HomeMy WebLinkAboutItem 6f. Authorize advertisement of Calle Joaquin Siphon and Sewer Lift Station Replacement Project Item 6f
Department: Utilities
Cost Center: 6002
For Agenda of: 10/19/2021
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Utilities Director
Prepared By: Jennifer Metz, Utilities Project Manager
SUBJECT: AUTHORIZE ADVERTISEMENT OF CALLE JOAQUIN SIPHON AND
SEWER LIFT STATION REPLACEMENT PROJECT, SPEC. NO. 91118A
RECOMMENDATION
1. Approve the plans and specifications for the Calle Joaquin Siphon and Sewer Lift
Station Replacement Project (Project), Specification No. 91118A; and
2. Authorize staff to advertise the Project for bids; and
3. Adopt a Resolution entitled “A Resolution of the City Council of the City of San Luis
Obispo, California, authorizing use of Sewer Fund Unreserved Working Capital for
Construction of the Calle Joaquin Siphon and Lift Station Replacement Project,
Specification No. 91118A and authorizing the return of previously approved general
fund funding for silt removal from the project account to General Fund Capital
Reserves”; and
4. Authorize the City Manager to award the construction contract for the Project if the
lowest responsible bid is within available project funding.
DISCUSSION
Background
Wastewater collection systems function primarily by gravity, flowing from higher to lower
elevations throughout the City until wastewater ultimately reaches the Water Resource
Recovery Facility (WRRF) for treatment. To maintain adequate elevations, sewer lift stations
are constructed to "lift" the wastewater to higher elevations, where it can again be conveyed
by gravity. The Calle Joaquin Sewer Lift Station was put into service in 1967 making it the
oldest of eight sewer lift stations operated by the City. The Lift Station serves properties in
the southern portion of the City on both the east and west sides of US 101, including the
Froom Ranch project.
Sewer siphons are designed to carry wastewater for short distances under pressure,
typically when the wastewater collection system needs to cross a creek or other low
elevation site that would impede gravity flow. The sewer siphon under San Luis Obispo
Creek and the gravity sewer main across US 101 were installed in the early 1970s to direct
wastewater to the Calle Joaquin lift station.
Page 51 of 850
Item 6f
The existing Calle Joaquin siphon was identified for replacement as it is exposed across
San Luis Creek posing a significant failure risk. The existing Calle Joaquin sewer lift station
was identified for replacement due to its age and condition. The lift station site has flooded
in the past making it inaccessible. For the replacement of the lift station, the wet well rim
elevation is higher than the current station and equipment (generator, electrical panel,
etc.) is located above the known flood elevation. The project also includes installation of a
new siphon under San Luis Obispo Creek via horizontal directional drilling, and
replacement of the sewer crossing of US 101 via jack and bore.
Original Project Bid and Resultant Rejection
On January 12, 2021, the City Council approved the advertisement of the Calle Joaquin
Lift Station Replacement project (Specification No. 91118) and adopted Resolution 11204
(2021 Series) with a total budget of $5.4 million including construction, construction
management, and construction contingencies (Attachment D). Project funding sources
included $100,000 from the General Fund Reserves for silt removal from San Luis Obispo
Creek with the balance from the Sewer Fund, including $2 .9 million from Sewer Fund
Unreserved Working Capital. The Project was advertised on January 21, 2021 and staff
conducted outreach to both general and subcontractors with experience on recent similar
projects. Five general contractors attended a mandatory pre-bid conference on February
11, 2021. On February 25, 2021, two bids were received; both bids exceeded the engineer’s
estimate. The low bid was $6,585,867, approximately 88 percent higher than the engineer’s
estimate.
As the low bid exceeded the available budget, staff recommended that the City Manager
reject all bids for the project and for staff to return to the City Council with a recommendation
to rebid the project in late 2021. The City Manager Report to reject all bids was approved
on March 10, 2021.
Current Project Modified Scope of Work
in Response to Feedback and
Reassessment
Replacement of this existing infrastructure is
still a high priority due to its age, condition,
and immediate proximity to San Luis Obispo
Creek. In March 2021 the existing siphon
blocked causing a sanitary sewer overflow
and on May 30, 2021 both pumps at the lift
station failed due to a PG&E transformer
failure/electrical surge.
Page 52 of 850
Item 6f
Based on feedback the contractors who bid the original project and the various permitting
agencies, staff worked with an engineering consultant to revise the plans, specifications,
and construction cost estimate. Items eliminated from the project include diversion of San
Luis Obispo Creek, removal of the existing siphon, removal of invasive species (Giant Reed
or Arundo) and silt from the creek, modified access to the siphon/freeway crossing tie-in
point to the US 101/Los Osos Valley Road offramp and added working days to
accommodate procurement time. The gravity sewer line south of the lift station is now
identified as an additive alternate, meaning this component would only move forward to
construction if it can be funded from the available project budget. These changes in scope
are intended to present a more straightforward project for bidders. Due to federal permitting
challenges, silt and invasive species removal will be accomplished separately.1 Consistent
with Municipal Code section 12.08.100 (Exceptions to Discharge), the City has applied
for necessary permits from the Regional Water Quality Control Board for project
dewatering.
With the silt removal eliminated from the Project, Recommendation 3 is to return $100,000
to the General Fund Capital Reserves account. The City completed plans and
specifications for the Project (Attachments A and B) and recommends the City Council
authorize advertisement of the Project for construction.
Previous Council or Advisory Body Action
On January 12, 2021, the City Council adopted Resolution 11204 (2021 Series) approving
the advertisement of the Calle Joaquin Siphon and Sewer Lift Station Replacement project
(Specification No. 91118). A City Manager Report to reject all bids was approved on March
10, 2021. Since that time, the project has been modified as described above.
Policy Context
Per the City’s General Plan Water and Wastewater Management Element, 2019 Sewer
System Management Plan, and 2015 Wastewater Collection System Infrastructure
Renewal Strategy, the City replaces wastewater infrastructure to ensure delivery of
reliable service, minimize sanitary sewer overflows, and provide adequate capacity to
serve future development.
Public Engagement
The Calle Joaquin Siphon and Lift Station Replacement Pr oject has been identified as a
priority project in the Financial Plan Capital Improvement Plan since 2011. As
construction proceeds, updates will be provided on the City’s Public Works Department
website at:
www.slocity.org/government/department-directory/public-works/construction-and-traffic-updates
1 Invasive species (Giant Reed or Arundo) removal from San Luis Obispo Creek is being
coordinated by the City Biologist.
Page 53 of 850
Item 6f
CONCURRENCE
Utilities staff, the City Biologist, and Public Works Department staff (City Engineer and
Construction Manager) have worked cooperatively on the delivery of this Project. Those
staff concur with the recommendations in this report.
ENVIRONMENTAL REVIEW
The City Council approved a Mitigated Negative Declaration of Environmental Im pact for
the Project in 2016 by Resolution 10718 (Council Reading File, Attachment E). An
addendum was prepared in 2021 to align the project description with the current project
which has reduced impacts due to eliminating the work which required the San L uis
Obispo Creek diversion.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2021-23
Funding Identified: Yes
The construction cost estimate for the project is now $6 million. Other project costs of
$876,000 are outlined in the table below. Contingencies are included at 20 percent of the
budget to address potential changes in scope that may arise during constructi on. Due to
COVID-19, material cost and procurement times have both increased (especially electrical
components and pipe material). The estimated total project cost is $8,251,200 with only
$5,217,238 in currently approved project funding. Staff is recommending the City Council
approve a Resolution (Attachment C) to utilize $3,033,692 from Sewer Fund, Unreserved
Working Capital.
The approximate current balance in Sewer Fund unreserved working capital is $35
million. With the modification including elimination of the silt removal component, no
funding from the General Fund is proposed.
Estimated Construction Cost
Construction Cost Estimate $6,000,000
Construction Management/Inspection $500,000
Engineering Construction Phase Support/Record Drawings $200,000
Biological Monitoring, Storm Water Pollution Prevention, Permit Fees ,
Specialty Inspection, Materials Testing, Printing, Recording, Misc. Costs $76,000
Utility Service and Relocations (PG&E, Gas, AT&T, Charter Cable) $100,000
Subtotal $6,876,000
Contingency (20%) $1,375,200
Total Project Cost2 $8,251,200
2 Excludes operating costs.
Page 54 of 850
Item 6f
Project Funding
Sewer Fund, FY 2017-19 Funding (91118, carryover) $2,600,000
Sewer Fund, FY 2019-20 Funding (100087) $700,000
Sewer Fund, Unreserved Working Capital (Approved January 12,
2021) 2,900,000
Expenditures and Commitments to Date - $982,762
Available Funding $5,217,238
Sewer Fund, Unreserved Working Capital $3,033,962
Project Funding $8,251,200
Fiscal Analysis:
Funding Sources
Total
Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $ 0 $0 $0 $0
Other: Sewer Fund $5,217,238 $5,217,238 $0 $15,000
Other: Sewer
Fund, Unreserved
Working Capital
$35,000,000 $3,033,962 $31,966,038 $0
Total $40,217,238 $8,251,200 $31,966,038 $15,000
Annual staffing, maintenance, equipment, and energy cost for the existing Calle Joaquin
Lift Station is budgeted at $15,000 annually. This cost is not expected to increase with
the replacement of the siphon and lift station. Funding for the Project’s on-going
operational costs was approved as part of the 2021-2023 Financial Plan in the Sewer
Fund, Wastewater Collection section operating budget.
ALTERNATIVES
Deny or defer approval to advertise. The City Council may choose to deny or defer the
approval to advertise this project. Staff does not recommend this alternative as the existing
siphon and lift station will continue to deteriorate, increasing the likelihood of failure, which
could result in the discharge of untreated wastewater directly into San Luis Obispo Creek.
ATTACHMENTS
A - Project Plans for 91118A
B - Project Specifications for 91118A
C - Draft Resolution authorizing funding for the Calle Joaquin Siphon and Lift Station
Replacement Project
D - January 12, 2021 Council Agenda Report
Page 55 of 850
Page 56 of 850
All work shall comply with the City Standard Specifications - May 2018 Edition andthe City Engineering Standards - May 2018 Edition, except as amended in thespecifications.1.CONTACT "UNDERGROUND SERVICE ALERT OF NORTHERNCALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48) HOURSPRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER,TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES.2. CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OFCABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUNDFACILITIES.3. THE CONTRACTOR SHALL POSSESS A CLASS A LICENSE AT THETIME OF BID OPENING AND FOR THE DURATION OF THEPROJECT.general notes:san luis obispo county, californiaCALLE JOAQUIN LIFT STATIONREPLACEMENTAPPROVED BYSPECIFICATION NO. DATEofSHEETMatthew A. Horn, City Engineer R.C.E. C63611 Approved Date56DECEMBER 2020911331FILE NO./LOCATION[MO DAY, YEAR]NG-001Know what's below. Call before you dig.Nindex to plansDescriptionSht.No.Sht.Title 1 G-001 COVER SHEET 2 G-002 SHEET LAYOUT 3 G-003 LEGEND, ABBREVIATIONS AND NOTES 4 G-004 SURVEY CONTROL DATA AND TEMPORARY CONSTRUCTION EASEMENTS 5 C-101 HIGHWAY 101 CROSSING - PLAN AND PROFILE: STA. 1+00 to 6+25 6 C-102 INVERTED SIPHON CREEEK CROSSING - PLAN AND PROFILE: STA. 6+25 to 11+00 7 C-103 CALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 100+00 to 104+00 8 C-104 CALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 104+00 to 108+00 9 C-105 CALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 108+00 to 111+2510 C-200 CALLE JOAQUIN LIFT STATION - DEMOLITION PLAN11 C-201 CALLE JOAQUIN LIFT STATION - SITE AND GRADING PLAN12 C-202 CALLE JOAQUIN LIFT STATION - UTILITY PLAN13 C-203 CALLE JOAQUIN LIFT STATION AND APPROACH MANHOLE DETAILS14 C-204 CALLE JOAQUIN LIFT STATION - SECTIONS AND DETAILS15 C-205 CALLE JOAQUIN LIFT STATION - GRADING SECTIONS AND DETAILS16 C-501 CIVIL DETAILS - 117 C-502 CIVIL DETAILS - 218 C-503 CIVIL DETAILS - 319 C-504 CIVIL DETAILS - 420 C-505 CIVIL DETAILS - 521 C-506 CIVIL DETAILS - 622 C-507 CIVIL DETAILS - 723 R-101 EXISTING TOPOGRAPHY PLAN24 R-102 EXISTING TOPOGRAPHY PROFILE25 R-103 GRADING PLAN - FINAL26 R-104 GRADING PROFILE27 R-105 GRADING CROSS SECTIONS - 128 R-106 GRADING CROSS SECTIONS - 229 R-107 GRADING CROSS SECTIONS - 330 R-108 DETAILS - ROOTWAD31 L-101 PLANTING PLAN32 L-102 INVASIVE SPECIES REMOVAL AND EROSION CONTROL PLAN33 L-103 IRRIGATION PLAN34 L-104 MISCELLANEOUS DETAILS35 L-105 IRRIGATION DETAILS36 L-106 EROSION CONTROL DETAILS37 L-107 EROSION CONTROL DETAILS38 S-101 PUMP STATION STRUCTURE AND WALL LAYOUT PLAN39 S-102 WALL PROFILE AND DETAIL40 S-103 WALL SECTIONS41 S-104 CONCRETE SLAB PLAN42 S-501 STRUCTURAL DETAILS - 143 S-502 STRUCTURAL DETAILS - 244 S-503 STRUCTURAL DETAILS - 345 S-504 SPECIAL INSPECTION46 E-101 ELECTRICAL LEGEND AND ABBREVIATIONS47 E-102 SINGLE LINE DIAGRAMS AND ELEVATION48 E-103 CALLE JOAQUIN LIFT STATION - ELECTRICAL SITE PLAN49 E-104 GROUNDING PLAN, PANEL AND CONDUIT SCHEDULES50 E-105 CONTROL SCHEMATIC DIAGRAMS51 E-106 ELECTRICAL DETAILS52 E-107 ELECTRICAL DETAILS53 N-001 INSTRUMENTATION LEGEND AND SYMBOLS54 N-002 COMMUNICTION BLOCK DIAGRAM55 N-003 CALLE JOAQUIN LIFT STATION P&ID56 N-004 INSTRUMENTATION DETAILSPage 57 of 850
SC-200C-201C-202C-101C-103C-104C-105HIGHWAY 101CALLE JOAQUINLOS OSOS VALLEY ROADLIFT STATIONGRAVITY SEWERCREEK CROSSINGHWY 101 CROSSINGFORCE MAINC-01C-03L-101SITE ACCESS(NOTE 1)FROOM CREEKSAN LUIS OBISPO CREEKSAN LUIS OBISPO CREEKPERFUMO CREEKC-102CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356NDCNR--SEE DWGSHEET LAYOUT2G-002Know what'sbelow. Call before you dig.Page 58 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356G3SDSDOHGwEEJPPPTPGVIRRB-1C-1OILEWM10AR1RWCOSFOSS12DCNR--SEE DWGLEGEND, ABBREVIATIONS AND NOTES3Know what's below. Call before you dig.G-003Page 59 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGSURVEY CONTROL DATA4G-004Know what's below. Call before you dig.4SHEET NO.DRAWING NO.Know what'sbelow. Call before youdig.CITY SPECIFICDRAWING NODATE:OCTSSCALE:SCHECKED BY:APPROVED BYDRAWN BY:DESIGNED BYPROOJECT TITTLE:CALLLE JJOAAQUUIN LLIFTT STTATTIONN REEPLLACCEMMENTTPage 60 of 850
SSCALL
E J
O
A
Q
UI
N
STAT
E
HI
G
H
W
A
Y
1
0
1
(SOUT
H
B
O
U
N
D)
STAT
E
HI
G
H
W
A
Y
1
0
1
(NORT
H
B
O
U
N
D)
G1 G2G2G2G2G2OHOHOHOHOHTTTOIL6OIL6OIL6OIL6OIL6SD48SD48OIL8
OIL8
OIL8
OIL8
OIL8
OIL8
OIL8
OIL8
SS8VCWM12WM12G2SS10VCPEEWW8WTTEESS10V
C
P SS12SS12SS12SS12SS12SS12SS12SS12SS12RWFME1+002+003+004+005+006+00CALT
R
A
N
S
R
WS41° 26' 04.37"E'REFER TO C-102MATCHLINE AT STA 6+250020' 40'H: 1" = 20'5' 10'V: 1" = 5'1001101+002+003+00 4+0080901206+005+0070100110809012070SEWER MANHOLE - CONTROL*SSMH # NORTHING EASTINGWET WELL2285455.93 5760397.56APPROACHMH2285429.06 5760422.82SSMH A2285418.11 5760437.80SSMH B2285108.27 5760711.49NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356C-1010Know what's below. Call before you dig.DCNRSEE DWGHIGHWAY 101 CROSSING - PLAN AND PROFILE: STA. 1+00 TO 6+255REFER TO C-102MATCHLINE AT STA 6+25Page 61 of 850
S7+008+009+0010+0010+54SS12SS12SS12SS12SS12SS12SS12SS12CP SS10VCP SS8VCSS8VCSAN L
UI
S
OBIS
P
O
C
R
E
E
KN
REFER TO C-101MATCHLINE AT STA 6+250020' 40'H: 1" = 20'5' 10'V: 1" = 5'10011010011080908090706070606+00 7+00 8+00 9+0010+0011+00SEWER MANHOLE - CONTROL*SSMH # NORTHING EASTINGSSMH C2284925.10 5760872.96CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356C-102Know what's below. Call before you dig.DCNRSEE DWG6REFER TO C-101MATCHLINE AT STA 6+25Page 62 of 850
STA:100+12.50SSMH #1RIM=109.88INV 8" IN=97.10INV 8" OUT=95.80STA:103+66.56SSMH #2RIM=106.29INV 8" IN=94.03INV 8" OUT=93.93INV 6" IN: 97.05EXISTING GROUNDOVER SEWER PIPESTA. 101+22.77STA. 101+28.8720 LF16" STEEL CASING12" MIN.CLEARANCEINV. = 98.90±(CALC.)STUB AND CAPFOR FUTURE5LF OF 8" HDPE S=0.006(E) 6'x7' R.C.B.S=0.0050349.1LF OF 8" DR17 HDPE PIPE31.0LF OF8" DR17 HDPE PIPES=0.0051100+00100+00101+00102+00103+00104+00C1L1G2G2G2G2G2G2G2G2G2G2SS8VCOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6WM12WM12WM12WM12WM12WM12WM12WM12W8G2G2G2G2G2G2G2G2G2G2SS8VCOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6WM12WM12WM12WM12WM12WM12WM12WM12W8STA. 103+66.56SSMH #2STUB FORFUTURECONSTRUCTIONSTA. 100+12.50SSMH #1CONNECT TOEXISTING 6" SSCURVE TABLECURVE #C1RADIUS432.70LENGTH354.06EXTERNAL TANGENT187.62DELTA46.8826°INV OUT=95.808"Ø SSINV IN=97.05EXIST 6"Ø SSINV IN=97.108"Ø SSEX. 6"SSPLUG, CAP ANDABANDON PER2'INV OUT=93.938"Ø SSINV IN=94.038"Ø SSLINE TABLELINE #L1L2LENGTH12.50267.66DIRECTIONN61° 13' 17.09"EN15° 36' 36.34"EREFER
T
O
C-
1
0
4
MATCH
LI
N
E
A
T
S
T
A
1
0
4
+
0
0CONSTRUCTION NOTES:FURNISH AND INSTALL NEW 4'DIAMETER SEWER MANHOLE PERENGINEERING STD 6610. COATINTERIOR OF MANHOLE PERSPECIFICATION SECTION 099720, ANDCOAT OUTSIDE PER SPECIFICATIONSECTION 034210.ABANDON EXISTING SEWER PERENGINEERING STD 6050INSTALL 16" STEEL CASING UNDEREXISTING 6'x7' REINFORCED CONCRETEBOX CULVERT PER DETAIL8"Ø DR17 HDPE SEWER PIPE PERSPECIFICATION SECTION 402097 ANDENGINEERING STD 6020ABANDON EXISTING MANHOLE PERENGINEERING STD 6050.SEWER MANHOLE - CONTROL*SSMH # NORTHING EASTINGSSMH #12284557.94 5760057.38SSMH #22284825.22 5760274.38100110100+00 101+00 102+00 103+0090120REFER TO C-104MATCHLINE AT STA 104+000020' 40'H: 1" = 20'5' 10'V: 1" = 5'104+00801001109012080MANHOLE #1STA. 100+12.50MANHOLE #2STA. 103+66.56GENERAL NOTES:SEE SHEET G-003 FOR GENERAL NOTES (TYP.)INV.=97.13N CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 100+00 to 104+007C-103Know what's below. Call before you dig.9'Page 63 of 850
+00105+00106+00107+00108L2L3S
G2G2G2G2G2G2G2G2G2G2OHOHOHOIL6SS8VCSS8VCSS8VCSS8VCSS8VCSS8VCSS8VCSS8VCOHOHOHOHOHOHOHOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL612WM12WM12WM12WM12WM12WM12WM12S
G2G2G2G2G2G2G2G2G2G2OHOHOHOIL6SS8VCSS8VCSS8VCSS8VCSS8VCSS8VCSS8VCSS8VCOHOHOHOHOHOHOHOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL612WM12WM12WM12WM12WM12WM12WM12STA. 106+34.22SSMH #3STA:106+34.22SSMH #3RIM=104.61INV 8" IN=92.59INV 8" OUT=92.49EXISTING GROUNDOVER SEWER PIPES=0.0051S=0.0065231.7LF OF 8" DR17 HDPE PIPE163.3LF OF 8" DR17 HDPE PIPEL2L3267.66347.35N15° 36' 36.34"EN15° 15' 30.08"EINV OUT=92.498"Ø SSINV IN=92.598"Ø SSLINE TABLE10011090120REFER TO C-105MATCHLINE AT STA 108+0080REFER TO C-103MATCHLINE AT STA 104+00REFER TO C-105MATCHLINE AT STA 108+00REFER TO C-103MATCHLINE AT STA 104+00105+00 106+00 107+00 108+000020' 40'H: 1" = 20'5' 10'V: 1" = 5'104+001001109012080CONSTRUCTION NOTES:FURNISH AND INSTALL NEW 4' DIAMETERSEWER MANHOLE PER ENGINEERING STD 6610.COAT INTERIOR OF MANHOLE PERSPECIFICATION SECTION 099720, AND COATOUTSIDE PER SPECIFICATION SECTION 034210.ABANDON EXISTING SEWER PER ENGINEERINGSTD 60508"Ø DR17 HDPE SEWER PIPE PERSPECIFICATION SECTION 402097 ANDENGINEERING STD 6020ABANDON EXISTING MANHOLE PERENGINEERING STD 6050.SEWER MANHOLE - CONTROL*SSMH # NORTHING EASTINGSSMH #32285083.00 5760346.39MANHOLE #3STA. 106+34.22GENERAL NOTES:SEE SHEET G-003 FOR GENERAL NOTES (TYP.)N CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 104+00 to 108+008C-104Know what's below. Call before you dig.Page 64 of 850
STA:109+81.57APPROACH MHRIM:104.37STA:110+68.08SSMH #6RIM=104.53INV 12" IN=93.79INV 12" OUT=93.70STA:110+94.71EXISTING SSMH #2829RIM=104.70INV 10" IN=94.09INV 12" OUT=93.9980.4LF OF 12"DR17 HDPE PIPE(E) DBLE 5'x5' R.C.B.20 LF16" STEEL CASINGINV IN: 90.23 8"INV IN: 92.42 12"CONNECT TO EXISTINGMANHOLE PER DETAILS=0.0065178.0LF OF 8" DR17 HDPE PIPES=0.0150S=0.008821.6LF OF 12"DR17 HDPE PIPESTA:111+01.39 L10.6'FORCEMAIN CONNECTIONINV=95.12±EXISTINGGROUNDOVERSEWER PIPE110+95+00109+00110+00L4L5S FMG1G2G2G2G2G2G2G2G2G2OHOHOHOHOHOHOHOHOHOHT SS10VCPSS10VCPOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6SD48SD48SD48SD48SS8VCSS8VCSS8VCWM12WM12WM12WM12G2
G
2 SS10VCPW8E W8W8W8T
E
SS10VCPSS12SS12R
W
R
W
FM
F
M
E
E
FMG1G2G2G2G2G2G2G2G2G2OHOHOHOHOHOHOHOHOHOHT SS10VCPSS10VCPOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6SD48SD48SD48SD48SS8VCSS8VCSS8VCWM12WM12WM12WM12G2
G
2 SS10VCPW8E W8W8W8T
E
SS10VCPSS12SS12R
W
R
W
FM
F
M
E
E
STA. 109+94.63APPROACH MHSTA. 110+78.62SSMH #612"Ø HDPE SS IN30"Ø STEEL CASING,SEE SHEET C-101ABANDON EXISTING SEWERPER ENGINEERING STD 6050CONNECT NEW 12"Ø HDPETO EXISTING MH PER DETAILINV IN=92.42INV DROP INLET =85.7312"Ø SSINV IN=89.93INV DROP INLET=86.068"Ø SSINV IN=85.7312"Ø SSINV OUT=85.6812"Ø SSINV IN=93.7912"Ø SSINV OUT=93.7012"Ø SSL3L4L5347.3586.5126.63N15° 15' 30.08"EN22° 15' 34.76"EN36° 26' 48.06"WLINE TABLE1001109012080REFER TO C-104MATCHLINE AT STA 108+00REFER TO C-104MATCHLINE AT STA 108+00109+00 110+00 111+00 112+000020' 40'H: 1" = 20'5' 10'V: 1" = 5'108+001001109012080CONSTRUCTION NOTES:FURNISH AND INSTALL NEW 4'DIAMETER SEWER MANHOLE PERENGINEERING STD 6610. COATINTERIOR OF MANHOLE PERSPECIFICATION SECTION 099720, ANDCOAT OUTSIDE PER SPECIFICATIONSECTION 034210.ABANDON EXISTING SEWER PERENGINEERING STD 6050FURNISH AND INSTALL NEW 6'DIAMETER APPROACH MANHOLE PERDETAILCOAT INTERIOR OF MANHOLE PERSPECIFICATION SECTION 099720, ANDCOAT OUTSIDE PER SPECIFICATIONSECTION 034210JACK AND BORE 16" STEEL CASINGUNDER EXISTING DOUBLE 5''x5'REINFORCED CONCRETE BOX CULVERTPER DETAIL12"Ø DR17 HDPE SEWER PIPE PERSPECIFICATION SECTION 402097 ANDENGINEERING STD. 60208"Ø DR17 HDPE SEWER PIPE PERSPECIFICATION SECTION 402097 ANDENGINEERING STD 602010"Ø DR17 HDPE SEWER FORCE MAIN,SEE SHEET C-202ABANDON EXISTING MANHOLE PERENGINEERING STD 6050SEWER MANHOLE - CONTROL*SSMH # NORTHING EASTINGApproachMH2285429.06 5760422.82SSMH #62285498.17 5760470.57APPROACH MHSTA. 109+91.94MANHOLE #6STA. 110+78.62GENERAL NOTES:SEE SHEET G-003 FOR GENERAL NOTES (TYP.)N CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN GRAVITY SEWER - PLAN AND PROFILE: STA. 108+00 to 111+259C-105Know what's below. Call before you dig.N
N Page 65 of 850
SWG2FMFMFMWFMG1G1G1G1G1G1G1G2G2G2G2G2G2G2G2OHOHOHOHOHOHOHOHOHOHTTTTTTTTTTSS10VCPOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL648SD48SD48SD48SD48SD48SD48SD48S8VCSS8VCWM12WM12WM12WM12G2
G2
G2SS10VCP
W8RWWWEEEEEEEEWWWWWWWWW8W8W8W8W8W8
W8WWWTTTTTTTTTEEEEEEEESS10VCPSS10V
C
P
SS10V
C
P
SS10V
C
P SS12SS12SS12RW
RW
RW
RW
FM
FM
E
E
E
EDEMOLITION NOTESITEM DESCRIPTIONNOTES:LEGEND:NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION - DEMOLITION PLAN10C-200SSKnow what's below. Call before you dig.WG1Page 66 of 850
AC-204BC-204CALLE JOAQUINCC-204CONSTRUCTION NOTES:NNOTES:CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION - SITE AND GRADING PLAN11C-201Know what's below. Call before you dig.LEGEND:Page 67 of 850
WG2WG1G1G1G1G2G2G2G2G2G2G2G2OHOHOHOHOHOHOHOHOHOHTTTTTTTTTTSS10VCPOIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6OIL6SD48SD48SD48SD48SD48SD48SD48SD48SS8VCSS8VCWM12WM12WM12WM12G2
G2
G2SS10VCP
W8RWWWEEEEEEEEWWWWWWWWW8W8W8W8W8W8
W8WWWTTTTTTTTTEEEEEEEESS10VCPRW
RW
RW
RW
EE
E
E
G1
G1G1G1G1G1G1G1G1G1G1G1G1G1G1CONSTRUCTION NOTES:NOTES:NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION - UTILITY PLAN12C-202Know what's below. Call before you dig.Page 68 of 850
MATERIALS LISTNOTES:CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION AND APPROACH MANHOLE DETAILS13C-203Know what's below. Call before you dig.Page 69 of 850
CONT'D
CONT'D MATERIALS LISTNOTES:CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION AND APPROACH MANHOLE DETAILS14C-204Know what's below. Call before you dig.Page 70 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCALLE JOAQUIN LIFT STATION - GRADING SECTIONS AND DETAILS15C-205NOTE:Know what's below. Call before you dig.Page 71 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCIVIL DETAILS - 116C-501Know what's below. Call before you dig.Page 72 of 850
NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNR--SEE DWGCIVIL DETAILS - 217C-502Know what's below. Call before you dig.Page 73 of 850
DCNR--SEE DWGCIVIL DETAILS - 318C-503Page 74 of 850
Know what's below. Call before you dig.CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 2020911335619C-504DCNRSEE DWGCIVIL DETAILS - 4Page 75 of 850
NOTES:1. COUPLER TO BE ISCOISMFJ1017IPSBELL ORAPPROVED EQUALNOTES:1. COUPLER TO BE ISCOISMFJ1017IPSBELL ORAPPROVED EQUALCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356Know what's below. Call before you dig.20C-505DCNRSEE DWGCIVIL DETAILS - 5Page 76 of 850
G1G1G1TTTTTTTTTTEEEEEEEEEETTTTTTTTTTG1G1MATERIALS LISTNOTES:NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGCIVIL DETAILS - 621C-506Know what'sbelow. Call before you dig.N Page 77 of 850
MATERIALS LISTNOTES:CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGCIVIL DETAILS - 722C-507Know what's below. Call before you dig.N Page 78 of 850
S
S
EXISTING 12" SEWER0+001+00 2+003+004+005+006+006+360+501+502+503+504+50 5+50APPROX. EXISTINGCONCRETE ENCASEMENTDOWNSTREAM POOLUPSTREAM POOLDOWNSTREAM RIFFLEUPSTREAM RIFFLECITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356PLAN - EXISTING TOPOGRAPHYSCALE 1"=10'-0"OLGRSM-1"=10'-0"EXISTING TOPOGRAPHY PLAN23R-101N Page 79 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133560010' 20'H: 1" = 10'10' 20'V: 1" = 1'APPROX.EXISTING SURFACEDOWNSTREAMRIFFLEAPPROX. EXISTINGCONCRETE ENCASEMENTEXISTING 12" SEWERPROFILE - EXISTINGSCALE 1"=10'-0"APPROX. LOW FLOWWATER SURFACEDOWNSTREAMPOOLUPSTREAM POOLUPSTREAM RIFFLESTA 0+25.27ELEV 84.74STA 1+46.77ELEV 86.45OLNRSM-SEE DWGEXISTING TOPOGRAPHY PROFILE24R-102Page 80 of 850
&
S
SAPPROX. EXTENTOF GRADING(TO BE DESIGNEDBY CONTRACTOR)DOWNSTREAM RIFFLEMECHANICAL INVASIVE PLANT REMOVAL AREA.REMOVE ACCUMULATED SEDIMENT AT BASE OFVEGETATION. REGRADE TO MATCH EXISTINGCHANNEL BANKS UPSTREAM AND DOWNSTREAM(TO BE SUPERVISED BY CITY REP).0+001+00 2+003+004+005+006+006+360+501+502+503+504+50 5+50CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356N
BC-05AC-05PLAN - GRADING - FINALSCALE 1"=10'-0"NEW 2x6" SEWEREXCAVATE TRENCH FOR INSTALLATION OFNEW PIPE AND REMOVAL OF EXISITNG PIPE(TO BE DESIGNEDBY CONTRACTOR)APPROX. EXISTINGCONCRETE ENCASEMENTTO BE REMOVEDLOG WITH ROOTWAD. SEE SHEET 48TRENCH APPROX.80' WIDE x 16' DEEP x 450' LONG(TO BE DESIGNEDBY CONTRACTOR)NEW JOINED POOLUPSTREAM RIFFLEREMOVE (E) PIPELOG WITH ROOTWAD. SEE SHEET 48OLNRSM-1" = 10'-0"GRADING PLAN - FINAL25R-103CC-06DC-06EC-07FC-07APPROX. DOWNSTREAM ENDOF DEWATERING/BYPASS SYSTEM.TO BE CONFIRMED ON SITE.APPROX. UPSTREAM ENDOF DEWATERING/BYPASS SYSTEM.TO BE CONFIRMED ON SITE.NOTE:EXISTING PIPE TO BE STABILIZED IN PLACEDURING EXCAVATION OF TRENCH ANDINSTALLATION OF NEW SEWER.LEGEND:LOG WITH ROOTWADPage 81 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133560010' 20'H: 1" = 10'10' 20'V: 1" = 1'APPROX. FINISHED SURFACEDOWNSTREAMRIFFLE CRESTNEW 2x6" SEWERPROFILE - GRADING - FGSCALE 1"=10'-0"APPROX. LIMITS OFGRADING OF TRENCH FORINSTALLATION OF NEWSEWER.(TO BE DESIGNED BYCONTRACTOR)APPROX. EXISTINGSURFACEAPPROX. EXISTINGCONCRETE ENCASEMENTSTA: 2+32.41ELEV: 86.752H :1V2H :1VEXISTING SEWER TO BEREMOVEDAPPROX. LOW FLOWWATER SURFACE.OLNRSM-SEE DWGGRADING PROFILE26R-104STA: 1+10.91ELEV: 84.74NOTE:EXISTING PIPE TO BE STABILIZED IN PLACEDURING EXCAVATION OF TRENCH ANDINSTALLATION OF NEW SEWER.Page 82 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133560010' 20'H: 1" = 10'10' 20'V: 1" = 1'APPROX.EXISTING SURFACEAPPROX.EXISTING SURFACEA CROSS SECTION VIEW STA 10+10 - FG-SCALE 1"=10'-0"B CROSS SECTION VIEW STA 10+00 - FG-SCALE 1"=10'-0"LIMIT OF TRENCH (TOBE DESIGNED BYCONTRACTOR)PROVIDE EROSIONPROTECTION ALONGTHE LENGTH OFEXCAVATION(SEE PLANTING PLAN)TRENCH FORINSTALLATION OFNEW SEWER. (TO BEDESIGNED BYCONTRACTOR)NEW 2x6" SEWER CROSSINGBASE OF INSTALLATION TRENCHFINISHED SURFACE TOMATCH EXISTING SURFACENOTES:1. REMOVE EXISTING PIPE AT LEAST 6-FEET IN FROM TOE OF BANK, EITHER BY PULLING A SEGMENT OR TRENCHING, CUTTING AND BACKFILLING.REMOVE PIPE (EXTENT TOBE SHOWN ON TRENCHDESIGN BY CONTRACTOR)PROVIDE EROSIONPROTECTION ALONGLENGTH OF EXCAVATIONELEVATION OF PIPE TOBE CONFIRMED IN FIELDAPPROX.FINISHED SURFACELIMIT OF TRENCH (TOBE DESIGNED BYCONTRACTOR)REMOVE PIPE (EXTENT TOBE SHOWN ON TRENCHDESIGN BY CONTRACTOR)PROVIDE EROSIONPROTECTION(SEE PLANTING PLAN)PROVIDE EROSIONPROTECTION(SEE PLANTING PLAN)OLNRSM-SEE DWGGRADING CROSS SECTIONS - 1 OF 327R-105NOTE:EXISTING PIPE TO BE STABILIZED IN PLACEDURING EXCAVATION OF TRENCH ANDINSTALLATION OF NEW SEWER.Page 83 of 850
EXISTING GRADELEFT BANKRIGHT BANK3H:1V10H:1VEXISTING GRADELEFT BANKRIGHT BANK3H:1V10H:1VCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356OLNRSM-1" = 10'-0"GRADING CROSS SECTIONS - 2 OF 328R-106C CROSS SECTION VIEW STA 3+69 - FG-SCALE: H 1"=15'-0"D CROSS SECTION VIEW STA 4+20 - FG-SCALE: H 1"=15'-0"NOTES:1. GRADING SLOPES ARE INDICATIVE TO SHOW REMOVAL OF ACCUMULATEDSEDIMENT AT THE BASE OF INVASIVE VEGETATION (TO BE REMOVED).WHERE ACCUMULATED SEDIMENT IS FOUND WIHTIN THE VEGETATIONCLEARING ZONE, GRADE BANKS AT A MAXIMUM SLOPE OF 3H:1V, MINIMUMSLOPE OF 10H:1V TO MATCH EXISTING BANK SLOPE UPSTREAM ANDDOWNSTREAM. TO BE SUPERVISED BY CITY REP. V 1"=15'-0" V 1"=15'-0"00 15' 30'1" = 15'Page 84 of 850
EXISTING GRADELEFT BANKRIGHT BANK3H:1V10H:1VEXISTING GRADELEFT BANKRIGHT BANKCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356OLNRSM-1" = 10'-0"GRADING CROSS SECTIONS - 3 OF 329R-107E CROSS SECTION VIEW STA 4+70 - FG-SCALE: H 1"=15'-0"F CROSS SECTION VIEW STA 5+26 - FG-SCALE 1"=30'-0"NOTES:1. GRADING SLOPES ARE INDICATIVE TO SHOW REMOVAL OF ACCUMULATEDSEDIMENT AT THE BASE OF INVASIVE VEGETATION (TO BE REMOVED).WHERE ACCUMULATED SEDIMENT IS FOUND WIHTIN THE VEGETATIONCLEARING ZONE, GRADE BANKS AT A MAXIMUM SLOPE OF 3H:1V, MINIMUMSLOPE OF 10H:1V TO MATCH EXISTING BANK SLOPE UPSTREAM ANDDOWNSTREAM. TO BE SUPERVISED BY CITY REP.00 15' 30'1" = 15' V 1"=15'-0"Page 85 of 850
NATIVE TREE WITHROOTWADFLOWFINISHED GRADEBRANCHES AND FOILAGE NOTSHOWN FOR CLARITY, BUT MAYBE LEFT INTACTNOTES:1. NATIVE TREES SHALL BE SALVAGED WITH THE ROOTWAD INTACT TO THE EXTENT POSSIBLE.2. LIMB BRANCHES FROM ONE SIDE OF THE TREE SO THAT THS SIDE COMES INTO CLOSER CONTACT WITH THE STREAM BED. REMAININGBRANCHES AND FOLIAGE ARE NOT SHOWN FOR CLARITY, BUT MAY BE LEFT INTACT.3. TREES WITH ROOTWADS WILL GENERALLY BE PLACED WITH THE ROOTWAD END IN THE UPSTREAM DIRECTION. FINAL POSITIONING OF TREESWITH ROOTWADS WILL BE DIRECTED BY THE CITY REPRESENTATIVE.4. SEE TYPICAL ANCHORING DETAILS ON THIS SHEET FOR ANCHOR REQUIREMENTS REFER TO SPECIFICATION SECTION 02990 FOR THE DETAILSOF THESE REQUIREMENTS.5. INSTALL DUCKBILL ANCHORS PER MANUFACTURERS SPECIFICATIONS. INSTALL A MINIMUM OF 2 ANCHORS PER LOG. EACH ANCHOR SHALL BELOAD LOCKED AND TESTED USING A MANTA LL-2 ANCHOR LOCKING KIT. TESTING AND REPORTING SHALL BE AS DESCRIBED IN SPECIFICATIONSSECTION 02990.LIMB BRANCHES FROM ONE SIDEOF THE TREE SO THAT THS SIDECOMES INTO CLOSER CONTACTWITH THE STREAM BED.INSTALL ANCHORS PER MANUFACTURERS SPECS.INSTALL 2 ANCHORS PER LOG.LOAD LOCK AND TESTED USING A MANTA LL-2.(SEE SPECS SECTION 02990)CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356OLNRSM--DETAILS - ROOTWAD30R-1081 ROOTWAD DETAIL-SCALE: NTSPage 86 of 850
EXISTINGVEGETATIONEXISTINGDENSEVEGETATIONCABRILLO HWY NORTH BOUND OFF RAMPSAN LUIS OBISPO CREEKAGRICULTURAL FARM RDAGRIULTURAL FIELDRR1. SEED QUANTITIES PROVIDED IN PLANTING LIST ARE IN POUNDS OF PURE LIVE SEED (PLS).2. INSTALL PLANT MATERIALS IN QUANTITIES AS SHOWN GRAPHICALLY ON RAWINGS.3. NO PLANT, CUTTING OR SEED SPECIES OR VARIETY CAN BE SUBSTITUTED, ALTERED OR DELETED FROM THIS PROJECT WITHOUT THE WRITTEN APPROVAL OF THE CITY REPRESENTATIVE.4. IN ADDITION TO AREAS TO BE SEEDED WHERE INDICATED ON PLANTING PLANS, CONTRACTOR SHALL SEED ANY AREAS DISTURBED BY CONSTRUCTION, VEHICLE OR EQUIPMENT ACCESS, STAGING, MATERIAL STORAGE OR RELATED ACTIVITIES. USENATIVE EROSION CONTROL MIX AT THE RATE OF 65 LBS OF PLS/ACRE CONSISTING OF 6 LBS VULPIA MICROSTACHYS 'THREE WEEKS FESCUE', 4 LBS TRIFOLIUM WILDENOVII 'TOMCAT CLOVER', 5 LBS NASSELA CERNUA 'NODDING NEEDLEGRASS', 10 LBSELYMUS GLAUCUS 'BLUE WILDRYE', 5 LBS HORDEUM BRACHYANTHERUM SPP. CALIFORNICUM 'CALIFORNIA MEADOW BARLEY. SEED MIX AVAILABLE AT PACIFIC COAST SEED. WHERE SOIL IS COMPACTED OVER 80% RELATIVE COMPACTION, AND ASDETERMINED BY CITY REPRESENTATIVE, SOIL SHALL BE RIPPED OR ROTOTILLED TO THE DEPTH OF 9", RINGROLLED OR RAKED PARALLEL WITH CONTOUR AND SEED SHALL BE RAKED IN (PARALLEL W/CONTOUR). EXISTING ORGANIC DUFF AND DEBRISSHALL BE SALVAGED AND DISTRIBUTED EVENLY OVER SEEDED AREAS ON SLOPES BETWEEN 4:1 AND 3:1 TO PROVIDE A MIN.1/2 THICK LAYER. SLOPES BETWEEN 3:1 AND 1.5:1 SHALL BE PROTECTED WITH COIR NETTING (FABRIC) OF 600gm2 (3:1 to 2:1)AND 900gm2 (2:1 to 1.5:1) WEIGHT. COIR FABRIC SHALL BE ANCHORED WITH 24" LONG, WEDGE-SHAPED STAKES CUT FROM 2X4 NPT DF WOOD, STAGGERED AT 3'-0" O.C.5. 5% OR 5 (WHICHEVER LARGER) OF CONTAINERIZED PLANTS OF EACH SPECIES SHALL BE TESTED IN THE SOURCE NURSERY FOR PHYTOPHTHORA INFESTATION. IF A PLANT OF ANY SPECIES TESTS POSITIVE FOR PHYTOPHTHORA, NO OTHER PLANTSOF THE SAME SPECIES FROM THE SAME NURSERY WILL BE ALLOWED IN THE PROJECT. PLANTS WILL BE SUBSTITUTED FROM A DIFFERENT NURSERY (AFTER TESTING THERE PROVES THEY ARE NEGATIVE FOR PHYTOPHTHORA). NO INFECTED,DISEASED OR INSECT INFESTED PLANT SHALL BE DELIVERED TO THE PROJECT AREA.6. NURSERY PLANTS DELIVERED TO THE PROJECT AREA SHALL BE IN A THRIVING CONDITION AND SHALL SHOW NO SIGNS OF ANY NUTRIENT OR MINERAL DEFICIENCIES.7. PLANTS SHALL BE IN THRIVING CONDITION BOTH AT THE TIME OF DELIVERY TO THE SITE AND DURING THE FINAL PLANT INSTALLATION ACCEPTANCE INSPECTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THEIR PROTECTION AND ALLNECESSARY MAINTENANCE, INCLUDING TEMPORARY IRRIGATION BETWEEN PLANT DELIVERY TO THE PROJECT AREA AND INSTALLATION ACCEPTANCE INSPECTION.WATER SURFACE(BASE FLOW)RESTORATION SIGNRRNPLANTING PLANPLANTING SCHEDULESEED MIXESNOTESLEGENDGSCMGSDSCCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133567L- 47L- 4AT 34" X 22" DRAWING SIZESCALE ACCORDINGLY IF REDUCEDL-10131Page 87 of 850
CABRILLO HWY NORTH BOUND OFF RAMPSAN LUIS OBISPOCREEKAGRICULTURAL FARM RDAGRICULTURAL FIELD ARUNDO DONAX HAND REMOVAL AREAARUNDO DONAX MECHANICAL REMOVAL AREACOIR LOGEROSION CONTROL FABRICNINVASIVE SPECIES REMOVAL ANDEROSION CONTROL PLANGSCMLEGENDGSDSCNOTESCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356AT 34" X 22" DRAWING SIZESCALE ACCORDINGLY IF REDUCEDL-10232Page 88 of 850
S
S SAN LUIS OBISPO CREEKAGRICULTURAL FIELDAGRICULTURAL FARM RDCABRILLO HWY NORTH BOUND OFF RAMPUPLANDDRIP ZONEWESTRIPARIANOH ZONENORTHRIPARIANOH ZONESOUTHRIPARIAN OHZONE EASTUPLAND DRIPZONEIRRIGATIONPIPEBRIDGEWWPOCQYMWNIRRIGATION NOTESIRRIGATION LEGENDIRRIGATION PIPE CHART2L-5CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONCALLE JOAQUIN STREAM RESTORATIONMAY 202091133556L- 46L- 4GSCMGSDSC1"=10'-0"IRRIGATION PLAN33L-103Page 89 of 850
2"San Luis Obispo CreekRevegetation in ProgressTo enhance fish and wildlife habitat forconservation and mitigation purposes.Closed to public entry. No littering or dumping.No unauthorized vehicle use. No camping.No fires. Dogs prohibited.Violators may be subject to penalty.For more information on the Restoration go to: www.slocity.orgCity of San Luis Obispo.\SLO city logo trans.tifIRRIGATIONRECYCLED WATERDO NOT DRINKNO BEBERIRRIGATIONRECYCLED WATERDO NOT DRINKNO BEBERTREE PLANTING DETAILNTS1TREE PLANTING ON SLOPENTS2POLE PLANTING DETAILNTS43ACORN PLANTING DETAILNTS5TYPICAL WOOD STAKE DETAILNTSMISCELLANEOUS DETAILSGSCMGSDSCRECYCLED WATER SIGNNTS6RESTORATION SIGNNTS7CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONCALLE JOAQUIN STREAM RESTORATIONMAY 20209113355RECYCLED WATER SIGN LETTERING DETAILNTS8L-10434Page 90 of 850
11011567893412121360"18"24"MANIFOLD CONNECTIONSDRIPPERLINE END FLUSH VALVENTS1NTSNTSIRRIGATION DETAILSGSCMNTSNTSQUICK COUPLER VALVE BOX3SPRINKLER ON BRACED RISER ON RIPARIAN BANK4SUBSURFACE DRIPLINE5SUBSURFACE DRIPPLERLINE6NTSSTEEL PIPE ON PIPE BRIDGE7NTSTHRUST BLOCKS7GSDSCCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONCALLE JOAQUIN STREAM RESTORATIONMAY 20209113355L-10535Page 91 of 850
DOWNSTREAM ECF RUN WIDTHMAX. 18"36" MAX. DISTANCE INANY DIRECTION, TYPICALSTAKE @ 18" O.C.@ ALL EDGESOF ECF TYPICALDOWNSLOPEPLACE STAKES AT A SUFFICIENT DISTANCE FROMEDGE OF ECF TO PREVENT UNRAVELINGSTREAM FLOW (DOWN-VALLEY) DIRECTIONSTREAM FLOW (DOWN-VALLEY) DIRECTIONKEY EVERY 2ND ECF RUN INCHECK SLOTMIN. 12" OVERLAP24" WOOD STAKES @ 18" O.C. @ LAPSDOWNSLOPEEDGE OF DOWNSTREAM ECF RUN BELOWUPSTREAM ECF RUNUPSTREAM EDGE OF ECF.KEY TRENCHINSTALL EROSION CONTROL FABRIC (ECF)PARALLEL TO SLOPEECF KEYED INTO TRENCH ANDWRAPPED OVER TRENCH ATUPSTREAM MOST EDGE WHERE ECFDOES NOT TIE INTO OTHER EROSIONCONTROL STRUCTURESECF KEYED INTO TRENCH AT TOP OF SLOPE, WRAP ECFOVER TRENCH ONLY IF BOTTOM (DOWNSLOPE) END IS NOTWRAPPED OVER BOTTOM (DOWNSLOPE) TRENCHKEY ECF INTO TRENCH AND WRAP OVER TRENCH AT BOTTOM OFSLOPE WHERE ECF DOES NOT TIE INTO OTHER EROSION CONTROLSTRUCTURESUPSLOPE ECF RUNLENGTHDOWNSLOPE ECF RUNLENGTHUPSTREAM ECF RUN WIDTHEDGE OF UPSTREAM OVERLAPPING ECF18"12" MIN.OVERLAPEDGE OF UPSLOPE OVERLAPPINGECF RUNEDGE OF DOWNSLOPE ECF RUN BELOWUPSLOPE ECF RUNSTAKE @ 18" O.C.@ ALL EDGESOF ECF TYPICALSTAKE @ 18" O.C.@ ALL EDGESOF ECF TYPICALSTAKE @ 18" INCHECKSLOTS TYP.STAKE @ 18" O.C.@ ALL EDGESOF ECF TYPICAL12" MIN. OVERLAPSTAGGER STAKES BY 9" O.C. TYP.2 ROWS OF 24" WOODSTAKES STAGGERED @18" O.C.@CHECK SLOTEROSIONCONTROLFABRIC24" WOOD STAKES@ 3' O.C. STAGGEREDIN THE FIELDNATIVESUBSTRATE ORENGINEERED FILLFLOW DIRECTION12" OVERLAP9" MIN12" OVERLAPEX. GRADEEX GROUNDCOMPACTED FILL ANDROCKSSTAKES @18" O.C.12"X12" MIN. KEY TRENCH12" MIN.EROSION CONTROL FABRIC TYPICAL INSTALLATION PLANNTS1EROSION CONTROL FABRIC TYPICAL INSTALLATION SECTIONNTS2DETAILS2L-6GSCMGSDSC1
L-7 CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONCALLE JOAQUIN STREAM RESTORATIONMAY 20209113355L-10636Page 92 of 850
SEE SHEET L2 FOR COIR LOGPLACEMENTDOWNSLOPE12" WIDE X 12" DEEP KEYTRENCH. FOLD ECF TWICEAND STAKE AT 18" O.C. @BOTTOM OF TRENCH,BACKFILL AND COMPACTSOIL TO 80% RELATIVEDENSITY.ECF, INSTALL FABRIC RUNS PERPENDICULAR TO CONTOURFINISHED GRADE24" WOOD STAKES @ 36" O.C. MAX IN FIELD, STAGGERED; 18" O.C. @ LAPS (DO NOTCUT FABRIC)12" DIA COIR WATTLE IN 6" DEEP TRENCH @ 10' O.C. MAX. SECURE HORIZONTALLY LEVEL (EXACTLY ONCONTOUR) WITH 36" LONG WEDGE SHAPE (NON-PRESSURE TREATED) WOOD STAKE @ 36" O.C. (SEE STAKECONSTRUCTION )PILE TOPSOIL EXCAVATED FROM TRENCHES ABOVE TRENCHES, TYP. ENSURE4"- 6" HEIGHT BETWEEN SOIL SURFACE AND TOP EDGE OF WATTLE12" WIDE X 12" DEEP KEYTRENCH-TRIPPLE LAYEREDECF STAKED AT 18" O.C. INBOTTOM OF TRENCH;BACKFILL TRENCH W/SOILAND COMPACT.NATIVE SUBSTRATEOR ENGINEERED FILL.BROADCAST SEED BELOW ECFUPSLOPE TRENCH KEYINSTALL POLE CUTTINGS WHEREINDICATED ON PLANEROSION CONTROL FABRIC - TYPICAL SECTION PERPENDICULAR TO STREAM FLOW DIRECTIONNTS1DETAILSGSCMGSDSCCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONCALLE JOAQUIN STREAM RESTORATIONMAY 20209113355L-10737Page 93 of 850
3S-5011S-1022S-102N19S-503CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGPUMP STATION STRUCTURE AND WALL LAYOUT PLAN38S-101Know what's below. Call before you dig.Page 94 of 850
95100110120951001101200+75 1+001+502+002+50 2+75AS-103BS-103CS-103CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGWALL PROFILE AND DETAILS39S-102Know what's below. Call before you dig.Page 95 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGWALL SECTIONS40S-103Know what's below. Call before you dig.Page 96 of 850
15S-5033E-10720
S-50319S-50319S-50317S-50319S-50318S-50314S-5028S-50215S-5032-2E-107004'2'1/2" = 1'-0NCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGCONCRETE SLAB PLAN41S-104Know what's below. Call before you dig.Page 97 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGSTRUCTURAL DETAILS - 142S-501Know what's below. Call before you dig.Page 98 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGSTRUCTURAL DETAILS - 243S-502Know what's below. Call before you dig.Page 99 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGSTRUCTURAL DETAILS - 344S-503Know what's below. Call before you dig.Page 100 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356DCNRSEE DWGSPECIAL INSPECTION45S-504Know what'sbelow. Call before you dig.Page 101 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356ELECTRICAL LEGEND AND ABBREVIATIONSE-10146DDARCU/NGPage 102 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356GENERATORRECEPTACLE(EXIST.)EXISTINGFACILITYPANEL"A"160A, 240V, 3-PHMANUAL TRANSFERSWITCH(TEMPORARY)TRANSFER SWITCH(EXIST.)SERVICEMETERBOX(EXIST.)20HP(FLA = 54 AMPS)PUMP LP-01200AGENERATORRECEPTACLE(EXISTING,RELOCATED)60 kWGENERATOR200AUTILITYMETERMCC, 200A, 240/120V, 3PH, 4-WIRE, 42K AICS40A2P200A3P3M200A3PMCC C/BGEN C/BMAIN C/BATSPANEL"A"PUMPLP-01PUMPLP-02COMMONCONTROLSICP36"20"20"20"PG&E METERPG&E SERVICE CONDUITPER PLANSGENERATOR RECEPTACLECONCRETE PAD200A, 240V, 3-POLEAUTOMATICTRANSFERSWITCHGPG&E 240/120V,3-PHASE, 4-WIRE SERVICE200A3PWP ENCLOSURE NOT SHOWN FOR CLARITY200A3P223100AMCP3100AMCP334" CO TO PG&EPOWER POLENOTES:PROVIDE CONDUIT AND WIRE FOR TEMPORARY POWER TO NEW MOTOR CONTROL CENTER.REMOVE TEMPORARY CONDUIT AND WIRE AFTER THE NEW FACILITY IS OPERATIONAL AND THEPOWER SERVICE HAS BEEN INSTALLED BY PG&E.REMOVE EXISTING ELECTRICAL EQUIPMENT AFTER PG&E HAS PROVIDED PERMANENT POWER.RELOCATE EXISTING GENERATOR RECEPTACLE TO NEW PERMANENT INSTALLATION AS SHOWNON DETAILS 2 AND 3.EXTEND CONDUIT AND CABLES TO TOP OF POWER POLE. PROVIDE NEW WEATHERHEAD ANDLEAVE 4' OF WIRE FOR CONNECTION TO PG&E OVERHEAD POWER LINES. REFER TO SHEETE-106, DETAIL 2.DO NOT USE NEW GENERATOR FOR CONSTRUCTION OR FOR TEMPORARY POWER.1232"C-4#2/0 + 1#6 GND.1LOAD SCHEDULE20PUMP LP-01PUMP LP-02PANEL A2021.521.5LOAD DESCRIPTION HP KVA FLA2SUB-TOTAL:25% OF LARGEST MOTOR:TOTAL:455.450.4121.4SITE LIGHT SWITCHMANUFACTURER'SCABLEPULLBOXPB-120HP(FLA = 54 AMPS)PUMP LP-02SINGLE LINE DIAGRAMS AND ELEVATIONE-10247EXISTING PG&EPOWER POLE4472"90"552"C-4#3/0 + 1#6 GND.DDARCU/NGPage 103 of 850
WW1G1G1G1OHOHOHOHOHOHOHOHOHTTTTTTTTTTE
OIL6OIL6OIL6OIL6OIL6OIL6OWM12G2
G2
WWEEEEEEEEEWWWWTTTTTTTEEEEEEEEELIGHT POLEPUMP LP-02PANEL APUMP LP-01ICPUTILITYMETEREXISTING PG&EPOLE #1009608620GFI,WP13MCCCONTROL PANELGENERATORLT-021APULLBOX PB-1WET WELLFE-141LSH-141FLOWMETER VAULTCLASS 1, DIVISION 23122"C-4#2/0 + 1#6 GND.EXISTING TRANSFER SWITCHEXISTING DISCONNECTEXISTING PG&E METERLT-021BLSHH-011CLASS 1,DIVISION 1VALVE VAULTCLASS 1, DIVISION 2441VAULTINTRUSIONSWITCH ZS-995VAULTINTRUSIONSWITCH ZS-99725556EXISTING PG&E POLE TO REMAIN,REFER TO SHEET E-106, DETAIL 2CLASS 1,DIVISION 2SIGNAL BOX FORFUTURE CITY PROJECT(2) 2" C.O. FOR FUTURECITY PROJECTANTENNA7TEMPORARY MANUALTRANSFER SWITCHCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356NOTES:CLASS I, DIV. 1 HAZARDOUS AREA WITHIN WET WELL.CLASS I, DIV. 2 HAZARDOUS AREA WITHIN VAULTS.2'W x 3'L x 3'D IN GRADE PULLBOX. H2O TRAFFIC RATED.LABEL COVER "ELECTRICAL". PROVIDE EXPLOSION PROOF(CLASS 1, DIV. 2) CONDUIT SEALS INSIDE THE PULLBOX.PROVIDE EXPLOSION PROOF SEAL FOR ALL CONDUITSENTERING AND LEAVING HAZARDOUS AREA.REMOVE AND DISPOSE OF EXISTING ELECTRICAL PANEL ANDASSOCIATED CONDUIT AND WIRE AFTER INTERIM PHASE.EXTEND CONDUIT AND CABLES TO TOP OF POLE. REFER TOSHEET E-102, DETAIL 1 AND SHEET E-106, DETAIL 2.MAINTAIN 12" MINIMUM SEPARATION FROM OTHER CONDUITS,WATER LINES AND GAS LINES.123N001/4" = 1'-04' 8'45CALLE JOAQUIN LIFT STATIONELECTRICAL SITE PLANE-1034867DDARCU/NGPage 104 of 850
GROUND WELLDETAIL#4 BC IN BOTTOMOF CONCRETE PADGENERATORMCC#4 BC3/4"C-1#4 BCCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356P02A120/240V, 1PH, 3WBUS: AMPSNAMEPLATEA1LTGWATTAGEABVOLTS:OUTLETSREC MISCMISC210,000 AICS20A-1P U.O.N.MTG.OUTLETSLTG RECMAINKW + LCLTOTAL LOADKW=TOTAL LOADVOLTSKW AT1PH= AMPSLIGHTING240MCCWATTAGEBA3456789101112131415161718COMMON CONTROLSGEN. HEATERGEN. BATTERY CHARGERMCC HEATERSRECEPTACLESSPACE10040A/2P300180400314700 18011501000200250 10002.1 2.19SPARESPACESPAREN004'2'1/2" = 1'-0CONDUIT SCHEDULECONDUITPOWER CONTROLFROM TO REMARKSGROUND GROUNDSIZE SIZEQTY.SIZEQTY.SIZEQTY.SIZEQTY.SIZE2" MANUFACTURER CABLEPUMP LP-01PB-1 INTRINSICALLY SAFE CABLE2"3#4 1 #8PB-1 (PUMP LP-01)MCC2"MANUFACTURER CABLEPUMP LP-02PB-1INTRINSICALLY SAFE CABLE2"3#4 1 #8PB-1 (PUMP LP-02)MCC2" 4 #3/0 1 #2 GENERATOR MCC1"3#12 1 #12 GENERATORMCC (PANEL A)GEN. HEATER & GEN.BATTERY CHARGER2" 4 #3/0 1 #2UTILITY METERPG&E POWER POLECOORDINATE POWER POINTOF CONNECTION WITH PG&E1" MANUFACTURER CABLELT-021AICP1" MANUFACTURER CABLELT-021BICP1" MANUFACTURER CABLE LSHH-011 MCC1" 4 #14 1 #14MCC (COMMON CONTROLS)ICPLSHH-011, BACKUP SYSTEMACTIVE1" MANUFACTURER CABLE FE-141 FIT-1411" 2 #14 1 #14 GENERATOR MCC ATS1"10#14 1 #14 GENERATOR ICPGENERATOR AND BATTERYCHARGER SIGNALS1" 2 #14 1 #14 LSH-141 ICP1" 2 #14 1 #14 ATS GENERATOR1"6#14 1 #14 ATS ICP1" 2 #14 1 #14VALVE VAULT INTRUSIONSWITCH ZS-995ICP1" 2 #14 1 #14VAULT INTRUSION SWITCHZS-997ICP1"20#14 1 #14 MCC ICP1" MANUFACTURER CABLEPUMP LP-01PB-1 MOISTURE AND TEMP1" 4 #14 1 #14 PB-1 MCC MOISTURE AND TEMP1" MANUFACTURER CABLEPUMP LP-02PB-1 MOISTURE AND TEMP1" 4 #14 1 #14 PB-1 MCC MOISTURE AND TEMP2" 1 ANTENNA CABLE ICP-1 NEW ANTENNAP03P05P04C01C02C04C05C06C07C03C03AC10C09C08P01AP01P02C11C12C13C14C15C16GROUNDING PLAN,PANEL AND CONDUIT SCHEDULESE-10449C17DDARCU/NGPage 105 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356*MOTOR HIGHTEMP FAILRCR2303135181617131514M1110978643TD021RUNGETMCR11-180 SEC.AUTOAUTO*AUTOHANDTD0MW19CR2NOTES:CONDUCTIVITY SENSOR RELAY. (SUPPLIED BY PUMPMANUFACTURER TO BE INSTALLED IN STARTER CUBICLE).INSTRINSICALLY SAFE RELAY. WARRICK SERIES 17XXG0CLOSES INSTANTANEOUSLY UPON ENERGIZATION OF RELAY.STARTS TIMING & OPENS UPON TIMING OUT.PROVIDE A WARNING SIGN:"WARNING: DO NOT OPERATE WITH WET WELL EMPTY".SET THESE TIMERS JUST LONG ENOUGH TO PREVENT RACING.THESE CABLES SHALL BE PROVIDED TOGETHER WITH PUMPPOWER CABLES BY PUMP MANUFACTURER.OPENS PRIOR TO TRANSFER AND CLOSES AFTER TRANSFER.AR2MAR1AAR2SYMBOLS (THIS DWG. ONLY)ICPDOOR MOUNTEDOL512FAULTRESETTO MOTOR MOISTUREPROBE LE-1x132READY TOCR1*RUN TOM*MOISTUREALARM TOAR1*AR2TEMP TO*~LSHH-011CR10TD10ATD10PUMPS ONBACKUPA-270HIGH-HIGH LEVELSWITCH ACTIVATEDTOCR1071BACKUP SYSTEMACTIVE TOCR1173LP-1 CALLCR1174CR12505152OFFXOOOOXOOXOXOOOXMOISTUREALARMCALLAR1LP-2 CALLATD11LP-1 CALL TIMING INPROGRESSATD12LP-2 CALL INPROGRESSGTD11LP-1 CALLEDGTD12LP-2 CALLEDAR1AR2M (LP-01)M (LP-02)FIT-141TEST BACKUP535455565759CR1272ICTOOXXOM1TD12ACR11M16158600-30 SEC.0-30 MIN.0-30 SEC.0-30 MIN.33COMMONCONTROLSMX34COMMONCONTROLSMXMX~**4CONTROLPOWER ON4,14,324,19,353010,31,37,381833,3451,705254,5956,6157,71,736072,74CR10TD11TD12CR11CR12CR11 (PUMP #1)CR12 (PUMP #2)ALARM ANDSHUTDOWNMOISTUREFAILALARMONLY240V, 3ØN(PWR)TO MOTOR KLIXONTEMPERATURE PROBEATSCONTROL SCHEMATIC DIAGRAMSE-1055036OLOVERLOADS TO*3738RESETDDARCU/NGPage 106 of 850
6' HIGH CHAIN LINK FENCE6' HIGH CHAIN LINK FENCEMCCLSHH-011MANUFACTURER'S CABLESCLASS 1, DIV. 1 AREA1C01C02C03P01AP02AC01C02C03P01P02PULLBOX PB-1LT-021BLT021AC15C13C16C14CLASS 1, DIV. 2 AREA18"3'-0"3'-0"CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356NOTES:PROVIDE CLASS 1, DIV. 1 SEALS FOR ALL CONDUITENTERING OR LEAVING RATED AREAS.1/2" X 4", 316SST OPEN EYE BOLT, DRILL ANDEPOXY IN CONCRETE WALL, 3" EMBEDMENT.21ELECTRICAL DETAILSE-10651EXISTING ANTENNA TOREMAIN OPERATIONALUNTIL NEW ICP HAS BEENINSTALLED AND TESTEDAND THE PUMP STATION ISREADY FOR OPERATIONEXISTING PG&E POLE TO REMAIN.PROVIDE NEW CONDUIT, NEWWIRES AND NEW WEATHERHEAD.REFER TO SHEET E-102, DETAIL 1AND SHEET E-103. PROVIDE ATEMPORARY GENERATOR FORTHE TRANSITION FROM THEEXISTING POWER SERVICE TO THENEW POWER SERVICE TO MAKESURE THAT THE NEW PUMPSTATION IS ABLE TO OPERATE.DDARCU/NGPage 107 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356NOTE:FIXTURE TYPE SHALL BE EXTERIOR POLE MOUNTED LED FIXTURE.CREE XSP LED MOST CURRENT VERSION, TYPE 3 OPTICS, 9612 INITIAL LUMENS,4000K HIGH EFFICACY MODULE, 120-277V, SILVER COLOR.PROVIDE WITH FUSE, UTILITY LABEL AND EXTERIOR WATTAGE LABEL.COMPLY WITH CITY ENGINEERING STANDARD 1010, SECTION G.POLE SHALL BE 4" ROUND ALUMINUM 20' ABOVE BASE AND RECEPTACLE 18" FROM BASE.CLEAR ALUMINUM FINISH.NOTES:CONCRETE SHALL BE CLASS `A'.REINFORCING STEEL SHALL BE GRADE 60 ASTM A615. ALL APPLICABLE REINFORCEMENTSHALL BE IN PLACE AT THE TIME OF INSPECTION.GROUND CONDUCTOR IN SLAB.6" TYP.4"8"FLUSH-MOUNTEDRECEPTACLE IN POLEHEX NUT, LEVELING NUTAND WASHERSPOLE BASE PLATE1" x 3' ANCHOR BOLTSTOP OF CONCRETE PADELECTRICAL CONDUIT(S)PER PLANS(6) #4 REBAR VERTICALREINFORCEMENT#3 REBAR @ 9" O.C.HORIZONTALREINFORCEMENTHANDHOLEBOLT COVER3" NON-SHRINK GROUTPOLE3'-0"5'-0"24" Ø1/2" CHAMFERALL AROUNDGRADE#4 @ 12" ON CENTERGRADE#5 @ 12" E.W. T&B1/2" CHAMFERALL AROUND6"18"11" x 17" x 12" DEEP PRECAST CONCRETEHANDHOLE WITH CONCRETE COVERLABELED: 'GROUND'CONDUIT AND WIREPER PLANSFINISH GRADEGROUND CONNECTOR6" GRAVEL BASE10' GROUND ROD PERSPECIFICATIONSECTION 260526NORMAL POWERFROM MCC3-POLE AUTOMATICTRANSFER SWITCHSTANDBYGENERATORSTANDBYGENERATORHOUSINGGROUND BONDEDTO ENCLOSUREGNGØØØTO MCCNGROUND GRIDCLASS A CONCRETE PERSPECIFICATION SECTION 030500ELECTRICAL DETAILSE-10752DDARCU/NGNOTES:CONCRETE SHALL BE CLASS `A'.REINFORCING STEEL SHALL BE GRADE 60 ASTM A615. ALL APPLICABLE REINFORCEMENTSHALL BE IN PLACE AT THE TIME OF INSPECTION.GROUND CONDUCTOR IN SLAB.EXP. JT.ALL AROUNDEXP. JT.ALL AROUNDPage 108 of 850
-CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133561Know what's below. Call before you dig.INSTRUMENTATION LEGEND AND SYMBOLS53N-001MJMGSEE DWGGYPage 109 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 20209113356-1Know what's below. Call before you dig.COMMUNICATION BLOCK DIAGRAM54N-002KRSASEE DWGARPage 110 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133561Know what's below. Call before you dig.CALLE JOAQUIN LIFT STATION P&ID55N-003KRSASEE DWGARPage 111 of 850
CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:DRAWING NO.CALLE JOAQUIN LIFT STATION REPLACEMENTOCTOBER 202091133561Know what's below. Call before you dig.INSTRUMENTATION DETAILS56N-004KRSASEE DWGARPage 112 of 850
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
CALLE JOAQUIN LIFT STATION REPLACEMENT
Specification No. 91118A
October 2021
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 113 of 850
Calle Joaquin Lift Station Replacement
Specification No.91118A
Approval Date:Council Approval __________________
Project Manager & Civil Structural
Electrical
1/25/2021 1/25/2021
1/25/2021
Page 114 of 850
NOTICE TO BIDDERS
i
BID SUBMISSION
A MANDATORY pre-bid job walk will be held at the lift station site at 1625 Calle Joaquin, San Luis
Obispo on 10:00 AM on November 3, 2021. Contractors must wear proper personal protective
equipment (PPE) at the Pre-Bid job walk and maintain 6 feet physical distancing.
