Section
02999
TEMPORARY
HANDLING OF SEWAGE FLOWS
PART 1 - GENERAL
1.1
WORK
DESCRIPTION
A. The CONTRACTOR is
responsible for the temporary handling of sewage throughout the
construction of the Project. This includes the construction,
modifications, and the relocations of OCSD sewers and facilities.
B. The CONTRACTOR shall
comply with the Regional Water Quality Control Board, Health
Department, and OCSD standards, Air Quality Management District
permits, and regulations. The CONTRACTOR shall cooperate with OCSD
staff and other regulators and environmental agencies.
C. This section covers
all bypass conditions for the Project however; it is detailing only
the main bypass conditions that might last for a significant period
of time. The other bypass conditions shall follow the same rules and
shall be subject to the same penalties.
1.2
CONTRACTOR
LIABILITY
A. The CONTRACTOR shall
be responsible for continuity of sanitary sewer service to each
facility connected to the trunks sewers during the execution of the
work to be performed under this Contract. In the event that sewage
backup occurs and enters dwellings or other structures due to in any
part to a failure of the bypass piping system or to non-compliance
with the Contract Documents, the CONTRACTOR shall be
responsible for cleanup, repair, property damage costs, fines imposed
by jurisdictional authorities, and all claims arising there from.
All spills shall be contained and returned to the sewer system.
B. In the event the
Regional Water Quality Control Board levies a fine on OCSD because
of a sewage spill caused by the CONTRACTOR (directly or indirectly)
due to its lack of attention to procedures or other negligence, the
CONTRACTOR shall be held responsible and liable for reimbursing OCSD
for the entire amount of any fine imposed. OCSD may assess the amount
of the fine against payments due the CONTRACTOR. The California Water
Code gives the Regional Water Quality Control Board authority to fine
up to $10 per gallon and $10,000 per day for an illicit discharge.
1.3
CONTRACTOR
SUBMITTALS
A. Unless otherwise
indicated, the following shall be submitted, for each bypass
installation, to the ENGINEER 15 days after the effective date of the
Notice to Proceed, in compliance with the General Requirements, and
as specified herein.
B. Plans showing any
proposed changes from the Contract Documents for the temporary
handling of sewage flow, routing and protection of bypass lines,
containment areas, equipment location, schematic of pump set-up and
discharge, and proposed sequencing.
C. Shop drawings for
sewer bypass pipe material and fittings, pipe repair kits and
procedures, spill recovery mats and video camera inspections.
D. Bypass pump
characteristic curves, electrical, controls, and instrumentation.
E. Proposed
alternatives to the spill prevention, control, and countermeasure
plan as described in Part 3 of this Specification.
F. Proposed odor
control and monitoring plan, implementation scheme and monitoring
reports.
1.4
PAYMENT
A. Unless otherwise
provided in these Specifications, full compensation for temporary
handling of sewage, implementation of the spill prevention, control
and countermeasure plan, and the odor assessment and odor control
plan shall be included in the Contract Unit Price for which such
work is appurtenant thereto, and no additional allowance shall be
made therefore. Said various Contract Unit Prices shall include all
labor, materials, tools, and equipment necessary or incidental to
the temporary sewer service operations.
PART 2 - PRODUCTS
2.1
PUMPING
EQUIPMENT
A. The indentified
bypass pumping for the Project is required for the Dissolved Air
Floatation Thickeners Underflow (DAFTU) new valve vault and
pipeline and for the modifications required on the INTR 66 inch
pipe to run through the new tunnel 32.
B.
For
the Dissolved Air Floatation Thickeners Underflow (DAFTU) by pass
condition; the pumps shall be non-clog submersible sewage pumps
sized and designed for the following conditions:
1.
DAFTU bypasses from existing manhole upstream of the new DAFTU
valve vault to the existing 20-inch CI (D) pipe downstream of the
new DAFTU valve vault.
2.
DAFTU flow range is 0.5 mgd – 2.0 mgd.
3.
No restrictions on the length of time they can bypass, however
this should be confirmed with OCSD.
4.
In the event the CONTRACTOR elects to use engines to drive pumps,
the engines shall be muffled in such a manner that the maximum noise
level will not exceed 60 dBA at a distance of five feet from the
engine. Lower noise levels may be specified in the permit by
governing agencies. Regardless of the noise level,
soundproofing shields not less than eight feet high shall be
provided around each engine by the CONTRACTOR to absorb noise.
