addendum no. 2 to prospective bidders ... - regional san

124
Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED IN THE SPACE PROVIDED IN THE BID FORM Addendum Item Specification Section and Page or Drawing No. Location and Description of Change Drawings 2.001 66G016 Photo 5 -Revised drawing order to show arrows in front of photo. 2.002 66S013 Canopy Foundation Plan – Revised callout text. “Pre-engineered canopy to be designed, detailed, fabricated, and installed by others” “See Note 4” 2.003 66D009 Revised partial plan 2.004 66X402 Revised natural gas isolation ball valve IDs Relocated the following valves upstream of strainers: 80NG103, 80NG104, 80NG105, 80NG106, 80NG107, and 80NG108 Specifications 3.001 RFB Bid Date and Key Action Date Revisions

Upload: others

Post on 11-May-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

ADDENDUM NO. 2

TO PROSPECTIVE BIDDERS

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS

RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED IN THE SPACE PROVIDED IN THE BID FORM

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

Drawings

2.001 66G016

Photo 5 -Revised drawing order to show arrows in front of photo.

2.002 66S013

Canopy Foundation Plan – Revised callout text. “Pre-engineered canopy to be designed, detailed, fabricated, and installed by others” “See Note 4”

2.003 66D009 Revised partial plan

2.004 66X402

Revised natural gas isolation ball valve IDs Relocated the following valves upstream of strainers: 80NG103, 80NG104, 80NG105, 80NG106, 80NG107, and 80NG108

Specifications

3.001 RFB

Bid Date and Key Action Date Revisions

Page 2: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

3.002 01 12 16 4.07D

Revised Horton Sphere System Work Items language

3.003 40 05 03

2.01B

Item 11a – Added ‘I’ to properly indicate the model

3.004 40 05 03

FSG Pipe Spec

Flange Gaskets – Added ‘PTFE Envelope’ Flange Fasteners – Added ‘and Polyethylene Process Pipe Section (40 05 32)’

3.005 40 05 03

LSG Pipe Spec

Flange Fasteners – Added ‘and Polyethylene Process Pipe Section (40 05 32)’

3.006 40 05 03

MSG Pipe Spec

Flange Gaskets – Added ‘PTFE Bonded’ and ‘PTFE Envelope’ Flange Fasteners – Added ‘and Polyethylene Process Pipe Section (40 05 32)’

3.007 40 05 23

2.02C

Item 3c – Revised fastener language according to gasket utilized at each location

3.008 40 05 24

2.05C

Item C - Revised fastener language according to gasket utilized at each location

3.009 40 05 32

2.02C

Item 3 - Revised fastener language according to gasket utilized at each location

Questions and Answers

Page 3: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

4.001 66D008

Question: Sheet 38, drawing 66D008 shows two check valves in the upper right corner numbered 87FSG71 and 87FSG72. These valves are not shown on the list of valves to be furnished by the Owner, nor are they mentioned elsewhere. Are these valves to be replaced? Are they being provided by the Owner? Response: Refer to the revised specification section 01 64 00 (Owner Furnished Items) issued as part of Addendum 1. Valves 87FSG71 and 87FSG72 are the unscrubbed gas connections to FSG-1 and FSG-2, respectively (see pages 1 and 2 of 01 64 00). The valves will be furnished by the Owner and will be replaced in kind by the contractor. No piping modifications will be necessary. The valves are also shown on drawing 66X287.

4.002 01 64 00

Question: On the list of items to be provided by the Owner (spec section 01 64 00, page 3 & 4) there are two references to valve 87LSG173. One is a 1” drain valve to LSG-2 and the other is a 1” Purge Valve, at the WGB Valve Pit. Please clarify the correct valve numbers for these valves. Response: Refer to the revised specification section 01 64 00 (Owner Furnished Items) issued as part of Addendum 1. 87LSG173 is a 1” purge valve between 87LSG171 and 87LSG174 (see page 3)

4.003 01 64 00

Question: On the list of items to be provided by the Owner (spec section 01 64 00, page 5) there is a 12” valve with tag number 87FSG28. We can find no reference to this valve on the plans. Please provide the location of this valve. Response: Refer to the revised specification section 01 64 00 (Owner Furnished Items) issued as part of Addendum 1. 87FSG28 removed as not indicated on the plans.

4.004 01 64 00

Question: On the list of items to be provided by the Owner (spec section 01 64 00, page 2 & 7) there are two references to valve 87LSG93. One is an 18” Isolation valve for Waste Burner Bank 1 and the other is a 1” Ball Valve LSG. Please clarify the correct valve numbers for these valves. We believe the 1” valves should be labeled 87LSG193 Response: Refer to the revised specification section 01 64 00 (Owner Furnished Items) issued as part of Addendum 1. 87LSG93 is an 18” Isolation valve for Waste Burner Bank 1. The 1” ball valve LSG is 87LSG193. The valves are shown on 66X402.

Page 4: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

4.005 01 64 00

Question: On the list of items to be provided by the Owner (spec section 01 64 00, page 7 & 8) there are 6 ea. - ¾” Natural Gas ball valves labeled 87NG17 thru 87NG22. Please confirm that the ID number for these valves should start with 80NGxx. Response: Refer to the revised drawing 66X402 issued as part of Addendum 2. ID number for these valves start with 87NGXX as indicated in specification section 01 64 00

4.006 01 64 00

Question: On the list of items to be provided by the Owner (spec section 01 64 00, page 6) there is a ¾” WN Ball valve numbered 87WN22. We can find no reference to this valve on the plans. Please provide the location of this valve. Response: Valve 87WN22 is shown on drawing 66D009 (see Partial Plan) issued as part of Addendum 2.

4.007 66D008

Question: Sheet 38 show a photo of equipment that is to be demolished, however, the plan view does not have hash marks to indicate removal of the Condensate tank . Also there is a note on Sheet 39 Partial plan that show modifications to this ASME vessel. Please confirm that this tank is to be removed and there are no field modification performed on the ASME Vessel. Response: Demolition of existing tank T87305 not shown on plans for clarity. Photo 1 on 66D008 shows demolition. Tank T87305 will be demolished and replaced per 43 41 23.01. The new ASME vessel T870023 to be built per 43 41 23.03.

4.008 66D011

Question: Please confirm that all UG, 9’deep, drain valves are 4” and are being supplied by the District. Response: On drawing 66D011, the drain valves that are approximately 9 feet below grade are 4” and are being supplied by the District.

4.009

01 12 16 4.07D Item 1

Question: Spec section – Work sequence, Phase 3, Item D,1. – Are the isolation valves 80LSG33 and 80LSG34 the valves shown in the Photo, Sheet 16, Photo 5? Response: The valves shown in Photo 5 on drawing 66G016 do not include 80LSG33 or 80LSG34. Refer to revised construction sequence specification 01 12 16 issued as part of Addendum 2.

Page 5: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

4.010 01 12 16

4.06B Item 7

Question: Work Sequence Item Phase 2.B.7.a mentions “Replace 87LSG106 & 87LSG107 with 87FSG71 & 87FSG72. The valve numbers are only shown on P&ID drawing 66x287, Page 79 and are not listed in the materials supplied by Owner. Is the Contractor to supply these valves? Response: Refer to the revised specification section 01 64 00 (Owner Furnished Items) issued as part of Addendum 1. 87LSG106 and 87LSG107 are existing valves that will be replaced by 87FSG71 and 87FSG72, respectively. 87FSG71 and 87FSG72 to be provided by Owner.

4.011 66S013

Question: Page 30, Drawing # 66S013 states that the pre-engineered canopy is to designed, detailed, fabricated and installed by others. Please confirm that the canopy is not part of this contract. Response: The canopy is part of the contract. Refer to revised drawing 66S013 issued as part of Addendum 2. “Installed by Others” language has been removed.

4.012 01 12 16 1.03A3

Question: States that the Contractor is responsible for “ Work related to temporary facilities needed to maintain PLANT operations.” This is also mentioned on page 18 of Addendum 1 – “ The contractor shall conduct Work and plan, design, and provide temporary services and facilities required to keep the PLANT continuously operational. “ Please clarify what temporary facilities could be required by the Contractor to keep the plant operational. Response: Temporary facilities such as temporary blind flanges and temporary piping supports, will be based on Contractor means and methods in coordination with the District and shall conform to the contract phasing requirements.

Page 6: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Sacramento Regional County Sanitation District Gas Management System Rehabilitation and Improvements \\bcsacfp01\projects\49000\149803 - SRCSD Gas Mgmt Sys Study\002.010 Bid Set 2\Addendum 2\GMS Addendum 2.docx

Addendum Item Specification

Section and Page or Drawing No.

Location and Description of Change

4.013 n/a

Question: Please confirm that the District will be considered “Generator”” for any pre-existing Hazardous Waste/Materials discovered on project site. Response: Yes

This Addendum No. 2 shall be incorporated into, and made part of, the referenced contract documents, plans and specifications, for the Gas Management System Rehabilitation and Improvements. Date: February 25, 2019 By: __________________ JP Robinette, PE Brown and Caldwell Managing Engineer

Page 7: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Path: \\B

CS

AC

FP

01\P

RO

JE

CT

S\49000\149803 - S

RC

SD

G

AS

M

GM

T S

YS

S

TU

DY

\_C

AD

\2-S

HE

ET

S\G

-G

EN

ER

AL

PLO

T D

AT

E: 2/25/2019 3:16 P

M C

AD

U

SE

R: F

RE

D B

UR

KE

M

I

C

H

A

E

L

J

AMES

H

A

R

R

I

S

O

N

C

IV

I

L

S

T

A

T

E

O

F

CA

L

I

F

O

R

N

I

A

RE

G

I

S

T

E

R

E

D

P

R

O

FESS

IO

N

A

L

E

N

G

I

N

E

ER

No. C59814

NOTES:

1

AutoCAD SHX Text
APP.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
ZONE
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
FILE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
(IF NOT 2"-SCALE ACCORDINGLY)
AutoCAD SHX Text
AT FULL SIZE
AutoCAD SHX Text
LINE IS 2 INCHES
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
SUBMITTED:
AutoCAD SHX Text
SUBMITTAL
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
RFB NUMBER
AutoCAD SHX Text
WATER QUALITY DIVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
RECOMMENDED
AutoCAD SHX Text
APPROVAL
AutoCAD SHX Text
B
AutoCAD SHX Text
9
AutoCAD SHX Text
A
AutoCAD SHX Text
10
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
H
AutoCAD SHX Text
G
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
K
AutoCAD SHX Text
J
AutoCAD SHX Text
I
AutoCAD SHX Text
P
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
SACRAMENTO REGIONAL COUNTY
AutoCAD SHX Text
SANITATION DISTRICT
AutoCAD SHX Text
OF SACRAMENTO COUNTY, CALIFORNIA
AutoCAD SHX Text
SACRAMENTO REGIONAL
AutoCAD SHX Text
WASTEWATER TREATMENT PLANT
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
SHEET NUMBER
AutoCAD SHX Text
GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS
AutoCAD SHX Text
8295
AutoCAD SHX Text
DS-3
AutoCAD SHX Text
5/9/18
AutoCAD SHX Text
BID DOCUMENTS
AutoCAD SHX Text
1/19
AutoCAD SHX Text
GENERAL
AutoCAD SHX Text
PIPING DEMOLITION PHOTOS 1
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
66G016
AutoCAD SHX Text
16
AutoCAD SHX Text
1
AutoCAD SHX Text
66G007
AutoCAD SHX Text
PHOTO
AutoCAD SHX Text
2
AutoCAD SHX Text
66G007
AutoCAD SHX Text
PHOTO
AutoCAD SHX Text
3
AutoCAD SHX Text
66G007
AutoCAD SHX Text
PHOTO
AutoCAD SHX Text
4
AutoCAD SHX Text
66G007
AutoCAD SHX Text
PHOTO
AutoCAD SHX Text
NOTE 1 AND 3
AutoCAD SHX Text
NOTE 1
AutoCAD SHX Text
66G016.dwg
AutoCAD SHX Text
FWB
AutoCAD SHX Text
JPR
AutoCAD SHX Text
MJH
AutoCAD SHX Text
MJH
AutoCAD SHX Text
5
AutoCAD SHX Text
66G007
AutoCAD SHX Text
PHOTO
AutoCAD SHX Text
1. REMOVE ABOVE GROUND PIPING AND BLIND FLANGE OR REMOVE ABOVE GROUND PIPING AND BLIND FLANGE OR CAP 12" BELOW GRADE. 2. REMOVE 80MSG03, 80MSG04, 80MSG13 V80107 AND REMOVE 80MSG03, 80MSG04, 80MSG13 V80107 AND 80MSG03 AND ALL PIPING BETWEEN THESE VALVES. REWORK PIPE SUPPORT AT 80MSG04 TO SUPPORT REMAINING PIPE END. BLIND FLANGE THE EXPOSED PIPE ENDS, 3 PLACES. 3. WESTERN HDPE PIPE SHALL BE BLIND FLANGED AND WESTERN HDPE PIPE SHALL BE BLIND FLANGED AND RETURNED TO SERVICE. EASTERN HDPE PIPE SHALL BE ABANDONED IN PLACE. 4. REFERENCE SPECIFICATION 31 10 00 FOR DEMOLITION REFERENCE SPECIFICATION 31 10 00 FOR DEMOLITION AND REMOVAL INFORMATION.
AutoCAD SHX Text
80MSG13
AutoCAD SHX Text
80MSG04
AutoCAD SHX Text
80MSG03
AutoCAD SHX Text
80MSG06
AutoCAD SHX Text
V80107
AutoCAD SHX Text
NOTE 2
AutoCAD SHX Text
REVISED PER ADDENDUM 2
AutoCAD SHX Text
2/19
AutoCAD SHX Text
VAR
AutoCAD SHX Text
1
Page 8: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Path: \\B

CS

AC

FP

01\P

RO

JE

CT

S\49000\149803 - S

RC

SD

G

AS

M

GM

T S

YS

S

TU

DY

\_C

AD

\2-S

HE

ET

S\S

-S

TR

UC

TU

RA

L

PLO

T D

AT

E: 2/25/2019 3:33 P

M C

AD

U

SE

R: F

RE

D B

UR

KE

D

A

N

G A

G

N

E

C

IV

I

L

S

T

A

T

E

O

F

CA

L

I

F

O

R

N

I

A

RE

G

I

S

T

E

R

E

D

P

R

O

FESS

IO

N

A

L

E

N

G

I

N

E

ER

No. C63095

1

1

AutoCAD SHX Text
APP.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
ZONE
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
FILE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
(IF NOT 2"-SCALE ACCORDINGLY)
AutoCAD SHX Text
AT FULL SIZE
AutoCAD SHX Text
LINE IS 2 INCHES
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
SUBMITTED:
AutoCAD SHX Text
SUBMITTAL
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
RFB NUMBER
AutoCAD SHX Text
WATER QUALITY DIVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
RECOMMENDED
AutoCAD SHX Text
APPROVAL
AutoCAD SHX Text
B
AutoCAD SHX Text
9
AutoCAD SHX Text
A
AutoCAD SHX Text
10
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
H
AutoCAD SHX Text
G
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
K
AutoCAD SHX Text
J
AutoCAD SHX Text
I
AutoCAD SHX Text
P
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
SACRAMENTO REGIONAL COUNTY
AutoCAD SHX Text
SANITATION DISTRICT
AutoCAD SHX Text
OF SACRAMENTO COUNTY, CALIFORNIA
AutoCAD SHX Text
SACRAMENTO REGIONAL
AutoCAD SHX Text
WASTEWATER TREATMENT PLANT
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
SHEET NUMBER
AutoCAD SHX Text
GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS
AutoCAD SHX Text
8295
AutoCAD SHX Text
DS-3
AutoCAD SHX Text
5/9/18
AutoCAD SHX Text
BID DOCUMENTS
AutoCAD SHX Text
1/19
AutoCAD SHX Text
STRUCTURAL
AutoCAD SHX Text
CANOPY FOUNDATION PLAN, ROOF PLAN, AND SECTION
AutoCAD SHX Text
AS SHOWN
AutoCAD SHX Text
66S013
AutoCAD SHX Text
30
AutoCAD SHX Text
66S013.dwg
AutoCAD SHX Text
MG
AutoCAD SHX Text
MR
AutoCAD SHX Text
WGR
AutoCAD SHX Text
MJH
AutoCAD SHX Text
IGNITER PANELS, MAXIMUM OPERATING WEIGHT NOT TO EXCEED 400 LBS
AutoCAD SHX Text
PLC PANELS, MAXIMUM OPERATING WEIGHT NOT TO EXCEED 1400 LBS
AutoCAD SHX Text
SLOPE 1/8" PER FOOT
AutoCAD SHX Text
C FOUNDATION / C ELECTRICAL EQUIPMENT
AutoCAD SHX Text
L L
AutoCAD SHX Text
C ELECTRICAL EQUIPMENT C CANOPY COLUMNS
AutoCAD SHX Text
L L
AutoCAD SHX Text
PERMANENT BOLLARDS PER DETAIL 66S4, TYP LOCATE 1'-0" BEYOND BACK EDGE OF CURB.
AutoCAD SHX Text
CANOPY FOUNDATION PLAN
AutoCAD SHX Text
SCALE: 1/2" = 1'-0"
AutoCAD SHX Text
1
AutoCAD SHX Text
66S013
AutoCAD SHX Text
CANOPY ROOF PLAN
AutoCAD SHX Text
SCALE: 1/2" = 1'-0"
AutoCAD SHX Text
SLOPE 1/4" PER FOOT
AutoCAD SHX Text
1
AutoCAD SHX Text
66S013
AutoCAD SHX Text
SEE NOTE 4
AutoCAD SHX Text
SEE NOTE 4
AutoCAD SHX Text
INDICATES PRE-ENGINEERED CANOPY STRUCTURE AS SHOWN ON PLAN
AutoCAD SHX Text
8'-6"
AutoCAD SHX Text
8'-6"
AutoCAD SHX Text
SECTION
AutoCAD SHX Text
1
AutoCAD SHX Text
66S013
AutoCAD SHX Text
SCALE: 3/4" = 1'-0"
AutoCAD SHX Text
INDICATES ELECTRICAL EQUIPMENT PER PLAN
AutoCAD SHX Text
FINISHED GRADE PER GENERAL DRAWINGS
AutoCAD SHX Text
#5 @ 12" OC, EW, T&B
AutoCAD SHX Text
GENERAL NOTES: 1. REFERENCE STRUCTURAL DRAWINGS 66S001 THRU REFERENCE STRUCTURAL DRAWINGS 66S001 THRU 66S006 FOR GENERAL NOTES, TYPICAL DETAILS, AND ADDITIONAL INFORMATION. 2. FOR SUBGRADE PREPARATION BELOW THE FOR SUBGRADE PREPARATION BELOW THE FOUNDATIONS, REFER TO SHEET NUMBER 66S001 FOR ADDITIONAL INFORMATION. LOCATE CONCRETE PAD AND BOLLARDS AS SHOWN ON DRAWING 66E008. . 3. THE CONTRACTOR SHALL COORDINATE ALL THE CONTRACTOR SHALL COORDINATE ALL PENETRATIONS WITH PLUMBING, PROCESS, AND ELECTRICAL DRAWINGS. 4. THE PRE-ENGINEERED METAL CANOPY SHALL BE THE PRE-ENGINEERED METAL CANOPY SHALL BE DESIGNED AND DETAILED BY THE CONTRACTOR AS A DEFERRED SUBMITTAL ITEM. SEE SPECIFICATION SECTION 13 49 19.
AutoCAD SHX Text
COORDINATE FINAL ANCHOR BOLT SIZE, SPACING EMBEDMENT W/ CANOPY SUPPLIER
AutoCAD SHX Text
REVISED PER ADDENDUM 2
AutoCAD SHX Text
2/19
AutoCAD SHX Text
VAR
AutoCAD SHX Text
1
Page 9: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

Path: \\B

CS

AC

FP

01\P

RO

JE

CT

S\49000\149803 - S

RC

SD

G

AS

M

GM

T S

YS

S

TU

DY

\_C

AD

\2-S

HE

ET

S\M

-M

EC

HA

NIC

AL

PLO

T D

AT

E: 2/25/2019 11:25 A

M C

AD

U

SE

R: F

RE

D B

UR

KE

P

R

OF

ESSI

O N

A

L

RE

G

IS

T

E

R

E

D

E

N

G

IN

E

E

R

S

T

A

T

E

O

F

CA

L

I

F

O

R

N

I

A

No. M 38406

M

E

C

H

A N

I

C

A

L

JO

H

N

P

E

P

P

ER

R

O

B

I

N

E

T

T

E

1

66D009

PHOTO

NOTES:

1

AutoCAD SHX Text
V87319
AutoCAD SHX Text
APP.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
ZONE
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
FILE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
(IF NOT 2"-SCALE ACCORDINGLY)
AutoCAD SHX Text
AT FULL SIZE
AutoCAD SHX Text
LINE IS 2 INCHES
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
SUBMITTED:
AutoCAD SHX Text
SUBMITTAL
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
RFB NUMBER
AutoCAD SHX Text
WATER QUALITY DIVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
RECOMMENDED
AutoCAD SHX Text
APPROVAL
AutoCAD SHX Text
B
AutoCAD SHX Text
9
AutoCAD SHX Text
A
AutoCAD SHX Text
10
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
H
AutoCAD SHX Text
G
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
K
AutoCAD SHX Text
J
AutoCAD SHX Text
I
AutoCAD SHX Text
P
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
SACRAMENTO REGIONAL COUNTY
AutoCAD SHX Text
SANITATION DISTRICT
AutoCAD SHX Text
OF SACRAMENTO COUNTY, CALIFORNIA
AutoCAD SHX Text
SACRAMENTO REGIONAL
AutoCAD SHX Text
WASTEWATER TREATMENT PLANT
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
SHEET NUMBER
AutoCAD SHX Text
GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS
AutoCAD SHX Text
8295
AutoCAD SHX Text
DS-3
AutoCAD SHX Text
5/9/18
AutoCAD SHX Text
BID DOCUMENTS
AutoCAD SHX Text
1/19
AutoCAD SHX Text
1
AutoCAD SHX Text
66D007
AutoCAD SHX Text
SEE DETAIL A/66D007 66D007 FOR MODIFICATION
AutoCAD SHX Text
MECHANICAL
AutoCAD SHX Text
PARTIAL PLAN
AutoCAD SHX Text
AS SHOWN
AutoCAD SHX Text
66D009
AutoCAD SHX Text
39
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
GROUND FLARES
AutoCAD SHX Text
PARTIAL PLAN
AutoCAD SHX Text
1/2" = 1'-0"
AutoCAD SHX Text
66D009.dwg
AutoCAD SHX Text
FWB
AutoCAD SHX Text
JPR
AutoCAD SHX Text
LH
AutoCAD SHX Text
MJH
AutoCAD SHX Text
1. SEE 66D007 AND 66X287 FOR COMPLETE VALVE DETAILS. SEE 66D007 AND 66X287 FOR COMPLETE VALVE DETAILS. 66D007 AND 66X287 FOR COMPLETE VALVE DETAILS. AND 66X287 FOR COMPLETE VALVE DETAILS. 66X287 FOR COMPLETE VALVE DETAILS. FOR COMPLETE VALVE DETAILS. 2. CAP EXISTING WRH PIPE AFTER EXISTING ISOLATION VALVE. CAP EXISTING WRH PIPE AFTER EXISTING ISOLATION VALVE. 3. CONNECT TO EXISTING WN PIPING AFTER EXISTING ISOLATION VALVE. CONNECT TO EXISTING WN PIPING AFTER EXISTING ISOLATION VALVE. 4. CORE DRILL THROUGH EXISTING WALL, SEE STRUCTURAL. CORE DRILL THROUGH EXISTING WALL, SEE STRUCTURAL. 5. CONNECT 2" FSG LINES TO BOTTOM OF FSG-1 AND FSG-2 TO ALLOW CONNECT 2" FSG LINES TO BOTTOM OF FSG-1 AND FSG-2 TO ALLOW CONDENSATE TO DRAIN INTO 2" LINES. 6. 2" VENT PIPING IS TO MATCH EXISTING VENT PIPE LOCATION. 2" VENT PIPING IS TO MATCH EXISTING VENT PIPE LOCATION. 7. CONNECT 1" FSG LINES TO TOP OF FSG-1 AND FSG-2 TO ALLOW CONNECT 1" FSG LINES TO TOP OF FSG-1 AND FSG-2 TO ALLOW EQUALIZATION AND PROPER DRAINING INTO TANK. 8. NEW VENT LINE FROM PRV870023 ON T870023 TO BE RUN PARALLEL NEW VENT LINE FROM PRV870023 ON T870023 TO BE RUN PARALLEL AND AS CLOSE AS POSSIBLE TO VENT PIPING FROM T87305. DISCHARGE IS TO BE IN SAME LOCATION, WITHIN 6". 9. LEAVE RAILING IN PLACE AND PROTECT DURING DEMOLITION.LEAVE RAILING IN PLACE AND PROTECT DURING DEMOLITION.
AutoCAD SHX Text
4" PD
AutoCAD SHX Text
EXISTING ELECTRICAL DUCT BANK
AutoCAD SHX Text
2" SA
AutoCAD SHX Text
2" NG
AutoCAD SHX Text
DN
AutoCAD SHX Text
8US245
AutoCAD SHX Text
DN
AutoCAD SHX Text
2" FSG
AutoCAD SHX Text
(DRAIN)
AutoCAD SHX Text
T87305
AutoCAD SHX Text
1" WRH
AutoCAD SHX Text
1" SA
AutoCAD SHX Text
4" LSG
AutoCAD SHX Text
FROM LSG-1 AND LSG-2
AutoCAD SHX Text
3/4" WN
AutoCAD SHX Text
2" D
AutoCAD SHX Text
2" SA
AutoCAD SHX Text
2" NG
AutoCAD SHX Text
24" FSG
AutoCAD SHX Text
24" FSG
AutoCAD SHX Text
SEE DETAIL A/66D00766D007
AutoCAD SHX Text
NOTE 3
AutoCAD SHX Text
NOTE 2
AutoCAD SHX Text
1
AutoCAD SHX Text
66D009
AutoCAD SHX Text
NOTE 2
AutoCAD SHX Text
NOTE 3
AutoCAD SHX Text
NOTE 4, TYP
AutoCAD SHX Text
87LSG13
AutoCAD SHX Text
DN
AutoCAD SHX Text
2" V
AutoCAD SHX Text
GROUND FLARES
AutoCAD SHX Text
2" WN
AutoCAD SHX Text
2" WRH
AutoCAD SHX Text
87WN22
AutoCAD SHX Text
87WN16
AutoCAD SHX Text
87WN17
AutoCAD SHX Text
FSG-2
AutoCAD SHX Text
FSG-1
AutoCAD SHX Text
NOTE 6
AutoCAD SHX Text
T870023
AutoCAD SHX Text
NOTE 5
AutoCAD SHX Text
ROUTE TO EXISTING SUMP
AutoCAD SHX Text
3
AutoCAD SHX Text
66D010
AutoCAD SHX Text
2
AutoCAD SHX Text
66D010
AutoCAD SHX Text
NEW HOSE BIB
AutoCAD SHX Text
NOTE 7
AutoCAD SHX Text
NOTE 7
AutoCAD SHX Text
NOTE 8
AutoCAD SHX Text
NOTE 9
AutoCAD SHX Text
87LSG13
AutoCAD SHX Text
87WN22
AutoCAD SHX Text
87FSG10
AutoCAD SHX Text
87FSG11
AutoCAD SHX Text
REVISED PER ADDENDUM 2
AutoCAD SHX Text
2/19
AutoCAD SHX Text
VAR
AutoCAD SHX Text
1
Page 10: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