Sealed bids must be MAILED to the following address:
City of San Luis Obispo
Public Works Department
919 Palm Street
San Luis Obispo, CA 93401
Attn: Jennifer Metz
Bids delivered in person will not be accepted. Bids may be mailed by postal carriers such as UPS,
FedEX, DHL, etc. Regular courier companies not affiliated with the postal system are not acceptable. All
mailed bids must be delivered and in possession of the Project Manager by:
2:00 p.m. on November 30, 2021
At which time they will be publicly opened and read aloud via Microsoft Teams video conference and
conference call. In-person attendance of the bid opening will not be permitted in adherence to social
distancing measures. Use the following link:
https://teams.microsoft.com/dl/launcher/launcher.html?url=%2F_%23%2Fl%2Fmeetup-join%2F19%
3Ameeting_Nzk4NmU5ODItZGUwMS00NzE4LWIyNjUtYWQ5Njc0M2FiNmU3%40thread.v2%2F0%3Fcontext%3D%257b%2522Tid
%2522%253a%2522a78b182d-94e4-4507-a9a9-330dcb148164%2522%252c%2522Oid%2522%253a%2522731f7aa7-816c-4100-
abb2-0b608c4d79fd%2522%257d%26CT%3D1632758159224%26OR%3DOutlook-Body%26CID%3D68027078-
EE69-4218-90A1-117D95202CC2%26anon%3Dtrue&type=meetup-join&deeplinkId=39b96630-f3f9-4a78-
bbf1-0730f1f3299a&directDl=true&msLaunch=true&enableMobilePage=false&suppressPrompt=tru
or join by phone with this number: 1(209)645-4165 with Conference ID: 539 126 614#
Submit bid in a sealed envelope plainly marked:
Calle Joaquin Lift Station Replacement, Specification 91118A
Any bid received after the time and date specified will not be considered and will be returned to the bidder
unopened.
By submission of bid you agree to comply with all instruction and requirements in this notice and the
contract documents.
All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms
included in these Special Provisions.
Each bid must be accompanied by either a:
1.certified check
2.cashier's check
3.bidder's bond
made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a
guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is
awarded, fails to enter into the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality
in a bid.
Page 115 of 850
NOTICE TO BIDDERS
ii
All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9,
Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible
contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract
will be awarded within 60 calendar days after the opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of
those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the City’s we bsite at:
http://www.slocity.org/publicworks/bids.asp
Standard Specifications and Engineering Standards referenced in the Special Provisions may be
downloaded, free of charge, from the City’s website at:
http://www.slocity.org/publicworks/slostandards.asp
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to
download at the City’s website listed above or at the office of the City Engineer.
Contact the project manager, Jennifer Metz at (805) 781-7239 or Public Works Department at (805)
781-7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list located on the
City’s website at: http://www.slocity.org/publicworks/bids.asp.
PROJECT INFORMATION
The work involves construction of a new 6-inch and 12-inch gravity sewers, 10-inch sewer forcemain, San
Luis Obispo Creek crossing consisting of a 6-inch double-barrel inverted siphon by horizontal directional
drilling methods, 30-inch jack and bore under US-101, duplex pumping station with wet well and
immersible pumps, and associated piping and manhole improvements, and removal, demolition, and
abandonment of the existing lift station, equipment, piping and appurtenances. Additive work includes
construction of a 16-inch jack and bore under two box culverts.
The project estimated construction cost is $6.0 Million.
Contract time is established as 300 working days. The following milestone items shall be completed
within the time period defined below.
Milestone A
Completion of the submittal process, fabrication, factory testing, and delivery to the job site of the
following major equipment shall occur within 200 working days from the Notice to Proceed:
Immersible Pumps
Electrical Switchgear Equipment
Fiberglass Wet Well & Valve Vault
Generator
Magnetic Flow Meter
Page 116 of 850
NOTICE TO BIDDERS
iii
Ductile Iron Pipe and Fittings
Valves (plug, air release, etc.)
Slide Gate
HDPE Pipe
The fixed liquidated damages amount is established at $500 per day for failure to complete Milestone A
within the contract time.
The fixed liquidated damages amount is established at $3,000 per day for failure to complete the work
within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of Industrial
Relations has established prevailing hourly wage rates for each type of workman. Current wage rates
may be obtained from the Division of Labor web site:
www.dir.ca.gov/DLSR/PWD/
QUALIFICATIONS
You must possess a valid Class A Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage, must be registered with the
Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.
You must have experience constructing projects similar to the work specified for this project. Provide
three similar reference projects completed as either the prime or subcontractor. One of the three
reference projects must have been completed under contract with a City, County, State or Federal
Government agency as the prime contractor. All referenced projects must be completed within the last
five years from this project’s bid opening date.
Referenced projects must include at least one each of lift station construction, sheet piling, dewatering,
jack & bore,horizontal direction drilling,gravity pipeline, pressure pipeline, and projects requiring sewer
diversion pumping.
Failure to provide reference projects as specified in this section and as required on the qualification form
is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the
Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the
bidder lacks the
1.knowledge
2.experience,
3.or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best
interest of the City.
Rejected bidders may appeal this determination.Appeal must comply with the requirements in this Notice
to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a
responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded,the
bidder may protest the contract award.
Page 117 of 850
NOTICE TO BIDDERS
iv
Protests must be filed no later than five working days after either:
1.bid opening date
2.notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1.the reasons for the protest
2.any supporting documentation
3.the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding the protest if
submitted in compliance to the specified time limits. Anything submitted after the specified time limit will
be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be submitted within three
days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of
determination.
In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records
available upon request.
AWARD
The lowest bidder will be determined using the TOTAL OF THE BASE BID PLUS THE ADDITIVE WORK.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the
total contract price are required in compliance with Section 3-1.05 of the Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with the provisions of
the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Argelia Chang at
(805) 781-7200. Telecommunications Device for the Deaf (805) 781-7107. Requests should be made as
soon as possible to allow time for accommodation.
Page 118 of 850
BID FORMS
A
All bid forms must be completed and submitted with your bid. Failure to submit these forms and required
bid bond will be cause to reject the bid as nonresponsive.Staple all bid forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1.the location of the proposed work
2.the plans and specifications
3.read the accompanying instructions to bidders
and propose to furnish all:
4.materials
5.labor
to complete all the required work satisfactorily in compliance with
6.plans
7.specifications
8.special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR CALLE JOAQUIN LIFT STATION REPLACEMENT
SPECIFICATION NO.91118A
Item Item Unit of Estimated Item Price Total
No.Description Measure Quantity (in figures)(in figures)
1.Mobilization and Demobilization LS 1 ----
2.Storm Water Pollution Prevention LS 1 ----
3.Sheeting, Shoring and Bracing LS 1 ----
4.OSHA Compliance LS 1 ----
5.
Permits and Temporary
Construction Easement
Compliance
LS 1 ----
6.Dewatering LS 1 ----
7.Utility Location and Potholing LS 1 ----
8.Traffic Control, Detours, and
Access LS 1 ----
9.Relocate Motel 6 Sewer Lateral LS 1 ----
10.Relocate Motel 6 Water Service LS 1 ----
11.Gas Service for Standby
Generator LS 1 ----
12.Recycled Water Service and Meter LS 1 ----
13.6Construction Surveying LS 1 ----
14.7Demolition, Removal, and
Abandonment LS 1 ----
15.48-Inch Sewer Manhole EA 1
16.72-Inch Sewer Manhole EA 2
17.Approach Manhole EA 1
18.12-Inch HDPE DR17 Sewer (STA
1+42 to STA 6+04)LF 458
19.12-Inch HDPE DR17 Sewer (STA
109+81 to STA 111+00)LF 103
Page 119 of 850
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No.Description Measure Quantity (in figures)(in figures)
20.Jack and Bore 30-inch Steel
Casing LF 460
21.Temporary Sewer Connection to
Existing Wet Well LS 1 ----
22.10-inch HDPE DR17 Sewer
Forcemain LF 105
23.Temporary Sewer Bypass
Pumping LS 1 ----
24.Lift Station Site Work -Concrete LS 1 ----
25.Lift Station Site Work –Walls LS 1 ----
26.Lift Station Site Work –Earthwork
and Grading LS 1 ----
27.Lift Station Site Work –Wet Well,
Piping, and Valves LS 1 ----
28.Lift Station Site Work –Pumps and
Prerotation Basins LS 1 ----
29.
Lift Station Site Work –Hand
Rails, Fencing, Guard Posts, and
Miscellaneous Metal
LS 1 ----
30.Electrical and Instrumentation LS 1 ----
31.Commissioning and Startup LS 1 ----
32.Communications Manholes and
Conduit LS 1 ----
33.Double Barrel Siphon (STA 6+06
to STA 8+50)LS 1 ----
34.12-Inch HDPE Gravity Sewer (STA
8+50 to STA 10+32)LF 178
35.Connection to Existing Manhole EA 2
36.
Remove and Replace Existing
Caltrans Fence, Relocate Caltrans
Gate, and Revegetation
LS 1 ----
37.
Pipe Trench Foundation/ Subgrade
Stabilization (rock refill encased in
filter fabric)–As needed, and as
directed by the City Representative
LF 250
38.
Perform Authorized Pipe Trench
Foundation/Subgrade Stabilization
(compaction of in-situ subgrade
material)–As needed, and as
directed by the City Representative
LF 250
Total $
Additive Bid Items
1.Mobilization and Demobilization LS 1 ----
2.Sheeting, Shoring and Bracing LS 1 ----
Page 120 of 850
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No.Description Measure Quantity (in figures)(in figures)
3.Dewatering LS 1 ----
4.Traffic Control, Detours, and
Access LS 1 ----
5.6-Inch HDPE DR17 Sewer (STA
100+08 to STA 109+81)LF 959
6.Jack and Bore 16-inch Steel
Casing LF 40
7.48-Inch Sewer Manhole EA 2
Total $
Company Name:
Notes:
1.All bid items must be completed for the bid to be valid.
Page 121 of 850
BID FORMS
D
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard
specifications, the Bidder is required to furnish the following information for each Subcontractor
performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for
the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as
allowed in section 5-1.13 of the standard specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth
of work need not be mentioned.Subcontractors required to pay prevailing wage, must be registered
with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
Address and Phone
Number of Office, Mill or
Shop
Specific Description
of Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
Page 122 of 850
BID FORMS
E
(Rev 9-07)
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares under penalty of perjury under the laws of the State of California that the bidder, or any
subcontractor to be engaged by the bidder,has ____, has not ____been convicted within the preceding
three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding
upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section
1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of
the University of California or the Trustees of the California State University. The term "bidder" is
understood to include any partner, member, officer, director, responsible managing officer, or responsible
managing employee thereof, as referred to in Section 10285.1.
NOTE:The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided.
The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of
this Statement.Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
Yes __________No __________
If the answer is yes,attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232,you hereby states under penalty of perjury, that no
more than one final unappealable finding of contempt of court by a federal court has been issued against
you within the immediately preceding two-year period because of your failure to comply with an order of a
federal court which orders you to comply with an order of the National Labor Relations Board.
NOTE:The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement and Questionnaire.Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back wages or related
damages, interest, fines, or penalties pursuant to any final judgement, order or determination by a court or
any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment,
Page 123 of 850
BID FORMS
F
order or determination that is under appeal is excluded, provided that the contractor has secured the
payment of any amount eventually found due through a bond or other appropriate means.
________Yes ________No
The bidder is currently debarred under section 1777.1 or under any other federal or state law providing for
the debarment of contractors from public works.
________Yes ________No
Attach documentation of registration with the Department of Industrial Relations and date of registration per
Labor Code Section 1725.5(a)(1).
NOTE:The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement and Questionnaire.Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
Page 124 of 850
BID FORMS
G
NONCOLLUSION DECLARATION
I,, declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in
a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix
the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price,
or of that of any other bidder, or to secure any advantage against the public body awarding the contract of
anyone interested in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Page 125 of 850
BID FORMS
H
Bidder Acknowledgements
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s).(Note:You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No.,
Expiration Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
Business Name (DBA):
Owner/Legal Name:
Indicate One:Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
Page 126 of 850
BID FORMS
I
Qualifications
Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to
Bidders and indicated below,is cause to reject the bid.Additional information may be attached, but is not a
substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone &Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include lift station
construction, steel piping, dewatering,
jack & bore, pressure,gravity, or
sewer pumping activity?
Yes □No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:Was this contract for a public agency?
Yes □No □
Reference Number 2
Customer Name & Contact Individual
Telephone &Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include lift station
construction, steel piping, dewatering,
jack & bore, pressure,gravity, or
sewer pumping activity?
Yes □No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:Was this contract for a public agency?
Yes □No □
Reference Number 3
Customer Name & Contact Individual
Telephone &Email
Project Name (Site Address):
Page 127 of 850
BID FORMS
J
Is this similar to the project being bid or
did this project include lift station
construction, steel piping, dewatering,
jack & bore, pressure,gravity, or
sewer pumping activity?
Yes □No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:Was this contract for a public agency?
Yes □No □
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly by these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction
and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays,
Sundays, or legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Page 128 of 850
BID FORMS
K
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev.6-30-14)
Page 129 of 850
SPECIAL PROVISIONS
1
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of the Standard
Specifications. Each special provision begins with a revision clause that describes or introduces a
revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not
change the paragraph number of the Standard Specifications for any other reference to a paragraph of
the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 General
The work must be done in compliance with the City of San Luis Obispo, Department of Public Works:
1.Calle Joaquin Lift Station Replacement, Specification No.91118A Special Provisions
2.City of San Luis Obispo Engineering Standards and Standard Specifications –2020 edition
3.State of California, Department of Transportation Standard Specifications and Standard Plans –
2015 edition
In case of conflict between documents,governing ranking must comply with section 5-1.02 of the City of
San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1.Sections 6 through 8 of the Standard Specifications
2.Section 12 through 15 of the Standard Specifications
3.Section 77-1 of the Standard Specifications
4.Section 81 of the Standard Specifications
5.authorized working hours
6.OSHA compliance
2 BIDDING
Replace Section 2-1.33A with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be
signed by the bidder.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description
Comply with the provisions of Section 12,77 for general, material, construction, and payment specifics.
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Adjustments to working hours may be imposed due to public traffic impacts in compliance with section 7-
1.03B.
Hours of work may be limited, or expanded in certain areas as a requirement other sections of these
Special Provisions. For those areas not restricted, work hours are Monday through Friday between 7:00
a.m. and 4 p.m. unless otherwise approved by the Engineer, and construction noise is limited to the hours
of 7:00 a.m. to 4 p.m. unless otherwise approved by the Community Development Director. If Contractor
Page 130 of 850
SPECIAL PROVISIONS
2
works longer than an 8 hour day in any given day, Contractor is responsible for overtime rate for the
inspector.
Add to Section 5-1.13A Sub-Contracting General
A representative of the prime contractor must be on site when any subcontractor is performing contract
work. Contract work will not be allowed to continue until prime contractor’s representative is on site.
Add to Section 5-1.20A Coordination with Other Entities
You are responsible to coordinate your work with the contractors completing work on any other nearby
projects.
Add to Section 5-1.36D Nonhighway Facilities
Existing third party (non City-owned)utilities are shown on project plans for information purposes only. It
is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of
excavation or sawcutting. The City of San Luis Obispo is not responsible for any:
1.damages
2.costs
3.delay
4.expenses
resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in
4216.7.(c) of California Government Code.
Add to Section 5-1.43A Potential Claims and Dispute Resolution General
Potential claim forms are located on the City’s website:
http://www.slocity.org/publicworks/slostandards.asp
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.02K(6)
7-1.02K(6)(e) Health and Safety Plan
The sewer system has H2S associated with it.High concentrations are known to exist in the manholes.
The Contractor must comply with any provisions for safety related to the presence of this gas.
Add to Section 7-1.03B Traffic Control Plan
Work hours are restricted to 7:00 p.m. to 7:00 a.m. for any work impacting traffic on Los Osos Valley
Road.Calle Joaquin is always to be open to traffic.During weekday business hours,one lane is always
to be open, and flagging is required along Calle Joaquin.During weekends and nights,two-way traffic is
required due to church operations along Calle Joaquin. Special consideration will need to be given to the
excavation and shoring plan around the lift station and in Calle Joaquin to accommodate the public
passage through that area during all construction phases.
Refer to Caltrans Permit No. 0521 NUJ 0174 for restrictions pertaining to impacts on traffic for work done
within the Caltrans rights-of-way found in Appendix H.
Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic
control plan must be drawn to scale. Traffic control application may be obtained on the City’s website:
http://www.slocity.org/publicworks/documents/trafficcontrolapp.pdf
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is
responsible to comply with all conditions of the traffic control plan. Complete work using due diligence in
order to restore free flowing of traffic.
Page 131 of 850
SPECIAL PROVISIONS
3
Page 132 of 850
SPECIAL PROVISIONS
4
Replace Section 7-1.06 with:
7-1.06A General
Procure and maintain for the duration of the contract, insurance against claims for:
1.injuries to persons
2.damages to property
which may arise from or in connection with the performance of the work by your:
1.agents
2.representatives
3.employees
4.subcontractor
Provide:
1.Commercial General Liability Insurance
2.Commercial General Liability Insurance Endorsement
3.Automotive Liability Insurance
4.Automotive Liability Insurance Endorsement
5.Workers’ Compensation Insurance
The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines
or mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of
any local, state or federal regulation, as well as all attorney fees, costs and expenses of any kind which
directly or indirectly arise out of or are in any way associated with enforcing this indemnity provision
against the Contractor.
7-1.06B Minimum Scope of Insurance
Coverage must be at least as broad as:
1.Insurance Services Office Commercial General Liability coverage:
a.CG 20 10 Prior to 1993
b.CG 20 10 07 04 with CG 20 37 10 01
2.Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3.Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
7-1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1.General Liability:
a.$1,000,000 per occurrence for bodily injury, personal injury and property damage.
b.If Commercial General Liability or other form with a general aggregate limit is used, either the
c.general aggregate limit must apply separately to this project/location
d.the general aggregate limit must be twice the required occurrence limit.
2.Automobile Liability:
a.$1,000,000 per accident for bodily injury and property damage.
3.Employer's Liability:
a.$1,000,000 per accident for bodily injury or disease.
7-1.06D Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of
the City, either:
Page 133 of 850
SPECIAL PROVISIONS
5
1.the insurer must reduce or eliminate the deductibles
2.procure a bond guaranteeing payment of:
a.losses and related investigations
b.claim administration and defense expenses.
7-1.06E Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
1.The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
a.liability arising out of activities performed by or on behalf of you
b.your products and completed operations
c.premises owned, occupied or used by you
d.automobiles owned, leased, hired or borrowed by you
2.The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a.officers
b.officials
c.employees
d.agents
e.volunteers
3.For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a.officers
b.officials
c.employees
d.agents
e.volunteers.
4.Any insurance or self-insurance maintained by the City is in excess to your insurance and will not
contribute to it.
5.Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its
a.officers
b.officials
c.employees
d.agents
e.volunteers
6.Your insurance must apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
7.Each insurance policy required must be endorsed to state that coverage will not be:
a.Suspended
b.Voided
c.canceled by either party
d.reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested has
been given to the City.
8.Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code.
7-1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
Page 134 of 850
SPECIAL PROVISIONS
6
7-1.06 G Verification of Coverage
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
7-1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and endorsements
for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as
the prime contractor.
8 PROSECUTION AND PROGRESS
Section 8-1.02A Schedule
Provide a Level 2 critical path method schedule for this work.
Dewatering plan shall be submitted within 15 working days from Notice of Award.
Stormwater Pollution Prevention Plan shall be submitted within 15 working days from Notice of Award.
Add to Section 8-1.03 Pre-Construction Conference
All listed subcontractors performing contract work must attend the preconstruction meeting.
At a minimum, provide the following submittals at the preconstruction meeting:
1.emergency contact list
2.representative at the site of work authorized to sign extra work tickets
3.representative authorized to sign change orders
4.Caltrans equipment rental rates for equipment used to complete work
5.critical path method construction schedule
6.traffic control application
7.traffic control plans
8.location of construction yard
9.location of disposal site
10.evidence construction yard is correctly permitted if construction yard is not your business address
11.evidence disposal yard is correctly permitted.
12.door hanger for notification of adjacent properties
Section 8-1.05A Partial Completion Time
Complete all work within the San Luis Obispo Creek area as specified in the project permits (Appendix I).
The time limit specified for the completion of the work may be insufficient to permit completion of the work
by working a normal number of hours per day or week on a single shift basis. Should Contractor fail to
maintain the progress of the work in conformance with "Progress Schedule (Critical Path Method)" of
these Special Provisions, Contract must provide additional shifts as necessary to ensure that the work is
completed within the time limit specified at no additional cost to the City.
9 PAYMENT
Add to Section 9-1.23 City Billing
After given the opportunity, you fail to complete any of the following:
1.maintain the project site,
2.complete project work,
3.any other cause which requires City staff to complete work at the project site
Page 135 of 850
SPECIAL PROVISIONS
7
you must reimburse the City in compliance with section 9-1.23.
Each lump sum bid items includes all work necessary to complete the bid item. No additional
compensation will be granted. If no bid item is listed for a specific item of work, it is to be paid under
other bid items. Please see Technical Specifications Section 012000, Measurement and Payment.
99 BUILDING CONSTRUCTION
Add to Section 99
Calle Joaquin Lift Station Replacement Project Technical Specifications.
Page 136 of 850
APPENDICES
8
APPENDIX A -FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County,California (hereinafter called the
Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK:The Contractor shall perform everything required to be performed, shall
provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and
transportation services required to complete all the work of construction of
NAME OF PROJECT,SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by
the Owner, in strict compliance with the Contract Documents hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work
performed and completed under the direction and supervision and subject to the approval of the Owner or its
authorized representatives.
ARTICLE II, CONTRACT PRICE:The Owner shall pay the Contractor as full consideration for the faithful
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents,
the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $.00
Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in
the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work which the
Contractor may be required to do, or respecting the size of any payment to the Contractor, during the
performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and
conclusive.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT:The Contract consists of the following
documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached:
1.Notice to Bidders and information for bidders.
2.Standard Specifications, Engineering Standards, Special Provisions, and any Addenda.
2.Accepted Bid.
4.Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5.Noncollusion Declaration.
6.Plans.
Page 137 of 850
APPENDICES
9
7.List of Subcontractors.
8.Agreement and Bonds.
9.Insurance Requirements and Forms.
ARTICLE IV.It is further expressly agreed by and between the parties hereto that should there be any
conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control
and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date
first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR
Christine Dietrick
City Attorney
NAME OF COMPANY
NAME OF CAO/PRESIDENT
Rev. 12-28-09
Page 138 of 850
CITY OF SAN LUIS OBISPO
CALLE JOAQUIN LIFT STATION REPLACEMENT
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS
007300 SUPPLEMENT TO GENERAL PROVISIONS
DIVISION 01 -GENERAL REQUIREMENTS
010000 MOTEL 6 BANNER
011100 COORDINATION OF WORK, PERMITS, AND REGULATIONS
012000 MEASUREMENT AND PAYMENT
013216 CPM SCHEDULE REQUIREMENTS
013300 SUBMITTALS
015100 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
015526 TRAFFIC REGULATION
015723 STORM WATER POLLUTION PREVENTION PLAN
015800 TEMPORARY SEWAGE BYPASS PUMPING
017410 CLEANING DURING CONSTRUCTION AND FINAL CLEANING
018100 PRECOMMISSIONING AND COMMISSIONING
019310 OPERATION AND MAINTENANCE MANUALS
DIVISION 02 -EXISTING CONDITIONS
020120 PROTECTING EXISTING UNDERGROUND UTILITIES
023219 SUBSURFACE UTILITY LOCATING (POTHOLING)
024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION
DIVISION 03 -CONCRETE
030500 GENERAL CONCRETE CONSTRUCTION
030501 ABANDON AND GROUT EXISTING SANITARY SEWER WITH
FLOWABLE FILL
034210 PRECAST CIRCULAR CONCRETE MANHOLES
DIVISION 04 -MASONRY
042223 CONCRETE UNIT MASONRY
Page 139 of 850
DIVISION 05 -METALS
050520 BOLTS, WASHERS, ANCHORS, AND EYEBOLTS
051210 MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM
055100 LADDERS, STAIRS, AND STAIR NOSINGS
055200 HANDRAILS AND SAFETY CHAINS
055300 GRATING, COVER PLATES, AND ACCESS HATCHES
DIVISION 09 -FINISHES
092000 EXTERIOR WALL STUCCO
099000 PAINTING AND COATING
099720 CHEMICAL-RESISTANT COATINGS FOR CONCRETE
099752 COLD-APPLIED WAX TAPE COATING
099754 POLYETHYLENE SHEET ENCASEMENT
099761 FUSION-BONDED EPOXY LININGS AND COATINGS
DIVISION 26 -ELECTRICAL
260500 GENERAL ELECTRICAL REQUIREMENTS
260519 WIRES AND CABLES
260526 GROUNDING
260534 CONDUITS, BOXES, AND FITTINGS
260548 SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT
260573 SHORT-CIRCUIT AND ARC-FLASH STUDY
260590 MISCELLANEOUS ELECTRICAL DEVICES
262410 PANELBOARDS
262419 MOTOR CONTROL CENTER
263213 STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)
263623 AUTOMATIC TRANSFER SWITCH
DIVISION 31 -EARTHWORK
311100 CLEARING, STRIPPING, AND GRUBBING
312300 EARTHWORK
312316 TRENCHING, BACKFILLING, AND COMPACTING
312319 DEWATERING
312323 GRAVEL AND CRUSHED ROCK BASE FOR STRUCTURES
314100 SHORING
317216 JACKED STEEL CASING
Page 140 of 850
DIVISION 32 -EXTERIOR IMPROVEMENTS
321216 ASPHALT CONCRETE PAVING
321613 CONCRETE CURBS, GUTTERS, AND SIDEWALKS
323112 STEEL CHAIN LINK FENCES AND GATES
DIVISION 33 -UTILITIES
330130 LEAKAGE AND INFILTRATION TESTING
330522 DIRECTIONAL BORING OF PIPE
331125 PREFABRICATED FRP WET WELL,VALVE BOX, AND PIPING
DIVISION 40 -PROCESS INTEGRATION
400500 GENERAL PIPING REQUIREMENTS
400515 PRESSURE TESTING OF FORCE MAIN PIPING
400520 MANUAL, CHECK, AND PROCESS VALVES
400560 AIR-RELEASE AND VACUUM-RELIEF VALVES
400580 FABRICATED STAINLESS STEEL SLIDE GATES
400722 FLEXIBLE PIPE COUPLINGS
400762 WALL PIPES, SEEP RINGS, AND PENETRATIONS
400775 EQUIPMENT AND PIPING IDENTIFICATION
401449 POLYETHYLENE PIPE FOR NATURAL GAS SERVICE
401458 STEEL PIPE FOR NATURAL GAS SERVICE
402040 DUCTILE-IRON PIPE
402076 STAINLESS STELL PIPE
402097 HDPE PIPE,20 INCHES AND SMALLER
405000 PROCESS CONTROL AND INSTRUMENTATION SYSTEM (PCIS)
GENERAL REQUIREMENTS
405010 PROCESS CONTROL AND INSTRUMENTATION SYSTEM LOOP
DESCRIPTIONS
405020 INSTRUMENTATION EQUIPMENT
405040 PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE
405050 DATA RADIO SYSTEM
405060 SCADA SOFTWARE
405080 INSTRUMENT CONTROL PANEL (ICP)
409115 MAGNETIC FLOWMETERS
DIVISION 41 -MATERIAL PROCESSING AND HANDLING EQUIPMENT
412215 EQUIPMENT –HOISTS AND CRANES
Page 141 of 850
DIVISION 43 -PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND
STORAGE EQUIPMENT
432132 SCREW CENTRIFUGAL PUMPS
APPENDICES
APPENDIX A –CEQA MITIGATED NEGATIVE DECLARATION
APPENDIX B –CALLE JOAQUIN LIFT STATION REPLACEMENT PROJECT RIGHT
OF WAY AGREEMENT
APPENDIX C –SIPHON RIGHT OF WAY AGREEMENT
APPENDIX D –CALLE JOAQUIN SIPHON AND LIFT STATION REPLACEMENT
FRAC-OUT CONTINGENCY PLAN
APPENDIX E –WASTE DISCHARGE REQUIREMENTS
APPENDIX F –STORM WATER POLLUTION PREVENTION PLAN
APPENDIX G –WATER UTILITY PLANS
APPENDIX H –CALTRANS PERMIT
APPENDIX I –AVOIDANCE AND MINIMIZATION MEASURES
Page 142 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-1
60225711 -7 Sep 2021
SECTION 007300 SUPPLEMENT TO STANDARD SPECIFICATIONS
1.01 DEFINITIONS
The following defined terms shall be added to Standard Specifications. Whenever the
following terms occur in the contract documents, their meaning is as follows:
CONSULTANT AECOM and its directors, officers, employees and
subconsultants
Consultant is not an agent of the City.
OWNER City of San Luis Obispo, CA
CITY’S REPRESENTATIVE/
OWNER’S
REPRESENTATIVE
The authorized individual, consultant, or other entity,
selected and hired by the City to perform tasks on
behalf of the City during construction of the City’s
Project.
CITY’S PROJECT Calle Joaquin Lift Station Replacement
CONTRACTOR The individual, partnership, corporation, joint-venture,
or other legal entity with whom the City has executed
the construction contract.
STANDARD
SPECIFICATIONS
City of San Luis Obispo Standard Specifications dated
2020.
SPECIAL PROVISIONS Numbered Sections contained within this specification
package.
1.02 TERMS
A.Command type sentences used in the contract documents refer to and are directed to the
Contractor.
B.Terms and Conditions contained in this section prevail over the Standard Specifications.
1.03 AUTHORITY FOR THE WORK
The drawings, specifications, and other contract documents for the work were approved
and adopted by the Governing Body of the City.
1.04 PROJECT REPORTS
The following reports which have been prepared for the Owner are available for review:
Page 143 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-2
60225711 -7 Sep 2021
A.Geotechnical Engineering Report Calle Joaquin and Laguna lift Station Replacements,
San Luis Obispo, California,June 12, 2012, Earth Systems Pacific and the 2021
addendum to the report.
The Contractor is advised that a geotechnical report was prepared for the design of this
Project, and such information was referenced in the design of this Work.This Report
was prepared by Earth Systems Pacific, and is entitled “Geotechnical Engineering
Report, Calle Joaquin and Laguna Lift Station Replacements, San Luis Obispo,
California”, dated June 12, 2012, an addendum to this report was prepared, and dated
August 3, 2021. This report, including the addendum is available for review at the City
Public Works Office at 919 Palm Street, and is also available online at
http://www.slocity.org/publicworks/bids.asp
Such investigations were made only for the purpose of study and design.The conditions
indicated by such investigations apply only at the time the borings or excavations were
made.Where such investigations have been made, the Contractor shall inspect the
records as to such investigations subject to and upon the conditions hereinafter set forth
in accordance with Section 2-1.30 “Jobsite and Document Examination” of the Standard
Specifications.
The records of such investigations are not a part of these Contract Documents and are
shown solely for informational purposes for the Contractor.It is expressly understood
and agreed that the City, the Engineer and their consultants assume no responsibility
whatsoever in respect to the sufficiency or accuracy of the investigations; the records
thereof; or of the interpretations set forth therein or made by the City's consultants, the
Engineer or his consultants in the use thereof by the Engineer, and there is no warranty
or guarantee, either express or implied, that the conditions indicated by such
investigations or records thereof are representative of those existing throughout such
areas, or any part thereof, or that unlooked-for developments may not occur, or that
materials other than, or in proportions different from, those indicated may not be
encountered.
B.Mitigated Negative Declaration in compliance with CEQA.
A Mitigated Negative Declaration was completed for the Calle Joaquin Lift Station
Replacement Project in compliance with the California Environmental Quality Act
(CEQA).Conditions and mitigation measures are listed in Appendix A.
1.05 UTILITIES
The Consultant has endeavored to determine the existence of utilities along the project
alignment from the records of owners of known utilities in the vicinity of the work. The
positions of these utilities as derived from such records are shown on the plans.Note,
service laterals and connections are not all shown on the plans. The Contractor is
responsible for locating, protecting, and maintaining the operation of all existing utilities
(including service laterals).
Page 144 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-3
60225711 -7 Sep 2021
The Contractor shall conduct his own utility investigation in advance of the work to be
performed to locate and determine the true horizontal and vertical locations of existing
subsurface utilities in the vicinity of the project. The Contractor shall field locate and
expose underground utilities by potholing or other acceptable non-destructive methods.
If the Contractor discovers conflicting utility facilities not identified in the plans or
specifications or in a position different from that shown in the plans and specifications,
he shall immediately notify by phone and in writing the City's Representative and the
owner of the utility facility.
See Specification Section 020120 and the Standard Specifications for City of San Luis
Obispo requirements and procedures regarding the removal, relocation, protection, and
temporary maintenance of utility facilities not identified in the Contract Documents.
1.06 GENERAL SAFETY
In accordance with generally accepted construction practices, the Contractor shall be
solely and completely responsible for conditions of the jobsite, including safety of all
persons and property during performance of the work, and the Contractor shall fully
comply with all state, federal and other laws, rules, regulations, and orders relating to
safety of the public and workers.
The right of the Owner or the Owner's Representative to conduct construction review or
observation of the Contractor's performance will not include review or observation of the
adequacy of the Contractor's safety measures in, on, or near the construction site.
1.07 CALIFORNIA AND LOCAL REGULATIONS
A.The Contractor is solely responsible for accomplishing all work in a safe manner,
complying with, but not limited to, the following regulations:
1.CAL/OSHA, Title 8, Industrial Relations, Chapter 4, division of Industrial Safety
Orders, Subchapter 4, Construction Safety Order.
2.Title 8, CCR, General Industrial Safety Orders (GISO), Section 5156, Scope &
Definitions, and Section 5159, Confined Space Operations.
3.Title 8, CCR, Construction Safety Orders, Article 4, Sections 1528 to 1531, Dusts,
Fumes, Mists, Vapor, and Gases.
B.Contractor shall submit a notarized letter signed by a principal officer of the corporation
or company certifying the Contractor fully complies with California Code of Regulations
pertaining to the Construction Safety Orders (CSO) and General Industry Safety Orders
(GISO). Review of Contractor’s safety plan by Engineer does not imply that Owner
accepts responsibility for such plans or safety activities.
Page 145 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-4
60225711 -7 Sep 2021
1.08 WORKER PROTECTION
A.Conform to all federal, state, county, and City safety and environmental protection codes
and regulations. Do not create conditions for which the Owner is subject to citations by
any regulatory agency. Should the Owner be cited for a condition under the control of
the Contractor, the Contractor will be responsible for payment and settlement of said
citation. All safety equipment, including that for confined space entry, shall be provided
by the Contractor at his expense, including safety equipment necessary for use by the
Owner’s Representative.
B.Comply with all applicable regulations for properly storing, handling, transporting, and
disposing of any hazardous waste.
C.Maintain a full-time standby hole watch in case of an emergency. This employee shall
be certified in CPR and have confined space certification and shall be able to comply
with GISO 5157 (Operating Procedures and Employee Training) and GISO 5158 (Pre-
Entry). This employee shall also be fully equipped to operate within the directives of
GISO 5159 (Confined Space Operations). This person shall have his own personal
safety equipment and operating telephone (not the jobsite telephone).
1.09 EXCAVATION SHEETING, SHORING, AND BRACING PLANS FOR WORKER
PROTECTION REQUIRED BY LABOR CODE SECTION 6705
A.The Contractor shall submit to the Owner’s Representative for acceptance, in advance of
excavation, a detailed plan showing the design of shoring, bracing, sloping, or other
provisions to be made for worker protection from the hazard of caving ground during the
excavation. The plan shall be prepared by a registered civil or structural engineer. As a
part of the plan, a note shall be included stating that the registered civil or structural
engineer certifies that the plan complies with the CAL/OSHA Construction Safety
Orders, 29CFR1926 Subpart P-Excavations, or that the registered civil or structural
engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or
other provisions of the Safety Orders.
B.The City or their consultants may have made investigations of subsurface conditions in
areas where the work is to be performed. If so, these investigations are identified in the
Contract Documents and the records of such investigations are available for inspection at
the office of the City Engineer of Work The detailed plan showing the design of
shoring, etc., which the Contractor is required to submit to the City’s Representative for
acceptance in advance of excavation will not be accepted by the City if the plan is based
on subsurface conditions which are more favorable than those revealed by the
investigations made by the City or their consultants; nor will the plan be accepted if it is
based on soils-related design criteria which is less restrictive than the criteria set forth in
the report on the aforesaid investigations of subsurface conditions.
C.The detailed plan showing the design of shoring, etc., shall include surcharge loads for
nearby embankments and structures, for spoil banks, and for construction equipment and
other construction loadings. The plan shall indicate for all trench conditions the
Page 146 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-5
60225711 -7 Sep 2021
minimum horizontal distances from the side of the trench at its top to the near side of the
surcharge loads.
D.Nothing contained in this article shall be construed as relieving the City’s Contractor of
the full responsibility for providing shoring, bracing, sloping, or other provisions which
are adequate for worker protection.
1.10 PERSONAL LIABILITY
No director,officer, employee, or agent of the Consultant or their subconsultants shall be
personally responsible for any liability arising under or by virtue of the contract.
END OF SECTION
Page 147 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 007300-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 148 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 010000-1
60225711 -7 Sep 2021
SECTION 010000 MOTEL 6 PROJECT BANNER
Project shall include a banner reading “Motel 6 open for business during construction”
hung on the fence. Banner shall be placed South of the Motel 6 driveway entrance in view
of the general public driving South on Calle Joaquin.Banner shall be 40-inch x 48-inch
and constructed of vinyl material. Banner shall be constructed for outdoor use and
maintained in excellent condition throughout the course of the project.Contractor to attach
sign to fence using zip ties.Prior to fabrication and placement, the banner placement and
signage to be fabricated shall be approved by the Engineer.The cost of the sign is
incidental to the contract price. The sign shall remain the property of the Owner.
END OF SECTION
Page 149 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUPPLEMENT TO STANDARD SPECIFICATIONS 010000-2
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 150 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COORDINATION OF WORK, PERMITS, AND REGULATIONS 011100-1
60225711 -7 Sep 2021
SECTION 011100 COORDINATION OF WORK, PERMITS, AND REGULATIONS
1.01 DESCRIPTION
This section generally describes the project and includes work sequence and schedule,
Contractor's use of premises, permits, and regulations.
1.02 CONTRACTOR'S USE OF PREMISES
A.The Contractors use of the premises shall not impede normal operation of the existing
facilities. Contractor must advise Owner at least 7 days in advance of any activity that
could potentially interfere with the existing lift station.
B.Maintain site security and operator access to the existing facilities at all times per plans
and these specifications. This is intended to be accomplished with temporary security
fencing around the limits of the work and by maintaining adequate security.
C.Perform video documentation of pre-existing conditions at and around the project site
per the General Notes on the plans. Submit video to Owner’s Representative prior to
start of construction.
D.Do not encroach into California Department of Transportation rights-of-way, unless
required and specified by the Caltrans Double Permit shown in provided in Appendix H.
1.03 PERMITS
A.The following permit is being obtained by the Owner:
1.Central Coast Regional Water Quality Control Board, Waste Discharge
Requirements pursuant to Order No. 2004-0004.
B.Obtain and pay the fees for the following permits:
Name or Type of Permit Name, Address, Telephone
Number of Permitting Agency
City of San Luis Obispo:
Encroachment Permit
Public Works Department
919 Palm Street
San Luis Obispo, CA 93401
805-781-7015
State of California, Department of
Industrial Relations, Division of
Occupational Safety and Health (DOSH):
Permit for Trenching/Excavations
Exceeding 5-feet in depth
CAL/OSHA Field Office
Ventura County
1655 Mesa Verde, Room 125
Ventura, CA 93003
805-654-4581
Page 151 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COORDINATION OF WORK, PERMITS, AND REGULATIONS 011100-2
60225711 -7 Sep 2021
Caltrans Encroachment Permit District 05
50 Higuera Street
San Luis Obispo, CA 93401
805-549-3152
805-549-3062 FAX
Department of Industrial Relations
Mining and Tunneling (M&T) Unit
Request pre-job safety conference
Enforcement Branch, Region 5
2424 Arden Way, Suite 125
Sacramento, CA 85825
916-574-2540
916-574-2542 FAX
https://www.dir.ca.gov/dosh/mining
-and-tunneling-unit.html
Contact the permitting agencies listed above for current fees associated with each permit.
C.The permits contain requirements that affect the cost of project work and some
permanent permits require supplementary work permits and fees to execute construction.
Comply with the permit requirements and obtain and pay the fees involved with the
supplementary work permits.
1.04 RIGHTS-OF-WAY
Construction activities shall be limited to public rights-of-way, temporary construction
easements (TCE), and permanent utilities easements shown on the drawings, unless
additional arrangements are made with adjacent property owners. These public rights-
of-way, temporary construction easements, and permanent easements shown on the
drawings collectively constitute the work area. The Contractor will not be allowed to
acquire additional land for construction of the project without consultation and
coordination with the Owner.The Contractor shall also coordinate with and obtain the
support of residents living or doing business in the immediate area of such land
acquisitions. See Appendices B and C for easement descriptions.
END OF SECTION
Page 152 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-1
60225711 -7 Sep 2021
SECTION 012000 MEASUREMENT AND PAYMENT
1.01 WORK LISTED IN THE SCHEDULE OF WORK ITEMS
A.Work under this contract will be paid on a unit price or lump-sum basis as outlined on the
Bid Form for the quantity of work installed.
B.The unit prices and lump-sum prices include full compensation for furnishing the labor,
materials, tools, and equipment and doing all the work involved to complete the work
included in the contract documents.
C.The application for payment will be for a specific item based on the percentage completed
or quantity installed. The percentage complete will be based on the value of the partially
completed work relative to the value of the item when entirely completed and ready for
service.
D.The City shows a bid item quantity as a final pay item for payment purposes only. For a
final pay item, accept payment based on the Bid Item List quantity, regardless of the actual
quantity used unless dimensions are changed by the Engineer.
1.02 WORK NOT LISTED IN THE SCHEDULE OF WORK ITEMS
A.The Standard Specifications and items in the Special Provisions, general requirements,
and specifications which are not listed in the schedule of work items of the Bid Form are,
in general, applicable to more than one listed work item, and no separate work item is
provided therefor. Include the cost of work not listed but necessary to complete the project
designated in the contract documents in the various listed work items of the Bid Form.
B.The bids for the work are intended to establish a total cost for the work in its entirety.
Should the Contractor feel that the cost for the work has not been established by specific
items in the Bid Form, include the cost for that work in some related bid item so that the
Proposal for the project reflects the total cost for completing the work in its entirety.
1.03 BID ITEMS
A.Bid Item 1 -Mobilization and Demobilization (LS)
This item is a lump-sum bid for preparatory work and operations. The bid price shall
include, those necessary for the movement of personnel, equipment, supplies, and
incidentals to the project site; for obtaining permits, bonds, and insurance; and for all other
work and operations which must be performed,or costs incurred prior to beginning work
on the various contract items on the project site. Also included is demobilization of all
equipment, personnel, supplies, and materials from the site. This bid item is limited to a
maximum of 5%of the construction cost. A maximum of 80% of the bid amount shall be
paid for mobilization and shall be paid with the first regular monthly pay request.
Page 153 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-2
60225711 -7 Sep 2021
B.Bid Item 2 –Storm Water Pollution Prevention (LS)
This lump-sum bid item includes but is not limited to the following:all costs for
implementing the Storm Water Pollution Prevention Plan included as Appendix F.Bid
price shall include, but not be limited to,sampling, preparing and implementing a Rain
Event Action Plan,the cost of constructing and maintaining BMPs as shown on the
SWPPP plans. Full compensation shall be prorated over the term of the construction
contract.All work necessary to complete this bid item is included in this pay item and no
additional compensation will be granted.If no bid item is listed for a specific item of work,
it will be paid under other bid items.
C.Bid Item 3 –Sheeting, Shoring, and Bracing (LS)
This lump-sum bid item includes but is not limited to the following:equipment, labor, and
materials necessary to erect, operate, and removing sheeting shoring and bracing in
compliance with Cal/OSHA requirements.Payment for this lump sum bid item shall be
prorated based on the Contractor’s schedule for excavation.All work necessary to
complete this bid item is included in this pay item and no additional compensation will be
granted.If no bid item is listed for a specific item of work, it will be paid under other bid
items.
D.Bid Item 4 –OSHA Compliance (LS)
This lump-sum bid item includes but is not limited to the following:compliance with
federal, state, and local health orders and Cal/OSHA requirements other than Sheeting,
Shoring, or Bracing.Full compensation shall be prorated over the term of the construction
contract. All work necessary to complete this bid item is included in this pay item and no
additional compensation will be granted.
E.Bid Item 5 –Permits and Temporary Construction Easement Compliance (LS)
This lump-sum bid item includes but is not limited to the following:compliance with
permits obtained from federal, state, and local agencies, agreements with Motel 6 and other
landowners, and temporary construction easements (Permits are included in Appendices
H and I).Full compensation shall be prorated over the term of the construction contract.
All work necessary to complete this bid item is included in this pay item and no additional
compensation will be granted.If no bid item is listed for a specific item of work, it will be
paid under other bid items.
F.Bid Item 6 –Dewatering (LS)
This lump-sum bid item includes but is not limited to the following:completing an
acceptable dewatering plan, furnishing the labor, materials, tools, and equipment and
doing all the work to dewater trenches and excavations for the work, including transporting
water to the location identified in the permits for this project, and obtaining and complying
with the requirements of the City’s pretreatment permit and monitoring.(Refer to the
SWPPP for additional pretreatment requirements in Appendix F.)Full compensation shall
be prorated based on the duration of dewatering activities as provided for in the
Page 154 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-3
60225711 -7 Sep 2021
Contractor’s schedule.All work necessary to complete this bid item is included in this pay
item and no additional compensation will be granted.If no bid item is listed for a specific
item of work, it will be paid under other bid items.
G.Bid Item 7 –Utility Location and Potholing (LS)
This lump-sum bid item includes but is not limited to the following:excavate all utilities
and Caltrans piles prior to construction and determine location, depth, size, material type,
and utility owner.Full compensation for this lump sum bid item shall be made on a percent
complete basis. All work necessary to complete this bid item is included in this pay item
and no additional compensation will be granted.If no bid item is listed for a specific item
of work, it will be paid under other bid items.
H.Bid Item 8 –Traffic Control, Detours,and Access (LS)
This lump-sum bid item includes but is not limited to the following:preparing a traffic
control plan,constructing, maintaining, and removing temporary paved detours,
establishing, maintaining, and discontinuing temporary alternate routes, detours,
providing and maintaining traffic control, providing access to properties in the vicinity of
work, and provide for the convenience and safety of the public and public traffic. Full
compensation shall be prorated over the term of the construction contract.All work
necessary to complete this bid item is included in this pay item and no additional
compensation will be granted.If no bid item is listed for a specific item of work, it will be
paid under other bid items.
