addendum no. 2 to prospective bidders ... - regional san
Post on 11-May-2022
5 Views
Preview:
TRANSCRIPT
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
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
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.
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.
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.
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
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
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
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
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
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
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.
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 Melendezjo@sacsewer.com 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 stewartt@sacsewer.com 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.
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.
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
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.
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
stewartt@sacsewer.com
PROJECT CONTACT -
Jorge Melendez, Project Manager
Sacramento Regional County Sanitation District
(916) 875-9074
Melendezjo@sacsewer.com
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
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.
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
stewartt@sacsewer.com
Questions regarding drawings and specifications shall be referred to:
Jorge Melendez, Project Manager
(916) 875-9074
Melendejo@sacsewer.com
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.
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.
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
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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
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.
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.
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
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.
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
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.
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.
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
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
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
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.
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.)
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
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.
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.)
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 $100,000
39
Item
Description
Estimated
Quantity
Units
Unit Price
($/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
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 #
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.
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
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:
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 ________________________________
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
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.
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.
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.
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
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
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
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.
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
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.
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
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.
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.
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
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.
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.
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)
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.
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.
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**
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
01/28/19
Gas Management System
Rehabilitation and Improvements
01 12 16 - 20
THIS PAGE INTENTIONALLY LEFT BLANK
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
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.
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.
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.
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:
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.
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.
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
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)
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.
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
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.
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.
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**
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.
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
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.
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).
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.
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).
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.
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.
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.
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.
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**
01/28/19
Gas Management System
Rehabilitation and Improvements
40 05 03 - 26
THIS PAGE INTENTIONALLY LEFT BLANK
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
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)
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:
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.
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:
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
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.
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**
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
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.
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.
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.
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.
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**
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
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.
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.
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.
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.
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.
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.
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**
01/28/19
Gas Management System
Rehabilitation and Improvements
40 05 32 - 9
THIS PAGE INTENTIONALLY LEFT BLANK
top related