PNL80200

· · · · ·

··

·

·

··

·

·

··

·

·

··

·

· · ·

··

·

·

··

·

·

·

·

·

·

·

·

·

·

·

·

·

Path: \\B

CS

AC

FP

01\P

RO

JE

CT

S\49000\149803 - S

RC

SD

G

AS

M

GM

T S

YS

S

TU

DY

\_C

AD

\2-S

HE

ET

S\D

-P

RO

CE

SS

PLO

T D

AT

E: 2/25/2019 11:46 A

M C

AD

U

SE

R: F

RE

D B

UR

KE

P

R

OF

ESSI

O N

A

L

RE

G

IS

T

E

R

E

D

E

N

G

IN

E

E

R

S

T

A

T

E

O

F

CA

L

I

F

O

R

N

I

A

No. M 38406

M

E

C

H

A N

I

C

A

L

JO

H

N

P

E

P

P

ER

R

O

B

I

N

E

T

T

E

AutoCAD SHX Text
66X401
AutoCAD SHX Text
a
AutoCAD SHX Text
24"
AutoCAD SHX Text
2" NG
AutoCAD SHX Text
EXISTING NG SUPPLY PPS 3P69
AutoCAD SHX Text
80NG100
AutoCAD SHX Text
80NG102
AutoCAD SHX Text
80NG101
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
1" NG
AutoCAD SHX Text
80NG103
AutoCAD SHX Text
MME80205A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80205
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80205
AutoCAD SHX Text
ARST80205
AutoCAD SHX Text
V80205
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
MME80206A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80206
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80206
AutoCAD SHX Text
V80206
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
MME80207A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80207
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80207
AutoCAD SHX Text
V80207
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
MME80208A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80208
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80208
AutoCAD SHX Text
V80208
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
18" LSG
AutoCAD SHX Text
87LSG93
AutoCAD SHX Text
87LSG95
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
MME80201A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80201
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80201
AutoCAD SHX Text
V80201
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
3/4" NG
AutoCAD SHX Text
MME80202A
AutoCAD SHX Text
TE
AutoCAD SHX Text
80202
AutoCAD SHX Text
PILOT
AutoCAD SHX Text
MME80202
AutoCAD SHX Text
ARST80202
AutoCAD SHX Text
V80202
AutoCAD SHX Text
8" LSG
AutoCAD SHX Text
POP80205
AutoCAD SHX Text
WASTE GAS BURNER CONTROL PANEL
AutoCAD SHX Text
TE80205
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
CONT ON DWG 66X401
AutoCAD SHX Text
120V
AutoCAD SHX Text
120V
AutoCAD SHX Text
120V
AutoCAD SHX Text
120V
AutoCAD SHX Text
120V
AutoCAD SHX Text
120V
AutoCAD SHX Text
TE80206
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
TE80207
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
TE80208
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80205
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80205
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80205
AutoCAD SHX Text
SA
AutoCAD SHX Text
POP80206
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80206
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80206
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80206
AutoCAD SHX Text
SA
AutoCAD SHX Text
POP80207
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80207
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80207
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80207
AutoCAD SHX Text
SA
AutoCAD SHX Text
POP80208
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80208
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80208
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80208
AutoCAD SHX Text
SA
AutoCAD SHX Text
V80205
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
V80206
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
V80207
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
V80208
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
TE80201
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
TE80202
AutoCAD SHX Text
TEMP_IND_AI
AutoCAD SHX Text
POP80201
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80201
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80201
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80201
AutoCAD SHX Text
SA
AutoCAD SHX Text
POP80202
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80202
AutoCAD SHX Text
ZSC
AutoCAD SHX Text
80202
AutoCAD SHX Text
ZSO
AutoCAD SHX Text
80202
AutoCAD SHX Text
SA
AutoCAD SHX Text
V80201
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
V80202
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO OPEN_IND_DI CLOSED_IND_DI
AutoCAD SHX Text
3" NG
AutoCAD SHX Text
1" NG
AutoCAD SHX Text
STN80205
AutoCAD SHX Text
80NG104
AutoCAD SHX Text
STN80206
AutoCAD SHX Text
ARST80206
AutoCAD SHX Text
80NG105
AutoCAD SHX Text
STN80207
AutoCAD SHX Text
ARST80207
AutoCAD SHX Text
80NG106
AutoCAD SHX Text
STN80208
AutoCAD SHX Text
ARST80208
AutoCAD SHX Text
80NG107
AutoCAD SHX Text
STN80201
AutoCAD SHX Text
ARST80201
AutoCAD SHX Text
80NG108
AutoCAD SHX Text
STN80202
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
6" LSG
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
S
AutoCAD SHX Text
V80205A
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
SV80205A
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80206A
AutoCAD SHX Text
V80206A
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80207A
AutoCAD SHX Text
V80207A
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80208A
AutoCAD SHX Text
V80208A
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
V80201A
AutoCAD SHX Text
V80202A
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80201A
AutoCAD SHX Text
S
AutoCAD SHX Text
SV80202A
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
OPEN_CMD_DO CLOSE_CMD_DO
AutoCAD SHX Text
80LSG43
AutoCAD SHX Text
80LSG44
AutoCAD SHX Text
87LSG189
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG190
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG191
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG192
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG193
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG194
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG195
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
87LSG196
AutoCAD SHX Text
1" LSG
AutoCAD SHX Text
18" LSG
AutoCAD SHX Text
87NG17
AutoCAD SHX Text
87NG18
AutoCAD SHX Text
87NG19
AutoCAD SHX Text
87NG20
AutoCAD SHX Text
87NG21
AutoCAD SHX Text
87NG22
AutoCAD SHX Text
87SA34
AutoCAD SHX Text
87SA33
AutoCAD SHX Text
87SA35
AutoCAD SHX Text
87SA36
AutoCAD SHX Text
87SA37
AutoCAD SHX Text
87SA38
AutoCAD SHX Text
APP.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
BY
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
ZONE
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
FILE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
(IF NOT 2"-SCALE ACCORDINGLY)
AutoCAD SHX Text
AT FULL SIZE
AutoCAD SHX Text
LINE IS 2 INCHES
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
SUBMITTED:
AutoCAD SHX Text
SUBMITTAL
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
RFB NUMBER
AutoCAD SHX Text
WATER QUALITY DIVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
RECOMMENDED
AutoCAD SHX Text
APPROVAL
AutoCAD SHX Text
B
AutoCAD SHX Text
9
AutoCAD SHX Text
A
AutoCAD SHX Text
10
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
H
AutoCAD SHX Text
G
AutoCAD SHX Text
F
AutoCAD SHX Text
E
AutoCAD SHX Text
L
AutoCAD SHX Text
K
AutoCAD SHX Text
J
AutoCAD SHX Text
I
AutoCAD SHX Text
P
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
M
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
SACRAMENTO REGIONAL COUNTY
AutoCAD SHX Text
SANITATION DISTRICT
AutoCAD SHX Text
OF SACRAMENTO COUNTY, CALIFORNIA
AutoCAD SHX Text
SACRAMENTO REGIONAL
AutoCAD SHX Text
WASTEWATER TREATMENT PLANT
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
SHEET NUMBER
AutoCAD SHX Text
GAS MANAGEMENT SYSTEM REHABILITATION AND IMPROVEMENTS
AutoCAD SHX Text
8295
AutoCAD SHX Text
DS-3
AutoCAD SHX Text
5/9/18
AutoCAD SHX Text
BID DOCUMENTS
AutoCAD SHX Text
1/19
AutoCAD SHX Text
PROCESS AND INSTRUMENTATION DIAGRAM
AutoCAD SHX Text
WASTE GAS BURNERS
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
66X402
AutoCAD SHX Text
86
AutoCAD SHX Text
GAS MANAGEMENT
AutoCAD SHX Text
66X402.dwg
AutoCAD SHX Text
FWB
AutoCAD SHX Text
JPR
AutoCAD SHX Text
--
AutoCAD SHX Text
MJH
AutoCAD SHX Text
1
AutoCAD SHX Text
REISSUED PER ADDENDUM 2
AutoCAD SHX Text
2/19
AutoCAD SHX Text
VAR
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
Page 11: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

1

REQUEST FOR BID This Is Not An Order - Make A Copy For Your File - Return Original SACRAMENTO REGIONAL COUNTY

SANITATION DISTRICT 8521 LAGUNA STATION ROAD

ELK GROVE, CA 95758-9550

Issue Date January 28, 2019

Bid Number RFB No. 8295

C

O

N

T

R

A

C

T

O

R

Return your Bid in envelope, sealed and clearly marked on outside with Bid

number and date shown below to:

SACRAMENTO REGIONAL COUNTY

SANITATION DISTRICT

8521 LAGUNA STATION ROAD

ELK GROVE, CA 95758-9550

ATTN: RFB #8295

Bids must be received at Sacramento Regional County

Sanitation District Reception and logged in prior to the date

and time indicated. Bids will not be accepted after 3:00 P.M.

on:

March 7 March 21, 2019

For Additional Information Contact

Issuing Officer: Tamblynn Stewart

PHONE: (916) 875-9014

Merchandise or Service for Delivery To: Sacramento Regional County Sanitation District 8521 Laguna Station Road Elk Grove, CA 95758

FAILURE TO SIGN THIS SECTION MAY DISQUALIFY YOUR RESPONSE The undersigned offers and agrees to furnish the articles and/or services listed in this document at the prices and terms stated,

subject to all of this Request for Bid:

Firm Name Terms of Sale: Net 30

Signature F.O.B. Point Destination

Printed Name CSLB No.:

Federal Tax ID Number DIR Registration No.:

Date E-Mail:

Telephone: Fax:

Gas Management System Rehabilitation and Improvements Project

Page 12: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

2

NOTICE TO CONTRACTORS

NOTICE IS HEREBY GIVEN THAT the Sacramento Regional County Sanitation District (Regional San)

invites sealed bids to provide all labor and equipment necessary for RFB #8295 – Gas Management System

Rehabilitation and Improvements Project, located at 8521 Laguna Station Rd. Elk Grove, CA 95758.

ENGINEER’S ESTIMATE: $ 4,232,752

Bids will be received at the Regional San’s Office, 8521 Laguna Station Rd, Elk Grove, CA 95758 until

3:00p.m., March 7 March 21, 2019 to be publicly opened and declared aloud by Regional San

representatives.

1) Any bidder who wishes its bid to be considered is responsible for making certain that its bid is

actually delivered to the Regional San Office. Bids shall be addressed to the Sacramento Regional

County Sanitation District, 8521 Laguna Station Rd, Elk Grove, CA 95758, Attn: RFB #8295

2) Bidder envelope must clearly list contractor name and return address. Envelopes that do not list

contractor name and address will not be opened.

Department of Industrial Relations (DIR) Compliance

A. No contractor or subcontractor may be listed on a bid for a public works project unless

registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5

B. No contractor or subcontractor may be awarded a contract for public work on a public works

project unless registered with the Department of Industrial Relations pursuant to Labor Code

section 1725.5.

C. This project is subject to compliance monitoring and enforcement by the Department of

Industrial Relations.

D. No contractor or subcontractor may be listed on a bid proposal for a public works project

unless registered with the Department of Industrial Relations pursuant to Labor Code section

1725.5 [with limited exceptions from this requirement for bid purposes only under Labor

Code section 1771.1(a)].

E. No contractor or subcontractor may be awarded a contract for public work on a public works

project unless registered with the Department of Industrial Relations pursuant to Labor Code

section 1725.5.

LABOR COMPLIANCE PROGRAM: The County of Sacramento received final approval

from the Director of California Department of Industrial Relations as a Labor Compliance

Program effective March 15, 1994. All questions regarding this Labor Compliance Program and

prevailing wage requirements should be directed to the Labor Compliance Section at (916) 875-

2711. In accordance with Section 1771.5 of the California Labor Code, the payment of the

general prevailing rate of per diem wages or the general prevailing rate of per diem wages for

holiday and overtime is not required for any public works project of twenty-five thousand dollars

($25,000) or less when the project is for construction work, or for any public works project of

fifteen thousand dollars ($15,000) or less when the project is for alteration, demolition, repair, or

maintenance work.

Page 13: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

3

This is a (construction/alteration/demolition/repair/maintenance) project in accordance with

Section 1771.5 of the California Labor Code.

A. Pursuant to California Labor Code Section 1720 and following, and Section 1770 and following,

the successful bidder shall pay not less than the prevailing rate of per diem wages as determined

by the Director of the California Department of Industrial Relations. Copies of the prevailing

wage determinations are on file at the office of the County of Sacramento Labor Compliance

Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827, and are also available on the

internet at http://www.dir.ca.gov/DLSR/PWD

A Mandatory pre-bid meeting will be held on February 20, 2019 at 9:00AM at 8521 Laguna Station

Rd, Elk Grove, CA 95758. The purpose of the meeting is to review and clarify project requirements,

respond to questions from the bidders and allow prospective bidders the opportunity to observe the

condition and location of the project area, which may affect performance and pricing. It is the

responsibility of prospective bidders to familiarize themselves with all requirements of the solicitation and

identify any issues at this meeting.

Pre-Bid Meeting attendees must e-mail Jorge Melendez at [email protected] with attendee names

no later than 24 hours prior to the meeting. This information is required to provide access to the site.

Bid request documents for RFB #8295 can be obtained by contacting Tamblynn Stewart at (916) 875-9014

or [email protected] or by visiting the Regional San website https://www.regionalsan.com/general-

opportunities

Bid bond/deposit not less than ten (10) percent of the aggregate total bid is required to be submitted with

the sealed bid.

Successful Bidder must furnish a 100 percent Performance Bond and Payment Bond per Appendix D and

Appendix E respectively.

Bidders are hereby notified that pursuant to Part 7, Chapter 1, Article 2, Section 1770, et seq., of the Labor

Code of the State of California, the successful CONTRACTOR and its subcontractors shall pay their labor

forces not less than the general prevailing rate of wages as determined by the Director of the Department of

Industrial Relations, and travel and subsistence pay as such are defined in applicable collective bargaining

agreements filed in accordance with Section 1773.8 of said Labor Code, for work needed and performed on

this project. It shall, pursuant to the provisions of Section 1773.2 of said Labor Code, be a requirement of

the work for the successful bidding contractor to post and maintain a copy of said wages’ determinations at

the project site throughout the duration of the work.

Regional San hereby notifies all bidders that it will affirmatively insure that in any contract entered into

pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit

bids in response to this invitation and will not be discriminated against on the grounds of race, creed, color,

national origin, ancestry, sexual orientation, political affiliations of beliefs, sex, age, physical handicap,

medical condition, marital status or pregnancy as set forth hereunder.

Regional San reserves the right to reject any or all bids and waive any irregularity in bids received.

Page 14: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

4

SCOPE OF WORK

The Gas Management System Rehabilitation and Improvements Project -

Regional San operates a digester gas management system (GMS) for treatment, delivery, and disposal of

the sludge gas produced by the anaerobic digesters. Low-pressure sludge gas is collected from the digesters

and typically treated for hydrogen sulfide using a series of iron sponge media scrubbers. The scrubbed gas

is then compressed (medium-pressure sludge gas) and, under normal operation, transferred to the Carson

Cogeneration Facility (Cogen) and the Regional San boilers. When there is excess sludge gas produced or

if Cogen is not available, the low-pressure sludge gas can be disposed at the enclosed flares or the Waste

Gas Burners (WGBs). The WGBs can be used for disposal of scrubbed or unscrubbed sludge gas, while the

enclosed flares are limited to burning only scrubbed gas based on current permit requirements. Changes in

digester gas production and consumption has resulted in periodic uncontrolled venting from the digesters.

The GMS Improvements and Rehabilitation Project was initiated to prevent periodic uncontrolled venting

of digester gas and to bring the GMS into compliance. Because the GMS needs to remain in operation, the

Project will be staged into different phases of construction that will have critical durations. The scope of the

work includes improvements to the following areas within the GMS:

1. In and around the MSG Building

2. Ground Flares & WGB’s

3. LSG Scrubbers

4. LSG, MSG, & FSG Condensate Systems

5. LSG Holders & Horton Spheres piping

The work to be completed in RFB No. 8295 includes all labor, abatement and disposal cost, equipment and

materials necessary to complete this project as stated in this RFB and on the drawings and specifications.

The following documents are also incorporated into this contract:

Drawings: Gas Management System Rehabilitation and Improvements Project (full set)

Project Specifications

Sacramento County Standard Construction Specifications (current version) –

www.saccountyspecs.net

Such other items or details not mentioned above that are required by the plans or these specifications shall

be performed, placed, constructed, or installed in accordance with the latest version of the Sacramento County

Standard Construction Specifications or Special Provisions.

Contract days will be added for weather per Section 7 of the Sacramento County Standard Construction

Specifications.

Page 15: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

5

KEY ACTION DATES

Bid Issue: January 28, 2019

RFB Advertisement: January 28, 2019 and February 4, 2019

Mandatory Pre-Bid Meeting February 20, 2019 at 9:00AM

Location

8521 Laguna Station Rd

Elk Grove, CA 95758

Question Due Date: February 27 March 7, 2019

DIR Registration Due: March 6 March 20, 2019

Bids from Contractors not registered on the

Department of Industrial Relations website by this

date, will not be opened.

Bid Due Date: March 7 March 21, 2019 by 3:00 PM

Intent to Award: March 14 March 28, 2019

Contract Award: March 21 April 4, 2019

Provide Required Insurance and Bonds April 4 April 18, 2019

Vet Bonds April 5 April 19, 2019

Notice to Proceed: April 8 April 22, 2019

Pre-Construction Meeting: To Be Determined

Project Completion: See Specification 01 14 20

Page 16: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

6

INTRODUCTION

INVITATION – The Sacramento Regional County Sanitation District, Purchasing & Material Support,

invites Responses which offer to provide the goods and/or services identified in this RFB.

DEFINITIONS - We intend to express our expectations clearly, and they are to be legally interpreted in our

favor. Certain words are used throughout this document:

We/Us/Our are terms which refer to the Sacramento Regional County Sanitation District, a duly organized

public entity. They may also be used as pronouns for various subsets of Regional San organization, including,

as the context will indicate:

Regional San - Sacramento Regional County Sanitation District

Sacramento Regional Wastewater Treatment Plant – (SRWTP)

You/Your are terms which refer to businesses having some sort of relationship to or with us. The term may

apply differently as the context will indicate. For instance, “you” as a Contractor will have different

obligations than “you” as a Bidder or Supplier will have:

Supplier - A business entity which may provide the subject goods and/or services

Bidder - A business entity submitting a Response to this request for bid. Suppliers which may express

interest in this RFB, but which do not submit a Response, have no obligations with respect to the bid

requirements.

Contractor - The Bidder, whose Response to this RFB, is found by Purchasing to meet the needs of

Regional San. Contractor will be selected for award, and will enter into a contract for provision of the

goods and/or services described in the RFB.

RFB - This entire document, including attachments.

Response - The written, signed and sealed document submitted according to the RFB instructions. Response

does not include any verbal or documentary interaction you may have with us apart from submittal of a formal

response.

RFB CLARIFICATION - Questions regarding this RFB should be directed in writing to the Issuing Officer

specified on the Cover Sheet, page 1. Answers, citing the question, but not identifying the questioner, will be

distributed simultaneously to all known prospective Bidders.

RFB Amendment - If it becomes evident that this RFB must be amended, we will issue a formal written

addendum to all known prospective Bidders.

Bidder Responsibility - We expect you to be thoroughly familiar with all specifications and requirements

of this RFB. Your failure or omission to examine any relevant form, article, site or document will not relieve

you from any obligation regarding this RFB. By submitting a Response, you are presumed to concur with all

terms, conditions and specifications of this RFB.

AWARD – Award will be made to the lowest responsible bidder.

CONTRACT EXECUTION - This RFB and the Contractor’s Response will be made part of any resultant

Contract and will be incorporated in the Contract as set forth.

Page 17: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

7

PROTESTS - After receipt of the Regional San’s “Intent to Award” notice, any bidder who has

questions or concerns should immediately contact the Issuing Officer for discussion. Any bidder

who believes that they have grounds for a protest must submit a written protest on company

letterhead within three (3) non-holiday, business days after the Intent to Award letter has been

sent out. Any protest letter must state the specific grounds for protest and the actions being

requested of Regional San. No protest received after 4 p.m. on the 3rd business day shall be

accepted.

PRECEDENCE - In the event of contradictions or conflicts between the provisions of the documents

comprising the Contract, they will be resolved by giving precedence in the following order:

1) the provisions of the Contract (as it may be amended);

2) the provisions of the Bidder’s Response (as it may be clarified);

3) the provisions of the RFB (as it may be supplemented);

4) the provisions of the County Standard Specifications.

CLAIMS - Claims shall be handled in accordance with Section 9-18 of the County Standard Construction

Specifications.

ISSUING OFFICER - The issuing officer and mailing address to send Bids, questions, and all other

correspondence concerning this RFB is:

Tamblynn Stewart

Senior Contract Services Officer

Sacramento Regional County Sanitation District

(916) 875-9014

[email protected]

PROJECT CONTACT -

Jorge Melendez, Project Manager

Sacramento Regional County Sanitation District

(916) 875-9074

[email protected]

CONTRACTOR EXAMINATION OF THIS RFB/QUESTIONS - Contractor shall examine carefully the

entire RFB and any addenda thereto, and all related materials and data referenced in the RFB or otherwise

available, and shall become fully aware of the system needs through discussion and visits with Regional San.

If contractors discover an ambiguity, conflict, discrepancy, omission or other errors in the RFB, they shall

immediately notify the Issuing Officer of such error in writing and request modification of the document.

Modifications shall be made by addenda.

Contractors requiring clarification of the intent or content of this RFB or on procedural matters regarding the

bid process may request clarification by contacting the Issuing Officer identified above.

SUBMISSION OF BIDS - Bids should be prepared in such a way as to provide a straight forward, concise

delineation of capabilities to satisfy the requirements of the RFB. Expensive binding, colored displays,

promotional materials, etc., are not necessary or desired. Emphasis should be concentrated on conformance

Page 18: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

8

and clarity of content. Contractor bids shall be completed in all respects as indicated. A Bid may be rejected

if it is conditional or incomplete, or if it contains irregularities of any kind.

Bids which contain false or misleading statements, or which provide references which do not support an

attribute or capability of the proposed system may be rejected. If, in the opinion of Regional San, such

information was intended to mislead Regional San in its evaluation of the Bid and the attribute, condition or

capability as a requirement of the RFB, the bid shall be rejected.

The bid must be signed by an individual who is authorized to bind the proposing firm contractually. The

signature should indicate the title or position that the individual holds in the firm. Firms who sign their

contracts with the name of the firm must provide the name of the corporate officer for signature validation

by Regional San. An unsigned Bid shall be rejected.

ACCEPTANCE AND REJECTION OF BIDS – Regional San reserves the right:

• To reject any or all Bids, or any part thereof;

• To waive any informality in the Bid;

• To accept the Bid that is in the best interest of Regional San.

Regional San’s decision shall be final.

HOLIDAYS Regional San will observe the legal holidays as defined by the County Standard Construction

Specifications Section 1-3. Contractors will not schedule work on these holidays without permission from

Regional San.

Page 19: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

9

BID INQUIRES -

Questions regarding this bid should be referred to:

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

Purchasing & Material Support

8521 Laguna Station Rd.

Elk Grove, CA 95758

Attn: Tamblynn Stewart

Senior Contract Services Officer

(916) 875-9014

[email protected]

Questions regarding drawings and specifications shall be referred to:

Jorge Melendez, Project Manager

(916) 875-9074

[email protected]

These inquiries are to be submitted by February 27 March 7, 2019. Any interpretations by

Regional San will be made in the form of a written addendum. The receipt of such an addendum

must be acknowledged on the cost response sheet. Oral explanations or instructions given before

the award of the contract will not be binding.

Bidder Response: Interested bidders must complete and return the following pages/sections by the closing

date and time shown on the cover page in order to be considered.

• Cover Page with authorized signature

• Regarding Insurance Coverage (See Appendix A)

• Instruction for Bid Security (Appendix B)

• Bid Guaranty Bond (See Appendix C)

• Instruction for Performance Bond (See Appendix D)

• Instruction for Payment Bond (See Appendix E)

• Cost Response (See Appendix F)

• Subcontractors (See Appendix G)

• Exception to Bid (See Appendix H)

• Contractor’s License Certification (See Appendix I)

• Noncollusion Declaration (See Appendix J)

• Two (2) copies of the bid and mark the original as the “Original” or “Master Copy”

Note: Regional San will not accept bids by way of facsimile transmission or e-mail. Bids must be signed

and received in a sealed envelope by 3:00PM on March 7 March 21, 2019. Refer to instructions on the

cover page.

Page 20: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

10

PRIMARY SPECIFICATIONS

MANDATORY PRE-BID MEETING

A mandatory Pre-Bid meeting will be held on February 20, 2019, at 9:00AM at the SRWTP facility, 8521

Laguna Station Road, Elk Grove, CA95758. The purpose of the meeting is to review and clarify project

requirements, conduct site inspection to become familiar with the scope of work, and to respond to questions

from the bidders.

Failure to examine the site shall not constitute a basis for claims for extra work occasioned by lack of

knowledge or location of hidden conditions, which could affect the scope of work.

ADDENDA

The correction of any discrepancies in, or omission from, the drawings, specifications, or other contract

documents, or any interpretation thereof, during the bidding period will be made only by an addendum

issued by Regional San. A copy of each such addendum issued by Regional San will be e-mailed to each

person receiving a set of these documents, and shall be made a part of the contract. Any other

interpretation or explanation of such documents will not be considered binding.

Each bidder shall be responsible that all firms or persons submitting bids to them, i.e., prospective

subcontractors, manufacturers, suppliers, etc. are informed of any such addendum.

START OF WORK AND TIME OF COMPLETION

The work shall commence no later than 5 working days after receipt of Notice to Proceed. Failure to

diligently pursue the work may result in the termination of Contract by Regional San.

The time for completion of this contract shall be based on the time specified in CONTRACT TIME section

01 14 20, unless Regional San approves a time extension. The work shall be scheduled for the earliest

completion possible and the shortest on-site construction time possible.

LIQUIDATED DAMAGES

Liquidated damages shall be $2,337 for each calendar day delay, per County Standard Construction

Specifications Section 7-15, beyond “Project Completion” final date.

SUBMITTALS

Prior to the commencement of any construction activities, the contractor shall submit the required submittals.

Submittals include, but are not limited to product data, shop drawings, samples, test procedures, test results,

annotated PLC program listings, requests for substitutions, descriptive data, certificates, methods,

schedules, marked contract drawings and specifications, manufacturer’s installation and other instructions,

and miscellaneous work items. Submittals also include all other information as may reasonably be required.

Submittals shall be submitted to Regional San at least 7 days before the date needed. Review of submittal

information shall not waive or change any requirements of the contract documents.

Submittal requirements are included in Specification Section 01 33 00 and as mentioned in drawings.

