Wednesday, October 30, 2013

SECTION 01140 WORK RESTRICTIONS

SECTION 01140

WORK RESTRICTIONS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Requirements for sequencing and scheduling the Work affected by existing site and facility, Work restrictions, and coordination between construction operations and plant operations.

B. Related Sections:

1. Section 01110, Summary of Work

2. Section 01150, Permits

3. Section 01300, Contractor’s Construction Schedule and Reports

4. Section 01500, Temporary Facilities and Controls

5. Section 01575, Traffic Control

6. Section 01660, Shipping, Storage and Handling Requirements

7. Section 01711, Mobilization and Demobilization

8. Section 01722, Protection of Adjacent Construction

9. Section 01810, Commissioning

10. Section 01820, Training of OCSD Personnel

11. Section 01900, Hazardous Materials Removal and Disposal

12. Section 02050, Demolition

13. Section 02270, Stormwater Pollution Prevention Plan

14. Division 7, Thermal and Moisture Protection

15. Division 9, Finishes

16. Section 16010, Electrical General Provisions

19. Section 16050, Basic Electrical Materials and Methods

1.2 SUBMITTALS

A. The following planning and scheduling submittals shall be made in addition to the submittals set forth in Specification section 01711, Mobilization and Demobilization and Specification section 01300, Contractor’s Construction Schedule and Reports. Submittals shall be submitted in accordance with the General Requirements.




Submittal
Submittal Acceptance Deadline



Reference
Dust Control and Air
Pollution Mitigation Plan
Prior to excavation
Section 01140 and GENERAL REQUIREMENTS, section entitled “Environmental Control”
Excavation Plan
15 days prior to start of excavation
GENERAL REQUIREMENTS, section entitled “Excavation Plans for Worker Protection Required by California Labor Code Section 6705”
Dewatering Plan (OCSD discharge permit required)
15 days prior to start of dewatering
Sections 01140, 01150 and 02200, and GENERAL REQUIREMENTS, section entitled “Submissions for Review”
Shoring and Bracing Plan
15 days prior to start of utility relocation in areas of excavation
Section 02200 and GENERAL REQUIREMENTS, section entitled “Excavation Plans for Worker Protection Required by California Labor Code Section 6705”
Storm Water Management and Control Plans (Including SWPPP)
Prior to commencement of construction activities
Section 02270

B. In accordance with the General Requirements, the CONTRACTOR shall submit a detailed outage plan and time schedule for operations when it is 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 the Contract Documents. The plan shall include the following:

1. Specific sequence of construction activities

2. Date and time at which activity is to begin

3. Duration for each activity

4. Required shutdown time

5. Methods to prevent bypassing of other treatment units

6. Plant and equipment that the CONTRACTOR will provide in order to prevent bypassing of associated treatment units.

7. Complete bypassing plans in accordance to Section 02999, Temporary Handling of Sewage Flows, when bypassing is required.
1.3 GENERAL CONSTRAINTS ON SEQUENCE AND SCHEDULING OF WORK

A. The OCSD Reclamation Plant No. 1 is the only means of treating incoming wastewater flows from the northern service area for safe disposal. Impairing the operational capabilities of this treatment plant could result in serious environmental damage and monetary fines.

B. Conduct Work in a manner that will not impair the operational capabilities of the Plant No. 1 treatment facilities or reduce the capacity of the treatment plant, except as provided for in the Sequence of Work section.

C. The Sludge Dewatering and Odor Control Project at Plant No. 1 is a highly complex and constrained project. The constraints and sequencing requirements may add significantly to the CONTRACTOR's efforts and costs.

D. Include costs for compliance with the specific sequencing limitations and constraints and the related general factors pertaining to such compliance including, but not limited to:

1. Reduced construction efficiency and productivity.

2. Overtime costs for performing Work outside of normal work hours, if required.

3. Escalation of costs.

4. Work related to temporary facilities needed to maintain plant operations.

5. Preparation and revision of schedule and planned Sequence of Work.

6. Numerous requests for clarification of details related to compliance with this section.

7. Design and construction of temporary bracing, underpinning, or special sequencing necessary to support or brace existing structures.

8. Hiring staff or consultants to evaluate loads on existing structures affected by construction activities.

9. Hiring staff or consultants with wastewater treatment operations expertise to help define and refine the work sequence, if required by CONTRACTOR's approach to work.

10. Hiring staff or consultants with transportation and traffic planning and analysis experience to prepare traffic plans and secure transportation permits.

11. Environmental mitigation measures.

1.4 COMPLIANCE WITH NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM PERMIT

A. The existing facility is operating under the terms of a National Pollutant Discharge Elimination System permit issued by the State Water Pollution Control Board. This permit specifies the water quality limits that the plant must meet prior to discharge of effluent. A copy of the existing permit is on file for review at the OCSD office.
B. The CONTRACTOR shall bear the cost of penalties imposed on the OCSD for discharge violations caused by actions of the CONTRACTOR.

C. Bypassing of untreated or partially treated sewage to surface waters or drainage courses is prohibited during construction. When accidental bypassing occurs, OCSD is entitled to take appropriate action and costs incurred will be deducted from progress payments, if deemed appropriate by the OCSD.

1.5 INTERRUPTION OF TREATMENT PROCESSES
A. The CONTRACTOR shall execute the Work while the existing facility is in operation. B. All of the existing facilities at Plant No. 1 will remain in operation throughout this
Contract except as specifically identified for temporary shutdowns and bypasses. The
CONTRACTOR shall schedule and conduct its Work to minimize necessary shutdowns and interference with operations and maintenance.

C. The CONTRACTOR shall indicate required shutdowns of existing facilities or interruptions of existing operations on the Baseline Schedule and Construction Schedule Updates.

D. CONTRACTOR shall minimize shutdown times by advanced planning. CONTRACTOR shall have required equipment, materials, and labor on hand at time of shutdown.

E. Where required to minimize treatment process interruptions while complying with specified sequencing constraints, CONTRACTOR shall provide temporary pumping, temporary odor control facilities, power, lighting, controls, instrumentation, and safety devices.

F. The CONTRACTOR shall coordinate all Work to avoid any interference with normal operation of plant equipment and processes and vehicle traffic through the plant site. The CONTRACTOR shall provide access for routine operation by OCSD staff at all times.

G. For tie-ins to existing systems or individual equipment items:

1. OCSD will isolate, de-energize and de-pressurize the system or pipelines. CONTRACTOR shall verify that the system or pipeline has been isolated, de- energized and de-pressurized prior to conducting Work on the system or pipeline.

2. CONTRACTOR shall dewater and decommission the system or pipelines, including flushing and cleaning of the lines and all related cleanup of the impacted Work area.

H. The CONTRACTOR shall provide all labor, equipment, and material required to isolate, drain, wash down, clean and make safe existing facilities (structures, piping and equipment) that are to be removed from service or connected to perform the Work. This includes, but is not limited to, connections to process pipelines, connections to utility and instrument air piping, tie-ins to existing electrical and control panels, and other work locations where tie-ins to the existing plant systems are required.
I. Provided permission is obtained from OCSD in advance, portions of the existing facilities may be taken out of service or isolated for short periods for tie-in work. These shut down or isolation periods will correspond to periods of low flow. Duration of temporary shutdowns for tie-in work or temporary alternate arrangements shall be limited to 8 hours or less, unless stated otherwise. Acceptance of shutdowns longer than the requirements in the Contract Documents shall be reviewed on a case by case basis.

J. CONTRACTOR shall provide temporary facilities and make temporary modifications as necessary to keep the existing facilities in operation during the tie-in period. All temporary arrangements shall be acceptable to the ENGINEER.

1.6 REQUIREMENTS FOR OPERATION OF PLANT AND ACCESS TO THE SITE

A. Facilities or conditions required to keep Plant No. 1 operational include, but are not necessarily limited to, those described in this section.

B. All existing adjacent structures including the Primary Clarifiers, Digesters, Digested Sludge Holding Tanks, Central Power Generation Building, Gas Compressor Building, Dewatering Building C, Dewatering Building M, Solids Scrubber Facility, Solids Storage Facility, Information Technologies, Power Buildings 2, 6 and 8, Trickling Filters, Trickling Filter Clarifiers, Trickling Filter Sludge and Scum Pumping Station, Aeration Basins, Secondary Clarifiers, DAFTs, Polymer Facility, Bleach Facility, Blower Building and 12 Kv Service Center must remain in service throughout the construction without exception. Access to these facilities for OCSD operations and maintenance personnel shall be maintained at all times, without exception.

1. CONTRACTOR shall maintain the areas around operating equipment and systems free of debris and construction equipment.

2. CONTRACTOR shall provide adequate space for OCSD to bring the necessary tools and personnel to the equipment and to remove equipment for maintenance, as needed.

3. CONTRACTOR shall maintain adequate lighting, ventilation and other facilities needed to maintain a safe working environment for OCSD staff.

1.7 WORK SEQUENCE AND CONSTRAINTS

A. Use description of critical events in Work sequence in this section as a guideline for scheduling and undertaking the Work.

B. Work sequence and constraints presented do not include all items affecting completion of the Work, but are intended to describe critical events necessary to minimize disruption of the existing facilities and to ensure compliance with National Pollutant Discharge Elimination System permit requirements.

