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.
- SubmittalSubmittal Acceptance DeadlineReferenceDust Control and AirPollution Mitigation PlanPrior to excavationSection 01140 and GENERAL REQUIREMENTS, section entitled “Environmental Control”Excavation Plan15 days prior to start of excavationGENERAL 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 dewateringSections 01140, 01150 and 02200, and GENERAL REQUIREMENTS, section entitled “Submissions for Review”Shoring and Bracing Plan15 days prior to start of utility relocation in areas of excavationSection 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 activitiesSection 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