AS-BUILT DOCUMENTS

All contract drawings shall be marked-up to clearly, accurately, and correctly depict the as-constructed

conditions of installed or modified structures and materials of the completed job.

FACILITY ACCESS:

Sacramento Regional Wastewater Treatment Plant, continuously receives and treats wastewater. The Work

shall be planned and executed without interfering or interrupting Regional San personnel, plant operations

or treatment processes. Reliability of plant systems, operations and utilities shall be maintained at all times.

Page 21: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

11

Access to facilities and shutdown of operating systems or processes will only be allowed when approved by

Regional San.

Regional San has permits to treat and discharge wastewater. These permits establish discharge limits for

wastewater, storm water, and air emissions. Discharge of partially treated wastewater, storm water, air

pollution or odors is controlled. Violation of Regional San permits shall not result from the Work. Any

discharge or bypassing shall immediately be reported to the Plant Control Center (PCC).

Regional San will require Contractor to stop or restrict any activity that has or could result in an

unauthorized discharge or permit violation. Regional San will prevent or remedy the situation by the most

expeditious means. Contractor will be responsible for all costs incurred including fines.

This project will require an approved Access Request (AR) prior to commencement of work. The AR shall

be submitted by the Contractor for approval at least 10 working days prior to the start of any construction.

Interruption of or connection to an existing system, operation or process requires a Shutdown Plan to be

included with the Access Request.

All Contractor and subcontractor staff assigned to work at the Plant shall obtain an identification badge and

shall wear/display their badges at all times while at the Plant. The Contractor must submit to the Regional

San Representative a weekly list which includes scheduled deliveries to the job site and staff members who

have received badges.

All Contractor staff must attend Plant Safety Orientation and badge use training at a minimum prior to

issuance of badges. Training is anticipated to be 3 hours total in duration

A. INTERRUPTION OF POWER, CONTROLS, INSTRUMENTATION

1. The number and duration of outages of existing power, control and instrumentation systems will

be limited. Work shall be completed in a minimum of time. Alternate power sources or

generators may be required. Only one power source to a substation may be de-energized at a

time. Power, control and instrumentation systems shall be returned to service at the end of each

day. Work that prevents returning a power, control or instrumentation system to service at the

end of the shift shall be pursued to completion utilizing overtime and additional workers.

2. Regional San will isolate, de-energize, and re-energize existing power, control and

instrumentation systems.

B. DRAINING, DEWATERING AND CLEANING

1. Regional San will drain pipelines, channels, basins, tanks and other facilities to the level of the

lowest outlet. Existing gates and valves leak. Additional draining, dewatering or pumping

necessary for the Work shall be done by Contractor. Rinsing, flushing and cleaning that is

necessary for the Work shall be done by Contractor.

2. An Access Request shall be submitted for approval of the disposal method for leakage, pumping

or cleaning water

C. SAFETY

1. See spec section 00 73 19 Health and Safety Requirements

D. INDEMNIFICATION

To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless

Regional San, Sacramento Area Sewer District, and the County of Sacramento, their respective

Page 22: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

12

governing Boards, officers, directors, officials, employees, and authorized volunteers and agents,

(collectively “Indemnified Parties”) from and against any and all claims, demands, actions, losses,

liabilities, damages, and all expenses and costs incidental thereto (collectively “Claims”) including

cost of defense, settlement, arbitration, and reasonable attorneys' fees, resulting from injuries to or

death of persons, including but not limited to employees of either Party hereto, and damage to or

destruction of property or loss of use thereof, including but not limited to the property of either

Party hereto, arising out of, pertaining to, or resulting from the acts or omissions of the Contractor,

its officers, employees, or agents, or the acts or omissions of anyone else directly or indirectly

acting on behalf of the Contractor, or for which the Contractor is legally liable under law regardless

of whether caused in part by an Indemnified Party. Contractor shall not be liable for any Claims to

the extent caused by the active negligence of an Indemnified party, where such indemnification

would be invalid under Section 2782 of the Civil Code.

This indemnity shall not be limited by the types and amounts of insurance or self-insurance

maintained by the Contractor or the Contractor’s Subcontractors.

Nothing in this Indemnity shall be construed to create any duty to, any standard of care with

reference to, or any liability or obligation, contractual or otherwise, to any third party.

The provisions of this Indemnity shall survive the expiration or termination of the Agreement.

E. EXISTING UTILITIES

It is recognized by Regional San and the Contractor that the location of existing utility facilities as

shown on contract drawings and specifications are approximate; their exact location is unknown.

The Contractor agrees and is required to coordinate and fully cooperate with Regional San and

utility owners for the location, relocation, and protection of utilities.

Unless otherwise indicated in the contract, the Contractor shall maintain in service all drainage,

water, gas, and sewer lines, including house services, power, lighting, and telephone conduits, and

any other surface or subsurface structure of any nature that may be affected by the Work.

Unless otherwise indicated in the contract, the Contractor shall be responsible for protecting all

existing utilities.

F. TEMPORARY UTILITIES

Temporary utilities such as power and portable restrooms shall be furnished by the contractor.

INSPECTION

The work shall be coordinated through and conducted under the review and inspection of the Regional San

Engineer or authorized representative. Final inspection of the project shall be made upon the Contractor’s

written request. If the work is satisfactory and in accordance with the contract, the work shall be accepted.

MINIMUM QUALIFICATIONS

Bidder must be a licensed contractor authorized to perform work in the State of California, and provide

certification of license on the form included in Appendix I.

STORAGE OF SUPPLIES, MATERIALS, EQUIPMENT, ETC.

Contractor shall assume all responsibility for storage of tools, materials, and equipment on the job site.

Regional San will designate an area as the Contractor’s staging area. Only the area designated by Regional

San can be used for storage.

Page 23: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

13

Contractor shall assume all responsibility for vehicular parking of his or his subcontractor’s and employee’s

vehicles to assure that they shall not park in prohibited areas and shall not obstruct normal traffic. Supplies,

materials, and equipment shall not be piled or stored in any location which may interfere with the normal

operation and use of the building or site, or constitute a hazard to persons or property. Required safety

precautions such as signs, danger signals, lanterns, barricades, etc., shall be installed by the Contractor prior

to the start of construction and maintained as required during the construction period.

GUARANTEE

The contractor agrees to abide by the conditions of the attached Contractor Guarantee form that shall be

signed and delivered to Regional San before the final payment is made.

SURVEY

Contractor shall be responsible to do all necessary surveying to layout and control the work to elevations,

lines, and dimensions shown on the drawings. Regional San will provide benchmarks and control

monuments as shown on the drawings. The contractor will be responsible for all expenses related to the

replacement of a benchmark or control monument damaged by the contractor.

CLEANUP AND PROTECTION OF WORK

The Contractor shall keep the site clean at all times of rubbish or debris and shall remove from the premises

any such accumulation immediately upon notification by Regional San. In the event the Contractor does

not remove promptly the debris from the premises after notification by Regional San, Regional San shall

have the right to cause its removal and to deduct such charges from the monies owed to the Contractor.

ASPHALT & CONCRETE

Asphalt and concrete work per County of Sacramento, Standard Construction Specifications.

SAFETY

Regional San shall make every possible effort to accommodate the needs of the Contractor, consistent with

safety and operational requirements, in the interest of prompt completion of the work. Contractor shall

comply with the requirements of the current Plant safety Manual, CAL OSHA and Title 8 of the California

Code of Regulations. In certain areas, the plant safety requirements exceed California OSHA safety

requirements and those safety requirements will be provided prior to the start of the work. As part of

OSHA’s National Emphasis Program (NEP), any contractor or subcontractor working on or adjacent to

chlorine, sulfur dioxide, and/or digester gas systems during a PSM inspection will also be inspected by

OSHA per CPL 02-09-06.

CONTRACT CHANGES

Regional San may increase, decrease, alter or change the Work. An equitable adjustment will be made to

the Contract Amount and Contract Time. Contractor shall provide a written response to each proposed

change within 7 days. The response shall indicate the cost, time and impact of the change.

Changes will be made by Change Order or Field Instruction issued by Regional San. A Field Instruction

will direct Contractor to proceed with a change or extra work.

The Contract Amount will be adjusted by one of the following methods: Lump Sum, Unit Prices from the

Bidding Schedule, Force Account.

Force Account payment shall only include the direct costs for labor, material, equipment and incidental

items. The cost for labor shall include wages, payroll taxes, benefits, and worker compensation insurance.

The cost for material shall include sales tax and delivery costs. The cost for equipment shall include

operation and maintenance expenses.

Page 24: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

14

A 20 percent markup of the direct costs will be allowed for indirect expenses, overhead, insurance, bond

and profit for Force Account work performed by Contractor. A 5 percent markup will be allowed for Force

Account work performed by subcontractors. A cost tabulation and receipts shall be submitted with each

Force Account payment request.

DISCREPANCIES IN SPECIFICATIONS AND PLANS

The specifications and drawings are intended to be explanatory of each other. Any work shown in the

contract drawings and not in the specifications, or vice versa, is to be executed as if indicated in both. In

case of conflict, this Contract, including Special Provisions and Technical Specifications, shall govern over

all. The contract drawings shall govern over the County Standard Construction Specifications.

Page 25: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

15

GENERAL TERMS AND CONDITIONS

INSURANCE

The insurance provisions must be complied with by you if awarded the order. Proof of insurance must be

provided to Regional San prior to commencement of work under the contract.

PREVAILING WAGES

Pursuant to the provisions of Articles 1 and 2 of Chapter 1, Part 7, Division II, of the Labor code of the

State of California, not less than the general prevailing rate of per diem wages, and not less than the general

prevailing of per diem for holidays and overtime work, for each craft, classification or type of workman

needed to execute the work contemplated under this Agreement shall be paid to all workers, laborers and

mechanics employed in the execution of said work. The appropriate determination of the Director of the

California Department of Industrial Relations is filed with, and available for inspection at the office of, the

clerk of the Governing Board.

Contractor shall post, at each job site, a copy of such prevailing rate of per diem wages as determined by

the Director of the California Department of Industrial Relations.

CONTRACTOR LICENSE

Contractor shall have a Class A General Engineering. Additionally, an Electrical C10 license is required to

assist with the electrical portion of the work. Contractor licenses shall be pursuant to the Business and

Professions Code of the State of California, Section 7030.

SUBCONTRACTORS

Each bid shall have listed on the form provided herewith (Appendix G) the name, address, license number,

and DIR Registration number of each subcontractor to whom the bidder proposes to sublet portions of the

work in excess of one-half of one percent of the total amount of the bid. For the purpose of this paragraph,

a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or only

for the performance of work at the site of the work or who will specially fabricate a portion of the work off

the site pursuant to detailed drawings in the contract documents.

BID GUARANTY

The bid shall be accompanied by a bid guaranty bond duly completed by a guaranty company authorized to

carry on business in the State of California for payments to the Owner in the sum of at least 10% of the

total amount of the bid, or alternatively by a certified or cashier check made payable to the Owner in the

sum of a least 10% of the total amount of the bid. The amount payable to the Owner under the bid guaranty

bond, or the certified or cashier’s check and the amount thereof, as the case may be, shall be forfeited to the

Owner in case of a failure or neglect of the bidder to furnish, execute and deliver to the Owner the required

performance bond, evidences of insurance and to enter into, execute and deliver to the Owner the

agreement on the form provided herewith, within ten (10) days after being notified in writing by the Owner

that the award has been made and the agreement is ready for execution

TERMINATION OF CONTRACT

Whenever, in the opinion of the Board, the Contractor has failed to supply an adequate force of labor,

equipment, or materials of proper quality, or has failed in any other respect to prosecute the work with

diligence or should there be persistent or repeated refusal or failure to comply with laws, ordinances, or

directions of the Engineer; or should there be consistent failure to make prompt payments to

subcontractors, for labor or materials, the Board may give written notice of at least 5 calendar days to the

Contractor and sureties that if the defaults are not remedied within a time specified in such notice, the

Contractor's control over the work will be terminated.

Page 26: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

16

If the Contractor should be adjudged bankrupt, or make an assignment for the benefit of creditors, or if a

receiver should be appointed on account of insolvency, the Board may declare the Contractor's control over

the work terminated, and so notify the Contractor and sureties.

Upon such termination, the Board may direct the Engineer to take possession of and use all or any part of

the Contractor's materials, tools, equipment and appliances upon the premises to complete the work;

Regional San assuming responsibility for the final relinquishment of such equipment at the conclusion of

the work, or sooner, at its option, in as good condition as when it was taken over, reasonable wear and tear

excepted, and Regional San agrees to pay for such materials and the use of said equipment a reasonable

compensation to be mutually agreeable to the Board and the Contractor.

The Engineer may permit the surety to complete or cause the Work to be completed, or the Engineer may

direct that all or any part of the work be completed by day labor, or by employment of other contractors.

Such informal contracts may be awarded after a bid form has been prepared and a copy served upon the

Contractor whose control has been terminated and upon the surety, and not less than 3 calendar days

allowed thereafter, so that others may bid.

If the work is completed as provided above, the Contractor is not entitled to receive any portion of the

amount to be paid under the Contract until it is fully completed. After completion, if the unpaid balance

exceeds the sum of the amount expended by Regional San in finishing the work, plus all damages sustained

or to be sustained by Regional San, plus any unpaid claims on account of labor, materials, tools, equipment,

or supplies contracted for by the Contractor for the work herein contemplated, provided that sworn

statements of said claims shall have been filed with the Board, the excess not otherwise required by these

specifications to be retained shall be paid the Contractor. If the sum so expended exceeds the unpaid

balance, the Contractor and surety are liable to Regional San for the amount of such excess. If the surety

completes the Work, such surety shall be subrogated to money due under the Contract and to money which

shall become due in the course of completion of the surety.

Regional San may, without prejudice to any other remedy it may have under the provisions of the Contract,

terminate this Contract, in whole or in part, at any time by giving written notice to Contractor or its

representative by certified mail, return receipt requested. Termination shall be effective upon receipt of

notice by Contractor. Contractor shall immediately discontinue work and take all reasonable steps with its

suppliers and subcontractors to minimize cancellation charges and other costs.

In the event of termination for reasons other than default of Contractor, Contractor shall be entitled to

recover all reasonable costs incurred in connection with performance of the Work, plus any cost and

expense reasonably and necessarily incurred in connection with such termination, plus a percentage of the

profit based on the percentage of completion of the Work.

If the work is stopped by order of a court, a public authority or Regional San for a period of 90 calendar

days or more through no act or fault of the Contractor, then the Contractor may terminate the Contract 10

calendar days after written notice to Regional San. Upon receipt of the written notice, Regional San shall

terminate the contract.

Page 27: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

17

AGREEMENT for

Gas Management System Rehabilitation and Improvements Project

THIS AGREEMENT made and entered into this day of ,

2018, between the Sacramento Regional County Sanitation District, a political subdivision of the State of

California, hereinafter referred to as " Regional San " and ,

hereinafter referred to as "Contractor";

WITNESSETH

WHEREAS, Regional San heretofore caused plans and specifications for the work hereinafter

mentioned to be prepared, and therefore did approve and adopt said plans and specifications; and

WHEREAS, Regional San did cause to be published for the time and in the manner required by law, a

Notice to Contractors inviting sealed bids for the performance of said work; and

WHEREAS, the Contractor, in response to such Notice, submitted to Regional San within the time

specified in said Notice, and in the manner provided for therein, a sealed bid for the performance of the work

specified in said plans and specifications, which said bid, and the other bids submitted in response to said

Notice, Regional San publicly opened and canvassed in the manner provided by law; and

WHEREAS, the Contractor was the lowest responsible bidder for the performance of said work, and

Regional San, as a result of the canvass of said bids, did determine and declare Contractor to be the lowest

responsible bidder for said work and award to it a contract therefor.

NOW, THEREFORE, in consideration of the promises herein, it is mutually agreed between the parties

hereto as follows:

I. CONTRACT DOCUMENTS:

The following documents are by this reference incorporated in and made a part of this Agreement: The

2016 Standard Construction Specifications adopted by the Sacramento County Board of Supervisors; the

Special Provisions; the contract drawings, all addenda; the Notice to Contractors; the bid; all required bonds;

and all supplemental Agreements covering alterations, amendments, or extensions to the contract. The

documents which describe the work to be performed are sometimes collectively referred to herein as the Plans

and Specifications. In the case of conflicting documents this agreement takes precedent over all others.

II. SCOPE OF WORK:

The Contractor shall furnish all labor, equipment, and materials, required for RFB #8295 – Gas

Management System Rehabilitation and Improvements Project, as provided for and set forth in said plans and

specifications, or in either of them, which said plans and specifications are hereby referred to and by such

reference incorporated herein and made a part of this Agreement.

All of the said work done under this Agreement shall be under the supervision of and performed to the

satisfaction of the Regional San Engineer who shall have the right to reject any and all materials and supplies

furnished by the Contractor which do not comply with said Scope of Work and plans and specifications,

together with the right to require the Contractor to replace any and all work furnished by the Contractor which

shall not be in strict accordance with said plans and specifications.

III. COMPLETION:

Said work shall be completed and ready for acceptance as indicated on the list of Key Action Dates

under the Project Completion.

Page 28: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

18

IV. PAYMENT:

Attached hereto as Appendix “F” [Cost Response Page] and by reference made a part hereof, is the bid

and proposal of Contractor. Said bid and proposal containing, as required by the terms of said specifications,

the full and complete schedule of the different items with the lump sums or unit prices as so specified. Regional

San agrees, in consideration of the work to be performed herein and subject to the terms and conditions hereof,

to pay Contractor all sums of money which may become due to Contractor in accordance with the terms of the

aforesaid bid and proposal, and this Agreement, with: . Said sum

shall be paid in accordance with Section 8 of the Standard Specifications. With respect to that portion of the

above sum as is based upon the estimated quantities specified for the general scope of the work to be performed

herein, actual payment will be based upon the quantities as measured upon completion. No payment made

under this Contract shall be construed to be an acceptance of defective work or improper materials.

V. PREVAILING WAGES:

Pursuant to the provisions of Articles l and 2 of Chapter l, Part 7, Division II, of the Labor Code of the

State of California, not less than the general prevailing rate of per diem wages, and not less than the general

prevailing rate of per diem wages for holidays and overtime work, for each craft, classification or type of worker

needed to execute the work contemplated under this Agreement shall be paid to all workers, laborers and

mechanics employed in the execution of said work by Contractor, or by any subcontractor doing or contracting

to do any part of said work. The appropriate determination of the Director of the California Department of

Industrial Relations is filed with, and available for inspection at the office of, the Clerk of the Governing Board.

Contractor shall post, at each jobsite, a copy of such prevailing rate of per diem wages as determined

by the Director of the California Department of Industrial Relations.

VI. INSURANCE:

The Contractor shall carry and maintain during the life of this Agreement, such public liability, property

damage and contractual liability, auto, workers' compensation and builders risk insurance as required by

Appendix A of this RFB.

VII. WORKER'S COMPENSATION CERTIFICATE:

By execution of this Agreement, the Contractor certifies as follows:

"I am aware of the provisions of Section 3700 of the Labor Code which require every

employer to be insured against liability for worker's compensation or to undertake

self-insurance in accordance with the provisions of that code, and I will comply with such

provisions before commencing the performance of the work of this contract."

VIII. PERFORMANCE AND PAYMENT BONDS:

The Contractor shall, before beginning said work, file two bonds with Regional San, each made payable

to the Regional San. These bonds shall be issued by a surety company authorized to do business in the State of

California, and shall be maintained during the entire life of the Agreement at the expense of the Contractor.

One bond shall be in the amount of one hundred percent (100%) of the Agreement and shall guarantee the

faithful performance of the Agreement. The second bond shall be the payment bond required by Division 3,

Part 4, Title 15, Chapter 7, of the Civil Code of the State of California, and shall be in the amount of one hundred

percent (100%) of the Agreement. Any alterations made in the specifications which are a part of this Agreement

or in any provision of this Agreement shall not operate to release any surety from liability on any bond required

hereunder and the consent to make such alterations is hereby given, and any surety on said bonds hereby waives

the provisions of California Civil Code Sections 2819 and 2845.

Page 29: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

19

IX. INDEMNIFICATION:

The Contractor shall defend, indemnify and save harmless Regional San and the Engineer (including

their officers, agents, members, employees, affiliates, and representatives) as set forth in Section 6-2 of the

Standard Construction Specifications.

X. MISCELLANEOUS PROVISIONS:

a. This Agreement shall bind and inure to the heirs, devisees, assignees, and successors in interest of

Contractor and to the successors in interest of Regional San in the same manner as if such parties had been

expressly named herein.

b. All times stated herein or in the Contract Documents are of the essence hereof.

c. As used in this instrument the singular includes the plural, and the masculine includes the feminine and

the neuter.

d. This Agreement may create a possessory interest subject to property taxation, and Contractor may be

subject to the payment of property taxes levied on such interest.

XI. TRENCH EXCAVATION; PLAN FOR PROTECTION FROM CAVING:

That excavation of any trench or trenches 5 feet or more in depth shall require, in advance of excavation,

a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker

protection prepared by a California registered civil or structural engineer.

IN WITNESS WHEREOF, Regional San and Contractor have caused this Agreement to be executed as of the

day and year first above written.

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

By

Tamblynn Stewart

Senior Contact Services Officer

By

Authorized Representative

By

Authorized Representative

Page 30: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

20

APPENDIX

The following items are included in the Appendix:

A. Regarding Insurance Coverage

B. Instructions for Bid Security

C. Bid Guaranty Bond

D. Instruction for Performance Bond

E. Instruction for Payment Bond

F. Cost Response

G. Subcontractors

H. Exception to Bid

I. Contractor License Certification

J. Noncollusion Declaration

Page 31: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

21

INSURANCE REQUIREMENTS FOR CONTRACTORS

Without limiting Contractor's indemnification, Contractor shall procure and maintain for the duration of the

Agreement insurance against claims for injuries to persons or damages to property which may arise from or

in connection with the performance of the Agreement by the Contractor, his agents, representatives or

employees. Regional San shall retain the right at any time to review the coverage, form, and amount of the

insurance required hereby. If in the opinion of the County's Risk Management Office the insurance

provisions in these requirements do not provide adequate protection for Regional San and for members of

the public, Regional San may require Contractor to obtain insurance sufficient in coverage, form and

amount to provide adequate protection Regional San's requirements shall be reasonable but shall be

imposed to assure protection from and against the kind and extent of risks that exist at the time a change in

insurance is required.

Verification of Coverage

Contractor shall furnish Regional San with certificates evidencing coverage required below. Copies of

required endorsements must be attached to provide certificates. Regional San may approve self-

insurance programs in lieu of required policies of insurance if, in the opinion of the Risk Manager, the

interests of Regional San and the general public are adequately protected. All certificates or evidences of

self-insurance are to be received and approved by Regional San before performance commences. Regional

San reserves the right to require that Contractor provide complete, certified copies of any policy of

insurance offered in compliance with these specifications. As an alternative to insurance certificates, the

Contractor's insurer may voluntarily provide complete, certified copies of all required insurance policies,

including endorsements, affecting the coverage required by these specifications.

Minimum Scope of Insurance

Coverage shall be at least as broad as:

1. GENERAL LIABILITY: Insurance Services Office’s Commercial General Liability occurrence

coverage form CG 0001. Including, but not limited to Premises/Operations, Products/Completed

Operations, and Personal & Advertising Injury, without exclusions or limitations unless approved

by County Risk Management Office.

2. AUTOMOBILE LIABILITY: Insurance Services Office’s Commercial Automobile Liability

coverage form CA 0001, auto coverage symbol “1” (any auto). The Contractor’s commercial

automobile policy shall be specifically endorsed to include coverage for the transportation of

pollutants and/or hazardous materials. If there are no owned or leased vehicles, symbols 8 and 9

for non-owned and hired autos shall apply.

3. WORKERS’ COMPENSATION: Statutory requirements of the State of California and

Employer's Liability Insurance.

4. CONTRACTOR’S POLLUTION LIABILITY: Insurance which includes coverage arising out of

the handling, remediation, cleanup or transport of hazardous materials or hazardous wastes.

5. UMBRELLA or Excess Liability policies are acceptable where the need for higher liability limits

is noted in the Minimum Limits of Insurance and shall provide liability coverage that at least

follows from over the underlying insurance requirements where necessary for Commercial

General Liability, Automobile Liability, Employers’ Liability, and any other liability coverage

designated under the Minimum Scope of Insurance.

Page 32: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

22

Minimum Limits of Insurance

Contractor shall maintain limits no less than:

1. General Liability shall be on an Occurrence basis (as opposed to Claims Made basis). Minimum

limits and structure shall be:

General Aggregate: $2,000,000

Products Comp/Op Aggregate: $2,000,000

Personal & Adv. Injury: $1,000,000

Each Occurrence: $2,000,000

Building Trades Contractors and Contractors engaged in other projects of construction shall have

their general liability Aggregate Limit of Insurance endorsed to apply separately to each job site

or project, as provided for by Insurance Services Office form CG-2503 Amendment-Aggregate

Limits of Insurance (Per Project).

2. Automobile Liability: $1,000,000 Combined Single Limit per accident for bodily injury and

property damage. If Contractor will utilize any heavy, extra-heavy, or tractor trailer vehicles in

performance of the work or services, then a minimum $2,000,000 each accident shall be required

regardless of the number or mix of vehicles.

3. Workers' Compensation: Statutory.

4. Employer's Liability: $1,000,000 per accident for bodily injury or disease.

5. Contractor’s Pollution Liability: $1,000,000 per claim or occurrence and $1,000,000 aggregate.

6. UMBRELLA or Excess Liability policies are acceptable where the need for higher liability limits

is noted in the Minimum Limits of Insurance and shall provide liability coverages that at least

follow form over the underlying insurance requirements where necessary for Commercial

General Liability, Commercial Automobile Liability, Employers’ Liability, and any other liability

coverage designated under the Minimum Scope of Insurance.

Deductibles and Self-Insured Retention

Any deductibles or self-insured retention must be declared to and approved by Regional San. At the option

of Regional San, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as

Regional San, its officers, officials, employees and volunteers; or the Contractor shall procure a bond

guaranteeing payment of losses and related investigations, claim administration and defense expenses.

Other Insurance Provisions

The insurance policies required in this Agreement are to contain, or be endorsed to contain, as applicable,

the following provisions:

1. ADDITIONAL INSURED STATUS: Regional San, Sacramento Area Sewer District, and the

County of Sacramento, their respective governing boards, officers, directors, employees and

authorized agents and volunteers are to be endorsed as additional insureds as respects: liability

Page 33: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

23

arising out of activities performed by or on behalf of the Contractor; products and completed

operations of the Contractor; premises owned, occupied or used by the Contractor; or

automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no

endorsed limitations on the scope of protection afforded to Regional San and the County of

Sacramento, their respective governing boards, officers, directors, employees and authorized

agents and volunteers. Applicable to General Liability and, Auto Liability Policies.