C. Solids Storage Facility:

1. The Work in the Solids Storage Facility must be carefully planned, coordinated, and executed to ensure continuous availability of cake storage and cake loading operations for dewatered, digested sludge. This includes all instrumentation and controls functionality and environmental permits compliance.
2. The most significant process constraints and considerations that relate to sequencing include:

a. The Cake Storage Silos cannot be taken out of service for modification until the Digested Sludge Holding Tank 6 has been modified and placed back into operation. The holding tank work is being performed as part of Project P1-100. Currently, this holding tank work is scheduled for completion on December 1,
2013. Coordination of activities must be scheduled with OCSD.

b. At least two of the four cake silos must remain in service and be fully functional at all times. This includes cake feed, cake removal (pumping), instrumentation, foul air removal and treatment.

c. CONTRACTOR must complete all work that requires any silo to be out of service within a total time limit of 20 months.

d. Upon completing the Work for a pair of silos, the required Operational Readiness Tests (ORT), Functional Acceptance Tests (FAT), and Reliability Acceptance Tests (RAT) shall be successfully completed in the proper sequence outlined in Specification section 01810, Commissioning, prior to beginning the cleaning, demolition, renovation and repairs for the next pair of silos.

e. Cake load-out functionality must be maintained at all times. This results in the requirement to install a temporary cake load-out facility to be operated while the permanent facility is undergoing renovation.

1) The Truck Load-out Bay cannot be taken out of service until all four cake silos have been modified and are fully operational.

2) The Truck Load-out Bay cannot be taken out of service until the Temporary Truck Load-Out Facility is constructed, tested and fully operational.

3) The Temporary Truck Load-Out Bay cannot be completed and started up until the pipe bridge between the Solids Storage Facility and the Thickening and Dewatering Facility is in place and the cake discharge piping has been extended to the Temporary Truck Load-Out Facility.

4) The Truck Load-out Bay cannot accept centrifuge dewatered sludge cake until the load-out bay modifications are complete, tested and the load- out bay is commissioned.

f. Because the existing silo cake pumps are not designed to pump residual cake with a high solids concentration, the dewatering centrifuges and associated dewatering equipment cannot start the Reliability Acceptance Test (RAT) until all four cake silos have been modified, tested and are fully commissioned. Consequently, Work on the cake silos will occur while dewatering is being accomplished using existing belt filter presses. Both the existing and replacement cake pumps on the cake silos will perform adequately on this material without the use of slip ring injection pumps.

g. The slip ring injections system must be fully functional prior to the introduction of centrifuge-dewatered residual cake to the cake silos.

h. There must be uninterrupted removal and treatment of foul air from all operating cake storage and loadout systems.
i. The RAT will be repeated and additional performance testing will be performed for the modified silos, truck load-out, and temporary truck load-out facilities once the dewatering centrifuge system is operational and these facilities are fed dewatered cake with higher solids concentrations.

D. Solids Storage Facility W ork Sequence

1. During design of this project, a potential construction sequencing plan was prepared to guide definition of the overall construction period and interim milestones. Major elements of this sequence plan are described in the sections to follow to help guide the CONTRACTOR in development of a Work sequence plan. This sequencing plan is preliminary in nature and does not include all elements affecting the Work. The CONTRACTOR may propose an alternative sequence that meets the constraints and considerations described in this Specification section and is acceptable to OCSD.

2. The Solids Storage Facility work sequence has been summarized into the following general phases for the purpose of the following descriptions.

a. Phase 1: Modify roof piping and seal openings between silos.

b. Phase 2: Refurbish Silos 1 and 3.

c. Phase 3: Refurbish Silos 2 and 4.

d. Phase 4: Relocate hydraulic power units for Silos 1 and 3.

e. Phase 5: Construct temporary loadout and refurbish existing cake loadout facility.

f. Phase 6: Complete demolition.

3. Phase 1 – Modify Roof Piping and Seal Openings Between Silos:

a. Phase 1A – Modify Silo Cake Feed Pipes:

1) CONTRACTOR shall modify the residual cake feed piping at the north end of the silo roof as shown on Drawing M6-1006. In performing this Work, CONTRACTOR shall remove only one cake feed pipe from service at a time, while keeping the other three feed pipes operational. Each pipe must be tested and placed back in operation before work on the next pipe can begin.

2) CONTRACTOR shall complete the residual cake feed pipe Work before commencing other silo modification Work.

b. Phase 1B – Modify Foul Air Piping and Openings for Silos 1 and 2:

1) OCSD will remove cake Silos 1 and 2 from service and drain the residual cake from each silo using existing cake pumps. OCSD will remove the cake from the main silo; however, some cake will remain in the cake hopper above the cake pump and in the window between the silos. Cake also will remain in the cake pump and cake discharge piping. CONTRACTOR shall remove and dispose of any remaining cake as needed to perform the Work.
2) CONTACTOR shall clean and ventilate each silo to the extent necessary to perform the Work and ensure a safe work environment inside the silos.

3) CONTRACTOR shall seal the 8 feet-0 inches wide by 3 feet-0 inches high opening between Silos 1 and 2. In performing this Work, CONTRACTOR shall install necessary barriers to prevent tools, debris or other material from falling into the screws or pumps located at the base of the silos. CONTRACTOR shall provide all systems, equipment and materials to access the opening between the silos. CONTRACTOR shall clean the concrete surface at the openings to ensure the closure panels achieve a proper seal.

4) CONTRACTOR shall modify the foul air system as shown on Drawing M6-7005 (Phase A) and Drawing M6-1006. Prior to re-commissioning Silos 1 and 2, CONTRACTOR shall install a temporary foul air fan and duct to connect the new 16-inch diameter foul air duct located on the roof of Silo 4 to the 24-inch manhole located over the foul air plenum. The fan shall provide a minimum capacity of 3,000 cfm. CONTRACTOR shall provide a temporary power connection for the fan.

5) When the Work listed above is complete and ready for service, CONTRACTOR shall commission Silos 1 and 2.

c. Phase 1C – Modify Foul Air Piping and Openings for Silos 3 and 4:

1) Once Silos 1 and 2 are fully operable, CONTRACTOR shall repeat items
(1) through (3) for Silos 3 and 4.

2) CONTRACTOR shall modify the foul air system as shown on Drawing M6-7005 (Phase B) and Drawing M6-1007. In performing this work, CONTRACTOR shall relocate the existing foul air fan and remove the temporary foul fan installed during the work on Silos 1 and 2.

3) Assuming all conditions are in place to proceed to Phase 2, CONTRACTOR shall commission only Silo 4. In this case, Silo 3 will remain empty at the conclusion of Phase 1

4. Phase 2 – Refurbish Silos 1 and 3:

a. OCSD will remove cake Silos 1 and 3 from service and drain the residual cake from each silo using existing cake pumps. OCSD will remove the cake from the main silo; however, some cake will remain in the cake hopper above the cake pump. Cake also will remain in the cake pump and cake discharge piping. CONTRACTOR shall remove and dispose of any remaining cake as needed to perform the Work. Note that Silo 3 may already be out of service as noted in the previous section.

b. CONTACTOR shall clean and ventilate each silo to the extent necessary to perform the Work and ensure a safe work environment inside the silos.

c. CONTRACTOR shall demolish mechanical, structural, electrical, and utilities associated with Silos 1 and 3 as shown in Drawings M6-7001 and M6-7003. This includes existing cake piping up to the existing loadout hopper.
d. CONTRACTOR shall perform equipment and piping modifications as shown on Drawings M6-1001, M6-1004, M6-3001, M6-3002 and M6-3003.

1) CONTRACTOR shall remove lower section of silo where new sliding frame systems will be attached.

2) CONTRACTOR shall install concrete equipment pads and reslope the floors.

3) CONTRACTOR shall install new sliding frame and hopper systems. The hydraulic power units for these systems will be installed temporarily on the floor, with hydraulic hosing and wiring extended as needed to allow future relocation to the mezzanine platform without splices.

4) CONTRACTOR shall install new cake pumps, including new cake piping to the existing Truck Loadout Hopper. Temporary connections will be made to the existing 12-inch pipe nozzles that feed the Truck Load-Out Hopper. Slip injection rings shall be installed but not connected.

e. CONTRACTOR shall demolish vertical sections four, five and six of MCC-SL after moving breaker and starter loads from those sections to the rear of vertical sections two and three of MCC-SL. Loads currently fed from panels SLA and SLB in the MCC shall be fed from new panels prior to demolition of the MCC sections.

f. CONTRACTOR shall modify breakers F418 and F421 in Power Building 2. Breaker F418 will temporarily feed MCC-SL, breaker F421 shall feed MCC-SHH.

g. CONTRACTOR shall install all new VFDs, PLC, RIO panels, and temporary control panels shown on E6-1014 except panel 15JFCP962, and VFDs
15JVFD830 and 15JVFD870.

h. CONTRACTOR shall install power and control wiring to new devices.

i. CONTRACTOR shall complete startup and commissioning of Silos 1 and 3.

5. Phase 3 – Refurbish Silos 2 and 4:

a. Once Silos 1 and 3 are fully functional and accepted, OCSD will remove cake Silos 2 and 4 from service and drain the residual cake from each silo using existing cake pumps. OCSD will remove the cake from the main silo; however, some cake will remain in the cake hopper above the cake pump. Cake also will remain in the cake pump and cake discharge piping. CONTRACTOR shall remove and dispose of any remaining cake as needed to perform the Work.

b. CONTACTOR shall clean and ventilate each silo to the extent necessary to perform the Work and ensure a safe work environment inside the silos.

c. CONTRACTOR shall demolish mechanical, structural, electrical, and utilities associated with these two silos, as shown in M6-7002 and M6-7004. This includes existing cake piping up to the existing loadout hopper.
d. CONTRACTOR shall perform equipment and piping modifications as shown on Drawings M6-1002, M6-100 and M6-3004.