I.Bid Item 9 –Relocate Motel 6 Sewer Lateral (LS)
This lump-sum bid item includes but is not limited to the following:installing HDPE pipe,
pavement patch, cleanouts, fittings, and connections to existing pipelines. Full
compensation shall be prorated based on a percent complete basis.All work necessary to
complete this bid item is included in this pay item and no additional compensation will be
granted. If no bid item is listed for a specific item of work, it will be paid under other bid
items.
J.Bid Item 10 –Relocate Motel 6 Water Service (LS)
This lump-sum bid item includes but is not limited to the following:installing water pipe,
fittings, pavement trench patch. Full compensation shall be prorated based on a percent
complete basis. All work necessary to complete this bid item is included in this pay item
and no additional compensation will be granted.If no bid item is listed for a specific item
of work, it will be paid under other bid items.
K.Bid Item 11 –Gas Service for Standby Generator (LS)
This lump-sum bid item includes but is not limited to the following: installing gas pipe,
fittings, and appurtenances for the standby generator.Full compensation shall be prorated
based on a percent complete basis.All work necessary to complete this bid item is included
Page 155 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-4
60225711 -7 Sep 2021
in this pay item and no additional compensation will be granted. If no bid item is listed
for a specific item of work, it will be paid under other bid items.
L.Bid Item 12 –Recycled Water Service and Meter (LS)
This lump-sum bid item includes but is not limited to the following: installing recycled
service, water meter, and pavement trench patch.Full compensation shall be prorated
based on a percent complete basis.All work necessary to complete this bid item is included
in this pay item and no additional compensation will be granted. If no bid item is listed
for a specific item of work, it will be paid under other bid items.
G.Bid Item 13 –Construction Surveying (LS)
This lump-sum bid item includes but is not limited to the following:construction
surveying,staking, and laying out.Full compensation for this lump sum bid item shall be
made on a percent complete basis.All work necessary to complete this bid item is included
in this pay item and no additional compensation will be granted. If no bid item is listed
for a specific item of work, it will be paid under other bid items.
H.Item 14 –Demolition, Removal, and Abandonment (LS)
This lump-sum bid item includes but is not limited to:demolition,removal,disposal,and
abandonment of manholes, sewer pipelines, and the existing lift station.Sixty percent
(60%) of this lump sum bid item shall be paid after demolition of the existing lift station,
which will occur after successful completion of commissioning and startup. Forty percent
(40%) of this lump-sum bid item will be for all other demolition, removal, and
abandonment.All work necessary to complete this bid item is included in this pay item
and no additional compensation will be granted. If no bid item is listed for a specific item
of work, it will be paid under other bid items.
I.Bid Item 15 –48-inch Sewer Manhole (EA)
This item is a unit-price bid for furnishing and installing SSMH #6, which is a 48-inch
diameter sewer manhole per City of San Luis Obispo Standard Drawing 6610, complete
in place, where shown on the plans and as specified herein. The unit costs shall include,
but not be limited to the following: pre-cast concrete manhole, frame and cover, coatings,
excavation, backfill, compaction, fittings,connections, and testing.Full compensation
shall be on a unit cost basis per manhole.
J.Bid Item 16 –72-inch Sewer Manhole (EA)
This item is a unit-price bid for furnishing and installing 72-inch diameter sewer manholes
per City of San Luis Obispo Standard Drawing 6610, complete in place, where shown on
the plans and as specified herein. The unit costs shall include, but not be limited to the
following: pre-cast concrete manhole, frame and cover, coatings, excavation, backfill,
compaction, fittings,connections, and testing. Full compensation shall be on a unit cost
basis per manhole.
Page 156 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-5
60225711 -7 Sep 2021
K.Bid Item 17 –Approach Manhole (EA)
This item is a unit-price bid for furnishing and installing an approach manhole, complete
in place, where shown on the plans and specified herein. The unit costs shall include but
is not limited to, full compensation for the following:pre-cast concrete manhole, frame
and cover, coatings, excavation, backfill, compaction, fittings, connections, testing, slide
gate, rock base and geotextile.Full compensation shall be on a unit cost basis per manhole.
L.Bid Item 18 –12-Inch HDPE DR17 Sewer (STA 1+42 to STA 6+04) (LF)
This item is a unit-price bid for furnishing and installing the 12-inch-diameter HDPE,
DR17 sewer, complete in place, where shown on the plans and as specified herein. The
unit costs shall include but not be limited to the following: HDPE pipe,excavation,
backfill, compaction, fittings, connections,casing spacers,testing, and post-construction
CCTV inspection.This item also includes furnishing and installing asphalt concrete
pavement resurfacing to the thickness of the original pavement or as shown in City
Engineering Standards, whichever is greater. Pavement placed in excess of the maximum
cross section will not be considered for payment without prior written authorization from
the Owner. Full compensation for this item shall be made per linear foot of pipe installed
along horizontal stationing through fittings, but not including manholes.
M.Bid Item 19 –12-Inch HDPE DR17 Sewer (STA 109+81 to STA 111+00)(LF)
This item is a unit-price bid for furnishing and installing the 12-inch-diameter HDPE,
DR17 sewer, complete in place, where shown on the plans and as specified herein. The
unit costs shall include but not be limited to the following: HDPE pipe, excavation,
backfill, compaction, fittings, connections,casing spacers,testing, and post-construction
CCTV inspection. This item also includes furnishing and installing asphalt concrete
pavement resurfacing to the thickness of the original pavement or as shown in City
Engineering Standards, whichever is greater. Pavement placed in excess of the maximum
cross section will not be considered for payment without prior written authorization from
the Owner. Full compensation for this item shall be made per linear foot of pipe installed
along horizontal stationing through fittings, but not including manholes.
N.Bid Item 20 –Jack and Bore 30-Inch Steel Casing (LF)
This item is unit-price bid for furnishing and installing the 30-inch-diameter steel casing,
complete and in place where shown on the plans and as specified herein. The unit costs
shall include but not be limited to and furnishing all labor, materials, tools, and equipment
required to jack and bore, and the steel casing. Full compensation for this item shall be
made per linear foot of pipe installed along horizontal stationing.
O.Bid Item 21 –Temporary Sewer Connection to Existing Wet Well (LS)
This lump-sum bid item includes but is not limited to the following: installing HDPE pipe,
excavation, backfill, compaction, fittings, connections, testing, and pavement patch.Full
compensation for this lump sum bid item shall be made on a percent complete basis. All
work necessary to complete this bid item is included in this pay item and no additional
Page 157 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-6
60225711 -7 Sep 2021
compensation will be granted. If no bid item is listed for a specific item of work, it will
be paid under other bid items.
P.Bid Item 22 –10-inch HDPE DR17 Sewer Forcemain (LF)
This item is a unit-price bid for furnishing and installing the 10-inch-diameter HDPE,
DR17 sewer forcemain, complete in place, where shown on the plans and as specified
herein. The unit costs shall include but not be limited to the following: HDPE pipe,
excavation, backfill, compaction, fittings, connections, casing spacers,and testing. This
item also includes furnishing and installing asphalt concrete pavement resurfacing to the
thickness of the original pavement or as shown in City Engineering Standards, whichever
is greater. Pavement placed in excess of the maximum cross section will not be considered
for payment without prior written authorization from the Owner. Full compensation for
this item shall be made per linear foot of pipe installed along horizontal stationing through
fittings, but not including manholes.
Q.Bid Item 23 –Temporary Sewer Bypass Pumping (LS)
This lump-sum bid item includes but is not limited to the following:prepare bypass
pumping plan, piping, valves,pumps, fuel, maintenance, and operation.Full compensation
shall be prorated based on the Contractor’s anticipated bypass pumping schedule.All work
necessary to complete this bid item is included in this pay item and no additional
compensation will be granted. If no bid item is listed for a specific item of work, it will
be paid under other bid items.
R.Bid Item 24 –Lift Station Site Work -Concrete (LS)
This lump-sum bid item includes but is not limited to the following: concrete, curbs,
gutters, sidewalk, and steel reinforcement.Full compensation for concrete shall be made
on a percent complete basis, based on the lump sum amount for this item. All work
necessary to complete this bid item is included in this pay item and no additional
compensation will be granted.If no bid item is listed for a specific item of work, it will
be paid under other bid items.
S.Bid Item 25 –Lift Station Site Work -Walls (LS)
This lump-sum bid item includes but is not limited to the following:CMU block, mortar,
steel reinforcement, concrete, and stucco. Full compensation for walls shall be made on a
percent complete basis, based on the lump sum amount for this item. All work necessary
to complete this bid item is included in this pay item and no additional compensation will
be granted. If no bid item is listed for a specific item of work, it will be paid under other
bid items.
T.Bid Item 26 –Lift Station Site Work –Earthwork and Grading (LS)
This lump-sum bid item includes but is not limited to the following: site preparation,
excavation, compaction, subgrade preparation, crushed gravel, aggregate base, geotextile
fabrics, imported soil, and disposal of excavated soil. Full compensation for earthwork
Page 158 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-7
60225711 -7 Sep 2021
and grading shall be made on a percent complete basis, based on the lump sum amount for
this item. All work necessary to complete this bid item is included in this pay item and no
additional compensation will be granted. If no bid item is listed for a specific item of
work, it will be paid under other bid items.
U.Bid Item 27 –Lift Station Site Work –Wet Well, Piping, and Valves (LS)
This lump-sum bid item includes but is not limited to the following: FRP wet well
including the concrete base, valves, vaults, hatches, guide rails and brackets, lifting cables,
ductile iron pipe, and stainless steel pipe. Full compensation for wet well, piping, and
valves shall be made on a percent complete basis, based on the lump sum amount for this
item. All work necessary to complete this bid item is included in this pay item and no
additional compensation will be granted. If no bid item is listed for a specific item of
work, it will be paid under other bid items.
V.Bid Item 28 –Lift Station Site Work –Pumps and Prerotation Basins (LS)
This lump-sum bid item includes but is not limited to the following:submersible raw
sewage pumps and prerotation basins. Full compensation for pumps and prerotation basins
shall be made on a percent complete basis, based on the lump sum amount for this item.
All work necessary to complete this bid item is included in this pay item and no additional
compensation will be granted. If no bid item is listed for a specific item of work, it will
be paid under other bid items.
W.Bid Item 29 –Lift Station Site Work –Hand rails, Fencing, Guard Posts and Miscellaneous
Metal (LS)
This lump-sum bid item includes but is not limited to the following:chain link fencing,
gates, hand rails, guard posts, stairs,and miscellaneous metal for the lift station site. Full
compensation for hand rails, fencing, guard posts, and miscellaneous metal shall be made
on a percent complete basis,based on the lump sum amount for this item. All work
necessary to complete this bid item is included in this pay item and no additional
compensation will be granted. If no bid item is listed for a specific item of work, it will
be paid under other bid items.
X.Bid Item 30 –Electrical and Instrumentation (LS)
This lump-sum bid item includes but is not limited to the following: motor control center,
conduits, wiring, antennae, lights, sensors, flowmeter, and instrumentation.Full
compensation for the electrical and instrumentation shall be made on a percent complete
basis, based on the lump sum amount for this item.All work necessary to complete this
bid item is included in this pay item and no additional compensation will be granted. If
no bid item is listed for a specific item of work, it will be paid under other bid items.
Y.Bid Item 31 –Commissioning and Startup (LS)
This lump-sum bid item includes but is not limited to the following:completing the startup
and commissioning for all mechanical, electrical, and instrumentation equipment supplied
Page 159 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-8
60225711 -7 Sep 2021
for this project as described in these Contract Documents and per Section 018100. Full
compensation for this lump sum bid item shall be made on a percent complete basis.All
work necessary to complete this bid item is included in this pay item and no additional
compensation will be granted. If no bid item is listed for a specific item of work, it will
be paid under other bid items.
Z.Bid Item 32 –Communications Manholes and Conduit (LS)
This lump-sum bid item includes but is not limited to the following: communications five
communications manholes, distance designated mule tape,and HDPE conduit, as shown
in the plans and as specified herein.The conduit run is from the motor control center to
SSMH #D.Full compensation for this lump sum bid item shall be made on a percent
complete basis. All work necessary to complete this bid item is included in this pay item
and no additional compensation will be granted. If no bid item is listed for a specific item
of work, it will be paid under other bid items.
AA.Bid Item 33 –Double Barrel Siphon (STA 6+06 to STA 8+50) (LS)
This lump-sum bid item includes but is not limited to the following: HDPE pipe,
horizontal directional drilling, bore pit excavation/backfill, communications conduit,and
post-construction CCTV inspection.Distance may vary dependent upon the contractor
means and methods.Full compensation for this lump sum bid item shall be made on a
percent complete basis.All work necessary to complete this bid item is included in this
pay item and no additional compensation will be granted. If no bid item is listed for a
specific item of work, it will be paid under other bid items.
BB.Bid Item 34 –12-Inch HDPE Gravity Sewer (STA 8+50 to STA 10+32) (LF)
This item is a unit-price bid for furnishing and installing the 12-inch HDPE gravity sewer,
complete in place, where shown on the plans and as specified herein.The unit costs shall
include but not be limited to the following:HDPE pipe, trenching and backfill, and post-
construction CCTV inspection.Distance could be reduced depending on contractors
means and methods in Pay Item 33.Full compensation for this item shall be made per
linear foot of pipe installed along horizontal stationing through fittings, but not including
manholes. Any stationing length utilized by the HDD method for the siphon will be
decreased from the LF quantity of the gravity sewer.
CC.Bid Item 35 –Connection to Existing Manholes (EA)
This item is a unit-price bid for furnishing and installing the connections to the existing
sewer manholes, complete in place, where shown on the plans and as specified herein.
The unit costs shall include but not be limited to the following:repairs and replacements
Page 160 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-9
60225711 -7 Sep 2021
required to return manhole to operating condition.Full compensation shall be on a unit
cost basis per each connection to an existing manhole.
DD.Bid Item 36 –Remove and Replace Existing Caltrans Fence, Relocate Caltrans Gate, and
Revegation (LS)
This lump-sum bid item includes but is not limited to the following:removal and
replacement of the existing Caltrans fence, and relocation of the Caltrans gate per the
Caltrans Standard Plans and Specifications to allow access to the new manhole #B at
Station 6+06.00,as well as revegetation of the impacted area off of the US 101 offramp
per the RQWCB permit.Full compensation for this lump sum bid item shall be made on
a percent complete basis. All work necessary to complete this bid item is included in this
pay item and no additional compensation will be granted. If no bid item is listed for a
specific item of work, it will be paid under other bid items.
EE.Bid Item 37 –Pipe Trench Foundation/Subgrade Stabilization (rock refill encased in filter
fabric)–As needed, and as directed by the City Representative (LF)
This item is a unit-price bid to perform trench subgrade/foundation stabilization by over-
excavating soft, yielding, and unstable soils and installing rock refill encased in filter
fabric in conformance with the Technical Specifications.The unit cost shall include, but
not be limited to,furnishing all labor, materials, including rock refill material and soil
stabilization fabric, tools, equipment, additional trench excavation, trench shaping,
additional shoring, and additional asphalt pavement repair required to complete the
authorized subgrade stabilization.Full compensation for this item shall be on a linear foot
basis. Maximum depth below the pipe foundation line shall be 24 inches.
The City’s Representative shall be the sole judge as to the necessity, the limits, and the
depth of additional refill material required for trench foundation/subgrade stabilization in
any given situation. Rock refill that may be used by the Contractor for his convenience,
but not authorized by the City’s Representative,will not be measured for payment but
shall be at the Contractor’s sole expense.
FF.Bid Item 38 –Perform Authorized Pipe Trench Foundation/Subgrade Stabilization
(Compaction of in-situ subgrade material)–As needed, and as directed by the City
Representative (LF)
This item is a unit-price bid to perform trench subgrade/foundation stabilization by
moisture conditioning and compacting the in-situ trench subgrade material to a minimum
90% relative compaction (RC) unless indicated otherwise by the City’s Representative.
This bid item is representative of a level of effort beyond the standard required by the
plans and specifications. The unit cost shall include, but not be limited to,furnishing all
labor, materials, tools, equipment, required to complete the authorized subgrade
stabilization.Full compensation for this item shall be on a linear foot basis.
Page 161 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-10
60225711 -7 Sep 2021
1.04 ADDITIVE BID ITEMS
The following bid items shall not be included in the base bid, but may be required as part of this
work effort. The Contract must notify and obtain written authorization from the City’s
representative before conducting the activities listed below.
A.Additive Bid Item 1 -Mobilization and Demobilization (LS)
This item is a lump-sum bid for preparatory work and operations. The bid price shall
include, those necessary for the movement of personnel, equipment, supplies, and
incidentals to the project site; for obtaining permits, bonds, and insurance; and for all other
work and operations which must be performed, or costs incurred prior to beginning work
on the various contract items on the project site. Also included is demobilization of all
equipment, personnel, supplies, and materials from the site. This bid item is limited to a
maximum of 5% of the construction cost. A maximum of 80% of the bid amount shall be
paid for mobilization and shall be paid with the first regular monthly pay request.
D.Additive Bid Item 2 –Sheeting, Shoring, and Bracing (LS)
This lump-sum bid item includes but is not limited to the following:equipment, labor, and
materials necessary to erect, operate, and removing sheeting shoring and bracing in
compliance with Cal/OSHA requirements. Payment for this lump sum bid item shall be
prorated based on the Contractor’s schedule for excavation.All work necessary to
complete this bid item is included in this pay item and no additional compensation will be
granted.If no bid item is listed for a specific item of work, it will be paid under other bid
items.
E.Additive Bid Item 3 –Dewatering (LS)
This lump-sum bid item includes but is not limited to the following:completing an
acceptable dewatering plan, furnishing the labor, materials, tools, and equipment and
doing all the work to dewater trenches and excavations for the work,including
transporting water to the location identified in the permits for this project, and obtaining
and complying with the requirements of the City’s pretreatment permit and monitoring.
(Refer to the SWPPP for additional pretreatment requirements in Appendix F.)Full
compensation shall be prorated based on the duration of dewatering activities as provided
for in the Contractor’s schedule.All work necessary to complete this bid item is included
in this pay item and no additional compensation will be granted.If no bid item is listed for
a specific item of work, it will be paid under other bid items.
F.Additive Bid Item 4 –Traffic Control, Detours, and Access (LS)
This lump-sum bid item includes but is not limited to the following:preparing a traffic
control plan,constructing, maintaining, and removing temporary paved detours,
establishing, maintaining, and discontinuing temporary alternate routes, detours,
providing and maintaining traffic control, providing access to properties in the vicinity of
work,and provide for the convenience and safety of the public and public traffic. Full
compensation shall be prorated over the term of the construction contract.All work
Page 162 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MEASUREMENT AND PAYMENT 012000-11
60225711 -7 Sep 2021
necessary to complete this bid item is included in this pay item and no additional
compensation will be granted.If no bid item is listed for a specific item of work, it will be
paid under other bid items.
B.Additive Bid Item 5 –6-Inch HDPE DR17 Sewer (STA 100+08 to STA 109+81) (LF)
This item is a unit-price bid for furnishing and installing the 6-inch-diameter HDPE, DR17
sewer, complete in place, where shown on the plans and as specified herein. The unit costs
shall include but not be limited to the following: HDPE pipe, excavation, backfill,
compaction, fittings, connections,casing spacers, testing, and post-construction CCTV
inspection. This item also includes furnishing and installing asphalt concrete pavement
resurfacing to the thickness of the original pavement or as shown in City Engineering
Standards, whichever is greater. Pavement placed in excess of the maximum cross section
will not be considered for payment without prior written authorization from the Owner.
Full compensation for this item shall be made per linear foot of pipe installed along
horizontal stationing through fittings, but not including manholes.
C.Additive Bid Item 6 –Jack and Bore 16-Inch Steel Casing (LF)
This item is unit-price bid for furnishing and installing the 16-inch-diameter steel casing,
complete and in place where shown on the plans and as specified herein. The unit costs
shall include but not be limited to and furnishing all labor, materials, tools, and equipment
required to jack and bore, and the steel casing. Full compensation for this item shall be
made per linear foot of pipe installed along horizontal stationing.
D.Additive Bid Item 7 –48-inch Sewer Manhole (EA)
This item is a unit-price bid for furnishing and installing SSMH#2 and SSMH#3, which
are both 48-inch diameter sewer manholes per City of San Luis Obispo Standard Drawing
6610, complete in place, where shown on the plans and as specified herein. The unit costs
shall include, but not be limited to the following: pre-cast concrete manhole, frame and
cover, coatings, excavation, backfill, compaction, fittings, connections, and testing.Full
compensation shall be on a unit cost basis per manhole.
END OF SECTION
Page 163 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-1
60225711 -7 Sep 2021
SECTION 013216 CRITICAL PATH METHOD (CPM)CONSTRUCTION SCHEDULE
REQUIREMENTS
1.01 DESCRIPTION
A.Prepare and submit a detailed CPM Construction Schedule and associated Schedule of
Values as set forth in this Section.
B.The Construction Schedule shall indicate the time of starting and completion of each major
structure or phase of the project and such intermediate phases as will serve for well-
defined control points.These phases and control points shall be placed in chronological
order on the Construction Schedule.The schedule shall demonstrate the Contractor’s plan
for fulfilling all Contract requirements. Indicate the anticipated date of receipt of major
items of equipment, and all items of equipment receipt and installation of which is critical
to the scheduled progress of the project. Fully identify the critical path for all activities.
Account for limited days of dewatering per the Geotechnical Report.
C.Update and resubmit the schedule as indicated herein. With each schedule update, identify
all slippages and missed milestones and provide a narrative description of proposed
corrective actions.
D.All schedules and updates are to be submitted both in paper form and electronic files. The
electronic files shall be provided in the language or program used to prepare the schedule,
and not in pdf files.
1.02 SUBMITTALS
A.Initial Submittal:
1.Within 14 days after receipt of Notice of Award, submit for review six (6) copies of
the complete CPM Construction Schedule for review and approval.
2.Within seven (7) days of receipt of initial CPM Construction Schedule, Owner will
meet with Contractor for review of the proposed approach. If revisions are needed,
Contractor will submit a revised CPM Construction Schedule within seven (7)
working days of review meeting.
3.Acceptance of the CPM Construction Schedule is not a concurrence by Owner that
schedule is reasonable or achievable.
B.Subsequent Submittals:
1.Every thirty (30) days or as required per conditions described below, submit for
review six (6) copies of the complete CPM Construction Schedule with updates and
narratives as needed.
2.Conditions prompting required schedule revision:
Page 164 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-2
60225711 -7 Sep 2021
a.The CPM Construction Schedule does not represent actual progress of work.
b.Delays for any reason make re-scheduling necessary.
c.Delay in completion of any work item or sequence of work items resulting in an
estimated extension of project completion by seven (7)days or more.
d.Approved contract modification necessitates re-scheduling.
3.Provide brief narrative describing the status of work, any existing or anticipated
problems and recommended corrective action needed.
1.03 CONTRACTOR’S REPRESENTATIVE
Designate an individual who shall have the authority to act on behalf of the Contractor in
fulfilling the requirements of preparing the CPM Construction Schedule in a
comprehensive and professional manner demonstrating competence in use of the
Construction Schedule. The Contractor’s representative will be responsible for review of
the schedule with the Owner and/or Engineer for the duration of the Contract.
1.04 ORDER OF WORK (ADD ADDITIONAL)
Certain items cannot be constructed, removed, replaced, abandoned, or demolished until
certain other work has been accomplished. The following table describes the other work
to be accomplished before such work may be performed.All work in the San Luis Obispo
Creek for the receiving pit for the tie in from the freeway crossing to the sewer siphon
(vegetation removal, excavation, dewatering, etc.) is restricted to occur from June 1 to
September 30.Items identified in Milestone A found in the “Project Information” Section
of the Special Provisions shall be completed within 200 working days from the Notice to
Proceed.
Page 165 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-3
60225711 -7 Sep 2021
No.Task Description Work by Others
1 Prepare SWPPP and dewatering plans for bore
and receiving pits, wet well excavation, and for
sewer installation.
City will submit contractor provided SWPPP and
dewatering plan to Regional Water Quality Control
Board. It is estimated that 3 submittals of the dewatering
plan will be necessary. The estimated review schedule is
2 weeks for the state to review the draft plans, 1 week to
review the revised plan, and 1 week to review the final
plan and provide approval.
Pothole utilities, including the piles for the US-
101 retaining wall.n/a
2
Install dewatering equipment for excavations.
Excavate bore and receiving pits.n/a
Install gravity sewer across US-101 and sewer
siphon across San Luis Obispo Creek.n/a
3
Install temporary connection between the new
gravity sewer pipe at the existing wet well. The
intent is to minimize bypass pumping.n/a
4
Abandon existing gravity sewer pipe under US-
101 and the sewer siphon within San Luis
Obispo Creek.
Authorization to proceed with abandonment shall be
provided by the City in writing after temporary
connection is successfully completed and in operation.
5
Abandonment of existing lift station shall occur
after completion of startup and commissioning
of the new lift station.
Authorization to proceed with abandonment shall be
provided by the City in writing.
1.05 PRELIMINARY SCHEDULE OF VALUES
The preliminary Schedule of Values listing shall include, at a minimum, the work
components listed in the Bid Form.
1.06 DETAILED SCHEDULE OF VALUES
A.Base the detailed Schedule of Values on the accepted preliminary schedule of values for
major work components. Because the ultimate requirement is to develop a detailed
Schedule of Values sufficient to determine appropriate monthly progress payment
amounts through cost loading of the CPM schedule activities, provide sufficient detailed
breakdown to meet this requirement. The Owner's Representative shall be the sole judge
of acceptable numbers, details, and description of values established. If, in the opinion of
the Owner's Representative, a greater number of Schedule of Values items than proposed
by the Contractor is necessary, the Contractor shall add the additional items so identified
by the Owner's Representative as a condition to processing the payment requests.
B.The minimum detail of breakdown of the major work components is as detailed in the Bid
Form.
C.The Contractor and Owner's Representative shall meet and jointly review the detailed
Schedule of Values within 7 days of the submittal. The value allocations and extent of
detail shall be reviewed to determine any necessary adjustments to the values and to
Page 166 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-4
60225711 -7 Sep 2021
determine if sufficient detail has been proposed to provide cost loading of the CPM
schedule activities. Make any adjustments deemed necessary to the value allocation or
level of detail, and submit a revised detailed Schedule of Values within 14 days from the
date of the review meeting.
D.Following acceptance of the detailed Schedule of Values, incorporate the values into the
cost loading portion of the CPM schedule. The CPM activities and logic shall have been
developed concurrent with development of the detailed schedule of values; however, it
shall be necessary to adjust the detailed Schedule of Values to correlate to individual
schedule activities. It is anticipated that instances will occur, due to the independent but
simultaneous development of the Schedule of Values and the CPM schedule activities,
where interfacing these two documents will require changes to each document. Schedule
activities may need to be added to accommodate the detail of the schedule of values.
Schedule of value items may need to be added to accommodate the detail of the CPM
schedule activities. Where such instances arise, the Contractor shall propose changes to
the Schedule of Values and to the CPM schedule activities to satisfy the CPM schedule
cost loading requirements.
1.07 INCORPORATION OF SCHEDULE OF VALUES INTO CPM SCHEDULE
A.In conjunction with each submittal of the construction schedule, submit a cash flow
projection indicating estimated earnings by month during the entire contract period and a
schedule of values of the work using the Schedule of Values described above, including
quantities and prices. The aggregate of these extended prices shall equal the contract price.
Costs shall include all materials, labor, equipment, and appurtenant items necessary to
accomplish the work in accordance with the contract documents. This schedule shall be
satisfactory in form and substance to the Owner's Representative and shall subdivide the
work into the specified component parts. Upon review by the Owner's Representative,
incorporate the schedule into the form for Application for Payment. The Owner reserves
the right to delete (or add) items of work from the contract and the total contract amount
shall be reduced (or increased) by the total amount shown in the Schedule of Values.
B.Develop the Schedule of Values (lump-sum price breakdown) and incorporate into the
cost loading function of the CPM Construction Schedule. Determine monthly progress
payment amounts from the monthly progress updates of the CPM Construction Schedule
activities. Develop the Schedule of Values independent but simultaneous with the
development of the CPM Construction Schedule activities and logic.
1.08 CROSS-REFERENCE LISTING
A.To assist in the correlation of the Schedule of Values and the CPM Construction Schedule,
provide a cross-reference listing, furnished in two parts. The first part shall list each
scheduled activity with the breakdown of the respective valued items making up the total
cost of the activity. The second part shall list the valued item with the respective scheduled
activity or activities that make up the total cost indicated. In the case where a number of
schedule items make up the total cost for a valued item (shown in the schedule of values),
the total cost for each scheduled item should be indicated.
Page 167 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-5
60225711 -7 Sep 2021
B.Update and submit these listings in conjunction with each CPM Construction Schedule
monthly submittal.
C.Incorporate executed change orders reflected in the CPM Construction Schedule into the
schedule of values as a single unit identified by the change order number.
1.09 CHANGES TO SCHEDULE OF VALUES
A.Changes to the CPM Construction Schedule which add activities not included in the
original schedule but are included in the original work (schedule omissions) shall have
values assigned as reviewed by the Owner's Representative. Other activity values shall be
reduced to provide equal value adjustment increases for added activities as approved by
the Owner's Representative.
B.In the event that the Contractor and Owner's Representative agree to make adjustments to
the original Schedule of Values because of inequities discovered in the original accepted
detailed Schedule of Values, increases and equal decreases to values for activities may be
made.
1.10 MEASUREMENT AND PAYMENT
Full compensation for conforming to the requirements of this Section shall be considered
as being included in the total Contract price and no additional compensation shall be made
therefore.
END OF SECTION
Page 168 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CPM SCHEDULE REQUIREMENTS 013216-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 169 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBMITTALS 013300-1
60225711 -7 Sep 2021
SECTION 013300 SUBMITTALS
1.01 RELATED WORK SPECIFIED ELSEWHERE
A.CPM Construction Schedule Requirements:013216.
B.Operation and Maintenance Manuals:019310.
1.02 SHOP DRAWINGS
A.Submit shop drawings in accordance with the Standard Specifications and as described
below.
B.The use of contract drawing reproductions for shop drawings is subject to rejection.
C.Submit shop drawings electronically in .PDF format compatible with Adobe Acrobat,
indexed, and word searchable. Files 5MB or less in size may be submitted to the
Owner’s Representative via email. Files larger than 5MB shall be submitted by means of
a FTP server,or USB flash drive, or as approved by the Owner’s Representative. Pages
shall be scanned at a resolution necessary for legibility. Scans shall be in color where
necessary for clarity.
D.If the Contractor submits shop drawings of equipment by manufacturers other than those
listed in the specifications, provide the following information with the submittal:
1.The name and address of at least three companies or agencies that are currently
using the equipment.
2.The name and telephone number of at least one person at each of the above
companies or agencies whom the Owner's Representative may contact.
3.A description of the equipment that was installed at the above locations. The
description shall be in sufficient detail to allow the Owner's Representative to
compare it with the equipment that is proposed to be installed in this project.
E.For materials originating outside of the United States for which tests are required,
provide recertification and retesting by an independent domestic testing laboratory.
1.03 SUBMITTAL REQUIREMENTS
A.Make submittals promptly in such sequence as to cause no delay in the work. Schedule
submission a minimum of 30 calendar days before reviewed submittals will be needed.
B.Submittals shall contain:
1.The date of submission and the dates of any previous submissions.
2.The project title and number.
Page 170 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBMITTALS 013300-2
60225711 -7 Sep 2021
3.Contract identification.
4.The names of:
a.Contractor.
b.Supplier.
c.Manufacturer.
5.Identification of the product, with the specification section number.
6.Field dimensions, clearly identified as such.
7.Relationship to adjacent or critical features of the work or materials.
8.Identification of deviations from contract documents.
9.Identification of revisions on resubmittals.
10.A 5-inch by 5-inch blank space for stamps of the Owner’s Representative.
11.Contractor’s stamp, initialed or signed, shall certify Contractor’s review of
submittal, verification of products, field measurements and field construction
criteria, and coordination of the information within the submittal that the product
meets the requirements of the work and of the contract documents.
1.04 SUBMITTAL FORMAT
A.Provide separate submittal for each item/material.
B.Each submittal shall have a transmittal form. Every page in a submittal shall be
numbered in sequence.
C.Where product data from a manufacturer is submitted, clearly mark which model is
proposed, with all pertinent data, capacities, dimensions, clearances, diagrams, controls,
connections, anchorage, and supports. Present a sufficient level of detail for assessment
of compliance with the contract documents.
D.Each submittal shall be assigned a unique number. Submittals shall be numbered in the
chronological order of the submittal, followed by the specification section number
represented by the submittal. The submittal numbers shall be clearly noted on the
transmittal. Resubmittals shall bear an alphanumeric system which consists of the,
submittal number for that item,followed by a letter of the alphabet to represent that it is
a subsequent submittal of the original. For example, if the first Submittal 01-030500
requires a resubmittal, the first resubmittal will bear the designation “01-030500-A” and
the second resubmittal will bear the designation “01-030500-B” and so on.
Page 171 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBMITTALS 013300-3
60225711 -7 Sep 2021
E.Disorganized submittals that do not meet the requirements above will be returned
without review.
1.05 RESUBMITTALS
Resubmittal of submittals will be reviewed and returned in the same review period as for
the original submittal. It is considered reasonable that the Contractor shall make a
complete and acceptable submittal by the second submission of a submittal item. The
Owner’s Representative reserves the right to withhold monies due to the Contractor to
cover additional costs of any review beyond the second submittal.
1.06 CONTRACTOR'S JOBSITE DRAWINGS
Provide and maintain on the jobsite one complete set of prints of all drawings which
form a part of the contract. Immediately after each portion of the work is installed,
indicate all deviations from the original design shown in the drawings either by
additional sketches or ink thereon.Make jobsite drawings available for monthly review
by the Owner’s Representative prior to release of progress payment.Upon completion of
the job, deliver this record set to the Owner's Representative.
END OF SECTION
Page 172 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBMITTALS 013300-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 173 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 015100-1
60225711 -7 Sep 2021
SECTION 015100 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
1.01 CONSTRUCTION WATER
A.Related Work Specified Elsewhere:
1.Earthwork:312300.
2.Trenching, Backfilling, and Compacting:312316.
3.General Concrete Construction:030500.
4.Pressure Testing of Force Main Piping:400515.
B.The Contractor is required to use recycled water for all non-potable uses.
C.Recycled water shall be obtained from the City of San Luis Obispo Wastewater
Treatment Plant.
D.The Contractor shall review and comply with all requirements of the “Procedures for
Recycled Water Use” adopted by the City of San Luis Obispo, which is available at
https://www.slocity.org/home/showdocument?id=4376
E.The Contractor shall make his own arrangements for labor and equipment to collect,
load, transport, and apply water as necessary for compaction of materials, concrete
construction operations, testing, dust control, and other construction use.
F.Include the cost of construction water in the appropriate bid item to which it is
appurtenant. The cost shall include full compensation for furnishing all labor, materials,
tools, and equipment and doing all the work necessary to furnish the necessary
equipment for applying the water as described in these specifications.
1.02 ELECTRICAL POWER--CONSTRUCTION PHASE
Provide for the purchase of power or provide portable power for the construction of the
project where existing outlets are not available. Provide for the extension of utility lines
to the point of usage. The cost of power shall be included in the appropriate bid items to
which it is appurtenant and shall include full compensation for furnishing all labor,
materials, tools, and equipment required to obtain and distribute power for construction
purposes.
1.03 DUST CONTROL
Perform dust control operations to prevent construction operations from producing dust
in amounts harmful to persons or causing a nuisance to persons living nearby or
occupying buildings in the vicinity of the work. Use water or dust preventative to control
dust.
Page 174 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 015100-2
60225711 -7 Sep 2021
1.04 FIRE DANGER
Minimize fire danger in the vicinity of and adjacent to the construction site. Provide
labor and equipment to protect the surrounding private property from fire damage
resulting from construction operations.
1.05 TRAFFIC REGULATION
Per Section 015526.
1.06 CONSTRUCTION STAKING
Furnish and install necessary grade control and stakes,or marks required for horizontal
and vertical control as specified in the Standard Specifications.
END OF SECTION
Page 175 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-1
60225711 -7 Sep 2021
SECTION 015526 TRAFFIC REGULATION
1.01 DESCRIPTION
This section describes procedures for traffic regulation during construction in public
streets and highways.
1.02 STANDARD SPECIFICATIONS
Wherever reference is made to the State Specifications and Plans, such reference shall
mean the City of San Luis Obispo Standard Specifications dated 2018.This shall be
understood to include Appendix G “Guidelines for Construction Zones”.
1.03 SUBMITTALS
The Contractor shall submit a traffic control plan not less than 14 working days prior to
start of construction operation, prepared, signed, and sealed by a California licensed civil
engineer to the Owner’s Representative for approval. Preparation of any additional
traffic control plans or detail that may be required by Caltrans, and the City of San Luis
Obispo during the course of the work shall be the Contractor's responsibility. No work
shall begin until a traffic control plan is approved.Refer to Appendix H for the Caltrans
permit.
1.04 GENERAL
A.Provide safe and continuous passage for pedestrian and vehicular traffic at all times.
B.Control traffic at those locations indicated and in conformance with the approved traffic
control plans and specifications.
C.Furnish, construct, maintain, and remove detours, road closures, traffic signal
equipment, lights, signs, barricades, fences, K-rail, flares, solar-powered flashing arrow
signs, miscellaneous traffic devices, flagmen, drainage facilities, paving, and such other
items and services as are necessary to adequately safeguard the public from hazard and
inconvenience. All such work shall comply with the ordinances, directives, and
regulations of authorities with jurisdiction over the public roads in which the
construction takes place and over which detoured traffic is routed by the Contractor.
After devices have been installed, maintain and keep them in good repair and working
order until no longer required. Replace such devices that are lost or damaged, to such an
extent as to require replacement, regardless of the cause of such loss or damage.
D.Prior to the start of construction operations, notify the police and fire department in
whose jurisdiction the project lies, giving the expected starting date, completion date,
and the names and telephone numbers of two responsible persons who may be contacted
at any hour in the event of a condition requiring immediate emergency service to
remove, install, relocate, and maintain warning devices. In the event these persons do not
promptly respond or the authority deems it necessary to call out other forces to
Page 176 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-2
60225711 -7 Sep 2021
accomplish emergency service, the Contractor will be held responsible for the cost of
such emergency service.
E.Provide a minimum of 48 hours' notice to Caltrans and the City of San Luis Obispo for
any work within their respective rights-of-way.In the event that any underground
utilities, traffic devices, pipes, or conduits are damaged and require emergency repair, all
costs incurred in making such repairs, plus 15%for administration costs, shall be paid by
the Contractor.
F.Post temporary "No Parking -Tow Away" signs 48 hours prior to work in areas where
parking is normally permitted. The City of San Luis Obispo Police Department shall be
notified 48 hours prior to the posting of any temporary parking restrictions along the
pipeline route.
G.Post the construction information signs at least 2 weeks prior to construction.
1.05 TRAFFIC CONTROL DEVICES AND SIGNS
A.Traffic control devices and temporary striping shall conform to the California Manual of
Uniform Traffic Control Devices (California MUTCD).Construction signs shall
conform to the latest edition of the FHA publication “Standard Highway Signs” and the
State of California Sign Specification Sheets.
B.The placement of construction signing, striping, barricades, and other traffic control
devices used for handling traffic and public convenience shall conform to the California
MUTCD.
C.Signs shall be illuminated or reflectorized when they are used during hours of darkness.
Cones and portable delineators used for night lane closures shall have reflective sleeves.
Equip barricades used in the diversion of traffic with flashers if in place during hours of
darkness.
D.During the duration of a detour, cover existing signs not in accordance with the traffic
control plan. Relocate existing signs that are in force to provide visibility from all
relocated traffic lanes.
1.06 TEMPORARY STEEL PLATE BRIDGING, WITH A NONSKID SURFACE
A.When backfilling operations of an excavation in the traveled way, whether transverse or
longitudinal, cannot be properly completed within a workday, provide steel plate
bridging with a nonskid surface and shoring to preserve unobstructed traffic flow. In
such cases, the following conditions shall apply:
1.Steel plates used for bridging shall extend a minimum of 12 inches beyond the
edges of the trench.
2.Install steel plate bridging to operate with minimum noise.
Page 177 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-3
60225711 -7 Sep 2021
3.Shore the trench to support the bridging and traffic loads.
4.Use temporary paving with cold asphalt concrete to feather the edges of the plates
if plate installation by Method 2 is used.
5.Secure bridging against displacement by using adjustable cleats, shims, or other
devices.
B.Install steel plate bridging and shoring using either Method 1 or 2:
1.Method 1 (For Speeds More Than 45 mph): The pavement shall be cold planed to
a depth equal to the thickness of the plate and to a width and length equal to the
dimensions of the plate.
2.Method 2 (For Speeds 45 mph or Less): Attach approach plate(s) and ending plate
(if longitudinal placement) to the roadway by a minimum of two dowels predrilled
into the corners of the plate and drilled 2 inches into the pavement. Butt
subsequent plates to each other. Compact fine graded asphalt concrete to form
ramps, maximum slope 8.5% with a minimum 12-inch taper to cover all edges of
the steel plates. When steel plates are removed, backfill the dowel holes in the
pavement with either graded fines of asphalt concrete mix or concrete slurry.
C.Maintain the steel plates, shoring, and asphalt concrete ramps.
D.The following table shows the required minimal thickness of steel plate bridging
required for a given trench width:
Trench Width
(feet)
Minimum Plate Thickness
(inches)
1 1/2
1-1/2 3/4
2 7/8
3 1
4 1-1/4
E.For spans greater than 4 feet, prepare a structural design by a registered civil engineer
and submit to the Owner's Representative for review.
F.Design steel plate bridging for HS20-44 truck loading per Caltrans Bridge Design
Specifications Manual.Maintain on the steel plate a nonskid surface having a minimum
coefficient of friction equivalent to 0.35 as determined by California Test Method No.
342. The Contractor may use standard steel plate with known coefficient of friction
equal or exceeding 0.35.
Page 178 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-4
60225711 -7 Sep 2021
1.07 VEHICULAR TRAFFIC CONTROL
A.Complete backfill, compaction, testing, and the first lift of permanent paving for any
segment of pipe constructed in phases.Shoring members, beams, or other obstructions
shall not be permitted within a 2-foot clearance between the edge of excavation and the
edge of any traffic lane. At construction areas where an open trench exists and/or where
traffic detour will be in existence during night hours, replace delineators with barricades
or K-rail.
B.Accomplish construction by detouring traffic from its normal patterns as necessary for
complete installation.Restore traffic to normal patterns upon completion of the pipeline
construction.
C.Transition traffic lane transitions from permanent lanes to construction zone patterns in
accordance with the requirements for the normal posted speed limit and per Caltrans and
City of San Luis Obispo requirements.
D.Unless otherwise shown in the drawings or allowed by the City of San Luis Obispo
within whose jurisdiction the work is being performed, limit construction activities to
7 a.m. to 5 p.m. Monday through Friday.Return roadways and sidewalks to unrestricted
vehicle and pedestrian usage when construction is not underway.
E.During the peak traffic volume hours of the day, from 6:00 a.m. to 8:30 a.m. and 3:30
p.m. to 7:00 p.m.on weekdays only, limit construction activities within the construction
zone to those which will not impact the free movement of vehicular traffic in its
detoured pattern. Construction equipment or trucks shall not use or travel adjacent to
traffic lanes during these time periods. Truck operations in and out of construction and
staging areas shall be controlled by flagmen at all times.
1.08 PEDESTRIAN TRAFFIC CONTROL
A.Maintain and delineate a minimum of one 4-foot-wide pedestrian walkway along each
public street at all times during construction. Maintain existing pedestrian accesses at
intersections at all times. When existing crosswalks are blocked by construction activity,
install signs directing pedestrian traffic to the nearest alternative crosswalk.
B.Erect a fence or provide other means of securement to preclude unauthorized entry to
any excavation during all nonworking hours on a 24-hour basis including weekends and
holidays. Said fence shall be a minimum of 7 feet high around the entire excavation,
consisting of a minimum 9-gauge chain-link type fence fabric and shall be sturdy enough
to prohibit toppling by children or adults. There shall be no openings under the wire
large enough for any child to crawl through. Lock any gates if no adult is in attendance.
Place warning signs spaced on 50-foot centers on the outside of the fence with the
statement "DEEP HOLE DANGER."
C.Place a guard during normal school hours whose prime responsibility is to provide safe
guidance for children and adults past the construction area.
Page 179 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-5
60225711 -7 Sep 2021
1.09 ACCESS TO ADJACENT PROPERTIES
Maintain reasonable access as determined by the engineer,from public streets to
adjacent properties at all times,during construction. Prior to restricting normal access
from public streets to adjacent properties, notify each property owner or responsible
person, informing him of the nature of the access restriction, the approximate duration of
the restriction, and the best alternate access route for that particular property.
The requirements related to Right of Way Agreement included as Appendix B shall be
applicable to this project. Comply with requirements.
1.10 PERMANENT TRAFFIC CONTROL DEVICES
A.Existing permanent traffic control signs,and barricades shall remain in effective
operation unless a substitute operation is arranged for and approved as a portion of
vehicular traffic control above. Traffic signal modification and restoration work shall be
in accordance with Section 86 of the State Specifications.
B.Completely restore traffic signals affected by the construction of the pipeline to its
original operation immediately upon completion of the work requiring the signal
modification.
C.Restriping of Streets: Permanent restriping shall be in accordance with the requirements
of the agencies having jurisdiction. Place and remove temporary striping required for
traffic control during construction by sandblasting. Temporary striping includes any
striping required on any pavement replaced prior to the final surface course. Replace any
damaged or obliterated raised pavement markers in accordance with the standards of the
agency having jurisdiction.
END OF SECTION
Page 180 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRAFFIC REGULATION 015526-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 181 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STORM WATER RUNOFF CONTROL FOR PIPELINES 015723-1
60225711 -7 Sep 2021
SECTION 015723 STORM WATER POLLUTION PREVENTION PLAN
PART 1 -GENERAL
1.01 DESCRIPTION
A.This section describes work necessary by the Contractor to allow the Owner to comply
with the California State Water Resources Control Board (SWRCB)Construction
Activities Storm Water General Permit (Construction General Permit [CGP]), Order No.
2009-0009-DWQ (NPDES No.CAS000002)as amended by 2010-0014-DWQ and 2012-
0006-DWQ for discharges of storm water associated with construction activities.
Specifically, this includes the development and implementation of a Storm Water
Pollution Prevention Plan (SWPPP)and abiding by the general requirements provided in
the SWPPP prepared by Cannon, found in Appendix F. The Contractor shall demonstrate
experience,resources, and capabilities in determining and meeting the requirements of the
CGP under Type 3 LUP requirements, including receiving water and bioassessment
monitoring, if required,and adjustments to best management practices (BMPs)outlined
in the SWPPP,as needed.
B.Disposal of construction-related water from operations such as groundwater dewatering,
and water used for testing and flushing pipelines is not part of the work under this section.
Refer to Sections 312300,312316, and 400515 for permit requirements for those
discharges.
1.02 RELATED WORK DESCRIBED ELSEWHERE
A.Supplement to General Provisions:007300.
B.Coordination of Work and Permits:011100.
C.Measurement & Payment: 012000.
D.Submittals:013300.
E.Construction Facilities and Temporary Controls:015100.
F.Earthwork: 312300.
G.Trenching, Backfilling, and Compacting:312316.
H.Pressure Testing of Force Main Piping:400515.
1.03 SUBMITTALS
Submit the CGP-compliant SWPPP in electronic format following the procedure
described for shop drawings in Section 013300.The Contractor shall submit a draft
SWPPP 15 working days from the notice of award.
Page 182 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STORM WATER RUNOFF CONTROL FOR PIPELINES 015723-2
60225711 -7 Sep 2021
1.04 GENERAL CONSTRUCTION ACTIVITY STORM WATER PERMIT
A.Determine the LUP project type (per Section VIII of the CGP) using the LUP Project Area
or Project Section Type Determination flowchart in Attachment A.1 of the CGP.
B.Prepare a draft SWPPP compliant with the appropriate LUP type requirements specified
in CGP Attachment A, Section J, and submit to the Owner for review and comment. Once
finalized, submit the final SWPPP to the Owner submittal to the SWRCB.The Owner will
be responsible for submitting the final SWPPP and other permit registration documents
(PRDs) along with appurtenant fee to the State Water Resources Control Board (SWRCB).
C.No work on the project site shall commence prior to the Owner submitting the PRDs and
obtaining a Waste Disposal Identification (WDID) number from the SWRCB.The Owner
will notify the Contractor once the WDID has been issued and work can commence.
D.The Qualified SWPPP Developer (QSD)and Qualified SWPPP Practitioners (QSPs)
responsible for creating, revising, overseeing, and implementing the SWPPP shall have
attended a SWRCB -sponsored or -approved QSP/QSD training course and have an active
certification.
E.The SWPPP shall be appropriate for the type and complexity of the project and shall be
developed and implemented to address project-specific conditions. The project SWPPP
shall identify specific BMPs needed to address all possible generated pollutants. The
Contractor is responsible for adjusting BMPs as determined by the QSD, QSP or
regulatory authority to bring the project into compliance with the CGP.
F.The Contractor is responsible for implementation of the project SWPPP,including
inspections, monitoring and installation and maintenance of BMPs,to ensure CGP
compliance until final stabilization of the site has been achieved and termination of permit
coverage is approved by the SWRCB.
G.The Contractor is responsible for project compliance with all applicable requirements of
the CGP.
H.Compliance with the requirements contained in the CGP may require the use of erosion
and sedimentation control procedures outside the limits of immediate construction
activity.
1.05 NOTICE OF INTENT (NOI)
The Owner will file an NOI with the SWRCB as part of the PRD submittal process. A
copy of the NOI will be provided to the Contractor for inclusion in the onsite SWPPP.
1.06 EROSION CONTROL PROTOCOL
A.Implement erosion and sediment control measures as outlined in the project SWPPP.
Page 183 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STORM WATER RUNOFF CONTROL FOR PIPELINES 015723-3
60225711 -7 Sep 2021
B.Make adjustments to erosion and sediment control measures as needed for CGP
compliance.
1.07 MEASUREMENT AND PAYMENT
A.Costs to the Contractor for preparing and implementing the SWPPP shall be stated in the
bid item included in in Section 012000 for that purpose.
B.In addition, the Contractor shall be responsible for all of its costs associated with project
compliance with the CGP and the implementation of the SWPPP, SWPPP amendments,
and coordination with the Owner for regulatory reporting.These costs shall be included
in the prices shown for the other related bid items.
PART 2 -MATERIALS
Not used.
PART 3 -EXECUTION
3.01 GENERAL
A.Develop and submit a CGP-compliant SWPPP for review and acceptance by the Owner.
The Owner will be responsible for submitting the final SWPPP and other PRDs to the
SWRC). Construction activities may not commence until the SWRCB has approved all
PRDs, including the project SWPPP, and has issued the WDID.Refer to "Time for
Completion"in Section 007300.
B.Comply with the conditions identified in the CGP that apply to the work under this
contract, including the performance of any subcontracted work.
C.Keep the SWPPP and all associated forms and documents,on site throughout the
construction activity period. Make it available upon request of an RWQCB representative
and/or other regulatory agency.
D.SWPPP amendments or any other changes of information shall be communicated to the
owner for submittal to the SWRCB.
3.02 DUTY TO COMPLY
A.Comply with the conditions identified in the CGP and the project SWPPP. Nonadherence
with the conditions specified in the CGP may constitute a violation of the Clean Water
Act and the Porter-Cologne Water Quality Control Act and may be grounds for
enforcement action by the California Regional Water Quality Control Boards (RWQCB).
Page 184 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STORM WATER RUNOFF CONTROL FOR PIPELINES 015723-4
60225711 -7 Sep 2021
3.03 COMPLIANCE CERTIFICATION
A.An officer or other authorized representative of the Contractor shall certify in writing to
the Owner annually and at the completion of construction, if it occurs before the next
annual report, that its construction activity is and has been in compliance or has been
modified to comply with the requirements of the CGP and the SWPPP.
B.If compliance with any of the CGP and SWPPP requirements cannot be certified, notify
the Owner immediately. The notification shall identify the type of noncompliance,
describe the actions necessary to achieve compliance, and include a time schedule when
compliance will be achieved.Submit each noncompliance notification to the Owner within
15 days of identification of the event.
END OF SECTION
Page 185 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-1
60225711-7 September 2021
SECTION 015800 TEMPORARY SEWAGE BYPASS PUMPING
PART 1 -GENERAL
1.01 DESCRIPTION
This specification covers work and equipment required for temporarily diverting sewage
around work areas or interrupting flow for a short duration. Bypass pumping includes
furnishing, installing, operating and maintaining all power, primary and standby pumps,
appurtenances, bypass piping, and all the tools, labor, supervision, materials, and
equipment necessary to maintain existing sewer flows and services and conforming with
the Contractor’s submitted Bypass Pumping Plan and Spill Prevention Control and
Countermeasure Plan.The Contractor shall schedule work to minimize service outages.
The Contractor may perform short duration shutdowns as specified herein.Performing
Short Duration Shutdowns includes furnishing, installing, operating and maintaining all
power, standby pumps, appurtenances, standby piping, and all the tools, labor,
supervision, materials, and equipment necessary to conform to the Contractor’s submitted
Short Duration Shutdown Plan and Spill Prevention Control and Countermeasure Plan.
The maximum duration of a planned short duration sewer shutdown shall be 4 hours and
shall occur in coordination with the Owner and only during the Contractor’s working
hours while work necessitating the shutdown is performed.In addition to submitting the
shutdown plan(s), the Contractor shall provide a minimum of 72 hours written notice prior
to the actual need for sewer shutdowns.
1.02 RELATED WORK SPECIFIED ELSEWHERE
Commissioning: 018100.
1.03 SUBMITTALS
Submit a Bypass Pumping Plan and/or a Change Over Plan and Short Duration Shutdown
Plan depending on the Contractor’s plan of action.
A.Bypass Pumping Plan.
Submit a bypass pumping plan prepared by a licensed California Professional Engineer to
the Owner’s Representative for review a minimum of 10 days prior to any planned bypass.
The Owner’s written permission shall be obtained prior to bypass pumping.The bypass
pumping plan shall consist of the following information, at a minimum, for each bypass
pumping setup:
1.Sequence of sewage flow interruption, bypass and tie-ins.
2.Plans indicating the location of temporary sewer plugs and bypass discharge lines.
Drawings shall clearly indicate the proposed intake-to-discharge pumping sequence
and shall be coordinated to minimize impact to existing plant operations.
Page 186 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-2
60225711-7 September 2021
3.Capacities of pumps, prime movers, and standby equipment.At least two (2)
pumps shall be provided.
4.Design calculations proving adequacy of the system and selected equipment.This
is to include any flow metering data collected, method used to establish design
flows, and design flows used for sewer bypass system sizing.
5.Pump make, model, pump curve,design head (TDH)calculations,horsepower
requirement, and noise rating.
6.Sewage bypass pipe material, fitting types, and details on necessary appurtenances,
including pipe plugs.
7.Method for securing plugs to prevent floating downstream.
8.Plans showing details of proposed method of temporary handling of sewage flow,
routing of bypass lines, containment areas, equipment location, schematic of pump
set-up and discharge,and proposed sequencing.
9.Electrical, controls, and instrumentation.
10.Spill Prevention, control, and countermeasure plan.
11.Traffic Control Plan must identify any delineation needed for bypass equipment
and piping.
B.Change Over Plan
Submit a written change-over plan to the Owner’s Representative for review a minimum
of 14 days prior to decommissioning any segment of the existing sewer or process
equipment and/ or constructing tie-in connections for new sewer or process equipment.
The Owner’s written permission shall be obtained prior to any shutdowns. The change-
over plan shall consist of the following information, at a minimum:
1.Sequence of flow interruption, short duration shutdowns, construction of tie-ins,
construction of interference manhole, and abandonment or removal of existing
sewers and manholes.
2.Plans indicating the location of temporary sewer plugs, standby pump(s), discharge
lines and other standby equipment.
3.Capacities of pumps and standby equipment.
4.Checklist for equipment, material and manpower required to complete the change-
over in a timely fashion in conformance with the plans and specifications. All
equipment, material and manpower shall be on-site and ready prior to initiating the
change-over. The Contractor shall also have backup equipment and material on
Page 187 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-3
60225711-7 September 2021
hand and shall be prepared to pursue the completion of the change-over in an
efficient diligent and timely manner.
5.Spill Prevention, control, and countermeasure plan.
C.Short Duration Shutdown Plan
Submit a written short duration shutdown plan to the Owner’s Representative for review a
minimum of 10 days prior to any planned shutdowns. The Owner’s written permission
shall be obtained prior to any shutdowns.The short duration shutdown plan shall consist
of the following information, at a minimum, for each setup:
1.Sequence of flow interruption and construction of tie-ins, including new manholes
and sewers.
2.Location and duration of planned short duration shutdowns.
3.Plans indicating the location of temporary sewer plugs,standby pump(s), discharge
lines and other standby equipment.
4.Capacities of pumps and standby equipment.
5.Checklist for equipment, material and manpower required to complete the tie-in in a
timely fashion in conformance with the plans and specifications. All equipment,
material and manpower shall be on-site and ready prior to initiating the sewer
shutdown. The Contractor shall also have backup equipment and material on hand
and shall be prepared to pursue the completion of the tie-in in an efficient diligent
and timely manner.
6.Spill Prevention, control, and countermeasure plan.
1.04 JOB CONDITIONS
A.Bypass equipment shall be capable of handling a peak hour flow rate of 1.06 million
gallons per day (MGD).
B.Schedule the order of work to minimize bypass pumping and/or shutdown durations.
C.Protection
No bypassing to the ground surface, receiving streams, storm drains, or bypassing which
may result in groundwater contamination or potential health hazards shall be permitted.
D.Bypass conditions
1.Each bypass pump shall be capable of handling a Peak Hour Flow of 0.53 million
gallons per day.Confirm Peak Hour Flow with Owner’s Representative prior to
preparing bypass plan.
Page 188 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-4
60225711-7 September 2021
PART 2 -MATERIALS
2.01 PUMPING EQUIPMENT
Engines shall be muffled in such a manner that the maximum noise level will not exceed
80 dBA at a distance of eight feet from motors.Temporary electrical services may be used
by coordinating with local electrical service at the Contractor’s expense.Implement sound
damping measures.Standby pumping equipment shall be at the site continuously during
bypass pumping or short duration shutdown to provide 100 percent standby pumping
capacity.The standby pumps shall be connected to piping such that if the bypass duty
pump fails or if interrupted sewage accumulates beyond an acceptable level, the standby
pump will be online immediately.