The additional insured endorsement to the general liability policy shall be provided by issuance of

both ISO Form CG 2010 1001 and ISO Form CG 2037 1001 additional insured endorsements, or

such other endorsement as acceptable to Risk Management Department

2. PRIMARY INSURANCE: For any claims related to this agreement, the Contractor's insurance

coverage shall be endorsed to be primary insurance as respects the Regional San, Sacramento

Area Sewer District, and the County, their respective governing boards, officers, directors,

employees and authorized agents and volunteers. Any insurance or self-insurance maintained by

Regional San, Sacramento Area Sewer District, or the County, their respective governing boards,

officers, directors, officials, employees, and authorized agents and volunteers shall be excess of

the Contractor's insurance and shall not contribute with it. Applicable to General Liability and

Auto Liability policies.

3. FAILURE TO COMPLY: Any failure to comply with reporting or other provisions of the

policies including breaches of warranties shall not affect coverage provided to Regional San,

Sacramento Area Sewer District, and the County, their respective governing boards, officers,

directors, officials, employees, agents or volunteers. Applies to policies in which Regional San,

Sacramento Area Sewer District, and the County are named as an additional insured.

4. SEVERABILITY OF INTEREST: The Contractor's insurance shall apply separately to each

insured against whom claim is made or suit is brought, except with respect to the limits of the

insurer's liability. Applicable to General Liability and Auto Liability policies.

5. MAINTENANCE OF INSURANCE COVERAGE: The Contractor shall maintain all

insurance coverages in place at all times and provide Regional San with evidence of each policy's

renewal ten (10) days in advance of its anniversary date. Contractor is required by this

Agreement to immediately notify Regional San if they receive a communication from their

insurance carrier or agent that any required insurance is to be canceled, non-renewed, reduced in

scope or limits or otherwise materially changed. Contractor shall provide evidence that such

cancelled or non-renewed or otherwise materially changed insurance has been replaced or its

cancellation notice withdrawn without any interruption in coverage scope or limits. Failure to

maintain required insurance in force shall be considered a material breach of the Agreement.

Applicable to all policies.

6. WORKERS’ COMPENSATION WAIVER OF SUBROGATION: The workers'

compensation policy required hereunder shall be endorsed to state that the workers' compensation

carrier waives its right of subrogation against Regional San, Sacramento Area Sewer District, and

the County, their respective governing boards, officers, directors, employees and authorized

agency and volunteers, which might arise by reason of payment under such policy in connection

with performance under this Agreement by the Contractor.

7. CIVIL CODE PROVISION: Coverage shall not extend to any indemnity coverage for the

active negligence of the additional insured in any case where an agreement to indemnify the

additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code.

Page 34: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

24

8. ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers with a current

A.M. Best's rating of no less than A-VII. The County Risk Manager may waive or alter this

requirement, or accept self-insurance in lieu of any required policy of insurance if, in the opinion

of the Risk Manager, the interests of Regional San and the general public are adequately

protected.

9. SUBCONTRACTORS: Contractor shall require all subcontractors to maintain adequate

insurance. Subcontractors shall name CONTRACTOR as additional insured on their General

Liability policies. CONTRACTOR shall maintain copies of certificates of insurance and

additional insured endorsements as provided by contractor's subcontractor. All coverage’s for

subcontractors shall be subject to all of the requirements stated herein.

10. NOTIFICATION OF CLAIM: If any claim for damages is filed with Contractor or if any

lawsuit is instituted against Contractor, that arise out of or are in any way connected with

Contractor’s performance under this Agreement and that in any way, directly or indirectly,

contingently or otherwise, affect or might reasonably affect County, Contractor shall give prompt

and timely notice thereof to County. Notice shall not be considered prompt and timely if not

given within thirty (30) days following the date of receipt of a claim or ten (10) days following

the date of service of process of a lawsuit.

Page 35: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

25

APPENDIX A

REGARDING INSURANCE COVERAGE

To Be Submitted with Bid

Bidder HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance coverage

requirements specified in the Request for Bid No. 8295 – Gas Management System Rehabilitation and

Improvements Project. Should the Bidder be awarded a contract for the work, Bidder further certifies that the

Bidder can meet the specified requirements for insurance, including insurance coverage of the subcontractors,

and agrees to name the Sacramento Regional County Sanitation District and other entities as Additional

Insured for the work specified.

Name of Proposer (Person, Firm, or Corporation)

Signature of Proposer’s Authorized Representative

Name & Title of Authorized Representative

Date of Signing

Page 36: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

26

PREVAILING WAGE

PREVAILING WAGE - Pursuant to Section 1770, and following, of the California Labor Code, the Contractor

shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California

Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of

the Clerk of the Board of Supervisors, Suite 2450, 700 "H" Street, Sacramento, California 95814. Copies shall

be made available to any interested party on request.

The wage rates determined by the Director of the California Department of Industrial relations refer

to expiration dates. Prevailing wage determinations with a single asterisk (*) after the expiration date

which are in effect on the date of advertisement for bids remain in effect for the duration of the project.

Prevailing wage determinations with double asterisks (**) after the expiration date indicate that the

basic hourly wage rate, overtime and holiday pay rates, and employer payments to be paid for work

performed after this date have been determined. If work is to extend past this date, the new rate must

be paid and should be incorporated in contracts entered into. The Contractor should contact the

prevailing wage unit, DLSR, (415) 703-4281 or the Sacramento County Labor Compliance Section,

(916) 875-2700, to obtain predetermined wage changes. All determinations that do not have double

asterisks (**) after the expiration date remain in effect for the duration of the project.

The Contractor shall forfeit, as penalty to Regional San, not more than fifty dollars ($50) for each calendar day,

or portion thereof, for each worker paid less than the stipulated prevailing rates for any work done under the

contract by him/her or by any subcontractor under the contractor, in violation of the provisions of such Labor

Code. The provisions of section 1775 of said labor code shall be complied with.

Page 37: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

27

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

STANDARD TERMS AND CONDITIONS BIDS / QUOTES

1. PREPARATION OF RESPONSE:

a. All information requested of the bidder must be entered in the appropriate spaces on the form.

Failure to do so may disqualify your offer.

b. All information must be entered in ink or typewritten. Mistakes may be crossed out and

corrections inserted before submission of your response. Corrections must be initiated in ink by

the person signing the response.

c. Corrections and/or modifications received after the specified closing time will not be accepted.

d. Time of delivery must be stated as the number of calendar days following receipt of the order by

the vendor to receipt of the goods or services by Regional San.

e. Time of delivery may be a consideration in the award.

f. Prices will be considered as net if no cash discount is shown.

g. All responses must be signed by an authorized officer or employee of the responder.

h. Responses must be submitted prior to the specified date and time. Late responses, telegraphic,

fax, or telephone responses will not be accepted.

i. Submit responses in a sealed envelope with the RFP number, closing date, and time shown.

j. If any information contained in the response is considered confidential or proprietary by bidder,

it must be clearly labeled as such and presented in a sealed envelope within the bidder's

response package.

k. The unit prices shall include all California sales and use tax or Sacramento County sales and use

tax.

2. BRAND NAMES:

a. Brand names and numbers, when used, are for reference to indicate the character or quality desired.

Equal items will be considered, provided your offer clearly describes the article. Offers for equal

items must State the brand and number, or level of quality. The determination of Regional San

Purchasing Manager or Engineer as to what items are equal is final and conclusive.

b. When brand, number, or level of quality is not stated by bidder, the offer will be considered exactly

as specified.

3. SAMPLES:

Samples of articles, when required, must be furnished free of cost. Samples may be retained for future

comparison. Samples which are not destroyed by testing or which are not retained for future

comparison will be returned upon request at your expense.

4. AMERICANS WITH DISABILITIES ACT: As a condition of submitting a response to Regional

San, the bidder certifies that its business entity is in compliance with the “Americans with Disabilities

Act” of 1990, as amended. Failure to certify prohibits the award of a purchase order to the bidder.

5. LIABILITIES: The bidder shall hold the SASD, Regional San, their officers, agents, servants, and

employees, harmless from liability of any nature or kind because of use of any copyrighted, or un-

copyrighted composition, secret process, patented or unpatented invention, articles or appliances

furnished or used under this order, and agrees to defend, at its own expense, any and all actions brought

against the SASD and Regional San or bidder because of the unauthorized use of such articles.

6. CASH DISCOUNTS: In connection with any cash discount specified on this response, time will be

computed from the date of complete delivery of the supplies or equipment as specified, or from date

correct invoices are received in the Regional San’s Office, whichever is later. For the purpose of

Page 38: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

28

earning the discount, payment is deemed to be made on the date of mailing of the County of

Sacramento warrant or check.

7. DEFAULT BY VENDOR: In case of default by vendor, SASD or Regional San may procure the

articles or services from other sources and may deduct from any monies due, or that may thereafter

become due to the vendor, the difference between the price named in the contract or purchase order and

actual cost thereof to the SASD or Regional San. Prices paid by Regional San must be considered the

prevailing market price at the time such purchase is made. Periods of performance may be extended if

the facts as to the cause of delay justify such extension in the opinion of Regional San Purchasing

Manager.

8. AWARDS:

a. Regional San reserves the right to: (1) award response’s received on the basis of individual items, or

groups of items, or on the entire list of items, (2) reject any or all response’s, or any part thereof; (3)

waive any informality in the responses; and (4) accept the response that is in the best interest of

Regional San. Regional San’s decision shall be final.

b. Preference for California-made materials. Pursuant to Sections 4330-4333 of the Government Code,

Regional San, in awarding the purchase, must prefer supplies partially manufactured, grown or

processed in California, price, fitness and quality being equal. In order to receive preference,

responses must clearly specify the item(s) for which preference is claimed and the preference

applicable.

9. RIGHT TO AUDIT: Regional San reserves the right to verify, by examination of vendors’ records, all

invoiced amounts when firm prices are not set forth in the purchase agreement.

10. ASSIGNMENT: In submitting a response to a public purchasing body, the responder offers and agrees

that if the response is accepted, it will assign to the purchasing body all rights, title, and interest in and

to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the

Cartwright Act (Chapter 2 [commencing with Section 16700] of part 2 of Division 7 of the Business

and Professions Code), arising from the purchases of goods, materials, or services by the quoter for sale

to the purchasing body pursuant to the quote. Such assignment must be made and become effective at

the time the purchasing body tenders final payment to the responder.

11. APPLICABILITY TO HEIRS: Time is of the essence of each and all the provisions of this agreement

and, subject to the limitations of Paragraph 12, the provisions of this agreement shall extend to and be

binding upon and inure to the benefits of the heirs, executors, administrators, successors, and assigns of

the respective parties hereto.

12. SPECIAL CONDITIONS: Regional San standard terms and conditions must govern any contract

awarded. If, after award of contract, vendor provides additional terms or conditions, they will be

considered void. To the extent not otherwise Stated in the contract, the California Commercial Code

shall apply.

13. CHARGES NOT INCLUDED ON FACE NOT ACCEPTABLE: No charge will be accepted for

packing, boxing, or cartage, except as specified in the Notice of Award. Freight collect shipments will

not be accepted. Merchandise will not be accepted if payment is to be made at the time of delivery.

14. TITLE: Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by

seller to buyer shall pass to the buyer upon buyer’s inspection and acceptance of such items at buyer’s

building.

Page 39: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

29

15. CHANGES WITHOUT NOTICE PROHIBITED: No changes in price, quantity or merchandise will

be recognized Regional San without written notice of acceptance thereof prior to shipment.

16. ALL UNDERSTANDINGS IN WRITING: It is mutually understood and agreed that no alteration or

variation of terms of this award shall be valid unless made in writing and signed by the parties hereto, and

that no oral understandings or agreements not incorporated herein, and no alterations or variations of the

terms hereof unless made in writing between the parties hereto shall be binding on any of the parties

hereto.

17. FORCE MAJEURE: The vendor will not be held liable for failure or delay in the fulfillment of

conditions of purchase order/contract if hindered or prevented by fire, strikes, or Acts of God.

Page 40: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

30

APPENDIX B

INSTRUCTIONS FOR BID SECURITY

No Bid will be considered unless it is accompanied by a bid security in the form of a certified check or a

cashier’s check, payable to the order of the SACRAMENTO REGIONAL COUNTY SANITATION

DISTRICT, for the sum not less than ten percent (10%) of the total Bid amount, or a Bidders Bond in the

same amount executed as surety by a corporation acceptable to Regional San and authorized to issue such

surety bonds in the state of California. Payment of the security in cash or personal check will not be

acceptable.

Within fifteen (15) calendar days after execution by Regional San of the Contract and in any event not later

than ninety (90) calendar days after the bid opening, Regional San will return to each bidder the bid

security which accompanied its bid, except such security which may have been forfeited in accordance with

the bid request.

Firm Name

Signature

Printed Name

Page 41: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

31

APPENDIX C

BID GUARANTY BOND

Bid Form

KNOW ALL PERSONS BY THESE PRESENTS:

THAT , hereinafter called the Principal, and , hereinafter

called the Surety, are jointly and severally held and firmly bound unto the Sacramento Regional County Sanitation District,

hereinafter called the Obligee, each in the penal sum of 10 percent of the total amount of the bid of the Principal for the work,

this sum not to exceed dollars ($ ) of lawful money of

the United States for the payment thereof unto the Obligee, the Principal and Surety jointly and severally bind themselves

forever firmly by these presents.

WHEREAS, the Principal is herewith submitting its offer for the fulfillment of Obligee's contract for Gas Management

System Rehabilitation and Improvements Project, RFB #8295.

NOW, THEREFORE, the condition of this obligation is such that if the Principal is awarded the contract, and if the

Principal, within the time specified in the bid for such contract, enters into, executes, and delivers to the Obligee an agreement

in the form provided herein complete with evidences of insurance, and if the Principal within the time specified in the bid gives

to the Obligee the performance and payment bonds on the form provided herein, then this obligation shall be void; otherwise,

the Principal and Surety will pay unto the Obligee the difference in money between the total amount of the bid of the Principal

and the amount for which the Obligee legally contracts with another party to fulfill the contract if the latter amount be in excess

of the former, but in no event shall the Surety's liability exceed the penal sum hereof.

AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal,

and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release

of liability of the Surety.

IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the

benefit of the Principal, the Surety, and the Obligee and their respective heirs, executors, administrators, successors and assigns.

SIGNED AND SEALED this day of , 2018.

(SEAL)

Principal

Signature for Principal

Title of Signatory

(SEAL)

Surety

Signature for Surety

Title of Signatory

Page 42: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

32

APPENDIX D

INSTRUCTION FOR PERFORMANCE BOND

The successful Bidder shall be required to execute through a corporate surety the Performance Bond

included herein. The successful Bidder and surety shall be held and firmly bound unto Regional San in the

penal sum equal to 100% of the total Contract amount. The entire cost of the bond shall be borne by the

successful Contractor.

The successful Bidder agrees to execute and have notarized the Labor and Material Bond and deliver to

Regional San within ten (10) working days after notice of intent to award the contract. These bonds will be

provided to Regional San at the pre-construction meeting.

Firm Name

Signature

Printed Name

Page 43: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

33

PERFORMANCE BOND

BOND NO.

KNOW ALL PERSONS BY THESE PRESENTS, that

WHEREAS, the Governing Board of the Sacramento Regional County Sanitation District, a

political subdivision of the State of California, hereinafter designated as the "Obligee," has, on

awarded to ,

hereinafter designated as the "Principal," a contract for Gas Management System Rehabilitation and

Improvements Project, RFB No. 8295 and

WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the

faithful performance of said contract;

NOW, THEREFORE, WE, the Principal, and

as Surety, are held and firmly bound unto the Obligee, in the penal sum of , lawful

money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,

our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Principal, its

heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well

and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and

any alterations made as therein provided, on their part, to be kept and performed at the time and in the

manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify

and save harmless, the Obligee, its offices and agents as therein stipulated, then this obligation shall

become null and void; otherwise, it shall be and remain in full force and virtue.

As a condition precedent to the satisfactory completion of the said contract, the above obligation in

said amount shall hold good for a period of one (1) year after the completion and acceptance of the said

work, during which time if the above bounden Principal, its heirs, executors, administrators, successors or

assigns shall fail to make full, complete and satisfactory repair and replacements or totally protect the said

Obligee from loss or damage made evident during said period of one (1) year from the date of acceptance

of the work, and resulting from or caused by defective materials or faulty workmanship in the prosecution

of the work done, the above obligation in the said sum shall remain in full force and effect. However,

anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall

continue so long as any obligation of the Principal remains.

The said Surety, for value received, hereby stipulates and agrees that no change, extension of time,

alteration, or addition to the terms of the contract or to the work to be performed thereunder or the

specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does

hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the

contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819

and 2845 of the Civil Code of the State of California.

IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their

seals this day of , 2018, the name and corporate seal of each corporate

party being affixed hereto and these presents duly signed by its undersigned representative, pursuant to

authority of its governing body.

Page 44: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

34

Principal

By

Signature of Principal

Title of Signatory

Surety

By

Signature for Surety

(SEAL)

Title of Signatory

(This bond must be submitted in sets of two, each bearing original signatures. The signature of the

Attorney-In-Fact for the Surety must be acknowledged by a Notary Public. Bonds must be accompanied by

a current power of attorney appointing such Attorney-In-Fact.)

Page 45: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

35

APPENDIX E

INSTRUCTIONS FOR PAYMENT BOND

The successful Bidder shall be required to execute through a corporate surety the Payment Bond included

herein. The successful Bidder and surety shall be held and firmly bound unto Regional San in the penal

sum equal to 100% of the total Contract amount. The entire cost of the bond shall be borne by the

successful Contractor.

The successful Bidder agrees to execute and have notarized the Labor and Material Bond and deliver to

Regional San within ten (10) working days after notice of intent to award the contract. These bonds will be

provided to Regional San at the pre-construction meeting.

Firm Name

Signature

Printed Name

Page 46: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

36

PAYMENT BOND

BOND NO.

KNOW ALL PERSONS BY THESE PRESENTS, that

WHEREAS, the Governing Board of the Sacramento Regional County Sanitation District,

a political subdivision of the State of California, hereinafter designated as the "Obligee," has, on

awarded to ,

hereinafter designated as the "Principal," a contract for the Gas Management System Rehabilitation and

Improvements Project, RFB # 8295 and

WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the

faithful performance of said contract;

NOW, THEREFORE, WE, the Principal, and

as Surety, are held and firmly bound unto the Obligee, in the penal sum of , lawful

money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,

our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Principal, its

heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well

and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and

any alterations made as therein provided, on their part, to be kept and performed at the time and in the

manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify

and save harmless, the Obligee, its offices and agents as therein stipulated, then this obligation shall

become null and void; otherwise, it shall be and remain in full force and virtue.

As a condition precedent to the satisfactory completion of the said contract, the above obligation in

said amount shall hold good for a period of one (1) year after the completion and acceptance of the said

work, during which time if the above bounden Principal, its heirs, executors, administrators, successors or

assigns shall fail to make full, complete and satisfactory repair and replacements or totally protect the said

Obligee from loss or damage made evident during said period of one (1) year from the date of acceptance

of the work, and resulting from or caused by defective materials or faulty workmanship in the prosecution

of the work done, the above obligation in the said sum shall remain in full force and effect. However,

anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall

continue so long as any obligation of the Principal remains.

The said Surety, for value received, hereby stipulates and agrees that no change, extension of time,

alteration, or addition to the terms of the contract or to the work to be performed thereunder or the

specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does

hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the

contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819

and 2845 of the Civil Code of the State of California.

Page 47: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

37

IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their

seals this day of , 2018, the name and corporate seal of each corporate

party being affixed hereto and these presents duly signed by its undersigned representative, pursuant to

authority of its governing body.

Principal

By

Signature of Principal

Title of Signatory

Surety

By

Signature for Surety

(SEAL)

Title of Signatory

(This bond must be submitted in sets of two, each bearing original signatures. The signature of the

Attorney-In-Fact for the Surety must be acknowledged by a Notary Public. Bonds must be accompanied by

a current power of attorney appointing such Attorney-In-Fact.)

Page 48: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

38

APPENDIX F

COST RESPONSE

The cost of all labor, material and equipment necessary for the completion of the work itemized, even

though not shown or specified, shall be included in the unit price for the various items shown herein.

Regional San reserves the right to increase or decrease the quantity of any item or omit items as may be

deemed necessary, and the same shall in no way affect or make void the contract, except that appropriate

additions or deductions from the contract total price will be made at the stipulated unit price.

Regional San future reserves the right to reject any or all bids, to waive any informality or irregularity in

any bid or the bidding procedure, and to delete any items of work in the award of contract.

Item

Description

Estimated

Quantity

Units

Unit Price

($/unit)

Total Bid

(Dollars)

1. BASE BID:

Construction of all work associated with

the Gas Management System

Rehabilitation and Improvements

Project, complete as shown.

1 LS N/A

2. BUILDERS RISK INSURANCE:

All costs associated with the acquisition

of Builders Risk Insurance as required.

(not

1 LS N/A

3 SHORING:

All labor, equipment, materials,

engineering fees, permits, including

removal of temporary shoring and

sheeting.

1 LS N/A

4.

ALLOWANCE:

For un-anticipated site conditions, and

purchase of spare parts as directed by

the District Representative

1 LS N/A $100,000

Page 49: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

39

Item

Description

Estimated

Quantity

Units

Unit Price

($/unit)

Total Bid

(Dollars)

5. OPTIONAL – DEMOBILIZATION/

MOBILIZATION:

After field acceptance of Phases 0, 1,

and 2, the District will have the option

to request demobilization should work

on the next phase not be allowed to

commence due to operational

constraints. Contractor to mobilize back

for the next phase within 10 working

days of a written notice from the

District. Counting of contract time will

be suspended during the demobilization

/ mobilization period.

3 EA

6. OPTIONAL - STANDBY TIME

(WORKING DAYS):

After field acceptance of Phases 0, 1, and

2, the District will have the option to

request the contractor to suspend work

temporarily without demobilizing while

operational preparations are done to

authorize work for the next phase to

commence. Counting of contract time

will be suspended during the standby

time period.

100 DAY

TOTAL BID AMOUNT:

(Sum of all contract services including bid items listed above)

Total Bid in Words:

Addenda:

It is acknowledged that addendum numbers _____ through ____ have been received and examined as part

of these contract documents.

______________________________________

Signature of Bidder

______________________________________

Title

Page 50: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

40

APPENDIX G

SUBCONTRACTORS

Sub-1 $ AMT % of Work

Sub-2 $ AMT % of Work

Sub-3 $ AMT % of Work

Sub-4 $ AMT % of Work

Sub Name

Address

Contact Person/Title

Phone Number

CSLB #

DIR Registration #

Sub Name

Address

Contact Person/Title

Phone Number

CSLB #

DIR Registration #

Sub Name

Address

Contact Person/Title

Phone Number

CSLB #

DIR Registration #

Sub Name

Address

Contact Person/Title

Phone Number

CSLB #

DIR Registration #

Page 51: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

41

APPENDIX H

EXCEPTION/RESPONSE PAGE

List any exceptions to the criteria requested above. Site the Item number, RFB page, paragraph number,

and a description of the exception. If no exceptions are listed, the bid will be deemed to have no

exceptions.

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

Page 52: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

42

APPENDIX I

CONTRACTOR LICENSE CERTIFICATION

Pursuant to the Business and Professions Code of the State of California, Section 7030:

“Contractors are required by law to be licensed and regulated by the Contractors State License Board.

Any questions concerning a contractor may be referred to the Registrar, Contractors State License

Board, 9821 Business Park Drive, Sacramento, California 95827, Mailing Address: P.O. Box 26000,

Sacramento, California 95826.”

The undersigned Contractor certifies that it is now licensed in accordance with the provisions of the

Contractor’s License Law of the State of California, and the number of said license is

, and the classification of said license is , and the said license expires

.

Company Name

Business Address

By:

Authorized Signature

Type or Print Name

Title

Dated:

Corporate Seal

If Contractor is a Corporation

State of Incorporation:

Page 53: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

43

APPENDIX J

NONCOLLUSION DECLARATION

The undersigned declares:

I am the _______________ of ____________________, the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,

association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not

directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not

directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a

sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by

agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder,

or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements

contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any

breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any

corporation, partnership, company, association, organization, bid depository, or to any member or agent

thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for

such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture,

limited liability company, limited liability partnership, or any other entity, hereby represents that he or she

has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and

correct and that this declaration is executed on _________[date], at ________________________ [city],

________________[state].”

Signature ________________________________

Page 54: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

44

CONTRACTOR GUARANTEE

The Contractor agrees to use and abide by the conditions of the following guarantee:

GUARANTEE FOR: Sacramento Regional County Sanitation District (SRCSD)

PROJECT: RFB #8295 – Gas Management System Rehabilitation and Improvements Project

We hereby guarantee that the work completed under RFB #8295 has been furnished in accordance with the

drawings and specifications and that the Work as constructed will fulfill the requirements of the guarantee

included in the specifications. We agree to repair or replace any or all of our work and any consequential damages

to other improvements, together with any other adjacent work which may be displaced in so doing, that may

prove to be defective in its workmanship or materials within a period of one (1) year from the date of acceptance

of the above named facility by Regional San without any expense whatsoever to said Regional San, ordinary

wear or tear and unusual abuse or neglect excepted.

In the event of our failure to comply with the above-mentioned conditions within 10 days after receipt of written

notice from Regional San, Regional San is hereby authorized to make such repairs at our expense without further

notice and without any notice to the surety. However, in case of emergency where, in the opinion of the Regional

San’s Representative, delay would cause serious loss or damages, or a serious hazard to the public, the repairs

may be made or lights, signs, and barricades erected, without prior notice to us or surety, and we shall pay the

entire costs thereof. We do hereby authorize said Regional San to proceed to have said defects repaired and made

good at our expense and we will honor and pay the costs and charges therefore upon demand.

Date: Signed:

Contractor

Page 55: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 1

SECTION 01 12 16

WORK SEQUENCE

PART 1 GENERAL

1.01 CONTINUITY OF PLANT OPERATIONS

A. The existing wastewater treatment plant is currently and continuously receiving

and treating sewage, and those functions shall not be interrupted except as

specified herein. The CONTRACTOR shall coordinate the work to avoid any

interference with normal operation of plant equipment and processes.

1.02 SUBMITTALS

A. In accordance with the SUBMITTAL PROCEDURES Section (01 33 00), the

CONTRACTOR shall submit a detailed outage plan and time schedule for

operations which will make it necessary to remove a tank, pipeline, channel,

electrical circuit, equipment, or structure from service. The schedule shall be

coordinated with the construction schedule and shall meet the restrictions and

conditions specified in this section. The detailed plan shall describe the

CONTRACTOR's method for preventing bypassing of other treatment units, the

length of time required to complete said operation, the necessary plant, and

equipment which the CONTRACTOR shall provide in order to prevent bypassing

of associated treatment units.

B. The CONTRACTOR shall observe the following restrictions:

1. Systems or individual equipment items shall be isolated, dewatered, purged,

decommissioned, deenergized, or depressurized in accordance with the

detailed outage plan and schedule.

2. The Construction Manager shall be notified in writing at least one week in

advance of the planned operation.

1.03 GENERAL CONSTRAINTS ON SEQUENCE AND SCHEDULING WORK

A. The CONTRACTOR shall include costs for compliance with the specific

limitations and constraints pertaining to maintaining the operational capacity of

the PLANT including but not limited to:

1. Reduced construction efficiency and productivity.

2. Overtime costs for performing work outside of normal working hours, if

required.

3. Work related to temporary facilities needed to maintain PLANT operations.

4. Preparation and revision of schedule and planned Sequence of Work.

5. Design and construction of temporary bracing, underpinning, or special

sequencing necessary to support or brace existing structures.