1) CONTRACTOR shall remove lower section of silo where new sliding frame systems will be attached.

2) CONTRACTOR shall install concrete equipment pads and re-slope the floors.

3) CONTRACTOR shall install the steel platform under the four silos.

4) CONTRACTOR shall install new sliding frame and hopper systems.

5) CONTRACTOR shall install hydraulic power units for the Silo 2 and 4 systems on the mezzanine platform.

6) CONTRACTOR shall install new cake pumps, including new cake piping to the existing Truck Loadout Hopper. Temporary connections will be made to the existing 12-inch pipe nozzles that feed the Truck Load-Out Hopper. Slip injection rings shall be installed.

7) CONTRACTOR shall install all slip ring injection pumps and connect to cake piping for all silos.

e. CONTRACTOR shall refeed existing truck loading screw augers from new
VFDs in MCC-SHH and demolish existing auger VFDs.

f. CONTRACTOR shall install VFDs 15JVFD830 and 15JVFD870.

g. CONTRACTOR shall install power and control wiring to new devices.

h. CONTRACTOR shall complete startup and commissioning of Silos 2 and 4.

6. Phase 4 – Relocate Hydraulic Power Units for Silos 1 and 3:

a. Once Silos 2 and 4 are fully commissioned:

1) OCSD will shut down Silos 1 and 3

2) CONTRACTOR shall relocate the hydraulic power units from the floor to the final location on the platform as shown on Drawings M6-1003 and M6-
1005. No wire splices shall be allowed when relocating the hydraulic power units.

3) OCSD will restart and commission Silos 1 and 3.

7. Phase 5 – Construct Temporary Loadout and Refurbish Loadout Facility:

a. CONTRACTOR shall complete the extension of new cake piping from the silos to the Temporary Loadout Facility area. This will require the completion of the utility bridge from the new Thickening and Dewatering Facility.
b. CONTRACTOR shall complete the construction, testing and commissioning of the Temporary Loadout Facility, including control system and foul air collection.

1) CONTRACTOR shall install a temporary foul air fan to convey foul air from the Temporary Truck Load-out Bay to the foul air plenum adjacent to Silo 4. The foul air fan shall have a minimum capacity of 2205 cfm. CONTRACTOR shall provide temporary power to the fan.

c. CONTRACTOR shall take existing Loadout Facility out of service and completely clean the hopper.

d. CONTRACTOR shall demolish the lower section of the existing hopper including gates.

e. CONTRACTOR shall remove existing 12-inch cake pipe inlet nozzles and replace them with 14-inch nozzles. Make final connections of 14-inch feed pipes.

f. CONTRACTOR shall install new hopper extension and discharge assembly. g. CONTRACTOR shall complete the extension of the building.
h. CONTRACTOR shall install new control panel 15JFCP962; and new field stations.

i. CONTRACTOR shall install power and control wiring to new devices.

j. CONTRACTOR shall complete the improvements to the foul air collection system.

k. CONTRACTOR shall complete startup and commissioning of new loadout system.

8. Phase 6 – Complete Demolition:

a. The existing residual feed cake piping from Buildings M and C to the cake silos may not be demolished until 1) the new dewatering system is fully commissioned,, 2) the silos and truck load-out modifications are complete and have been tested using centrifuge dewatered cake, and 3) the belt press operation in both Buildings M and C has been removed from service by OCSD.

b. The existing 36-inch foul air duct in the cake silo basement may not be demolished until 1) the odor scrubber system is fully operational, 2) the Solids Storage Facility is connected to the odor scrubber system and 3) the existing Solids Scrubber Facility is removed from service by OCSD.

c. CONTRACTOR shall demolish metal structure around Temporary Truck Loadout Facility. This Work may not be performed until the modifications to the Truck Load-out Facility are complete, tested and fully commissioned.

E. Bleach Facility:

1. Modifications to the Bleach Facility Storage Tanks and Existing Pumps:

a. Modifications to the Bleach Facility will need to be done in phases to maintain operation of all bleach storage tanks and feed pumps.
b. The following Work must be complete before the existing 6,000 gallon bleach storage tanks can be removed:

1) The new 18,600 gallon bleach storage tank must be installed, tested and operational.

2) All piping must be installed and operational from the new bleach storage tanks to existing bleach pumps that are fed from the existing 6,000 gallon tanks.

c. The four existing bleach pumps in Bleach Station 2 must be relocated to Bleach Station 1 one at a time. Each pump must be tested and commissioned before the next pump is relocated.

1) During the relocation of Bleach Pumps 17 CPMP255 and 17 CPMP140, CONTRACTOR shall provide temporary bleach pumps to ensure a continuous supply of bleach to the Secondary Effluent Junction Box and the Groundwater Replenishment System Equalization Tank during the modifications. The temporary pumps shall be suitable for bleach handling and have the same capacity as the pumps being relocated. CONTRACTOR shall bear all costs associated with the temporary bleach pumps.

d. Demolition of the structure and canopy in Bleach Station 2 cannot occur until all four bleach pumps in Bleach Station 2 have been relocated.

2. Odor Control Bleach Pumps:

a. Structural, equipment and piping modifications associated with the six bleach pumps serving the odor control systems cannot occur until the structure and canopy over Bleach Station 2 have been demolished.

b. Start-up and commissioning of the odor control bleach pumps shall take place concurrently with start-up and commissioning of the odor control system.

F. Buildings M and C:

1. Modification and demolition Work in Buildings M and C may not begin until the new dewatering and cake conveyance system is fully commissioned and the extended period for the dewatering system RAT is complete.

2. The cake piping contains dewatered sludge which can expand if left in the pipes for extended periods. CONTRACTOR shall be responsible for disconnecting piping to allow the pipe contents to vent. CONTRACTOR shall coordinate this activity with OCSD. CONTRACTOR shall be responsible for disposal of the pipe contents.

G. Solids Scrubber Facility:

1. Demolition of the existing Solids Scrubber facility may not begin until 1) the new Solids Scrubber Facility is fully commissioned and all foul air connections to it have been made, and 2) the belt press facilities in Buildings C and M have been removed from service by OCSD.
H. Power Building:

1. The electrical Work within existing Power Building No. 2 will need to be done in phases to maintain operation of existing critical systems during construction. Modifications associated with Buildings C and M may not begin until these facilities have been removed from service by OCSD.

2. The roof modifications to existing Power Building No. 2 shall be completed within
6 months following NTP.

I. Trickling Filter Sludge and Scum Pumping Station:

1. Modifications to the Trickling Filter Sludge and Scum Pumping Station will need to be done in phases to maintain operation of all pumps.

2. OCSD has installed a retrofitted progressive cavity (PC) pump to convey TF sludge to the digesters. The retrofitted PC pump is connected to the TF Sludge Pump No. 2 pump suction line and the TF Sludge Pump No. 3 pump discharge line. The PC pump power supply is connected to the TF Sludge Pump No. 2 MCC TFA3F, located in Power Building 8.

3. Replacement of the existing screw centrifugal TF sludge pumps will require planning and sequencing to avoid interruption to the TF sludge pumping. To accomplish this, CONTRACTOR shall replace the TF sludge pumps one at a time. Each pump must be tested and commissioned before work on the next pump can begin.

J. Tunnel 3:

1. Construction of Tunnel 32 will require isolation of the 66-inch diameter primary effluent line and removal and replacement of a portion of this pipe.

2. The 66-inch line shall be isolated as follows:

a. OCSD will close a gate at the Primary Effluent Junction Box, diverting all flow from the 66-inch line to the adjacent 84-inch pipe.

1) The isolation gate at the Primary Effluent Junction Box is known to leak. CONTRACTOR shall provide containment and pumping facilities to capture all leakage and pump it to the 84-inch Interplant Pipe. See Specification section 02999, Temporary Flow Bypassing for requirements.

b. To isolate the 66-inch pipe from the south, the CONTRACTOR shall plug this line north of the Trickling Filter Secondary Effluent Junction Box No. 2 (see Drawing C1-1012).

c. Following completion of Tunnel 32 and the modifications to the 66-inch pipe, CONTRACTOR shall remove the plug.

d. OCSD will stop flow in the 72-inch Trickling Filter Effluent Pipe on two occasions to allow CONTRACTOR to install and remove the plug.

3. The 66-inch line shall be out of service no longer than six months.
K. Tunnel 29, Valve Vault and Piping Modification in Tunnels 9, 12 and 13:

1. The Work in the following areas is impacted by the execution of OCSD Project
P1-100.

a. Tunnel 29.

b. Valve Vault at Tunnel 9.

c. Piping Modifications in Tunnel 9, Tunnel 12, Tunnel 13 and the Gas
Compressor Building.

2. Work in these areas cannot begin until the P1-100 project completes all work on Digesters 11 through 14 and Digested Sludge Holding Tank 6. This work is scheduled for completion on December 1, 2013.

L. Dissolved Air Flotation Thickener Underflow (DAFTU):

1. The Work for the DAFTU vault and piping must be carefully planned, coordinated, and executed to ensure the ability to send DAFTU to the PEPS by gravity at all times.

2. CONTRACTOR shall provide bypass pumping, as described in Specification section 02999, Temporary Flow Bypassing.

M. The CONTRACTOR shall conduct its Work and provide temporary facilities such that the facilities or conditions required to keep the existing plant operational, including those cited above, are available and operational at all times.

N. Provide all necessary support facilities including additional standby equipment and tools to assure continuous 24-hour/7-day operation of temporary facilities as long as required. Such additional equipment, materials, and labor shall be in compliance with OCSD policy and procedures.