2.02 BYPASS PIPING
Bypass piping shall be aluminum,galvanized steel, or fusion-welded solid wall HDPE.
PART 3 -EXECUTION
3.01 SEWER BYPASSING
A.Sewer bypassing shall be accomplished by pumping or diverting the upstream flow
around the work.
B.Provide temporary pumps, bypass pipe, and other equipment to bypass the sewer flow.
Furnish the necessary labor, tools, equipment,and supervision to set up,operate, and
monitor the pumping and bypass system. Pumps and bypass lines shall be of adequate
capacity and size to handle projected flows. All bypassed flow shall be discharged into a
downstream manhole, pond, distribution box, infiltration basin, or other structure to
maintain treatment.Pumps and entire bypass line shall have a sandbag berm to act as a
temporary containment area.
C.Under no circumstances shall sewage or solids be deposited onto the ground surface,
streets, or into ditches, catch basins,storm drains or natural drainage ways. Sewage shall
be handled in a manner so as not to create a health hazard.Swales and drainage paths in
the vicinity of the bypass shall be sandbagged prior to and during bypass pumping.
D.Maintain continuity of treatment works connected to the bypassed sewer during the
execution of the work.In the event that sewage backup occurs during Contractor bypass
pumping,the Contractor shall cleanup, repair,pay property damage costs, pay fines
imposed by jurisdictional authorities, and handle all claims arising therefrom. All spills
shall be contained and returned to the sewer system.
E.Provide a designated employee(s)who is to be responsible for monitoring the bypassing
operation, and all related equipment.
Page 189 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-5
60225711-7 September 2021
F.Complete a bypassing checklist prior to bypassing operation. The checklist will
demonstrate the step-by-step inspection of the pumps, pipes, hold-down cables,plugs, and
other equipment or appurtenances that will be used in the operation and sign the checklist.
3.02 STANDBY EQUIPMENT
Maintain on site sufficient equipment and materials to ensure continuous and successful
operation of the bypass and dewatering systems. Standby pumps shall be fueled and
operational at all times. Maintain on site a sufficient number of valves, tees, elbows,
connections, tools, sewer plugs, piping and other parts or system hardware to ensure
immediate repair or modification of any part of the system as necessary.
3.03 SPILL PREVENTION, CONTROL AND COUNTERMEASURE PLAN
Prepare, submit and carry out a spill prevention, control and countermeasure plan that
incorporates the following:
A.Include or reference in the plan, materials provided as submittals per Part 1.02 above.
B.Provide in the plan a description of all emergency equipment for bypassing flow,
containment, cleanup, and repair of any damage. Specifics shall include as applicable, but
are not limited to:
1.Pipe patch kits
2.Sand bags
3.Rubber matting
4.Bypass pipes, pumps, and other relevant equipment
5.Extra pumps
6.Secondary containment in trench or other surrounding land relief
C.Maintain equipment on site.
D.Provide the Owner with at least two (2) people who can be contacted 24 hours per day by
phone and be at the site within 1 hour to address onsite emergencies. Provide notification
of any substitution in writing at least two days in advance. When bypassing flows, have at
least one person available 24 hours per day to implement the emergency procedures in
case of an emergency.
E.Describe the method used to protect storm drains, waterways, and drainages during
construction on the plan. The description shall include where the storm drains are located
(simple map of sewer pipe, storm drains, waterways, and any relief features)and
information that would assist in containing the spill. The plan shall describe how storm
Page 190 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-6
60225711-7 September 2021
drains will be blocked in the event of a spill (what material, who will do it, how long will
it take). Describe any other response-related plans (bypass pumping set ups, etc.).
F.Coordinate the plan to protect water quality and respond to spills of sewage, groundwater,
or fuels. Describe all spill prevention measures (e.g. monitoring of upstream manholes,
monitoring in the trench).
G.In general, good housekeeping is required so no contamination reaches surface waters or
storm drains when it rains. Some specifics include, but are not limited to:
1.Prior to start of bypassing, all storm drain catch basins that are within the vicinity
of the work that could possibly take in sewage in the event of a spill shall be
isolated with sandbags and filter cloth or other approved means.
2.Oil pans should be under any engine that leaks oil.
3.Spill response as covered below.
H.The following spill procedures shall be incorporated into the plan in anticipation of the
described failure mode, and the Contractor shall be prepared to act accordingly. If a spill
is detected or a catastrophic pipe failure occurs, the immediate priority shall be to
prevent any sewage from reaching surface waters and storm drainages.Immediately
protect all drainage paths using sand bags (have sand bags on site).
1.When excavating for a new trench and moderate leaks are discovered in the
existing pipe, make coupling/clamp repairs as soon as possible to minimize
sewage flow into the trench. If the leak is too large to make fast coupling repair,
start bypassing (see bypassing sequence below), then make repair.
(a)In case of catastrophic leak, immediately start the bypassing sequence:
(b)Plug upstream side of manhole upstream of a catastrophic leak.
(c)Insert bypass pump into manhole upstream of plugged manhole. The
pump shall be sized to handle peak flow of existing sewer. Provide spare
pump or set up standby pump availability with rental yard.
(d)Connect hose from pump to discharge point. (NOTE: Hose shall already
be in place and connected to a downstream discharge point at all times
when working near or with live sewers.)
(e)In event of any spill, immediately and in parallel with above activities,
notify the Owner and request the Owner’s wastewater collection staff to
be dispatched.Give the best indication 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) to the Owner’s staff so they can dispatch the
appropriate response.Owner’s staff will assist in the response and ensure
that the spill is cleaned to the Owner’s standards.
Page 191 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-7
60225711-7 September 2021
(f)While awaiting the Owner’s wastewater collection staff response,pond
the water in an area that can be easily and fully recovered for discharge to
the Owner’s treatment system. This ponding activity should not impact
any environmentally sensitive areas.
(g)When Owner’s collections staff and any other responding staff arrive
onsite, a more permanent and planned response, repair, and cleanup will
ensue. Cooperate with the Owner to the fullest extent possible in order to
minimize the impacts and volume of the spill in the most efficient manner
possible.
(h)No form of disinfection is allowed. All wash water must be contained
and recovered as the sewage is.
(i)Clean up may require equipment. All costs of Owner time and material
and special equipment for spill cleaning will be deducted from the
Contractor’s progress payment.
(j)In the event of a spill, be prepared to document the spill with a video
camera and photographs. Plan on attending a debriefing immediately
after the spill is contained and cleaned up.
I.Comply with the Regional Water Quality Control Board,San Luis Obispo County Health
Department, and Owner Standards. Cooperate with Owner’s staff and other regulators
and environmental agencies.
3.04 DAMAGES
Without cost to the Owner, repair any damage that may result from the installation,
operation, maintenance, and removal of the sewer bypass pumping system or short
duration shutdown system. This includes but is not limited to damages resulting from
inadequate or improper installation, operation and maintenance of the bypass or
interruption system components,mechanical failures,or electrical failures.
If Owner staff is called on to assist,the Contractor shall pay for all costs incurred by the
Owner in assisting the Contractor.
END OF SECTION
Page 192 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TEMPORARY SEWAGE BYPASS PUMPING 015800-8
60225711-7 September 2021
PAGE LEFT BLANK INTENTIONALLY
Page 193 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEANING DURING CONSTRUCTION AND FINAL CLEANING 017410-1
60225711 -7 Sep 2021
SECTION 017410 CLEANING DURING CONSTRUCTION AND FINAL CLEANING
1.01 GENERAL
A.This section includes cleaning during construction and final cleaning on completion of
the work.
B.At all times maintain areas covered by the contract and adjacent properties and public
access roads free from accumulations of waste, debris, and rubbish caused by
construction operations.Do not store materials in the roadway or on sidewalks.
C.Conduct cleaning and disposal operations to comply with local ordinances and
antipollution laws. Do not burn or bury rubbish or waste materials on project site. Do not
dispose of any wastes in storm or sanitary drains. Do not dispose of wastes into streams
or waterways.
D.Use only cleaning materials recommended by manufacturer of surface to be cleaned.
1.02 CLEANING DURING CONSTRUCTION
A.During execution of work, clean site, adjacent properties, and public access roads and
dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and
public properties are maintained free from accumulations of waste materials and rubbish.
Sweep streets as needed.
B.Wet down dry materials and rubbish to lay dust and prevent blowing dust.
C.Provide containers for collection and disposal of waste materials, debris, and rubbish.
D.Cover or wet excavated material leaving and arriving at the site to prevent blowing dust.
Clean the public access roads to the site of any material falling from the haul trucks.
1.03 SITE CLEANING PRIOR TO LANDSCAPING
Remove concrete, concrete wash, stucco splatter, gunite overspray, and all other wastes
and debris prior to final grading and landscaping.
1.04 FINAL CLEANING
A.At the completion of work and immediately prior to final inspection, clean the entire
project site as follows.
B.Clean, sweep, wash, and polish all work and equipment including finishes.
C.Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from
sight-exposed interior and exterior finished surfaces; polish surfaces.
D.Repair, patch, and touch up marred surfaces to match adjacent surfaces.
Page 194 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEANING DURING CONSTRUCTION AND FINAL CLEANING 017410-2
60225711 -7 Sep 2021
E.Broom clean paved surfaces; rake clean landscaped areas.
F.Remove from the site temporary structures and materials, equipment, and appurtenances
not required as a part of, or appurtenant to, the completed work.
END OF SECTION
Page 195 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECOMMISSIONING AND COMMISSIONING 018100-1
60225711 -7 Sep 2021
SECTION 018100 PRECOMMISSIONING AND COMMISSIONING
PART 1 -GENERAL
1.01 GENERAL
This section describes requirements for commissioning and starting up the lift station
including operational testing, acceptance testing, and placing into service.
1.02 REQUIRED WORK PRIOR TO COMMISSIONING AND STARTUP
A.Prior to starting commissioning and startup, the following shall be completed:
1.Factory tests as required in the special provisions and standard provisions are
submitted to the Engineer.
2.Pressure testing of forcemain piping per Section 400515.
3.Leakage and infiltration testing of gravity pipes per Section 330130.
4.All pumps, piping, lighting, instrumentation and controls necessary for lift station
operation are installed and complete.
5.Field tests as required in the special provisions and standard provisions are
successfully conducted in the presence of the Engineer.
1.03 OPERATIONAL TESTING
A.Perform operational tests of the pumping plant to demonstrate the following:
1.All pumps, piping, lighting,instrumentation and controls necessary for lift station
operation operate as specified.
2.The submersible pumps operate as specified without excessive noise, cavitation,
vibration, and without overheating of the bearings.
3.Automatic and manual controls function in accordance with the specified
requirements.
4.Drive equipment operates without being overloaded.
B.Submit a plan to conduct operational tests at least ten (10) work days prior to testing. The
plan shall include methods for:
1.Test schedule (i.e. starting date and number of days)
2.Removing all debris from the wet well before testing
Page 196 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECOMMISSIONING AND COMMISSIONING 018100-2
60225711 -7 Sep 2021
3.Locating and installing bulkheads in the influent sewer, if used
4.Operational tests, including pump controller operation
5.Supplying recycled water
6.Recycled water disposal
C.Perform operational tests in the presence of the Engineer.
D.Control set levels may be adjusted for this test.
E.Perform operational tests with recycled water.
F.Furnish all recycled water and electrical energy necessary for testing. Water used for
testing shall be disposed of in the downstream sewer by means of the existing forcemain,
or as approved by the Engineer.
G.Repeat the operational tests until requirements have been met.
H.Operational tests shall be deemed complete when the Engineer issues a written letter to
the Contractor stating that the operational tests are complete.
1.04 CLEANING
A.Prior to the Contractor beginning his field operations, City staff will clean the principal
tributary pipelines.
B.The purpose of this cleaning is to minimize the presence of existing debris that could
potentially interfere with the Contractor’s bypass pumping.
C.During bypass pumping operations, accumulation of debris will possibly occur in the
sanitary sewer pipelines that are tributary to the lift station. City staff will monitor the
sewage level in the principal tributary pipelines to determine if any portions of the
pipelines have become blocked. If a blockage is evident, City staff will clear the blockage
from the pipeline. Prior to clearing the blockage, City staff will notify the Contractor so
that he can adjust the bypass pumping system if necessary.
D.After operational tests are complete and prior to acceptance testing, the Contractor shall
thoroughly clean and remove solids from the wet well. Contractor shall also clean the
tributary pipelines to remove debris that may have accumulated. That debris can migrate,
after the bypass plug is removed, in to the wet well and possibly clog the pumps. If the
pumps cannot operate with those clogs being present, the acceptance testing cannot be
completed. Therefore, the Contractor shall be responsible for removing debris that might
interfere with the acceptance testing. The Contractor shall select the level of cleaning they
believes is necessary for the successful completion of the acceptance testing. In the event
clogging of the pumps occurs during the acceptance testing, the Contractor shall be
responsible for removing, cleaning, and reinstalling the submersible pumps so that the
Page 197 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECOMMISSIONING AND COMMISSIONING 018100-3
60225711 -7 Sep 2021
testing can be completed. The contractor shall be solely responsible for repairing any
damage to the pumps that occurs during the acceptance testing.
1.05 ACCEPTANCE TESTING
A.Acceptance tests shall be conducted under actual service conditions with raw sewage
and control set points per plan or as directed by the Engineer.
B.Acceptance testing may begin once operational tests are complete, bulkheads removed,
and the upstream sewer is cleaned.
C.Perform acceptance tests of the pumping plant to demonstrate the following:
1.Submersible pumps shall operate without failure, interruption, or adjustment for
fourteen (14) consecutive calendar days on automatic control.
2.Any interruption or adjustment, including cleaning of the pumps, shall restart the
acceptance test.
D.Acceptance tests shall be deemed complete when the Engineer issues a written letter to
the Contractor stating that the acceptance tests are complete.
E.The 5-day acceptance test as required per Section 405000 may be conducted during or
after the acceptance test described above.
1.06 MAINTENANCE REQUIREMENTS
A.Section 7-1.15, "Relief from Maintenance and Responsibility," of the Standard
Specifications does not apply to this project.
B.Until acceptance tests are complete, the Contractor shall:
1.Maintain total pumping capacity
2.Provide lift station maintenance, including performing adjustments and repairs for
proper operation of pump and electrical equipment
3.Furnish electrical energy necessary for maintaining total pumping capacity and
maintenance requirements.
C.Submit a plan for maintaining the total pumping capacity and maintenance of the lift station
that includes lift station maintenance procedures and schedule.
D.Bypass equipment shall remain in place and operational until acceptance tests are
complete.
E.Keep a logbook of lift station maintenance activities. Include maintenance dates, work
performed, and the name of employee doing the work.
Page 198 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECOMMISSIONING AND COMMISSIONING 018100-4
60225711 -7 Sep 2021
1.07 USE OF EQUIPMENT BEFORE ACCEPTANCE
A.Charges and fees for use of electrical power, telephone, and other utilities that result from
operation of equipment prior to completion of acceptance testing shall be the responsibility
of the Contractor and no additional payment shall be made therefor.
B.No payment shall be authorized for failed tests.
END OF SECTION
Page 199 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-1
60225711 -7 Sep 2021
SECTION 019310 OPERATION AND MAINTENANCE MANUALS
1.01 GENERAL
Submit 2 hard copies and an electronic copy of all manufacturer's operation and
maintenance manuals and data pertinent to equipment supplied for the project. Prepare
and organize the material in three-ring binders with divider tabs and labels. Include a
table of contents.Include a CD of all catalog data in pdf format and all drawings in both
pdf and CADD formats. All pdf files shall be formatted to allow word search.
1.02 SUBMITTALS
A.Submittals shall include:
1.List of equipment furnished for project with name, address, and telephone number
of each vendor.
2.List of serial numbers of equipment furnished.
3.A copy of shop drawings for mechanical, electrical, and instrument equipment in
final form.
4.Manufacturer's operation and maintenance instructions and parts lists.
5.Tabulation of motor nameplate horsepower, nameplate current, field-measured
current, overload relay setting, and catalog number for polyphase motors.
6.List of fuses, lamps, seals, and other expendable equipment and devices. Specify
size, type, and ordering description. List name, address, e-mail address,website
address,fax number, and telephone number of vendor.
B.Provide manuals for each piece of equipment including individual components and
subsystems of complete assemblies. Line out nonapplicable text and illustrations. The
section of the manual on operation shall describe the functions and limitations of each
component and its relationship to the system of which it is a part. Where several models,
options, or styles are described, the manual shall identify the items actually provided.
C.Each manual shall contain the following:
1.Manufacturer's identification, including order number, model, and serial number.
2.Prints or reviewed shop drawings and diagrams of all systems.
3.Certified equipment drawings or reviewed shop drawing data clearly marked for
equipment furnished.
4.Complete operating and maintenance instructions for each and every item of
equipment, setting forth in detail and step-by-step the procedure for starting,
Page 200 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-2
60225711 -7 Sep 2021
stopping, operating, and maintaining the entire system as installed. Include a
schedule of recommended maintenance intervals.
5.Complete parts list of replaceable parts, their part numbers, and the name and
address of their nearest vendor.
6.Any special emergency operating instruction and a list of service organizations
(including addresses and telephone numbers) capable of rendering emergency
service to the various parts of the system.
7.Copy of manufacturer's equipment guarantees and warranties.
D.Brochures shall be loose leaf with durable plastic or fiberboard covers. Each sheet shall
be reinforced to prevent tearing from continued use, and each brochure shall have the
following information clearly printed on its cover:
1.Project name, name of Owner, and address.
2.Name and address of Owner's Representative.
3.Name and addresses of contractors and subcontractors and department to contact.
4.Telephone number of contractors, including night and emergency numbers.
5.Major equipment vendors' names and telephone numbers.
E.Submit complete manuals at least four weeks before the date of the instructions required
by the subsections on "Manufacturer's Services" in the various specification sections.
F.Operation and maintenance manuals specified herein are in addition to any operation,
maintenance, or installation instructions required by the Contractor to install, test, and
start up equipment.
1.03 EQUIPMENT DATA SHEETS
Provide six sets of equipment data sheets, bound in three-ring binders, summarizing the
equipment manufacturer's maintenance instructions and recommendations. A blank data
sheet and a sample data sheet are attached.
Page 201 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-3
60225711 -7 Sep 2021
Preventive Maintenance and Operating Requirement Sheets
Preventive Maintenance Program Equipment Record Number
EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL
DATA
Name:Size:
Serial No.:Model:
Vendor:
Vendor Address:Type:
Mfr.:
Vendor Rep:Voltage:Amps:
Phone:Phase:rpm:
Maintenance Work to be Done Frequency*
OPERATING REQUIREMENTS AND REFERENCE
*D -Daily; W -Weekly; B -Biweekly; M -Monthly; Q -Quarterly;
S -Semiannually; A -Annually.
Page 202 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-4
60225711 -7 Sep 2021
SAMPLE
Preventive Maintenance and Operating Requirement Sheets
Preventive Maintenance Program Equipment Record Number
EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA
Name:Influent Pump No. 1
Tag No.:P01-1
Size:15 hp
Serial No.:123456ABC
Vendor:ABC Pump Co.
Model:140T Frame
Serial No. 987654ZY
Class F Insulation
W/Space Heater
Vendor Address:Type:
1111 Pump Circle
Newport Beach, CA 92663
Mfr.:DEF Motors, Inc.
Vendor Rep: XYZ Equipment, Inc.Voltage: 460 Amps: 20
Phone: 714/752-0505 Phase: 3 rpm: 1,800
Maintenance Work to be Done Frequency*
1.Operate all valves and check such things as a) bearing temperature,
b) changes in running sound, c) suction and discharge gauge
readings, d) pump discharge rate, and e)general condition of the
drive equipment.
2.Check packing.
3.Checking pumping unit for any dust, dirt, or debris.
(Continued on attached sheet)
D
D
W
OPERATING REQUIREMENTS AND REFERENCE
For manufacturer's instructions regarding installation, operation, maintenance, and trouble
shooting of this equipment, see Volume ____, Section ______.
*D -Daily; W -Weekly; B -Biweekly; M -Monthly; Q -Quarterly;
S -Semiannually; A -Annually.
Page 203 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-5
60225711 -7 Sep 2021
SAMPLE
Preventive Maintenance and Operating Requirement Sheets
Preventive Maintenance Program Equipment Record Number
EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL
DATA
Name:Size:
Serial No.:Model:
Vendor:
Vendor Address:Type:
Mfr.:
Vendor Rep:Voltage:Amps:
Phone:Phase:rpm:
Maintenance Work to be Done Frequency*
4.Lubricate bearing frame and motor bearings (consult manufacturer's
instructions for type of grease or oil).
5.Disassemble and change or repair the following: a) impeller, b) shafts,
c) shaft sleeve, d) rotary seals, and e) sleeve bearings.
Q
A
OPERATING REQUIREMENTS AND REFERENCE
*D -Daily; W -Weekly; B -Biweekly; M -Monthly; Q -Quarterly;
S -Semiannually; A -Annually.
END OF SECTION
Page 204 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
OPERATION AND MAINTENANCE MANUALS 019310-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 205 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROTECTING EXISTING UNDERGROUND UTILITIES 020120-1
60225711 -7 Sep 2021
SECTION 020120 PROTECTING EXISTING UNDERGROUND UTILITIES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and procedures for protecting existing underground
utilities.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Trenching, Backfilling, and Compacting:312316.
B.Subsurface Utility Locating (Potholing):023219.
1.03 SUBMITTALS
The Contractor must submit a utility protection plan for all utilites that could be
impacted by the project including, but not limited to existing water, sewer, electrical,
gas, oil, and dry utilites that will remain in service during the construction.
PART 2 -MATERIALS
2.01 REPLACEMENT IN KIND
Except as indicated below or as specifically authorized by the Owner's Representative,
reconstruct utilities with new material of the same size, type, and quality as that
removed.
PART 3 -EXECUTION
3.01 GENERAL
A.Replace in kind street improvements, such as curbs and gutters, barricades, traffic
islands, signalization, fences, signs, etc., that are cut, removed,damaged, or otherwise
disturbed by the construction.
B.Where utilities are parallel to or cross the construction but do not conflict with the
permanent work to be constructed, follow the procedures given below.Notify the utility
owner 48 hours in advance of the crossing construction and coordinate the construction
schedule with the utility owner's requirements. For utility crossings not shown in the
drawings, refer to the Standard Specifications and the instructions of the Owner's
Representative for guidance.
Page 206 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROTECTING EXISTING UNDERGROUND UTILITIES 020120-2
60225711 -7 Sep 2021
C.Determine the true location and depth of utilities and service connections which may be
affected by or affect the work. Determine the type, material, and condition of these
utilities. In order to provide sufficient lead-time to resolve unforeseen conflicts, order
materials and take appropriate measures to ensure that there is no delay in work.Pothole
all gravity lines crossing the work prior to starting other constructions. Provide the
Engineer with depth information.
3.02 PROCEDURES
A.Protect in Place: Protect utilities in place, unless abandoned, and maintain the utility in
service, unless otherwise specified in the drawings or in the specifications.
B.Cut and Plug Ends: Cut abandoned utility lines and plug the ends. Plug storm drains and
sewers with an 8-inch deep concrete plug. Cap waterlines with a cast-iron cap or install a
3-foot-long concrete plug. Dispose of the cut pipe as unsuitable material.Failed or
cracked sanitary sewer and storm drains designated to be abandoned shall be filled or
removed.
C.Remove and Reconstruct: Where so indicated in the drawings or as required by the
Owner's Representative, remove the utility and, after passage, reconstruct it with new
materials. Provide temporary service for the disconnected utility.
3.03 COMPACTION
A.Utilities Protected in Place: Backfill and compact under and around the utility so that no
voids are left.
B.Utilities Reconstructed: Prior to replacement of the utility, backfill the trench and
compact to an elevation 1 foot above the top of the ends of the utility. Excavate a cross
trench of the proper width for the utility and lay, backfill, and compact.
C.Alternative Construction--Sand-Cement Slurry: Sand-cement slurry consisting of one
sack (94 pounds) of portland cement per cubic yard of sand and sufficient moisture for
workability may be substituted for other backfill materials to aid in reducing compaction
difficulties. Submit specific methods and procedures for the review of the Owner's
Representative prior to construction.Pipes shall be wrapped or shaded with sand to form
a bond breaker.
3.04 SPECIAL CONSTRUCTION
A.Reinforced Concrete Beam: Where indicated in the drawings or as determined by the
Owner's Representative, support utilities by a reinforced concrete beam. The primary
purpose of the beam is to prevent settlement of the utility line after construction. The
Contractor is responsible for the protection of the utility during construction and shall
incorporate the beam as part of the protection.
Page 207 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROTECTING EXISTING UNDERGROUND UTILITIES 020120-3
60225711 -7 Sep 2021
3.05 THRUST BLOCKS ON WATERLINES
A.The Contractor's attention is called to thrust blocks on existing waterlines throughout the
project whose thrust is in the direction of the new excavation and, therefore, may be
affected by the construction. These waterlines are owned and operated by the Owner.
Protect thrust blocks in place or shore to resist the thrust by a means approved by the
Owner's water division superintendent and reconstruct. If the thrust blocks are exposed
or rendered to be ineffective in the opinion of the Owner's Representative, reconstruct
them to bear against firm unexcavated or backfill material.
B.Provide firm support by backfilling that portion of the trench for a distance of 2 feet on
each side of the thrust block to be reconstructed from the pipe bedding to the pavement
subgrade, with either:
1.Sand-cement slurry (94 pounds of cement per cubic yard).
2.The native material compacted to a relative compaction of 95%.
C.Then excavate the backfill material for construction of the thrust block.
D.Test compaction of the backfill material before pouring any concrete thrust block.Use
Class C concrete per Section 030500 for reconstruction.
3.06 ADJACENT PARALLEL UTILITIES
A.The Contractor's attention is called to the following utilities:
Size and Description
Station
From To
12" Water Main 100+00 111+05
2" Gas Line 100+00 110+79
B.The position of these utilities between the above stations is just outside the new
construction. Protect these utilities from any disturbances and repair the pipelines and
associated vaults and appurtenances if they are damaged in any way.
END OF SECTION
Page 208 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROTECTING EXISTING UNDERGROUND UTILITIES 020120-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 209 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBSURFACE UTILITY LOCATING (POTHOLING)023219-1
60225711 -7 Sep 2021
SECTION 023219 SUBSURFACE UTILITY LOCATING (POTHOLING)
PART 1 -GENERAL
A.DESCRIPTION
The CONTRACTOR shall conduct exploratory excavations by potholing to verify or to
discover the actual location, depth and size of existing underground utilities and
improvements.
B.SUBMITTALS
1.The CONTRACTOR’S proposed method of potholing and schedule for potholing
shall be submitted for approval at least seven (7) calendar days prior to the
commencement of field work. Approval of finalized pothole locations must be
obtained prior to commencement of potholing field work.
2.The field records shall be submitted to the Owner’s Representative within two (2)
working days after the completion of potholing in each area.
3.A complete and final field log shall be submitted five (5) working days after the
completion of all potholing activities.
PART 3 -EXECUTION
A.GENERAL
1.CALL BEFORE YOU DIG: Utility owners will need to be notified and given
sufficient time to mark utility locations prior to potholing.
2.Contractor shall conform to individual utility owner’s guidelines when potholing for
these utilities.
3.Potholing operations shall be conducted in a manner that minimizes the damage
potential to existing underground utilities in order to ensure that the existing
facilities will remain in operation without interruptions.
4.The CONTRACTOR shall establish and record the coordinates, elevations and
dimensions of all utilities and improvements verified or discovered. The field
records shall be submitted to the Owners Representative within two (2) working
days after the completion of potholing. The records shall also include dates of the
potholing operations and any additional discovered information or pertinent data.
Following is a summary of minimum required data for all potholes:
(1)Pothole Number
Page 210 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBSURFACE UTILITY LOCATING (POTHOLING)023219-2
60225711 -7 Sep 2021
(2)Date of Pothole
(3)Coordinates
(4)Ground elevation at pothole
(5)Depth to top of utility
(6)Width or Diameter of Utility
(7)Utility Type
(8)Road and base thickness
(9)Miscellaneous notes and dimensions
B.EXCAVATION
1.METHODS:Backhoe excavation is not permitted.The following methods shall be
utilized for potholing:
2.Hand Digging: Hand digging is the method of excavating a pothole by manual
means with hand-held, non-mechanical equipment such as a shovel.
3.Vacuum Excavation: Vacuum excavation shall consist of air or water pressure to
break up the soil and a vacuum device to collect the spoil. The Contractor shall
determine if air or water vacuum excavation shall be used dependent upon specific
site and environmental characteristics. Soil type such as heavy clay may require
water vacuum excavation. Air vacuum excavators shall be utilized if mud from
water vacuum excavators cannot be disposed of properly. Air vacuum excavators
shall be used if damage to utilities, such as cutting through cables, will occur with
the use of water vacuum excavators.
4.Air: Air vacuum excavators shall utilize a high velocity air stream to penetrate,
expand, and break-up the soil. The loosened particles of soil and rock shall be
removed from the excavation through the use of a vacuum.
5.Water: Water vacuum excavation systems shall excavate the pothole using high-
pressure water to reduce and loosen the soil. The wet soil and mud slurry shall be
removed to a spoil tank using a vacuum.
6.Size of Pothole: Maximum pothole size shall not exceed 18 inches in diameter or 18
inch x 18 inch square without prior authorization.
C.POTHOLE REPAIR
1.Upon completion of potholing in each area, potholes shall be backfilled, compacted
and restored within 24-hours.
Page 211 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBSURFACE UTILITY LOCATING (POTHOLING)023219-3
60225711 -7 Sep 2021
2.The contractor shall remove all loose material from the hole prior to backfilling.
Repair materials shall be placed and compacted in the hole such that the completed
patch provides a hard,stable surface which does not rut or otherwise distort under
traffic loading, and provides a smooth transition to the surrounding pavement
surface.
3.The finished surface of the repair shall be of like material and constructed to the
same finished grade as the adjacent pavement. The finished surface shall be such
that it does not allow water to pond. There shall be no discernable difference in
surface level at the joint between the existing pavement and the completed repair.
4.Potholes shall be performed and repaired in conformance with the City of San Luis
Obispo Standard Specifications.
END OF SECTION
Page 212 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SUBSURFACE UTILITY LOCATING (POTHOLING)023219-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 213 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT, PIPING, AND MATERIALS DEMOLITION 024100-1
60225711 -7 Sep 2021 (S024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION.DOC)
SECTION 024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes demolition and removal of existing mechanical and electrical
equipment and piping.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Protecting Existing Underground Utilities:020120.
B.Earthwork:312300.
PART 2 -MATERIALS
Refer to other sections of these specifications for material to be used as replacements for removal
or abandoned equipment.
PART 3 -EXECUTION
3.01 GENERAL
Perform removal,abandonment,and demolition work specified and indicated in the
drawings. Prepare remaining surfaces to receive new scheduled and specified materials
and finishes or finish to match adjacent surfaces if no additional work is scheduled or
indicated.
3.02 REMOVAL AND REPLACEMENT
A.Remove equipment indicated in the drawings shall be properly disposed.
3.03 SHUTDOWNS OF EXISTING PIPING AND ELECTRICAL UTILITIES
Shut off or disconnect utilities affecting demolition work. Schedule shutdowns with the
Owner; notify the Owner three working days in advance of any shutdown that is
required to perform the work. The Owner will open/close valves on piping, slide and
sluice gates in channels, and electrical disconnects required for the shutdowns.
3.04 TEMPORARY SUPPORT OF EXISTING EXPOSED PIPING
A.Provide temporary supports for existing piping that must be kept in service during
demolition of adjacent piping or other existing work in the project. Do not block access
Page 214 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT, PIPING, AND MATERIALS DEMOLITION 024100-2
60225711 -7 Sep 2021 (S024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION.DOC)
to the adjacent valves, equipment, or access door and stairways with the temporary
supports.
3.05 ABANDON PIPING
A.Abandon piping per City of San Luis Obispo requirements and Section 030501.
3.06 REMOVAL OF EXISTING ASBESTOS CEMENT PIPE
A.Removal procedures shall be in accordance with 29 CFR 1926.1101, Class II, and
California CCR Title 8, Division I, Chapter 4, Subchapter 4, Article 4, Section 1529.
B.Excavate the sections of pipe to be removed. Determine the airborne concentrations of
asbestos to which employees may be exposed during removal operations per 29CFR
1926.1101, Appendices A and B. If the measured asbestos concentrations exceed the
permissible exposure limit (PEL), provide temporary enclosures with ventilation
systems, respiratory protection, wetting methods, or other procedures complying with 29
CFR 1926.1101.
C.Cover or seal the sections of pipe removed to prevent asbestos from becoming airborne
during pipe removal and transportation operations.
3.07 REMOVAL OR RELOCATION OF ELECTRICAL MATERIALS AND EQUIPMENT
A.Unless otherwise noted, remove existing electrical materials and equipment from areas
indicated for demolition or where equipment is to be relocated. Disconnect circuits at
their source. Remove materials no longer used, such as studs, straps, and conduits.
Remove or cut off concealed or embedded conduit, boxes, or other materials and
equipment to a point at least 3/4 inch below the final finished surface. Remove existing
unused wires.
B.Repair affected surfaces to conform to the type, quality, and finish of the surrounding
surface.
3.08 ELECTRICAL DISCHARGE LIGHTING BALLASTS
A.Electrical discharge lighting ballasts manufactured before 1974 that will be removed
under this contract contain polychlorinated biphenyls (PCBs).
B.Electrical discharge lighting ballasts manufactured after 1973 may contain PCBs.
C.It is the Contractor's responsibility to identify the presence of PCBs and to dispose of
them in compliance with all local, state, and federal laws, regulations, and ordinances.
3.09 FLUORESCENT LIGHT TUBES AND MERCURY VAPOR LAMPS--CALIFORNIA
Existing fluorescent light tubes and mercury vapor lamps to be disposed of may contain
mercury.The Contractor may dispose as nonhazardous waste no more than 25 spent
Page 215 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT, PIPING, AND MATERIALS DEMOLITION 024100-3
60225711 -7 Sep 2021 (S024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION.DOC)
fluorescent light tubes and/or mercury vapor lamps, regardless of size, at any one time in
one day (e.g., 20 tubes and 5 lamps or 15 lamps and 10 tubes, etc., but not 25 tubes and
25 lamps). Disposal in excess of this rate shall be considered as disposal of a hazardous
waste per California Code of Regulations, Title 22.
3.10 TRANSFORMERS AND OTHER ELECTRICAL APPARATUS
Transformers, switches, capacitors, resistors, and/or other liquid-filled electrical
apparatus that will be removed under this contract may contain PCBs. It is the
Contractor's responsibility to identify the presence of PCBs and to dispose of them in
compliance with all local, state, and federal laws, regulations, and ordinances.
3.11 DEMOLITION
A.Existing buildings, structures, boxes, pipes, pavements, curbs, and other items are to be
removed, altered, salvaged, and disposed of as specified herein or indicated in the
drawings. Remove and dispose of all portions of these items that interfere with project
construction.
B.Remove and dispose offsite facilities to be demolished in their entirety including
belowground footings, foundations, and other associated appurtenances, as shown in the
drawings or as specified herein. Backfill and compact all site areas disturbed by
demolition work with earth backfill or gravel material in accordance with Section
312300.
C.Perform the work in a manner that will not damage parts of the structure not intended to
be removed or to be salvaged for the Owner. If,in the opinion of the Owner's
Representative, the method of demolition used may endanger or damage parts of the
structure or affect the satisfactory operation of the facilities, promptly change the method
when so notified by the Owner's Representative. No blasting will be permitted.
D.Equipment, material, and piping, except as specified to be salvaged for the Owner, or
removed by others, within the limits of the demolition, excavations, and backfills, will
become the property of the Contractor and shall be removed from the project site. The
salvage value of this equipment, materials, and piping shall be reflected in the contract
price of the demolition work.
E.Do not reuse material salvaged from demolition work on this project, except as
specifically shown.
END OF SECTION
Page 216 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT, PIPING, AND MATERIALS DEMOLITION 024100-4
60225711 -7 Sep 2021 (S024100 EQUIPMENT, PIPING, AND MATERIALS DEMOLITION.DOC)
PAGE LEFT BLANK INTENTIONALLY
Page 217 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-1
60225711 -7 Sep 2021
SECTION 030500 GENERAL CONCRETE CONSTRUCTION
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and testing of formwork, reinforcing steel,
joints, concrete, and finishing and curing for general concrete construction.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Precast Concrete Manholes: 034210.
B.Chemical-Resistant Coatings for Concrete:099720.
C.Earthwork: 312300
D.Dewatering: 312319.
E.Shoring: 314100.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Prepare concrete and mortar mix designs and laboratory 7-day and 28-day compressive
tests, or submit test reports of 7-and 28-day compressive tests of the mix where the
same mix has been used on two previous projects.Submit mix design in writing for
review by the Owner at least 15 days before placing of any concrete.
C.Submit manufacturer's catalog data and descriptive literature for form ties,spreaders,
form coatings and curing compound, joint sealant, epoxy bonding compound, and color
additive epoxy anchor adhesive.
D.Submit mill test certificates identifying chemical and physical analyses of each load of
reinforcing steel delivered. If mill test reports are unavailable and the quantity of steel
for a structure exceeds 5 tons, provide a laboratory test to prove conformance with the
specified ASTM standard.
E.Submit reinforcing bending lists and placing drawings for all reinforcing. Placing
drawings shall indicate all openings (mechanical, electrical, equipment, and
architectural) including additional reinforcing at openings and corner bar arrangements
at intersecting beams, walls, and footings indicated in the typical detail and structural
drawings. Placing drawings shall be coordinated with the concrete placing schedule.
Each bending list and placing drawing submitted shall be complete for each major
element of a structure (grade slabs, footings, walls, deck, floor, or roof slabs) including
dowels and corner bars. Furnishing such lists shall not be construed that the lists will be
Page 218 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-2
60225711 -7 Sep 2021
reviewed for accuracy. The Contractor shall be wholly and completely responsible for
the accuracy of the lists and for furnishing and placing reinforcing steel in accordance
with the details shown in the drawings and as specified. Placing drawings shall be
prepared by the Contractor and shall not incorporate photocopies of the contract
drawings.
F.Submit one copies of a report from a testing laboratory verifying that aggregate material
contains less than 1% asbestos by weight or volume and conforms to the specified
gradations or characteristics.
PART 2 -MATERIALS
2.01 NONDOMESTIC CEMENT AND ADDITIVES
A.The use of nondomestic cement and additives in concrete may be permitted only after
review of a written request to use such materials. The request to use nondomestic
materials shall include a chemical analysis that indicates the material meets the project
specifications. Certifications that state the nondomestic materials meet the project
requirements will not be accepted.
B.Test reports for concrete materials shall be current to within three months of inclusion
into the project and shall be identifiable to the materials supplied.
2.02 FORMWORK
A.Design forms according to ACI 347.
B.Class I Forms: Use steel forms, ply form, or smooth-surface plywood 3/4-inch minimum
thickness for straight surfaces and 1/2-inch minimum thickness for curved surfaces.
C.Class II Forms: Use plywood in good condition, metal, or smooth-planed boards free
from large or loose knots with tongue and groove or ship lap joints.
D.Class II forms may be used for exterior concrete surfaces that are 1 foot or more below
finished grade. Use Class I forms for all other surfaces.
E.Coat forms with form release agent.
2.03 BOND BREAKER
Bond breaker shall be a nonstaining type which will provide a positive bond prevention,
such as Williams Tilt-Up Compound, as manufactured by Williams Distributors, Inc.,
Seattle, Washington; Silcoseal 77, as manufactured by SCA Construction Supply
Division, Superior Concrete Accessories, Franklin Park, Illinois; or equal.
Page 219 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-3
60225711 -7 Sep 2021
2.04 FORM RELEASE AGENT
A.Form release agent shall effectively prevent absorption of moisture and prevent bond
with the concrete. Agent shall be nonstaining and nontoxic after 30 days.
B.For steel forms, release agent shall prevent discoloration of the concrete due to rust.
2.05 REINFORCING STEEL
A.Reinforcement shall conform to ASTM A615 or A706, Grade 60.
B.Fabricate reinforcing in accordance with the current edition of the Manual of Standard
Practice, published by the Concrete Reinforcing Steel Institute. Bend reinforcing steel
cold.
C.Deliver reinforcing steel to the site bundled and with identifying tags.
2.06 WELDED WIRE REINFORCEMENT
Welded wire reinforcement shall conform to ASTM A185.
2.07 TIE WIRE
Tie wire shall be 16 gauge minimum, black, soft annealed.
2.08 BAR SUPPORTS
Bar supports in beams and slabs exposed to view after form stripping shall be galvanized
and plastic coated. Use concrete supports for reinforcing in concrete placed on grade.
2.09 BAR COUPLERS
Reinforcing steel bar splicing couplers shall be a mechanical type as manufactured by
Dayton Barsplice Inc. or equal. Use couplers that do not reduce tensile or ultimate
strength of bars.
2.10 JOINT SEALANT FOR CONCRETE STRUCTURES
A.Joint sealant shall be a multipart, gray, nonstaining, nonsagging, gun grade polyurethane
sealant, which cures at ambient temperature to a firm, flexible, resilient, tear-resistant
rubber. Sealant shall comply with ASTM C920, Type M, Grade P, Class 25 for
horizontal joints and Grade NS, Class 25 for vertical joints and be recommended by the
manufacturer for continuous immersion in water.
Page 220 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-4
60225711 -7 Sep 2021
Characteristic or Parameter Technical Requirements
Pot life 1 to 3 hours
Hardness 35 Shore A, ±5, ASTM D2240
Elongation 650%, ASTM D412
Tensile strength 200 psi, ASTM D412
Peel strength on concrete No adhesion loss at 25 pounds
Temperature service range 40°F to 167°F
Immersion in water Continuous
B.Sealant shall be Tremco Vulkem 227 or Sikaflex-2CNS (for Grade NS, Class 25),
Sikaflex-2CSL of Sika Corporation or Vulkem 245 (for Type M, Grade P, Class 25), or
equal. Troweling of sealants into joints will not be permitted.
2.11 BACKING ROD FOR EXPANSION JOINTS
Backing rod shall be an extruded closed-cell polyethylene foam rod, such as Minicel
backer rod, manufactured by Industrial Systems Department, Plastic Products Group of
Hercules, Inc., Middletown, Delaware; Ethafoam SB, as manufactured by Dow
Chemical Company, Midland, Michigan; or equal. The rod shall be 1/4 inch larger in
diameter than the joint width. Where possible, provide full-length sections for the joint;
minimize splices. Apply backup rod and bond breaker tape in expansion joints.
2.12 BOND BREAKER TAPE
Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape that
will adhere to the premolded joint material or concrete surface. The tape shall be the
same width as the joint. The tape shall be compatible with the sealant.
2.13 PREFORMED CONTROL JOINT
Preformed control joint shall be a one-piece, flexible, PVC joint former, such as Kold-
Seal Zip-Per Strip KSF-150-50-50, manufactured by Vinylex Corp., Knoxville,
Tennessee, or a one-piece steel strip with preformed groove, such as Keyed Kold
Retained Kap, manufactured by Burke Concrete Accessories, Inc., San Mateo,
California, or equal. Provide the preformed control joint material in full-length unspliced
pieces.
2.14 CEMENT
A.Use domestic portland cement that conforms to ASTM C150 provide a mixture of 85%
Type II/V portland cement and 15% pozzolan fly ash.
B.Use only one brand of cement in any individual structure.Use no cement that has
become damaged, partially set, lumpy, or caked. Reject the entire contents of the sack or
container that contains such cement. Use no salvaged or reclaimed cement.
Page 221 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-5
60225711 -7 Sep 2021
C.Maximum tricalcium aluminate shall not exceed 8%. The maximum percent alkalies
shall not exceed 0.6%.
2.15 AGGREGATES
Aggregates shall be natural rock, sand, or crushed natural rock and shall comply with
ASTM C33, and shall contain less than 1% asbestos by weight or volume. Aggregates
shall be free from any substances that will react with the cement alkalies, as determined
by Appendix X-1 of ASTM C33.
2.16 WATER AND ICE
Use water and ice that is clean and free from objectionable quantities of organic matter,
alkali, salts, and other impurities that might reduce the strength, durability, or otherwise
adversely affect the quality of the concrete. Water shall not contain more than 500 mg/L
of chlorides or more than 500 mg/L of sulfate.
2.17 COLOR ADDITIVE FOR EXTERIOR ELECTRICAL DUCT ENCASEMENT
For exterior electrical duct concrete encasements, use a color additive for identification
purposes: brick red "Colorfull" as manufactured by Owl Manufacturing Company,
Arcadia, California; coral red "Chromix C-22" as manufactured by L. M. Scofield
Company, Los Angeles, California; or equal. Add the color additive while the concrete
is being mixed using the quantity per cubic yard of concrete recommended by the
manufacturer for the class of concrete indicated.
2.18 CONCRETE ADMIXTURES
A.Class A concrete shall contain an air-entraining admixture conforming to ASTM C260.
Admixtures shall be Master Builders MB-AE 90, Sika AER, or equal.
B.Class A concrete shall contain a water-reducing admixture conforming to ASTM C494,
Type A. It shall be compatible with the air-entraining admixtures. The amount of
admixture added to the concrete shall be in accordance with the manufacturer's
recommendations. Admixture shall be Master Builders Pozzolith polymer-type normal
setting, Plastocrete 161 or Plastiment, Sika Chemical Corporation, or equal.
C.Mineral Admixture: Class A concrete shall contain a mineral admixture, fly ash Class F,
conforming to ASTM C618, not to exceed or replace more than 15% of the cement
material required without the mineral admixture.
2.19 GROUT
A.Nonshrink grout shall conform to ASTM C1107 and to these specifications. Use a
nongas-liberating type, cement base, premixed product requiring only the addition of
water for the required consistency. Grout shall be UPCON High Flow, Master Flow 928,
or equal. Components shall be inorganic.
Page 222 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-6
60225711 -7 Sep 2021
B.Expansive Grout: Premixed, cementitious mixture with a minimum 28-day strength of
3,500 psi. Provide air-entraining admixture as recommended by the manufacturer.
C.Epoxy Grout:
1.Mix the two components of epoxy bonding compound in compliance with the
manufacturer's instructions.
2.Use sand that is oven dry and meets the following gradation requirements for
epoxy grout:
Sieve Size No. 8 No. 50 No. 100
% Passing 100 30 ±15 5 ±5
2.20 GROUT BEDDING FOR HORIZONTAL JOINTS
The grout placed on horizontal construction joints shall be a mixture of cement, sand,
and water in the same proportions and strength used in the overplaced concrete with
coarse aggregate omitted.
2.21 REPAIR MORTAR
A.Mortar used for repair of concrete voids shall be made of the same materials as used for
concrete, except that the coarse aggregate shall be omitted or the mortar shall consist of
not more than one part cement to two and one-half parts sand by damp loose volume.
The quantity of mixing water shall be no more than necessary for handling and placing.
B.Materials for repair of major defects or cracks shall be in accordance with “Repair of
Defects and Cracks” specified in Part 3.
2.22 BONDING COMPOUND
A.Epoxy bonding compound shall be Sikadur 32 Hi-Mod, Sika Chemical Corporation,
Lyndhurst, New Jersey; Concresive by BASF; Euco Epoxy 452 by Euclid Chemical
Company; or equal.
B.Nonepoxy bonding compound shall be Weldcrete by Larsen Products Corp., Link by
Sta-Dry Manufacturing Corp., Euco Weld by Euclid Chemical Co., or equivalent. The
compound shall be rewettable for up to two weeks.
2.23 CONCRETE MIX DESIGN
A.Conform to ASTM C94, except as modified by these specifications.
B.Air content as determined by ASTM C231 shall be 4% ±1%.
C.Maximum water-cement ratio for Class A concrete = 0.45 by weight.
Page 223 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-7
60225711 -7 Sep 2021
D.Use classes of concrete as described in the following table:
Class Type of Work
28-Day
Compressive
Strength
(in psi)
Minimum
Cement Content
(in lbs per C.Y.)
A Concrete for all
structures and concrete
not otherwise specified.
Concrete fill at structure
foundations, cradle,
supports across pipe
trenches,pipe supports,
thrust blocks,and
reinforced pipe
encasement.
4,000 564
B Pavement, curbs, and
gutters
3,000 500
C Floor grout and
miscellaneous
unreinforced concrete.
2,000 376
E.Measure slump in accordance with ASTM C143. Slump shall be as follows:
Slab on grade or heavy sections wider (in
plan view) than 3 feet 3 inches maximum
Footings, walls, suspended slabs, beams,
and columns 4 inches maximum
Pavement 2 inches maximum
Floor grout 4 inches maximum
Proportion and produce the concrete to have a maximum slump as shown. A tolerance of
up to 1 inch above the indicated maximum shall be allowed for individual batches
provided the average for all batches or the most recent 10 batches tested, whichever is
fewer, does not exceed the maximum limit. Concrete of lower than usual slump may be
used provided it is properly placed and consolidated.
F.Aggregate size shall be 3/4 inch maximum for slabs and sections 8 inches thick and less.
Aggregate size shall be 1 inch maximum for slabs and sections greater than 8 inches and
less than 17 inches. Aggregate size shall be 1 1/2 inches maximum for all larger slabs
and sections. Aggregate size for floor grout shall be maximum 3/8 inch.
G.Combined aggregate grading shall be as shown in the following table:
Page 224 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-8
60225711 -7 Sep 2021
Maximum Aggregate Size
1 1/2"1"3/4"3/8"
Aggregate Grade per
ASTM C33 467 57 67 8
H.Mix design for pumped concrete shall produce a plastic and workable mix. The
percentage of sand in the mix shall be based on the void content of the coarse aggregate.
2.24 SLURRY CEMENT BACKFILL
A.Slurry cement backfill shall consist of a fluid, workable mixture of aggregate, cement,
and water.
B.Aggregate shall be either:
1.Material selected from excavation, imported material, or a combination thereof,
free from organic matter and other deleterious materials and meeting the following
gradation:
Sieve Sieves Percentage Passing
1 1/2 inches 100
1 inch 80 to 100
3/4 inch 60 to 100
3/8 inch 50 to 100
No. 4 40 to 80
No. 100 10 to 40
2.Commercial quality concrete sand.
C.Proportion the aggregate, cement, and water by either weight or volume. Include at least
188 pounds of cement per cubic yard produced. The water content shall be sufficient to
produce a fluid, workable mix that will flow and can be pumped without segregation of
the aggregate while being placed.
D.Thoroughly machine-mix the materials for the slurry cement backfill in pugmill, rotary
drum, or other mixer. Continue the mixing until the cement and water are thoroughly
dispersed throughout the material. Place slurry cement backfill within one hour after
mixing.
2.25 CURING COMPOUND
A.Curing compound shall conform to ASTM C309, Type 1-D, Class A.
Page 225 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-9
60225711 -7 Sep 2021
B.Curing compound shall be compatible with required finishes and coatings and shall meet
the State of California Clean Air Quality Standards which limit the quantity of volatile
organic compounds to 350 grams per liter.
2.26 MATS, PAPER, AND SHEETING FOR CURING
A.Burlap mats shall conform to AASHTO M182.
B.Sisal-kraft paper and polyethylene sheets shall conform to ASTM C171.
2.27 REINFORCING DOWEL ADHESIVE
Dowel anchor adhesive shall be HIT-RE 500-SD by Hilti; Sikadur 31, Hi-Mod Gel by
Sika; or equal.
PART 3 -EXECUTION
3.01 FORM TOLERANCES
A.Failure of the forms to produce the specified concrete surface and surface tolerance shall
be grounds for rejection of the concrete work. Rejected work shall be repaired or
replaced at no additional cost to the Owner.
B.The following table indicates tolerances or allowable variations from dimensions or
positions of structural concrete work:
Maximum Tolerance
(inch)
Sleeves and inserts +1/4 -1/4
Projected ends of anchors +1/4 -0.0
Anchor bolt setting +1/4 -1/4
Finished concrete, all locations +1/4 -1/4 in 10 feet
Max ±1-inch in total length
The planes or axes from which the above tolerances are to be measured shall be as
follows:
Sleeves and inserts:Centerline of sleeve or insert.
Projected ends of anchors:Plane perpendicular to the end of the anchor
as located in the drawings.
Anchor bolt setting:Centerline of anchor bolt.
Finish concrete:The concrete surface as defined in the
drawings.
Page 226 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-10
60225711 -7 Sep 2021
Where equipment is to be installed, comply with manufacturer's tolerances if more
restrictive than above.
3.02 FORM SURFACE PREPARATION
A.Clean form surfaces to be in contact with concrete of foreign material prior to
installation.
B.Coat form surfaces in contact with concrete with a release agent prior to form
installation.
3.03 FORM REUSE
Reuse only forms that provide a uniform surface texture on exposed concrete surfaces.
Apply light sanding or other surface treatment between uses for uniform texture. Plug
unused tie rod holes with corks, shave flush, and sand the concrete surface side. Do not
patch forms other than filling tie rod holes, except in the case of Class II forms. Do not
use metal patching discs on Class I forms.
3.04 REMOVAL OF FORMS
A.Forms and shoring for elevated structural slabs or beams shall remain in place until the
concrete has reached a compressive strength equal to the specified 28-day compressive
strength as determined by test cylinders. Do not remove supports and reshore. The
following table indicates the minimum allowable time after the last cast concrete is
placed before forms, shoring, or wall bracing may be removed:
Sides of footings and encasements 24 hours
Walls,vertical sides of beams, girders,
columns, and similar members not
supporting loads 48 hours
Slabs, beams, and girders 10 days (forms only)
Shoring for slabs, beams, and girders Until concrete strength reaches
specified 28-day strength
Wall bracing Until top or roof slab concrete
reaches specified 28-day strength
B.Do not remove forms from concrete that has been placed with outside air temperature
below 50°F without first determining if the concrete has properly set without regard for
time. Do not apply heavy loading on green concrete. Immediately after forms are
removed, the surface of the concrete shall be carefully examined and any irregularities in
the surface shall be repaired and finished as specified.
Page 227 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-11
60225711 -7 Sep 2021
3.05 FORMED OPENINGS
Openings shall be of sufficient size to permit final alignment of pipes or other items
without deflection or offsets of any kind. Allow space for packing where items pass
through the wall to ensure watertightness. Provide openings with continuous keyways
and water stops. Provide a slight flare to facilitate grouting and the escape of entrained
air during grouting. Provide formed openings with reinforcement as indicated in the
typical structural details. Reinforcing shall be at least 2 inches clear from the opening
surfaces and encased items.
3.06 EMBEDDED ITEMS
Set anchor bolts and other embedded items accurately and hold securely in position until
the concrete is placed and set. Check all special castings, channels, or other metal parts
that are to be embedded in the concrete prior to and again after concreting. Check nailing
blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work
prior to concreting.
3.07 BEVELED EDGES (CHAMFER)
Form 3/4-inch beveled edges on exposed concrete edges and corners, beam soffit
corners, and where indicated in the drawings. Reentrant corners in concrete members
shall not have fillets, unless otherwise shown in the drawings. The top edges of slabs,
walkways, beams, and walls may be beveled with an edging trowel in lieu of using
chamfer strips.
A.Layout of construction joints shall be as shown in the drawings and according to the
following guidelines:
1.Provide horizontal construction joints at top of foundation members and slabs-on-
grade and at the soffit of supported slabs and beams.
2.Space the construction joints at a maximum horizontal distance of 25 feet and a
maximum vertical distance of 16 feet.
3.Space the corner vertical construction joints between 4 and 8 feet from the corner
of walls or wall intersections.
4.Space horizontal construction joints at least 8 inches below bottom of slabs.
B.Construction joints shall be keyed, unless otherwise detailed. Form keyways by beveled
strips or boards placed at right angles to the direction of shear. Except where otherwise
shown in the drawings or specified, keyways shall be at least 1 1/2 inches in depth over
at least 25% of the area of the section.
C.When it is necessary to make a joint because of an emergency, furnish and place
reinforcing dowels across the joint normal to the face of joint created if not normal to
specified reinforcement and at the centerline of the concrete section being terminated.
Page 228 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-12
60225711 -7 Sep 2021
Carefully remove set concrete to a plane but rough surface near normal to adjacent
formed or finish surfaces. Embed and extend dowels 48 bar diameters each side of the
joint. Size and spacing of dowels shall match the largest reinforcing in the member but
no closer than 6 inches on center. Furnishing and placing such reinforcing steel shall be
at the Contractor's expense.
D.After a concrete placement pour has been completed to the construction joint and the
concrete has hardened, thoroughly clean the entire surface of the joint of surface
laitance, loose or defective concrete, and foreign material. Expose clean aggregate by
sandblasting and thoroughly cleaning the surface of construction joints before placing
the new concrete. Cover horizontal construction joints with grout bedding. Spread
uniformly and work thoroughly into all irregularities of the surface. The consistency of
the mortar shall be suitable for placing and working and shall be placed immediately
prior to placing new concrete.
E.In case of emergency, place additional construction joints. (An interval of 45 minutes
constitutes cause for an emergency construction joint.)
Immediately prime and fill with the expansion joint sealant and backup materials. The
primer used shall be supplied by the same manufacturer supplying the joint sealant.
3.08 TIME BETWEEN POURS
At least two hours shall elapse after depositing concrete in the columns or walls before
depositing in beams, girders, or slabs supported thereon. Place beams, girders, brackets,
column capitals, and haunches monolithically as part of the floor or roof system, unless
otherwise indicated in the drawings.
3.09 INSTALLATION OF JOINT SEALANTS
A.Immediately before installing the joint sealant, clean the joint cavity by sandblasting or
power wire brushing. Install bond breaker tape per manufacturer's instructions.
B.After the joints have been prepared as described above, apply the joint sealant. Apply the
primer, if required, and joint sealant only with the equipment and methods recommended
by the joint sealant manufacturer. Application criteria for the sealant materials, such as
temperature and moisture requirements and primer cure time, shall be in accordance with
the recommendations of the sealant manufacturer.
C.Apply masking tape along the edges of the exposed surface of the exposed joints. Trowel
the joints smooth with a tuck pointing tool wiped with a solvent recommended by the
sealant manufacturer.
D.After the sealant has been applied, remove the masking tape and any sealant spillage.
Page 229 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-13
60225711 -7 Sep 2021
3.10 PLACING REINFORCEMENT
A.Place reinforcing steel in accordance with the current edition of Recommended Practice
for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute.
B.Place reinforcing in accordance with the following, unless otherwise indicated:
1.Reinforcement indicated in the drawings is continuous through the structure to the
farthest extent possible. Terminate bars and hooks 2 inches clear from faces of
concrete.
C.Reinforcing steel, before being positioned and just prior to placing concrete, shall be free
from loose mill and rust scale and from any coatings that may destroy or reduce the
bond. Clean reinforcing steel by sandblasting or wire brushing and remove mortar, oil,
or dirt to remove materials that may reduce the bond.
D.Do not straighten or rebend reinforcing steel in the field. Do not use reinforcing with
bends not shown in the drawings.