6. Materials required for purging gas pipelines into and out of service.

Page 56: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 2

7. Valves, blind flanges and caps required for temporary isolation of piping

systems.

B. Hours of Work:

1. Normal work hours are from 7:00 A.M. to 5:00 P.M. weekdays, not work

during the weekend nor during District observed holidays. Obtain written

approval from the District prior to initiating Work hours outside of the

hours allowed by this Contract.

2. The CONTRACTOR shall request work-hour variations, in writing, a

minimum of seven (7) days prior to the start of the proposed work period.

1.04 PLANT ACCESS

A. Limited Entrance: The proposed location for the Project Site are within the gated

and locked area. Access to the construction site is through the PLANT Main Gate

for ingress/egress as designated by the District.

B. Maintain restricted access to the PLANT at all times through the gates, fences, or

other approved means.

C. OPERATIONS AND MAINTENANCE ACCESS: Provide and maintain safe,

continuous access to process control equipment and chemical deliveries for the

PLANT operations staff and other personnel contracted to perform Work at the

PLANT.

D. The CONTRACTOR shall be aware that PLANT operations and maintenance

staff and PLANT site visitors frequently travel on the PLANT’S roads as

pedestrians, on bicycles, in carts, in cars and trucks. All work shall be planned in

accordance with all restrictions indicated in the Contract Documents, all

applicable PLANT rules, regulations, posted signage, policies, and procedures

and as necessary to accommodate safe working conditions for all on the site. The

CONTRACTOR shall be aware that the rate of the material hauling operation and

other transportation activities within the site may be impacted by normal activity

on the site.

1.05 CONTRACTOR’S STAGING AREA

A. A staging area has been designated for use by the the CONTRACTOR for staging

construction operations.

B. Maintain the staging area and construction site during construction in a manner

that will not unnecessarily obstruct roads or access to the PLANT. The

CONTRACTOR shall proceed with work in an orderly manner, maintaining the

construction site free of debris and unnecessary equipment or materials.

Page 57: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 3

1.06 ACCESS REQUEST (AR)

A. The CONTRACTOR shall review the instructions and template form attached at

the end of COORDINATION WITH OCCUPANTS Section (01 14 16).

B. The CONTRACTOR shall submit a completed AR form and associated

documentation to the District at least 28 days prior to the planned date of

shutdown.

C. The CONTRACTOR shall prepare and submit a AR for the following conditions:

1. Shutdowns, diversions, and tie-ins to the existing PLANT.

2. Process start up activities.

3. Power interruption and tie-ins.

4. Switch over between temporary and permanent facilities, equipment,

piping, and electrical and instrumentation systems.

5. Process constraints requiring interruption of operating processes or utilities.

6. Other Work not specifically listed as determined necessary by the

CONTRACTOR, PLANT, and/or District.

1.07 INTERRUPTION OF GAS MANAGEMENT PROCESS

A. The District will evaluate and approve the ARs based on the PLANT’s ability to

meet reliably capacity demands.

1. The CONTRACTOR shall indicate required shutdowns of existing facilities

or interruptions of existing operations on the Project’s Progress Schedule.

Shutdowns will be permitted to the extent that existing operations of the

PLANT will not be jeopardized, and when constraints identified in this

section have been satisfied.

2. The CONTRACTOR shall submit a completed AR form and associated

documentation to the District as specified in this Section.

3. Following receipt of a notice of planned shutdown, DISTRICT will notify

the CONTRACTOR as to the feasibility of the requested date and duration

of the activity.

4. The DISTRICT will maintain the ability to abort on the day of the

scheduled shutdown.

B. The CONTRACTOR shall minimize shutdown times by thorough advanced

planning.

C. The CONTRACTOR shall not begin shutdowns or alterations of existing facilities

until District’s written permission has been received.

D. The CONTRACTOR shall provide temporary pumping, plugs, power, lighting,

controls, instrumentation, and safety devices when required to minimize treatment

process interruptions and comply with shutdown constraints specified in this

Section.

Page 58: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 4

1.08 REQUIREMENTS FOR MAINTAINING CONTINUOUS OPERATION OF

EXISTING FACILITIES

A. Continuous operation of facilities is of critical importance. The CONTRACTOR

shall schedule and conduct activities to enable existing facilities to operate

continuously, unless otherwise specified. The CONTRACTOR shall cooperate

fully with PLANTs’ personnel for existing facilities. The PLANT may restrict

the time and duration of shutdowns, and other disruptions to facility operations.

B. The CONTRACTOR shall cooperate fully with PLANT’s personnel for existing

facilities. The PLANT may restrict the time and duration of shutdowns, and other

disruptions to PLANT operations. In the event of conflict between construction

activities and facility operations, facility operations have priority.

C. The CONTRACTOR shall perform all necessary Work, as detailed in these

specifications, in such manner as not to interfere in any way with normal PLANT

operations. Wherever the CONTRACTOR finds it necessary to involve temporary

operating arrangements and/or modify existing equipment in pursuit of Work

required under the Contract, the CONTRACTOR shall give adequate written

notice as described in this Section to the District, to allow coordination of PLANT

operating procedures.

D. Facilities or conditions required to keep the PLANT operational include, but are

not limited to, the following:

1. Electrical power including transformers, distribution wiring, and motor

control centers.

2. Piping for conveyance of wastewater, chemical, and utilities between

treatment units.

3. Chemical storage, metering, conveyance, and control facilities.

4. Plant water.

5. Plant air (process air and instrument air).

6. Laboratory facilities.

7. Office, toilets, and washrooms.

8. Fencing and gates, site security.

9. Lighting.

10. Heating, ventilation, and air conditioning.

11. Plant Computer Control System (PCCS).

12. Instrumentation, meters, controls, and telemetry equipment.

13. Safety equipment and features.

14. Parking for PLANT’s employees and vehicles required for operation and

maintenance of the PLANT.

15. Telephone system, all communication system.

16. Storm drainage.

17. Natural gas service, digester gas

18. All truck deliveries for chemicals and material to the plant

Page 59: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 5

E. The CONTRACTOR shall conduct the Work and plan, design, and provide

temporary services and facilities required to keep the PLANT continuously

operational.

F. The CONTRACTOR shall not close lines, open or close valves, or take other

action that would affect the operation or existing systems, except as specifically

required by the Contract Documents and after authorization by the District.

G. Do not remove or demolish existing facilities required to keep the existing

PLANT operation at the capacities specified until the existing facilities are

replaced by temporary, new or upgraded facilities or equipment. The replacement

facilities shall have been tested and demonstrated to be operational prior to

removing or demolishing existing facilities.

1.09 OPERATIONS AND MAINTENANCE ACCESS

A. The CONTRACTOR shall provide and maintain safe, continuous access to

process control equipment and chemical deliveries as well as emergency vehicles

for PLANT operations and maintenance staff and other personnel contracted to

perform Work at the PLANT.

B. CONTRACTOR shall maintain site and facilities in a safe and proper condition

during CONTRACTOR shutdown activities.

1.10 SHUTDOWN CONSTRAINTS

A. A shutdown is defined herein as that period of time during which a normal

treatment function and activity of the PLANT cannot take place.

B. Shutdown Requirements:

1. Short-Term Shutdowns:

a. Short-term shutdowns shall be used for tie-ins for utilities, electrical,

and communication relocations.

b. Short-term shutdowns require 72 hours notification and an approved

AR.

c. Short-term shutdowns shall not be performed by the CONTRACTOR

until the CONTRACTOR has received written authorization from the

District.

d. Short-term shutdowns shall not be longer than two (2) hours in

duration unless otherwise approved in writing by the District.

2. Longer-Term Shutdowns:

a. Longer-term shutdowns will be used where complete or partial

process shutdown is required.

b. Longer-term shutdowns require advanced notification as specified

herein and an approved AR.

c. The CONTRACTOR shall submit an AR and a dry run procedure for

each longer-term shutdown. AR and a dry run procedure shall be in

accordance with format and procedures attached at the end of this

Page 60: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 6

Section. The procedure shall include contingency measures and

provisions for rapid closure in the event that shutdown and work

progress difficulties are encountered.

d. Longer-term shutdowns shall not be performed by the

CONTRACTOR until the CONTRACTOR has received written

authorization from the District.

1.11 UTILITIES

A. The CONTRACTOR shall maintain electrical, telephone, electronic

communication, water, gas, sanitary facilities, and other utilities within existing

facilities in service. The CONTRACTOR shall provide temporary utilities when

necessary.

B. The CONTRACTOR shall provide advance notice to and utilize services of

Underground Services Alert (USA) for location and marking of underground

utilities operated by utility agencies other than the PLANT.

C. When modifications, additions, connections, and abandonments will be made or

are required to existing water and sewer mains, services, fire lines, and fire

hydrants, the CONTRACTOR shall contact the respective District Department for

notifications and/or required procedures prior to any work. The CONTRACTOR

shall properly plan for this, include in the schedule, and not disrupt normal

PLANT functions as specified herein.

1.12 ODOR CONTROL

A. Construction activities shall not be the source of nuisance odors, either due to the

CONTRACTOR’s activity or exposing noxious sources.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 COORDINATION OF WORK

A. The CONTRACTOR shall maintain overall coordination of execution of Work,

including coordination with the District and PLANT operations personnel.

B. The CONTRACTOR shall obtain construction schedules from subcontractor’s

and suppliers and assume responsibility for correctness.

C. District and CONTRACTOR shall incorporate schedules from subcontractors and

suppliers into Progress Schedule to plan for and comply with sequencing

constraints.

D. CONTRACTOR shall coordinate work with other CONTRACTORS working in

the same general area. Coordination of work shall be an agenda item at

Page 61: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 7

construction progress meetings. District will notify CONTRACTOR of other

contracts being performed concurrently, during the pre-construction meeting.

3.02 WORK BY OTHERS

A. Where proper execution of the Work depends upon work by others (i.e. other

CONTRACTORS or District), inspect and promptly report discrepancies and

defects to ther District.

B. CONTRACTOR shall coordinate all work with current and ongoing work at the

site.

3.03 GENERAL REQUIREMENTS FOR EXECUTION OF WORK

A. Operating processes, systems, individual equipment items and controls shall be

isolated, dewatered, decommissioned, de-energized, or depressurized only by the

District’s Operations staff in accordance with the detailed outage plan and

schedule. The CONTRACTOR is advised that existing gates and valves may leak

and some additional pumping may be required during the course of the shutdown

to perform the work.

B. Any additional pumping required to perform the shutdown shall be the

CONTRACTOR’s responsibility. Exisiting piping or structures may not

completely drain and the CONTRACTOR may be required to pump any

remaining process fluids from pipes or structures. Any additional time required

for pumping shall be coordinated with the shutdown period.

C. If the planned circumstances under which the outage was to be conducted change,

the District shall have the right to cancel or terminate an outage when the

potential for a safety hazard or violation of the discharge permit exists. Such

action shall be considered an avoidable delay in accordance with the Article 3,

General Provisions.

D. The District retains the authority to terminate any scheduled shutdown up to and

including the day of the scheduled shutdown.

E. Pursuant to the AR requirements specified hierin, the CONTRACTOR shall

notify the District in writing in advance of any planned outage in any area. If

requested by the District, the CONTRACTOR shall send a representative to a Pre-

AR Meeting with District to plan activities during the requested outage.

F. Sequence, schedule, and coordinate work in and around the activities of other

contractors on the site to avoid obstruction of work access and interference with,

or delay of, the work of other contractors on the site.

G. Provide temporary pumping, piping, power (including portable generators as

required), lighting, controls, instrumentation, communication systems, and safety

devices required to comply with the contraints specified in this Section.

Page 62: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 8

H. Confirm required equipment, materials, and labor is on site a minimum of 3 days

before commencing any work covered in a AR.

I. Establish temporary erosion and sediment controls prior to commencing any

clearing, grading, or excavation that may result in discharges to waters of the

State.

J. Do not begin shutdowns or alterations of existing facilities until receiving

District’s approval of the corresponding AR.

K. Unless otherwise specified, normal daily operation and maintenance of the

existing treatment facilities will be performed by PLANT personnel. Whenever

operational functions on existing facilities or new facilities which affect operating

systems are required to permit construction operations, these functions will also

be performed by plant personnel. CONTRACTOR shall not operate valves, gates

or other operating equipment or systems in the PLANT for existing or accepted

Work that is part of or may affect PLANT operations.

L. Locate temporary facilities in a manner that minimizes interference to District’s

operation and maintenance personnel.

M. Unless otherwise specified, install temporary pipelines of the same size as its

connection to the existing facility at the downstream end of the pipeline. Provide

temporary piping of suitable material for the material being conveyed.

N. Provide submittals on proposed temporary pumping facilities, temporary plugs,

and temporary electrical and instrumentation components necessary to maintain

existing facilities.

O. Dewater and promptly clean existing structures and pipelines temporarily

removed from the operation where required.

P. Where shown, dimension for all existing structures, piping, paving, and other

nonstructural items are approximate. The CONTRACTOR shall field verify all

dimensions and conditions and report any discrepancies to the District a minimum

of 14 days in advance of any construction in the area.

Q. Discrepancies between coordinates, bearings and lengths, and stationing shall be

resolved in the following order of precedence:

1. Coordinates

2. Bearing and lengths

3. Stationing

Page 63: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 9

3.04 WORK SEQUENCE AND CONSTRAINTS

A. General:

1. CONTRACTOR shall utilize the description of critical events in the Work

Sequence in Part 4 as a guideline for scheduling and completing the Work.

2. The Work Sequence and Constraints presented in Part 4 do not include all

items affecting the completion of the Work but are intended to describe in

general the critical events necessary to minimize disruptions of the existing

facilities.

3. This section itemizes the major known disruptions to plant operations and

processes that will occur during the course of the work and describes the

suggested sequencing methodology to develop the project construction

schedule and adhering to the construction limitations and constraints

specified herein.

4. To permit continuous consumption and disposal of digester gas with Air

Quality permit restrictions, the construction schedule required in the

General Conditions of the Contract Documents shall provide for the specific

conditions included herein.

5. CONTRACTOR may propose alternate methods to those listed to the

District for approval. Not all temporary systems are described or shown.

3.05 ACCESS REQUEST

A. General:

1. A Access Request (AR) is a detailed document submitted by the

CONTRACTOR for the purpose of requesting process shutdown(s), utility

tie-in(s), work in areas that may risk unanticipated outages, or flow

diversions to accommodate construction activities during a project. Such

activities may include (but are not limited to) new tie-ins to utilities or

structures, mechanical modifications to process piping or equipment,

demolition, temporary valve installation, and cleaning processes.

2. The purpose of the AR is to provide a detailed plan for the PLANT and

District that describes specific aspects of the work, a shutdown, diversion,

or tie-in including its purpose, time of execution, and anticipated impacts on

the treatment or business processes. The AR shall include information from

each trade (such as mechanical, electrical, plumbing, HVAC) associated

with the particular task requiring a shutdown, diversion, or tie-in.

Information within each AR will be used by the PLANT for defining

operational procedures and methods to safely and successfully assist the

CONTRACTOR in performing the Work activities.

3. When the duration of the needed facility shutdown exceeds the specified

allowable outage duration, prepare an outage mitigation plan describing

measures that CONTRACTOR will implement to mitigate the impact to

PLANT operations.

Page 64: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 10

B. Submittal Process and Acceptance

1. Pre-AR Meeting:

a. The CONTRACTOR initiates the AR process by requesting a pre-AR

meeting with the District to discuss the nature of the shutdown,

diversion, or tie-in, and to gather the information necessary to

complete the AR form. The requirement for a pre-AR meeting may be

waived by the District if the nature of the work is deemed to be minor.

The CONTRACTOR shall complete the AR Form (attached), and

submit in accordance with the SUBMITTAL PROCEDURES Section

(01 33 00) for approval by the District following the pre-AR meeting.

The District will distribute the AR for review.

2. AR Content:

a. The CONTRACTOR shall describe the nature of the work within the

AR form. The description shall include details of all relevant trades

associated with the required shutdown, diversion, or tie-in. If any of

the trades are subcontracted, the CONTRACTOR shall be responsible

for making the subcontractor provide and include the specific details

required by that trade for the associated shutdown, diversion, or tie-in.

b. The CONTRACTOR shall provide sufficient details on process

isolation, work sequencing, and safety (i.e., control of significant

hazards unique to the shutdown, diversion, or tie-in) to demonstrate

an understanding of the Work and how it will be completed within the

associated constraints, and the Work’s impact on the treatment

process. The District can provide information on the process-related

aspects of the shutdown during the pre-AR meeting.

c. CONTRACTOR shall include any work required by the District in

preparation of the CONTRACTOR’s Work and requested timing of

this work.

d. The AR will be reviewed for completeness, accuracy, compliance

with the construction schedule, constraints defined in Contract

Documents, and confirm that the requested shutdown, diversion, or

tie-in does not negatively affect the operations or other concurrent

activities at the PLANT. Additional information may be requested

from the CONTRACTOR to understand the nature of the Work and

method for completing the Work activities. The District will return

the AR to the CONTRACTOR for revision if any of these criteria are

not met. Requirements for resubmittal or modifications resulting

from the District’s review shall not be cause for any delay claims.

Once the AR is acceptable to all parties, the AR will be accepted by

signature, and an original copy distributed by the District to the

CONTRACTOR.

3. AR Submittal Timing:

a. Each AR must be accepted by the District a minimum of ten (10)

calendar days in advance of the Work activities defined in the AR.

CONTRACTOR shall allow a minimum of ten (10) calendar days

Page 65: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 11

from the time of submission to the Facility for acceptance of the AR.

Therefore, the CONTRACTOR shall submit the first/original AR a

minimum of twenty (20) calendar days prior to the associated

shutdown, diversion, or tie-in unless a longer period of time is

specifically called out in the specifications for a particular activity.

For each resubmittal resulting from the District’s review,

CONTRACTOR shall modify and update the associated AR within

seven (7) calendar days and allow an additional ten (10) calendar days

for District review and comments. Any resubmittal efforts associated

with the AR shall not be cause for CONTRACTOR cost or schedule

adjustments.

C. Identification, Scheduling and Tracking

1. The CONTRACTOR shall submit a preliminary list of anticipated ARs for

the project a minimum of seven (7) calendar days prior to the Pre-

Construction Meeting. This list shall be developed for, but is not limited to,

those shutdowns, diversions, or tie-ins described in the Contract

Documents. Scheduled ARs shall be incorporated as tasks on the

established baseline schedule, as well as the 3-week progress schedules

prepared by the CONTRACTOR throughout the construction period.

Scheduled ARs shall be dated to coincide with the construction activities.

Updates to this list shall be made throughout the duration of the project as

new ARs are identified.

2. In addition to this list, the CONTRACTOR shall keep a AR log for the

purpose of tracking active ARs. This log shall be updated weekly and

distributed at the regularly scheduled construction progress meetings.

D. AR Process Detail

1. STEP 1. CONTRACTOR identifies ARs needed on Log and Baseline

Schedule.

a. CONTRACTOR submits a preliminary list of anticipated project ARs

identified but not limited to those shutdowns, diversions, or tie-ins

described in the Contract Documents in a log. Incorporate ARs as

tasks in Baseline Schedule. ARs are scheduled to coincide with the

appropriate construction activities. If other ARs are identified during

the course of this project, CONTRACTOR shall immediately notify

the District of any additional ARs. For each additional AR,

CONTRACTOR shall then follow the steps outlined here.

2. STEP 2. Pre-AR Meeting.

a. CONTRACTOR requests a Pre-AR Meeting with the Facility’s staff

and District to discuss the nature of the shutdown, diversion, or tie-in,

and to gather the information necessary to complete the AR Form.

The pre-AR meeting may be waived by the District if the work is

deemed to be minor.

3. STEP 3. Submit AR.

Page 66: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 12

a. CONTRACTOR completes the AR Form and submits for approval to

the District.

4. STEP 4. Review AR.

a. The District reviews the AR Form for completeness, accuracy,

compliance with both the construction schedule, constraints defined in

Contract Documents, and to ensure that the requested work does not

negatively impact PLANT operations or other concurrent activities.

Additional information may be requested from CONTRACTOR to

better understand the nature of and method for completing the Work.

5. STEP 5. AR finalized.

a. Once the AR is agreed to by all parties, the AR will be finalized by

signature.

6. STEP 6. Complete Readiness Checklist.

a. CONTRACTOR verifies everything is ready for the work.

7. STEP 7. Complete Safety Checklist.

a. CONTRACTOR ensures safety.

8. STEP 8. Complete work.

a. CONTRACTOR completes work.

9. STEP 9. Update AR Log and Progress Schedules.

a. CONTRACTOR updates AR Log weekly and distributes at the

regularly scheduled construction progress meetings.

PART 4 ADDITIONAL REQUIREMENTS

4.01 GENERAL

A. The following work sequences are organized by process types and list the major

work items, constraints and suggested work sequences. The sequences outlined

below and shown in Exhibit 1 represent one approach to meeting the construction

constraints. The sequences do not address every operation or construction detail;

see other parts of the construction documents for additional requirements. The

CONTRACTOR may propose modifications to the sequences as long as the

construction constraints are met.

B. The Gas Mangement System, overall, must stay in operation throughout the

construction. Individual subsystems may be out of service for limited periods.

C. The CONTRACTOR shall note that not all valves that may be used to isolate

lines will completely seal. The CONTRACTOR shall allow for leakage in

planning its work and may, with the District’s concurrence, test certain valves

before work involving isolation has begun. The CONTRACTOR shall clean the

work areas as required to perform work.

D. Only District personnel shall perform operational functions or shutdown of

existing facilities or systems required to facilitate the CONTRACTOR’S

operation. The CONTRACTOR shall not adjust or operate any in-service

equipment.

Page 67: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 13

E. The District’s operation and maintenance personnel will cooperate in every way

that is practicable in order to facilitate CONTRACTOR’S operation; however,

certain shutdown and connections may only be permissible at times other than

normal working hours.

4.02 DEMOLITION

A. Demolition shown on the drawings must be performed in phases based on the

requirements in this Section.

B. CONTRACTOR shall be responsible for temporary valves, caps and blind flanges

required for execution of phased demolition.

4.03 SAFE PURGING PRACTICES

A. The DISTRICT shall perform all purging operations in coordination with the

CONTRACTOR.

B. CONTRACTOR shall be responsible for safe work practices related to work on

hazardous piping systems.

4.04 PHASE 0: NEW WASTE GAS BURNER TIE-IN WORK ITEMS

A. Uncrubbed digester gas will be disposed of at the ground flares or WGBs while

this work is performed. Gas will not be exported to cogen during this work.

B. Work Sequence as follows:

1. District to open and close valves to allow digester gas to be burned at the

ground flares or WGBs and shut down MSG system.

2. District to isolate and purge the gas scrubber system and all downstream

systems.

3. Remove V87522. Remove the spool piece between 87LSG545 and

V87522.

4. Install new fire-rated V87522 and new spool piece with 20” tee connection,

20” piping, isolation valve 87LSG169, and associated purge and sample

valves and inspection ports.

5. Provide temporary blind flange on 87LSG169 87LSG165 and temporary

pipe support for new piping. Leak check new piping and purge.

6. District to return scrubber system to service, without using LSG-2 for

scrubbed gas. Leave 87LSG546 closed.

C. Work Constraints as follows:

1. District to perform initial isolation and purging in preparation for

construction

2. System can’t be returned to service until District completes all Management

of Change (MOC) activities and internal approvals

Page 68: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 14

4.05 PHASE 1: WASTE GAS BURNER AREA WORK ITEMS

A. Digester gas will be consumed at cogen or disposed of at the ground flares while

improvements to the waste gas burners are performed.

B. Work sequence as follows:

1. District to take the WGBs temporarily out of service.

2. District to isolate and purge waste gas burner system including LSG-2 and

NG lines.

3. Install new supply air (SA) line from the ground flare area to the WGB area.

4. Abandon in place WGB underground looped header at the WGBs. Purge,

cap and document.

5. Replace the obsolete WGBs Varec model 239A w/241 auto ignitors and

control panels with the replacement Varec model 239A.

a. Remove the old WGBs, piping, valves, and electrical. Cut off old

anchors flush. Fill holes in structure from removed piping.

b. Pressure wash and remove rust stains from the concrete structure.

Seal concrete.

c. Remove existing WGB control panel and conduits

d. Install new concrete pad, associated structures, and conduits for new

WGB control panel and WGB sub-panels.

e. Install new WGB control panel and WGB sub-panels.

f. Install new WGB support structures, new WGBs, and pilot system.

Install secondary stack per manufacturer recommendations.

g. Install the new WGB supply piping, isolation valves, and flame

arrestors from the WGBs to new valves 87LSG93 and 87LSG95

h. Install new NG piping and valves from existing pipe stub-ups at the

individual WGB concrete structures to new individual WGB pilot

systems.

i. Install conduit and wiring between the control panel and the WGBs

and other field devices above grade.

j. Install supply air connections to WGB isolation valves

6. Install new WGB header line, from the WGB structure to the below grade

transition.

a. Abandon in place the old 16” buried line between the existing WGB

flowmeter structure and the WGBs. Purge, blind flange, and

document.

b. Install new above grade 24” WGB header piping, starting at the WGB

structure and sloping down towards the new transition below grade.

c. Install conduits and wiring between WGB control panel and header

field devices and actuators.

d. Install new backpressure control valve CV870007, conduit, wiring,

and supply air

e. Install new flow meter FIT8712, conduit, and wiring.

f. Install new pressure transmitter PIT87009 PIT870009, conduit, and

wiring.

Page 69: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 15

7. Maintain ability to burn unscrubbed gas at the ground flares from valves

80LSG101 and 80LSG102.

a. Blind flange piping at the below grade-to-above grade transition riser

at the existing WGB flowmeter structure.

b. Abandon in place the remaining old 16” buried line between the

WGB structure and the WGB flowmeter structure. Purge, blind

flange, and document.

c. Remove the old WGB flowmeter structure.

8. Install new above and below grade WGB feed piping and condensate

drainage from the WGB area in the East to the new above WGB manifold at

the gas scrubbers.

a. Install new above and below grade WGB feed piping from the WGB

area in the Easttransition sloping toward the north vault containing

80LSG101 and 80LSG102.

b. Install new 24” spool at the low point in the north vault with drain

lines connecting between the new ground flare header to the existing

16” connections to LSG-1 and LSG-2. Install valve 87LSG174. Tie

drain valve 87LSG171 into the downstream side (East, purged side)

of 80LSG101. Tie drain valve 87LSG152 into the downstream side

(East, purged side) of 80LSG102.

c. Install new 24” WGB header below grade between the scrubber area

and the north vault, sloping toward the new low point spool in the

north vault.

9. Install new above-grade manifold piping at the gas scrubbers to provide

new WGB tie-in at the gas scrubbers.

a. Remove temporary blind flange from 87LSG169. 87LSG169 must

remain closed.

b. Install new above grade 20” WGB manifold piping from isolation

valves 87LSG169 and 87LSG165 to the transition below grade in the

scrubber area.

c. Connect 87LSG169 to the new 20” manifold, connecting LSG-1 to

the WGB manifold. 87LSG169 must remain closed.