O. Test temporary facilities for acceptance by the OCSD.

1.8 TIE-INS

A. Tie-ins to existing piping may require temporary shutdowns. These shall be carefully planned to minimize downtime. Shutdowns shall be limited to a single eight (8) hour event, unless stated otherwise.

B. The CONTRACTOR is notified that existing pipelines will contain raw un-stabilized sludge. The CONTRACTOR shall make provisions to drain the sludge from all pipelines within the Work area, then clean and flush the lines so that demolition and renovation activities can proceed in a safe and orderly manner. Sludge and flushing water can be directed by the CONTRACTOR to the OCSD sanitary sewer system. Draining sludge across the floor, or other walking surfaces will not be acceptable. Accidental spills shall be contained and cleaned up by the CONTRACTOR within four (4) hours of occurrence, and full cleanup shall be completed prior to the end of each work day.
C. Table 1 identifies the anticipated piping, electrical and instrumentation tie-ins to existing operating systems. In addition to the tie-ins listed in Table 1:

1. Other tie-ins to existing operating systems may be identified during construction due to the CONTRACTOR’s selected means and methods.

2. Other connections may be required for relocation of pipeline relocations to accommodate the Work.

3. Other tie-ins may be shown on the drawings, but are not listed in Table 1.



Table 1 – Tie-ins for Piping, Electrical and Fiber Optic




W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
PROCESS AND UTILITY PIPING
A rea 1 - Sitework
Area 1 – Fence Along
East Perimeter Road North of the Pipe Rack
H ydrogen
1-1/2-inch STL
Realign hydrogen line to
allow construction of Pipe
Rack
C1-1011
NA
NA
NA
None
Relocation of hydrogen line, including all tie-ins, will be performed by
Air Products under separate contract.
Area 1 – Near Fence
Along East Perimeter Road North of the Primary Effluent Junction Box
H ydrogen
1-1/2-inch STL
Realign hydrogen line to
allow construction of Pipe
Rack
C1-1011
NA
NA
NA
None
Relocation of hydrogen line, including all tie-ins, will be performed by
Air Products under separate contract.
Area 1 – East Side of
East Perimeter Road at North End of Pipe Rack
Storm Drain
12inch
Install catch basin to
replace catch basin impacted by Tunnel 29 construction
C1-1011
8 hr
1
NA
None
Install new catch basin prior to demolition of existing catch basin at
Tunnel 29 to maintain storm drainage in the area serviced by the catch basin.
Area 1 - Southeast of
Digester 13
Storm Drain
6-inch
Connect 3-inch discharge
f rom sump pump serving
Tunnel 16
C1-1011
8 hr
1
NA
None
During construction of Tunnel 29 and prior to making the permanent
connection to the storm drain, provide temporary piping or hoses to allow continuous discharge of flow from the sump pump serving Tunnel
16 to the plant storm drain system. Minimum size of temporary piping or hose shall be 3-inch diameter.
Area 1 - Southeast of
Digester 13
Potable Water
6-inch DI
Connect relocated hydrant
impacted by Tunnel 29 construction
C1-1011
8 hr
1
NA
None
Install new hydrant before demolishing existing hydrant to maintain fire
protection in the area served by the hydrants. The City of Fountain Valley Fire Department will need to present during installation of the hydrant.
Area 1 – Fence Along
East Perimeter Road North of the Pipe Rack
Natural Gas
1 inch BSP
Realign natural gas line to
allow construction of Pipe
Rack
C1-1011
8 hr
1
NA
None
All re-routing and tie-ins must be performed prior to construction of the
pipe rack. Simultaneously perform tie-ins at both ends of the relocated gas line to minimize the overall downtime of this pipe.
Area 1 – Near Fence
Along East Perimeter Road Near the Secondary Effluent Junction Box
Natural Gas
1 inch BSP
Realign natural gas line to
allow construction of Pipe
Rack
C1-1012
8 hr
1
NA
None
All re-routing and tie-ins must be performed prior to construction of the
pipe rack. Simultaneously perform tie-ins at both ends of the relocated gas line to minimize the overall downtime of this pipe.
Area 1 – Northeast
corner of Thickening and Dewatering Facility
Natural Gas
1 inch BSP
Reroute natural gas
around northeast corner of
Thickening and
Dewatering Facility
C1-1012
8 hr
1
NA
None
Simultaneously perform tie-ins at both ends of the relocated gas line to
minimize the overall downtime of this pipe.
Area 1 – East End of
Tunnel 17
Natural Gas
1 inch BSP
Reroute natural gas
around northeast corner of
Thickening and
Dewatering Facility
C1-1012
8 hr
1
NA
None
Simultaneously perform tie-ins at both ends of the relocated gas line to
minimize the overall downtime of this pipe.






WORK RESTRICTIONS Sludge Dewatering and Odor Control at Plant 1






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 1 – Northeast
corner of Thickening and Dewatering Facility
Natural Gas
3-inch BSP
Reroute natural gas
around northeast corner of
Thickening and
Dewatering Facility
C1-1012
NA
NA
NA
None
This gas line is owned by Southern California Gas Company. The Gas
Company will relocate the line, including all tie-ins.
Area 1 – East End of
Tunnel 17
Natural Gas
3-inch BSP
Reroute natural gas
around northeast corner of
Thickening and
Dewatering Facility
C1-1012
NA
NA
NA
None
This gas line is owned by Southern California Gas Company. The Gas
Company will relocate the line, including all tie-ins.
Area 1 – East End of
Tunnel 17
Storm Drain
12-inch
Route storm drainage from
area north of Tunnel 32
C1-1012
8 hr
1
NA
None
Install new storm drains and catch basins that serve the area between
Tunnels 29 and 32 prior to demolition of existing storm drain facilities that serve this area.
Area 1 – East of
Solids Storage Facility
Storm Drain
6-inch
Reconfigure storm drain to
allow loadout bay modifications
C1-1012
8 hr
1
NA
None
Complete this work prior to beginning work on the Temporary Loadout
Bay.
Area 1- West of
Solids Storage Facility
Storm Drain
12-inch
Reconfigure storm drain to
allow loadout bay modifications
C1-1012
8 hr
1
NA
None
Complete storm drain re-routing and tie-in in this area prior to
beginning work on the Temporary Loadout Bay and the extension of the Existing Loadout Bay.
Area 1 – Near
Northwest corner of
Bleach Facility
Storm Drain
12-inch
Connect to 20-inch drain to
route storm drainage to Primary Effluent Pump Station
C1-1012
8 hr
1
NA
None
Install new storm drains and catch basins that serve the area south of
Tunnel 32 and the Thickening and Dewatering Facility prior to demolition of existing storm drain facilities that serve this area.
Area 1 – West of
Polymer Bulk Storage
Storm Drain
6-inch
Connect to 20-inch drain to
route drainage from polymer containment to Primary Effluent Pump Station
C1-1012
8 hr
1
NA
None


Area 1 – At Tunnel 32
Plant Effluent
66-inch RCP
Allow construction of
Tunnel 32
C1-1012
26 weeks
1
NA
None
The 84-inch Plant Effluent Line and the 72-inch Trickling Filter Effluent
Line shall remain in service for the duration of the project except as stated below.

Upstream Isolation: OCSD will close the gate to the 66-inch Plant Effluent line at the Primary Effluent Junction Box (PEJB). However, this gate is known to leak. CONTRACTOR will provide means for containing all leakage in the PEJB downstream of the gate and pumping this flow to the 84-inch Plant Effluent Line.

Downstream Isolation: CONTRACTOR shall plug the 66-inch Plant Effluent Line upstream of TFSEJB No. 2. To allow installation of the plug, OCSD will stop flow to the Trickling Filter Effluent Line for a maximum period of 48 hours.

Removal of Plug: Following completion of the modifications to the 66- inch Plant Effluent line, OCSD will stop flow to the Trickling Filter Effluent Line for a maximum period of 48 hours to allow removal of the plug on the 66-inch pipe.



Sludge Dewatering and Odor Control at Plant 1 WORK RESTRICTIONS





W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 1- East Side of
Thickening and
Dewatering Facility
Plant Water
12-inch DI
Supply plant water to
Thickening and
Dewatering Facility
C1-1012
8 hr
1
NA
None


Area 1 – West of
Bleach Facility
DAFT
Underflow
20-inch
Install valve vault and
parallel DAFTU line
C1-1012,
M1-1004
2 weeks
1
NA
None
CONTRACTOR shall provide bypass pumping to allow continuous
conveyance of all DAFT underflow during construction of the valve vault.
Area 1 – East Side of
East perimeter Road at North End of Pipe Rack
Filtrate
16-inch HDPE
Allow temporary routing of filtrate header during
construction of pipe rack
C1-1013
2 days
1
NA
None
Relocate the filtrate header prior to beginning work on the pipe rack. This pipe shall be demolished and removed once all work on the pipe
rack is complete.
Area 1 – East side of
East Perimeter Road between Digesters 9 and 10
Filtrate
12-inch DI
Allow temporary routing of
filtrate header during construction of pipe rack
C1-1013
2 days
1
NA
None
Connect this line to the relocated filtrate line prior to beginning work on
the pipe rack. Once the pipe rack is complete, connect this line to the centrate pipe on the pipe rack. This second tie-in is listed in this table under Area 2.
Area 1 – East side of
East Perimeter Road between Digesters 9 and 10
Primary
Sludge
10-inch DI
Allow temporary routing of filtrate header during
construction of pipe rack
C1-1013
2 days
1
NA
None
Connect this line to the relocated filtrate line prior to beginning work on the pipe rack. Once the pipe rack is complete, connect this line to the
centrate pipe on the pipe rack. This second tie-in is listed in this table under Area 2.
Area 1 – Tunnel 18
WAS
18-inch DI
Route WAS from Aeration
Basin Nos. 11-18 to Blend
Tanks
C1-1020
24 hr
1
NA
None
OCSD can stop sending WAS from Aeration Basin Nos. 11-18 for a
m aximum period of 24 hours.
Area 1 – Tunnel 18
WAS
18-inch DI
Route WAS from Aeration
Basin Nos. 1-10 to Blend
Tanks
C1-1020
24 hr
1
NA
None
OCSD can stop sending WAS from Aeration Basin Nos. 11-18 for a maximum period of 24 hours.
Area 1 – Tunnel 18
Surface
W aste
12-inch DI
Route Surface Waste from
Secondary Clarifier Nos.
27-34 to Blend Tanks
C1-1020
24 hr
1
NA
None
OCSD can stop sending Surface Waste from Secondary Clarifier Nos.
27-34 for a maximum period of 24 hours.
Area 1 – Tunnel 18
Reclaimed
W ater
8-inch DI
Supply reclaimed water to
Thickening and
Dewatering Facility
C1-1020
8 hr
1
NA
None