5.
Standby pumping equipment shall be at the site continuously during
pumping to provide 100 percent standby pumping capacity. The
CONTRACTOR shall provide manpower to continuously monitor the
pumping equipment on a 24-hour basis while in operation and to
activate standby equipment, if necessary.
6.
Provide level control equipment with the pump system to start and
stop pumping based on liquid level in the manhole complete with
alarms for high and low levels. Monitoring equipment shall enable
automatic switchover of pumps in pump failure conditions and
communicate alarms to plant operation via telemetry measures for
unmanned durations.
C. For the INTR 66-inch
pipe modifications at tunnel 32 area a bypass condition shall be
accomplished by closing gates in the existing primary effluent
diversion box (PEDB) which will divert the flow to the existing
84-inch pipeline. However, the gates in the PEDB are 20 years old
and may leak. The CONTRACTOR shall provide a pumping system to pump
the leaked flow through the gate to the other chamber in the box.
Consider the following assumptions for this activity which can be
adjusted in the field to suite the conditions after obtaining the
ENGINEERs acceptance:
1. Use non-clog
submersible sewage pumps sized and designed for the conditions.
2. Flow rate can be
0.1 to 1 MGD and can vary throughout the day.
3. The PEDB floor
might require some slopes to accommodate the pump
installation.
4. Provide controls to
start and stop the pump based on water levels and provide failure
alarms.
5. Provide telemetry
measures to communicate the alarms to operation if the facility
would not be manned 24/7.
2.2
BYPASS
PIPING
A. The pipe material
for the highline shall be HDPE with welded joints or PVC or DI with
restrained joints. The pipe size will be determined based on pump
size to provide velocity range of 3 to 6 feet per second at all
times and operating conditions. The CONTRACTOR shall provide design
calculations in the shop drawings to justify the pump sizing and
selection.
2.3
TEMPORARY
PLUGGING OF SEWER
A. Plugs shall be
appropriate for the application. Unless otherwise indicated, plugs
shall be a heavy-duty inflatable type with a steel rod through plug
centerline, a retaining plate and an eye-lift on both ends. Plugs
shall be new, made of natural rubber and shall show no cracks or
signs of damage. The plugs shall have a flexible sealing
design to compensate for any irregular interior surface of the
pipe. The plug length shall be suitable for the specific
application. Plugs shall be equipped with continuous pressure
monitoring and an audible alarm when the pressure drops below the
minimum pressure recommended by the manufacturer. The installed
pressure shall be as recommended by the manufacturer for the
application. The eye-lifts shall be secured to a 5/8-inch diameter
stainless steel pulling cable accessible for removal without entry.
Inflatable plugs should be installed immediately upstream from the
dry manhole to aid emergency removal of the plug. A double block
and bleed may be required to protect workers per Cal OSHA
regulations and requirements.
PART 3 - EXECUTION
3.1
TEMPORARY
HANDLING OF SEWAGE
A. The CONTRACTOR
shall construct, operate, maintain, and remove, without damage to
existing structures, all temporary sewage handling facilities.
OCSD forces will not assist the CONTRACTOR with flow handling during
the Work. The CONTRACTOR shall submit details of proposed equipment
for temporary handling of sewage flow as specified in Article 1.2.
Requirements for operating the bypass system shall be as indicated
herein and as shown on the plans. The system shall operate as
specified to insure that neither the upstream nor downstream systems
are threatened with sewage overload or spill.
B. Under no
circumstances shall sewage or solids be deposited onto the
ground surface, streets, or into ditches, catch basins or storm
drains or natural drainage ways. Sewage shall be handled in a manner
so as not to create a public nuisance or health hazard.
C. As soon as the bypass
system is proved to be operating as specified, the CONTRACTOR shall
stop the pump(s) and install and operate all backup pumps to prove
their capability and establish a switchover time.
3.2
SPILL
PREVENTION, CONTROL AND COUNTERMEASURE PLAN
The CONTRACTOR shall
implement the Spill Prevention, Control and Countermeasure Plan as
specified in this section and shown on the Plans. The CONTRACTOR
may submit equivalent materials and methods for consideration.