E.Position reinforcing steel in accordance with the drawings and secure by using annealed
wire ties or clips at intersections and support by concrete or metal supports, spacers, or
metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie
wires away from the forms to provide the specified concrete coverage. Bars, in addition
to those shown in the drawings, which may be found necessary or desirable by the
Contractor for the purpose of securing reinforcement in position shall be provided by the
Contractor at his own expense.
F.Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings.
G.Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into
the concrete after the concrete has been placed.
H.Roll wire mesh used for reinforcement flat before placing concrete. Support and tie wire
mesh to prevent movement during concrete placement.
I.Position dowels for masonry walls to occur at reinforced block cells.
3.11 SITE-MIXED CONCRETE
Conform to ACI 304.
3.12 READY-MIXED CONCRETE
Conform to ASTM C94.
3.13 PLACING CONCRETE
Conform to ACI 304.
Page 230 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-14
60225711 -7 Sep 2021
3.14 PUMPING CONCRETE
Conform to ACI 304.2R-91.
3.15 WEATHER REQUIREMENTS
A.Conform to ACI 305 for placing during hot weather.
B.Conform to ACI 306 for placing during cold weather.
3.16 BONDING TO OLD CONCRETE
Coat the contact surfaces of structural sections with epoxy bonding compound when
noted in the drawings. The method of preparation and application of the bonding
compound shall conform to the manufacturer's printed instructions and recommendations
for specific application for this project.
3.17 GROUTING MACHINERY FOUNDATIONS
Block out the original concrete or finish off a sufficient distance below the bottom of the
machinery base to provide for the thickness of grout shown in the drawings. After the
machinery has been set in position and placed at the proper elevation by steel wedges,
fill the space between the bottom of the machinery base and the original pour of concrete
with a pourable nonshrink grout. Grout and grouting procedure shall be in accordance
with API 686, Chapter 4, paragraphs 3.6 and 3.7, and Chapter 5 and Section 432101.
3.18 BACKFILL AGAINST WALLS
A.Do not place backfill against walls until the concrete has obtained a compressive
strength equal to the specified 28-day compressive strength. Where backfill is to be
placed on both sides of the wall, place the backfill uniformly on both sides.
B.Do not backfill the walls of structures that are laterally restrained or supported by
suspended slabs or slabs on grade until the slab is poured and the concrete has reached
the specified compressive strength.
3.19 PLACING SLURRY CEMENT BACKFILL
Place slurry cement backfill in a uniform manner that will prevent voids in, or
segregation of, the backfill. Remove foreign material that falls into the excavation or
trench. Do not commence backfilling over or place any material over the slurry cement
backfill until at least four hours after placing the slurry cement backfill, except that when
concrete sand is used for the aggregate and the in-place material is free draining,
backfilling may commence as soon as the surface water is gone.
3.20 CONCRETE FINISHES
A.Complete concrete surfaces in accordance with the following schedule:
Page 231 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-15
60225711 -7 Sep 2021
Finish
Designation Area Applied
F-1 Beams, columns, and exterior walls not exposed to view.
Beams, columns, and walls of structures or buildings
exposed to view. Underside of formed floors or slabs.
F-4 Exterior and interior surfaces to be coated.
S-1 Slabs and floors to be covered with concrete or grout.
S-4 Slabs and floors of structures or buildings exposed to view.
Slabs and floors at slopes greater than 10% and stairs.
E-1 Exposed edges. EXCEPTION: edges normally covered
with earth.
E-2 Top of walls, beams, and similar unformed surfaces.
B.Finish F-1: Repair defective concrete, fill depressions deeper than 1/2 inch, and fill tie
holes.
Finish F-4: Repair defective concrete, remove fins, fill depressions 1/16 inch or deeper,
fill tie holes, remove mortar spatter, and remove bulges higher than 1/16 inch.
Finish S-1: Screed to grade without special finish.
Finish S-4: Steel trowel finish without local depressions or high points and apply a light
hair-broom finish. Do not use stiff bristle brooms or brushes. Leave hair-broom lines
parallel to the direction of slab drainage.
Finish E-1: Provide chamfer or beveled edges.
Finish E-2: Strike smooth and float to an F-3 or F-4 finish.
3.21 CURING CONCRETE
A.Conform to ACI 308.
B.Water cure with burlap mats unless optional curing methods are permitted.
C.Do not use curing compound on surfaces that are to be coated in accordance with
Section 099720.
D.It is the responsibility of the Contractor to select the appropriate curing method in
response to climatical and/or site conditions occurring at the time of concrete placement.
Take appropriate measures as described in ACI 305 and 306 for protecting and curing
concrete during hot and cold weather.
Page 232 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-16
60225711 -7 Sep 2021
3.22 REPAIR OF DEFECTS AND CRACKS
A.Do not repair defects until concrete has been evaluated by the Owner's Representative.
B.Surface Defects:
1.Repair surface defects that are smaller than 1 foot across in any direction and are
less than 1/2 inch in depth.
2.Repair by removing the honeycombed and other defective concrete down to sound
concrete, cut or grind edges perpendicular to the surface and at least 3/8 inch deep,
abrasive clean and thoroughly dampen the surface, work into the surface an epoxy
bonding agent, and fill the hole with one part cement to one part fine sand. Match
the finish on the adjacent concrete, and cure as specified.
C.Severe Defects:
1.Repair severe defects that are larger than surface defects but do not appear to
affect the structural integrity of the structure.
2.Repair by removing the honeycombed and other defective concrete down to sound
concrete, make edges of the repair area perpendicular to the surface, as required
above, sandblast the sound concrete surface, coat the exposed surfaces with epoxy
bonding compound, place nonshrink grout, match the finish on the adjacent
concrete, and cure as specified.
D.Repair minor cracks in concrete structures that are wider than 1/10 inch by cutting out a
square edged and uniformly aligned joint 3/8 inch wide by 3/4 inch deep, preparing
exposed surfaces of the joint, priming the joint, and applying polyurethane joint sealant.
E.If the cracks are major or affect the hydraulic capacity or function of the element, the
Owner's Representative may require the concrete to be repaired by epoxy injection.
F.Major Defects and Cracks: If the defects affect the structural integrity of the structure or
if patching does not satisfactorily restore quality and appearance to the surface, the
Owner’s Representative may require the concrete to be removed and replaced, complete.
3.23 CONCRETE SURFACES TO BE COATED
See Section 099720.
3.24 CONCRETE TESTS
A.Concrete quality testing will be performed on the concrete by an independent testing
laboratory as follows:
Page 233 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-17
60225711 -7 Sep 2021
1.Frequency of Sampling: Cast four concrete test cylinders from each 50 cubic
yards, or fraction thereof, of each class of concrete placed in any one day.
Sampling and curing of cylinders shall conform to ASTM C31.
2.Strength Testing: Test cylinders in accordance with ASTM C39. Test one cylinder
at 7 days for information; test two cylinders at 28 days for acceptance; and hold
one cylinder for verification. Strength acceptance will be based on the average of
the strengths of the two cylinders tested at 28 days. If one cylinder of a 28-day test
manifests evidence of improper sampling, molding, or testing, other than low
strength, discard it and use the fourth cylinder for the test result.
3.Determine concrete slump by ASTM C143 with each strength test sampling and as
required to establish consistency.
4.Determine air content of the concrete using ASTM C231 to verify the percentage
of air in the concrete immediately prior to depositing in forms.
5.The average value of concrete strength tests shall be equal to or greater than the
specified 28-day strength. No test shall be less than 90% of the specified 28-day
strength.
6.If the 28-day strength tests fail to meet the specified minimum compressive
strength, the concrete will be assumed to be defective and one set of three cores
from each area may be taken as selected by the Owner and in accordance with
ASTM C42. If the average compressive strength of the set of three concrete cores
fails to equal 90% of the specified minimum compressive strength or if any single
core is less than 75% of the minimum compressive strength, the concrete will be
considered defective. The Owner may require additional coring, nondestructive
load testing, or repair of defective concrete. Costs of coring, testing of cores, load
testing, and required repairing pertaining thereto shall be paid by the Contractor at
no extra cost to the Owner.
B.To facilitate concrete sampling and testing, the Contractor shall:
1.Furnish labor to assist the Owner in obtaining and handling samples at the project
site.
2.Advise the Owner in advance of concrete placing operations to allow for
scheduling and completion of quality testing.
3.Provide and maintain facilities for safe storage and proper curing of concrete test
specimens on the project site, as required by ASTM C31.
END OF SECTION
Page 234 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL CONCRETE CONSTRUCTION 030500-18
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 235 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ABANDON AND GROUT EXISTING SANITARY SEWER WITH FLOWABLE FILL 030501-1
60225711 -7 Sep 2021
SECTION 030501 ABANDON AND GROUT EXISTING SANITARY SEWER WITH
FLOWABLE FILL
PART 1 -GENERAL
1.01 DESCRIPTION
Where the plans indicate to Abandon and Grout Existing Sanitary Sewer with Flowable
Fill, the work to be performed under this section shall include the abandonment in place
of existing sanitary sewer by completely filling with flowable fill, as indicated on the
Plans and specified in the Special Provisions. Flowable fill (abandonment grout) shall be
controlled low-strength material consisting of fluid mixture of cement, fly ash, aggregate,
water and with admixtures as necessary to provide workable properties. Placement of
flowable fill may be by grouting techniques in sewer pipes or other restricted areas, or as
mass placement by chutes or tremie methods in unrestricted locations with open access.
Long-term hardened strength shall be within specified range.In this specification, the
words “flowable fill” and “one sack sand/cement mixture” and “abandonment grout” are
used interchangeably.
The Contractor shall notify the Engineer a minimum of 48-hours prior to the
abandonment of any sanitary sewer. The Contractor shall not begin any abandonment
operations until the replacement sanitary sewer has been constructed, tested, and all
service connections have been installed and approved by the Engineer.
1.02 REFERENCE STANDARDS:
1.These Special Provisions
2.ASTM C150 –Standard Specification for Portland Cement.
3.ASTM C494 –Standard Specification for Chemical Admixture for Concrete.
4.ASTM C618 –Standard Specification for Fly Ash and Raw or Calcinated Natural
Pozzolan for use as Mineral Admixture in Portland Cement Concrete.
5.ASTM C940 –Standard test Method for Expansion and Bleeding of Freshly Mixed
grout for Replaced Aggregate Concrete in the Laboratory.
6.ASTM C1017 –Standard Specification for Chemical Admixture for Use in
Producing Flowing Concrete.
7.ASTM C1107 –Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Non-Shrink).
Page 236 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ABANDON AND GROUT EXISTING SANITARY SEWER WITH FLOWABLE FILL 030501-2
60225711 -7 Sep 2021
1.03 SUBMITTALS
A.Submit flowable fill mix design report to Engineer.Include the following:
1.Flowable fill type and production method:Describe if fill will be mixed to final
proportions and consistency in batch plant or if constituents will be added in transit
mixer at placement location.
2.Aggregate gradation of fill. Aggregate gradation of mix shall be used as pilot curve
for quality control during production.
3.Fill mix constituents and proportions including materials by weight and volume,
and air content. Give types and amounts of admixtures including air entrainment or
air generating compounds.
4.Fill densities and viscosities, including wet density at point of placement.
5.Initial time of set.
6.Bleeding and shrinkage.
7.Compressive strength.
B.Submit technical information for equipment and operational procedures including projected
injection rate, grout pressure, method for controlling grout pressure, bulkhead and vent
design and number of stages for grout application.
PART 2 -MATERIALS
2.01 FLOWABLE FILL
A.Design Mix Criteria. Provide design of one or more mixes to meet design criteria and
conditions for placement. Present information required by 5.21.04, to include the following:
1.Cement: ASTM C150 Type I or II. Volume and weight per cubic yard of fill. Provide
minimum cement content of 50 pounds per cubic yard.
2.Fly ash: ASTM C618, Class C or F. Volume and weight per cubic yard of fill.
Provide minimum fly ash content of 200 pounds per cubic yard.
3.Potable water: Volume and weight per cubic yard of fill. Amount of water
determined by mix design testing.
4.Aggregate gradation: 100 percent passing 3/8-inch sieve and not more than 10
percent passing No. 200 sieve. Mix design report shall define pilot gradation based
on following sieve sizes: 3/8 inch, No. 4, 8, 16, 30, 50, 100 and 200. Do not deviate
Page 237 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ABANDON AND GROUT EXISTING SANITARY SEWER WITH FLOWABLE FILL 030501-3
60225711 -7 Sep 2021
from pilot gradation by more than plus or minus 10 percentage points for any sieve
for production material.
5.Aggregate source material: Screened or crushed aggregate, pit or bank run fine
gravels or sand, or crushed concrete. If crushed concrete is used, add at least 30
percent natural aggregate to provide workability.
6.Admixtures: use admixtures meeting ASTM C494 and ASTM C1017 as needed to
improve pumpability, to control time of set and to reduce bleeding.
7.Fluidifier: Use fluidifier meeting ASTM C937 as necessary to hold solid
constituents in suspension. Add shrinkage compensator if necessary.
8.Performance additive: Use flowable fill performance additive, if needed, to control
fill properties.
B.Flowable Fill Requirements:
1.Unconfined compressive strength: minimum 75 psi and maximum 150 psi at 56
days as determined based on an average of three tests for same placement. Present
at least three acceptable strength tests for proposed mix design in mix design report.
2.Placement characteristics: self-leveling.
3.Shrinkage characteristics: non-shrink.
4.Water bleeding for fill to be placed by grouting method in pipes: not to exceed 2
percent according to ASTM C940.
5.Minimum wet density: 90 pounds per cubic foot.
C.Grout Plugs:
1.Cement-based dry-pack grout conforming to ASTM C1107, Grade B or C.
PART 3 -PREPARATION
A.Notify inspector at least 24-hours in advance of grouting with flowable fill.
B.Select fill placement equipment and follow procedures with sufficient safety and care to
avoid damage to existing underground utilities and structures. Operate equipment at
pressure that will not distort or imperil portions of the work, new or existing.
C.Cut and cap portions of the piping system to remain, as shown on the Drawings.
D.Clean sewer lines and video to identify connections and locate obstructions. Locate
previously unidentified connections which have not been redirected or reconnected as
Page 238 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ABANDON AND GROUT EXISTING SANITARY SEWER WITH FLOWABLE FILL 030501-4
60225711 -7 Sep 2021
part of the work and report them to the Engineer. During placement of fill, compensate
for irregularities in sewer pipe, such as obstructions or open joints, to ensure no voids
remain unfilled.
E.Perform demolition work prior to starting fill placement. Clean placement areas for pipes
and manholes of debris that may hinder fill placement. Remove excessive amounts of
sludge and other substances that may degrade performance of the fill. Do not leave sludge
or other debris in place if filling more than 2 percent of placement volume.Dispose of
waste material in accordance with applicable codes and regulations.
F.Remove free water prior to fill placement.
PART 4 -EXECUTION
A.Mix flowable fill in automated batch plant and deliver it to site in ready-mix trucks.
Performance additives may be added at placement site if required by mix design.
B.Use concrete or grout pumps capable of continuous delivery at planned placement rate.
Page 239 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECAST CIRCULAR CONCRETE MANHOLES 034210-1
60225711 -7 Sep 2021
SECTION 034210 PRECAST CIRCULAR CONCRETE MANHOLES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes design, materials, testing, and installation of precast circular
concrete manholes.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500
B.Painting and Coating:099000.
C.Chemical-Resistant Coatings for Concrete:099720.
D.Trenching, Backfilling, and Compacting:312316.
E.Gravel and Crushed Rock Base for Structures: 312323
F.Leakage and Infiltration Testing:330130.
G.HDPE Pipe, 20 Inches and Smaller:402097.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with the General Provisions and Section 013300.
B.Submit manufacturer's catalog data on precast concrete manholes, frames,pipe
connections, joint sealing compound, external sealing bands for joints,and covers. Show
dimensions and materials of construction by ASTM reference and grade. Show lettering
on manhole covers.
PART 2 -MATERIALS
2.01 PRECAST CIRCULAR CONCRETE MANHOLES
A.Precast circular concrete manholes shall comply with ASTM C478, except that the wall
thickness shall be 6 inches minimum. Minimum manhole diameter shall be 48 inches.
Design manholes for the depths shown in the drawings, assuming a soil density of 130
pounds per cubic foot.
B.Minimum allowable steel shall be hoops of No. 4 wire cast into each unit.
C.Precast top sections shall be concentric cone, except where shown otherwise in the
drawings.
Page 240 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECAST CIRCULAR CONCRETE MANHOLES 034210-2
60225711 -7 Sep 2021
D.Design joints using a butyl rubber sealant per ASTM C990.
2.02 CEMENT
Cement for precast manhole risers and precast bases shall conform to ASTM C150,
Type II/V.
2.03 PRECAST MANHOLE BASE
Manhole base shall be precast reinforced Class A concrete with extended base and
conform to the requirements for manhole risers
2.04 MANHOLE FRAMES AND COVERS
A.Manhole frames and covers shall be made of cast iron conforming to ASTM A48, Class
30. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage.
Frames and covers shall be designed for H20-44 traffic loads. The cover shall have a
sealed blind pickhole and seat firmly into the frame without rocking.
B.Grind or otherwise finish each cover so that it will fit in its frame without rocking.
Frames and covers shall be matchmarked in sets before shipping to the site.
C.Sewer manhole covers shall have the word "SANITARY SEWER" and the letters as
indicated in the drawings cast thereon. Do not apply any other lettering.
D.Before leaving the foundry, clean castings and subject them to a hammer inspection.
2.05 SEALING COMPOUND AND MORTAR
Butyl rubber sealing compound shall comply with ASTM C990. Mortar shall comply
with ASTM C387, Type S, or use grout complying with Section 030500.
2.06 PIPE CONNECTIONS FOR SEWER MANHOLES
Provide resilient watertight connectors between the manhole and piping in accordance
with ASTM C923. Connections shall consist of a chemically resistant neoprene EPDM
flexible boot, locking ring, and pipe clamp(s). The locking ring shall be stainless steel
and shall lock the boot into the preformed opening in the manhole. The pipe clamp shall
be stainless steel. Pipe connections shall be Kor-N-Seal (Dukor Corporation), Z-Lok-XP
(A-Lok Products, Inc.), or equal.
2.07 CRUSHED ROCK FOR MANHOLE BASE
Crushed rock shall comply with Section 312323
Page 241 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECAST CIRCULAR CONCRETE MANHOLES 034210-3
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 MANHOLE BASE
A.Place crushed rock or gravel base beneath structures where shown in the drawings,18
inches thick unless otherwise indicated. Excavate below the required grade for the
bottom of the structure and refill with crushed rock or gravel as specified above. The
rock base shall extend a minimum of 12 inches beyond the structure base.
B.Prior to placement of the crushed gravel, the excavation should be dewatered and the
bottom compacted to the degree practicable to facilitate the placement of geotextiles and
subsequent crushed gravel. The crushed gravel should be completely encapsulated in a
two-layer (woven and non-woven) geotextile system. The system should consist of a
layer of woven geotextile stabilization fabric conforming to the Caltrans Section 88-
1.020-Class B1 and a layer of heavy-duty filter fabric conforming to Caltrans Section
88-1.02I-Class 8.
C.Set each precast concrete manhole base plumb on a 6 inch bed of compacted aggregate
base.
3.02 INSTALLING MANHOLES
A.Set each precast concrete manhole unit plumb on a bed of sealant or mortar to make a
watertight joint at least 1/2 inch thick with the concrete base or with the preceding unit.
Point the inside joint and wipe off the excess sealant or mortar. Secure the manhole
frame to the grade ring with grout and cement mortar fillet. Backfill, compact, and
replace pavement.
B.Assemble units so that the cover conforms to the elevation determined by the manhole
location as follows:
1.In Paved Areas: Top of cover shall be flush with the paving surface.
2.In Shoulder Areas: Top of cover shall be flush with existing surface where it is in
traveled way of shoulder and 0.1 foot above existing surface where outside limits
of traveled way but not in the existing roadside ditch.
3.In Roadside Ditch or Unpaved Open Areas: Top of cover shall be 18 inches above
the ground surface.
3.03 SEALING AND GROUTING OF MANHOLE SECTIONS
Clean ends of precast sections of foreign materials. Place two wraps of butyl rubber
sealing compound around the groove of the lower section. Set next section in place. Fill
remaining interior and exterior joint cavity completely with mortar of the proper
consistency. If the manhole is tested using the vacuum method (see Section 330130), do
not place the grout in the joint cavity containing the butyl rubber sealing compound until
after testing is completed. Trowel interior and exterior surfaces smooth on tongue-and-
Page 242 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRECAST CIRCULAR CONCRETE MANHOLES 034210-4
60225711 -7 Sep 2021
groove joints. Wipe off any excess grout from the interior and exterior of the joints.
Prevent mortar from drying out by applying curing compound or comparable method.
Chip out and replace cracked or defective mortar. Completed manhole shall be rigid and
watertight.Grout should be properly cured prior to applying interior and exterior
coatings.
3.04 LEAKAGE TESTING OF SEWER MANHOLES
Test manholes per Section 330130.
3.05 COATING INTERIOR OF MANHOLES
Coat interior of manholes per Section 099720.
3.06 COATING EXTERIOR OF MANHOLES
Coat exterior of wet wells with 78% solids amine-cured coal-tar epoxy, Amercoat 78HB,
or equal.Reappoint coating over all joints and penetration seals after rings are set and
piping is installed to ensure a completely coated exterior surface.
3.07 BACKFILL AROUND MANHOLES
Backfill and compact around the manholes using imported sand, crushed rock, or sand
cement slurry per Section 312316 and the pipe specification.
END OF SECTION
Page 243 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-1
60225711 -7 Sep 2021
SECTION 042223 CONCRETE UNIT MASONRY
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of hollow block concrete unit masonry.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Miscellaneous Structural Steel and Aluminum:051210.
C.Exterior Wall Stucco: 092000.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data of each type including special shapes required to
show range of colors, texture, finishes, and dimensions. If colored, state source of color
for coordination with mortar mix.
C.Submit manufacturer's certificate and test results to show that masonry units comply
with the cited ASTM specification.
D.Provide statement from concrete products supplier results of ASTM tests and gradations
when requested by Owner's Representative.
E.Furnish grout mix design including admixture with laboratory 7-and 28-day
compressive tests prior to placing plant-mixed grout on the project.
F.Submit which method of grouting is to be used for masonry work: low-lift or high-lift.
G.Submit report from a testing laboratory verifying that aggregate material is asbestos-free
and conforms to the specified gradations or characteristics.
H.Submit reinforcing bending lists and placing drawings for all reinforcing. Placing
drawings shall indicate all openings (mechanical, electrical, equipment, and
architectural) including additional reinforcing at openings and corner bar arrangements
at intersecting walls indicated in the typical detail and structural drawings. Placing
drawings shall be coordinated with the sequence of masonry construction. Each bending
list and placing drawing submitted shall be complete for each major element of a
structure. Furnishing such lists shall not be construed that the lists will be reviewed for
accuracy. The Contractor shall be wholly and completely responsible for the accuracy of
the lists and for furnishing and placing reinforcing steel in accordance with the details
Page 244 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-2
60225711 -7 Sep 2021
shown in the drawings and as specified. Placing drawings shall include elevation views
showing the location of each bar. Placing drawings shall be prepared by the Contractor
and shall not incorporate photocopies of the contract drawings.
I.Submit test results of mortar and grout tests conducted by an independent testing agency.
1.04 QUALITY CONTROL
Construct in accordance with the CBC,Section 2104 except as specified herein.
PART 2 -MATERIALS
2.01 CONCRETE MASONRY UNITS
A.Provide ASTM C90, hollow load-bearing concrete masonry units, normal weight,
average compressive strength over net area: 1,900 psi. Nominal face dimensions: 8
inches by 8 inches by 16 inches, unless 4-inch-high units are noted. Color shall be
cement gray, unless a specific color is noted otherwise.
B.Units shall be precision face by ORCO Block Co., Stanton, California; Angelus Block
Co., Orange, CA;or equal.
C.Units shall be modular and shall include all special shapes and sizes to complete the
work as shown. Units shall be sound and free from cracks, chipped edges, or other
defects that would interfere with their proper setting or impair the strength or durability
of the construction. Where used as the finished surface of exposed masonry walls, units
shall be free from surface defects that would be noticeable and objectionable at a
distance of 10 feet from the finished wall. Provide special units for bond beams, sills,
columns, and half blocks to hold cutting to a minimum.
2.02 MORTAR AND GROUT
A.Mortar: Provide mortar mix that conforms to the requirements of ASTM C270.
B.Grout: Provide grout that conforms to the requirements of ASTM C476 for fine or
coarse grout.
C.Cement: Portland Type I or II, ASTM C150. For mortar, use same cement coloring agent
as in colored block manufacture.
D.Sand: Fine granular aggregate; a natural sand passing the No. 4 sieve with 10% to 35%
passing the No. 50 and 2% to 15% passing the No. 100; or a manufactured sand, ASTM
C144.
E.Coarse Aggregate for Grout: 95% passing the 3/8-inch sieve and no more than 5%
passing the No. 8 sieve, ASTM C404. Aggregate shall be asbestos-free.
Page 245 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-3
60225711 -7 Sep 2021
F.Lime: Hydrated lime, ASTM C207, Type S; lime putty, ASTM C1489; slaked
quicklime, ASTM C5.
G.Admixture for Grout: Reduce early water loss and produce an expansive action
sufficient to offset initial shrinkage. Products: Sika Grout Aid.
2.03 REINFORCEMENT
Deformed bars, ASTM A615 or A706, Grade 60. Use annealed tie wires, 16 gauge.
2.04 MORTAR AND GROUT MIX PROPORTIONS AND STRENGTHS
Use the following proportions for field mixes and obtain the following strengths of
cement mortar with plant mixes:
Page 246 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-4
60225711 -7 Sep 2021
MORTAR AND GROUT MIX PROPORTIONS AND STRENGTHS
Type
Mix
Minimum
28-Day
Compressive
Strength
(lbs/sq. in.)Cement
Coarse
Aggregate
Lime Putty or
Hydrated Lime
Sand (Measure in
a Damp, Loose
Condition)
Mortar,
Type M
1,900 1 0 1/4 maximum Not less than two
and one-quarter and
not more than three
times the sum of the
volumes of the
cement and lime
used.
Fine
grout
2,000 1 0 0 minimum to
1/10 maximum
Not less than two
and one-quarter and
not more than three
times the sum of the
volumes of the
cement and lime
used.
Coarse
grout
2,000 1 Not less
than one
and not
more than
two times
the sum of
the volumes
of cement
and lime
used.
0 minimum to
1/10 maximum
Not less than two
and one-quarter and
not more than three
times the sum of the
volumes of cement
and lime used.
Grout admixture In accordance with admixture manufacturer's recommendations.
2.05 CONTROL JOINT
Control joint shall be PVC conforming to ASTM D2287 Type PVC 654-4 or rubber
conforming to ASTM D2000 2AA-805. Shore durometer hardness shall be 80 to 85.
Control joint shall be as manufactured by Ty-Wall Accessories (supplier is Dayton
Superior), Duro-O-Wal Inc., or equal.
2.06 EPOXY
Epoxy used for grouting misplaced dowels shall be Sikadur 32 by Sika Corporation, HIT
RE 500 by Hilti, or equal.
Page 247 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-5
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 PRODUCT DELIVERY, STORAGE, AND HANDLING
A.Store masonry units above ground on level platforms that allow air circulation under
stacked units. Cover and protect against wetting prior to use.
B.Deliver units on pallets or flatbed barrows. Do not permit free discharge from conveyor
or mortar trays.
3.02 MIXING AND HANDLING MORTAR
Mechanically mix mortar for at least five minutes with the amount of water required to
produce the desired workability. Retemper on mortar boards by adding water within a
basin formed in the mortar and rework the mortar into the water. Do not dash or pour
water over the mortar. Do not retemper harsh, nonplastic mortar. Remove from the work
mortar that is unused after one hour of the initial mixing.
3.03 MIXING AND HANDLING GROUT
For block spaces 2 inches or less or if the clear distance between the reinforcing and
masonry surface is less than 1/2 inch, use fine grout. For block spaces greater than 2
inches, use coarse grout. Add grout admixture in accordance with the manufacturer's
recommendations. Mechanically mix grout for at least five minutes. Completely empty
the mixer drum before placing in the succeeding batch of materials. Discard grout that is
unused after one hour from initial mixing.
3.04 QUALITY CONTROL OF MORTAR AND GROUT
Conform to CBC Section 2105.
A.Mortar Testing: Obtain test mortar from batch in accordance with ASTM C780. Prepare
three sets of three specimens for testing at 7 days and 28 days and hold one set for future
testing.
B.Grout Testing: Perform grout testing in accordance with ASTM C1019. Obtain one
sample for each day’s work. Prepare three sets of three specimens from each sample for
testing at 7 days and 28 days and hold one set for future testing.
C.Mortar or grout that does not meet or exceed the specified strength shall be considered
defective.Removal and reconstruction or strengthening of defective masonry shall be
done at Contractor’s expense, and no additional payment will be made therefor.
3.05 PLACEMENT OF REINFORCEMENT
A.Use foundation dowels of the same size and spacing as vertical wall reinforcing. When a
foundation dowel does not line up with the vertical core to be reinforced, epoxy-grout
the misplaced dowel into a core in direct vertical alignment in a cell adjacent to the
Page 248 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-6
60225711 -7 Sep 2021
vertical wall reinforcing. Diameter and depth of hole shall be in accordance with the
manufacturer’s recommendations.
B.Where walls are to be low-lift grouted, install vertical reinforcement such that bars are
continuous or provide minimum laps of 48 bar diameters. Assure that the cells to be
grouted are free from debris and that the vertical reinforcing bars contact the concrete
footing or slab.
C.Where high-lift, full-height grouting is employed, clean out opened core and inspect for
clearance of reinforcing and mortar debris. Place full-length vertical reinforcing. No
splices are permitted in vertical reinforcing, unless indicated in the drawings.
D.Place horizontal reinforcing in special bond beam or other channel units. Lap splices by
50 diameters and securely tie.
3.06 LAYING MASONRY UNITS
A.Do not lay block on concrete footings until concrete has reached a compressive strength
of 1,500 psi when tested in accordance with Section 030500.
B.Lay dry block units starting on a full mortar bed over a clean foundation.If the air
temperature is below 40°F, heaters are required for curing. If the air temperature is
above 95°F, provide shade over the mortar construction.
C.Laying: Lay masonry true to dimensions, plumb, square, and in running bond. All
courses shall be level with joints of uniform width.
D.Adjust masonry unit to final position while mortar is soft and plastic. If units are
displaced after mortar has stiffened, remove, clean joints and units of mortar, and re-lay
with fresh mortar. When joining fresh masonry to set or partially set masonry
construction, clean exposed surfaces of set masonry and remove loose mortar prior to
laying new masonry.
E.Lay with full mortar coverage on horizontal and vertical faces. Cover webs in all courses
of piers, columns and pilasters,and where adjacent cells or cavities are not to be filled
with grout.
F.Maximum height of masonry laid prior to low-lift grouting shall be 4 feet. Where high-
lift grouting is used, masonry may be laid full height of walls.
G.If height of masonry prior to any grouting exceeds 4 feet, provide cleanouts at the
bottom of each cell for removing mortar droppings.
H.Set anchor bolts to line and grade with proper projection prior to grouting.
I.Securely hold vertical reinforcement in high-lift grouting at top and bottom and at 192
bar diameters.
Page 249 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-7
60225711 -7 Sep 2021
J.Accessories: As masonry work progresses, install angles, metal items, flashings,
anchors, wall plugs, and other accessories. Spaces around built-in work shall be
complete and solidly filled in with masonry.
3.07 WALL TIES
Install ties when brick facing is specified. Space ties at 24 inches on center maximum
horizontally and 16 inches on center maximum vertically with staggered lines.
3.08 PROTECTION OF WORK
Protect sills, ledges, and offsets from mortar drippings and other damage during
construction. Protect face materials against staining by removing misplaced mortar or
grout immediately and by brushing the masonry surface at the end of each day's work.
3.09 JOINTS
A.Finish of Horizontal and Vertical Face Joints: Construct uniform 3/8-inch joints.Make
vertical joints tight. Strike joints flush for surfaces to be plastered, stuccoed, or covered
with other surface-applied finish except paint.
B.Tool joints in surfaces to be painted or to remain exposed with a round jointer as soon as
they are thumbprint hard. Joints to receive caulking shall be raked out 3/4 inch and left
ready for caulking. Strike flush unexposed joints.
C.Running or Stack Bond: Use running bond with vertical joints located at center of
masonry units in alternate course below except where stack bond is noted. Bond
intersecting masonry walls.
D.Fill horizontal joints with mortar between top of masonry partitions and underside of
concrete slabs or beams.
E.Fill collar joints by shoving from the back side or grouting to assure complete filling
with mortar.
F.Install control joints where indicated in the drawings. Unless other spacing is indicated,
provide 3/8-inch-wide control joints in concrete masonry walls, spaced a maximum of
30 feet. Form control joints with square end masonry units having sash groove and filled
with synthetic rubber filler. Omit mortar from joint. Joint sealant for control joints is
specified in Section 030500.
3.10 POINTING AND CLEANING, WALL COMPLETION
A.At final completion of unit masonry work, fill any remaining holes in joints and tool. Do
not fill weep holes. Cut out and repoint defective joints. Dry brush masonry surface after
mortar has set, at end of each day's work, and after final pointing. Leave work and
surrounding surfaces clean and free of mortar spots and droppings.
Page 250 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE UNIT MASONRY 042223-8
60225711 -7 Sep 2021
B.Do not saturate a masonry wall with water for curing, but where the atmosphere is dry,
dampen the surfaces with a very light fog spray during a curing period for the mortar of
three days.
C.Brace the wall against wind and seismic forces during construction.
3.11 GROUT PLACEMENT
A.Before grouting, allow masonry joints to cure at least 18 hours for low-lift grouting and
72 hours for high-lift grouting.
B.After inspection and cleaning out of walls for grouting, place forms over any cleanout
and inspection holes and fill cells requiring grout to not over 4 feet in height for low-lift
grout placement. Limit high-lift grout pours to lifts of 4 feet maximum. Minimum time
period between grout lifts shall be one hour.
C.Fill all cells. Fill cells solid with grout from footings to top of wall. Consolidate by
puddling or vibrating.
D.Fill spaces around doorframes and other built-in items.
E.Immediately wash spilled grout from surfaces of masonry units.
END OF SECTION
Page 251 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
BOLTS, WASHERS, ANCHORS, AND EYEBOLTS 050520-1
60225711 -7 Sep 2021
SECTION 050520 BOLTS, WASHERS, ANCHORS, AND EYEBOLTS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials and installation of anchor bolts, connecting bolts,
washers, drilled anchors, epoxy anchors, screw anchors, eyebolts, and stainless steel
fasteners.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Miscellaneous Structural Steel and Aluminum:051210.
C.Ladders, Stairs, and Stair Nosings:055100.
D.General Piping Requirements:400500.
1.03 DESIGN CRITERIA
Structural Connections: AISC Specification for Structural Steel Buildings, latest edition,
except connection details are shown in the contract drawings.
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data and ICC reports for bolts, washers, and concrete
anchors. Show dimensions and reference materials of construction by ASTM designation
and grade.
PART 2 -MATERIALS
2.01 ANCHOR BOLTS
Steel anchor bolts shall conform to ASTM A307, Grade A, B, or C.
2.02 CONNECTION BOLTS
A.Steel connection bolts shall conform to ASTM A307. Connection type shall be N per the
AISC handbook.
B.Provide self-locking nuts or lockwashers and plain nuts where shown in drawings.
Page 252 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
BOLTS, WASHERS, ANCHORS, AND EYEBOLTS 050520-2
60225711 -7 Sep 2021
C.Provide galvanized bolts where shown in drawings. Galvanizing of bolts, nuts, and
washers shall be in accordance with ASTM F2329.
2.03 STAINLESS STEEL BOLTS
Stainless steel bolts shall be ASTM F593, Type 316. Nuts shall be ASTM F594, Type
316. Provide washer for each nut and bolthead. Washers shall be of the same material as
the nuts.
2.04 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS
Lubricant shall be chloride free and shall be RAMCO TG-50, Anti-Seize by RAMCO,
Specialty Lubricants Corporation HuskyLube O'Seal, or equal.
2.05 PLAIN UNHARDENED STEEL AND STAINLESS STEEL WASHERS
Washers shall comply with ASTM F844. Stainless steel washers shall be Type 316.
Provide clipped washers where space limitations necessitate.
2.06 DRILLED ANCHORS
A.Where indicated in the drawings, drilled anchors shall be Type 316 stainless steel heavy-
duty wedge anchors suitable for dynamic loading. Anchors shall be HSL-3 heavy-duty
wedge anchor by Hilti, Power-Bolt by Rawlplug Company, or equal. For metric anchors,
use the size that is closest to, but no smaller than, the required English size.
2.07 EPOXY ANCHORS
A.Epoxy anchors in concrete shall be Type 316 stainless steel threaded rod adhesive
anchors. Adhesive shall be Rawl Power-Fast, Hilti HIT RE 500-SD, Simpson SET-XP,
or equal. Epoxy anchor assemblies shall be ICC approved.
B.Epoxy anchors in grouted concrete masonry walls shall be ASTM F593 Type 316
stainless steel threaded rods. Epoxy adhesive shall be Hilti HIT HY 150 MAX, Simpson
Epoxy-Tie, or equal.
2.08 EMBEDDED EYEBOLTS
Eyebolts shall be of the welded-eye or forged Type 316 stainless steel.
PART 3 -EXECUTION
3.01 STORAGE OF MATERIALS
Store material, either plain or fabricated, above ground on platforms, skids, or other
supports. Keep material free from dirt, grease, and other foreign matter and protect from
corrosion.
Page 253 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
BOLTS, WASHERS, ANCHORS, AND EYEBOLTS 050520-3
60225711 -7 Sep 2021
3.02 GALVANIZING
Zinc coating for bolts, anchor bolts, and threaded parts shall be in accordance with
ASTM F2329.
3.03 INSTALLING CONNECTION BOLTS
A.Use steel bolts to connect structural steel members. Use stainless steel bolts to connect
structural aluminum members.
B.Install washers per AISC Specification for ASD.
C.Bolt holes in structural members shall be 1/16 inch in diameter larger than bolt size.
Measure cast-in-place bolt locations in the field before drilling companion holes in
structural steel beam or assembly.
D.Slotted holes, if required in the drawings, shall conform to AISC Specifications, Chapter
J, Section J3, Table J3.1.
E.Drive bolts accurately into the holes without damaging the thread. Protect boltheads
from damage during driving. Boltheads and nuts or washers shall rest squarely against
the metal. Where bolts are to be used on beveled surfaces having slopes greater than 1 in
20 with a plane normal to the bolt axis, provide beveled washers to give full bearing to
the head or nut. Where self-locking nuts are not furnished, bolt threads shall be upset to
prevent the nuts from backing off.
F.Bolts shall be of the length that will extend entirely through but not more than 1/4 inch
beyond the nuts. Draw boltheads and nuts tight against the work. Tap boltheads with a
hammer while the nut is being tightened.
3.04 INSTALLING ANCHOR BOLTS
A.Preset bolts and anchors by the use of templates. For mechanical equipment (pumps,
compressors, and blowers), do not use concrete anchors set in holes drilled in the
concrete after the concrete is placed.
B.For static items (storage tanks and heat exchangers), use preset anchor bolts or drilled
anchors with ICC report data.
C.After anchor bolts have been embedded, protect projecting threads by applying grease
and having the nuts installed until the time of installation of the equipment or metalwork.
D.Minimum depth of embedment of drilled mechanical anchors shall be as recommended
by the manufacturer, but no less than that shown in the drawings.
E.Minimum depth of embedment of epoxy anchors shall be as recommended by the
manufacturer, but no less than that shown in the drawings.
Page 254 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
BOLTS, WASHERS, ANCHORS, AND EYEBOLTS 050520-4
60225711 -7 Sep 2021
F.Prepare holes for drilled and epoxy anchors in accordance with the anchor
manufacturer’s recommendations prior to installation.
3.05 INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS
Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant.
END OF SECTION
Page 255 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM 051210-1
60225711 -7 Sep 2021
SECTION 051210 MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, fabrication, and installation of structural steel, structural
aluminum, stainless steel plate and members, steel tubing, aluminum tubing, and
aluminum sheet.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Bolts, Washers, Anchors, and Eyebolts:050520.
C.Ladders, Stairs, and Stair Nosings:055100.
D.Handrails and Safety Chains:055200.
E.Grating, Cover Plates, and Access Hatches:055300.
F.Painting and Coating:099000.
1.03 DESIGN CRITERIA
Structural Connections and Framing: AISC Specification for Structural Steel Buildings,
latest edition, except connection details are shown in the contract drawings.
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit placing or erection drawings that indicate locations of fabricated items.
Reproductions of contract documents will not be accepted for this purpose.
PART 2 -MATERIALS
2.01 STRUCTURAL STEEL
Material for all-purpose bolted or welded construction shall conform to the following:
A.ASTM A992: W shapes (rolled wide flange shapes).
B.ASTM A36 or A572, Grade 50: S, M, HP, and channels.
C.ASTM A36: Angles and plates.
Page 256 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM 051210-2
60225711 -7 Sep 2021
2.02 BOLTS AND WASHERS
See Section 050520.
2.03 HOLLOW STRUCTURAL STEEL (HSS) AND STAINLESS STEEL TUBING
A.Steel: Conform to ASTM A500, Grade B or A501.
B.Stainless Steel: Conform to ASTM A554, Grade MT-316.
2.04 STAINLESS STEEL PLATE AND MEMBERS
Except where otherwise specified, stainless steel plate shall be Type 316, ASTM A240.
Stainless steel pipe shall conform to ASTM A312, Grade TP316. Wrought stainless steel
fittings shall conform to ASTM A403, Class WP316.
2.05 ALUMINUM TUBING
Aluminum seamless pipe and tubing shall conform to ASTM B241, Alloy 6061-T6.
Wall thickness shall be Schedule 80, per ANSI H35.2, unless otherwise shown in the
drawings.
2.06 STRUCTURAL ALUMINUM
Aluminum structural members shall conform to ASTM B308, Alloy 6061-T6.
Aluminum bars and rods shall conform to ASTM B221, Alloy 6061-T6.
2.07 WELDING ELECTRODES
A.Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the
E-70 series.
B.Welding electrodes for aluminum shall be ER4043 filler metal.
C.Welding electrodes for stainless steel shall conform to AWS A5.4. Use electrodes as
follows:
Stainless Steel Material
Welding Electrode
Material
Type 304 E 308
Type 304L E 347
Type 316 E 316
Type 316L E 318
Page 257 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM 051210-3
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 STORAGE OF MATERIALS
Store structural material, either plain or fabricated, above ground on platforms, skids, or
other supports. Keep material free from dirt, grease, and other foreign matter and protect
from corrosion.
3.02 FABRICATION AND ERECTION
A.Fabricate miscellaneous metal items to straight lines and true curves. Drilling and
punching shall not leave burrs or deformations. Continuously weld permanent
connections along the entire area of contact. Exposed work shall have a smooth finish
with welds ground smooth. Joints shall have a close fit with corner joints coped or
mitered and shall be in true alignment. Unless specifically indicated in the drawings,
there shall be no bends, twists, or open joints in any finished member nor any projecting
edges or corners at intersections. Conceal fastenings wherever possible. Built-up parts
shall be free of warp. Exposed ends and edges of metal shall be slightly rounded.
B.Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and
other foreign substances before placing concrete.
C.Set embedded metalwork accurately in position when concrete is placed and support
rigidly to prevent displacement or undue vibration during or after the placement of
concrete. Unless otherwise specified, where metalwork is to be installed in recesses in
formed concrete, said recesses shall be made, metalwork installed, and recesses filled
with dry-pack mortar in conformance with Section 030500.
3.03 GALVANIZING FOR STEEL PLATES, PIPE, AND TUBING
Zinc coating shall be in accordance with ASTM A123.
3.04 WELDING
A.Perform welding on steel by the SMAW process. Welding shall conform to the AWS
D1.1-2008, except as modified in AISC Section J2.
B.Perform welding on aluminum by the gas metal arc (MIG) or gas tungsten arc (TIG)
process. Welding shall conform to the AWS D1.2-2003.
C.Perform welding on stainless steel by the TIG process.All welds shall be full penetration
and smooth unless otherwise indicated in the drawings. Provide inert gas on the inside of
pipe during welding to reduce oxidation.
D.Provide a minimum of two passes for metal in excess of 5/16-inch thickness.
E.Produce weld uniform in width and size throughout its length with each layer of
weldment smooth; free of slag, cracks, pinholes, and undercuttings; and completely
Page 258 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS STRUCTURAL STEEL AND ALUMINUM 051210-4
60225711 -7 Sep 2021
fused to the adjacent weld beads and base metal. Avoid irregular surface, nonuniform
bead pattern, and high crown. Form fillet welds of the indicated size of uniform height
and fully penetrating. Accomplish repair, chipping, and grinding of welds in manner that
will not gouge, groove, or reduce the base metal thickness.
3.05 BOLTING
See Section 050520.
3.06 CONTROL OF FLAME CUTTING
Do not use a gas-cutting torch in the field for correcting fabrication errors on any
member in structural framing. Use a gas-cutting torch only on minor members when the
member is not under stress.
3.07 REPAIR OF GALVANIZED SURFACES
Repair or replace metal with damaged galvanized surfaces at no additional cost to the
Owner. Repair galvanized surfaces per Section 099000, System No. 55.
3.08 CORROSION PROTECTION OF ALUMINUM SURFACES
A.Coat aluminum surfaces to be embedded or which will be in contact with concrete or
masonry, per Section 099000, System No. 54 before installation. Allow the coating to
dry before the aluminum is placed in contact with the concrete.
B.Where aluminum surfaces come in contact with dissimilar metals, except stainless steel,
keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or
washers.
3.09 PAINTING AND COATING OF STRUCTURAL STEEL
Coat nongalvanized structural steel surfaces per Section 099000, System No.13. Apply
prime coat in the shop prior to shipping to the site. Apply intermediate and finish coats
after erection, except surfaces that will be inaccessible for coating after erection or
assembly shall be finish coated prior to erection or assembly. Color of finish coat shall
be selected by Owner. Faying surfaces of connections that are not specified to be slip
critical may be primed and need not be further painted.
END OF SECTION
Page 259 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
LADDERS, STAIRS, AND STAIR NOSINGS 055100-1
60225711 -7 Sep 2021
SECTION 055100 LADDERS, STAIRS, AND STAIR NOSINGS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, fabrication, and installation of ladders, prefabricated
alternating tread stairs, stair nosings, and stair treads.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Bolts, Washers, Anchors, and Eyebolts:050520.
C.Painting and Coating:099000.
1.03 DESIGN CRITERIA
Handrails, Walkways, Ladders, and Personnel Platforms: OSHA,and CBC.
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit drawings of stairs, ladders, and stair nosings. Show dimensions and reference
materials of construction by ASTM designation and grade.
PART 2 -MATERIALS
2.01 VERTICAL LADDERS
Fabricate ladders as shown in the drawings. Ladders shall be Type 316 stainless steel as
indicated in the drawings. Minimum diameter of rungs shall be 3/4 inch. The distance
between rungs, cleats, and steps shall not exceed 12 inches and shall be uniform
throughout the length of the ladder. The minimum clear length of rungs or cleats shall be
16 inches. Coat rungs with coarse grain nonskid epoxy coating No. 6901T44 as supplied
by McMaster-Carr Supply Company, Los Angeles, California, or equal. Color of coating
shall be gray. Apply nonskid coating per manufacturer's recommendations.
2.02 SAFETY CLIMB FOR VERTICAL LADDERS
A.Equip the interior ladders that are higher than 12 feet with a ladder-centered notched
safety climbing tube of ASTM A276, Type 304 stainless steel.
B.Provide a removable extension kit for each ladder that is equipped with a Saf-T-Climb.
Page 260 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
LADDERS, STAIRS, AND STAIR NOSINGS 055100-2
60225711 -7 Sep 2021
C.Provide a Ladder Up Safety Post by Bilco or equal for ladders at access hatches.
D.Provide post, storage brackets, and box mounted on the handrail for the removable
extension kit, which extends above the roof hatch. Provide three sets of safety belts and
sleeves.Provide ladder-up safety posts for ladders without safety climbs.Posts shall be
of the same material as the ladder.
2.03 STAIR TREADS
Stair treads shall be of aluminum design with 1-1/4-inch by 3/16-inch bars spaced 1-3/16
inches on center. Treads shall have cast abrasive nosings. Treads shall be as
manufactured by Grating Pacific, IKG Industries, or equal.
2.04 WELDING ELECTRODES
A.Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the
E-70 series.
B.Welding electrodes for aluminum shall be ER4043 filler metal.
C.Welding electrodes for stainless steel shall conform to AWS 5.4. Use Electrodes E308
for Type 304 stainless steel and E316 for Type 316 stainless steel.
PART 3 -EXECUTION
3.01 STORAGE OF MATERIALS
Store structural material, either plain or fabricated, above ground on platforms, skids, or
other supports. Keep material free from dirt, grease, and other foreign matter and protect
from corrosion.
3.02 INSTALLING LADDERS
Mount ladders to provide clearance in back of ladder so that the distance from the
centerline of rungs, cleats, or steps to the nearest permanent object in back of the ladder
shall be not less than 7 inches.
3.03 INSTALLING ANCHOR BOLTS
See Section 050520.
3.04 REPAIR OF GALVANIZED SURFACES
Repair or replace metal with damaged galvanized surfaces at no additional cost to the
Owner. Repair galvanized surfaces per Section 099000, System No. 55.
Page 261 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
LADDERS, STAIRS, AND STAIR NOSINGS 055100-3
60225711 -7 Sep 2021
3.05 CORROSION PROTECTION FOR ALUMINUM SURFACES
A.Coat aluminum surfaces to be embedded or which will be in contact with concrete or
masonry per Section 099000, System No. 54 before installation. Allow the coating to dry
before the aluminum is placed in contact with the concrete.
B.Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar
metallic surfaces from direct contact by use of neoprene gaskets or washers.
END OF SECTION
Page 262 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
LADDERS, STAIRS, AND STAIR NOSINGS 055100-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 263 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HANDRAILS AND SAFETY CHAINS 055200-1
60225711 -7 Sep 2021
SECTION 055200 HANDRAILS AND SAFETY CHAINS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, fabrication, and installation of aluminum handrail and
safety chains.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Painting and Coating:099000.
1.03 DESIGN CRITERIA
Handrails, Walkways, Ladders, Personnel Platforms: OSHA and CBC.
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit drawings of handrail and safety chains. Show dimensions and reference
materials of construction by ASTM designation and grade. Show design criteria.
C.Submit placing or erection drawings that indicate locations of handrail and safety chains.
Reproductions of contract documents will not be accepted for this purpose.
PART 2 -MATERIALS
2.01 ALUMINUM HANDRAILS
Construct aluminum handrails of clear anodized aluminum pipe conforming to ASTM
B429, Alloy 6063-T6. Handrail shall be CV Pipe Rail by Craneveyor, Wesrail as
manufactured by Moultrie Manufacturing Co., or equal.
2.02 STAINLESS STEEL HANDRAIL SAFETY CHAINS
Handrail safety chains shall be Type 316 stainless steel. Chains shall be proof coil style,
3/16 inch in diameter, with at least 12 links per foot and with snaphooks at each end.
Snaphooks shall be Type 316 stainless steel.
2.03 WELDING ELECTRODES
Welding electrode for aluminum shall be ER4043 filler metal.
Page 264 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HANDRAILS AND SAFETY CHAINS 055200-2
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 STORAGE OF MATERIALS
Store material above ground on platforms, skids, or other supports. Keep material free
from dirt, grease, and other foreign matter and protect from corrosion.
3.02 FABRICATION AND ERECTION
A.Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and
other foreign substances before placing concrete.
B.Set embedded metalwork accurately in position when concrete is placed and support it
rigidly to prevent displacement or undue vibration during or after the placement of
concrete. Unless otherwise specified, where metalwork is to be installed in recesses in
formed concrete, said recesses shall be made, metalwork installed, and recesses filled
with dry-pack mortar in conformance with Section 030500.
3.03 WELDING
A.Perform welding on steel by the SMAW process. Welding shall conform to the AWS
D1.1, except as modified in AISC Section J2.
B.Perform welding on aluminum by the gas metal arc (MIG) or gas tungsten arc (TIG)
process. Welding shall conform to the AWS D1.2-2003.
C.Perform welding on stainless steel by the gas tungsten arc (TIG) process. Welds shall be
full penetration and smooth. Provide inert gas on the inside of pipe during welding to
reduce oxidation.
D.Provide a minimum of two passes for metal in excess of 5/16-inch thickness.
E.Produce weld uniform in width and size throughout its length with each layer of
weldment smooth; free of slag, cracks, pinholes, and undercuttings; and completely
fused to the adjacent weld beads and base metal. Avoid irregular surface, nonuniform
bead pattern, and high crown. Form fillet welds of the indicated size of uniform height
and fully penetrating. Accomplish repair, chipping, and grinding of welds in manner that
will not gouge, groove,or reduce the base metal thickness.
3.04 INSTALLING HANDRAILS
Provide handrail components to complete the installation for the various types of
handrail.
Page 265 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HANDRAILS AND SAFETY CHAINS 055200-3
60225711 -7 Sep 2021
3.05 INSTALLING SAFETY CHAINS
Provide two chains 4 inches longer than the access opening for each opening. Mount the
top chain 3 feet 6 inches above the floor, and mount the lower chain 2 feet above the
floor.
3.06 REPAIR OF GALVANIZED SURFACES
Repair damaged galvanized surfaces by coating per Section 099000, System No. 55.
3.07 CORROSION PROTECTION FOR ALUMINUM SURFACES
A.Coat aluminum surfaces to be embedded or which will be in contact with concrete or
masonry per Section 099000, System No. 54 before installation. Allow the coating to dry
before the aluminum is placed in contact with the concrete.
B.Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar
metallic surfaces from direct contact by use of neoprene gaskets or washers.
3.08 CORROSION PROTECTION OF STEEL HANDRAIL POSTS EMBEDDED IN
CONCRETE
Coat steel handrail posts to be embedded in concrete per Section 099000, System No. 7.
Apply coating from the bottom of the post to 1 inch above concrete embedment.
END OF SECTION
Page 266 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HANDRAILS AND SAFETY CHAINS 055200-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 267 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-1
60225711 -7 Sep 2021
SECTION 055300 GRATING, COVER PLATES, AND ACCESS HATCHES
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, fabrication, and installation of steel and aluminum
grating, cover and floor plates, and access hatches.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Painting and Coating:099000.
1.03 DESIGN CRITERIA
A.Grating, Floor Plates, and Miscellaneous Cover Plates: Design live load of 150 psf,
maximum deflection of 1/240 of span.
B.Access Hatches: 300 psf loading.
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit drawings of grating, cover plates, and access hatches. Show dimensions and
reference materials of construction by ASTM designation and grade. Show design
criteria.
C.Submit placing or erection drawings that indicate locations of fabricated items.
Reproductions of contract documents will not be accepted for this purpose.
PART 2 -MATERIALS
2.01 DESIGN OF GRATING, FLOOR PLATES, AND MISCELLANEOUS COVER
PLATES
A.Grating, floor plates, and miscellaneous cover plates shall be as detailed in the drawings
or, if not detailed, shall be designed per subsection on “Design Criteria” in Part 1. No
single piece of grating, floor plate, or miscellaneous cover plate shall weigh more than
80 pounds. Length of individual pieces shall not exceed one and one-half times the
width, unless limited by the installation.
B.Field measure grating and cover plates for proper cutouts and size.
Page 268 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-2
60225711 -7 Sep 2021
C.Grating shall be completely banded. For pipe and conduits (including electrical conduit)
larger than 1 inch in diameter penetrating grating, cut and band grating.
2.02 STAINLESS STEEL PLATE AND MEMBERS
Except where otherwise specified, stainless steel plate and members shall be Type 316L,
ASTM A240 or A666.
2.03 ALUMINUM SHEET
Aluminum sheet shall conform to ASTM B209, Alloy 3003, H 14 temper.
2.04 ALUMINUM ACCESS HATCHES
A.Access hatches shall be U.S.F. Fabrications, Inc., Type THS aluminum or Bilco Type J-
AL H-20 of the size and configuration shown in the drawings. Aluminum doors shall be
anodized. Latch and lifting mechanism assemblies, hold-open arms and guides, and
brackets, hinges, pins, and fasteners shall be Type 316 stainless steel.
B.Locking and Latching Devices:
1.Hinged hasp on exterior door surface.
2.05 PROTECTIVE GRATE FOR ACCESS HATCHES
Provide hinged grating panel to cover each access hatch opening where indicated in the
drawings. The grating panel shall fit beneath the access hatch cover. Provide Type 316
stainless steel hold-open arm with aluminum latch, Type 316 stainless steel hardware
including mounting hardware and supports and aluminum grating with OSHA Safety
Orange fusion-bonded coating. Provide spring-loaded lifting handle. Products: Halliday
Products “Retro-Grate” or equal.
2.06 GRATING
Grating shall be welded stainless steel as indicated in the drawings.Main bars shall be of
the thickness and of the depth indicated in the drawings.
2.07 CHECKERED COVER PLATES
Checkered cover plates shall be aluminum. Minimum thickness shall be ¼-inch. Provide
U-bolt lifting handles located at opposite ends on each removable section. Handles shall
be recessed to reduce tripping hazards. Steel plates, including angle edgings, support
angles, and lifting handles, shall be stainless steel. Aluminum plates shall comply with
ASTM A786, Pattern 4, with material conforming to ASTM B209, Alloy 6061-T6.
Page 269 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-3
60225711 -7 Sep 2021
2.08 FRAMES AND SUPPORTS FOR GRATING AND CHECKERED PLATES
Fabricated frames and supports for grating and checkered cover plates shall be stainless
steel. Corners of embedded angle frames shall be mitered and welded with the welds
ground smooth.
2.09 WELDING ELECTRODES
A.Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the
E-70 series.
B.Welding electrode for aluminum shall be ER4043 filler metal.
C.Welding electrodes for stainless steel shall conform to AWS A5.4. Use electrodes as
follows:
Stainless Steel
Material
Welding Electrode
Material
Type 304 E 308
Type 304L E 347
Type 316 E 316
Type 316L E 318
PART 3 -EXECUTION
3.01 STORAGE OF MATERIALS
Store structural material, either plain or fabricated, above ground on platforms, skids, or
other supports. Keep material free from dirt, grease, and other foreign matter and protect
from corrosion.
3.02 INSTALLATION AND ERECTION
A.Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and
other foreign substances before placing concrete.
B.Set grating seats and frames and checkered plate frames and supports accurately in
position when concrete is placed and support it rigidly to prevent displacement or undue
vibration during or after the placement of concrete. Unless otherwise specified, where
metalwork is to be installed in recesses in formed concrete, said recesses shall be made,
metalwork installed, and recesses filled with dry-pack mortar in conformance with
Section 030500.