10. Install new connection between LSG-2 and the WGB manifold

a. Isolate LSG-2 through the scrubber system. Close 87LSG502,

87LSG504, 87LSG506, 87LSG508, 87LSG510, 87LSG514,

87LSG516, 87LSG518, and 87LSG520

b. Purge LSG-2 from 87LSG546 and 87LSG547

c. Remove V87521 and 87LSG546. Remove the spool piece between

87LSG54 and V87521.

d. Install new fire-rated V87521.

e. Cut off existing LSG-2 elbow feeding the gas scrubbers.

f. Install new piping between LSG-2, the gas scrubbers (V87251), and

the WGB feed manifold (new valve 87LSG165)

g. Replace 87LSG546.

h. Install remaining new valves, including purge and sample valves.

11. Complete related PLC and PCCS changes.

Page 70: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 16

12. District to return WGBs to service when all work items have been

completed.

C. Contraints as follows:

1. District to perform initial isolation and purging in preparation for

construction

2. System can’t be returned to service until District completes all Management

of Change (MOC) activities and internal approvals

4.06 PHASE 2: GROUND FLARE AREA WORK ITEMS

A. Digester gas can be exported to COGEN or consumed/disposed of at the waste

gas burners while improvements to the ground flares and abandoning the gas

holders in place are performed.

B. Ground Flare System Work sequence as follows:

1. District to isolate and purge ground flare system.

2. Overhaul the ground flares and the ground flare control panels.

3. Replace all valves identified for replacement at the ground flares.

4. Replace control panel for each flare. Complete PLC changes and PCCS

changes to accommodate new panels and automated startup and shutdown

of the flare system.

5. Excavate and replace 2” condensate drain piping on the south end of FSG-1

& 2 with new individual blowoff piping and valves just below grade in a

valve box.

6. Remove T87306 & T87307 and associated piping.

7. Install new pressurized FSG condensate tank T870023.

a. Excavate and install new 2” HDPE condensate drain taps and

equalization lines on FSG-1 & 2 (4 lines total), west of the Ground

Flare Pit. Run new individual 2” HDPE pipes to Ground Flare Pit.

Core bore pit wall. Replace 87LSG106 & 87LSG107 with 87FSG71

& 87FSG72.

b. Connect FSG drain lines and equalization lines to T870023

c. Install PSV vent piping to run immediately next to vent piping from

T87305 and to vent next to the existing vent.

8. Install drain piping from the new tank directly to the sump

C. Abandon Gas Holders in Place Work Sequence as follows:

1. District to isolate and purge Gas holders and piping associated with gas

Holders

2. Remove piping on holder side of V87209 and V87211 and install blind

flanges on valves and exposed pipe.

3. Provide support for abandoned piping at both holders

4. Remove V827212, 87LSG208, V87208, and 87LSG206. Blind flange

exposed pipe.

5. Condensate valve work near holders (time sensitive, return T87305 to

service within 48 hours)

Page 71: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 17

a. Close valve 87LSG537 to isolate drain header from LSG-1

b. Purge drain line from 87LSG210 through T87305

c. Excavate within concrete boundary of holder 1 piping down to

condensate drain lines

d. Excavate at drain line wye northeast of holder 1

e. Replace 87LSG538, 87LSG539, and 87LSG540 with new 3 piece ball

valves. Piping modification as required to fit new lay lengths.

f. Cut out section of pipe in drain line coming from holder one near the

wye structure. Cap exposed pipe ends.

6. Abandon gas holders and associated piping in place.

7. Remove Condensate Tank T87305 and associated piping.

8. Install new T87305

a. Install new WN line and PRV to the water feeder.

b. Replace existing and install new valves

c. Reroute LSG-1 and LSG-2 condensate drain piping to the new tank.

d. Reroute condensate overflow/drain from the new tank directly to the

sump.

e. Install new vent piping in same location as old vent piping.

f. Fill tank to appropriate level for water seal, open drain valve

9. District to return Ground Flares

D. Contraints as follows:

1. T87305 can only be out of service for 48 hours.

2. District to perform initial isolation and purging in preparation for

construction

3. System can’t be returned to service until District completes all Management

of Change (MOC) activities and internal approvals

4. Complete work without violating current Air Quality Permit requirements

(57 days of WGB operation per quarter).

4.07 PHASE 3: MSG COMPRESSOR BUILDING, GAS SCRUBBER AND HORTON

SPHERE AREA WORK ITEMS

A. Digester gas will be consumed/disposed of at the waste gas burners while

improvements in the MSG compressor building, gas scrubber system and Horton

sphere systemare performed.

B. MSG Compressor System Work sequence as follows:

1. District to isolate and purge from the LSG gas scrubber and through the

MSG system

2. Replace Condensate Tank T87067 at the MSG Building exterior sump with

a new, modified tank with individual dip tubes.

a. Isolate Tank T87067.

b. Remove and replace tank.

c. Install new WN line to the MSG Compressor Building exterior sump.

WN will be used as the new makeup water source for the water feeder

on the new T87067.

Page 72: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 18

d. Connect the WN line and PRV to the water feeder.

e. Separate the condensate drain lines from the Ground Flare Headers

(FSG-1, FSG-2) and the LSG inlet pipe to the MSG Compressor

Building.

f. Run LSG drain line to the new T87067

g. Run separate drain lines from FSG-1 and FSG-2 into the compressor

building exterior sump. Install valves and cap at wall.

3. Pre-fabricate piping for the new Dump Valve and new Recycle Valve.

a. Install new conduit & wiring in the MSG Compressor Building for the

new valves and flow meters. Install connecting piping, except for

cutover connections. Test all local, ACC and PCCS controls.

4. Pre-fabricate piping for the new Double Ground Flare pressure reducing

valves and pressure transmitters.

a. Install new conduit & wiring in the MSG Compressor Building for the

new valves. Install connecting piping, except for cutover

connections. Test all local, ACC and PCCS controls.

b. Install separate drain lines from the two drip legs directly to the sump

in the MSG Compressor Building Exterior Sump

5. Pre-fabricate the modified MSG bypass header sections.

6. Replace 24” LSG tee.

a. At the vault next to the MSG Compressor Building exterior sump,

remove the 24” tee on the LSG line going to the MSG Compressor

Suction Header, and replace it with an elbow.

b. Remove existing 1” common condensate drain line and three 1” drain

valves, and install three separate 1” drain valves and drain piping all

the way to T87067.

c. Remove 87LSG309, 87LSG310, and connecting piping on the west

side of the valves in the valve pit. Blind flange the FSG-1 & 2 piping.

d. Install a 24” blind flange on the LSG line penetrating the north side of

the vault.

7. Install new MSG & FSG piping in the MSG Compressor Building.

a. Cut and remove existing MSG bypass header pipe as shown on the

drawings.

b. Remove existing Recycle Valve connection to the MSG Compressor

Suction Header.

c. Install modified MSG bypass header pipe.

d. Install cutover piping connections to the Recycle Valve, Dump Valve,

Double Pressure Reducing Valves.

e. Remove 80MSG03, 80MSG04 at the Horton Sphere pad, and blind

flange the piping.

f. Install new Ground Flare FSG Header high pressure bleed valves to

discharge into the LSG line upstream of V87524. Install conduit,

wiring, and PCCS control strategy.

8. Replace MSG Compressor Building isolation valves V87068, V87069,

V87524 with fire-rated butterfly valves.

Page 73: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 19

9. Install new FSG header fire valves V870012 and V870013. Include conduit,

wiring, and PCCS control strategy.

a. Revise the control strategy to relocate the Ground Flare fire isolation

valve function from V87308 & V87309 to the two new fire isolation

valves at the MSG Compressor Building.

10. Remove FSG fire isolation valves V87308 & V87309 in the South Vault,

and replace them with stainless steel spools. Terminate wiring.

11. Replace MSG Compressor Suction Header low-low cutout pressure switch

PSL8759 with a pressure transmitter, conduit, wiring, and PCCS control

strategy.

12. Complete related PLC and PCCS changes.

C. Gas Scrubber System Work Items:

1. Install new connection between LSG-2 and the WGB manifold

a. Isolate LSG-2 through the scrubber system. Close 87LSG502,

87LSG504, 87LSG506, 87LSG508, 87LSG510, 87LSG514,

87LSG516, 87LSG518, and 87LSG520

b. Purge LSG-2 from 87LSG546 and 87LSG547

c. Remove V87521 and 87LSG546. Remove the spool piece between

87LSG54 and V87521.

d. Install new fire-rated V87521.

e. Cut off existing LSG-2 elbow feeding the gas scrubbers.

f. Install new piping between LSG-2, the gas scrubbers (V87251), and

the WGB feed manifold (new valve 87LSG165)

g. Replace 87LSG546.

h. Install remaining new valves, including purge and sample valves.

2. Replace Gas Scrubber fire isolation valve V87523 with a fire-rated butterfly

valve. Install a new spool between V87523 and 87LSG550 to

accommodate the new lay length.

3. Install pressure indicating transmitters on the Gas Scrubber inlet headers,

and on the Gas Scrubber discharge headers. Total of 4. Install conduit,

wiring, and PCCS indication.

4. Replace other identified valves.

5. Complete related PCCS changes.

6. District to return MSG, Gas Scrubbers, and Ground Flares to service.

D. Horton Sphere System Work Items:

1. Isolate Horton Sphere System per the drawings.

1. Remove Horton Sphere valve pad isolation valves 80LSG33 & 80LSG34,

and blind flange the piping. Support remaining piping as needed.

2. Abandon below grade piping to Horton sphere area, north of compressor

building, document.

E. Contraints as follows:

1. Complete work without violating current Air Quality Permit requirements

(57 days of WGB operation per quarter).

**END OF SECTION**

Page 74: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

KEYNOTEEQUIPMENT ID

KEYNOTEEQUIPMENT ID

1

V87314

2

V87315

3

V87316

4

CV87318

5

CV87319

6

CV87320

7

87LSG152

8

87LSG171

9

87LSG154

10

87LSG155

11

87LSG156

12

CV870007

13

87LSG541

14

87LSG542

15

87LSG543

16

87LSG544

17

87LSG545

18

87LSG546

19

87LSG550

20

87LSG537

21

87LSG538

22

87LSG539

23

87LSG540

24

V87522

25

V87521

26

V87523

27

V87524

28

V870013

29

V870012

30

V87068

31

V87069

32

87LSG13

33

87FSG10

34 87FSG11

35 87LSG108

36 87FSG12

37 87FSG13

38 87MSG75

39 87LSG159

40 CV87007

41 87MSG76

42 87LSG160

43 CV80110

44 87MSG77

45 CV870015

46 CV870017

47 87FSG16

48 CV870018

49 87FSG17

50 87FSG19

51 CV870019

52 87FSG18

53 87LSG93

54 87LSG95

55 V80205

56 V80206

57 V80207

58 V80208

59 V80201

60 V80202

61 87LSG169

62 87LSG165

63 87D38

64 87FSG14

65 87FSG57

66 87FSG58

67 87D25

68 87LSG174

69 80LSG101

NOTE:

VALVES SHOWN IN GRAY CELLS ARE

SHOWN FOR REFERENCE ONLY.

70 80LSG102

71 87FSG71

72 87FSG72

Path: \\B

CS

AC

FP

01\P

RO

JE

CT

S\49000\149803 - S

RC

SD

G

AS

M

GM

T S

YS

S

TU

DY

\_C

AD

\2-S

HE

ET

S\M

-M

EC

HA

NIC

AL

PLO

T D

AT

E: 2/19/2019 11:42 A

M C

AD

U

SE

R: F

RE

D B

UR

KE

P

R

OF

ESSI

O N

A

L

RE

G

IS

T

E

R

E

D

E

N

G

IN

E

E

R

S

T

A

T

E

O

F

CA

L

I

F

O

R

N

I

A

No. M 38406

M

E

C

H

A N

I

C

A

L

JO

H

N

P

E

P

P

ER

R

O

B

I

N

E

T

T

E

PHASE 0

CONSTRUCTIONPHASE LEGEND:

PHASE 1

PHASE 2

PHASE 3

NOTREPLACED

EXHIBIT 1

1 OF 1

Page 75: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

01 12 16 - 20

THIS PAGE INTENTIONALLY LEFT BLANK

Page 76: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 1

SECTION 40 05 03

COMMON WORK RESULTS FOR PIPING SYSTEMS

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies systems of process piping and general requirements for piping

systems in all project applications.

2. Detailed information for piping systems are contained in the Piping System

Specification Sheets (PIPESPEC) located at the end of this specification section.

3. Additional detailed specifications for the components listed on the Piping System

Specification sheets are found in other project specification sections. This section

shall be used in conjunction with those sections.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of

this specification to the extent referenced. The publications are referred to in the text by

the basic designation only. The latest edition of referenced publications in effect at the

time of the bid shall govern. In case of conflict between the requirements of this section

and the listed references, the requirements of this section shall prevail.

Reference Title

ANSI A13.1 Scheme for the Identification of Piping Systems

ASTM A36 Carbon Structural Steel

ASTM A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and

Seamless

ASTM A240 Heat-Resisting Chromium and Chromium-Nickel Stainless Steel

Plate, Sheet, and Strip for Pressure Vessels

ASTM A312 Standard Specification for Seamless, Welded, and Heavily Cold

Worked Austenitic Stainless Steel Pipes

ASTM A778 Standard Specification for Welded, Unannealed Austenitic

Stainless Steel Tubular Products

Page 77: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 2

Reference Title

ASTM D2000 Standard Classification System for Rubber Products in

Automotive Applications

ASTM D3035 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-

PR) Based on Controlled Outside Diameter

ASTM F104 Standard Classification System for Nonmetallic Gasket Materials

AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings 4 In. (100 mm)

Through 63 In. (1,600 mm) for Water Distribution and

Transmission

CPC California Plumbing Code

NSF-61 National Sanitation Foundation, Drinking Water System

Components – Health Effects

UPC Uniform Plumbing Code

B. DEFINITIONS:

1. PIPESPEC: Piping system detail information located at the end of this specification

section.

2. Pressure terms used in these project specifications are defined as follows:

a. MAXIMUM: The greatest continuous pressure at which the piping system

operates.

b. TEST: The hydrostatic pressure used to determine system acceptance.

3. Exposure location terms used in these specifications are defined as follows:

a. INTERIOR: Inside of a building or structure.

b. EXTERIOR: Outside of a building or structure and exposed to weather elements.

c. BURIED: Below grade and in contact with backfill material or concrete

encasement. Piping may or may not be insulated.

d. SUBMERGED: Submerged or below the top elevation of structures or facilities

containing liquids, such as: tanks, channels, digesters, manholes, sumps, basins,

rivers, and other areas as indicated or shown on the drawings.

4. Exposure severity terms are defined as follows:

a. MILD ENVIRONMENT: Standard commercial facility conditions.

Page 78: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 3

b. MODERATE ENVIRONMENT: Industrial facility conditions where surfaces

may be occasionally exposed to light-moderately aggressive liquids, solids or

gases.

c. HARSH ENVIRONMENT: Industrial facility conditions where surfaces may be

subject to aggressive liquids, solids or gases, or surfaces may be normally

exposed to light-moderately aggressive liquids, solids or gases.

1.03 SUBMITTALS

A. The following information shall be submitted for review in accordance with the

SUBMITTAL PROCEDURES Section (01 33 00):

1. A copy of this specification section, with addenda updates, with each paragraph

check marked to show specification compliance or marked to show deviations.

2. Information on piping materials as specified in individual specification sections for

piping materials, flanges, fittings, gaskets, valves, supports and components. Include

manufacturer's data, ASTM conformance, and catalog numbers.

3. Piping layout and support shop drawings for all piping systems including all pipes,

drains, vents, valves, supports, seismic braces, and specific locations of all

instrument taps. Drawings shall be original layouts by the Contractor photocopies

of contract drawings are not acceptable.

4. Sample of the valve identification tag.

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS

A. Submit operation and maintenance (O&M) instructions in accordance with the

OPERATION AND MAINTENANCE DATA Section (01 78 23) by submitting a copy

of the OPERATION AND MAINTENANCE DATA Section (01 78 23) with each

paragraph check marked to show compliance. O&M instructions shall be submitted after

all submittals specified above have been returned mark “No Exceptions Taken” or

“Make Corrections Noted.” O&M instructions shall reflect the approved materials and

equipment.

PART 2 -- PRODUCTS

2.01 PIPING MATERIALS

A. GENERAL:

1. Piping materials including pipe, gaskets, fittings, connections, and joint assemblies,

lining and coatings, shall be provided from those listed on the Piping System

Specification sheets associated with this section and as shown on the drawings.

Page 79: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 4

2. Piping materials shall conform to detailed specifications for each type of pipe and

piping appurtenances specified in other project specification sections.

3. Pipe connection types shall also be provided as listed in the project specifications

and where shown on the drawings.

4. To assure uniformity and compatibility of piping components, fittings and couplings

for grooved end piping systems shall be furnished by the same manufacturer.

B. FLANGE GASKETS:

1. GENERAL:

a. Flange gaskets shall be full-face type or ring type, as specified. Gasket thickness

shall be as specified, unless otherwise shown on the drawings.

2. COMPRESSED NON-ASBESTOS-NITRILE:

a. ACCEPTABLE PRODUCTS: Garlock BLUE-GARD Style 3000, or equal.

b. MATERIAL: ASTM F104 Compressed non-asbestos sheet gasket with Aramid

fibers and nitrile binder. Full face. ANSI Class 150. Continuous temperature

limit = 400 F (not for saturated steam). Pressure limit = 1,000 psi. Thickness =

0.125 inches.

3. EPDM:

a. ACCEPTABLE PRODUCTS: Garlock Style 8314; Biltrite Style 475; or equal.

b. MATERIAL: Premium-grade ASTM D2000 EPDM rubber sheet gasket. Full

face. Durometer Shore A hardness = 60. Temperature limit = 300 F. Pressure

limit = 150 psi. Thickness = 0.125 inches.

4. NEOPRENE:

a. ACCEPTABLE PRODUCTS: Garlock Style 7986, or equal.

b. MATERIAL: Premium-grade ASTM D2000 neoprene rubber sheet gasket. Full

face. Durometer Shore A hardness = 70. Temperature limit = 250 F.

5. NEOPRENE CI (CLOTH INSERT):

a. ACCEPTABLE PRODUCTS: Garlock Style 3205; Biltrite Cloth-Inserted

Neoprene – Regular Polyester Ply; or equal.

b. MATERIAL: Reinforced rubber diaphragm gasket. Premium-grade ASTM

D2000 neoprene rubber sheet gasket with polyester fabric insert. Full face.

Page 80: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 5

Durometer Shore A hardness = 70. Temperature limit = 200 F. Thickness =

0.125 inches.

6. NITRILE:

a. ACCEPTABLE PRODUCTS: Garlock Style 9122; Biltrite Premium Nitrile; or

equal.

b. MATERIAL: Premium-grade ASTM D2000 nitrile (Buna N) rubber sheet full

face gasket. Durometer Shore A hardness = 70. Temperature limit = 250 F.

Pressure limit = 150 psi. Thickness = 0.125 inches.

7. NITRILE CI (CLOTH INSERT):

a. ACCEPTABLE PRODUCTS: Garlock Style 9200; or equal.

b. MATERIAL: Reinforced rubber flange gasket. Premium-grade ASTM D2000

nitrile (Buna-N) rubber sheet gasket with non-weeping nylon fabric insert. Full

face. Durometer Shore A hardness = 70. Temperature limit = 250 F. Thickness

= 0.125 inches.

8. PTFE BONDED:

a. ACCEPTABLE PRODUCTS: ASAHI/America Style AV; CTG model ET; or

equal.

b. MATERIAL: PTFE full face envelope gasket with concentric, convex molded

rings bonded to an EPDM core. ANSI Class 150. EPDM Durometer Shore A

hardness = 65. Temperature range = -4 to +250 F.

9. PTFE ENVELOPE:

a. ACCEPTABLE PRODUCTS: Flexitallic, or equal.

b. MATERIAL: PTFE split type full face envelope gasket with neoprene cloth-

insert gasket core. ANSI Class 150. Temperature range = -350 to +480 F. Core

thickness = 0.125 inches.

10. FIRE-RATED STAINLESS STEEL/GRAPHITE:

a. ACCEPTABLE PRODUCTS: Durlon CFG, or equal.

b. MATERIAL: Corrugated flexible graphite ring gasket with 24-gauge Type 316

stainless steel corrugated core. ANSI Class 150. API 607 modified fire test

certified.

11. SPIRAL WOUND:

Page 81: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 6

a. ACCEPTABLE PRODUCTS: Flexitallic model CGI or LSI, or equal

b. MATERIAL: Type 316 stainless steel outer ring, inner ring, spiral. Flexicarb

graphite filler. Ring type. ANSI Class 150.

C. COUPLING GASKETS:

1. GENERAL:

a. Gaskets for sleeve-type, plain end, and grooved end couplings shall be provided

by the coupling manufacturer.

2. EPDM:

a. EPDM rubber.

b. Temperature range = -30 to +230 F.

c. NSF-61 certified for potable water service.

3. NEOPRENE:

a. Neoprene rubber.

b. Temperature range = +30 to +180 F.

4. NITRILE:

a. Nitrile (Buna N) rubber.

b. Temperature range = -20 to +180 F.

5. Fluoroelastomer:

a. Fluoroelastomer (Viton).

b. Temperature range = +20 to 300 F.

D. SLEEVE-TYPE COUPLINGS:

1. ACCEPTABLE PRODUCTS

a. ACCEPTABLE PRODUCTS: PowerSeal, Romac Industries, Smith-Blair, or

equal, modified as required to meet the specifications in accordance with the

tables below. Sleeve-type couplings shall only be used on pipe types that are

compatible per manufacturer’s requirements with the acceptable products in the

tables below.

Page 82: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 7

Acceptable Products for Stainless Steel Sleeve-Type Couplings

Description PowerSeal

Allowable Sizes

Romac Industries

Allowable Sizes

Smith-Blair

Allowable Sizes

Standard 3506AS

2 to 12 inches

3538

12 inches and up

400

12 to 96+ inches

custom

Extended Range 3506AS

2 to 12 inches

N/A N/A

Reducing 3562

12 inches and up

RC400

26 to 96+ inches

N/A

Flanged adapter custom custom custom

Insulating N/A N/A N/A

2. MATERIAL:

a. Materials for Stainless Steel sleeve-type couplings shall be in accordance with

the following tables:

Materials for Stainless Steel Sleeve-Type Couplings

Acceptable Exposure Severity: Mild & Moderate & Harsh

Exposure Locations

Interior Exterior Buried Submerged

Center Body ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

End Glands ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

ASTM A240 Type 316 stainless steel

Gasket Per PIPESPEC sheets

Per PIPESPEC sheets

Per PIPESPEC sheets

Per PIPESPEC sheets

Bolts and Nuts Type 316 stainless steel

Type 316 stainless steel

Type 316 stainless steel

Type 316 stainless steel

Finish N/A N/A N/A N/A

2.02 PIPING IDENTIFICATION

A. PIPE LABELING:

1. ACCEPTABLE PRODUCTS:

a. ADHESIVE LABELS: Brady B-681 polyester with overlaminate; Craftmark

model Duramark HT polyester with overlaminate; or equal, modified as required

to meet the specifications.

Page 83: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 8

b. SELF-COILING LABELS: Brady model B-915 Snap-On & Strap-On;

Craftmark model Specmark HT; or equal, modified as required to meet the

specifications.

2. Labels for identifying piping shall conform to ANSI A13.1.Piping labels shall

include system, contents, and direction of flow. Labels shall be provided bearing the

label lettering on the background colors specified in Table A. Color field shall be

long enough to print the entire lettering

3. Size of legend letters and minimum length of color field:

Outside Diameter of

Pipe or Covering

(inches)

Minimum Length

of Color Field

(inches)

Letter Height

(inches)

¾ to 1¼ 8 ½

1½ to 2 8 ¾

2½ to 6 12 1¼

8 to 10 24 2½

Over 10 32 3½

4. LABEL construction:

a. Adhesive labels shall be weather, water, and grease-resistant, with 5 to 8 year

average outdoor life. Labels shall be polyester with polyester overlaminate.

Vinyl labels are not acceptable.

b. Self-coiling, around-pipe markers shall be weather, water, and grease-resistant,

with 5 to 8 year average outdoor life. Pipe markers shall be polyester with

polyester overlaminate. Vinyl pipe markers are not acceptable.

c. In the event of a short piping run and none of the above methods will be practical,

a metal tag fastened with stainless steel wire may be used to identify the piping

system.

B. PIPE COLOR:

1. Piping shall be painted in accordance with the attached PIPESPECS and the

PAINTING AND COATING Section (09 90 00). Stainless steel pipes are typically

not painted. The following are general SRWTP reserved piping paint colors:

a. ORANGE: Chlorine

b. YELLOW: Sulfur dioxide

c. BONE WHITE: All chemical piping other than chlorine and sulfur dioxide

d. RED: Fire suppression

Page 84: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 9

e. LIGHT GRAY: All piping other than chemical and fire suppression

C. VALVE LABELS AND TAGS:

1. Labeling or tagging of valves and other fixtures shall use the method that is both

durable and readily viewable.

2. Approved tagging media are as follows:

a. METAL TAGS:

1) 16-gauge aluminum or 0.025 inch Type 304 stainless steel construction

2) Minimum 1-inch by 4-inch rectangular in size with rounded corners

3) 1/8” diameter hole in one end for attachment

4) ½-inch high letters, deeply and legibly engraved or stamped

5) Attached with 16-gauge 304 stainless steel wire

D. UNDERGROUND WARNING TAPE:

1. ACCEPTABLE PRODUCTS:

a. T. Christy Enterprises, Inc., W.H. Brady Co., Seton Name Plate Corp., or equal.

2. MATERIAL:

a. Underground warning tape shall be 6 inches wide and 3.5 mil thick polyethylene.

b. Two messages shall be printed on the tape. The first message shall read

"CAUTION CAUTION CAUTION". The second message shall state the type

of buried utility line: Reclaimed Water, Gas, Water, Stormwater or Sewer.

E. UNDERGROUND TRACER WIRE:

1. Underground tracer wire shall be #10 AWG THWN solid copper wire, with yellow

insulation.

2.03 PIPING APPURTENANCES (NOT USED)

Page 85: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 10

PART 3 -- EXECUTION

3.01 GENERAL - NOT USED

3.02 INSTALLATION

A. LOCATION:

1. Piping shall be installed as shown on the drawings, except for adjustments to

accommodate conflicts. A minimum vertical clearance of 8 feet shall be provided

over walkways and throughways in all tunnels and galleries. Unless otherwise

indicated on the drawings, minimum depth of cover for buried, non-plastic pipe shall

be 42 inches over the top of the pipe. Unless otherwise indicated on the drawings,

minimum depth of cover for buried, plastic pipe shall be 48 inches over the top of

the pipe.

B. COATING:

1. All piping shall be coated and lined as specified in the individual piping sections and

PIPESPEC sheets located at the end of this specification section.

2. Unless otherwise specified, finish coating shall conform to the SCHEDULES FOR

PAINTING AND COATING Section (09 06 90) and the PAINTING AND

COATING Section (09 90 00).

C. PIPE SUPPORT, ANCHORAGE AND SEISMIC BRACING:

1. Piping shall be supported, anchored, and seismically braced as shown on the

drawings and as specified in the HANGERS AND SUPPORTS FOR PROCESS

PIPING Section (40 05 07).