A The CONTRACTOR
shall submit for acceptance, all duty and emergency equipment for
bypassing flow, containment, cleanup, and repair of any damage.
Specifics for each bypass installation shall include as applicable,
but are not limited to:
1. Pipe repair kits.
2. Sand bags.
3. Rubber matting.
4. Bypass pipes, spare
pipe sections, pumps, and other relevant equipment.
5. Standby pumps.
6. Secondary
containment in trench or other surrounding land relief.
C. The CONTRACTOR shall
maintain standby and emergency equipment on site.
D. The CONTRACTOR shall
provide the names, phone numbers, and hourly working schedules of at
least three (3) people who can be contacted 24 hours per day by
phone and that may be brought on-site at any time to address on-site
emergencies. The CONTRACTOR shall provide notification of any
substitution in writing at least two days in advance. When
bypassing flows, CONTRACTOR shall have at least two people on site
24 hours per day to
monitor and maintain the bypass and implement the emergency
procedures in case of an emergency.
E. The CONTRACTOR
shall protect storm drains during construction and its shop
drawings shall show on the plans where the storm drains are located
with relief features that could assist in containing the spill. The
plans also shall indicate how storm drains will be blocked in the
event of a spill: what material and how long will it take. The
CONTRACTOR shall verify the time specified for each activity.
1. The CONTRACTOR
shall identify those responsible for each activity, present a
training plan for acceptance, and perform the accepted training.
2. The CONTRACTOR
shall coordinate the plan with the construction storm water
management requirements (see Section 02270, Storm water Pollution
Prevention Plan) to protect water quality and respond to spills of
sewage, groundwater, or fuels, ensuring there are no conflicts with
implementing each of the respective programs. The CONTRACTOR shall
implement all indicated spill prevention measures (e.g. monitoring
of upstream manholes, monitoring in the trench).
F. The following spill
procedures shall be followed by the CONTRACTOR and shall be included
in the emergency and spill prevention plans.
1. If a spill is
detected or a catastrophic pipe failure occurs, the immediate
priority of the CONTRACTOR shall be to prevent any sewage from
reaching storm drains and ultimately surface waters. A storm drain
may be used for containment of a large spill if adequate
preparations are made as indicated in the plans. The CONTRACTOR
shall protect vulnerable drains using rubber mats or sand bags
continuously during bypass or immediately (have all materials at
hand) upon spillage.
2. The CONTRACTOR
shall anticipate the following bypass system failure modes in the
plan and be prepared to act accordingly.
a. If the bypass
pump fails, begin using standby equipment as soon as
possible.
b. In the event the
bypass pipe is ruptured in a traffic accident or otherwise, the
CONTRACTOR shall immediately stop the bypass pump, install
containment as indicated in the plan, and notify the Control Center.
Inform the Control Center what emergency diversion, if any, is
indicated in the plan. Make repairs to the bypass pipe and restart
the system. Begin cleanup. Notify the Control Center when the
system is back in service.
3. The CONTRACTOR
shall anticipate the following in-trench failure mode in its plan
and be prepared to act accordingly.
a. As the CONTRACTOR
is excavating for a new trench and comes across moderate leaks in
the existing pipe, the CONTRACTOR shall make coupling/clamp repairs
as soon as possible to minimize sewage flow into the trench.
b. If the leak is too
large to make fast coupling repair, the CONTRACTOR shall start
bypassing (see bypassing sequence below), then make repair.
4. In case of
catastrophic in-trench leak, the CONTRACTOR shall immediately start
the bypassing sequence:
a. Plug downstream
side of the manhole upstream from the leak.
b. Insert
Bypass Pump:
The pump shall be sized to handle peak flow of existing sewer.
Full capacity standby pumps shall be available for immediate
installation at all times a bypass system is operating.
c. Connect
Hose or Pipe from Pump to Discharge Point:
NOTE: Hose or pipe shall already be in place and connected to a
downstream discharge point at all times when working near or with
live sewers. Hose shall only be allowed for emergency bypass
systems.