Page 270 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-4
60225711 -7 Sep 2021
C.Set seat angles for grating so that the grating will be flush with the floor. Maintain the
grating and floor plates flush with the floor. Seat angles and anchors shall be stainless
steel.
3.03 FASTENING
Fasten grating panels to supporting members with two saddle clips at each end of each
panel bolted to studs that are welded to supporting members. Bolt studs shall be 1/4 inch
in diameter and of the same material as the supporting members. Saddle clips shall be
the same material as the grating.
3.04 GALVANIZING
Zinc coating for plates, bolts, anchor bolts, and threaded parts shall be in accordance
with ASTM A153 and F2329.
3.05 WELDING
A.Perform welding on steel by the SMAW process. Welding shall conform to AWS D1.1-
2006, except as modified in AISC Section J2.
B.Perform welding on aluminum by the gas metal arc (MIG) or gas tungsten arc (TIG)
process. Welding shall conform to AWS D1.2-2003.
C.Perform welding on stainless steel by the gas tungsten arc (TIG) process. Welds shall be
full penetration and smooth. Provide inert gas on the inside of pipe during welding to
reduce oxidation.
D.Provide a minimum of two passes for metal in excess of 5/16-inch thickness.
E.Produce weld uniform in width and size throughout its length with each layer of
weldment smooth; free of slag, cracks, pinholes, and undercuttings; and completely
fused to the adjacent weld beads and base metal. Avoid irregular surface, nonuniform
bead pattern, and high crown. Form fillet welds of the indicated size of uniform height
and fully penetrating. Accomplish repair,chipping, and grinding of welds in manner that
will not gouge, groove, or reduce the base metal thickness.
3.06 REPAIR OF GALVANIZED SURFACES
Repair or replace metal with damaged galvanized surfaces at no additional cost to the
Owner. Repair galvanized surfaces per Section 099000, System No. 55.
3.07 CORROSION PROTECTION OF ALUMINUM SURFACES
A.Coat aluminum surfaces to be embedded or which will be in contact with concrete or
masonry per Section 099000, System No. 54 before installation. Allow the coating to dry
before the aluminum is placed in contact with the concrete.
Page 271 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-5
60225711 -7 Sep 2021
B.Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar
metallic surfaces from direct contact by use of neoprene gaskets or washers.
END OF SECTION
Page 272 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRATING, COVER PLATES, AND ACCESS HATCHES 055300-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 273 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-1
60225711 -7 Sep 2021
SECTION 092000 EXTERIOR WALL STUCCO
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials and installation of lath and plaster (stucco) for exterior
surfaces.Stucco is to be used on the exterior of all walls.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Concrete Unit Masonry:042223.
C.Painting and Coating:099000.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's literature on screeds and accessories.
C.Submit color pallet. Color shall be selected by Owner from the full range of colors
available from the manufacturer.
1.04 FIELD SAMPLES AND QUALITY ASSURANCE
A.Before plastering, install mockups of at least 25 sq. ft. in surface area to demonstrate
aesthetic effects and set quality standards for materials and execution. Install mockups
for each type of finish indicated.
B.The finish stucco coat on the masonry wall shall match the color and texture, as well as
practical, as the masonry wall stucco finish located across Motel 6 driveway.
1.05 CODES AND STANDARDS
Lathing materials and their application and plaster materials and their application shall
be in accordance with the requirements of ASTM C926 and the CBC latest edition, Vol.
II, Chapter 25.
Page 274 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-2
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 CEMENT
Portland cement,ASTM C150, Type II or plastic (stucco) cement, ASTM C1328,
Type S. The maximum alkali content shall not exceed 0.6% by weight.
2.02 BONDING AGENT
For bonding of cement plaster to concrete, use Larsen Products Corporation's
"WeldCrete" or equal.
2.03 PLASTER FINISH COAT
California Stucco Products Co., "Exterior California Stucco," U.S. Gypsum's "Oriental
Exterior Stucco," or equal, in color and texture finish as noted in these specifications.
2.04 LIME
Special finishing hydrated lime conforming to ASTM C206, Type S for cement plaster.
Lime required for structural purposes shall be quicklime conforming to ASTM C5. Lime
putty, if used, shall comply with ASTM C1489.
2.05 WATER
Fresh, clean and potable, and free from such amounts of mineral and organic substances
as would adversely affect the hardening of cement mortar.
2.06 AGGREGATE
A.Aggregate for plaster (stucco) shall be clean, asbestos free, conforming with ASTM
C897 and graded from coarse to fine as follows:
Sieve
Maximum Percent
Retained
Minimum Percent
Retained
No. 4 0 --
No. 8 10 0
No. 16 40 10
No. 30 65 30
No. 50 90 70
No. 100 100 95
B.The aggregate for finish coats shall meet the above requirements except 100% shall pass
the No. 8 sieve.
Page 275 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-3
60225711 -7 Sep 2021
2.07 FIBER
Alkaline-resistant glass fibers, 1 1/2 to 2 inches in length and free of contaminants.
Quantities shall be in amounts recommended by the fiber manufacturer but no more than
2 pounds per cubic foot of cementitious material.
2.08 WATERPROOFING ADMIXTURE
Use "Berylex" as manufactured by Berylex Western of Oakland, California; A. C.Horn's
"Hydratite"; Sonneborn's "Hydrocide Powder"; or equal. Add waterproofing admixture
to cement plaster scratch and brown coats in amounts recommended by the
manufacturer.
2.09 EXTERIOR LATH AND ACCESSORIES
Furnish and install corner beads, corner reinforcement, casing beads and stops, base
screeds, expansion joints, and manufacturer's standard soffit vents of not less than 26-
gauge zinc-coated steel. Manufacturers: U.S. Gypsum, Milcor, Penmetal, or equal.
2.10 INTEGRAL COLOR
Color admixture for finish coat shall be as manufactured by La Habra Products, Inc.,or
equal.
PART 3 -EXECUTION
3.01 DELIVERY AND STORAGE OF MATERIALS
Deliver manufactured materials in their original packages and containers, bearing name
of manufacturer and brand. Store plaster, cement, and lime off the ground, under
watertight cover, and away from damp surfaces. Remove damaged or deteriorated
materials from the site.
3.02 APPLICATION OF ACCESSORIES
Install plaster grounds, casing beads or stops, base screeds, corner reinforcement, special
stops,and other metal accessories. Apply and shim out to required thickness. Set plumb,
level, and straight and free of kinks and bends. Install casing beads or stops at the edges
of plaster continuously. Provide expansion joints or control joints. Do not install in
conspicuous location.
3.03 PROTECTION OF ADJACENT SURFACES
Protect adjacent surfaces of the building from spattering or other staining caused by
plastering. Clean any surfaces so spattered or stained.
Page 276 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-4
60225711 -7 Sep 2021
3.04 WORKMANSHIP
A.Do not hand mix stucco materials and components.
B.Intersections of planes shall be sharp and accurate. Plane surfaces shall finish plumb,
straight, and true to an 8-foot straightedge. Finished surfaces shall be uniform as to
texture and color throughout the area and shall be free from imperfections.
C.Where plaster stops at angles or where wall panels are employed for architectural
treatment, panels framed by these accessories or other construction shall be finished in
one operation. Do not stop vertically or horizontally in the middle or intermediate area of
a panel.
D.Repair imperfections that occur after curing and drying.
3.05 APPLICATION OF CEMENT PLASTER OVER UNIT MASONRY
A.Cut joints flush.
B.Dampen surface before beginning work.
C.Apply exterior cement plaster (stucco) to concrete masonry units in a two-coat system to
a minimum thickness of 5/8 inch.
D.The first and second coats shall meet the requirements of application of concrete plaster
over exterior lath except that lime putty shall not exceed one to one and one-half parts.
E.Apply the first coat with sufficient material and pressure to provide tight contact and
complete coverage of solid base to a minimum thickness of 3/8 inch.
F.The finish coat shall be of uniform texture and color to a minimum thickness of 1/4 inch.
3.06 INTEGRAL COLOR
Proportion and mix color admixture uniformly in finish coat.
3.07 CURING OF PLASTER
A.Cure cement plaster for a minimum period of four days after completion. Moistening
shall begin as soon as the plaster has hardened sufficiently. Apply water in a fine fog
spray. Do not soak walls.
B.Apply only as much water as will be readily absorbed. Protect plaster from uneven and
excessive evaporation during hot, dry weather and from strong blasts of wind. Provide
for curing on Saturdays, Sundays, and holidays, if necessary.
C.Provide temporary heat where required for proper curing of plaster and to protect work
against damage from too rapid drying or from any other cause. Provide temporary
closures as may be necessary to close openings.
Page 277 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-5
60225711 -7 Sep 2021
3.08 CUTTING AND PATCHING
Remove and replace plaster containing cracks, pits, checks, or discolorations with plaster
conforming to the requirements of this section. Patch defective work in a manner
acceptable to the Owner's Representative. Patching shall match existing work in texture
and color. Leave finish work with angles and lines clean and sharp and surfaces clean
and smooth.
3.09 PROTECTION
Protect plaster work and maintain protection until acceptance of the project by the
Owner.
END OF SECTION
Page 278 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EXTERIOR WALL STUCCO 092000-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 279 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-1
60225711 -7 Sep 2021
SECTION 099000 PAINTING AND COATING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and application of painting and coating systems for the
following surfaces:
A.Submerged metal.
B.Exposed metal.
C.Buried metal.
D.Metal in contact with concrete.
It does not include coating steel water tanks and reservoirs.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Chemical-Resistant Coatings for Concrete:099720.
C.Fusion-Bonded Epoxy Linings and Coatings:099761.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer’s data sheets showing the following information:
1.Percent solids by volume.
2.Minimum and maximum recommended dry-film thickness per coat for prime,
intermediate, and finish coats.
3.Recommended surface preparation.
4.Recommended thinners.
5.Statement verifying that the specified prime coat is recommended by the
manufacturer for use with the specified intermediate and finish coats.
6.Application instructions including recommended equipment and temperature
limitations.
Page 280 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-2
60225711 -7 Sep 2021
7.Curing requirements and instructions.
C.Submit color swatches.
D.Submit certificate and supplier’s data sheets identifying the type and gradation of
abrasives used for surface preparation.The certificate or data sheets shall specifically
identify that the abrasives comply with federal and state of California regulations for
materials to be used for abrasive blasting for surface preparation for paints and coatings.
E.Submit material safety data sheets for each coating.
PART 2 -MATERIALS
2.01 PAINTING AND COATING SYSTEMS
The following index lists the various painting and coating systems by service and
generic type:
PAINT COATINGS SYSTEM INDEX
No.Title Generic Coating
Submerged Metal Coating Systems
1.Submerged Metal, Raw Water (Nonpotable) or
Raw Sewage
Epoxy
7.Submerged Metal, Potable or Nonpotable Water Epoxy
Exposed Metal Coating Systems
10.Exposed Metal, Corrosive Environment High-build epoxy (two-coat
system) with polyurethane
topcoat
13.Exposed Metal, Corrosive Environment Epoxy with urethane
topcoat
Buried Metal Coating Systems
21.Buried Metal Epoxy
24.Buried Metal Corrosion-resisting grease
Coating Systems for Nonferrous Metals
54.Aluminum Insulation from Concrete and Carbon
Steel
Epoxy
55.Repair of Galvanized Surfaces Cold galvanizing compound
These systems are specified in detail in the following paragraphs. For each coating, the
required surface preparation, prime coat, intermediate coat (if required), topcoat, and
Page 281 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-3
60225711 -7 Sep 2021
coating thicknesses are described. Mil thicknesses shown are minimum dry-film
thicknesses.
2.02 SUBMERGED METAL COATING SYSTEMS
A.System No. 1--Submerged Metal—Raw Water (Nonpotable) or Raw Sewage:
Type: Epoxy having a minimum volume solids of 80%.
Service Conditions: For use with metal pipes or structures (such as scum troughs, sluice
gates, or piping) alternately submerged in raw sewage or raw water (nonpotable) and
exposed to a moist saturated hydrogen sulfide atmosphere, as in raw sewage wet wells.
Minimum temperature resistance of the coating shall be 140°F for moist heat conditions.
Surface Preparation: SSPC SP-10.
Prime Coat:Devoe Bar-Rust 233H, 8 mils; Tnemec 104-1211, 8 mils; or equal.
Finish Coat:Devoe Bar-Rust 233H, 8 mils; Tnemec 104-ABO5, 8 mils; or equal.
B.System No. 7--Submerged Metal, Potable or Nonpotable Water:
Type: Epoxy.
Service Conditions: For use with structures, valves, piping, or equipment immersed in
potable or nonpotable water.
Surface Preparation: SSPC SP-10.
Coating System: Apply the manufacturer’s recommended number of coats to attain the
specified minimum dry-film coating thickness. Products: Devoe Bar-Rust 233H,Tnemec
100, Scotchkote 323 or equal, 24 mils total.Color of topcoat: white. Each coat shall be
different color than the one preceding it.
2.03 EXPOSED METAL COATING SYSTEMS
A.System No. 10--Exposed Metal, Corrosive Environment:
Type: High-build epoxy intermediate coat having a minimum volume solids of 60%,
with an inorganic zinc prime coat and a pigmented polyurethane finish coat having a
minimum volume solids of 52%.
Service Conditions: For use with metal structures or pipes subjected to water
condensation; chemical fumes, such as hydrogen sulfide; salt spray; and chemical
contact.
Surface Preparation: SSPC SP-10.
Page 282 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-4
60225711 -7 Sep 2021
Prime Coat: Self-curing, two-component inorganic zinc-rich coating recommended by
the manufacturer for overcoating with a high-build epoxy finish coat. Minimum zinc
content shall be 12 pounds per gallon. Apply to a thickness of 3 mils. Products: Tnemec
90E-92, Devoe Catha-Coat 304 or 304V, International Interzinc 22HS,PPG Dimetcote
9HS, Carboline Carbozinc 11, Sherwin-Williams Zinc-Clad II Plus, PPG
METALHIDE® 28 Inorganic Zinc-Rich Primer 97-672, or equal.
Intermediate Coat: Tnemec 104,Devoe Devran 224HS or 231, International Interseal
670HS,PPG Amercoat 385, Carboline Carboguard 890, Sherwin-Williams Macropoxy
646 B58-600, PPG PITT-GUARD® Direct-to-Rust Epoxy Mastic Coating 97-145
series, or equal; 5 mils.
Finish Coat: Two-component pigmented acrylic or aliphatic polyurethane recommended
by the manufacturer for overcoating a high-build epoxy coating. Apply to a thickness of
at least 2 mils. Products: Tnemec Series 1075,Devoe Devthane 379, International
Interline 990HS,PPG Amercoat 450HS, Carboline 134 HG, Sherwin-Williams Hi-
Solids Polyurethane B65-300, PPG PITTHANE® Ultra Gloss Urethane Enamel 95-812
series, or equal.
B.System No. 13--Exposed Metal, Corrosive Environment:
Type: High-build epoxy prime coat with a pigmented high-build aliphatic or acrylic
polyurethane finish coat.
Service Conditions: For use with metal structures or pipes subjected to water
condensation; chemical fumes, such as hydrogen sulfide; salt spray; and chemical
contact.
Surface Preparation: SSPC SP-10.
Prime Coat: Two-component high-build epoxy. Apply to a thickness of 8 mils. Products:
PPG Amerlock 400,Devoe 235, Tnemec 104, International Interseal 670HS, Carboline
890 or 890LT, Sherwin-Williams Macropoxy 646 B58-600, PPG PITT-GUARD®
Direct-to-Rust Epoxy Mastic Coating 97-145 series, or equal.
Finish Coat: Two-component pigmented high-build polyurethane. Apply one or more
coats to a total thickness of 5 mils. Products:PPG “Amershield,”Devoe Devthane 359,
Tnemec Series 1075, International Interthane 990HS, Carboline 133HB or 134HG,
Sherwin-Williams Hi-Solids Polyurethane B65-300 series, PPG PITTHANE® Ultra
Gloss Urethane Enamel 95-812 series, or equal.
2.04 BURIED METAL COATING SYSTEMS
A.System No. 21--Buried Metal:
Type: High solids epoxy or phenolic epoxy having a minimum volume solids of 80%
(ASTM D2697).
Page 283 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-5
60225711 -7 Sep 2021
Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel,
and fittings.
Surface Preparation: SSPC SP-10.
Coating System: Apply three or more coats of PPG Amerlock 400 or 400VOC, Tnemec
104HS or 80,Devoe Bar-Rust 233H, Carboline 890LT, Sherwin-Williams Tank Clad
HS B62-80 series, or equal; 30 mils total. Maximum thickness of an individual coating
shall not exceed the manufacturer’s recommendation.
B.System No. 24--Buried Metal:
Type: Corrosion-resisting grease.
Service Conditions: Buried metal, such as bolts, bolt threads, tie rods, and nuts.
Surface Preparation: SSPC SP-3 or SP-6.
Coating: NO-OX-ID GG-2 as manufactured by Sanchem, Inc. Apply to a minimum
thickness of 1/4 inch.
2.05 COATING SYSTEMS FOR NONFERROUS METALS
A.System No. 54--Aluminum Insulation from Concrete and Carbon Steel:
Type: High solids epoxy or phenolic epoxy having a minimum volume solids of 80%
(ASTM D2697).
Service Conditions: Coat areas of aluminum grating, stairs, structural members or
aluminum fabrications, in contact with concrete or carbon steel with this system.
Surface Preparation: Solvent or steam cleaning per SSPC SP-1; do not use alkali
cleaning. Then dust blast.
Coating System: Apply three or more coats of PPG Amerlock 400 or 400VOC, Tnemec
Series 135,Devoe Bar-Rust 233H, Sherwin-Williams Macropoxy B58-600, PPG PITT-
GUARD® Direct-to-Rust Epoxy Mastic Coating 97-145 series, or equal; 30 mils total.
Maximum thickness of an individual coating shall not exceed the manufacturer’s
recommendation.
B.System No. 55--Repair of Galvanized Steel Surfaces:
Type: Cold galvanizing compound consisting of paint containing oils, solvents, and zinc
dust and complying with MIL-P-21035. Minimum metallic zinc content in the cured
coating shall be 90%.
Service Conditions: Repair of damaged galvanized coatings on steel surfaces.
Surface Preparation: Clean damaged surfaces per SSPC SP-1 and SP-11.
Page 284 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-6
60225711 -7 Sep 2021
Coating System: Apply Z.R.C. Galvanizing Compound, RAMCO Specialty Products
“Zinckit,” NuWave “Galv-Match-Plus,” Devcon “Cold Galvanizing,” Clearco “Cold
Galvanizing Spray,” or equal to a minimum dry-film thickness of 3 mils. Apply per
ASTM A780, Annex A2.
2.06 ABRASIVES FOR SURFACE PREPARATION
A.Abrasives used for preparation of ferrous (excluding stainless steel) surfaces shall be one
of the following:
1.16 to 30 or 16 to 40 mesh silica sand or mineral grit.
2.20 to 40 mesh garnet.
3.Crushed iron slag, 100% retained on No. 80 mesh.
4.SAE Grade G-40 or G-50 iron or steel grit.
B.Abrasives used for preparation of stainless steel surfaces shall be 20 to 40 mesh silicon
carbide or aluminum oxide.
C.Abrasives used for preparation of copper and aluminum surfaces shall be one of the
following:
1.Crushed slag, 80 to 100 mesh.
2.Very fine silica sand, 80 to 100 mesh.
D.Abrasives used for preparation of concrete and masonry surfaces shall be 16 to 30 or 16
to 40 mesh silica sand.
E.In the above gradations, 100% of the material shall pass through the first stated sieve
size and 100% shall be retained on the second stated sieve size.
PART 3 -EXECUTION
3.01 WEATHER CONDITIONS
A.Do not paint in the rain, wind, snow, mist, and fog or when steel or metal surface
temperatures are less than 5°F above the dew point.
B.Do not apply paint when the relative humidity is above 85%.
C.Do not paint when temperature of metal to be painted is above 120°F.
D.Do not apply alkyd, inorganic zinc, silicone aluminum, or silicone acrylic paints if air or
surface temperature is below 40°F or expected to be below 40°F within 24 hours.
Page 285 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-7
60225711 -7 Sep 2021
E.Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior
surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24
hours.
3.02 SURFACE PREPARATION PROCEDURES
A.Remove oil and grease from metal surfaces in accordance with SSPC SP-1. Use clean
cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or
greasy residue on the cleaned surfaces before abrasive blasting.
B.Remove weld spatter and weld slag from metal surfaces and grind smoothly rough
welds, beads, peaked corners, and sharp edges including erection lugs in accordance
with SSPC SP-2 and SSPC SP-3. Grind 0.020 inch (minimum) off the weld caps on pipe
weld seams. Grind outside sharp corners, such as the outside edges of flanges, to a
minimum radius of 1/4 inch.
C.Do not abrasive blast or prepare more surface area in one day than can be coated in one
day; prepare surfaces and apply coatings the same day. Remove sharp edges, burrs, and
weld spatter.
D.Do not abrasive blast PVC, CPVC, or FRP piping or equipment. Do not abrasive blast
epoxy-or enamel-coated pipe that has already been factory coated, except to repair
scratched or damaged coatings.
E.For carbon steel, do not touch the surface between the time of abrasive blasting and the
time the coating is applied. Apply coatings within two hours of blasting or before any
rust bloom forms.
F.Surface preparation shall conform with the SSPC specifications as follows:
Solvent Cleaning SP-1
Hand Tool Cleaning SP-2
Power Tool Cleaning SP-3
White Metal Blast Cleaning SP-5
Commercial Blast Cleaning SP-6
Brush-Off Blast Cleaning SP-7
Pickling SP-8
Near-White Blast Cleaning SP-10
Power Tool Cleaning to Bare Metal SP-11
Surface Preparation and Cleaning of Steel and Other
Hard Materials by High-and Ultrahigh-Pressure Water
Jetting Prior to Recoating
SP-12
Surface Preparation of Concrete SP-13
Page 286 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-8
60225711 -7 Sep 2021
G.Wherever the words “solvent cleaning,” “hand tool cleaning,” “wire brushing,” or “blast
cleaning” or similar words are used in these specifications or in paint manufacturer’s
specifications, they shall be understood to refer to the applicable SSPC (Society for
Protective Coatings), surface preparation specifications listed above.
H.Dust blasting is defined as cleaning the surface through the use of very fine abrasives,
such as siliceous or mineral abrasives, 80 to 100 mesh. Apply a fine etch to the metal
surface to clean the surface of any contamination or oxide and to provide a surface
profile for the coating.
I.Brush-off blasting of concrete and masonry surfaces is defined as opening subsurface
holes and voids and etching the surface for a coating to bond.
J.For carbon steel surfaces, after abrasive blast cleaning, the height of the surface profile
shall be 2 to 3 mils. Verify the surface profile by measuring with an impresser tape
acceptable to the Owner’s Representative. Perform a minimum of one test per 100
square feet of surface area. Testing shall be witnessed by the Owner’s Representative.
The impresser tape used in the test shall be permanently marked with the date, time, and
locations where the test was made. Test results shall be promptly presented to the
Owner’s Representative.
K.Do not apply any part of a coating system before the Owner’s Representative has
reviewed the surface preparation. If coating has been applied without this review, if
directed by the Owner’s Representative, remove the applied coating by abrasive blasting
and reapply the coat in accordance with this specification.
3.03 ABRASIVE BLAST CLEANING
A.Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automatic
equipment that have become contaminated. When shop or field blast cleaning with
handheld nozzles, do not recycle or reuse blast particles.
B.After abrasive blast cleaning and prior to application of coating, dry clean surfaces to be
coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the
specified primer or touch-up coating within the period of an eight-hour working day. Do
not apply coating over damp or moist surfaces. Reclean prior to application of primer or
touch-up coating any blast cleaned surface not coated within said eight-hour period.
C.Keep the area of the work in a clean condition and do not permit blasting particles to
accumulate and constitute a nuisance or hazard.
D.During abrasive blast cleaning, prevent damage to adjacent coatings. Schedule blast
cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale,
etc., will not damage or fall upon wet or newly coated surfaces.
Page 287 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-9
60225711 -7 Sep 2021
3.04 PREPARATION OF CONCRETE AND MASONRY SURFACES TO BE COATED
A.Surface preparation of concrete and masonry surfaces shall be in accordance with SSPC
SP-13 and the following.
B.Do not apply coating until concrete has cured at least 30 days. Finish concrete surfaces
per Section 030500. Do not use curing compound on surfaces that are to be coated.
C.Concrete and masonry surfaces on which coatings are to be applied shall be of even
color, gray or gray-white. The surface shall have no pits, pockets, holes, or sharp
changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no
dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce
no water beads or standing droplets. Concrete and masonry shall be free of laitance and
slick surfaces.
D.Detergent clean the concrete or masonry surface with trisodium phosphate per ASTM
D4258. Then sandblast surfaces (brush-off blast). Floor slabs may be acid etched per
ASTM D4260 in lieu of sandblasting. After sandblasting, wash surfaces with water to
remove dust and salts, per ASTM D4258 or D4261. The grain of the concrete surface to
touch shall not be rougher than that of No. 10 mesh sand.
E.Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only
when the concrete surface temperature is stable, not rising.
3.05 PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS
A.After application of primer to surfaces, allow coating to cure for a minimum of two
hours before handling to minimize damage.
B.When loading for shipment to the project site, use spacers and other protective devices to
separate items to prevent damaging the shop-primed surfaces during transit and
unloading. If wood spacers are used, remove wood splinters and particles from the shop-
primed surfaces after separation. Use padded chains or ribbon binders to secure the
loaded items and minimize damage to the shop-primed surfaces.
C.Cover shop-primed items 100% with protective coverings or tarpaulins to prevent
deposition of road salts, fuel residue, and other contaminants in transit.
D.Handle shop-primed items with care during unloading, installation, and erection
operations to minimize damage. Do not place or store shop-primed items on the ground
or on top of other work unless ground or work is covered with a protective covering or
tarpaulin. Place shop-primed items above the ground upon platforms, skids, or other
supports.
Page 288 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-10
60225711 -7 Sep 2021
3.06 FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS
A.Remove oil and grease surface contaminants on metal surfaces in accordance with SSPC
SP-1. Use clean rags wetted with a degreasing solution, rinse with clean water, and wipe
dry.
B.Remove dust, dirt, salts, moisture, chalking primers, or other surface contaminants that
will affect the adhesion or durability of the coating system. Use a high-pressure water
blaster or scrub surfaces with a broom or brush wetted with a solution of trisodium
phosphate, detergent, and water. Before applying intermediate or finish coats to
inorganic zinc primers, remove any soluble zinc salts that have formed by means of
scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clean water.
C.Remove loose or peeling primer and other surface contaminants not easily removed by
the previous cleaning methods in accordance with SSPC SP-7. Take care that remaining
primers are not damaged by the blast cleaning operation. Remaining primers shall be
firmly bonded to the steel surfaces with blast cleaned edges feathered.
D.Remove rust, scaling, or primer damaged by welding or during shipment, storage, and
erection in accordance with SSPC SP-10. Take care that remaining primers are not
damaged by the blast cleaning operation. Areas smaller than 1 square inch may be
prepared per SSPC SP-11. Remaining primers shall be firmly bonded to the steel
surfaces with cleaned edges feathered.
E.Use repair procedures on damaged primer that protects adjacent primer. Blast cleaning
may require the use of lower air pressure, smaller nozzles, and abrasive particle sizes,
short blast nozzle distance from surface, shielding, and/or masking.
F.After abrasive blast cleaning of damaged and defective areas, remove dust, blast
particles, and other debris by dusting, sweeping, and vacuuming; then apply the
specified touch-up coating.
G.Surfaces that are shop primed shall receive a field touch-up of the same primer used in
the original prime coat.
3.07 PAINTING SYSTEMS
A.All materials of a specified painting system, including primer, intermediate, and finish
coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other
additives shall be as recommended by the paint manufacturer for the particular coating
system.
B.Deliver paints to the jobsite in the original, unopened containers.
3.08 PAINT STORAGE AND MIXING
A.Store and mix materials only in areas designated for that purpose by the Owner’s
Representative. The area shall be well-ventilated, with precautionary measures taken to
Page 289 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-11
60225711 -7 Sep 2021
prevent fire hazards. Post “No Smoking” signs. Storage and mixing areas shall be clean
and free of rags, waste, and scrapings. Tightly close containers after each use. Store
paint at an ambient temperature from 50°F to 100°F.
B.Prepare multiple-component coatings using all of the contents of the container for each
component as packaged by the paint manufacturer. Do not use partial batches. Do not
use multiple-component coatings that have been mixed beyond their pot life. Provide
small quantity kits for touch-up painting and for painting other small areas. Mix only the
components specified and furnished by the paint manufacturer. Do not intermix
additional components for reasons of color or otherwise, even within the same generic
type of coating.
3.09 PROCEDURES FOR THE APPLICATION OF COATINGS
A.Conform to the requirements of SSPC PA-1. Follow the recommendations of the coating
manufacturer including the selection of spray equipment, brushes, rollers, cleaners,
thinners, mixing, drying time, temperature and humidity of application, and safety
precautions.
B.Stir, strain, and keep coating materials at a uniform consistency during application.
Power mix components. For multiple component materials, premix each component
before combining. Apply each coating evenly, free of brush marks, sags, runs, and other
evidence of poor workmanship. Use a different shade or tint on succeeding coating
applications to indicate coverage where possible. Finished surfaces shall be free from
defects or blemishes.
C.Do not use thinners unless recommended by the coating manufacturer. If thinning is
allowed, do not exceed the maximum allowable amount of thinner per gallon of coating
material. Stir coating materials at all times when adding thinner. Do not flood the
coating material surface with thinner prior to mixing. Do not reduce coating materials
more than is absolutely necessary to obtain the proper application characteristics and to
obtain the specified dry-film thicknesses.
D.Remove dust, blast particles, and other debris from blast cleaned surfaces by dusting,
sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good
visibility of working area prior to coating applications. Remove dust from coated
surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats.
E.Apply coating systems to the specified minimum dry-film thicknesses as determined per
SSPC PA-2.
F.Apply primer immediately after blast cleaning and before any surface rusting occurs, or
any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning
that have surface colored or become moist prior to coating application.
G.Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces
prior to the application of the primer and finish coat. Apply the brush coat prior to and in
conjunction with the spray coat application. Apply the spray coat over the brush coat.
Page 290 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-12
60225711 -7 Sep 2021
H.Before applying subsequent coats, allow the primer and intermediate coats to dry for the
minimum curing time recommended by the manufacturer. In no case shall the time
between coats exceed the manufacturer’s recommendation.
I.Each coat shall cover the surface of the preceding coat completely, and there shall be a
visually perceptible difference in applied shade or tint of colors.
J.Applied coating systems shall be cured at 75°F or higher for 48 hours. If temperature is
lower than 75°F, curing time shall be in accordance with printed recommendations of the
manufacturer, unless otherwise allowed by the Owner’s Representative.
K.Assembled parts shall be disassembled sufficiently before painting or coating to ensure
complete coverage by the required coating.
3.10 SURFACES NOT TO BE COATED
Do not paint the following surfaces unless otherwise noted in the drawings or in other
specification sections. Protect during the painting of adjacent areas:
A.Concrete walkways.
B.Mortar-coated pipe and fittings.
C.Stainless steel.
D.Metal letters.
E.Glass.
F.Roofings.
G.Fencing.
H.Copper tubing, red brass piping, and PVC piping except where such piping occurs in
rooms where the walls are painted, or required for color coding.
I.Electrical fixtures except for factory coatings.
J.Nameplates.
K.Grease fittings.
L.Brass and copper, submerged.
M.Buried pipe, unless specifically required in the piping specifications.
N.Fiberglass items, unless specifically required in the FRP specifications.
O.Aluminum handrail, stairs, and grating.
Page 291 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-13
60225711 -7 Sep 2021
3.11 PROTECTION OF SURFACES NOT TO BE PAINTED
Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum
surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and
other surfaces not intended to be painted. Provide drop cloths to prevent paint materials
from falling on or marring adjacent surfaces. Protect working parts of mechanical and
electrical equipment from damage during surface preparation and painting process. Mask
openings in motors to prevent paint and other materials from entering the motors.
3.12 SURFACES TO BE COATED
The exact coating to be applied in any location is not designated by the descriptive
phrases in the coating system titles such as “corrosive environment,” “buried metal,” or
“submerged metal.” Coat surfaces with the specific coating systems as described below:
A.Coat mechanical equipment, such as pumps, blowers, clarifier mechanisms, as described
in the various mechanical equipment specifications.
B.Coat aboveground and exposed piping or piping in vaults and structures as described in
the various piping specifications.
C.Coat aluminum surfaces in contact with concrete per System No.54.
D.Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in
thrust blocks, and valve boxes as specified in the particular specifications for the above
items.
E.Coat aboveground structural steel or structural steel located in vaults and structures as
described in Section 051210.
3.13 DRY-FILM THICKNESS TESTING
A.Measure coating thickness specified for carbon steel surfaces with a magnetic-type dry-
film thickness gauge in accordance with SSPC PA-2. Measure coating thickness
specified for stainless steel, aluminum, and copper surfaces with an eddy-current type
thickness gauge per ASTM D7091. Provide certification that the gauge has been
calibrated by a certified laboratory within the past six months. Provide dry-film
thickness gauge as manufactured by Mikrotest or Elcometer.
B.Test the finish coat of metal surfaces (except zinc primer and galvanizing) for holidays
and discontinuities with an electrical holiday detector,low-voltage, wet-sponge type.
Provide measuring equipment. Provide certification that the gauge has been calibrated
by a certified laboratory within the past six months. Provide detector as manufactured by
Tinker and Rasor or K-D Bird Dog.
C.Measure coating thickness specified for concrete or masonry surfaces in accordance with
ASTM D4138. Test the finish coat of concrete and masonry surfaces in accordance with
Page 292 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PAINTING AND COATING 099000-14
60225711 -7 Sep 2021
NACE SP0188-2006 or ASTM D4787. Patch coatings at the points of thickness
measurement or holiday detection.
D.Check each coat for the correct dry-film thickness. Do not measure within eight hours
after application of the coating.
E.For metal surfaces, make five separate spot measurements (average of three readings)
spaced evenly over each 100 square feet of area (or fraction thereof) to be measured.
Make three readings for each spot measurement of either the substrate or the paint. Move
the probe or detector a distance of 1 to 3 inches for each new gauge reading. Discard any
unusually high or low reading that cannot be repeated consistently. Take the average
(mean) of the three readings as the spot measurement. The average of five spot
measurements for each such 100-square-foot area shall not be less than the specified
thickness. No single spot measurement in any 100-square-foot area shall be less than
80%, nor more than 120%, of the specified thickness. One of three readings which are
averaged to produce each spot measurement may underrun by a greater amount as
defined by SSPC PA-2.
F.Perform tests in the presence of the Owner’s Representative.
3.14 REPAIR OF IMPROPERLY COATED SURFACES
If the item has an improper finish color or insufficient film thickness, clean and topcoat
the surface with the specified paint material to obtain the specified color and coverage.
Sandblast or power-sand visible areas of chipped, peeled, or abraded paint, feathering
the edges. Then prime and finish coat in accordance with the specifications. Work shall
be free of runs, bridges, shiners, laps, or other imperfections.
3.15 CLEANING
A.During the progress of the work, remove discarded materials, rubbish, cans, and rags at
the end of each day’s work.
B.Thoroughly clean brushes and other application equipment at the end of each period of
use and when changing to another paint or color.
C.Upon completion of painting work, remove masking tape, tarps, and other protective
materials, using care not to damage finished surfaces.
END OF SECTION
Page 293 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-1
60225711 -7 Sep 2021
SECTION 099720 CHEMICAL-RESISTANT COATINGS FOR CONCRETE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of a chemical-resistant coating for
concrete subject to corrosive environments.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Painting and Coating:099000.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's data sheets showing the following information:
1.Percent solids by volume of coating compound.
2.Number of coats required to give the specified dry thickness.
3.Minimum recommended dry thickness per coat for prime, intermediate, and finish
coats.
4.Recommended surface preparation.
5.Recommended surface tensile strength of the concrete surface.
6.Application instructions including recommended equipment and temperature
limitation.
7.Curing requirements and instructions.
C.Submit color swatches.
D.Submit certificate and supplier’s data sheets identifying the type and gradation of
abrasives used for surface preparation. The certificate or data sheets shall specifically
identify that the abrasives comply with federal and state of California regulations for
materials to be used for abrasive blasting for surface preparation for paints and coatings.
E.Submit material safety data sheets for each coating.
Page 294 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-2
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 POLYURETHANE
A.Coating system shall be a two-component, minimum 100% solids, polyurethane or
polyurethane elastomer, with primer.
B.Characteristics shall be as follows:
1.Tensile Strength on Concrete: 2,500 psi (minimum) per ASTM D412.
2.Flexibility: No effect bending 0.50 mm plate with 30-mil coating over 1/8-inch
mandrel per ASTM D1737 or no effect bending 180 degrees over 1-inch mandrel
with 15-mil coating per ASTM D522.
3.Elongation: 50% (minimum) recoverable, per ASTM D412.
4.Surface Hardness:57 minimum, Shore "D" per ASTM D2240.
5.Abrasion Resistance: Weight loss of 80 mg (maximum) on Taber abraser, CS-17
wheel, 1,000 grams, 1,000 cycles per ASTM D4060.
C.Products: Utilithane 1600 as manufactured by Prime Coatings Inc..; Sancon 100 as
manufactured by Sancon Engineering Inc.; or equal.
D.Apply prime coat and finish coats to give a total dry coating thickness of at least 125
mils on walls and floor slabs.
2.02 ABRASIVES FOR SURFACE PREPARATION OF CONCRETE
Abrasives used for preparation of concrete surfaces shall be medium grade “Black
Beauty” abrasive as manufactured by Reed Minerals, or equal. Silica sand will not be
accepted.
PART 3 -EXECUTION
3.01 COATING SYSTEM
A.Materials including primer, intermediate, and finish coats shall be produced by the same
manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by
the coating manufacturer.
B.Deliver coatings to the jobsite in the original, unopened containers.
3.02 PROTECTION OF SURFACES NOT TO BE COATED
Remove, mask, or otherwise protect surfaces not intended to be coated. Provide drop
cloths to prevent coating materials from falling on or marring adjacent surfaces. Protect
Page 295 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-3
60225711 -7 Sep 2021
working parts of mechanical and electrical equipment from damage during surface
preparation and coating process. Mask openings in motors to prevent coating and other
materials from entering the motors.
3.03 WEATHER CONDITIONS
A.Do not coat in the rain, wind, snow, mist, and fog or when surface temperatures are less
than 5°F above the dew point.
B.Do not apply coatings when the relative humidity is above 85% or the temperature is
above 90°F.
C.Do not coat when temperature of concrete to be painted is above 120°F.
D.Do not apply coatings if air or surface temperature drops below or is expected to drop
below the manufacturer’s recommended minimum temperature in a 24 hour period.
3.04 SURFACE PREPARATION
A.Surface preparation of concrete surfaces shall be in accordance with SSPC SP-13 and the
following.
B.Do not apply coating until concrete has cured at least 30 days. Finish concrete surfaces
per Section 030500. Do not use lubricants or release agents on tools. Do not use curing
compound on surfaces that are to be coated.
1.Concrete surfaces on which coating is to be applied shall be of even color, gray or
gray-white. The surface shall have no pits, pockets, holes, or sharp changes of
surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no
dusting or dislodging of cement or sand. Sprinkling water on the surface shall
produce no water beads or standing droplets. Concrete and masonry shall be free
of laitance and slick surfaces. The grain of the concrete surface to touch shall not
be rougher than that of No. 10 mesh sand.
2.Repair existing deteriorated concrete as directed by Owner’s Representative and
per Section 030500, Finish F-4. Fill spalled areas with grout to provide a surface
level with the surrounding area.
3.All existing concrete surfaces to be lined shall be waterblasted to remove all
deteriorated concrete, oil, grease, or existing coating to produce sound and clean
concrete. Wasterblasting equipment shall be capable of 10,000 psi. Cleaning shall
be accomplished with a minimum of 5,000 psi using no detergents, solvents, or
chemicals of any kind.
4.All debris produced from waterblasting operation shall be removed from the
structure prior to coating. No debris shall be allowed to enter the sewer system.
Page 296 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-4
60225711 -7 Sep 2021
5.Repair existing deteriorated concrete as directed by Owner’s Representative. Fill
spalled areas with grout to provide a surface level with the surrounding area.
6.Any surfaces subject to immersion shall be abrasive blasted. Abrasive blast
surfaces (brush-off blast) per ASTM D4259 and Section E. After sandblasting,
wash surfaces with water to remove dust and salts, per ASTM D4258 or D4261.
Concrete surfaces shall be air-dried prior to lining application.
7.Do not apply coatings to concrete when the concrete is outgassing. Apply coatings
only when the concrete surface temperature is stable, not rising.
3.05 ABRASIVE BLAST CLEANING
A.Use dry abrasive blast cleaning material. When field blast cleaning with hand-held
nozzles, do not recycle or reuse blast particles.
B.After blast cleaning and prior to application of coating, dry clean surfaces to be coated
by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the
specified primer or touch-up coating within the period of an eight-hour working day. Do
not apply coating over damp or moist surfaces. Reclean prior to application of primer or
touch-up coating any blast-cleaned surface not coated within said eight-hour period.
C.Keep the area of the work in a clean condition, and do not permit blasting particles to
accumulate and constitute a nuisance or hazard.
D.During sandblast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning
and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not
damage or fall upon wet or newly coated surfaces.
3.06 COATING APPLICATION
A.Lining application shall be performed only by workmen trained and experienced with
the specified material. Provide proof of such experience with the bid documents. Proof
shall include a list of similar projects using the specified material.
B.Apply the lining through plural component equipment specifically designed and
approved by the manufacturer of the lining material. The equipment shall be in good
working order to ensure correct proportioning and mixing of the components.
C.Apply the lining to specified thickness in one continuous coat. The lining shall be free
of seams, holes, bubbles, or defects. All areas in question shall be removed, reworked,
and patched.
D.For manholes, the lining shall be installed on the entire manhole concrete interior,
including shelves, except for the formed channel surface. For wet wells, the lining shall
be installed on the entire wet well concrete interior, including the floor.
Page 297 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-5
60225711 -7 Sep 2021
E.Application of the lining shall not take place during weather described in Section 3.03.
Protect the work from the above mentioned conditions.
3.07 WET GUAGE TESTING
A.During lining application, take wet gauge thickness readings as required to insure correct
lining thickness.
B.Provide copies of the wet gauge thickness reading results to the Owner’s Representative.
3.08 HOLIDAY (CONTINUITY) TESTING OF APPLIED COATING
The Owner's Representative will inspect each coat of primer and finish coating in
accordance with ASTM D4787 to determine integrity. Each coating application will be
checked and deficiencies marked. After observing specified recoat time, apply additional
coating materials over areas having any holidays or pinholes. After correction of
deficiencies, the Owner's Representative will reinspect those areas to determine the
acceptability of the additional coating at the Contractors expense. Each coating
application must be 100% to the satisfaction of the Owner's Representative prior to
succeeding coating applications.
END OF SECTION
Page 298 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099720-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 299 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COLD-APPLIED WAX TAPE COATING 099752-1
60225711 -7 Sep 2021
SECTION 099752 COLD-APPLIED WAX TAPE COATING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and application of a three-part, cold-applied wax tape
coating system for buried piping per NACE RP0375-2006, Section 4 except as modified
herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Polyethylene Sheet Encasement (AWWA C105):099754.
B.Manual, Check, and Process Valves: 400520.
C.Flexible Pipe Couplings: 400722.
D.Polyethylene Pipe for Natural Gas Service: 401449.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data sheets and application instructions.
PART 2 -MATERIALS
2.01 PRIMER
A.Primer shall be a blend of petrolatums, plasticizers, and corrosion inhibitors having a
paste-like consistency. The primer shall comply with NACE RP0375-2006 and shall
have the following properties:
1.Pour Point: 100°F to 110°F.
2.Flash Point: 350°F.
3.Coverage: 1 gallon per 100 square feet.
B.Primer shall be Trenton Wax Tape Primer, Denso Paste Primer, or equal.
2.02 WAX TAPE
A.Wax tape shall consist of a synthetic-fiber felt, saturated with a blend of microcrystalline
wax, petrolatums, plasticizers, and corrosion inhibitors, forming a tape coating that is
Page 300 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COLD-APPLIED WAX TAPE COATING 099752-2
60225711 -7 Sep 2021
easily formable over irregular surfaces. The tape shall comply with NACE RP0375-2006
and shall have the following properties:
1.Saturant Pour Point: 115°F to 120°F.
2.Thickness: 50 to 70 mils.
3.Tape Width: 6 inches.
B.Wax tapes used for pipe soil-to-air transitions shall be UV light stable so as not to
degrade in the presen ce of sunlight.
C.Wax tape shall be Trenton No. 1 Wax Tape, Denso "Densyl Tape," or equal.
2.03 PLASTIC WRAPPER
A.Wrapper shall be a polyvinylidene chloride plastic with three 50-gauge plies wound
together as a single sheet. The wrapper shall have the following properties:
1.Color: Clear.
2.Thickness: 1.5 mils.
3.Tape Width: 6 inches.
B.Plastic wrapper shall be Trenton Poly-Ply, Denso Tape PVC Self-Adhesive, or equal.
2.04 POLYETHYLENE SHEET COATING
See Section 099754.
PART 3 -EXECUTION
3.01 WAX TAPE COATING APPLICATION
A.Surfaces shall be clean and free of dirt, grease, water, and other foreign material prior to
the application of the primer and wax tape.
B.Apply primer by hand or brush to fitting surfaces. Work the primer into crevices and
completely cover exposed metal surfaces.
C.Apply the wax tape immediately after the primer application. Work the tape into the
crevices around fittings. Apply the wax tape by pressing and molding the tape into
conformity with the surface so that it does not bridge over irregular surfaces
configurations.Begin wrapping approximately 3 inches behind the area to be wrapped.
If starting at a straight edge, wrap the tape spirally around the pipe while touching the
end edge before starting the angle to begin the spiral. If the previous roll is headed in a
Page 301 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COLD-APPLIED WAX TAPE COATING 099752-3
60225711 -7 Sep 2021
downward direction, tuck the next roll under the previous roll. Stretch each roll tight as
wrapping continues to avoid air bubbles.
D.Wrap the wax tape spirally around the pipe and across the fitting. Use a minimum
overlap of 50% of the tape width. Apply tape to flanges, mechanical and restrained joint
bolts, nuts and glands, and grooved-end couplings to 6 inches beyond each side of the
item.
E.Work the tape into the crevices and contours of irregularly shaped surfaces and smooth
out so that there is a continuous protective layer with no voids or spaces under the tape.
F.After application, seal the overlap seams of the tape by hand by tapering and pressing
the seam, attempting to create a continuous surface. There shall be no air pockets
underneath the tape. The tape shall have direct intimate contact with the pipe surface.
G.On vertical sections of the piping, such as at pipe-to-soil transitions, wrap the pipe
starting from the bottom and proceeding upward so that downward flowing water and
backfill do not catch in a seam.
H.Overwrap the completed wax tape installation with the plastic wrapping material. Wrap
spirally around the pipe and across the fitting. Use a minimum overlap of 55% of the
tape width and apply two layers or applications of overwrap. Secure plastic wrapper to
pipe with adhesive tape.
3.02 APPLICATION OF POLYETHYLENE SHEET COATING TO BURIED PIPING
Wrap completed wax tape coating system with polyethylene film per Section 099754
and secure around the adjacent pipe circumference with adhesive tape.
3.03 HANDLING AND INSTALLING WAX-TAPE COATED PIPE
A.Handle pipe in a manner to minimize damage to the coating. Equipment used for the
handling of coated pipe shall be designed and constructed to avoid damaging the
protective coating system. Inspect supported areas of the pipe prior to installation.
Repair damaged areas before installation.
B.The pipeline trench shall be free of rocks, foreign matter, and projections that could
damage the coating system.
END OF SECTION
Page 302 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
COLD-APPLIED WAX TAPE COATING 099752-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 303 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE SHEET ENCASEMENT 099754-1
60225711 -7 Sep 2021
SECTION 099754 POLYETHYLENE SHEET ENCASEMENT
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of a polyethylene sheet encasement for
buried pipe, fittings, and valves.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Cold-Applied Wax Tape Coating:099752
B.Trenching, Backfilling, and Compacting:312316.
C.General Piping Requirements:400500.
D.Flexible Pipe Couplings:400722.
E.Ductile-Iron Pipe:402040.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog literature and product data sheets describing the physical,
chemical, and electrical properties of the encasement material.
PART 2 -MATERIALS
2.01 POLYETHYLENE WRAP
A.The encasement shall consist of low-density polyethylene wrap of at least 8-mil
thickness conforming to AWWA C105.
B.Polyethylene encasement for ductile-iron pipe shall be supplied as a flat tube meeting the
dimensions of Table 1 in AWWA C105 and shall be supplied by the ductile-iron pipe
manufacturer.
2.02 PLASTIC ADHESIVE TAPE
A.Tape shall consist of polyolefin backing and adhesive which bonds to common pipeline
coatings including polyethylene.
B.Minimum Width: 2 inches.
Page 304 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE SHEET ENCASEMENT 099754-2
60225711 -7 Sep 2021
C.Products: Canusa Wrapid Tape; Tapecoat 35; Polyken 934; AA Thread Seal Tape, Inc.;
or equal.
PART 3 -EXECUTION
3.01 APPLICATION OF MOLDABLE MASTIC FILLER TO IRREGULAR ADJACENT
SURFACES
When the adjacent joints are bell-and-spigot or mechanical joints and any associated
welding specifications do not require an external full fillet weld, apply a moldable
mastic filler (per Section 400500) at the step-down area prior to the application of the
sheet encasement and tape.
3.02 APPLYING SHEET COATING TO BURIED PIPING AND FITTINGS
A.Apply wrapping per AWWA C105 as modified herein.
B.Apply a double wrapping.
C.Install the polyethylene to completely encase the pipe and fittings to provide a watertight
corrosion barrier. Continuously secure overlaps and ends of sheet and tube with
polyethylene tape. Make circumferential seams with two complete wraps, with no
exposed edges. Tape longitudinal seams and longitudinal overlaps, extending tape
beyond and beneath circumferential seams.
D.Wrap bell-spigot interfaces, restrained joint components, and other irregular surfaces
with wax tape or moldable sealant prior to placing polyethylene encasement.
E.Minimize voids beneath polyethylene. Place circumferential or spiral wraps of
polyethylene tape at 2-foot intervals along the barrel of the pipe to minimize the space
between the pipe and the polyethylene.
F.Overlap adjoining polyethylene tube coatings a minimum of 1 foot and wrap prior to
placing concrete anchors, collars, supports, or thrust blocks. Hand wrap the polyethylene
sheet, apply two complete wraps with no exposed edges to provide a watertight
corrosion barrier, and secure in place with 2-inch-wide plastic adhesive tape.
3.03 APPLYING SHEET COATING TO BURIED VALVES
A.Wrap flanges and other irregular surfaces with wax tape or moldable sealant. Press
tightly into place leaving no voids underneath and a smooth surface under coating for
polyethylene sheet.
B.Wrap with a flat sheet of polyethylene. Place the sheet under the valve and the flanges or
joints with the connecting pipe and fold in half. Extend the sheet to the valve stem and
secure the sheet in place with 2-inch-wide plastic adhesive tape. Apply a second layer
and secure with tape. Make two complete wraps, with no exposed edges, to provide a
Page 305 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE SHEET ENCASEMENT 099754-3
60225711 -7 Sep 2021
watertight corrosion barrier. Secure the sheets with tape around the valve stem below the
operating nut and around the barrel of the connecting pipe to prevent the entrance of
water and soil. Place concrete anchor and support blocks after the wrap has been
installed.
3.04 APPLYING SHEET COATING TO BURIED FLEXIBLE PIPE COUPLINGS
A.Wrap irregular surfaces with wax tape or moldable sealant. Press tightly into place
leaving no voids underneath and a smooth surface under coating for polyethylene sheet.
B.Apply two layers or wraps around the coupling. Overlap the adjoining pipe or fitting a
minimum of 1 foot and secure in place with tape. Provide sufficient slack in
polyethylene to allow backfill to be placed around fitting without tearing polyethylene.
Apply tape around the entire circumference of the overlapped section on the adjoining
pipe or fitting in two complete wraps, with no exposed edges, to provide a watertight
corrosion barrier.
3.05 REPAIR OF POLYETHYLENE MATERIAL
Repair polyethylene material that is damaged during installation. Use polyethylene
sheet, place over damaged or torn area, and secure in place with 2-inch-wide plastic
adhesive tape.
3.06 APPLYING SHEET COATING TO EXISTING BURIED PIPING
When connecting polyethylene-encased pipe or fittings to existing pipe, expose existing
pipe, thoroughly clean the surface, and securely tape the end of the polyethylene to the
existing as specified above. When the existing pipe is polyethylene encased, wrap new
polyethylene encasement over the existing, with overlap of at least 2 feet. Tape securely
as specified above.
3.07 BACKFILL FOR POLYETHYLENE-WRAPPED PIPE, VALVES, AND FITTINGS
Place sand backfill within 1 foot of the pipe, valves,and fittings wrapped with
polyethylene encasement per Section 312316.
3.08 INSTALLATION AND REPAIR OF POLYETHYLENE AT SERVICE TAPS
A.Wrap two or three layers of polyethylene adhesive tape completely around the pipe to
cover the area where the tapping machine and chain will be mounted.
B.Mount the tapping machine on the pipe area covered by the polyethylene tape. Then
make the tap and install the corporation stop directly through the tape and polyethylene.
C.After making the direct service connection, inspect the entire circumferential area for
damage and make repairs.
Page 306 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE SHEET ENCASEMENT 099754-4
60225711 -7 Sep 2021
D.To minimize the possibility of dissimilar metal corrosion at service connections, wrap
the corporation stop a minimum clear distance of 3 feet of copper service pipes with
polyethylene or dielectric tape.
END OF SECTION
Page 307 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-1
60225711 -7 Sep 2021
SECTION 099761 FUSION-BONDED EPOXY LININGS AND COATINGS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, application, and testing of one-part, fusion-bonded, heat-
cured, thermosetting, 100% solids epoxy linings and coatings on cast-iron and ductile-
iron equipment, such as valves, flexible pipe couplings,and pipe.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Flexible Pipe Couplings:400722.
C.Ductile Iron Pipe:402040.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog literature and product data sheets, describing the physical
and chemical properties of the epoxy coating. Describe application and curing
procedure.
C.Submit coating application test records for measuring coating thickness and holiday
detection for each item or pipe section and fitting. Describe repair procedures used.
PART 2 -MATERIALS
2.01 PIPING AND EQUIPMENT SURFACES
A.The Contractor shall require the equipment suppliers to provide equipment that is free of
salts, oil, and grease to the coating applicator.
B.The Contractor shall require pipe suppliers to provide bare pipe that is free of salts, oil,
and grease to the coating applicator.
2.02 SHOP-APPLIED EPOXY LINING AND COATING
Lining and coating shall be a 100% solids, thermosetting, fusion-bonded, dry powder
epoxy resin: Scotchkote 134 or 206N, or equal. Epoxy lining and coating shall meet or
exceed the following requirements:
Page 308 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-2
60225711 -7 Sep 2021
Hardness (minimum)Barcol 17 (ASTM D2583)
Rockwell 50 ("M" scale)
Abrasion resistance
(maximum value)
1,000 cycles: 0.05 gram removed
5,000 cycles: 0.115 gram removed
ASTM D1044, Tabor CS 17 wheel, 1,000-gram
weight
Adhesion (minimum)3,000 psi (Elcometer)
Tensile strength 7,300 psi (ASTM D2370)
Penetration 0 mil (ASTM G17)
Adhesion overlap shear, 1/8-
inch steel panel, 0.010 glue
line
4,300 psi, ASTM D1002
Impact (minimum value)100 inch-pounds (Gardner 5/8-inch diameter tup)
2.03 FIELD-APPLIED EPOXY COATING FOR PATCHING
Use a minimum 80% solids liquid epoxy resin, such as Scotchkote 306 or 323.
2.04 PAINTING AND COATING OF GROOVED-END AND FLEXIBLE PIPE
COUPLINGS
Line and coat couplings the same as the pipe. Color shall match the color of the pipe
fusion epoxy coating.
PART 3 -EXECUTION
3.01 SHOP APPLICATION OF FUSION-BONDED EPOXY LINING AND COATING--
GENERAL
A.Grind surface irregularities, welds, and weld spatter smooth before applying the epoxy.
The allowable grind area shall not exceed 0.25 square foot per location, and the
maximum total grind area shall not exceed 1 square foot per item or piece of equipment.
Do not use any item, pipe, or piece of equipment in which these requirements cannot be
met.
B.Remove surface imperfections, such as slivers, scales, burrs, weld spatter, and gouges.
Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius
of 1/4 inch.
C.Uniformly preheat the pipe, item, or piece of equipment prior to blast cleaning to remove
moisture from the surface. The preheat shall be sufficient to ensure that the surface
temperature is at least 5°F above the dew point temperature during blast cleaning and
inspection.
Page 309 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-3
60225711 -7 Sep 2021
D.Sandblast surfaces per SSPC SP-5. Protect beveled pipe ends from the abrasive blast
cleaning.
E.Apply lining and coating by the electrostatic spray or fluidized bed process. Minimum
thickness of lining or coating shall be 15 mils. Heat and cure per the epoxy
manufacturer's recommendations. The heat source shall not leave a residue or
contaminant on the metal surface. Do not allow oxidation of surfaces to occur prior to
coating. Do not permit surfaces to flash rust before coating.
3.02 SHOP APPLICATION OF FUSION-BONDED EPOXY LINING AND COATING TO
PIPE--ADDITIONAL REQUIREMENTS
A.Apply lining and coating per AWWA C213 except as modified herein.
B.Grind 0.020 inch (minimum) off the weld caps on the pipe weld seams before beginning
the surface preparation and heating of the pipe.
3.03 SHOP APPLICATION OF FUSION-BONDED EPOXY LINING AND COATING TO
JOINT AREAS OF DUCTILE-IRON AND CAST-IRON FITTINGS--ADDITIONAL
REQUIREMENTS
Limit the protective coating thickness in the joints of ductile-iron and cast-iron fittings to
maintain a leak-proof joint. However, the coating thickness in the joint area shall not be
less than 4 mils.
3.04 QUALITY OF LINING AND COATING APPLICATIONS
The cured lining or coating shall be smooth and glossy, with no graininess or roughness.
The lining or coating shall have no blisters, cracks, bubbles, underfilm voids, mechanical
damage, discontinuities, or holidays.
3.05 FACTORY TESTING OF COATING--GENERAL
A.Test linings and coatings with a low-voltage wet sponge holiday detector. Test pipe
linings and coatings per AWWA C213, Section 5.3.3. If the number of holidays or
pinholes is fewer than one per 20 square feet of coating surface, repair the holidays and
pinholes by applying the coating manufacturer's recommended patching compound to
each holiday or pinhole and retest. If the number of pinholes and holidays exceeds one
per 20 square feet of coating surface, remove the entire lining or coating and recoat the
item or pipe.