2. Where a specific type of support or anchorage is indicated on the layout drawings,

then only that type shall be used there.

3. Supports shall be provided on each run at each change of direction.

4. Unless otherwise shown on the drawings, existing pipes and supports shall not be

used to support new piping.

D. RESTRAINTS FOR PIPING:

1. All pipe-to-pipe joints, plugs, caps, tees, bends, and valves shall be restrained for all

exposed and buried piping unless otherwise specified. Restrained pipe-to-pipe joints,

shall be flanged or grooved end for exposed service and restrained push-on for buried

service or as specified in the individual piping sections.

2. Concrete thrust blocks shall be as shown on the drawings.

Page 86: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 11

E. BEDDING AND BACKFILL:

1. Bedding and backfill for buried piping shall be as specified in the EARTH MOVING

Section (31 20 00) and as shown on the drawings.

F. NOT-BURIED TO BURIED PIPING MATERIAL TRANSITIONS:

1. Unless otherwise shown on the drawings, all piping shall transition on the not-buried

side of the ground penetration.

G. PROCESS INSTRUMENTATION CONNECTIONS:

1. Process instrumentation taps shall be as shown on the detail drawings. Taps shall be

located, sized and orientation coordinated with the requirements of the

INSTRUMENTATION OF PROCESS SYSTEMS Section (40 70 00) and the

SCHEDULES OF INSTRUMENTATION FOR PROCESS SYSTEMS Section

(40 06 70).

2. Direct drill and tap of a pipe wall is not acceptable.

3.03 PIPING IDENTIFICATION

A. PIPE LABELS:

1. After application of the specified coating and insulation systems, non-buried piping

shall be identified with labels. Labels shall be neat, readable and uniform in

appearance. Labels shall be readily visible from normal working locations and must

not impede normal operations.

2. Labels shall not be located where they will be damaged by normal use or tools.

3. Each exposed pipe will be identified:

a. At intervals of 40 feet on straight pipe runs greater than 120 feet, otherwise

b. At intervals of 30 feet

c. At least one time in each room

d. Within 2 feet of all turns, ells, valves, and on the upstream side of all distribution

fittings, branches and headers

e. On both sides of wall or floor penetrations

f. Within 3 feet of penetrating the ground

Page 87: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 12

B. VALVE TAGS:

1. Attach valve tags to the valve stem.

2. Buried valves shall be identified by a metal tag attached to the collar of the valve box

or riser. Do not attach metal tags to lids because they are often swapped from box to

box.

C. UNDERGROUND WARNING TAPE:

1. A single line of tape shall be provided 2.5 feet above the top of all buried piping

systems.

2. For pipelines buried 8 feet or greater below finished grade, Contractor shall provide

a second line of tape 12 inches below finished grade, above and parallel to each

buried pipe. Tape shall be spread flat with message side up before backfilling.

D. UNDERGROUND TRACER WIRE:

1. Underground tracer wire shall be tie-wrapped to the top centerline of the pipe on

buried nonferrous, plastic, reinforced thermosetting resin, and non-electrically

continuous ferrous pipelines. For large diameter piping, taping may be used in sizes

where tie-wrap is not available. Tie-wrapping shall be done at 5-foot intervals and

at every tee, bend, cross or valve.

2. Tracer wire shall be electrically continuous. Splices shall be underground wire nut

type with silicone sealant, designed specifically for underground connections.

IDEAL® UnderGround™ Wire Nut®, or equal.

3. Wiring shall be brought up to valve boxes, cleanout boxes, aboveground

penetrations, etc. with 5 feet of extra wire coiled neatly and accessibly.

3.04 CLEANING AND FLUSHING

A. GENERAL:

1. Clean piping systems following completion of testing and prior to connection to

operating, control, regulating or instrumentation equipment.

B. TYPE 1 (not used):

C. TYPE 2:

1. Clean piping with a swab or cleaning ball. Flush with clean water.

Page 88: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 13

D. TYPE 3:

1. Clean piping with a swab or cleaning ball. Flush with airstream. Purge sludge gas

and natural gas systems with nitrogen and maintain a nitrogen pad of 10 psi until put

in service.

E. TYPE 4 (not used):

F. TYPE 5 (not used):

3.05 TESTING

A. GENERAL:

1. Upon completion of piping, but prior to application of insulation on non-buried

piping, the Contractor shall test the piping systems.

2. Buried piping systems shall be tested upon completion of piping, but prior to backfill.

3. Testing shall be in accordance with this section and the COMMISSIONING Section

(01 91 00).

4. Pressures, media and test durations shall be as specified in the PIPESPEC sheets

located at the end of this specification section.

5. Equipment which may be damaged by the specified test conditions shall be isolated.

6. Testing shall be performed using certified, calibrated test gauges.

a. Required pressure tests of 10 psig or less shall be performed with gauges of

1/10 psig increments or less.

b. Required pressure tests exceeding 10 psig but less than 100 psig shall be

performed with gauges of 1 psig increments or less.

c. Required pressure tests exceeding 100 psig shall be performed with gauges

incremented for 2% or less of the required test pressure.

d. Test gauges shall have a pressure range not greater than twice the test pressure.

7. Testing shall be performed using certified, calibrated volumetric measuring

equipment to determine leakage rates.

8. Testing, as specified herein, shall include existing piping systems that connect with

new pipe systems. Existing pipe shall be tested to the nearest existing valve. Any

piping which fails the test shall be repaired. Repair of existing piping will be

considered and paid for as extra work.

Page 89: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 14

B. TYPE 1:

1. Leakage shall be zero at the specified test pressure throughout the specified duration

unless specifically allowed in the individual PIPESPEC sheets located at the end of

this specification section.

C. TYPE 2 (not used):

D. TYPE 3 (not used):

3.06 TRAINING (NOT USED)

3.07 PIPING SYSTEM SPECIFICATION SHEETS

A. Piping and valves are specified on individual Piping System Specification (PIPESPEC)

sheets located at the end of this specification section. Piping services specified in the

PIPESPEC sheets and shown on the drawings are alphabetically arranged by designated

service abbreviations as shown in Table A. Table A also indicates the pipe label legend,

background color, and lettering color of each service. Existing pipe systems may vary

from the PIPESPEC. The Contractor shall field verify the pipe type, location and

arrangement required for each connection to existing pipe systems.

Table A, Piping Services

Symbol

Pipe Legend

Pipe Paint

Color

(except

stainless)

Pipe Label

Background

Color

Pipe

Label

Lettering

Color

D DRAIN Light Gray Green White

FSG FLARE SUPPLY GAS Light Gray Yellow Black

LSG LOW PRESSURE SLUDGE GAS Light Gray Yellow Black

MSG MEDIUM PRESSURE SLUDGE GAS Light Gray Yellow Black

NG NATURAL GAS Light Gray Yellow Black

SA SERVICE AIR Light Gray Blue White

V VENT Light Gray Green White

WN NON-POTABLE WATER Light Gray Purple White

**END OF SECTION**

Page 90: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 15

PIPING SYSTEM SPECIFICATION SERVICE: GMS - Drain SYMBOL:

D FLUID: Digester Gas Condensate

PRESSURE – PSIG TEMPERATURE - F MAX: N/A TEST: 30 TEST TYPE: 1 NORMAL: N/A MAX: N/A

TEST MEDIUM: Water TEST DURATION: 120 minutes CLEANING TYPE: 2

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

¼” to 2” Interior Exterior

Submerged Buried

Stainless Steel, ASTM A312, Type 316L, Schedule 40S seamless

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

¼” to 2” Interior Exterior

Submerged Buried

Threaded Joint Sealant: Products for Non-Oxygen Piping per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Flange Gaskets: PTFE bonded.

Flange Fasteners: Fasteners per Stainless STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Stainless Steel Welding: Welded per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Diaphragm Seals: None required.

Pressure Gauges: None required.

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE

SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

¼” to 2” Interior Exterior

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

MLQ

REMARKS: 1. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

2. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 3. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions.

Page 91: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 16

PIPING SYSTEM SPECIFICATION SERVICE: Flare Supply Gas SYMBOL:

FSG FLUID: Digester Gas

PRESSURE TEMPERATURE - F MAX: 25” WC

(note7) TEST: 30 psig TEST TYPE: 1 NORMAL: MAX:

TEST MEDIUM: Nitrogen Gas TEST DURATION: 120 minutes CLEANING TYPE: 3

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

¼” to 2” Interior Exterior

Submerged

Stainless Steel, ASTM A312, Type 316L, Schedule 40S seamless

316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

Buried HDPE, ASTM D3035 or F714; AWWA C901; SDR 11.0, PE 4710, IPS size, rated 200 psig working pressure.

HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded connections.

2½” to 24” Interior Exterior

Submerged

Stainless Steel, ASTM A312 or A778, Type 316L, Schedule 10S minimum.

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, or Schedule 10S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Flanged, TIG welded, or flanged coupling adapter.

Buried HDPE, ASTM D3035 or F714; AWWA C901 or C906; SDR 11.0, PE 4710, IPS size, rated 200 psig working pressure.

HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded connections, or flanged, as noted on drawings.

¼” to 24” Interior Exterior

Submerged Buried

Threaded Joint Sealant: • Products for Non-Oxygen Piping per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Flange Gaskets: • Spiral Wound.

• Stainless/Graphite Ring. (see Remark 6 below):

• PTFE bonded.

• PTFE Envelope

Mechanical sleeve gaskets:

• Viton

ASME Man Way Gaskets:

Premium grade Viton rubber.

Flange Fasteners: Fasteners per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23) and POLYETHYLENE PROCESS PIPE SECTION (40 05 32)

Stainless Steel Welding:

Welded per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Diaphragm Seals: None required.

Pressure Gauges: Pressure Gages per INSTRUMENTATION FOR PROCESS SYSTEMS Section (40 70 00).

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

¼” to 2” Interior Exterior Buried

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

MLQ

2½” to 24” Interior Exterior

Non-Fire Isolation & Control Valves

Butterfly Valve, Type GP-050-FKM, per BUTTERFLY VALVES Specification (40 05 64).

MLQ & MGQ

Page 92: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 17

2 ½” to 4” Interior Exterior

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-F, per BALL VALVES Section (40 05 63).

MLQ & MGQ

2½” to 24” Interior Exterior

Fire Isolation Valves Butterfly Valve, Type HPDO-FS, per BUTTERFLY VALVES Section (40 05 66).

REMARKS: 1. FSG piping shall be designed in accordance with the following: a. NFPA 54 Chapter 5 – Gas Piping System Design, Materials, and Components b. NFPA 54 Chapter 6 – Pipe Sizing

2. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

3. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 4. For the swivel joints flanges on Digester 9, use the SAE J429 Grade 5 bolts. 5. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions. 6. This fire-rated gasket is required for use on flanged fire-rated valves. 7. Pressure may fluctuate up to 5 psi between the pressure reducing valves that connect to the MSG system.

Page 93: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 18

PIPING SYSTEM SPECIFICATION SERVICE: Low Pressure Sludge Gas SYMBOL:

LSG FLUID: Digester Gas

PRESSURE TEMPERATURE - F MAX: 15” WC TEST: 30 psig TEST TYPE: 1 NORMAL: MAX:

TEST MEDIUM: Nitrogen Gas TEST DURATION: 120 minutes CLEANING TYPE: 3

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

¼” to 2” Interior Exterior

Submerged

Stainless Steel, ASTM A312, Type 316L, Schedule 40S seamless

316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

Buried HDPE, ASTM D3035 or F714; AWWA C901; SDR 11.0, PE 4710, IPS size, rated 200 psig working pressure.

HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded or flanged connections.

2½” to 24” Interior Exterior

Submerged

Stainless Steel, ASTM A312 or A778, Type 316L, Schedule 10S minimum.

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, or Schedule 10S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Flanged, or TIG welded.

Buried HDPE, ASTM D3035 or F714; AWWA C901 or C906; SDR 11.0, PE 4710, IPS size, rated 200 psig working pressure.

HDPE molded fittings to match pipe. Joints: Butt-fusion welded connections, or flanged.

¼” to 24” Interior Exterior

Submerged Buried

Threaded Joint Sealant: • Products for Non-Oxygen Piping per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Flange Gaskets: • Spiral Wound.

• Stainless/Graphite Ring. (see Remark 6 below)

• PTFE bonded.

• PTFE envelope.

Flange Fasteners: Fasteners per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23) and POLYETHYLENE PROCESS PIPE Section (40 05 32)

Stainless Steel Welding:

STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Diaphragm Seals: None required.

Pressure Gauges: Pressure Gages per INSTRUMENTATION FOR PROCESS SYSTEMS Section (40 70 00).

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

¼” to 2” Interior Exterior Buried

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

2½” to 24” Interior Exterior

Non-Fire Isolation & Control Valves

Butterfly Valve, Type GP-050-FKM, per BUTTERFLY VALVES Section (40 05 64).

2 ½” to 4” Buried Non-Fire Isolation & Control Valves

Ball Valve, Type SS-F, per BALL VALVES Section (40 05 63).

2½” to 24” Interior Exterior

Fire Isolation Valves Butterfly Valve, Type HPDO-FS, per BUTTERFLY VALVES Section (40 05 66).

Page 94: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 19

REMARKS: 1. LSG piping shall be designed in accordance with the following: a. NFPA 54 Chapter 5 – Gas Piping System Design, Materials, and Components b. NFPA 54 Chapter 6 – Pipe Sizing

2. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

3. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 4. For the swivel joints flanges on Digester 9, use the SAE J429 Grade 5 bolts. 5. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions. 6. This fire-rated gasket is required for use on flanged fire-rated valves.

Page 95: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 20

PIPING SYSTEM SPECIFICATION SERVICE: GMS – Digester Medium Pressure Sludge Gas SYMBOL:

MSG FLUID: Digester Gas

PRESSURE – PSIG TEMPERATURE - F WORK: 15 MAX: 30 TEST: 1 NORMAL: MAX:

TEST MEDIUM: Nitrogen Gas TEST DURATION: 120 minutes CLEANING TYPE: 3

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

¼” to 2” Interior Exterior

Submerged

Stainless Steel, ASTM A312, Type 316L, Schedule 40S seamless.

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

Buried HDPE, ASTM D2513; SDR 11.0, PE 4710, IPS size.

HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded connections.

2½” to 24” Interior Exterior

Submerged

Stainless Steel, ASTM A312 or A778, Type 316L, Schedule 10S, minimum

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, or Schedule 10S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Flanged, or TIG welded.

Buried HDPE, ASTM D2513; SDR 11.0, PE 4710, IPS size.

HDPE molded fittings to match pipe. Joints: Butt-fusion welded connections.

¼” to 24” Interior Exterior

Submerged

Threaded Joint Sealant: • Products for Non-Oxygen Piping per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Flange Gaskets: • Spiral Wound.

• Stainless/Graphite Ring. (See Remark 5 below):

• PTFE Bonded

• PTFE Envelope

ASME Man Way Gaskets: Premium grade Buna-N rubber.

Flange Fasteners: Fasteners per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23) and POLYETHYLENE PROCESS PIPE Section (40 05 32)

Stainless Steel Welding: Welded per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Diaphragm Seals: None required.

Pressure Gauges: Pressure Gages per INSTRUMENTATION FOR PROCESS SYSTEMS Section (40 70 00).

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

¼” to 2” Interior Exterior

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

2½” to 24” Interior Exterior

Non-Fire Isolation & Control Valves

Butterfly Valve, Type GP-050-FKM, per BUTTERFLY VALVES Section (40 05 64).

2½” to 24” Interior Exterior

Fire Isolation Valves Butterfly Valve, Type HPDO-FS, per BUTTERFLY VALVES Section (40 05 66).

Page 96: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 21

REMARKS: 1. MSG piping shall be designed in accordance with the following: a. NFPA 54 Chapter 5 – Gas Piping System Design, Materials, and Components b. NFPA 54 Chapter 6 – Pipe Sizing

2. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

3. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 4. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions. 5. This fire-rated gasket is required for use on flanged fire-rated valves.

Page 97: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 22

PIPING SYSTEM SPECIFICATION SERVICE: Natural Gas SYMBOL:

NG FLUID: Natural Gas

PRESSURE – PSIG TEMPERATURE - F MAX: 60 TEST: 90 TEST TYPE: 1 NORMAL: 60 MAX: 85

TEST MEDIUM: Air TEST DURATION: 120 minutes CLEANING TYPE: 3

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

≤ 2” Interior Exterior

Steel; ASTM A53, seamless, Schedule 40 Grade A, black, no lining, no coating. Ref. Spec section 15061.

Malleable iron, ASTM A197, ANSI B16.3, Class 150, black steel. Joints: Threaded or welded.

Buried Medium Density Polyethylene; SDR-11. Ref Spec Section 40 05 32. Provide underground tracer wire.

Medium Density Polyethylene; SDR to match pipe. Joints: Butt fusion welded connections.

All All Flange Gaskets: Compressed non-asbestos nitrile.

Push-on/Mech. Couplings: N/A

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

≤ 2” Other Isolation Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

MLQ

REMARKS: 1. NG piping shall be designed in accordance with the following: a. NFPA 54 Chapter 5 – Gas Piping System Design, Materials, and Components b. NFPA 54 Chapter 6 – Pipe Sizing

2. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

3. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 4. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions.

Page 98: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 23

PIPING SYSTEM SPECIFICATION SERVICE: Service Air SYMBOL:

SA FLUID: Compressed Air

PRESSURE – PSIG TEMPERATURE - F MAX: 125 TEST: 150 TEST TYPE: 1 NORMAL: 100 MAX: 140

TEST MEDIUM: Air TEST DURATION: 120 minutes CLEANING TYPE: 3

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

< ½” O.D. Interior or Exterior

Copper tube, ASTM B88, Type K hard or Type K soft copper.

Wrought copper fittings, ANSI B16.22, with silver bearing solder. Or, brass compression fittings, ANSI B16.26.

Interior or Exterior

Light-stabilized, black Nylon 11 flexible tubing. 2000 psi minimum burst pressure @ 75°F. Eaton Synflex N2, model 4212, or equal.

Nickel-plated brass push-to-connect tube fittings, designed for Nylon 11 tubing. Nitra Pneumatics or equal.

½” – 2” Interior or Exterior

Copper tube, ASTM B88, Type K hard copper. Wrought copper fittings, ANSI B16.22, with silver bearing solder.

Buried HDPE 8CCR462. HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded connections. Electrofusion joints are not acceptable.

All All Flange Gaskets: EPDM

Push-on/Mech. Couplings:

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

≤ 2” Interior or Exterior

Isolation Ball valve, Type SS-3P, BALL VALVES Section (40 05 63).

MLQ

REMARKS: 1. Per California Code of Regulations, Title 8, Section 462, all piping between an air receiver and the first isolation valve shall be Schedule 80 steel.

2. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

3. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 4. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions.

Page 99: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 24

PIPING SYSTEM SPECIFICATION SERVICE: GMS - Vent SYMBOL:

V FLUID: Air

PRESSURE – PSIG TEMPERATURE - F MAX: N/A TEST: 30 TEST TYPE: 1 NORMAL: N/A MAX: N/A

TEST MEDIUM: Water TEST DURATION: 120 minutes CLEANING TYPE: 2

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

¼” to 2” Interior Exterior

Submerged Buried

Stainless Steel, ASTM A312, Type 316L, Schedule 40S seamless

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

¼” to 2” Interior Exterior

Submerged Buried

Threaded Joint Sealant: Products for Non-Oxygen Piping per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Flange Gaskets: PTFE bonded.

Flange Fasteners: Fasteners per Stainless STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Stainless Steel Welding: Welded per STAINLESS STEEL PROCESS PIPE AND TUBING Section (40 05 23).

Diaphragm Seals: None required.

Pressure Gauges: None required.

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE

SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

¼” to 2” Interior Exterior

Non-Fire Isolation & Control Valves

Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

MLQ

REMARKS: 1. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

2. Remove weld discoloration from the heat affected zone with a Scotch Brite disc or equal. 3. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the

materials of construction for each of the specified components. No exceptions.

Page 100: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 25

PIPING SYSTEM SPECIFICATION SERVICE: Non-Potable Water SYMBOL:

WN FLUID: Water

PRESSURE – PSIG TEMPERATURE - F MAX: 125 TEST: 150 TEST TYPE: 1 NORMAL: 60 MAX: 120

TEST MEDIUM: Water TEST DURATION: 120 minutes CLEANING TYPE: 2

PIPE AND FITTING SPECIFICATION SIZE EXPOSURE PIPE FITTINGS

≤ 2”. Interior or Exterior

Stainless steel, ASTM A312, Type 316L, Schedule 40S seamless.

Type 316L, ANSI Class 150 forged stainless steel flanged fittings meeting ASTM A182, Class 150 stainless steel threaded fittings meeting ANSI/MSS SP-114 & ASTM A351, or Schedule 40S stainless steel welded fittings meeting ASTM A403 or A774. Joints: Threaded, flanged, or TIG welded.

Buried HDPE, ASTM D3035 or F714, SDR 11.0, PE 4710, IPS size, rated 200 psig working pressure.

HDPE molded fittings to match pipe. Joints: Butt-fusion or socket-fusion welded connections. Electrofusion joints are not acceptable.

All All Flange Gaskets: EPDM

Push-on/Mech. Couplings: EPDM

GENERAL VALVE SPECIFICATIONS, UNLESS OTHERWISE SPECIFIED IN VALVE SCHEDULE SIZE EXPOSURE DUTY SPECIFICATION OPERATOR

≤ 2” Interior Exterior

Isolation Ball Valve, Type SS-3P, per BALL VALVES Section (40 05 63).

MLQ

REMARKS: 1. Specified piping complies with minimum pipe wall thickness for internal pressure calculations in accordance with ASME B31.3 paragraph 3.04.1.2.

2. All new or replacement valves shall be provided with an attached, engraved factory tag identifying the materials of construction for each of the specified components. No exceptions.

**END OF SECTION**

Page 101: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 03 - 26

THIS PAGE INTENTIONALLY LEFT BLANK

Page 102: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 1

SECTION 40 05 23

STAINLESS STEEL PROCESS PIPE AND TUBING

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies stainless steel pipe, fittings, and connections.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this

specification to the extent referenced. The publications are referred to in the text by the

basic designation only. The latest edition of referenced publications in effect at the time

of the bid shall govern. In case of conflict between the requirements of this section and

the listed references, the requirements of this section shall prevail.

Reference Title

ANSI B16.5 Pipe Flanges and Flanged Fittings NPS ½ Through NPS 24

Metric/Inch Standard

ANSI B31.1 Power Piping

ANSI B31.3 Process Piping

ANSI B1.20.1 Pipe Threads, general purpose

ASME Section IX Boiler and Pressure Vessel Code; Welding and Brazing

Qualifications

ASTM A182/A182M

Rev A

Standard Specification for Forged or Rolled Alloy and Stainless

Steel Pipe Flanges, Forged Fittings, and Valves and Parts for

High-Temperature Service

ASTM A193/A193M

Rev B

Standard Specification for Alloy-Steel and Stainless Steel

Bolting for High Temperature or High Pressure Service and

Other Special Purpose Applications

ASTM A240/240M Standard Specification for Chromium and Chromium-Nickel

Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and

for General Applications

ASTM A312/ A312M Standard Specification for Seamless, Welded, and Heavily Cold

Worked Austenitic Stainless Steel Pipes

Page 103: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 2

Reference Title

ASTM A351/ A351M Standard Specification for Castings, Austenitic, for Pressure-

Containing Parts

ASTM A380/ A380M Standard Practice for Cleaning, Descaling, and Passivation of

Stainless Steel Parts, Equipment, and Systems

ASTM A403/ A403M Standard Specification for Wrought Austenitic Stainless Steel

Piping Fittings

ASTM A733 Standard Specification for Welded and Seamless Carbon Steel

and Austenitic Stainless Steel Pipe Nipples

ASTM A774/ A774M Standard Specification for As-Welded Wrought Austenitic

Stainless Steel Fittings for General Corrosive Service at Low

and Moderate Temperatures

ASTM A778 Standard Specification for Welded, Unannealed Austenitic

Stainless Steel Tubular Products

1.03 SUBMITTALS

A. The following information shall be submitted for review in accordance with the

SUBMITTAL PROCEDURES Section (01 33 00):

1. A copy of this specification section, with addenda updates, with each paragraph

check marked to show specification compliance or marked to show deviations.

2. Manufacturer’s information and catalog data showing compliance with this

specification and a full description of the item.

3. A copy of the ASME Certification of Welders and current work history.

4. Welding procedure for stainless steel.

5. Calculations for proposed alternative anchorage details.

6. The Contractor’s shop drawings (including fabrication), layout drawings and

anchorage details.

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS (NOT USED)

Page 104: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 3

PART 2 -- PRODUCTS

2.01 GENERAL (NOT USED)

2.02 MATERIALS AND EQUIPMENT

A. PIPE:

1. ASTM A312/312M:

a. Sizes 1/8 to 2-1/2 inches. Minimum thickness Schedule 40S seamless. Type

TP316L. Yield strength 25,000 psi minimum. Tensile strength 70,000 psi

minimum.

2. ASTM A778:

a. Sizes 3 to 48 inches. Wall thickness shall be equivalent to Schedule 10S or 40S

as specified in the COMMON WORK RESULTS FOR PIPING SYSTEMS

Section (40 05 03). Type 316L. Yield strength 25,000 psi minimum. Tensile

strength 70,000 psi minimum.

3. Additional requirements shall be as specified in the COMMON WORK RESULTS

FOR PIPING SYSTEMS Section (40 05 03) or as shown on the drawings.

B. PIPE FITTINGS:

1. ASTM A182/A182M Rev A Grade F316L forged stainless steel fittings, ANSI B16.5

Class 150.

2. ASTM A351/A351M Grade CF8M cast stainless steel fittings, Class 150. Threaded

or socket weld.

3. ASTM A403/A403M WP-W Type 316 stainless steel fittings. Grooved end. Wall

thickness shall equal or exceed pipe wall thickness.

4. ASTM A733 Type TP316L seamless stainless steel nipples, Schedule 40S.

Threaded.

5. ASTM A774/A774M TP316L as-welded stainless steel. Butt weld or belled end.

Elbows, tees, crosses, laterals, wyes, and reducers shall be fabricated from ASTM

A240/A240M plate. Elbows shall be smooth flow style. Wall thickness shall equal

or exceed pipe wall thickness.

C. PIPE CONNECTIONS:

1. GENERAL:

Page 105: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 4

a. Connections shall be as specified in the COMMON WORK RESULTS FOR

PIPING SYSTEMS Section (40 05 03).

2. THREADED CONNECTIONS:

a. Pipe thread dimensions and size limits shall conform to ANSI B1.20.1.

b. PIPE THREAD SEALANT:

1) PRODUCTS FOR OXYGEN PIPING:

• Fluoramics LOX-8 oxygen-safe thread sealant for wet locations, or

equal.

2) PRODUCTS FOR NON-OXYGEN PIPING:

• Rector Seal #5; or equal.

3. PIPE FLANGE CONNECTIONS:

a. FLANGES:

1) ASTM A182/A182M Rev B Grade F316L. ANSI B16.5 Class 150.