Area 1 – Tricking
Filter Pump Station
( TFPS)
Centrate
18-inch DI
Allow centrate discharge to TFPS
M1-1001, C1-1022
8 hr
1
NA
None


Area 1 – Trickling
Filter Sludge (TFS)/Scum Pump Station
T rickling Filter
Sludge
Suction
6-inch DI
Install new TFS pumps
M1-1002
8 hr
2 (1 per TFS
pump)
5
None
Complete all piping connections and commissioning for one TFS pump
before beginning work on the second TFS pump.
Area 1 – Trickling
Filter Sludge/Scum
Pump Station
T rickling Filter
Sludge
Discharge
6-inch DI
Install new TFS pumps
M1-1002
8 hr
2 (1 per TFS
pump)
5
None
Complete all piping connections and commissioning for one TFS pump before beginning work on the second TFS pump.
Area 1 – Trickling
Filter Sludge (TFS)/Scum Pump Station
T rickling Filter
Sludge
Suction
6-inch DI
Install blind flange at spare
pump slot.
M1-1002
8 hr
1
NA
None







WORK RESTRICTIONS Sludge Dewatering and Odor Control at Plant 1






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 1 – Trickling
Filter Sludge (TFS)/Scum Pump Station
T rickling Filter
Sludge
Discharge
6-inch DI
Install blind flange at spare
pump slot.
M1-1002
8 hr
1
NA
None


Area 1 – Trickling
Filter Sludge/Scum
Pump Station
T FS Header
8-inch DI
Install new TFS header to
Blend Tanks
M1-1002, C1-1022
24 hr
1
NA
None
OCSD can stop sending Trickling Filter Sludge for a maximum period of 24 hours.
Area 1 – Trickling
Filter Sludge/Scum
Pump Station
T rickling Filter
Scum
Discharge
4-inch DI
Connect existing Trickling
Filter Scum pumps to TFS
discharge header
M1-1002
8 hr
1
NA
None


Area 1 – Metering &
Diversion Structure
Centrate
18-inch DI
Allow centrate discharge
to Plant 2
M1-1003,
C1-1025
8 hr
1
NA
None


A rea 2 – Pipe Rack and Screen Wall
Area 2 – North End of
Pipe rack
Plant Water
14-inch DI
Complete connection of plant water along East
Perimeter Road
M2-1002
8 hr
1
NA
None


Area 2 – Pipe Rack
Station 1+70
Primary
Sludge
10-inch DI
Allow a portion of the
primary sludge to be diverted to Plant 2 through the new centrate line
M2-1004








See discussion under Area 1 for temporary relocation of this line during
construction of the Pipe Rack. Ensure upstream isolation valves or blind flanges are in place to prevent sending flow to Thickening and Dewatering Facility.
Area 2 – Pipe Rack
Station 3+20
Filtrate
12-inch DI
Allow discharge from
filtrate pump station to be sent to Pant 2 through new centrate line
M2-1005








See discussion under Area 1 for temporary relocation of this line during
construction of the Pipe Rack. Ensure upstream isolation valves or blind flanges are in place to prevent sending flow to Thickening and Dewatering Facility.
Area 2 – Pipe Rack
Station 6+20
Plant Effluent
Vent
42-inch STL
Reroute vent line to allow
construction of pipe rack
M2-1008
24 hr
1
NA
None
Complete this work prior to beginning construction of the Pipe Rack.
Area 2 – South End of
Pipe rack
Plant Water
14-inch DI
Complete connection of
plant water along East
Perimeter Road
M2-1010
8 hr
1
NA
None


A rea 3 – Primary Clarifier and Digester Tunnels
Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Primary Scum
4-inch & 6-inch
GLDI
Connect scum pumps to
sc um header.
M3-1001
2 days
2 (1 per
sc um pump)
5
None
Multiple connection points for each pump. Complete all piping
connections and re-commissioning for one scum pump before beginning work on the second scum pump.
Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Steam
1 inch STL
Reroute to allow
connection of scum pipe to scum pump
M3-1001
8 hr
2 (1 per
sc um pump)
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Steam
1 inch STL
Reroute to make room for
PSC header
M3-1001
8 hr
1
NA
None








Sludge Dewatering and Odor Control at Plant 1 WORK RESTRICTIONS






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Reclaimed
W ater
1 inch STL
Reroute to make room for
PSC header
M3-1001
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Reclaimed
W ater
1 inch STL
Reroute to make room for
PSC header
M3-1002
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southwest Scum
Gallery
Instrument Air
1 inch STL
Reroute to make room for
PSC header
M3-1002
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Reclaimed
W ater
1 inch STL
Reroute to make room for
PSC header
M3-1003
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Instrument Air
1 inch STL
Reroute to make room for
PSC header
M3-1003
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Primary Scum
4-inch & 6-inch
GLDI
Connect scum pumps to
sc um header
M3-1004
2 days
2 (1 per
sc um pump)
5
None
Multiple connection points for each pump. Complete all piping
connections and commissioning for one scum pump before beginning work on the second scum pump.
Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Steam
1 inch STL
Reroute to allow
connection of scum pipe to scum pump
M3-1004
8 hr
2 (1 per
sc um pump)
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Steam
1 inch STL
Reroute to make room for
PSC header
M3-1004
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Southeast Scum
Gallery
Reclaimed
W ater
1 inch STL
Reroute to make room for
PSC header
M3-1004
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Northwest Scum
Gallery
Primary Scum
4-inch & 6-inch
GLDI
Connect scum pumps to
sc um header
M3-1008
2 days
4 (1 per
sc um pump)
5
None
Multiple connection points for each pump. Take only one pump out of
service at a time. Complete all piping connections and commissioning for the out of service scum pump before beginning work on the next scum pump.








WORK RESTRICTIONS Sludge Dewatering and Odor Control at Plant 1






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 3 – Primary
Clarifiers Nos. 16 – 31
Northwest Scum
Gallery
Steam
1 inch STL
Reroute to allow
connection of scum pipe to scum pump
M3-1008
8 hr
4 (1 per
sc um pump)
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Northwest Scum
Gallery
Primary Scum
6-inch DI
Install blind flange
M3-1008
8 hr
1
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
Northeast Scum Pit
Primary Scum
4-inch & 6-inch
GLDI
Connect scum pumps to
sc um header
M3-1011
2 days
4 (1 per
sc um pump)
5
None
Multiple connection points for each pump. Take only one pump out of
service at a time. Complete all piping connections and commissioning for the out of service scum pump before beginning work on the next scum pump.
Area 3 – Primary
Clarifiers Nos. 16 – 31
Northwest Scum
Gallery
Steam
1 inch STL
Reroute to allow
connection of scum pipe to scum pump
M3-1011
8 hr
4 (1 per scum pump)
NA
None


Area 3 – Primary
Clarifiers Nos. 16 – 31
W est end of Tunnel
14
Primary
Sludge
10-inch GLDI
Allow use of primary
sludge from PS1 to flush scum header
M3-1012
8 hr
1
NA
None
Primary Sludge Line PS2 must remain is service while PS1 is removed
f rom service for modifications.
Area 3 – Primary
Clarifiers Nos. 16 – 31
W est end of Tunnel
14
Primary
Sludge
10-inch GLDI
Allow use of primary
sludge from PS2 to flush scum header
M3-1012
8 hr
1
NA
None
Primary Sludge Line PS1 must remain is service while PS2 is removed
f rom service for modifications.
Area 3 – Primary
Clarifier Nos. 3 & 4
Pump Room
Primary Scum
4-inch & 6-inch
GLDI
Connect scum pumps for
PC Nos. 3 & 4 to scum header
M3-1017
8 hr
1
NA
None


Area 3 – Intersection of Tunnels 12 and 14
Primary Scum
6-inch GLDI
Connect discharge piping from scum pumps for PC
Nos. 1 & 2 to scum header
M3-1018
8 hr
1
NA
None


Area 3 – Tunnel 12 at
Primary Clarifier No. 5
Scum Pumps
Primary Scum
6-inch GLDI
Connect discharge piping
f rom scum pumps for PC No. 5 to scum header
M3-1019
8 hr
1
NA
None


Area 3 – Tunnel 12
East of Primary Clarifier No. 5 Scum Pumps
Drain
4-inch CI
Connect re-routed drain to
existing drain
M3-1019
8 hr
1
NA
None


