings prepared to illustrate portions of the wor k designed or developed by the CONTRACTOR. 3. Steel fabrication, piece, and erection drawings. D. Product Data - Product catalog data and manufacturers instructions shall be submitted as PDF attachments to the Procore submittal work flow process and form. Examples of p roduct data include, but are not limited to: 1. Manufacturer's printed literature. 2. Preprinted product specification data and installation instructions. E. Samples - Sample submittals shall be physically sub mitted as specified in Section 01 33 00 Submittal Procedures. CONTRACTOR shall enter submittal data information into Procore with a copy of the submittal form(s) attached to the sam ple. Examples of samples include, but are not limited to: 1. Product finishes and color selection samples. Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 4 2. Product finishes and color verification samples. 3. Finish/color boards. 4. Physical samples of materials. F. Administrative Submittals - All correspondence and pre-construction submittals shall be submitted using Procore . Examples of administrative submittals include, but are not limited to: 1. Digging permits and notices for excavation. 2. List of product substitutions 3. List of contact personnel. 4. Notices for roadway interruption, work outside regular hours, and utility cut overs. 5. Requests for Information (RFI). 6. Plans for safety, demolition, environmental protection, and similar activities. 7. Quality Control Plan(s), Testing Plan and Log, Quality Control Reports, Production Reports, Quality Control Specialist Reports, Preparatory Phase Checklist, Initial Phase Checklist, Field Test reports, Summary reports, Rework Items List, etc. 8. Meeting minutes for quality control meetings, progr ess meetings, pre- installation meetings, etc. 9. Any general correspondence submitted. G. Compliance Submittals Test reports, certificates, and manufacture field report submittals shall be submitted on Procore as PDF attachments. Examples of compliance submittals include, but are not limited to: 1. Field test reports. 2. Quality Control certifications. 3. Manufacturers documentation and certifications for quality of products and materials provided. H. Record and Closeout Submittals - Operation and main tenance data and closeout submittals shall be submitted on Procore as PDF documents during the approval and review sta ge as specified, with actual set of documents submitted f or final. Examples of record submittals include, but are not limited to: 1. Operation and Maintenance Manuals: Final documents shall be submitted as specified. 2. As-built Drawings: Final documents shall be submitted as specified. 3. Extra Materials, Spare Stock, etc.: Submittal forms shall indicate when actual materials are submitted. I. Financial Submittals Schedule of Value, Pay Estimat es and Change Request Proposals shall be submitted on Procore . Supporting material for Pay Estimates and Change Requests shall be Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 5 submitted on Procore as PDF attachments. Examples of compliance submittals include, but are not limited to: 1. CONTRACTOR’s Schedule of Values 2. CONTRACTOR’s Monthly Progress Payment Requests 3. Contract Change proposals requested by the project OWNER. END OF SECTION Pump Station Rehabilitation and Upgrades Project El ectronic Document Management System Willamette Pump #1 Replacement 01 32 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK Pump Station Rehabilitation and Upgrades Project Sub mittal Procedures Willamette Pump #1 Replacement 01 33 00 - 1 SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. This Section contains administrative and procedural re quirements for submittals for review, information, and for Project closeout. B. Section includes: 1. Schedule of Submittals. 2. Submittal requirements. 3.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.