2) For piping 3 inches and smaller, provide weld-neck flanges. For piping larger

than 3 inches, provide weld-neck or slip-on flanges. Slip-on flanges shall be

double welded per ANSI B31.3.

b. FLANGE GASKETS:

1) Gaskets shall be as specified in the COMMON WORK RESULTS FOR

PIPING SYSTEMS Section (40 05 03).

c. FASTENERS:

1) For mild environments less than 200°F and requiring medium strength: SAE

J429 Grade 5 hex head zinc-plated carbon steel cap screws, 81 ksi yield

strength, with matching washers and nuts, coarse thread.

2) For moderate environments less than 200°F and requiring low strength:

ASTM A193 Grade B8 Class 1 stainless steel, Type 304, 30 ksi yield

strength, with matching washers and nuts, coarse thread.

3) For moderate environments less than 200°F and requiring medium strength:

ASTM A193 Grade B8 Class 2 stainless steel, Type 304, 50+ ksi yield

strength, with matching washers and nuts, coarse thread.

Page 106: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 5

4) For harsh environments less than 200°F and requiring low strength: ASTM

A193 Grade B8M Class 1 stainless steel, Type 316, 30 ksi yield strength,

with matching washers and nuts, coarse thread.

5) For harsh environments less than 200°F and requiring medium strength:

ASTM A193 Grade B8M Class 2 stainless steel, Type 316, 50+ ksi yield

strength, with matching washers and nuts, coarse thread.

6) For all environments greater than 200°F or requiring high strength: ASTM

A193 Grade B7 zinc-plated, with matching washers and nuts, coarse thread.

1) Fasteners used with fire rated gaskets, spiral wound, and compressed non-

asbestos gaskets: ASTM A193 Grade B7 zinc-plated, with matching washers

and nuts, course threaded. Fasteners in existing locations must be replaced.

2) Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade

B8 Class 1 stainless steel, Type 304, 30 ksi yield strength, with matching

washers and nuts, course threaded. Existing stainless steel fasteners that are

not damaged may be reused.

3) Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade

B8M Class 1 or 2 stainless steel, Type 316, 30 ksi yield strength, with

matching washers and nuts, course threaded. Existing stainless steel fasteners

that are not damaged may be reused.

D. PIPE OUTLETS:

1. Acceptable Products: Bonney Forge model Threadolet, Sockolet, Weldolet, 3000#

half-couplings, or equal.

2. Materials: Outlets shall be Type 316L standard weight stainless steel. Welded

outlets shall be socket-weld style or butt-weld style. Threaded outlets shall comply

with ANSI B1.20.1.

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION

A. PIPE:

1. GENERAL:

a. Pipe shall be installed in as shown on the drawings.

2. ANCHORAGE:

Page 107: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 6

a. Supports and anchorage shall be provided as shown on the drawings and as

specified in the HANGERS AND SUPPORTS FOR PROCESS PIPING Section

(40 05 07). Calculations and drawings for proposed alternative anchorage shall

be submitted in accordance with the SUBMITTAL PROCEDURES Section (01

33 00).

B. FITTINGS:

1. Fittings shall be installed in accordance with the manufacturer’s recommendations.

C. CONNECTIONS:

1. THREADED CONNECTIONS:

a. Pipe cutting, threading, and jointing shall conform to the requirements of ANSI

B31.1 and the fitting manufacturer’s installation recommendations.

b. Lubricate pipe threads in accordance with the lubricant manufacturer’s

instructions.

2. FLANGED:

a. Pipe cutting, threading, and jointing shall conform to the requirements of

ANSI B31.1 and the fitting manufacturer’s installation recommendations.

3. MECHANICAL FLANGE ADAPTER COUPLING:

a. Mechanical couplings shall be installed in accordance with the coupling

manufacturer’s installation recommendations.

4. WELDED:

a. PREPARATION OF SURFACES TO BE WELDED:

1) Surfaces of joints to be welded shall be free from mill scale, slag, grease, oil,

paint, rust, and other foreign material. Joints to be welded shall be wire-

brushed with stainless steel wire brushes and precisely fitted before welding.

2) Nicks, gouges, notches, and depressions in the base metal in the area of the

joint shall be repaired before the joint weld is made

b. PROCEDURES:

1) Piping shall be properly beveled and have a root pass with the TIG (GTAW)

process followed by subsequent passes with the TIG (GTAW) process. The

same technology shall be employed for all welding passes. Filler wire of L

grade only shall be added to all welds to provide a cross section at the weld

equal to or greater than the parent metal. Weld deposit shall be smooth and

Page 108: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 7

evenly distributed and have a crown of no more than 1/16-inch on the I.D.

and 3/32-inch on the O.D. of the piping. Concavity, undercut, cracks, or

crevices shall not be allowed. Butt welds shall have full penetration to the

interior surface, and inert gas shielding shall be provided to the interior and

exterior of the joint. Excessive weld deposits, slag, spatter, and projections

shall be removed by grinding. Welds on gasket surfaces shall be ground

smooth.

2) The welding procedure shall be submitted to engineer for approval prior to

performing the work.

3) Only weld procedures that have been qualified under ASME Section IX and

only welders who have successfully completed performance qualification

tests per ASME Section IX on these qualified procedures shall be utilized.

4) The whole surface of the piping and welding areas shall be cleaned, descaled,

and passivated per ASTM A380.

c. FIELD WELDING:

1) Field welding shall be minimized to the greatest extent possible by use of

prefabrication of pipe systems at the shop or factory.

2) Welding shall be done only when the surfaces are completely free of any

moisture. Welding of the pipe shall not be done during periods of high winds

or rain unless the areas being welded are properly shielded.

3) Joint shall be continuously purged with inert gas during welding procedure.

4) Remove all residue, oxide, and heat stain from the welds and the heat affected

areas with stainless steel wire brushes or flexible abrasive pads.

d. TACK WELDS, CLIPS, AND OTHER ATTACHMENTS:

1) Tack welds, clips, and other attachments shall be removed and defects

repaired, except where the tack welds occur within the weld area and these

tack welds do not exceed the size of the completed weld. Cracked tack welds

shall be removed. Areas to be repaired shall be ground to clean metal and

then repaired by building up with weld metal. The repaired areas shall be

ground smooth to form a plane surface with the base metal.

e. DEFECTS AND REPAIRS:

1) The quality control program for welding and necessary heat treatment shall

be submitted for engineer review and approval prior to manufacturing and

field installations.

Page 109: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 23 - 8

2) Welds with cracks, slag inclusions, porosity, undercutting, incomplete

penetration, or which are otherwise deficient in quality or made contrary to

any provisions of these specifications shall be removed by chipping or

grinding throughout their depth to clean base metal. Caulking or peening of

welds to correct defects shall not be done. Welds found deficient in

dimension but not in quality shall be enlarged by additional welding after

thoroughly cleaning the surface of previously deposited metal and the

adjoining plate. Weld deposits, slag, weld spatter, and projections into the

interior of the pipe shall be removed by grinding.

3) The heat affected zone of welding shall be free of intergranular defects. A

random metallurgical examination shall be completed by the District to

ensure the welding procedure is acceptable.

D. TAKEDOWN COUPLINGS:

1. Takedown couplings shall be installed where indicated on the drawings. They shall

be flanged or union type joints as shown on the drawings.

3.03 TESTING

A. Testing of stainless steel pipe shall be as specified in the COMMON WORK RESULTS

FOR PIPING SYSTEMS Section (40 05 03).

3.04 TRAINING (NOT USED)

**END OF SECTION**

Page 110: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 1

SECTION 40 05 24

STEEL PROCESS PIPE

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies steel pipe, fittings, flanges, connections, and coatings.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of

this specification to the extent referenced. The publications are referred to in the text by

the basic designation only. The latest edition of referenced publications in effect at the

time of the bid shall govern. In case of conflict between the requirements of this section

and the listed references, the requirements of this section shall prevail.

Reference Title

ASME B1.1 Unified Inch Screw Threads

ASME B1.20.1 Pipe Threads, General Purpose

ASME B16.3 Malleable Iron Threaded Fittings

ASME B16.5 Pipe Flanges and Flanged Fittings

ASME B16.9 Factory-Made Wrought Steel Buttwelding Fittings

ASME B16.11 Forged Fittings, Socket-Welding and Threaded

ASME B16.39 Malleable Iron Threaded Pipe Unions Classes 150, 250 and 300

ASME B31.1 Power Piping

ASME B31.3 Chemical Plant and Petroleum Refinery Piping

ASME Section

IX

Certification Standard for Welding and Brazing Procedures,

Welders, Brazers, and Welding and Brazing Operators

ASTM A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and

Seamless

ASTM A105 Forgings, Carbon Steel, for Piping Components

ASTM A193 Alloy-Steel and Stainless Steel Bolting Materials for High-

Temperature Service

ASTM A197 Cupola Malleable Iron

ASTM A234 Pipe Fittings of Wrought Carbon Steel and Alloy Steel for

Moderate and Elevated Temperatures

NSF 61 National Sanitation Foundation, Drinking Water System

Components – Health Effects

SAE J429 Mechanical and Material Requirements for Externally Threaded

Fasteners, Standard

Page 111: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 2

Reference Title

SSPC-SP 10 Near-White Blast Cleaning

B. DEFINITIONS: (Not Used)

1.03 SUBMITTALS

A. The following information shall be submitted for review in accordance with the

SUBMITTAL PROCEDURES Section (01 33 00):

1. A copy of this specification section, with addenda updates, with each paragraph

check marked to show specification compliance or marked to show deviations.

2. Manufacturer's information and catalog data showing compliance with this

specification and a full description of the item.

3. A copy of the ASME Certification of Welders and current work history.

4. Contractor's shop drawings including fabrication and layout drawings.

5. Anchorage and pipe support and calculations and details.

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS (NOT USED)

PART 2 -- PRODUCTS

2.01 GENERAL (NOT USED)

2.02 PIPE MATERIAL

A. ASTM A53:

1. SIZE RANGE: 1/8 to 26 inches. Unless otherwise specified, ASTM A53 pipe shall

be Grade A, Type S, seamless pipe. The minimum wall thickness for ASTM A53

pipe shall be Schedule 40 for pipe 10 inch diameter and less and 3/8 inch for pipe 12

inch through 26 inch diameter. Increased shell thickness shall be provided where

specified.

2.03 FITTING MATERIAL

A. ASTM A105:

1. Class 3000 forged steel fittings shall conform to ASTM A105 and ASME B16.11.

Fittings shall be threaded or socket weld.

Page 112: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 3

B. ASTM A197:

1. Class 150 malleable iron fittings shall conform to ASTM A197; and ASME B16.3

or B16.39. Yield strength 30,000 psi. Tensile strength 40,000 psi. Fittings shall

be threaded.

C. ASTM A234:

1. Wrought steel butt weld fittings shall conform to ASTM A234 Grade WPB or WPB-

W; and ASME B16.9. Fitting wall thickness shall match pipe wall thickness.

2. Wrought steel grooved fittings shall conform to ASTM A234 Grade WPB. Fitting

wall thickness shall match pipe wall thickness.

2.04 FLANGE MATERIAL

A. ASTM A234:

1. Class 150 forged steel flanges shall conform to ASTM A235; and ASME B16.5.

2. Class 300 forged steel flanges shall conform to ASTM A235; and ASME B16.5.

3. Flanges shall be threaded, weld neck, slip-on, or socket weld.

4. Flanges shall be raised face with continuous spiral groove.

2.05 CONNECTION MATERIAL

A. THREADED CONNECTIONS:

1. Pipe thread dimensions and size limits shall conform to ASME B1.20.1.

B. FLANGED CONNECTIONS:

1. Gaskets shall be as designated in the COMMON WORK RESULTS FOR PIPING

SYSTEMS Section (40 05 03).

C. FASTENERS:

1. Fasteners used with fire rated gaskets, spiral wound, and compressed non-asbestos

gaskets: ASTM A193 Grade B7 zinc-plated, with matching washers and nuts, course

threaded. Fasteners in existing locations must be replaced.

2. Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade B8 Class

1 stainless steel, Type 304, 30 ksi yield strength, with matching washers and nuts,

course threaded. Existing stainless steel fasteners that are not damaged may be

reused.

Page 113: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 4

3. Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade B8M

Class 1 or 2 stainless steel, Type 316, 30 ksi yield strength, with matching washers

and nuts, course threaded. Existing stainless steel fasteners that are not damaged may

be reused.

1. For mild environments less than 200F and requiring medium strength: SAE J429

Grade 5 hex head zinc-plated carbon steel cap screws 81 ksi yield strength, with

matching washers and nuts, coarse thread.

2. For moderate environments less than 200F and requiring low strength: ASTM A193

Type B8 Class 1 stainless steel cap screws, Type 304, 30 ksi yield strength, with

matching washers and nuts, coarse thread.

3. For moderate environments less than 200F and requiring medium strength: ASTM

A193 Type B8 Class 2 stainless steel cap screws, Type 304, 50+ ksi yield strength,

with matching washers and nuts, coarse thread.

4. For harsh environments less than 200F and requiring low strength: ASTM A193

Type B8M Class 1 stainless steel cap screws, Type 316, 30 ksi yield strength, with

matching washers and nuts, coarse thread.

5. For harsh environments less than 200F and requiring medium strength: ASTM

A193 Type B8M Class 2 stainless steel cap screws, Type 316, 50+ ksi yield strength,

with matching washers and nuts, coarse thread.

6. For all environments greater than 200F or requiring high strength: ASTM A193

Grade B7 zinc-plated, with matching washers and nuts.

D. INSULATING FLANGE SET:

1. Unless otherwise specified, insulating flange sets shall be as specified in

CATHODIC PROCESS CORROSION PROTECTION Section (40 46 42).

2. Flange insulation sets shall be suitable for 225F continuous operating temperature.

3. Insulating gaskets shall be plain phenolic, Type “E” full flange diameter type.

Sealing gaskets shall be 1/16” thick, type as specified in the COMMON WORK

RESULTS FOR PROCESS PIPING Section (40 05 03).

4. Insulating sleeves and washers shall be either one-piece or two-piece type. Sleeves

and washers shall be phenolic or spiral-wound Mylar.

5. Metallic flat washer shall be steel or stainless steel to match the cap screw material.

6. Flange insulation sets shall be manufactured by PSI, or equal.

Page 114: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 5

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION

A. PIPE INSTALLATION:

1. Install pipe in accordance with the drawings, the manufacturer’s instructions and

recommendations.

B. FITTING INSTALLATION:

1. Install fittings in accordance with the manufacturer's instructions and

recommendations.

C. CONNECTION INSTALLATION:

1. THREADED CONNECTIONS:

a. Cut, thread and join in accordance with the fitting manufacturer's instructions and

recommendations, and ASME B31.1.

2. FLANGED CONNECTIONS:

a. Cut, thread and join in accordance with the fitting manufacturer's instructions and

recommendations, and ASME B31.1.

3. WELDED CONNECTIONS:

a. Weld in accordance with ASME Section IX, ASME B31.1, or ASME B31.3.

Welders shall be ASME-certified.

4. TAKEDOWN COUPLINGS:

a. Install screwed unions or flanges where indicated on the drawings. Use flanged

joints on pipelines 2-1/2 inches in diameter and larger.

5. DIELECTRIC CONNECTIONS:

a. Provide dielectric connections for dissimilar metal pipe connections.

D. PIPE ANCHORAGE:

1. Anchorage shall be provided as specified in the HANGERS AND SUPPORTS FOR

PROCESS PIPING Section (40 05 07) and shown in the drawings.

Page 115: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 24 - 6

E. CLEANING AND FLUSHING:

1. The cleaning, disinfection, and flushing of steel pipe shall be as specified in the

COMMON WORK RESULTS FOR PIPING SYSTEMS Section (40 05 03).

3.03 TESTING

A. Pre- Operational Testing:

1. Testing pipe shall be as specified in the COMMON WORK RESULTS FOR PIPING

SYSTEMS Section (40 05 03).

3.04 TRAINING - (NOT USED)

**END OF SECTION**

Page 116: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 1

SECTION 40 05 32

POLYETHYLENE PROCESS PIPE

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies high density polyethylene (HDPE) and medium density

polyethylene (MDPE) pipe, fittings, and appurtenances for piping 0.5 inches to 36

inches in nominal diameter.

1.02 REFERENCES:

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this

specification to the extent referenced. The publications are referred to in the text by the

basic designation only. The latest edition of referenced publication in effect at the time

of the bid shall govern. In case of conflict between the requirements of this section and

the listed references, the requirements of this section shall prevail.

Reference Title

ASTM

A193/A193M

Standard Specification for Alloy-Steel and Stainless Steel Bolting

for High Temperature or High Pressure Service and Other Special

Purpose Applications

ASTM

A774/A774M

Standard Specification for As-Welded Wrought Austenitic Stainless

Steel fittings for General Corrosive Service at Low and Moderate

Temperatures

ASTM D2513

Rev A

Standard Specification for Polyethylene (PE) Gas Pressure Pipe,

Tubing, and Fittings

ASTM D3035 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR)

Based on Controlled Outside Diameter

ASTM D3261 Standard Specification for Butt Heat Fusion Polyethylene (PE)

Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing

ASTM D3350 Standard Specification for Polyethylene Plastics Pipe and Fittings

Material

ASTM F2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and

Fittings

Page 117: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 2

Reference Title

ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR)

Based on Outside Diameter

8CCR462

[CCR Title 8,

Chapter 4,

Subchapter 1,

Article 3,

Section 462]

California Code of Regulations for Unfired Pressure Vessel Safety

Orders – Air Tanks – Field Inspections and Reports

ISO 9001 Quality Management Systems – Requirements

ISO 9002 Quality Systems – Model for quality assurance in production,

installation and servicing.

ISO 12162 Thermoplastics Materials for Pipes and Fittings for Pressure

Applications – Classification, designation, and design coefficient

PPI Plastic Piping Institute

SSPC SP 10 Near-White Metal Blast Cleaning

B. DEFINITIONS: (Not Used)

1.03 SUBMITTALS

A. The following submittals shall be provided for review in accordance with the

SUBMITTAL PROCEDURES Section (01 33 00):

1. A copy of this specification section, with addendum updates, with each paragraph

check-marked to show specification compliance or marked to show deviations.

2. Manufacturer’s information and catalog data showing compliance with this

specification and a full description of the item.

3. Contractor’s shop drawings including fabrication, layout drawings and anchorage

details.

4. Manufacturer’s equipment certification that the fusion equipment is appropriate for

the polyethylene material and pipe size, and complies with ASTM F2620.

5. Qualifications for the equipment operators and fusion inspector including

certifications that they have been trained by certified fusion technicians, received

training in the manufacturer's recommended procedure within the last 12 months of

commencing construction, and have had at least 3 years current experience in the

heat fusion butt welding process.

Page 118: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 3

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS (NOT USED)

PART 2 -- PRODUCTS

2.01 ACCEPTABLE PRODUCTS

A. Pipe manufacturers shall be ISO 9001 or 9002 certified.

B. HDPE pipe, ASTM D3035, ASTM F714, shall be Performance Pipe 4100 series and

5100 series; PolyPipe; or equal.

C. HDPE pipe, 8CCR462, shall be Asahi-America Air-Pro; or equal.

D. MDPE pipe shall be Performance Pipe 6500 series; PolyPipe; or equal.

2.02 MATERIALS/EQUIPMENT

A. PIPE

1. HDPE:

a. ASTM D3035:

1) ACCEPTABLE SIZES: SDR11.0 rated 200 psi working pressure.

2) HDPE piping components shall be manufactured from materials that meet or

exceed the requirements of the Plastic Piping Institute designation PE4710

and ASTM D3350 cell classification 445474C. Piping shall contain 2%

carbon black and shall be UV protected.

b. ASTM D2513:

1) ACCEPTABLE SIZES: SDR11.0 rated 200 psi working pressure.

2) HDPE piping components shall be manufactured from materials that meet or

exceed the requirements of the Plastic Piping Institute designation PE4710

and ASTM D3350 cell classification 445474C. Piping shall contain 2%

carbon black and shall be UV protected.

c. ASTM F714:

1) ACCEPTABLE SIZES: SDR11.0 rated 200 psi working pressure.

2) HDPE piping components shall be manufactured from materials that meet or

exceed the requirements of the Plastic Piping Institute designation PE4710

and ASTM D3350 cell classification 445474C. Piping shall contain 2%

carbon black and shall be UV protected.

Page 119: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 4

d. 8CCR462:

1) ACCEPTABLE SIZES: ½ to 4 inches nominal; rated 230 psig @ 68°F

working pressure, and 150 psig @ 140°F working pressure.

2) HDPE piping components shall be manufactured from materials that meet or

exceed the requirements of ISO 12162 designation PE100 and ASTM D3350

cell classification 445474C. Piping color shall be blue.

3) Components shall meet or exceed compliance with Cal-OSHA CCR Title 8,

Chapter 4, Subchapter 1, Article 3, Section 462 (8CCR462) for thermoplastic

piping used in unprotected compressed air applications.

2. MDPE:

a. ASTM D2513 Rev A:

1) ACCEPTABLE SIZES: ¾ inch IPS SDR11.0; 1 inch IPS SDR11.0; 1¼

inches IPS SDR10; 2 inches IPS SDR11.0; 3 inch IPS SDR11.5; 4 inches IPS

SDR11.0; 6 inches IPS SDR11.5.

2) MDPE piping components shall be manufactured from materials that meet or

exceed the requirements of the Plastic Piping Institute designation PE2708

and ASTM D3350 cell classification 234373E. Components shall be color

coded yellow.

3) Piping components shall be IAPMO listed for yard gas piping and LPG gas

service.

B. FITTINGS:

1. HDPE:

a. Fittings shall be injection molded or fabricated from the same material as the pipe

and shall meet the same specification as the pipe,

b. Molded butt fittings shall comply with ASTM D3261.

2. MDPE:

a. Fittings shall be injection molded or fabricated from the same material as the

pipe, shall meet the same specification as the pipe, and shall be manufactured by

the pipe manufacturer.

b. Molded butt fittings shall comply with ASTM D3261.

Page 120: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 5

C. FLANGE ADAPTERS:

1. HDPE flange adapters shall be long neck HDPE flange adapters with ANSI Class

150 stainless steel backing flange, and flange gasket. Stub ends are not acceptable.

Flat face HDPE flanges are not acceptable.

2. Flange Gaskets: Gaskets shall be as specified in the COMMON WORK RESULTS

FOR PIPING SYSTEMS Section (40 05 03).

3. Fasteners:

a. Fasteners used with fire rated gaskets, spiral wound, and compressed non-

asbestos gaskets: ASTM A193 Grade B7 zinc-plated, with matching washers and

nuts, course threaded. Fasteners in existing locations must be replaced.

b. Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade B8

Class 1 stainless steel, Type 304, 30 ksi yield strength, with matching washers

and nuts, course threaded. Existing stainless steel fasteners that are not damaged

may be reused.

c. Fasteners used with PTFE bonded or envelope gaskets: ASTM A193 Grade B8M

Class 1 or 2 stainless steel, Type 316, 30 ksi yield strength, with matching

washers and nuts, course threaded. Existing stainless steel fasteners that are not

damaged may be reused.

a. For moderate environments less than 200°F and requiring low strength: ASTM

A193 Grade B8 Class 1 stainless steel, Type 304, 30 ksi yield strength, with

matching washers and nuts, coarse thread.

b. For moderate environments less than 200°F and requiring medium strength:

ASTM A193 Grade B8 Class 2 stainless steel, Type 304, 50+ ksi yield strength,

with matching washers and nuts, coarse thread.

c. For harsh environments less than 200°F and requiring low strength: ASTM A193

Grade B8M Class 1 stainless steel, Type 316, 30 ksi yield strength, with matching

washers and nuts, coarse thread.

d. For harsh environments less than 200°F and requiring medium strength: ASTM

A193 Grade B8M Class 2 stainless steel, Type 316, 50+ ksi yield strength, with

matching washers and nuts, coarse thread.

e. For all environments greater than 200°F or requiring high strength: ASTM A193

Grade B7, with matching washers and nuts, coarse thread.

Page 121: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 6

D. FUSION CONNECTIONS:

1. Thermal connections shall be socket fusion or butt fusion. Electrofusion connections

are not acceptable.

E. VALVES:

1. See Drawings for required valves to be installed on HDPE pipelines, and refer to

applicable Division 40 Section for each valve type.

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION

A. PIPE:

1. Install pipe in accordance with the drawings and the manufacturer's instructions and

recommendations.

B. FITTING:

1. Install fittings in accordance with the manufacturer’s instructions and

recommendations.

C. CONNECTION:

1. Pipe and fittings shall be joined into continuous lengths on the job site above ground.

Joints shall be the butt-fusion method or socket-fusion method performed in

accordance with the pipe manufacturer's recommendations and ASTM F2620.

Extrusion welding and hot gas welding shall not be used.

2. The pipe manufacturer shall be consulted to obtain machinery and expertise for the

joining by butt-fusion and socket-fusion of polyethylene pipe and fittings. No pipe

or fittings shall be joined by fusion by any of the Contractor's personnel unless they

are adequately trained and qualified in the techniques involved. Fusion joining shall

yield a joint strength equal to or greater than the tensile strength of the pipe.

3. The manufacturer shall provide training in the manufacturer's recommended butt and

socket fusion procedures to the Contractor's installation personnel, and to the

inspector(s) representing the Owner, prior to the start of construction.

4. The Contractor shall certify, in writing, that persons making heat fusion joints have

received training in the manufacturer's recommended procedure and have had at least

3 years current experience in the butt-fusion and socket-fusion welding process.

Page 122: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 7

5. The Contractor shall maintain records of trained personnel, and shall certify that

training was received not more than 12 months before commencing construction.

6. Flanged joining may be used to make connections to differing piping materials, to

equipment, valves and other appurtenances.

3.03 FIELD QUALITY CONTROL

A. BUTT FUSION TESTING:

1. Every day butt fusions are to be made, the first fusion of the day shall be a trial fusion.

2. The trial fusion shall be allowed to cool completely.

3. Fusion test straps shall be cut out.

4. The test strap shall be 12 inches (minimum) or 30 times the wall thickness in length

with the fusion in the center, and 1inch (minimum) or 1.5 times the wall thickness in

width.

5. Bend the test strap until the ends of the strap touch.

6. If the fusion fails at the joint, a new trial fusion shall be made, cooled completely and

tested.

7. Butt fusion of pipe to be installed shall not commence until a trial fusion has passed

the bent strap test.

B. DATA LOGGING:

1. A data logger shall be installed on the fusion heated joining machine. Data on each

joint shall be recorded by the data logger. Data to be recorded shall be minimum

temperature of joint fusion and interface pressure of the fused joint.

C. ULTRA-SONIC TESTING:

1. Joints smaller than 14 inches diameter shall be tested utilizing ultra-sonic testing.

2. Test results shall be transmitted to District Representative on a daily basis.

Page 123: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 8

3.04 TESTING

A. Testing of HDPE and MDPE piping shall be as specified in the COMMON WORK

RESULTS FOR PIPING SYSTEMS Section (40 05 03) using the test pressures

specified, and the manufacturer’s instructions and recommendations.

3.05 TRAINING (NOT USED)

**END OF SECTION**

Page 124: ADDENDUM NO. 2 TO PROSPECTIVE BIDDERS ... - Regional San

01/28/19

Gas Management System

Rehabilitation and Improvements

40 05 32 - 9

THIS PAGE INTENTIONALLY LEFT BLANK