B.Measure the coating thickness at three locations on each item or piece of equipment or
pipe section using a coating thickness gauge calibrated at least once per eight-hour shift.
Record each measured thickness value. Where individual measured thickness values are
less than the specified minimum thickness, measure the coating thickness at three
additional points around the defective area. The average of these measurements shall
exceed the specified minimum thickness value, and no individual thickness value shall
be more than 2 mils below or 3 mils above the specified minimum value. If a section of
Page 310 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-4
60225711 -7 Sep 2021
the pipe, item, or piece of equipment does not meet these criteria, remove the entire
lining or coating and recoat the entire item or piece of equipment.
3.06 FACTORY INSPECTION OF LINING AND COATING OF PIPE--ADDITIONAL
REQUIREMENTS
Check for coating defects on the weld seam centerlines. There shall be no porous
blisters, craters, or pimples lying along the peak of the weld crown.
3.07 SHIPPING, STORAGE, AND HANDLING
A.When loading piping, fittings, couplings, or other coated items for shipment to the
project site, use spacers and other protective devices to separate pipes or other coated
items to prevent damaging the coated surfaces during transit and unloading. If wood
spacers are used, remove wood splinters and particles from the coated surfaces after
separation. Use padded chains or ribbon binders to secure the loaded pipe or other coated
items and minimize damage.
B.Do not load or unload pipe, fittings, couplings, or other coated items by inserting forklift
tines or lifting chains inside the pipe or item. Use nonmetallic slings, padded chains, or
padded forklift tines to lift pipe or other coated items.
C.Cover piping or other coated items 100% with protective coverings or tarpaulins to
prevent deposition of road salts, fuel residue, and other contaminants in transit.
D.Provide stulls, braces, and supports for piping during shipping and storage such that out-
of-roundness or deflection does not exceed 0.5% of the pipe diameter.
E.Handle piping and other coated items with care during the unloading, installation, and
erection operations to minimize damage. Do not place or store pipe or other coated items
on the ground or on top of other work unless ground or work is covered with a protective
covering or tarpaulin. Place pipe or other coated items above the ground upon platforms,
skids, or other supports.
F.Store piping or other coated items at the site on pallets to prevent direct contact with
ground or floor. Cover pipe or coated items during storage with protective coverings or
tarpaulins to prevent deposition of rainwater, salt air, dirt, dust, and other contaminants.
G.Do not allow piping or other coated items to contact metal, concrete, or other surfaces
during storage, handling, or installation and erection at the site that could damage or
scratch the coating.
3.08 FIELD REPAIRS
Patch scratches and damaged areas incurred while installing fusion-bonded epoxy coated
items with a two-component, 80% solids (minimum), liquid epoxy resin. Wire brush or
sandblast the damaged areas per SSPC SP-10. Lightly abrade or sandblast the coating or
lining on the sides of the damaged area before applying the liquid epoxy coating. Apply
Page 311 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-5
60225711 -7 Sep 2021
an epoxy coating to defective linings and coatings to areas smaller than 20 square inches.
Patched areas shall overlap the parent or base coating a minimum of 0.5 inch. If a
defective area exceeds 20 square inches, remove the entire lining and coating and recoat
the entire item or piece of equipment. Apply the liquid epoxy coating to a minimum dry-
film thickness of 15 mils.
END OF SECTION
Page 312 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 313 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL ELECTRICAL REQUIREMENTS 260500-1
60225711 -7 Sep 2021
ASECTION 260500 GENERAL ELECTRICAL REQUIREMENTS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and testing of the electrical system.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.One-Year Guarantee:General Provisions.
B.Permits and Licenses:General Provisions.
C.Submittals:013300.
D.Construction Facilities and Temporary Controls:015100.
E.Operation and Maintenance Manuals:019310.
F.Short Circuit and Arc Flash Study 260573.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with the General Provisions.Submittal in
electronic PDF format will be accepted provided text is searchable.
B.In submitted catalog cuts, cross out items shown that are not pertinent to this project.
Where catalog cuts list manufacturer’s standard options, cross out those options not
intended to be provided and clearly highlight those options that are to be provided.
C.Submit electrical service changes work procedure.
1.04 REGULATORY AGENCIES AND STANDARDS
A.See General Provisions.
B.Electrical work shall comply with the NEC as amended by the CEC and local city code
where applicable.
1.05 QUALITY CONTROL
Materials, appliances, equipment, and devices shall conform to the applicable UL
standards. The label of, or listing by, UL is required for all electrical equipment.
Page 314 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL ELECTRICAL REQUIREMENTS 260500-2
60225711 -7 Sep 2021
1.06 UTILITY COMPANY REQUIREMENTS AND FEES
A.The Owner will make application for electric service.The Owner will pay utility
company fees, cable charges, and added facilities charges.
B.The Contractor shall make any service and installation agreements that the utility
companies may require.
C.Install electric service entrance equipment in accordance with the serving utility's
requirements. Coordinate with the serving utility to ensure timely connection by the
utility. Obtain utility company approval of service entrance and metering equipment
shop drawings prior to starting fabrication.
1.07 ELECTRICAL SERVICE CHANGES
A.These specifications and drawings delineate the remodeling of an existing structure
and/or the addition to an existing structure. While the existing structure is occupied, keep
the present services intact until the new construction, facilities, or equipment is installed.
B.Prior to making revisions to the existing service, make certain that every item is
thoroughly prepared. Do the actual work at an off-peak time, or overtime, as arranged
with the Owner or as hereinafter specified. Once the work is started, vigorously
prosecute it to completion to keep downtime to a minimum. Be prepared to temporarily
serve the existing service or discontinue the necessary revisions in the event of an
emergency or other condition which makes it impossible to finish the scheduled work on
time.
C.Prepare a work procedure for work-interrupting service to the Owner's equipment.
Include a step-by-step procedure that will be followed in the performance of this work
and the time involved in each step. Submit this procedure to the Owner's Representative
for review two weeks in advance of the performance of the work.
1.08 POWER FOR CONSTRUCTION
Provide for or purchase power for construction in accordance with Section 015100.
1.09 OPERATION AND MAINTENANCE MANUALS
Submit operation and maintenance manuals in accordance with Section 019310.
1.10 LOCATIONS
1.Wet Locations: Locations exposed to the weather, whether under a roof or not,
unless otherwise designated in the drawings.
2.Hazardous and Corrosive Locations:Wet well and vaults.
Page 315 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL ELECTRICAL REQUIREMENTS 260500-3
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 GENERAL
A.Similar materials and equipment shall be the product of a single manufacturer.
B.Provide only products which are new, undamaged,and in the original cartons or
containers.
C.Materials and equipment shall be the standard products of manufacturers regularly
engaged in the production of such material and shall be the manufacturer's current
design.
D.Materials and equipment shall be suitable for storage, installation, and operation at an
ambient temperature of 0°C to 40°C except where more stringent conditions are stated in
individual equipment specifications.
E.Electrical equipment and panels shall be factory finished with manufacturer's standard
primer and enamel topcoats, unless stated otherwise in the individual equipment
specifications. Provide 1 pint of the equipment manufacturer's touchup paint per 500
square feet of painted surface for repair of damaged enamel topcoats.
PART 3 -EXECUTION
3.01 INSTALLATION
A.The drawings indicate connections for typical equipment only. If the equipment
furnished is different from what is shown, provide the modifications necessary for a safe
and properly operating installation in accordance with the equipment manufacturer's
recommendations.
B.The drawings diagrammatically indicate the desired location and arrangement of outlets,
conduit runs, equipment, and other items. Field determine exact location based on
physical size and arrangement of equipment, finished elevations, and obstructions.
C.Work or equipment not indicated or specified which is necessary for the complete and
proper operation of the electrical systems shall be accomplished without additional cost
to the Owner.
D.Review demolition methods with Owner's Representative prior to cutting or removing
existing architectural and/or structural items or equipment. Repair damage to match
existing.
E.Accomplish work required to pierce any waterproofing after the part piercing the
waterproofing has been set in place. Seal and make watertight the openings made for this
purpose.
Page 316 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL ELECTRICAL REQUIREMENTS 260500-4
60225711 -7 Sep 2021
F.Seal weathertight equipment or components exposed to the weather.
G.Protect equipment outlets and conduit openings with factory-made plugs or caps
whenever work is not in progress at that point.
3.02 REMOVAL OR RELOCATION OF MATERIALS AND EQUIPMENT
A.Unless otherwise noted, remove existing electrical materials and equipment from areas
indicated for demolition or where equipment is relocated. Remove materials no longer
used, such as studs, straps, and conduits. Remove or cut off concealed or embedded
conduit, boxes, or other materials and equipment to a point at least 3/4 inch below the
final finished surface. Remove existing unused wires.
B.Repair affected surfaces to conform to the type, quality, and finish of the surrounding
surface.
3.03 NAMEPLATES
A.Mark each individual panelboard, motor controller, disconnect switch, timer, relay, and
contactor to identify each item with its respective service or function.
B.Provide nameplates with engraved lettering not less than 1/4 inch high. Use black-on-
white laminated plastic, attached with rivets or sheet metal screws. Do not use embossed
plastic adhesive tape.
3.04 WARNING SIGNS
A.Install markings, identifications, warning, caution, or instruction signs where required by
NEC, NFPA 70E, and NFPA 79 paragraph 4.5.1, where indicated, or where reasonably
required to assure safe operation and maintenance of electrical systems and of the items
to which they connect.
B.The design of safety signs and labels shall conform to ANSI Z535.4.Existing and new
panelboards, instrument control panels,and motor control center, shall be field marked
to warn qualified persons of potential electric arc hazards. The marking shall be located
so as to be clearly visible to qualified persons before examination, adjustment, servicing,
or maintenance of the equipment, in conformance with NEC Article 110.16.
C.Install engraved plastic-laminated instruction signs with approved legend where
instructions or explanations are needed for system or equipment operation. Install
butyrate signs with metal backing for outdoor items.
END OF SECTION
Page 317 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WIRES AND CABLE 260519-1
60225711 -7 Sep 2021
SECTION 260519 WIRES AND CABLES
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials and installation of wires and cables rated 600 volts and
below.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Electrical Requirements:260500.
B.Grounding and Bonding:260526.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit material list for each conductor type. Indicate insulation material, conductor
material, voltage rating, manufacturer, and other data pertinent to the specific cable, such
as shielding, number of pairs, and applicable standards.
PART 2 -MATERIALS
2.01 LOW-VOLTAGE WIRE
A.Conductor material shall be copper.
B.Low-voltage building wire for use at 600 volts or less shall be 600-volt insulated, Type
XHHW or THWN-2, and rated for continuous operation at 75°C.
C.Use No. 12 AWG minimum conductor size for power and lighting circuits.
D.Use No. 14 AWG minimum conductor size for control circuits.
E.Conductors for lighting and receptacle circuits that are No. 10 AWG and smaller shall be
solid. All other conductors shall be stranded.
2.02 TWISTED-SHIELDED CABLE
A.Single-pair cables shall be two No. 18 AWG and single triads shall be three No. 18
AWG stranded tinned-copper conductors individually insulated with fully color-coded
PVC rated at 600 volts; insulated conductors twisted together and shielded with a spiral-
wound metal foil tape overlapped for 100% shielding. Outer jacket shall be PVC.
Page 318 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WIRES AND CABLE 260519-2
60225711 -7 Sep 2021
2.03 GROUNDING CONDUCTORS--BARE COPPER
Refer to Section 260526 for bare copper grounding conductors.
2.04 CONDUCTOR TAGS
Provide self-extinguishing heat-shrink individual or sleeved, nonmetallic, snap-on type.
Grafoplast, Phoenix Contact, Thomas & Betts sleeve markers, or equal.
Alternatively, provide adhesive-type markers. Brady, Thomas & Betts, or equal.
2.05 PLASTIC ADHESIVES
Plastic adhesives for color coding shall be 7-mil minimum thick, flame-retardant,
weather-resistant tape, resisting abrasion, UL rays, moisture, alkalies, solvents, and
acids. Adhesives shall meet the requirements of UL 510 and CSA C22.2.
PART 3 -EXECUTION
3.01 INSTALLATION
A.Install wiring and cable in conduit and terminate unless otherwise noted.
B.To reduce pulling tension in long runs, coat cables with pulling compound recommended
by the cable manufacturer before being pulled into conduits.
C.Remove debris and moisture from the conduits, boxes, and cabinets prior to cable
installation.
D.Group conductors No. 1/0 and smaller in cabinets, pull boxes,and motor control centers
tie with plastic ties; and fan out to terminals. Lace conductors No. 2/0 and larger with
marline.
3.02 IDENTIFICATION
A.Color Coding of Low-Voltage Building Wire: Provide color coding throughout the entire
network of feeders and circuits as follows:
Phase 240/120 Volts
Phase A Black
Phase B Red
Phase C Blue
Neutral White
Ground Green
Page 319 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WIRES AND CABLE 260519-3
60225711 -7 Sep 2021
B.Phase conductors No. 10 AWG and smaller and neutral/ground conductors No. 6 and
smaller shall have factory color coding with solid color insulation. Do not use onsite
coloring of ends of conductors or apply colored plastic adhesives in lieu of factory color
coding. Larger conductors may have onsite application of colored plastic adhesives at
ends of conductors and at each splice.
C.Control wires shall have colored insulation. Separate color codes for each wire shall be
provided in each conduit that has up to seven wires. Conduits with more than seven
wires shall have at least seven types of colored insulation.
D.Tagging of Conductors: Tag control wires and instrument cables in panels, pull boxes,
wireways, and at control device. Tag control wires and instrument cables with same wire
numbers as on the shop drawing submittals. Tag power wires in pull boxes and wireways
where there is more than one circuit. Tag power conductors with motor control center or
panelboard number and circuit numbers.
3.03 WIRE SPLICES
A.Solid Conductors: Use 3M "Scotchlok," Ideal "Super Nut," Buchanan B-Cap, or equal.
Seal splices in underground handholes and pull boxes and in light poles with individual
sealing packs of Scotchcast Brand 400 Resin or equal.
B.Stranded Conductors No. 8 and Larger: Use T & B "Locktite" connectors, Burndy
Versitaps and heavy-duty connectors, O.Z. solderless connectors, or equal.
C.Stranded Conductors No. 10 and Smaller: Use crimp connectors with tools by same
manufacturer and/or UL listed for connectors of all stranded conductors.
D.Control wires shall be terminated at terminal blocks or devices, without splicing.
E.Retighten bolt-type connectors 24 to 48 hours after initial installation and before taping.
Tape connections made with noninsulated-type connectors with rubber-type tape, one
and one-half times the thickness of the conductor insulation, then cover with Scotch 33
tape.
3.04 WIRE TERMINATIONS
A.Terminate wires and cables at each end.
B.Provide ring tongue, nylon-or vinyl-insulated copper crimp terminals for termination on
screw-type terminals, except for light switches and receptacles. Utilize installation tools
recommended by the crimp manufacturer.
C.Terminal lugs shall be electro-tin plated copper compression type or spring compression
type with a corrosion protection coating. Provide color-coded system on terminal and die
sets to provide the correct number and location of crimps. Permanent die index number
shall be embossed on completed crimp for inspection purposes.
Page 320 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WIRES AND CABLE 260519-4
60225711 -7 Sep 2021
D.Tighten screws to the value recommended by the manufacturer.
3.05 FIELD TESTING
A.Perform insulation resistance test on all circuits and feeders with No. 10 size conductors
and larger. Utilize a 1,000-volt d-c megohmmeter for 600-volt insulated conductors.
B.Test each complete circuit prior to energizing. Insulation resistance between conductors
and between each conductor and ground shall not be less than 25 megohms. Repair or
replace wires or cables in circuits that do not pass this test and repeat the test.
C.Evaluate ohmic values by comparison with conductors of same length and type.
D.Inspect shielded cables for proper shield grounding, proper terminations, and proper
circuit identifications.
E.Inspect control cables for proper termination and proper circuit identification.
END OF SECTION
Page 321 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
GROUNDING AND BONDING 260526-1
60225711 -7 Sep 2021
SECTION 260526 GROUNDING AND BONDING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, testing, and installation of electrical grounding.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Electrical Requirements:260500.
B.Wires and Cables Less Than 600 Volts:260519.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit material list for all grounding materials and equipment. Indicate size, material,
and manufacturer.
C.Submit test results. Indicate overall resistance to ground and resistance of each electrode.
1.04 PERFORMANCE REQUIREMENTS
A.Grounding System Resistance:
1.Separately Derived Sources (as defined by NEC 250) Grounding Electrode: 10
ohms.
2.Grounds Not Covered Above: 25 ohms.
PART 2 -MATERIALS
2.01 GROUND RODS
Ground rods shall be copper-clad steel, 3/4 inch in diameter, minimum 10 feet long, with
hardened steel points.
2.02 CONNECTIONS
A.Ground Clamps: Clamps for connection of ground wire to ground rod shall be bronze.
B.Exothermic Connections: Provide Cadweld or equal.
Page 322 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
GROUNDING AND BONDING 260526-2
60225711 -7 Sep 2021
2.03 CONDUCTORS
A.Equipment Ground:Conductors shall be low-voltage building-wire type as specified in
Section 260519.
B.Bare Copper Conductors: Annealed bare copper, conforming to ASTM B3 and B8.
PART 3 -EXECUTION
3.01 GROUND ELECTRODE
A.Install a bare copper ground loop 3 inches above bottom of concrete footing for new
concrete pads as shown in the drawings. Bring the end of the loop to the ground bus
within the motor control center. Exothermic weld underground connections.
B.Bond magnetic flow sensor and adjoining pipes per manufacturer’s recommended
method, based on pipe type and cathodic protection of pipes where applicable.
3.02 EQUIPMENT GROUNDING
A.Connect the ground bus of lighting panel to the ground bus within the motor control
center with a grounding conductor.
B.Ground raceways and noncurrent-carrying parts of electrical equipment in accordance
with NEC Article 250. Use the metallic conduit system for equipment and enclosure
grounding.
C.Additionally, all circuits shall carry one ground conductor for equipment grounding.
Ground conductor shall be in excess of grounding through the metallic conduit system.
END OF SECTION
Page 323 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-1
60225711 -7 Sep 2021
SECTION 260534 CONDUITS, BOXES, AND FITTINGS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes material, installation, and testing for conduit, boxes, fittings,
terminal boxes, and cabinets.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Electrical Requirements:260500.
B.Grounding and Bonding:260526.
C.Trenching, Backfilling, and Compacting:312316.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit product data for the following:
1.Conduit and fittings for each type specified.
2.Boxes and cabinets.
1.04 QUALITY CONTROL
A.NEMA Compliance: Comply with NEMA standards pertaining to conduits and
components.
B.UL Compliance and Labeling: Comply with requirements of UL standards pertaining to
electrical conduits and components. Provide conduits and components listed and labeled
by UL.
PART 2 -MATERIALS
2.01 RIGID STEEL CONDUIT AND FITTINGS
A.Rigid Steel Conduit and Fittings: Conform to ASME C80.1, NEMA RN2, and UL 6,
hot-dipped galvanized after threading. The zinc coating shall be flexible and not crack
during bending.
Page 324 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-2
60225711 -7 Sep 2021
B.Fittings:
1.Locknuts: Steel or malleable iron.
2.Bushings: Threaded type, steel or malleable iron, with 105°C rated plastic
insulated throat. Plastic bushings with a temperature rating of 105°C may be used
for conduits 1 inch and smaller.
3.Box Connectors for Damp and Wet Locations: Provide a watertight threaded hub
on enclosure consisting of sealing fitting with tapered conduit thread, neoprene O-
ring, and 105°C rated insulating throat with grounding and bonding lug.
4.Couplings: Threaded, hot-dipped galvanized after fabrication.
C.Long-Radius Elbows (90 Degrees):
Conduit Size
(inches)
Minimum Radius
(inches)
3/4 through 1 1/4 12
2 and 2 1/2 15
3 and 3 1/2 18
4 30
2.02 PVC-COATED RIGID STEEL CONDUIT AND FITTINGS
A.Conduit:
1.All conduits, prior to coating, shall conform to ASME C80.1 and UL 6. Conduits
shall be hot-dipped galvanized inside and out with hot galvanized threads.
2.The zinc surface shall be treated prior to coating to enhance the bond between
metal and plastic.
3.Both interior and exterior of the conduit shall be coated with an epoxy acrylic
primer of approximately 0.5-mil thickness.
4.The exterior coating shall be applied by dipping in liquid plastisol or other equal
method that will produce a finished product conforming to NEMA 5-19-1986.
5.The thickness of the PVC coating shall be a minimum of 40 mils the full length of
the conduit except the threads.
6.The bond between the PVC coating and the conduit surface shall be greater than
the tensile strength of the plastic.
7.Apply a chemically cured urethane coating of a thickness of 2 mils to the interior
of conduit.
Page 325 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-3
60225711 -7 Sep 2021
8.The conduit shall be bendable without damage to the PVC or urethane coatings.
9.Threads shall have an added protection of a 2-mil clear urethane coating.
B.Fittings:
1.Coat fittings similar to the conduits.
2.Provide a loose coupling with each length of conduit. A PVC coating shall be
bonded to the outer surface of the coupling, and a PVC sleeve equal to the outside
diameter of the uncoated conduit shall extend beyond both ends of the coupling
approximately one pipe diameter or 2 inches whichever is smaller. The wall
thickness of the sleeve shall be the same as the plastic coating on the pipe.
3.The PVC coating on the coupling shall be ribbed to enhance installation.
4.Hubs shall have PVC sleeves equal to those on the couplings.
5.Screws on Form 8 fittings shall be of stainless steel with encapsulated plastic
heads.
6.Size U bolts and RA clamps to fit conduit, and encapsulate the nuts in plastic.
7.Fittings shall otherwise be same as specified for rigid steel.
8.Elbows or bends exceeding 45 degrees shall be PVC coated and shall be of the
same dimensions as specified for rigid steel long-radius elbows.
9.Conduit bodies, where applicable, shall be Form 8 with a tongue-in-groove (V-
seal) gasket to effectively seal out corrosive elements.
C.Conduits and fittings shall conform to NEMA RN-1 and shall be manufactured by
Robroy, Perma-coat, KorKap, or equal.
2.03 RIGID NONMETALLIC CONDUIT (PVC) AND FITTINGS
A.Conduit and Elbows: PVC Schedule 80 conduit.
B.Couplings, Adapters, End Bells, Expansion Couplings, Elbows, and Turns of 30
Degrees: Factory-made in accordance with NEMA TC-2 and TC-3.
C.Joint Cement: As recommended by manufacturer as suitable for the climate, furnished
with instructions to achieve watertight joints.
D.Manufacturers: Carlon, Condux, or equal.
2.04 LIQUID-TIGHT FLEXIBLE METAL CONDUIT AND FITTINGS
A.Conduit: Steel, UL 360 listed, PVC jacketed.
Page 326 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-4
60225711 -7 Sep 2021
B.Fittings:
1.Conform to ASME C33.84, UL listed for use with the conduit.
2.In sizes 1 1/4 inches and less, UL listed for grounding.
3.Made of steel or malleable iron, zinc plated, 105°C insulated throat, grounding and
bonding lug.
2.05 CONDUIT BODIES
A.Provide types, shapes, and sizes to suit individual applications. Provide matching
gasketed covers, secured with at least two captive corrosion-resistant screws.
B.Bodies connecting to rigid conduit shall be of the same material and material coating as
the conduit, with metal threaded hubs. Provide with threaded covers or gasketed covers
secured with at least two corrosion-resistant captive screws.
C.Bodies connecting to nonmetallic conduit shall be nonmetallic conduit bodies
conforming to UL 514B.
2.06 OUTLET BOXES
A.Exposed Boxes:
1.Cast iron or aluminum, with threaded hubs.
2.Conduit bodies may be used instead of boxes except where boxes contain devices.
2.07 JUNCTION AND PULL BOXES
A.Provide factory-made standard sizes, and shop fabricate when nonstandard size boxes
are shown or are required. Comply with UL and NEMA standards.
B.NEMA Type 4X: Type 316 stainless steel or fiberglass, with gasketed covers and Type
316 stainless steel bolts or screws.
C.Provide terminal junction boxes with terminal strips or terminal blocks with a separate
connection point for each conductor entering or leaving the box. Provide 25% spare
terminal points.
D.Junction boxes shall be manufactured by Hoffman, Wiegmann, or equal.
2.08 IN-GRADE PULL BOX
A.Pull Boxes shall be of precast concrete type, closed bottom with sump and hot-dipped
galvanized steel traffic-rated covers, designed to AASHTO HS20-44 loading.
B.Cover Holddowns: Stainless steel, penta-head, flush with cover, bolts.
Page 327 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-5
60225711 -7 Sep 2021
C.Sump: Cast in bottom of pull boxes with cover and discharge pipe.
2.09 HAZARDOUS LOCATIONS
A.Conform to NEC Articles 501 and 502 for areas identified as "Hazardous Areas."
B.Use EYS-type sealing fittings suitable for Class I, Division 1 areas. Use sealing fiber and
compound approved for Class I, Division 1 areas.
PART 3 -EXECUTION
3.01 CONDUIT USAGE SCHEDULE
Install the following types of conduits and fittings in locations listed, unless otherwise
noted in the drawings. Definitions and requirements of NEC apply unless specifically
modified below. Refer to Section 260500 for definitions of locations.
A.Exterior Exposed:
1.Material: PVC-coated rigid steel conduit.
2.Minimum Size: 3/4 inch.
B.Interior, Exposed:PVC-coated rigid steel conduit
1.Material:
2.Minimum Size: 3/4 inch.
C.Embedded in Concrete:
1.Material:PVC-coated rigid steel conduit.
2.Minimum Size: 3/4 inch.
D.In Earth, Below Concrete Slabs or Underground:
1.Material: Rigid nonmetallic conduit (PVC).
2.Minimum Size: 3/4 inch.
3.Conduit Stub-Ups: Provide PVC-coated rigid steel conduit long-radius elbows for
stub-ups which connect to underground rigid PVC conduit. Extensions from
elbows above grade shall be PVC-coated rigid steel for a minimum of 6 inches
above grade. Stub-ups into free-standing electrical gear, such as motor control
centers may be Schedule 80 rigid PVC conduit, in which case terminate the
conduits with appropriate end bells.
Page 328 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-6
60225711 -7 Sep 2021
E.Final Connections to Vibrating Equipment, or Instruments:
1.Material: Liquid-tight flexible conduit.
2.Minimum Size: 1/2 inch.
3.Length of liquid-tight flexible conduit shall be 5 feet or less, unless field
conditions require longer lengths.
F.Hazardous (NEC-Classified) Locations:
1.Material:PVC-coated rigid steel conduit.
2.Minimum Allowable Size:¾inch.
3.02 JUNCTION AND PULL BOXES--USAGE SCHEDULE
Install the following type of boxes in locations listed, unless otherwise noted in the
drawings. Refer to Section 260500 for definitions of locations:
A.Exterior: NEMA 4X.
B.Hazardous Area: NEMA 7.
3.03 CONDUIT FILL
For runs that are not sized in drawings, compute the maximum conduit fill using NEC
requirements for Type THW conductors (larger if applicable), although the actual wiring
may be with types of conductors having smaller cross-sections.
3.04 CONDUIT INSTALLATION, GENERAL
A.Make right-angle bends in conduit runs with long-radius elbows or conduits bent to radii
not less than those specified for long-radius elbows.
B.Make bends and offsets so that the inside diameter of conduit is not effectively reduced.
Unless otherwise indicated, keep the legs of a bend in the same plane and the straight
legs of offsets parallel.
C.Cap all conduits immediately after installation to prevent entrance of foreign matter.
D.Do not use diagonal runs except when specifically noted in the drawings.
E.Route exposed conduit to preserve headroom, access space, and work space.
F.Treat threaded joints of rigid steel conduit with T&B "Kopr-Shield" before installing
fittings where conduit is in slabs and other damp or corrosive areas.
Page 329 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-7
60225711 -7 Sep 2021
G.For PVC-coated rigid conduits, use manufacturer's recommended installation tools and
recommendations. The manufacturer shall certify the installer before installation can
proceed.
H.Conduit Terminations:
1.Terminate conduits with locknuts and bushings except where threaded hubs are
specified.
2.Install conduits squarely to the box and provide one locknut outside the box and
one locknut and bushing inside the box.
3.Install locknuts with dished side against the box.
4.When terminating in threaded hubs, screw the conduit or fitting tight into the hub
so that the end bears against the fire protection shoulder.
5.When chase nipples are used, install conduits and coupling square to the box and
tighten the chase nipple leaving no exposed threads.
I.Install exposed, parallel, or banked conduits together. Make bends in parallel or banked
runs from the same centerline so that the bends are parallel. Factory elbows may be used
in banked runs only where they can be installed parallel.
J.Conduit runs are shown schematically. Supports, pull boxes, junction boxes, and other
ancillary equipment are not usually shown in drawings. If not shown, provide as required
by NEC except that there shall not be more than the equivalent of three quarter bends
(270 degrees) total between underground pull points. Provide additional boxes to permit
pulling of wires without damage to the conductors or insulation.
K.Locations of conduit stub-ups shown in the drawings are schematic. Coordinate these
locations with conduit entries of actual equipment served.
3.05 REQUIREMENTS FOR RIGID NONMETALLIC (PVC) CONDUIT
A.Comply with the installation provisions of NEMA TC-2, except as modified below.
B.Make cuts with a fine tooth handsaw. For sizes 2 inches and larger, use a miter box or
similar saw guide to assure a square cut.
C.Use factory-made couplings for joining conduit.
D.Cementing and joining operation shall not exceed 20 seconds. Do not disturb joint for 5
minutes, longer (up to 10 minutes) at lower temperatures. Make joints watertight.
Joining procedure shall conform to the procedures of ASTM D2855.
Page 330 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-8
60225711 -7 Sep 2021
3.06 EYS-TYPE CONDUIT FITTINGS
A.Install EYS-type conduit fittings at every conduit leaving Class I, Div 1 area. Seal with
fiber and sealing compound as specified in Part 2 of this Section.
3.07 GROUNDING
A.Provide grounding in accordance with Section 260526.
B.Use grounding bushings for all conduits carrying a grounding conductor.
3.08 CONDUITS EMBEDDED IN CONCRETE AND BELOW SLABS
A.Install conduits and sleeves passing through slabs, walls, columns, or beams so as not to
impair the strength of construction. Secure conduit to prevent sagging or shifting during
concrete pour.
B.Conduits larger than 1 1/2 inches in diameter may be embedded in structural concrete
only after submittal and review of location and reinforcement details.
C.Conduits and sleeves may be installed without specific permission, provided:
1.They are 1 1/2 inches or less in diameter,are spaced not less than three diameters
on centers, and conform to paragraph 2 or 3 below.
2.Conduits, including fittings, which are embedded within a column, do not displace
more than 4% of the cross-sectional area on which structural strength is calculated.
3.Conduits and sleeves, embedded within a wall, slab, or beam, are not larger in the
outside dimension than one-third the overall thickness of wall, slab, or beam in
which they are embedded.
4.There is a minimum of 1 1/2 inches between the conduit and reinforcement for
slab and wall penetrations.
D.Install conduits in slabs other than slabs-on-grade as close to the middle of the slabs as
practical without disturbing the reinforcement. Outside diameter of the conduit shall not
exceed one-third times the slab thickness. Do not space parallel runs of conduit closer
than three diameters on centers, except at cabinet and outlet box locations.
E.Conduits shown in or under slab-on-grade construction shall be installed below the floor
slab and under curing or damp-proofing membranes. An exception may be made for
conduit with an outside diameter not larger than 25% of the slab thickness, in which
case, standards applying to slabs other than slab-on-grade may be used.
3.09 CONDUITS UNDERGROUND
A.Where conduit is installed underground in locations other than under concrete slab,
provide 24-inch minimum cover. Provide 3-inch minimum sand above and below
Page 331 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-9
60225711 -7 Sep 2021
conduits as specified in Section 312316. Maintain a 12-inch minimum separation
between conduit and other systems. Pitch conduit to drain away from buildings.
B.Provide sand-cement slurry extending 3 inches on top and sides of conduits. Slurry shall
be as specified in Section 312316 with a red color additive as specified in Section
030500.
C.Provide 6-inch-wide warning tape 12 inches above top of slurry.
3.10 CONDUIT SUPPORTS
A.Support conduit at intervals and at locations as required by the NEC. Do not use
perforated strap or plumber’s tape for conduit supports.
B.Conduit on Concrete or Masonry: Use one-hole malleable iron clamps with pipe spacers
(clamp backs) or preformed galvanized steel channels. Anchor with metallic expansion
anchors and screws or from preset inserts. Use preset inserts in prestressed concrete. On
plaster or stucco, use one-hole malleable iron straps with toggle bolts.
3.11 CONDUIT PENETRATIONS
A.Unless otherwise indicated, dry-pack around conduits which penetrate concrete walls,
floors, or ceilings.
B.Conduits passing vertically through concrete slabs and through structural beams shall be
sleeved, except where sealing and expansion/deflection fittings are required. Pack
sleeves through floors and fire-rated walls with fire-rated packing. Nonrated penetrations
may be packed with nonshrink grout.
C.Where underground conduits penetrate a structure through a concrete roof or a
membrane waterproofed wall or floor, provide a malleable iron, watertight, entrance
sealing device. When there is no raceway concrete encasement, provide the device with
sealing assembly at each end with pressure bushings that may be tightened at any time.
For concrete-encased raceway penetrations, provide with pressure bushing on the
accessible side.
D.Maintain the integrity of damp-proofing and waterproofing membranes that are
penetrated by conduits and boxes.
E.Buried conduit shall penetrate surface at right angle.
3.12 DAMAGED CONDUIT
A.Repair or replace conduit damaged during or after installation.
B.Replace crushed or clogged conduit or any conduit whose inner surface is damaged or
not smooth.
Page 332 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
CONDUITS, BOXES, AND FITTINGS 260534-10
60225711 -7 Sep 2021
C.Repair cuts, nicks, or abrasions in the zinc coating of galvanized conduit with
galvanizing repair stick, Enterprise Galvanizing "Galvabra" or equal.
D.Repair cuts, nicks, or abrasions in the PVC coating of PVC-coated conduit with the
manufacturer's recommended PVC material and build up surface thickness to match the
factory coating thickness and color.
3.13 IN-GRADE PULL BOX
Pull box shall be used to install conduit seals required for transitioning from a Class I,
Div 1 location to a non-classified area.
3.14 EMPTY CONDUIT
A.Provide 200-pound strength pull cord in all empty conduits.
B.Provide a waterproof label on each end of the pull cords to indicate the destination of the
other end.
3.15 OUTLETS FOR GENERAL WIRING
A.Install outlets and boxes securely and support them substantially.
3.16 HAZARDOUS LOCATIONS
A.Provide a conduit sealing fitting for each conduit leaving the hazardous location in an in
grade pullbox as noted in the drawings.
3.17 ADJUSTING AND CLEANING
Upon completion of installation of conduits and boxes, inspect interiors of conduits and
boxes; clear blockages; and remove burrs, dirt, and construction debris.
END OF SECTION
Page 333 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260548-1
60225711 -7 Sep 2021
SECTION 260548 SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes the requirements for furnishing and installing seismic restraint
devices for electrical equipment.
1.02 RELATED WORK SPECIFIED ELSEWHERE
When it applies, this section is referenced in other sections of the specifications.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit seismic anchoring calculations with equipment submittals. Calculations shall be
performed by a licensed civil or structural engineer registered in the state of California.
C.Submit equipment anchoring methods. Include anchoring locations, anchor types, and
minimum anchor embedment depths. Anchors shall have ICC-approved anchorage
values.
1.04 PROJECT-SPECIFIC CRITERIA
A.Importance Factor, Ip: 1.5.
B.Occupancy Category: III.
C.Seismic Design Category: D.
D.Site Class: E.
E.SDS:0.90g.
F.SD1:0.873g.
G.Ap and Rp per ASCE Table 13.6-1.
PART 2 -MATERIALS
2.01 SEISMIC DESIGN OF EQUIPMENT
Equipment fabricated or assembled at manufacturers’ premises shall be designed and
constructed in such a manner that all portions, elements, subassemblies, and/or parts of
Page 334 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260548-2
60225711 -7 Sep 2021
said equipment and the equipment as a whole, including their attachments, shall have the
capability of withstanding seismic forces specified under “Seismic Anchoring and
Restraints” below.
2.02 SEISMIC ANCHORING AND RESTRAINTS
A.Equipment Anchors: Electrical equipment shall be securely anchored. Anchoring shall
have the capability of withstanding seismic forces per Section 16 of the California
Building Code (CBC)and ASCE 7-05, Chapter 13.
PART 3 -EXECUTION
3.01 EQUIPMENT
Install equipment anchors in accordance with the final shop drawing and manufacturer's
recommendations. Properly torque all bolts to the required values.
END OF SECTION
Page 335 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SHORT-CIRCUIT, PROTECTIVE DEVICE COORDINATION,260573-1
AND ARC-FLASH STUDY
60225711 -7 Sep 2021
SECTION 260573 SHORT-CIRCUIT AND ARC-FLASH STUDY
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes the requirements for furnishing a short-circuit and arc-flash
hazard analysis.
1.02 SUBMITTALS
Submit the study in accordance with Section 260500.
PART 2 -MATERIALS
2.01 ARC FLASH LABEL
A.Arc flash labels shall identify the following as a minimum (distances indicated shall be
in inches):
1.Flash Hazard Boundary:Threshold at which burn level exceeds 1.2 cal/cm2.
2.Calculated incident energy at indicated working distance (18 inches).
3.Hazard risk category and personal protective equipment (PPE)description.
4.Equipment rated voltage.
5.Required electrical glove class.
6.Shock Hazard Boundaries: Limited approach, restricted approach, and prohibited
approach (based on equipment rated voltage).
7.Location (name of board).
8.Name of organization that performed the analysis,contact information, and date
analysis was performed.
B.Labels shall carry either a “DANGER”or “WARNING”header, depending on whether
an accident will or can result in injury or death, as stated in ANSI Z534.4.f.Header shall
also include the following:“QUALIFIED WORKERS ONLY –PPE REQUIRED.”
C.Labels shall carry a footer that reads “Warning: Changes in equipment settings or system
configuration will invalidate the calculated values and PPE requirements.”
Page 336 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SHORT-CIRCUIT, PROTECTIVE DEVICE COORDINATION,260573-2
AND ARC-FLASH STUDY
60225711 -7 Sep 2021
D.Labels shall be approximately 6 inches long by 4 inches wide,die-cut and shall come on
industrial-quality adhesive-backed vinyl.
PART 3 -EXECUTION
3.01 GENERAL
A.Perform study using commercially available computer software,such as Power Tools for
Windows by SKM Systems Analysis, Inc.;ETAP by Operation Technology, Inc.;or
equal.
B.Perform study under the supervision of and signed by a registered professional electrical
engineer.
C.The study shall include scope, results, comments, and suggestions.Evaluation
procedures shall follow applicable ANSI, NEMA, IEEE, and UL standards.
D.Obtain referenced or required characteristics and data from pertinent equipment
manufacturers and from serving utility company,as applicable.Obtain lengths and sizes
of conductors from the drawings.Collect any field data of existing equipment needed for
the study.
E.Do not perform study based on assumptions for lack of data.
3.02 SHORT-CIRCUIT STUDY
A.Short-circuit study shall provide calculations for the maximum short-circuit currents
produced by balanced 3-phase and unbalanced faults at each bus shown in the single line
diagrams.Short-circuit study shall be performed for system connected to utility.
B.Motor contributions to short circuit shall be included.
C.Evaluation shall include status (pass/fail), calculated short circuit current, short circuit
rating of device, ratio of calculated short-circuit current to short-circuit rating of device
in percent.
3.03 ARC-FLASH HAZARD ANALYSIS AND EQUIPMENT LABELING
A.Perform an arc-flash hazard analysis in compliance with the latest edition of NEC
110.16 and NFPA 70E 110.8(B)(1) for the electrical equipment in accordance with
Annex D of NFPA 70E and IEEE 1584 to identify:
B.The arc-flash protection boundaries, defined in Article 130.3(A) as "an approach limit at
a distance from exposed live parts within which a person could receive a second-degree
burn if an electrical arc flash were to occur."
C.The shock hazard boundaries.
Page 337 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SHORT-CIRCUIT, PROTECTIVE DEVICE COORDINATION,260573-3
AND ARC-FLASH STUDY
60225711 -7 Sep 2021
D.The PPE and protective clothing necessary, based on the incident energy present at the
working distance for the task to be performed, as described in Article 130.3(B) and
Article 130.7.
E.New motor control center shall be provided with electric shock and arc flash labels.
Labels shall be provided for each section of motor control center.Arc flash study shall
not exclude equipment exempted by NFPA 70(E) and IEEE 1585, which allow exclusion
of equipment that operates at 240 volts maximum and is fed from a transformer smaller
than 125 kVA.
3.04 REEVALUATION OF ANALYSIS
Owner will have the right to request reevaluation of any part of the coordination and arc
flash analysis to improve coordination or to reduce arc flash risk category or to eliminate
cable protection inadequacy. Owner reserves the right to contact the individual who
performed the study or to witness the actual reevaluation at the premises of the
organization performing the study and shall be allowed to make suggestions. All of these
services shall be provided at no extra cost.
END OF SECTION
Page 338 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
SHORT-CIRCUIT, PROTECTIVE DEVICE COORDINATION,260573-4
AND ARC-FLASH STUDY
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 339 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS ELECTRICAL DEVICES 260590-1
60225711 -7 Sep 2021
SECTION 260590 MISCELLANEOUS ELECTRICAL DEVICES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of miscellaneous electrical devices and
equipment, such as disconnect switches, float switches, and receptacles.
1.02 RELATED WORK SPECIFIED ELSEWHERE
General Electrical Requirements:260500.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit ratings and characteristics including voltage ratings, continuous current ratings,
conduit entry restrictions, and enclosure type and dimensions.
PART 2 -MATERIALS
2.01 FLOAT SWITCHES
A.Each float switch shall contain a single-pole mercury-free switch that shall actuate when
the longitudinal axis of the float is horizontal and deactuate when the liquid level falls 1
inch below the actuation elevation. Float construction shall consist of a polypropylene
housing with a firmly bonded electrical cable protruding. One end of the cable shall be
permanently connected to the enclosed mercury switch, and the entire assembly shall be
encapsulated to form a completely watertight and impact-resistant unit.
B.Switch rating shall be 10 amperes at 120 volts, 60 hertz, noninductive. Switch contacts
shall be normally open or normally closed as detailed in the schematic drawings. Float
cable shall be PVC Type STO, No. 18 conductors (41 strand) rated 600 volts.
C.Floats shall include an internal stabilizing weight so that the float may be suspended
from above.
D.Float switches shall be ECO-Float Model GSI by Anchor Scientific or equal.
2.02 RECEPTACLES
General purpose receptacles shall be ground fault interrupter (GFI) type. Receptacles
shall be rated 20 amperes and comply with UL 943, Class A. Provide Leviton 6398-HGI,
3M GFI-2701, or equal.Provide individually gasketed weatherproof cover plates. Plates
shall be gray polycarbonate lift-cover type.
Page 340 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MISCELLANEOUS ELECTRICAL DEVICES 260590-2
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 FIELD TESTING
A.Float Switches: Operate float switches three times, minimum, and verify that controls
operate per the drawings or other sections of these specifications. Verify float actuates at
the required level.
B.General purpose receptacles shall be tested with the circuits energized. Devices shall be
tested with a portable GFI receptacle tester capable of circulating 7.5 mA of current,
when plugged in, between the "hot" line and "ground" to produce tripping of the
receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle.
END OF SECTION
Page 341 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
PANELBOARDS 262410-1
60225711 -7 Sep 2021
SECTION 262410 PANELBOARDS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, testing, and installation of panelboards.
1.02 RELATED WORK SPECIFIED ELSEWHERE
General Electrical Requirements:260500.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Show ratings and characteristics including voltage ratings, busing arrangement,
continuous current ratings, fault current withstand ratings, neutral bus rating, enclosure
type, ratings and arrangement of overcurrent protective devices, and mounting
provisions.
C.Submit outline and dimensional drawings and conduit entry restrictions.
PART 2 -MATERIALS
2.01 GENERAL
A.Panelboards shall comply with NEMA PB 1 (panelboards) and UL 67 (electric
panelboards) requirements.
B.Provide dead-front, safety-type panelboards with ratings as scheduled. Panelboards shall
be circuit-breaker type and shall be fully rated for short-circuit capacity indicated in the
drawings. Panelboards shall be UL listed and labeled and manufactured by Tesco,
General Electric, Cutler-Hammer, Square D, Siemens, or equal.
2.02 PANELBOARD ENCLOSURES
NEMA 1 enclosures shall be fabricated from galvanized sheet steel cabinet-type
enclosures, code-gauge, minimum 16-gauge thickness. Stainless steel enclosures shall be
fabricated from 316 stainless steel. Provide enclosure with multiple knockouts and
wiring gutters. Provide fronts with adjustable indicating trim clamps, and doors with
flush locks and keys. All panelboard enclosures shall be keyed alike. Panelboards shall
have concealed door hinges. Provide baked gray enamel finish over a rust inhibitor.
Design enclosure for recessed or surface mounting as indicated. Provide enclosures
fabricated by same manufacturer as panelboards and which mate properly with
panelboards to be enclosed.
Page 342 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
PANELBOARDS 262410-2
60225711 -7 Sep 2021
2.03 BREAKERS
A.Breakers shall be molded-case type and shall comply with NEMA AB3 requirements.
Provide quick-make and quick-break toggle mechanism, inverse-time trip
characteristics, and trip-free operation on overload or short circuit. Automatic tripping
shall be indicated by a handle position between the manual OFF and ON position.
Provide trip ratings as indicated in the panelboard schedules.
B.Single-pole breakers shall be full module size; two poles shall not be installed in a single
module. Multiple circuit breakers shall be of the common-trip type having a single
operating handle.
2.04 BREAKER CONNECTIONS
Circuit breaker current-carrying connections to the bus shall be bolted type.
2.05 BUS BARS
Bus bars shall be copper. Provide a copper ground bus bar installed on the panelboard
frame, bonded to the box, and containing a number of terminal screws equal to or greater
than the maximum number of branch circuits. For panelboards with neutrals, provide
full-size neutral bus bar, unless otherwise noted in the drawings, and suitable lugs to
support maximum number of circuits.
2.06 SPACE
Where "space" is noted in the panelboard schedules in the drawings, provide connectors
and mounting brackets for the future insertion of a 20-ampere, single-pole overcurrent
device.
2.07 DIRECTORIES
Equip with interior circuit-directory frame and card with clear plastic covering. Provide
typed circuit directories. Do not provide handwritten directories.
2.08 NAMEPLATES
Provide nameplates as specified in Section 260500. Designate the identifying
nomenclature, voltage, and phase of the panel as shown in the drawings.
PART 3 -EXECUTION
3.01 ACCESSIBILITY
Install panelboards so that the top of the highest circuit breaker is not more than 6 feet
6 inches above the floor or working platform.
Page 343 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
PANELBOARDS 262410-3
60225711 -7 Sep 2021
3.02 TESTS
Operate each circuit breaker and verify that all phases of each load are disconnected.
END OF SECTION
Page 344 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
PANELBOARDS 262410-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 345 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-1
60225711 -7 Sep 2021
SECTION 262419 MOTOR CONTROL CENTER
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, testing, and installation of a low-voltage motor control
center.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Electrical Requirements:260500.
B.Seismic Restraint for Electrical Equipment:260548.
C.Protective Device Coordination Study and Arc-Flash Study:260573.
D.Panelboards: 262410.
E.Automatic Transfer Switch: 263623.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit manufacturer's descriptive and technical literature.
C.Submit manufacturer's descriptive data including ratings, single-line diagrams, three-line
diagrams, control schematic wiring diagrams, dimensional data,weights,conduit entry
restrictions, and overload relay ratings.
D.Submit control schematic diagrams in a “ladder diagram” format that satisfy the
following minimum requirements:
1.Show unique rung numbers on left side of each rung. Provide unique wire numbers
for all wires between terminals.
2.Show terminal numbers for all devices, relays, timers, contacts, etc.
3.Where the internal wiring diagrams of subassemblies are furnished on separate
sheets, show as a rectangle in the schematic diagram with external points identified
and cross-referenced to the separate sheets of the control circuit. Show coils and
contacts internal to the subassemblies in the rectangle connected to their terminal
points.
4.Use a cross-referencing system in conjunction with each relay coil so that
associated contacts may be readily located on the diagram. Where a relay contact
Page 346 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-2
60225711 -7 Sep 2021
appears on a sheet separate from the one on which the coil is shown, describe the
purpose of the contact on the same sheet. Show spare contacts.
5.Show symbols of external field devices on the schematic (ladder) diagram with
utilities turned off (electric power, air, gas, oil, water, lubrication, etc.)and with
the equipment at its normal starting position. If the equipment is shown in a
specific position, identify the position.
6.Show contacts of multiple contact devices, e.g., selector switches, on the line of
the schematic diagram where they are connected in a circuit. Indicate a mechanical
connection between the multiple contacts by a dotted line or arrow. This does not
apply to control relays, starters, or contactors. Use additional charts or diagrams to
indicate the position of multiple contact devices.
7.Show the purpose or function of switches adjacent to the symbols. Show the
purpose or function of controls such as relays, starters, contactors, solenoids,
subassemblies, and timers on the diagram on the right side of the respective rung.
8.The motor control center (MCC)manufacturer shall review the control schematic
diagrams provided in the drawings, shall identify any adjustments that might be
required to achieve the intended control features, and shall suggest such changes
for Owner’s Representative’s review. If further adjustments are required, make
such adjustments in the field, with the consent of the Owner’s Representative.
E.Submit manufacturer’s test report of the factory tests. Describe each circuit, logic
function, device, or item tested. Describe results of tests and retests. Describe corrective
action taken on defective circuits, logic functions, and devices.
1.04 OPERATION AND MAINTENANCE MANUALS
Submit operation and maintenance manuals in accordance with Section 260500.
1.05 MANUFACTURER’S SERVICES
Provide equipment manufacturer’s services at the jobsite for the minimum labor days
listed below, travel time excluded:
A.One labor day for the MCC to check the installation and advise during start-up, testing,
and adjustment.
B.One labor day to instruct the Owner’s personnel in the operation and maintenance of the
equipment.
1.06 RATINGS
Motor horsepower ratings and enclosures shown are minimum expected. This does not
limit the equipment size. When motors furnished differ from the minimum ratings
indicated, make the necessary adjustments to wiring, conduit, disconnect devices, motor
Page 347 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-3
60225711 -7 Sep 2021
starters, branch circuit protection, and other affected material or equipment to
accommodate the motors actually installed, at no additional cost to the Owner.
PART 2 -MATERIALS
2.01 GENERAL
A.MCCs shall be dead front, dead rear,floor standing,72”high and front accessible
NEMA 1 gasketed construction in a NEMA 3R nonwalk-in enclosure with locking
provisions. Provide 10-inch minimum front access space between the exterior door and
the front of the MCC. The NEMA 3R enclosure shall be provided with a duplex
convenience outlet,LED lighting operated from a lighting switch and thermostatically
controlled space heaters and ventilation fans.The voltage and ampere rating and
physical dimensions shall be as indicated in the drawings. Wiring shall be NEMA Class
II, Type B (with wiring schematics showing field devices and connections). Tag control
wiring within 2 inches of termination at each device and terminal board. Schematics
shall also show terminal numbers and interior and field wire numbers. Obtain instrument
wire numbers from instrument system supplier.
B.Provide channel iron sills and removable lifting angles.
C.Provide a separate vertical wiring compartment for each MCC section. Provide cable
supports and a hinged door separate from the unit starters.
D.Provide vertical bus insulated barriers.
E.Connect field control wires via terminal blocks.Provide hinged pull-apart terminal
blocks for control wiring where foreign voltage may be present, in compliance with
NEC 430.74.
F.Provide individual compartments separated by steel barriers and with separate hinged
doors for each starter, circuit breaker, or other unit. Locate equipment to enable
termination of field wiring from front without equipment removal.
G.Mechanically interlock starter and circuit breaker doors so doors cannot be opened with
unit energized. Provide defeater mechanism to allow intentional access while starter or
circuit breaker is energized.Make provisions for padlocking external disconnect handles
in the off position.
H.MCC shall have short-circuit current rating equal to or greater than kAIC rating shown
in the drawings.
I.Bus bars shall be copper or tin-plated copper. Provide full horizontal bus rating for entire
length of the MCC. Do not taper the bus.
J.Provide a continuous, front accessible 200-ampere-minimum ground bus extended the
full length of the MCC.
Page 348 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-4
60225711 -7 Sep 2021
K.Do not mount components or terminals on the sides of cubicles. Only mounting on back
panels or front panels is acceptable.
L.Compartments allocated for controllers and other devices and number of sections shall
not be less than those shown in the drawings. If sizes are required to be larger and/or
number of sections is required to be more, they shall be provided at no extra cost to the
Owner.
M.Provide rodent barriers at all sections.
N.Mount devices without obstruction, to be readily accessible.
O.Feeder circuit breakers shall be molded-case thermal-magnetic or electronic type.
Provide quick-make and quick-break toggle mechanism, inverse-time trip
characteristics, and trip-free operation on overload or short circuit. Automatic tripping
shall be indicated by a handle position between the manual off and on positions. Provide
trip ratings and number of poles as indicated in the drawings.
P.Combination starters shall be as described in "Combination Magnetic Motor Starters" in
this section.
Q.Each compartment shall have nameplates as specified in Section 260500.
R.MCCs shall comply with applicable NEMA, UL, and ANSI standards for industrial
control. Provide UL label on each MCC section.
S.Exterior finish shall be ANSI 49 gray.
T.Compartment covers shall be bonded to the frame of the MCC.
U.No instruments or meters operating at voltages higher than 120VAC shall be mounted on
compartment covers. Instruments that operate at voltages higher than 120VAC shall
have only their monitors operating at 120VAC or less mounted on covers.
V.The complete assembly, including anchors, shall be capable of withstanding seismic
forces per Section 260548.
W.MCCs shall be General Electric 8000 line, Cutler-Hammer Freedom or Advantage 2100,
Allen-Bradley Centerline, Siemens Tiastar, or equal.
2.02 COMBINATION MAGNETIC MOTOR STARTERS
A.Comply with NEMA ICS, Class A, and with NEC Article 430.
B.Combination motor starters shall be circuit-breaker type equipped with adjustable
magnetic-trip circuit breakers (motor circuit protectors) as noted in the drawings. The
short-circuit rating shall be at least 65,000 amperes symmetrical at 240 volts.
C.Full-voltage controllers shall be NEMA rated.IEC only rated starters shall not be used.
Page 349 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-5
60225711 -7 Sep 2021
D.The manufacturer shall verify the motor ratings and coordinate the starter overloads with
the actual horsepower ratings of the motors installed.
E.Provide indicating lights, control switches,elapsed time meters, ammeter, etc., as shown
in the schematic wiring diagrams and single-line diagrams. Mount on the front panel of
the starter.
F.Provide solid-state overload relays for protection of the motors. The relay shall be listed
under UL 508. The relay shall be ambient compensated and shall have the following
features:
1.Self-powered.
2.Class 10, 15, or 20 selectable tripping characteristics.
3.Manual or automatic reset.
4.Phase loss protection. The relay shall trip in two seconds or less under phase loss
condition when applied to a fully loaded motor.
5.Visible trip indication.
6.Ground-fault protection.
7.One normally open and one normally closed isolated auxiliary contact.
8.Test button that operates the normally closed contact.
9.Test trip function that trips both the normally open and normally closed contacts.
G.Provide externally operable overload relay reset buttons and disconnect operators.
H.Provide relays, etc., within the starter enclosure as shown in the schematic wiring
diagrams.
I.Starters shall have nameplates as specified in Section 260500.
2.03 RELAYS
A.Provide relays with the number of contacts shown on the schematic diagrams. Utilize
additional contact blocks or relays to satisfy the required number of contacts shown at no
additional cost to the Owner.
B.Control relays shall be magnetically held. Control relays shall be UL listed with NEMA
A300 rated contacts and coil voltage, number of poles, and pole arrangement as
indicated in the drawings.Relays may be plug-in type in which case they shall have
retaining clips,check button for test operation, and indicating light for coil power
indication.Relays shall be Allen-Bradley Bulletin 700, Cutler-Hammer Type
Westinghouse Type AR,Idec RR Series,or equal.
Page 350 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-6
60225711 -7 Sep 2021
C.Time-delay relays shall be UL listed with contacts rated 10-ampere noninductive load,
120 volts, with coil voltage,number of poles, pole arrangement, and maximum timing
adjustment as indicated in the drawings. Relays may be plug-in, solid-state type with
timing knob adjustment and retaining clip. Provide Potter Brumfield, Syracuse
Electronics, ISSC, or equal.
D.Intrinsically safe relays shall be solid-state electronic type equipped with a variable
resistance potentiometer that permits field adjustment of sensitivity. The relays shall
have contacts rated at 20 amperes minimum at 120-volt ac or 24-volt dc. The contacts
shall be double pole, double throw.
E.Time-delay relays with contacts indicated as instantaneous close time open (ICTO) or
instantaneous open time close (IOTC) shall be solid-state digital timer with a self-
contained adjustment potentiometer. Output contact shall be 5 amperes minimum. Relay
shall be Allen-Bradley Bulletin 852S or equal.
F.Moisture detection control unit shall detect an influx of moisture within the motor.
Provide the unit with a test push button and pilot light to check the moisture sensing
components without simulating a leak.Coordinate type of relay or relays with type of
sensors used with the motors. Relay shall have separate dry contacts for alarm and
shutdown.
2.04 MISCELLANEOUS DEVICES
A.Control switches shall be round, oiltight type, complete with legend plates and quantity
of contact blocks required for the control function.
B.Indicating lights shall be oiltight type, complete with color of lens indicated in drawings
and legend plate. Provide superbright LED lamps. Indicating lights shall be push-to-test
type.
C.Elapsed time meters shall be synchronous motor driven, 0-to 99,999.9-hour range,
nonreset type, suitable for semiflush, panel mounting.
D.Install and connect owner-furnished temperature sensor relay. Adapt control wiring to
accommodate this relay.
2.05 BACKUP CONTROLS DESCRIPTION
A.Refer to Dwg. E-106,Detail 2 Common Controls.
B.When a high-high level switch LSHH-011 is activated, it will initialize the backup
system. The level switch will energize a timer TD10 (0-30 minutes field adjustable),
which will call pump LP-01 to start after a time delay (TD11, 0-30 seconds, field
adjustable).When LP-01 starts, it will initialize another time delay (TD12, 0-30
minutes, field adjustable), which controls pump LP-02. When timer TD10 expires and
level has subsided, LP-01 will shut down, and the system will reset. When timer TD10
expires, but level is still above high-high, pump LP-01 will continue to run,and will be
Page 351 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-7
60225711 -7 Sep 2021
augmented by LP-02 when TD12 expires. In order for this scheme to work, TD12
should be set at a longer timing out setting than TD10.