Area 3 – Tunnel 12 at
Cen Gen Bldg
Drain
4-inch CI
Connect re-routed drain to
existing drain
M3-1020
8 hr
1
NA
None


Area 3 – West End of
Tunnel 13
Digested
Sludge
10-inch DI
Connect to new digested
sludge transfer line
M3-1021
8 hr
1
NA
None


Area 3 – Intersection
of Tunnels 12 and 13
Digested
Sludge
10-inch DI
Connect to new digested
sludge transfer line
M3-1022
8 hr
1
NA
None







Sludge Dewatering and Odor Control at Plant 1 WORK RESTRICTIONS






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 3 – Gas
Handling Facility
Basement
Primary
Sludge
10-inch GLDI
Install flow meter on DS1
M3-1023
8 hr
1
NA
None
Primary Sludge Line PS2 must remain is service while PS1 is removed
f rom service for modifications.
Area 3 – Gas
Handling Facility
Basement
Primary
Sludge
10-inch GLDI
Install flow meter on DS2
M3-1023
8 hr
1
NA
None
Primary Sludge Line PS1 must remain is service while PS2 is removed
f rom service for modifications.
Area 3 – Tunnel 9
Instrument Air
1 inch STL
Connect new IA pipe to
serve pneumatic valves
M3-1024
8 hr
1
NA
None


Area 3 – Tunnel 9 at
Valve Vault
Primary
Sludge
10-inch GLDI
Connect to PS1 to divert
PS to Blend Tanks and allow CTS feed to the digesters
M3-1025
8 hr
1
NA
None
Primary Sludge Line PS2 must remain is service while PS1 is removed
f rom service for modifications.
Area 3 – Tunnel 9 at
Valve Vault
Primary
Sludge
10-inch GLDI
Connect to PS2 to divert
PS to Blend Tanks and allow CTS feed to the digesters
M3-1025
8 hr
1
NA
None
Primary Sludge Line PS1 must remain is service while PS2 is removed
f rom service for modifications.
Area 3 – Tunnel 9 at
Valve Vault
Drain
2-inch CI
Route to existing sump
M3-1025
8 hr
1
NA
None


Area 3 – Tunnel 9 at
Valve Vault
Steam
4-inch DI
Supply steam to
Thickening and
Dewatering Facility
M3-3002
8 hr
1
NA
None


A rea 4 – Activated Sludge Tunnels
Area 4 – West End of
Tunnel 25
Centrate
18-inch DI
Allow centrate discharge to
Plant 2 Aeration Basin
Nos. 17 & 18
M4-3001
8 hr
1
NA
None


Area 4 – Tunnel 17
Potable Water
8-inch DI
Supply potable water to
Thickening and
Dewatering Facility
M4-3011
8 hr
1
NA
None


Area 4 – Tunnel 17
High Pressure
Air
1-inch BSP
Supply high pressure air to
Thickening and
Dewatering Facility
M4-3011
8 hr
1
NA
None


Area 4 – Tunnel 21
W aste
Activated
Sludge
12-inch DI
Install valves on two WAS
lines
M4-4001
8 hr
2 (one per pipe)
2
None
Complete all work on one WAS line and place it back in service before beginning work on the other WAS line.
A rea 6 – Solids Storage Facility
Area 6 – Silo
Basement
Instrument
Air
1/2 inch STL
Supply air to pneumatic
valves on cake lines
M6-1001 –
M6-1004
8 hr
4 (one per
valve)
NA
None


Area 6 – Silo
Basement
Drain
8-inch SP
Route drains on platform
to sump pump
P6-1001
8 hr
1
NA
None


Area 6 – Silo Roof
Cake
12-inch STL
(4 pipes)
Allow feeding cake to all
silos from Buildings C and M during modifications to silos
M6-1006
2 days
4 (one per
pipe)
2
None
Only one cake pipe may be taken out of service at a time. Complete
all work on one cake line and place it back in service before beginning work on another cake line.





WORK RESTRICTIONS Sludge Dewatering and Odor Control at Plant 1






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)


Maximum Shutdown Duration


Maximum Number of Shutdowns
Minimum
Time Between Shutdowns (calendar days)

Seasonal or Diurnal Shutdown Constraints



Constraints / Additional Information
Area 6 – Silo Roof
Foul Air
30-inch FRP
Connect to foul air plenum
to route foul air to new odor scrubber
M6-1005,
M6-1006
8 hr
1
NA
None
In making the connection, do not disrupt operation of the foul air
collection system from the silos and truck loadout areas.
Area 6 – Silo Roof
Instrument
Air
1/2 inch STL
Supply air to pneumatic
valves on cake lines
M6-1005,
M6-1012
8 hr
9 (one per
valve)
NA
None


Area 6- Truck
Loadout Bay
Foul Air
30-inch FRP
Connect foul air from
Loadout Bay Extension
M6-1013
8 hr
1
NA
None


Area 6 – Control
Building Basement
Drain
6-inch DI
Provide drainage from
T emporary Truck Loadout
M6-1010
8 hr
1
NA
None


Area 6 – Control
Building Basement
Plant Water
4-inch DI
Supply washdown water to
T emporary Truck Loadout
M6-1010
8 hr
1
NA
None


A rea 11 – Power Building 2
Area 11 – Power
Building 2 Fuel Tank
Fuel
1 inch GALV
Supply and return lines to
existing generator
M11-1001
8 hr
1
NA
None


A rea 13 – Bleach Facility
Area 13 – South Side
of Bleach Station 1
Bleach
1-1/2-inch
CPVC
Supply bleach to RAS
bleach pumps
M13-1001
8 hr
1
NA
None


Area 13 – West Side of Bleach Station 1
Bleach
4-inch CPVC
Supply bleach to relocated bleach pumps
M13-1001
8 hr
1
NA
None
Install this connection prior to decommissioning and removing the existing 6,000 gallon bleach tanks.
Area 13 – South Side
of Bleach Station 1
Bleach
1-1/2 inch
CPVC
Supply bleach to SEJB
No. 7
M13-1001
8 hr
1
NA
None
Relocate the existing bleach pumps one at a time. Complete all work
and re-commissioning for one bleach pump prior to beginning work on anther bleach pump.
Area 13 – South Side
of Bleach Station 1
Bleach
1-1/2-inch
CPVC
Supply bleach to the
G WRS equalization basin
M13-1001
8 hr
1
NA
None
Relocate the existing bleach pumps one at a time. Complete all work
and re-commissioning for one bleach pump prior to beginning work on anther bleach pump.
Area 13 – South Side
of Bleach Station 1
Bleach
1-1/2 inch
CPVC


M13-1001
8 hr
1
NA
None
Relocate the existing bleach pumps one at a time. Complete all work
and re-commissioning for one bleach pump prior to beginning work on anther bleach pump.
Area 13 – South Side
of Bleach Station 2
Bleach
2-inch CPVC
Connect to fill station
M13-1001
8 hr
1
NA
None


Area 13 – East Side
of Bleach Station 2
Bleach
4-inch CPVC
Tie new storage tank to
header
M13-1001
8 hr
1
NA
None


Area 13 – East Side
of Bleach Station 2
Bleach
3-inch CPVC
Supply bleach to odor
control bleach pumps
M13-1001
8 hr
1
NA
None


ELECTRICAL
A rea 3 – Primary Clarifier and Digester Tunnels
Digester 11-14
Control Bldg
Electrical and
controls
Varies
Power and controls to
valves and lighting at valve vault
E3-1011
E3-1012
NA
NA
NA
None


Digester 7&8 Control
Building
Electrical and controls
Varies
Control interface between digester control system
and centrifuge control system
E3-1004
NA
NA
NA
None






Sludge Dewatering and Odor Control at Plant 1 WORK RESTRICTIONS






W ork Area


Utility or
Facility Type

Size and Material (CONTRACTOR shall verify)



Purpose


Contract Drawing Reference(s)
A rea 11 – Power Building 2
S witchgear F
Electrical
Varies
Power to MCC SHH, SHG,
S WGR-6A
E11-1002
E11-6001

S witchgear NB
Electrical
Varies
Power to MCC UTA
E11-1002
E11-6002

A rea 12 – Electrical Service Center
Service Center Bus A
Electrical
350 kCMIL
Power to Centrifuge
Building
E0-6001
E12-1001

Service Center Bus B
Electrical
350 kCMIL
Power to Centrifuge
Building
E0-6001
E12-1001

A rea 14 – Trickling Filter
Blower Bldg 1 MCC
QB
Electrical
#12s
Power to new valves at TF
Sludge/Scum Pump
Facility
E14-1004

PB 8 MCC TFA
Electrical
#14s
Controls for new sludge
pumps
E14-1002

TF Sludge/Scum
Pump Facility
Electrical
#14s
Controls for new valves
E14-1003

A rea 15 – PB6
Power Building 6
S WGR-6A
Electrical
750 kcmil
Replacement feeder from
PB2
E15-1001
E15-6001

FIBER OPTIC
Blower Building 1
Fiber Optic
Cable
2 – 18 Strand
Fiber Cables
MB+ and Ethernet Network connections; Fire Alarm
connection
15-NG-170,
15-NG-270
NA

Digester Control
Building
Fiber Optic
Cable
1- 18 Strand
Fiber Cable
MB+ and Ethernet Network
connections
15-NG-170
15-NG-280
NA

Operations Control
Center
Fiber Optic
Cable
Existing
CRISP Server Connections
15-NG-255
NA
















WORK RESTRICTIONS Sludge Dewatering and Odor Control at Plant 1

1.9 OPERATIONS AND MAINTENANCE ACCESS

A. Provide safe, continuous access to process control equipment for plant operations personnel.

B. OCSD must have plant access to Plant No. 1 site. CONTRACTOR shall coordinate Work activities with OCSD to facilitate and assure safe and reasonable access is maintained for operations as well as emergency vehicles.