5. In event of any
spill, the CONTRACTOR shall immediately and in parallel with above
activities, notify OCSD’s Control Center (714-593-7025) and
request OCSD’s collections staff to be dispatched. The CONTRACTOR
should attempt to give the best indication to the Control Center
staff of the approximate size of the spill (<1,000 gallons is
small; 1,000 gallons to 10,000 gallons is medium; and >10,000
gallons is large) along with the approximate amount, if any, of
sewage discharged to a storm drain or channel so the appropriate
response can be dispatched.
6. OCSD staff will
respond to monitor the CONTRACTOR’s clean-up-related
activities to ensure the spill is cleaned in accordance with this
Plan. It is the CONTRACTOR’s responsibility to provide the
primary means for pipe repair and spill recovery and clean-up
including mobilizing any necessary equipment to be onsite within an
hour of a spill. Clean up may require a sweeper truck, Vactor
truck, water truck, and/or other equipment. All OCSD time and
material and special equipment for spill cleaning will be deducted
from the CONTRACTOR’s progress payment.
7. The CONTRACTOR
shall attempt to pond the water in an area away from storm drains
that can be easily and fully recovered for discharge to OCSD’s
collection system. This ponding activity should not impact any
environmentally sensitive areas.
8. The CONTRACTOR and
ENGINEER with the assistance of OCSD’s collections staff shall
coordinate the most efficient and appropriate response,
repair, and cleanup of a spill as soon as possible. The
CONTRACTOR will cooperate with OCSD staff to the fullest extent
possible in order to minimize the impacts and volume of the spill in
the most efficient manner possible.
9. Disinfection of a
spill is not allowed (especially if the water is reaching State
waters). All wash water and sewage-contaminated wash water must be
contained and recovered in the same manner as the sewage.
10. The CONTACTOR shall
have cameras on hand and shall document the spill, its cause, and
the response activities as these occur with a video camera and
photographs. The CONTRACTOR is required to attend a debriefing at
the jobsite immediately after the spill is contained and cleaned up.
3.3
ODOR
MITIGATION
The CONTRACTOR shall
comply with the Odor Monitoring requirements as specified below:
A. The CONTRACTOR
shall prepare a listing of all potential construction activities
that might produce odors. For each of these construction
activities, the CONTRACTOR shall include the scheduled construction
date(s), expected construction duration(s), a listing of the
potential receptors, and the distance to these receptors.
Potential nuisance odor areas shall include open manholes, and open
sewers where sewage gases can be present or can be released.
Potential nuisance odor areas do not include covered manholes that
are sealed or plugged (closed) sewer pipes.
B. All potential
construction activities that might produce odors shall be identified
on the Baseline Construction Schedule as required in the General
Requirements. If multiple construction activities of this type
are required simultaneously due to schedule constraints,
multiple sets of gas analyzers shall be obtained and provided for
monitoring by the CONTRACTOR.
C. For each site where
potential odors may be produced, the CONTRACTOR shall prepare a plan
for monitoring with the use of four gas analyzers. The high range
gas (0-
200 ppmv) analyzers
shall be located in the manhole and the three low range gas (0-2
ppmv) analyzers shall be located at the nearest receptors and at a
height between 3 and
6 feet above the ground
as accepted by the ENGINEER. The CONTRACTOR shall utilize the Air
Quality Monitoring Logistic Report form or approved similar form to
report and document construction and monitoring activities. The
CONTRACTOR shall submit each monitoring plan in the form of a Shop
Drawing Submittal for review and acceptance prior to conducting
monitoring.
D. The CONTRACTOR shall
obtain fully functioning and calibrated hydrogen sulfide gas
analyzers to measure hydrogen sulfide emission concentrations from
potential odor areas during construction. The CONTRACTOR shall
obtain three low range hydrogen sulfide gas analyzers, and one high
range hydrogen sulfide gas analyzer. The hydrogen sulfide gas
analyzers shall be Odalog as manufactured by App-Tek International
Pty Ltd, Model
3000RS
manufactured
by AMI, Or Equal. The low range hydrogen sulfide gas analyzers shall
be capable of measuring and logging hydrogen sulfide gas
concentrations between
0.01 and 2 ppmv. The
high range hydrogen sulfide gas analyzer shall be capable of
measuring and logging
hydrogen sulfide gas concentrations between 0 to 200 ppmv. The
CONTRACTOR shall also obtain one software kit for downloading data
from the gas analyzer, and one calibration kit for calibrating the
gas analyzer per the manufacturer requirements. All gas analyzers
and accessories that are purchased by the CONTRACTOR shall become
the property of OCSD at the end of the Project. The analyzers
shall be in good working order when turned over to OCSD. The
software and calibration kits shall also be provided at the same
time.