C. Dewatered Sludge Cake Hauling:

1. Tractor trailer access to either the existing Loadout Facility or the Temporary
Loadout Facility must be maintained at all times.

2. Normally, OCSD only hauls sludge on weekdays but may be required to haul sludge on weekends during modification of the cake silos and Loadout facility.

3. The acceptable routes for the cake haul tractor trailers are shown in Attachment A. CONTRACTOR shall ensure that at least one of these routes is unimpeded at all times.

D. Chemical Deliveries:

1. Access by chemical delivery trucks must be maintained to the existing Bleach
Facility and polymer storage and feed facilities that serve the DAFTs.

2. Chemical deliveries occur several times each week and scheduling of any disturbance must be coordinated with OCSD in advance.

3. The acceptable routes for the chemical delivery trucks are shown in Attachment B. When deliveries are required, CONTRACTOR shall ensure that at least one of these routes is unimpeded at all times.

1.10 UTILITIES

A. Maintain electrical, telephone, water, gas, sanitary facilities, and other utilities within existing facilities in service. Provide temporary utilities when required by the Contract Documents and when required by the CONTRACTOR to complete the Work.

B. Provide temporary lighting along East Perimeter Road when existing lighting is impacted by relocation of light standards or conduit feeding existing lighting systems.

1.11 ENVIRONMENTAL MITIGATION

A. OCSD has prepared an environmental assessment for the Project. The CONTRACTOR shall be responsible for following all construction mitigation measures that are listed in the document entitled “Orange County Sanitation District Mitigation, Monitoring, and Reporting Program for Secondary Treatment and Improvement Projects.” A copy of this document is included as an attachment to the General Requirements.

B. The CONTRACTOR shall furnish a plan to comply with containment of handled materials that include silo and hopper cleaning residuals and demolition debris.
C. The CONTRACTOR shall furnish a plan to comply with material handling restrictions during the tank cleaning, demolition, temporary holding, and disposal work. The CONTRACTOR shall properly address all mitigation measures and legally dispose of all materials.

1.12 ODOR CONTROL

A. Implement accepted odor mitigation plan to prevent offensive odors, resulting from the CONTRACTOR’s Work on existing systems, from leaving the site.

1.13 NOISE

A. The CONTRACTOR shall comply with all Noise Ordinance provisions of the City of
Fountain Valley.

1. Exterior Noise Standards

a. The following noise standards, unless otherwise specifically indicated in the
City of Fountain Valley Municipal Code, shall apply to all residential property:

1) Maximum Allowable Noise Standards Noise Level:

a) 55 dB(A) between 7:00 a.m. and 10:00 p.m. b) 50 dB(A) between 10:00 p.m. and 7:00 a.m.
2) In the event the alleged offensive noise consists entirely of impact noise, simple tone noise, speech, music, or any combination thereof, each of the above noise levels shall be reduced by 5 dB(A).

3) It is unlawful under the City of Fountain Valley Municipal Code for any person at any location within the City to create any noise, or to allow the creation of any noise on property owned, leased, occupied or otherwise controlled by such person, when the foregoing causes the noise level, when measured on any other residential property, either incorporated or unincorporated, to exceed:

a) The noise standard for a cumulative period of more than thirty minutes in any hour; or

b) The noise standard plus five dB(A) for a cumulative period of more than fifteen minutes in any hour; or

c) The noise standard plus ten dB(A) for a cumulative period of more than five minutes in any hour; or

d) The noise standard plus fifteen dB(A) for a cumulative period of more than one minute in any hour; or

e) The noise standard plus twenty dB(A) for any period of time.
4) In the event the ambient noise level exceeds any of the first four noise limit categories set forth in subsection (c) of this section, the cumulative period applicable to said category shall be increased to reflect said ambient noise level. In the event the ambient noise level exceeds the fifth noise limit category, the maximum allowable noise level under said category shall be increase to reflect the maximum ambient noise level.

b. Special Provisions:

1) The following activities shall be exempted from the provisions of this section:

a) Noise sources associated with the construction, repair, remodeling or grading of any real property, provided said activities take place between the hours of 7:00 a.m. and 8:00 p.m. Monday through Friday, 9:00 a.m. through 8:00 p.m. on Saturday, and at no time on Sunday or any legal holiday. For purposes of this exception the use of saws, buffers, sanders, drills and sprayers shall be included, as shall similar activity.

2. All equipment shall meet the OSHA noise standard of 85 db(A) at workstation positions in proximity to the various equipment items except as otherwise specified in equipment technical specifications.

3. Noise barriers, temporary walls, portable panels, acoustical blankets, mufflers on equipment, and other measures shall be utilized by the CONTRACTOR as required. Barriers shall be installed around the noise sources or directly between the construction area and the nearest homes to shield these residents from direct noise exposure from the construction activities.

4. Construction techniques designed to reduce noise shall be implemented where feasible. Loud equipment shall be separated and not grouped in one location. Areas reserved for testing and fixing equipment shall be placed away from sensitive receptors.

5. Noise Control for Piling and Sheet Piling:

a. Unless specifically called out otherwise, CONTRACTOR shall use auger cast piles to reduce construction noise.

b. If driven piles are called for at any location in the project, CONTRACTOR shall implement noise reduction measures such as acoustic insulation or other means.

c. CONTRACTOR shall use the vibration method to install sheet piling in order to reduce construction noise.

1.14 SAFETY AND HEALTH A. General:
1. Portions of the existing facilities are exposed to wastewaters of varying degrees of treatment. The CONTRACTOR certifies that he is experienced and qualified to anticipate and meet the safety and health requirements of this project.
2. Workmen involved in the removal, renovation, or installation of equipment within the facility may be exposed to disease-producing organisms in wastewater. The CONTRACTOR shall require his personnel to observe proper hygienic precautions.

3. Solvents, gasoline, and other hazardous materials enter the facility with incoming sewage, and therefore, certain areas are hazardous to open flame, sparks, or unventilated/poorly ventilated occupancy. The CONTRACTOR shall take measures to assure his personnel observe proper safety precautions when working in these areas.

4. Additional safety and health requirements are specified in the Contract Documents, including, but not limited to, the Contract Agreement, GENERAL CONDITIONS, SPECIAL PROVISIONS, and GENERAL REQUIREMENTS.

B. Safety and Health Regulations:

1. The CONTRACTOR shall comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue N.W., Washington, DC 20013.

2. The CONTRACTOR also shall comply with the provisions of the Federal Occupational Safety and Health Act, as amended; and the General Industry Safety Orders of the State of California as implemented by Cal OSHA.

3. The CONTRACTOR shall comply with all OCSD Safety and Emergency
Procedures.

1.15 STORM WATER MANAGEMENT

A. The CONTRACTOR shall comply with the Construction Site Storm Water Management provisions set forth in the GENERAL REQUIREMENTS. The CONTRACTOR shall use extensive best management practices (BMPs) for collection, treatment, and disposal of stormwater and runoff that drains into or otherwise enters the construction area and to prevent dirt and silt erosion from leaving the construction area. Stormwater and runoff shall be stored in the construction area for up to 12 hours, desilted, and pumped at the flow rate designated by the ENGINEER to the Waste Side Stream Pump Station No. 1 at Plant No. 1 or other Plant No. 1 facilities as designated by the ENGINEER and as specified in Specification section 02270, Storm Water Runoff Control Program.

1.16 EXCESS EXCAVATED MATERIALS

A. Haul off-site and dispose of all unused excavated materials at CONTRACTOR’s expense.

B. Comply with environmental mitigation measures as required by the Contract
Documents and local regulatory agencies.
1.17 CONSTRUCTION ACCESS

A. The CONTRACTOR shall only access the premises through the access point identified in the Contract Documents. Unless otherwise indicated, the CONTRACTOR shall provide and pay for the services of licensed security personnel from 6:00 a.m. to
4:30 p.m. during normal working days and during all working hours for the duration of the project. The CONTRACTOR shall not be allowed to access the site or remain on site unless CONTRACTOR provided security personnel are provided at the access point. The security services shall include a guard house at each access point. For site and construction area security CONTRACTOR shall utilize OCSD’s independent security Contractor providing site security at Plant No. 1. Security Contractor shall be the Securitas Services, USA., OCSD’s current security Contractor providing site security at Plant No. 1. The security personnel shall continuously staff the CONTRACTOR access point and control access to the premises. In addition to providing the services of security personnel during normal working hours, CONTRACTOR, at its expense, shall provide the services of security personnel to staff the access point if the ENGINEER approves Work outside of normal working hours or if CONTRACTOR, or its representatives, is on the premises at any time outside of normal working hours. The security personnel shall only allow the CONTRACTOR and its representatives access to the premises. Breaches in security shall be reported to the ENGINEER and appropriate OCSD personnel immediately.

B. Prior to construction, the CONTRACTOR shall submit and receive approval of a security plan that addresses normal security protocols and procedures, integration with the existing OCSD security program and personnel, reporting and responding to suspected and actual security breaches, and emergency protocols and procedures for both normal working hours and outside-of-normal working hours. Submittal of the Security Plan shall be in accordance with Specification section 01711, Mobilization and Demobilization.

C. The CONTRACTOR shall provide a security station and guard at each ingress and egress to Plant No. 1 used by the CONTRACTOR, Subcontractors, and Suppliers.

D. The CONTRACTOR shall develop a badge identification system with picture identification for all workers that are assigned to the Project for more than ten working days or who are required to provide repeated deliveries on an ongoing basis. All truck delivery drivers shall be required to sign in at the CONTRACTOR’s security station to receive a temporary day badge for that day. No workers will be allowed onsite without their identification and the CONTRACTOR shall remove any worker from the workforce who is in repeated non-compliance.

E. The CONTRACTOR shall assume responsibility for the operation and maintenance of the existing CONTRACTOR’s gate on Garfield Avenue, as shown on the drawings. The CONTRACTOR shall maintain the dual use, keypad and magnetic card access system and the automatic gate operator at the Garfield Gate. This system shall include the following:

1. A keypad and magnetic card system in full operation during the term of the CONTRACT. The CONTRACTOR shall provide any software required to make the system functional and locate the database control hardware in its field office. The system will not be tied into the OCSD’s gate security system.
2. The CONTRACTOR shall provide magnetic cards for the CONTRACTOR’s staff and Subcontractor’s staff, shall secure the distribution of magnetic cards and shall maintain a database log of all cardholders. The CONTRACTOR shall maintain the cardholder log current at all times and shall forward a copy of the updated cardholder log to the Engineer when ever a change has occurred.

3. The CONTRACTOR shall limit the use of the magnetic access cards to the
CONTRACTOR’s and Subcontractor’s on-site staff and essential personnel.

4. The magnetic card access system shall log all after work hours entry and exist access for up to a six month period. The entry / exist database from the previous six month period shall be downloaded from the system to an electronic file and database maintained for the duration of the Work. The CONTRACTOR shall provide entry / exit data records upon the ENGINEER’s request.

5. The system shall have a “Failed Open” alarm in the event the access system fails and the gate remains open for 30 minutes. The system shall automatically notify the CONTRACTOR’s field office and the CONTRACTOR provided security personnel in the event of a failed open alarm. The CONTRACTOR shall have a monitoring service to implement the “Failed Open” alarm feature. The CONTRACTOR shall respond immediately to an alarm notice on a 24 hour basis, including weekends and holidays. The CONTRACTOR shall be responsible for gate repairs, traffic loop repairs and keypad and magnetic card system repairs. If repairs are not made within four hours and the gate remains open, OCSD reserves the right to close and barricade the gate

6. The CONTRACTOR shall provide the interface between the card access system and the CONTRACTOR’s field office for computer networking, either via a wireless Ethernet connection, or the CONTRACTOR shall run conduit for a hardwire connection. Loss of communication between the card access system and computer at the CONTRACTOR’s field office where data is logged shall not prevent loss of data at the card reader, which shall be downloadable into a portable computer.

7. Using the existing 120 V, single phase supply for the motors at the gate, the CONTRACTOR shall provide the control power required to operate the card access system by using a heavy duty single phase power supply (for example, Sola/Heavy Duty SDN Series Power Supply, Single Phase Units, 60-960 Watts). This shall include, but not limited to, the conduits, conductors, junction boxes and panels. Two adequately sized breakers should be provided, one for the isolation of gate operator and one for the card access reader power supply unit. This all should comply with the NEC and all other regulations required by the County and the City/State. ENGINEER’s approval will be required prior to procurement and implementation.

1.18 TRAFFIC CONTROL AND HAUL TRUCKS

A. CONTRACTOR shall implement and maintain traffic control in accordance with
Specification section 01575, Traffic Control.

B. In addition to other restrictions regarding the use of haul trucks such as contained in environmental mitigation as stated elsewhere in these Specifications; haul trucks shall not arrive at job site before 7:00 a.m. or after 5:00 p.m.

C. As described in Specification section 01575, Traffic Control, CONTRACTOR shall comply with restrictions for operation of haul trucks during peak traffic use hours on City of Fountain Valley truck routes and Euclid Avenue on-ramps to and off-ramps from Interstate 405.
D. CONTRACTOR shall obtain all necessary permits for site access, encroachment, haul routes and other transportation related activities as described in Specification section 01500, Permits.

E. CONTRACTOR shall submit traffic plan/analysis studies in compliance with
Specification section 01500, Permits and Specification section 01575, Traffic Control

1.19 DIRT AND DUST CONTROL

A. Furnish one new street sweeper Johnston Sweeper VT650, Or Equal, for dedicated use at the Plant 1 site and off-site as directed by the ENGINEER in accordance with this section and Specification section 01711, Mobilization and Demobilization. The Work area and off-site haul routes shall be kept clean. Street sweeper shall be operated continuously at all times during the Work and at the direction of the ENGINEER. Street sweeper shall remain the property of the CONTRACTOR upon completion and final acceptance of the Work. The contractor shall utilize gravel beds, rumble plates (ribbed/corrugated steel plates), tire wash devices and other methods of dirt control measures to eliminate the tracking of on-site and off-site dirt. No Dirt hauling shall occur during a period of rain and one day after rain.

B. In addition to all dirt-excavation-haul-placement operations requiring the use of a sweeper vehicle, the CONTRACTOR shall, on each Friday toward the end of the work period, clean all roadways throughout the project area as well as areas impacted by CONTRACTOR’s construction operation including the perimeter of the construction area.

1.20 CONTRACTOR’S USE OF PREMISES

A. OCSD’s operating personnel will be responsible for operating the existing facilities throughout the execution of this contract. Equipment presently installed in the facility must be available to OCSD personnel at all times for use, maintenance, and repair. If it is necessary in the course of operating the facility, for the CONTRACTOR to move his equipment, materials, or any material included in the Work, he shall do so promptly and place that equipment or material in an area which does not interfere with the facility operation. The CONTRACTOR shall not adjust or operate serviceable or functioning equipment or systems.

B. As described in Specification section 01500, Temporary Facilities and Controls, CONTRACTOR shall provide all required buildings, and storage trailers needed for proper execution of the Work or safe, secure storage of materials and equipment.

C. The Work areas allocated for the P1-101 temporary facilities, staging area, and usage restrictions are shown on Drawing G0-0014, Contractor Work and Staging Area. No other areas will be provided on the Plant 1 site. If additional area is required, the CONTRACTOR shall make arrangements for off-site storage and office space at no additional cost to OCSD.

1. CONTRACTOR shall keep all materials and equipment related to the P1-101
Project confined within the designated areas shown on the Plan.

2. The designated Laydown Areas as shown in the Contract Documents are intended for the use of delivery, handling and storage of tools, materials and equipment. CONTRACTOR shall limit employee parking in these areas to those employees housed in the CONTRACTOR’s temporary offices.
3. CONTRACTOR may temporarily stockpile excavated material only where indicated on the Contract Documents. CONTRACTOR shall limit total amount of stockpiled material to 5,000 cy.

D. All materials delivered to the job shall be unloaded and placed in a manner that will not interfere with the flow of necessary traffic through the area adjacent to the CONTRACTOR’s Staging Area or Work locations.

E. The CONTRACTOR shall be responsible for maintaining the security, safety, and cleanliness of the temporary buildings/staging area throughout the course of construction.

F. The CONTRACTOR shall landscape the staging and storage area and return it to its original pre-construction condition at the completion of Project P1-101 work.

G. Explosives and Blasting:

1. The use of explosives and blasting on the Work will not be allowed. H. Painting and Coating:
1. No exposed on-site spray-painting/coating shall be allowed. All on-site spray painting/coating shall be conducted in a paint/coating spray booth in accordance with the requirements set forth in Division 7, Thermal and Moisture Protection and Division 9, Finishes.

1.21 OFF-SITE PARKING

A. Parking limitations are presented in Specification section 01575, Traffic Control.

1.22 SURVEY OF NEW AND EXISTING PIPING

A. CONTRACTOR shall survey the location of newly installed piping and existing piping that is during excavation for the Project. CONTRACTOR shall provide the survey information to the ENGINEER.


PART 2 - PRODUCTS (NOT USED)


PART 3 - EXECUTION

3.1 COORDINATION OF WORK

A. Maintain overall coordination of execution of Work.

B. Obtain schedules from Subcontractors and Suppliers and assume responsibility for correctness.

C. Incorporate schedules from Subcontractors and Suppliers into Progress Schedule to plan for and comply with sequencing constraints.
3.2 WORK BY OTHERS

A. Where proper execution of the Work depends upon Work by others, inspect and promptly report discrepancies and defects.

B. SCADA programming will be performed by the OCSD staff or their designated representatives. This will require careful planning and scheduling by the CONTRACTOR.

3.3 GENERAL REQUIREMENTS FOR EXECUTION OF WORK

A. Locate temporary facilities in a manner that minimizes interference with the OCSD
operation and maintenance personnel.

B. Dewater and promptly clean piping and distribution structures to facilitate inspection by OCSD.

C. Implement accepted Odor Control Plan prior to opening existing systems that may release offensive odors. The plan should describe effective containment, and ventilation to disperse odors so they do not impact the surrounding neighborhood.

D. Dimensions 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 ENGINEER a minimum of 14 days in advance of any construction in the area.

E. Obtain OCSD permit for confined space Work. Provide all necessary facilities to comply with OCSD’s most current version of "Confined Space Procedures and Requirements." For bidding purposes, a reference copy of the OCSD Safety Policy 104, Confined Spaces and Safety Policy 002, Permit Required Confined Space Program is included as Attachment E of the specifications. Permits are required, but not limited to the following areas:

1. Dewatered Cake Storage Silos

2. Truck Load-Out Hopper


F. The CONTRACTOR shall provide certified personnel to Work on energized electrical and control panels because the panels within the P1-101 Work area cannot be de- energized on a continuous basis.

No comments:

Post a Comment