Prior to purchase, the
CONTRACTOR shall submit a shop submittal for review and acceptance.
The CONTRACTOR shall ensure that the gas analyzers are calibrated by
the manufacturer.
E. After acceptance of
the monitoring plan for the specific construction site where odors
are anticipated, the CONTRACTOR shall notify the ENGINEER at least
forty-eight (48) hours in advance of the proposed Work.
F. The CONTRACTOR
shall, prior to the commencement of any Work, install all gas
analyzers as described on the reviewed shop submittal.
G. The CONTRACTOR shall
determine the means of achieving less than 10 ppbv at the receptors,
as required in the General Requirements, prior to the commencement
of all Work. Where odor mitigation measures are planned, they shall
be in place during the construction period.
H. The CONTRACTOR shall
download and record the readings of the hydrogen sulfide gas
concentrations daily and present these results in a tabular format
to the ENGINEER. Readings shall be logged at an interval to be
determined by the ENGINEER. Readings shall be organized in a way
that specifies which gas analyzer was used and the location of the
analyzer. The CONTRACTOR shall utilize the Air Quality Monitoring
Logistic Report form or approved similar form to report and document
construction and monitoring activities. The CONTRACTOR shall
provide these organized readings to the INSPECTOR at a frequency to
be determined by the ENGINEER (which may be daily or less
frequently).
I. OCSD may choose to
download the data directly from the hydrogen sulfide gas analyzers
that the CONTRACTOR has set up on-site. OCSD may also set up
independent hydrogen sulfide gas analyzers at the construction site
for additional monitoring. If the CONTRACTOR’s hydrogen sulfide
gas analyzer readings do not reasonably correlate with OCSD’s
hydrogen sulfide gas analyzer readings, the ENGINEER may require
calibration of all gas analyzers, and reevaluation of the monitoring
set up.
J. The CONTRACTOR
shall record the wind speed and prevailing wind direction where the
high range gas monitor has been installed. Depending on wind speed
and direction, the CONTRACTOR may be required by the ENGINEER during
the course of construction to adjust the locations of the three low
range gas analyzers so that at least one of the three low range gas
analyzers remains directly downwind of the high range gas monitor
and the remaining two monitors also relocated as appropriate.
K. If hydrogen sulfide
concentrations exceed 10 ppbv at any of the low range gas monitors
(OCSD or CONTRACTOR) during the course of construction Work
activities, the CONTRACTOR shall invoke the Odor Assessment and Odor
Control Plan (OAOCP) for mitigation, and notify the ENGINEER
immediately. If the CONTRACTOR fails to mitigate ambient hydrogen
sulfide concentrations below 10 ppbv at the receptors using OAOCP,
the CONTRACTOR shall stop Work immediately and coordinate with
the ENGINEER on further odor mitigation and control prior to
commencement of Work at the site where odors are released.
L. The CONTRACTOR
shall abide by the following Odor Assessment and Odor Control Plan
(OAOCP), at a minimum, to prevent emissions of nuisance odors when
hydrogen sulfide concentrations exceed 10 ppbv during the course of
construction Work:
a. Cover manholes and
openings where bypass pumps are used with plywood or other approved
material, including sealing cracks and edges with sealing putty or
caulking. Ensure that all covers are secure, safe from vandalism
and safe from potential life and safety hazards (i.e. falling or
tripping hazards).
b. Seal open sewer
pipes during tie-ins.
c. Keep the duration
of open manholes to a minimum.
d. Plug
sewers as necessary to reduce odor emissions.
e. Provide in-line
bypasses in closed conduits when working in manholes.
f. Reasonably prevent
sewer gases from escaping the construction work area.
M. If OCSD staff
determines that odor control is required during construction,
the CONTRACTOR shall coordinate with OCSD staff for odor control and
mitigation requirements. All chemical, liquid or vapor treatment
measures will be provided by OCSD. Other forms of treatment by the
CONTRACTOR will be considered on a case by case basis.
No comments:
Post a Comment