C.When LP-01 is called and it does not start, the time delay TD12 will be bypassed and
LP-02 will be called to start.
2.06 FACTORY TESTS
A.Subject the MCCs to a complete functionality test. Simulate remote inputs and outputs
and verify correct operation.
PART 3 -EXECUTION
3.01 INSTALLATION
A.Secure MCC rigidly to mounting pad with anchor bolts or Phillips Drill Company
concrete anchors. Anchor bolts or concrete anchors shall be carbon steel per ASTM
A307, Grade B Type 304 stainless steel.Installation shall be in accordance with
manufacturer’s installation instructions and Section 260548.
B.Provide the services of a qualified factory-trained manufacturer’s representative to assist
in installation of the equipment specified under this section. The manufacturer’s
representative shall provide technical direction and assistance in general assembly of the
equipment, connections, and adjustments.
C.Perform the following minimum work under the technical direction of the
manufacturer’s service representative:
1.Rig the MCC assembly into final location and install on level surface.
2.Check removal cells and starter units for easy removal and insertion.
3.02 FIELD TESTS
A.Provide the services of a qualified factory-trained manufacturer’s representative to assist
in testing and start-up of the equipment specified under this section, in accordance with
manufacturer’s published start-up services. Additionally, perform the following
minimum work under the technical direction of the manufacturer’s service
representative, if not included in their published start-up services:
1.Perform insulation tests on each phase and verify low-resistance ground
connection on ground bus.Exclude such tests harmful to electronic components.
2.Torque bolted connections made in the field and verify factory-bolted connections.
3.Verify that factory-set adjustable set points of solid-state starter are in accordance
with the motor manufacturer’s recommendations.
Page 352 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
MOTOR CONTROL CENTER 262419-8
60225711 -7 Sep 2021
4.A qualified factory-trained manufacturer’s representative shall certify in writing
that the equipment has been installed, adjusted, and tested in accordance with the
manufacturer’s recommendations.Controller and motor nameplate information,
settings, and operating parameters shall be documented.Equipment shall be
inspected prior to the generation of any reports.
B.Test the operation of each interlock to verify that the interlock performs its function.
C.Test system for correct execution of control logic. Adjust wiring connections in panel to
correct errors.
D.Operate each breaker and verify that all phases of each load are disconnected.
E.Set adjustable trip circuit breakers two settings above the setting that causes the breaker
to trip during motor starting. Do not adjust the setting above 1,300% of the motor
nameplate current rating.
F.Set protective relaying, main and feeder circuit breaker adjustable set points, and time
delays in accordance with the recommended values from the protective device
coordination study in Section 260573.
3.03 SPARE FUSES
Provide six spare fuses for fused disconnect switches of each type and ampere rating
installed.
END OF SECTION
Page 353 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-1
60225711 -7 Sep 2021
SECTION 263213 STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, installation, and testing of a natural gas engine-
generator set and associated equipment to be used for standby power in the event of a
utility power failure.The backup generator shall not be used for construction needs or to
temporarily power the new lift station.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.General Electrical Requirements:260500.
C.Seismic Restraint for Electrical Equipment:260548.
D.Automatic Transfer Switch:263623.
1.03 STANDARDS
Construct equipment in accordance with the applicable requirements of the following
standards:
A.National Electrical Code (NEC).
B.American National Standards Institute (ANSI).
C.National Electrical Manufacturers Association (NEMA).
D.Institute of Electrical and Electronic Engineers (IEEE).
E.American Society for Testing and Materials (ASTM).
F.Underwriters' Laboratories, Inc. (UL).
1.04 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit shop and installation drawings and catalog data for the following equipment.
Show applicable ratings, sizes, materials, manufacturers and part numbers, and overall
dimensions and weights.
1.Itemized bill of material.
Page 354 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-2
60225711 -7 Sep 2021
2.Engine-generator base with anchor bolt sizes and layout. Submit anchor bolt
material listing. Submit catalog data for vibration isolators and calculations for
size and number of anchor bolts.
3.Engine.
4.Generator.
5.Voltage regulator.
6.Sound attenuation enclosure.
7.Silencer.
8.Control panel, generator mounted
9.Battery charger.
10.batteries
11.Jacket water heater.
C.Submit system schematic diagram showing piping and wiring interconnections with
sizes and quantities. Submit ladder-type schematic electrical diagrams with legend
identifying devices on diagrams.
D.Submit installation data sheet giving natural gas, lubricating oil, and exhaust and
ventilation requirements.
E.Submit a start-up inspection report signed by the engine manufacturer's authorized field
service representative.
F.Submit factory test report including sound levels and exhaust emissions.
G.Submit copies of installation and permits obtained from the Air Pollution Control
District.
H.Submit three copies of operation and maintenance manuals.
1.05 MANUFACTURER'S SERVICES
Provide equipment manufacturer's services at the jobsite for the minimum labor days
listed below, travel time excluded:
Two labor days to check the installation and advise during start-up, testing, and
adjustment of the equipment and to instruct the Owner's personnel in the operation and
maintenance of the equipment. Submit operation and maintenance manuals prior to this
instruction.
Page 355 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-3
60225711 -7 Sep 2021
1.06 WARRANTY
Equipment furnished under this section shall be guaranteed against defective parts or
workmanship for a period of 24 months from date of acceptance by the Owner.
PART 2 -MATERIALS
2.01 MANUFACTURERS
A.The engine, generator and generator control panel shall be manufactured in the U.S. by
manufacturers currently engaged in the production of such equipment. An authorized
distributor maintaining a parts depot and 168-hour-per-week service facility shall be
located within a 75-mile radius of the jobsite.
B.The engine-generator shall be manufactured by Caterpillar, Inc., Cummins, Inc., Kohlar
or equal.
2.02 RATING
The rating of the standby engine-generator shall be as listed below and based on
operation of the set when equipped with all operating accessories, such as air cleaners,
lubricating oil pump, fuel injection pump, and cooling fan. The specified standby kw
shall be for continuous electrical service during interruption of the normal utility source.
A.Standby Rating:60 kw (minimum).
B.Engine Speed: 1,800 rpm (maximum).
C.Voltage: 240/120 volts, 3 phase, 4 wire.
D.Frequency: 60 hertz.
E.Power Factor: 0.8.
F.Air Temperature: 110°F maximum,20°F minimum.
G.Instantaneous voltage dip shall not be greater than 30% when full rated load and power
factor are applied to generator set in one step.
2.03 ENGINE
A.General: The engine shall be the standard product of the manufacturer, a current
production model, and have the following features:
1.Naturally aspirated.
2.Four-stroke cycle.
Page 356 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-4
60225711 -7 Sep 2021
3.Water-cooled.
4.Capable of the rated output when operating on natural gas.
B.The engine shall meet AQMD requirements for Tier III.
C.Provide the engine with the following accessories:
1.Fuel, lube oil, and intake air filters.
2.Flexible fuel lines.
3.Jacket water heater.
4.Engine-mounted water pump.
5.Coolant shut-off valves for jacket water heater.
6.Lube oil cooler.
7.Combination intake filter/silencer.
D.Starting System:
1.Provide a 12-or 24-volt d-c electric starting system with positive engagement
drive.
2.Provide lead-acid storage battery of the heavy-duty diesel-starting type. The
battery shall have sufficient capacity to provide for one-and-one-half-minute total
cranking time without recharging and shall be 20-hour rated. Provide a unit-
mounted corrosion-resistant fiberglass battery box. Provide battery cables and
replaceable connectors.
3.Provide a UL-listed, two rate, current-limiting battery charger to automatically
recharge batteries. It shall include overload protection, silicon diode full wave
rectifiers, voltage surge suppressors, d-c ammeter, and fused a-c input. A-C input
voltage shall be 120 volts. Output shall be no less than 2 amperes. Provide a dry
contact for monitoring common fault and alarm.
E.Lubrication System: Fix a pressure-type lubricating system with gear-type oil pump and
full flow oil filter to the engine. Filters shall be threaded spin-on type or can type with
replaceable filter elements, conveniently located for servicing. Provide filters with a
spring-loaded bypass valve to ensure oil circulation if filters are clogged. Provide an oil
drain with manual valve.
F.Safety Switches: Provide generator control panel with devices for indication and control
of the following conditions at the generator control panel. Provide full NFPA 99 meter
and alarm kit including the following.
Page 357 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-5
60225711 -7 Sep 2021
1.Low oil pressure (shutdown) and lamp (red).
2.Overcrank (shutdown) and lamp (red).
3.High engine temperature (shutdown) and lamp (red).
4.Overspeed (shutdown) and lamp (red).
Overspeed trip and cranking termination shall be by a dual element electronic-type
speed switch that operates on magnetic impulses from the flywheel ring gear or
other engine-timed gear. Overspeed trip setting shall be 118% of synchronous
speed. The low setting shall be used to automatically ensure continued engine
cranking until the engine has reached 600 rpm, even if the oil pressure is up to an
acceptable level at a lower speed.
G.Governing System:
1.Provide an adjustable isochronous governor of the electrical-hydraulic or all
electric type with electrical speed sensing. Governor shall provide adjustable speed
setting from 58-to 62-hertz adjustable speed regulation, adjustable load limit from
100% to 110% of unit rating, and shall also control the engine at recommended
idle speed. The governor shall be capable of maintaining the frequency constant
within ±0.5% for any constant load from no load to full generator rating. After a
sudden load change of 25% of rated load, the governor shall reestablish stable
operating conditions in not less than two seconds. Stable operation is defined as
operation at a frequency that is constant within ±1% of rated frequency. The
maximum change of frequency during the two-second surging period shall not
exceed 1.5 hertz.
2.Governor shall be Woodward, Barber Colman, DYNALCO, or equal.
2.04 JACKET WATER HEATER
Jacket water heater shall be factory installed on the engine with thermostat controls.
Heater shall be sized by the manufacturer to maintain coolant temperature of 100°F
minimum,120 volts,single phase, 60 hertz.
2.05 GENERATOR
A.General:
1.The generator shall be a 3-phase, 60-hertz, single-bearing, dripproof, rotating field,
synchronous type, with 3-phase rotating armature brushless permanent magnet
exciter. Provide Class F or H insulation on the stator and rotor. Further protect
both with 100% epoxy varnish impregnation and an overcoat of resilient epoxy
asphalt insulating material to increase resistance to abrasive dust or sand, high
humidity, and light acidic, oil, or salt-laden atmospheres, as well as prevent fungus
growth.
Page 358 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-6
60225711 -7 Sep 2021
2.The wave form deviation factor of the line-to-line voltage at no load and balanced
rated load at 0.80 power factor shall not exceed 5%. The rms of all harmonics shall
be less than 3% and that of any one harmonic less than 2% at full rated load.
3.Conform to the applicable NEMA standards for motors and generators, MG 1.
Base rating of generator on continuous operation at 0.80 power factor.
4.Provide 120/240-volt anticondensation heater.
B.Regulator: The voltage regulator shall be a static type and shall maintain a constant and
stable generator output voltage within ±2% of nominal for all steady-state loads from no
load to full load. A 5% variation in frequency and the effects of field heating shall not
affect the unit's regulation performance. Provide stability and voltage range adjustments.
2.06 STRUCTURAL STEEL BASE
A.Mount the engine-generator on a structural steel base. Provide holes for mounting bolts.
Provide the structural steel base with means for lifting the unit for shipment and
installation. Clearly identify lift points and total weight and permanently mark on the
base.
B.Anchor the steel base to an equipment pad with an anchorage system designed per
Section 260548. Submit calculations.
C.Isolate the structural steel base from the equipment pad by fiberglass pad-type isolators
with bonded steel load plate and separate snubber washers. Isolators shall be Peabody
Noise Control, Inc.; Kinetics brand, Type SN; or equal.
2.07 EXHAUST SYSTEM
A.Exhaust system shall consist of a silencer, flexible exhaust fitting, exhaust piping,
insulation, and mounting hardware.
B.Provide a chamber-type critical grade silencer constructed of carbon steel with a baked
on silicon-based coating rated for 1100°F minimum. Silencer shall include a condensate
drain tapping. Exhaust noise shall not exceed 65 dBA at 25 feet. Provide brackets,
companion flanges, gaskets, and fasteners for mounting on roof or from ceiling of
enclosure. Silencer shall be as manufactured by Universal, GT Exhaust Systems, Riley-
Beaird, or equal.
C.Silencer and exhaust pipe size shall be sufficient to ensure that measured exhaust
backpressure does not exceed the maximum limitations specified by the generator set
manufacturer.
D.Exhaust piping shall be carbon steel pipe conforming to ASTM A53, Type E or S, or
ASTM A135. Provide standard weight per ASME B36.10. Provide flanged or welded
type fittings. Provide sufficient flanged fittings to permit the system to be entirely
dismantled in sections. Elbows shall be smooth long-radius type.
Page 359 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-7
60225711 -7 Sep 2021
E.Mount the exhaust system in a manner to allow for thermal expansion and contraction
over a temperature range of -20°F to 1200°F.
2.08 GENERATOR CONTROL PANEL
A.Provide a NEMA 1, vibration isolated, dead front, 16-gauge steel electronic modular
control panel with lockable, hinged cover. Mount and wire the control panel to the
engine-generator set. The panel shall include the following equipment:
1.Oil pressure gauge.
2.Water temperature gauge.
3.Automatic/manual start/stop engine control with programmable safety indicators
for low oil pressure, high coolant temperature, overspeed, over-crank, and
emergency stop.
4.Cycle Cranking: Adjustable crank/rest periods.
5.Energized to run or shut down fuel control systems.
6.Indicators for engine oil pressure, coolant temperature, engine rpm, system d-c
volts, engine running hours, eight-system diagnostic codes, generator a-c amperes,
and generator frequency.
7.Control system diagnostic codes for troubleshooting and system protection.
8.Engine control switch.
9.Ammeter-voltmeter indicators.
10.Emergency stop push button.
11.Indicator/display test switch.
12.Voltage adjust potentiometer.
B.Meters, circuit breakers, control switches, and current transformers shall be General
Electric or equal.
C.Provide relays and timing devices with clear polycarbonate dust covers. Devices shall be
plug-in type. Output contacts shall be rated 10 amperes at 12-volt dc.
D.Provide engraved or etched nameplates to show position of switches and function of
pilot lights, push buttons, and meters. Do not provide embossed tape.
E.Provide fully automatic generator set start-stop controls in the generator panel. Controls
shall operate as follows:
Page 360 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-8
60225711 -7 Sep 2021
1.When the function switch is in automatic position and upon closure of a set of
external contacts or when the switch is in manual position, the engine shall
automatically crank. An adjustable cranking limiter shall allow 3 cycles of 15
seconds' crank followed by 15 seconds' rest. If the engine fails to start after this
time, the starting circuit shall be locked out and the over-crank shutdown light
initiated.
2.When operating in the automatic mode and the remote engine run contact opens,
the engine shall shut down.
3.Initiation of any safety shutdown shall immediately stop the engine and light the
appropriate light. Upon correction of the fault, the shutoff system shall be made
operable by an appropriate reset switch.
4.Provide dry contacts for monitoring generator run status and generator common
fault and alarm.
F.Provide dry contacts for the following signals:
1.Power available.
2.Common alarm.
3.Auto.
2.09 MAIN LINE CIRCUIT BREAKER
Provide a main line molded case circuit breaker sized in accordance with the NEC.
Install on the generator in a NEMA 1 enclosure or in the generator control panel to
function as a load circuit interrupting and protection device. It shall operate both
manually for normal switching function and automatically during overload and short-
circuit conditions. Circuit breaker shall trip free of the handle. The handle position, or a
luminescent flag, shall indicate "Off," "On," or "Tripped" breaker positions. The trip unit
for each pole shall have elements providing inverse time delay during overload
conditions and instantaneous magnetic tripping for short-circuit protection. Provide and
mark insulated neutral terminals and a ground terminal. The circuit breaker shall meet
standards established by UL, NEMA,and NEC. Do not use generator exciter field circuit
breakers in lieu of a main line circuit breaker.
2.10 PRESSURE REGULATOR
Provide a pressure regulator, flex line connection to generator and ball valve for gas
service to generator where shown on the plans. Pressure regulator shall non-electirc,
min 1-inch NPT,rated for the maximum required throughput of the generator and
capable of regulating service line regulated pressure provided by The Gas Company to
the inlet pressure required for the generator.
Page 361 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-9
60225711 -7 Sep 2021
2.11 SOUND ATTENUATION ENCLOSURE
Provide a weatherproof enclosure fabricated of 12-gauge galvanized steel with baked
enamel finish. Enclosure shall have lockable, hinged access doors, stainless steel
hardware, sound attenuating interior insulation and noise reduction type air louvers. Full
load sound level shall not exceed 68 dBA measured anywhere around the enclosure at a
distance of 23 feet.
PART 3 -EXECUTION
3.01 INSTALLATION
A.Apply for and obtain permits and licenses pertaining to the Air Pollution Control District
for the installation and operation of this equipment in the name of the Owner. Obtain
permits prior to installation of the equipment.
B.The Contractor shall coordinate the construction of engine-generator set foundations,
piping systems, and conduit stub-ups with the generator set manufacturer's written
requirements. Foundation blocks, anchor bolt layouts, and piping and quantity and
locations of conduit stub-ups may have to be modified from those shown in the
drawings. Such work shall be at the Contractor's expense.
C.The entire unit and other equipment shall be completely installed, wired, and plumbed
by the engine supplier prior to shipment to the installation site.
3.02 PIPING
Pitch horizontal runs of exhaust pipe away from the engine. Provide condensate traps
with petcocks or valves at low spots in the exhaust system. Fit pipe penetrating walls or
roofs with a ventilated thimble.
3.03 START-UP
A.On completion of the installation, the initial start-up shall be performed by a factory-
trained service representative of the engine supplier, who shall thoroughly inspect,
activate the jacket water heater, operate, test, and adjust the equipment. The inspection
shall include the soundness of all parts, completeness of all details, proper operation of
all components with special emphasis on safety devices, correctness of settings, proper
alignments, and correct phase rotation to match other sources.
B.Field tests shall include the following:
1.Simulate power failure by tripping the main breaker and demonstrate complete
manual and automatic start, load, unload, and stop sequence of the engine-
generator.
Page 362 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
STANDBY ENGINE-GENERATORS (100 KW AND SMALLER)263213-10
60225711 -7 Sep 2021
2.Conduct a two-hour run, utilizing maximum available load. If available load is less
than 75% of the generator's rating, then add loads to obtain 75% generator loading
(minimum). The generator supplier shall provide load banks and make necessary
connections to provide the required 75% load.
C.Perform start-up in presence of the Engineer. Provide notification of start-up date a
minimum of three days prior to the date.
END OF SECTION
Page 363 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
AUTOMATIC TRANSFER SWITCH
60225711 -7 Sep 2021 263623-1
SECTION 263623 AUTOMATIC TRANSFER SWITCH
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of automatic transfer switches.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Electrical Requirements:260500.
B.Seismic Restraint for Electrical Equipment:260548.
C.Motor Control Center:262419.
D.Standby Engine-Generators: 263213.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 260500.
B.Submit manufacturer's descriptive data including ratings, circuit diagrams, dimensional
data, conduit entry restrictions, and a list of accessories.
1.04 OPERATION AND MAINTENANCE MANUALS
Submit operation and maintenance manuals in accordance with Section 260500.
1.05 MANUFACTURER'S SERVICES
Provide manufacturer's services at the jobsite for the minimum labor days listed below,
travel time excluded:
Two labor days to check the installation and advise during start-up, testing, and
adjustment of the transfer switch.
PART 2 -MATERIALS
2.01 TRANSFER SWITCH
A.Transfer switch shall be open type and installed in a vertical section of a motor control
center as shown in the drawings.Transfer switch shall have number of poles, amperage,
and voltage ratings as shown in the drawings. Withstand current rating shall not be less
than 42,000-ampere rms symmetrical.
Page 364 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
AUTOMATIC TRANSFER SWITCH
60225711 -7 Sep 2021 263623-2
B.Switch shall be listed per UL 1008 as a recognized component for emergency systems
and rated for all classes of loads.
C.Transfer switch shall be electrically operated and mechanically held in each direction by
a single operating mechanism momentarily energized from the source to which the load
shall be transferred. Accomplish mechanical locking in each direction without the aid of
latching solenoids, toggle mechanisms, or gear arrangements. Total operating transfer
time shall not exceed one-sixth of a second.
D.Operation shall allow for delayed transition.An overload or short circuit shall not cause
the switch to go to a neutral position. Do not use main contact structures not originally
manufactured for transfer switch service (molded case circuit breakers or contactors).
Inspection and replacement of all contacts (stationary and arcing) shall be possible from
the front of the switch without any disassembly of operating linkages or power
conductors. Provide a handle to permit no-load manual operation.
2.02 ACCESSORIES
A.Provide a solid-state sensing and control logic panel. Include the following operational
characteristics:
1.Adjustable (0.5 to 6.0 seconds) time delay on engine starting to override
momentary dips in normal source, set at 1 second.
2.Full phase voltage relay supervision of the normal source with at least one close
differential relay to detect "brownout" condition, set at 70% dropout and 90%
pickup.
3.Voltage/frequency lockout relay to prevent premature transfer, set at 90% voltage
and 90% frequency.
4.Engine starting control contacts (one normally open and one normally closed).
5.Adjustable (2 to 25 minutes) time delay on retransfer to normal, set at 20 minutes.
6.Unloaded running time delay for generator cool down (adjustable 0.1 to 10
minutes), set at 5 minutes.
7.Transfer to emergency time delay (adjustable 1 to 300 seconds), set at 1 second..
B.Provide a system test switch (momentary type) on the front of the enclosure.
C.Manual push button to bypass the time delay on retransfer.
D.Indicating lights to indicate source to which the load is connected.
E.Indicating light to indicate presence of normal power source.
Page 365 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
AUTOMATIC TRANSFER SWITCH
60225711 -7 Sep 2021 263623-3
F.Engine Exerciser: The controller shall provide an internal engine exerciser. The engine
exerciser shall allow the user to program up to seven different exercise routines. For
each routine, the user shall be able to:
1.Enable or disable the routine.
2.Enable or disable transfer of the load during routine.
3.Set the start time.
4.Time of day.
5.Day of week.
6.Week of month (first, second, third, fourth, alternate, or every).
G.Set the duration of the run control switches and indicating lights shall comply with
Section 262419.
H.Auxiliary contacts for remote indication of switch position, one normally open and one
normally closed contact for normal and emergency position and utility fail
I.Transfer switch shall include two pilot contacts (10 amperes at 240-volt ac) that open
three seconds (nominal) prior to transfer and reclose three seconds (nominal) after
transfer. These contacts will deenergize motor loads during the transfer time of the
switch.
J.The complete assembly including anchors shall be capable of withstanding seismic
forces per Section 260548.
K.If ethernet capable, provide Cat 6 ethernet connection to Instrument Control Panel.
END OF SECTION
Page 366 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
AUTOMATIC TRANSFER SWITCH
60225711 -7 Sep 2021 263623-4
PAEG LEFT BLANK INTENTIONALLY
Page 367 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEARING, STRIPPING, AND GRUBBING 311100-1
60225711 -7 Sep 2021
SECTION 311100 CLEARING, STRIPPING, AND GRUBBING
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes the work included in clearing, stripping, grubbing, and preparing
the project site for construction operations.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Existing Conditions:Standard Specifications.
B.Protecting Existing Underground Utilities:020120.
C.Earthwork:312300.
D.Trenching, Backfilling, and Compacting:312316.
1.03 CLEARING
Remove and dispose of trees, snags, stumps, shrubs, brush, limbs, sticks, branches, and
other vegetative growth. Remove rocks, tiles, and lumps of concrete. Remove all evidence
of their presence from the surface. Remove and dispose of trash piles and rubbish. Protect
structures and piping above and below ground, trees, shrubs, vegetative growth,and
fencing which are not designated for removal.
1.04 STRIPPING
A.Remove and dispose of organic sod, grass and grass roots, and other objectionable material
remaining after clearing from the areas designated to be stripped.
1.05 GRUBBING
After clearing and stripping, remove and dispose of wood or root matter, including stumps,
logs, trunks, roots, or root systems greater than 1 inch in diameter or thickness to a depth
of 12 inches below the ground surface.
1.06 TOPSOIL SALVAGE
A.Salvage, at a minimum, the top 8 inches of soil (12 inches in agricultural areas or areas
containing organic-rich topsoil as determined by City Representative) during grading,
blading, trenching, or other earth moving activities.
B.Stockpile topsoil separately from subsoils. Stockpile in windrows not exceeding 3 feet in
height.
Page 368 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEARING, STRIPPING, AND GRUBBING 311100-2
60225711 -7 Sep 2021
A.If topsoil windrows be stored and unused for more than 1 month,protect salvaged
topsoil from erosion by temporary seeding with a native seed mix consisting of species
and in amounts listed in Table 1 below.Overhead-spray irrigate with a watering truck
with nozzles set to “mist” to prevent runoff. Irrigate weekly from April 1 –May 31 and
September 1 –October 31,and twice per week from June 1 –August 31 until topsoil is
reused for restoration.Do not cover soil with any type of waterproof cover as this will
result in topsoil degradation.
Table 1. Topsoil Erosion Protection Seed Mix:
Scientific Name Common Name Rate per Acre
Bromus carinatus ‘Cucamonga’Cucamonga brome 35 lbs PLS
Festuca microstachys three-weeks fescue 6 lbs PLS
Trifolium wildenovii tomcat clover 4 lbs PLS
Nassela cernua nodding needlegrass 5 lbs PLS
Elymus glaucus blue wildrye 10 lbs PLS
Hordeum californicum California meadow barley 5 lbs PLS
TOTAL:65 lbs PLS
PART 2 -MATERIALS
2.02 TREES AND SHRUBBERY
Existing trees, shrubbery, and other vegetative material may not be shown in the drawings.
Inspect the site as to the nature, location, size, and extent of vegetative material to be
removed or preserved, as specified herein. Preserve in place trees that are specifically
shown in the drawings and designated to be preserved.
2.03 PRESERVATION OF TREES, SHRUBS, AND OTHER PLANT MATERIAL
A.Save and protect plant materials (trees, shrubbery, and plants) beyond the limits of clearing
and grubbing from damage resulting from the work. No filling, excavating, trenching, or
stockpiling of materials will be permitted within the drip line of these plant materials. The
drip line is defined as a circle drawn by extending a line vertically to the ground from the
outermost branches of a plant or group of plants. To prevent soil compaction within the
drip line area, no equipment will be permitted within this area.
B.Cut and remove tree branches where necessary for construction. Remove branches other
than those required for a balanced appearance of any tree. Treat cuts with a tree sealant.
PART 3 -EXECUTION
3.01 CLEARING, STRIPPING, AND GRUBBING AREAS AND LIMITS
A.Clear, strip, and grub excavation and embankment areas associated with new structures,
slabs, walks, and roadways.
Page 369 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEARING, STRIPPING, AND GRUBBING 311100-3
60225711 -7 Sep 2021
B.Limits of clearing, stripping, and grubbing:
1.Excavation, Excluding Trenches: 3 feet beyond tops of cut slopes.
2.Trench excavation for piping and electrical conduits: 3 feet from edge of trench.
3.Earth Fill:3 feet beyond toe of permanent fill as indicated in the drawings.
4.Structures: 5 feet beyond footings.
5.Streets, Roadways, and Parking Areas:3 from toe of fill or top of cut.
6.Sidewalks:1 feet beyond edges.
3.02 DISPOSAL OF CLEARING AND GRUBBING DEBRIS
Do not burn combustible materials. Remove cleared and grubbed material from the
worksite and dispose.
3.03 DISPOSAL OF STRIPPED MATERIAL
Remove stripped material and dispose offsite.
END OF SECTION
Page 370 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CLEARING, STRIPPING, AND GRUBBING 311100-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 371 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-1
60225711 -7 Sep 2021
SECTION 312300 EARTHWORK
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, testing, and installation of earthwork for excavations,
fills, and embankments for roadways, structures, and sites and accessory items such as
filter fabric.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Existing Conditions:Standard Specifications.
B.Protecting Existing Underground Utilities:020120.
C.General Concrete Construction:030500.
D.Clearing, Stripping, and Grubbing:311100.
E.Trenching, Backfilling, and Compacting:312316.
F.Dewatering: 312319
G.Gravel and Crushed Rock Base for Structures:312323.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit report from a testing laboratory verifying that the material contains less than
0.25%asbestos by weight or volume and conforms to the gradation specified.Submit
asbestos test results with the submittals for materials gradation. Material gradation
reports without the accompanying asbestos test results will be rejected as incomplete.
C.Submit dewatering plan including disposition of groundwater.
D.Submit manufacturer's catalog data and a sample of filter fabric.
E.Submit a shoring plan for all excavations where shoring is required.
1.04 TESTING FOR COMPACTION
A.The Owner will test for compaction and relative density as described below.
B.Determine the density of soil in place by by nuclear methods, ASTM D6938.Additional
densities will be required if the backfill material is visually variable. The minimum size
Page 372 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-2
60225711 -7 Sep 2021
shall be 8 inches, and size 16/30 or 10/20 silica sand shall be used.Compaction tests will
be performed for each lift or layer.
C.Determine laboratory moisture-density relations of soils per ASTM D1557.If nuclear
methods are used for in-place density determination, the compaction test results for
maximum dry density and optimum water content shall be adjusted in accordance with
ASTM D4718. This will be required for determination of percent relative compaction
and moisture variation from optimum.
D.Determine the relative density of cohesionless soils per ASTM D4253 and D4254.
E.Sample materials per ASTM D75.
F."Relative compaction" is the ratio, expressed as a percentage, of the inplace dry density
to the laboratory maximum dry density.
G.Compaction shall be deemed to comply with the specifications when no test falls below
the specified relative compaction. The Contractor shall pay the costs of any retesting of
work not conforming to the specifications.
1.05 DISPOSAL OF EXCESS MATERIALS
Excess site excavated or wasted material shall be disposed of offsite by the Contractor at
his expense. No prearranged disposal site or related permits have been determined or
secured by the Owner.
1.06 MATERIAL AVAILABILITY
If sufficient earthwork material to complete the work is not available at the site, secure
source of material and permits to complete the project requirements.
1.07 MEASUREMENT AND PAYMENT
Payment for all the work in this section, exclusive of authorized overexcavation, shall
not be paid as a separate item but shall be included in other bid items that include this
work.
1.08 MEASUREMENT AND PAYMENT FOR AUTHORIZED OVEREXCAVATION
Measurement of the volume of material for payment of authorized overexcavation will
be made by taking cross sections after excavation and calculating the volume using the
average end area method. The Owner will measure and calculate the volume. The
volume for payment will be the gross volume, up to the elevation of the finished
earthwork subgrade. A change order will be made as described in the Standard
Specificatoins based upon a unit price according to actual time and material volume of
earthwork. No payment will be made for unauthorized excavated and fill material
exceeding the contract lines and grades.
Page 373 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-3
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 STRUCTURAL BACKFILL
A.Structural backfill is material that is to be placed adjacent to and around piping and
structures.
B.Structural backfill shall be sand per paragraph 2.03.
C.Excavated onsite material may not be used for structural backfill.
2.02 FILL
Fill material is material that is to be placed in locations that are not to be constructed as
structural backfill. Fill material shall be granular material with a minimum cohesion of
100 PSF and a minimum internal angle of friction of 27 degrees.
2.03 SAND, INCLUDING IMPORTED SAND FOR PIPE ZONE AND PIPE BASE IN PIPE
TRENCHES
A.Granular material free from clay balls, organic matter, and other deleterious substances
and conforming to the following gradations:
Sieve Size Percent Passing By Weight
1 inch 100
No. 4 85 to 95
No. 30 35 to 70
No. 200 0 to 15
B.Sand shall have a minimum sand equivalent of 30 per ASTM D2419.
2.04 SAND-CEMENT SLURRY BACKFILL
Sand-cement slurry backfill shall consist of one sack (94 pounds) sacks of Type I or II
portland cement added per cubic yard of imported sand and sufficient water for
workability.
2.05 AGGREGATE BASE FOR HYDRAULIC STRUCTURES
See Section 312323.
Page 374 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-4
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 DEWATERING
Provide and operate equipment adequate to keep excavations and trenches free of water.
Remove water during period when concrete is being deposited, when pipe is being laid,
and during the placing of backfill. Avoid settlement or damage to adjacent property.
Dispose of water in a manner that will not damage adjacent property. When dewatering
open excavations, dewater from outside the structural limits and from a point below the
bottom of the excavation.See Section 312319.
3.02 EXCAVATION
A.Excavations shall have sloping, sheeting, shoring, and bracing conforming with
29CFR1926 Subpart P-Excavations, CAL/OSHA requirements, and the General
Provisions.
B.Protect the existing lift station during construction. Existing lift station shall be
continuously operated until after successful completion of commissioning and startup.
Shoring shall be designed to protect existing facilities.
C.Construction noise shall be limited to 80 dBA at 300 feet during working hours.
D.BMPs (Best Management Practices) shall be installed per the SWPPP (Storm Water
Pollution Prevention Plan) included as Appendix F.
E.Contractor shall make their own arrangements for disposal of excavated soil.
F.Excavation is unclassified. Perform excavation regardless of the type, nature, or
condition of the material encountered to accomplish the construction. Do not operate
excavation equipment within 5 feet of existing structures or newly completed
construction. Excavate with hand tools in these areas.
G.After the required excavation has been completed, the Owner will observe the exposed
subgrade to determine the need for any additional excavation. It is the intent that
additional excavation is to be conducted in all areas within the influence of the structure
where unacceptable subgrade materials exist at the exposed subgrade. Overexcavation
shall include the removal of all such unacceptable material that exists directly beneath
the structure or within a zone outside and below the structure defined by a line sloping at
1-horizontal to 1-vertical from 1 foot outside the edge of the footing. Refill the
overexcavated areas with structural backfill material.
H.The Contractor will not receive any additional payment for refill material used for his
convenience.
Page 375 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-5
60225711 -7 Sep 2021
3.03 LIMITS OF FOUNDATION EXCAVATION
Excavate to the depths and widths needed to accomplish the construction. Allow for
forms, working space, structural backfill, and site grading. Do not excavate for footings,
slabs, or conduits below elevations indicated. Unless unacceptable material is
encountered and overexcavation is authorized by the Owner, backfill overexcavations
with compacted structural backfill material. Correct cuts below grade by benching
adjoining areas and creating a smooth transition. The Contractor shall bear all costs for
correcting unauthorized overexcavated areas.
3.04 PREPARATION OF FOUNDATION SUBGRADE
A.The finished subgrade shall be within a tolerance of ±0.08 of a foot of the grade and
cross section indicated, shall be smooth and free from irregularities, and shall be at the
specified relative compaction. The subgrade shall extend over the full width and extend
1 foot beyond the edge of the foundations as indicated in the plans.
B.Remove soft material encountered and replace with structural backfill. Fill holes and
depressions to the required line, grade, and cross sections with structural backfill.
C.If rock is encountered at final grade, overexcavate to a depth of 6 inches and place
structural backfill to establish final grade.
3.05 PREPARATION FOR PLACING FILL OR BACKFILL
A.After excavation of existing material or removal of unacceptable material at the exposed
subgrade,place layer of crushed gravel per Section 312323.
B.Remove foreign materials and trash from the excavation before placing any fill material.
Obtain the specified compressive strength and finish of concrete work per Sections
030500 before backfilling.
C.Place and compact a 6-inch thick layer of Class 2 aggregate base over the encapsulated
crushed gravel.
3.06 PLACING AND COMPACTING FILL
A.Place in maximum 8-inch lifts and compact each lift to 90% relative compaction.
B.Where fill is to be constructed on slopes steeper than 5:1, bench the fill into competent
undisturbed materials as the fill progresses up the slope. Benches shall be sloped at least
2% into the slope and shall be of a width at least equal to the height of fill lift.
3.07 PLACING AND COMPACTING STRUCTURAL BACKFILL
A.Place structural backfill material around piping, structures, channels, and other areas,
including authorized overexcavation areas, to the lines and grades shown or specified.
Do not exceed loose lifts of 8 inches.
Page 376 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EARTHWORK 312300-6
60225711 -7 Sep 2021
B.Limits of Structural Backfill: Limits of structural backfill shall be from edge of footing
and shall extend to the finish grade.
C.Compact each lift to 95% relative compaction, unless otherwise shown in the drawings.
Stop structural backfill at least 6 inches below finished grade in all areas where topsoil is
to be placed.
D.Backfill around concrete structures as specified in Section 030500.
E.Do not operate earthmoving equipment within 5 feet of walls of concrete structures.
Place and compact backfill adjacent to concrete walls with hand-operated tampers or
other equipment that will not damage the structure.
3.08 MOISTURE CONTROL
During the compacting operations, maintain optimum practicable moisture content
required for compaction purposes in each lift of the material. Maintain uniform moisture
content throughout the lift. Insofar as practicable, add water to the material at the site of
excavation. Supplement by sprinkling the material. At the time of compaction, the water
content of the material shall be at optimum water content or within 2 percentage points
above optimum. Aerate material containing excessive moisture by blading, discing, or
harrowing to hasten the drying process.
3.09 SITE GRADING
Perform earthwork to the lines and grades shown in the drawings. Shape, trim, and finish
slopes of channels to conform to the lines, grades, and cross sections as shown. Remove
exposed roots and loose rocks exceeding 3 inches in diameter. Round tops of banks to
circular curves of not less than a 6-foot radius. Neatly and smoothly trim rounded
surfaces. Do not overexcavate and backfill to achieve the proper grade.
END OF SECTION
Page 377 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-1
60225711 -7 Sep 2021
SECTION 312316 TRENCHING, BACKFILLING, AND COMPACTING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, testing, and installation for pipeline trench excavation,
backfilling, and compacting.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Existing Conditions:Standard Specifications.
B.Protecting Existing Underground Utilities:020120.
C.General Concrete Construction:030500.
D.Clearing, Stripping, and Grubbing:311100.
E.Earthwork:312300.
F.Gravel and Crushed Rock Base for Structures:312323.
G.Asphalt Concrete Paving:321216.
H.Concrete Curbs, Gutters, and Sidewalks:321613.
I.Pressure Testing of Force Main Piping:400515.
1.03 SUBMITTALS
A.Submit a report from a testing laboratory verifying that material is asbestos free and
conforms to the specified gradations or characteristics for pea gravel, granular material,
imported sand, rock refill for foundation stabilization, and water.Submit asbestos test
results with the submittals for materials gradation. Material gradation reports without the
accompanying asbestos test results will be rejected as incomplete.
B.Submit method(s) of compaction including removal sequence of shoring where used.
1.04 TRENCH DETAIL
Trench installation, except for siphon, shall conform to Trench Detail #1 of the Standard
Specifications.
1.05 TESTING FOR COMPACTION
The Owner will test for compaction as described in Section 312300.
Page 378 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-2
60225711 -7 Sep 2021
1.06 PAVEMENT ZONE
The pavement zone includes the asphalt concrete and aggregate base pavement section
placed over the trench backfill.
1.07 STREET ZONE
The street zone is the top 12 inches of the trench immediately below the pavement zone
in paved areas. Where the depth of cover over the pipe does not permit the full specified
thickness of the street zone, construct a thinner street zone, extending from the top of the
pipe zone to the bottom of the pavement zone.
1.08 TRENCH ZONE
The trench zone includes the portion of the trench from the top of the pipe zone to the
bottom of the street zone in paved areas or to the existing surface in unpaved areas. If the
resulting trench zone is less than 12 inches thick, the street zone shall extend to the top
of the pipe zone and there shall be no separate trench zone.
1.09 PIPE ZONE
The pipe zone shall include the full width of trench from the bottom of the pipe or
conduit to a horizontal level above the top of the pipe, as specified below. Where
multiple pipes or conduits are placed in the same trench, the pipe zone shall extend from
the bottom of the lowest pipe to a horizontal level above the top of the highest or
topmost pipe. Thickness of pipe zone above the highest top of pipe shall be as follows
unless otherwise shown in the drawings or otherwise described in the specifications for
the particular type of pipe installed.
Pipe Diameter
Thickness of Pipe Zone
Above Top of Pipe
6 inches or smaller 6 inches
8 inches and larger 6 inches
1.10 PIPE BASE OR BEDDING
The pipe base or bedding shall be defined as a layer of material immediately below the
bottom of the pipe or conduit and extending over the full trench width in which the pipe
is bedded. Thickness of pipe base shall be as follows unless otherwise shown in the
drawings or otherwise described in the specifications for the particular type of pipe
installed.
Page 379 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-3
60225711 -7 Sep 2021
Pipe Diameter Thickness of Pipe Base
Smaller than 4 inches 4 inches
4 inches through 16 inches 4 inches
18 inches and larger 4 inches
PART 2 -MATERIALS
2.01 IMPORTED SAND --PIPE ZONE,PIPE BASE, STREET AND TRENCH ZONES
See Section 312300.
2.02 GRANULAR MATERIAL—PIPE ZONE, PIPE BASE, STREET AND TRENCH
ZONES
A.Granular Material shall be crushed rock containing,asbestos free, with the following
gradation:
Sieve Size Percent Passing By Weight
1 inch 100
3/4 inch 85 to 95
1/2 inch 20 to 24
3/8 inch 5 to 10
No. 4 2 to 5
No. 8 0 to 5
B.The crushed gravel should be completely encapsulated in a two-layer (woven and non-
woven) geotextile system. The system should consist of a layer of woven geotextile
stabilization fabric conforming to Section 88-1.02O-Class B1 and a layer of heavy-duty
filter fabric conforming to Section 88-1.02I –Class 8.
C.Gravel shall be placed in maximum 8-inch lifts and compacted.
D.Filter fabric shall be placed between initial and subsequent backfill and wrapped up
trench sides 6-inches.
2.03 SAND-CEMENT SLURRY BACKFILL--PIPE ZONE
One-Sack Slurry:Sand-cement slurry backfill shall consist of one sack (94 pounds) of
Type I or II portland cement added per cubic yard of imported sand and sufficient water
for workability.
Page 380 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-4
60225711 -7 Sep 2021
Two-Sack Slurry: Sand-cement slurry backfill shall consist of two sack (188 pounds) of
Type I or II portland cement added per cubic yard of imported sand and sufficient water
for workability.
2.04 ROCK REFILL FOR FOUNDATION STABILIZATION
See Section 312323.
2.05 CONCRETE FOR PIPE ENCASEMENT AND THRUST BLOCKS
A.Concrete for unreinforced pipe encasement and thrust blocks shall be Class C per
Section 030500, unless otherwise shown in the drawings.
B.Provide thrust blocks at fittings in pipe having rubber gasket bell-and-spigot or
unrestrained mechanical joints. Do not provide thrust blocks for steel pipe having
welded, flanged, or butt-strap joints unless detailed in the drawings or required in the
detailed piping specification.
C.See the details in the drawings for thrust block sizes. Install thrust blocks based on the
test pressures given in Section 400515. Size thrust blocks in accordance with the
following table:
Pipe Test Pressure
(psi)Use Thrust Block Sizing for
0 to 25 25 psi
26 to 50 50 psi
51 to 100 100 psi
101 to 150 150 psi
151 to 200 200 psi
2.06 WATER FOR COMPACTION
See Section 312300. Water shall be free of organic materials injurious to the pipe
coatings.
2.07 UNDERGROUND PLASTIC WARNING TAPE FOR METAL PIPE
See Section 400775.
2.08 UNDERGROUND DETECTABLE METALLIC PIPE WARNING TAPE
See Section 400775.
2.09 GEOTEXTILE FABRIC
See Section 312300.
Page 381 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-5
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 SLOPING, SHEETING, SHORING, AND BRACING OF TRENCHES
Trenches shall have sloping, sheeting, shoring, and bracing conforming with
29CFR1926, Subpart P--Excavations, CAL/OSHA requirements, and the Standard
Specifications.
3.02 SIDEWALK, PAVEMENT, AND CURB REMOVAL
Cut bituminous and concrete pavements regardless of the thickness and curbs and
sidewalks prior to excavation of the trenches with a pavement saw or pavement cutter.
Width of the pavement cut shall be at least equal to the required width of the trench at
ground surface. Haul pavement and concrete materials from the site. Do not use for
trench backfill.
3.03 TRENCH EXCAVATION
A.Excavate the trench to the lines and grades shown in the drawings with allowance for
pipe thickness,sheeting and shoring if used, and for pipe base or special bedding. If the
trench is excavated below the required grade, refill any part of the trench excavated
below the grade at no additional cost to the Owner with foundation stabilization
material. Place the refilling material over the full width of trench in compacted layers not
exceeding 6 inches deep to the established grade with allowance for the pipe base or
special bedding.
B.Trench widths in the pipe zone shall be as shown in the drawings. If no details are
shown, maximum width shall be 24 inches greater than the pipe outside diameter.
Comply with 29CFR Part 1926 Subpart P--Excavations. Trench width at the top of the
trench will not be limited except where width of excavation would undercut adjacent
structures and footings. In such case, width of trench shall be such that there is at least 2
feet between the top edge of the trench and the structure or footing.
3.04 TRENCH EXCAVATION IN BACKFILL AND EMBANKMENT AREAS
A.Construct and compact the embankment to an elevation of 1-foot minimum over the top
of the largest pipe or conduit to be installed.
B.Excavate trench in the compacted backfill or embankment.
3.05 LOCATION OF EXCAVATED MATERIAL
A.During trench excavation, place the excavated material only within the working area or
within the areas shown in the drawings. Do not obstruct any roadways or streets. Do not
place trench spoil over pipe, buried utilities, manholes, or vaults. Conform to federal,
state, and local codes governing the safe loading of trenches with excavated material.
Page 382 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-6
60225711 -7 Sep 2021
B.Locate trench spoil piles at least 20 feet from the tops of the slopes of trenches. Do not
operate cranes and other equipment on the same side of the trench as the spoil piles.
C.Remove at the end of each day.
3.06 LENGTH OF OPEN TRENCH
Within public rights-of-way, limit the length of open trench to the amount of pipe
installed in one working day.
3.07 DEWATERING
See Section 312319
3.08 FOUNDATION STABILIZATION
A.After the required excavation has been completed, the Owner will inspect the exposed
subgrade to determine the need for any additional excavation. It is the intent that
additional excavation be conducted in all areas within the influence of the pipeline where
unacceptable materials exist at the exposed subgrade. Overexcavation shall include the
removal of all such unacceptable material that exist directly beneath the pipeline to a
width 24 inches greater than the pipe outside diameter and to the depth required.
B.Place woven geotextile fabric on the bottom of the trench and up the sides a sufficient
height to retain rock refill material. Backfill the trench to subgrade of pipe base with
rock refill material for foundation stabilization. Place the foundation stabilization
material over the full width of the trench and compact in layers not exceeding 6 inches
deep to the required grade.Fully encapsulate rock refill material with filter fabric.
Provide a minimum 12-inch overlap.Foundation stabilization work shall be executed in
accordance with a change order.
C.Rock refill used by the Contractor for his convenience will not be cause for any
additional payment.
3.09 INSTALLING BURIED PIPING
A.Grade the bottom of the trench to the line and grade to which the pipe is to be laid, with
allowance for pipe thickness. Remove hard spots that would prevent a uniform thickness
of bedding. Place the specified thickness of pipe base material over the full width of
trench. Grade the top of the pipe base ahead of the pipe laying to provide firm,
continuous, uniform support along the full length of pipe, and compact to the relative
compaction specified herein. Before laying each section of the pipe, check the grade and
correct any irregularities.
B.Excavate bell holes at each joint to permit proper assembly and inspection of the entire
joint. Fill the area excavated for the joints with the bedding material specified or
indicated in the drawings for use in the pipe zone.
Page 383 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-7
60225711 -7 Sep 2021
C.Inspect each pipe and fitting before lowering the buried pipe or fitting into the trench.
Inspect the interior and exterior protective coatings. Patch damaged areas in the field
with material recommended by the protective coating manufacturer. Clean ends of pipe
thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during
and after installation.
D.Handle pipe in such a manner as to avoid damage to the pipe. Do not drop or dump pipe
into trenches under any circumstances.
E.When installing pipe, do not deviate more than 1 inch from line or 1/4 inch from grade.
Measure elevation at the pipe invert.
F.After pipe has been bedded, place pipe zone material simultaneously on both sides of the
pipe, in maximum 6-inch lifts, keeping the level of backfill the same on each side.
Carefully place the material around the pipe so that the pipe barrel is completely
supported,and no voids or uncompacted areas are left beneath the pipe. Use particular
care in placing material on the underside of the pipe to prevent lateral movement during
subsequent backfilling.
G.Compact each lift to the relative compaction specified herein.
H.Push the backfill material carefully onto the backfill previously placed in the pipe zone.
Do not permit free-fall of the material until at least 2 feet of cover is provided over the
top of the pipe. Do not drop sharp, heavy pieces of material directly onto the pipe or the
tamped material around the pipe. Do not operate heavy equipment or a sheepsfoot wheel
mounted on a backhoe over the pipe until at least 3 feet or one-half of the internal
diameter, whichever is greater, of backfill has been placed and compacted over the pipe.
I.When the pipe laying is not in progress, including the noon hours, close the open ends of
pipe. Do not allow trench water, animals, or foreign material to enter the pipe.
J.Keep the trench dry until the pipe laying and jointing are completed.
3.10 BACKFILL COMPACTION
A.Unless otherwise shown in the drawings or otherwise described in the specifications for
the particular type of pipe installed, relative compaction in pipe trenches shall be as
follows:
1.Pipe Zone: 90% relative compaction.
2.Backfill in Trench Zone Not Beneath Paving: 90%relative compaction. Compact
backfill within embankment above the pipe zone to the same relative compaction
as the adjacent embankment as specified in Section 312300.
3.Backfill in Trench Zone to Street Zone in Paved Areas: 90% relative compaction.
4.Backfill in Street Zone in Paved Areas: 95% relative compaction.
Page 384 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
TRENCHING, BACKFILLING, AND COMPACTING 312316-8
60225711 -7 Sep 2021
B.Compact trench backfill to the specified relative compaction. Compact by using
mechanical compaction, water jetting, or hand tamping. Do not use high-impact
hammer-type equipment except where the pipe manufacturer warrants in writing that
such use will not damage the pipe.
C.Compact material placed within 12 inches of the outer surface of the pipe by hand
tamping only.
D.Do not use any axle-driven or tractor-drawn compaction equipment within 5 feet of
building walls, foundations, and other structures.
3.11 MATERIAL REPLACEMENT
Remove and replace any trenching and backfilling material that does not meet the
specifications, at the Contractor's expense.
3.12 PLACING SAND-CEMENT SLURRY BACKFILL
Place sand-cement slurry backfill in a uniform manner that will prevent voids in or
segregation of the material. Remove foreign material that falls into the excavation or
trench. Do not commence backfilling over or place any material over the slurry cement
backfill until at least four hours after placing the sand-cement slurry.
END OF SECTION
Page 385 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-1
60225711 -7 Sep 2021
SECTION 312319 DEWATERING
PART 1 -GENERAL
1.01 DESCRIPTION:
A.Design, furnish, operate, maintain, and remove temporary dewatering systems to provide
dewatering for the construction period,control surface and groundwater to maintain
stable, undisturbed subgrades, and permit work to be performed under dry and stable
conditions. Work to be done as part of dewatering includes, but is not limited to:
1.Lower the groundwater.
2.Lower hydrostatic pressure.
3.Implement erosion control measures for disposing of discharge water.
4.Provide groundwater recharging systems as specified and as indicated.
5.Provide and monitor observation wells and geotechnical instrumentation as
specified and indicated.
B.Groundwater within the excavation area shall be lowered to at least 2 feet below the
lowest excavation levels as specified and as indicated.
C.Common dewatering methods include, but are not limited to, sump pumping, deep wells,
well points, vacuum well points or combinations thereof.
D.Common groundwater recharge methods include, but are not limited to, deep wells, large
sumps or combination thereof.
E.At a minimum, the Contractor shall ensure that all water returned to Froom Creek and
San Luis Obispo Creek shall meet the criteria of the approved California Regional Water
Quality Control Board Permit and the Contractor’s approved Storm Water Pollution
Prevention Plan (SWPPP).
F.The Contractor shall not pollute the waters of San Luis Obispo Creek or adjacent
wetland areas or nearby habitat areas with fuels, oils, or other materials that would have
an adverse effect on aquatic life or its habitat or degrade water quality for any beneficial
use. It is the responsibility of the Contractor to investigate and comply with all
applicable Federal,State, County, and Municipal regulations concerning discharges into
San Luis Obispo Creek or adjacent wetlands.
Page 386 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-2
60225711 -7 Sep 2021
1.02 REFERENCES:
A.Code of Federal Regulations, Title 40 –Protection of Environment (CFR):
1.40 CFR Part 122: EPA Administered Permit Programs: The National Pollutant
Discharge Elimination System.
1.03 SUBMITTALS:
A.Submit the following in accordance with General Provisions and Section 013300.
1.Qualification of the Contractor’s dewatering specialist's or firm's qualifications a
minimum of 4 weeks prior to dewatering work. The submittal shall include, but
not be limited to:
a.Qualifications of specialist's or firm's California Registered Professional
Engineer.
b.Qualifications of specialist's or firm's field representative who will oversee
the installation, operation and maintenance of the dewatering system.
2.Submit a dewatering plan, and, if applicable, a groundwater recharge plan at least
2 weeks prior to start of dewatering work. The review will be for the information
of the Owner and third parties for an overall understanding of the project relating
to access, maintenance of existing facilities and proper utilization of the site. The
Contractor shall remain responsible for the adequacy and safety of the means,
methods and sequencing of construction.Acceptance of the Contractor's method of
dewatering by the Owner shall not be construed to relieve the Contractor in any
way from his responsibility for the successful performance of the dewatering
system or for repairing any damage to permanent structures, or damage to any part
of the work caused by the operation, failure, or inadequacy of the system. The
Contractor shall have sole responsibility for all aspects of the dewatering system.
The dewatering plan shall include the following items at a minimum:
a.Dewatering plan and details stamped and signed by a Registered
Professional Engineer in the State of California.
b.A list of equipment including, but not limited to, pumps, prime movers, and
standby equipment.
c.Detailed description of dewatering, maintenance, and system removal
procedures.
d.A description of the time period during which the dewatering system will be
in place and a plan for what will happen if the Contractor is unable to
complete work and remove the system by the stop-work deadline.
Page 387 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-3
60225711 -7 Sep 2021
e.An analysis of historic rainfall and/or flow data in the watershed identifying
the range of flow events (quantity and likelihood) that could occur during the
period in which the system is in place.
f.A water quality impact analysis that assesses the potential risks to water
quality and channel stability if a flow event should occur that exceeds the
capacity of the system.
g.Detailed drawings of the proposed system.
h.The capacity of the proposed system, including an assessment of the
capacity relative to the information generated for item ‘e’above.
i.An inspection, assessment, and action plan the Contractor will follow to
observe flow conditions upstream of the system, assess the need to increase
the flow capacity of the system, and measures the Contractor will implement
to increase the flow capacity of the system, if warranted. The plan must be
implemented whenever rain occurs anywhere in the watershed upstream of
the project site.
j.A contingency plan describing what the Contractor will do should a flow
event occur that exceeds the flow capacity of the system. The plan should
address at least a description of the following:
(1)The length of time the Contractor will take to enact the above
measures.
(2)The availability of reliable weather forecast providing enough lead-
time to enact the measures and consideration of the implications of
rain upstream in the watershed.
(3)The cumulative impact of a series of smaller events.
(4)A description of how the Contractor will interpret the weather forecast
to account for these implications.
k.Weekly monitoring plan and details, including, but not limited to, number
and locations of observation wells, and geotechnical instruments such as
settlement markers and piezometers, and frequency of reading the
monitoring devices. At a minimum, monitor movement of the following
facilities:
(1)Other facilities as directed by the Owner’s Representative.
l.Erosion and sedimentation control measures, and methods for disposal of
pumped water.
Page 388 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-4
60225711 -7 Sep 2021
m.List of all applicable laws, regulations, rules, and codes to which dewatering
design conforms.
n.List of data used for the design of dewatering and for groundwater recharge
systems, including but not limited to groundwater levels, soil profile,
permeabilities, and duration of pumping and or recharge.
3.Measurement records consisting of observation well groundwater records and the
geotechnical instrumentation readings within one day of monitoring.
4.A modified dewatering plan within 24 hours, if open pumping from sumps and
ditches results in boils, loss of fines or softening of the ground.
1.04 QUALITY ASSURANCE:
A.Employ the services of a geotechnical engineer and a dewatering specialist or firm
having the following qualifications:
1.Have completed at least 5 successful dewatering projects of equal size and
complexity and with equal systems within the last 5 years.
2.Retain the services of a Registered Professional Engineer in the State of California
having a minimum of 5 years experience in the design of well points,deep wells,
recharge systems, or equal systems.
3.Retain the services of a field representative having a minimum of 5 years’
experience in installation of well points, deep wells, recharge systems, or equal
systems.
B.If subgrade soils are disturbed or become unstable due to dewatering operation or an
inadequate dewatering system, notify the owner’s representative, stabilize the subgrade,
and modify system to perform as specified.
C.Notify the owner’s representative immediately if settlement or movement is detected on
structures. If the settlement or movement is deemed by the owner’s representative to be
related to the dewatering, take actions to protect the adjacent structures and submit a
modified dewatering plan to the owner’s representative within 24 hours.Implement the
modified plan and repair damage incurred to adjacent structures.
D.Immediately notify the owner’s representative if oil or other hazardous materials are
encountered after dewatering begins.
1.05 HYDRAULIC UPLIFT OF STRUCTURES:
A.The Contractor shall be responsible for the protection of all structures against hydraulic
uplift until such structures have been accepted by the Owner.
Page 389 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-5
60225711 -7 Sep 2021
B.The Contractor is advised that the structures, when completed and backfilled, are
designed to resist hydraulic uplift from groundwater up to the elevation indicated on the
structural drawings when the structure is completed. The concrete slab bottoms shall be
placed in the dry, with the use of wellpoints or other dewatering means to keep the water
elevation sufficiently low to carry on the work.
1.06 PRECAUTIONS AGAINST HYDROSTATIC UPLIFT DURING CONSTRUCTION:
A.The Contractor shall maintain a low groundwater elevation in the vicinity of the
structures until they are complete. In case of extremely high water during construction
of the structures, it may be necessary to flood the structures to maintain stable
conditions.
1.07 SITE CONDITIONS:
A.Subsurface Conditions: Geotechnical Engineering Report by Earth Systems Pacific
available for review at the City’s office for review only. The contractor shall develop
his own geotechnical investigation to support the design and implementation of the
dewatering system.
PART 2 PRODUCTS
2.01 MATERIALS:
A.Provide observation wells in accordance with the submitted dewatering plan or as
specified.
B.Provide settlement markers, piezometers and other geotechnical instruments in
accordance with the submitted dewatering plan or as specified.
C.Provide casings, well screens, piping, fittings, pumps, power and other items required for
dewatering system.
D.Provide sand and gravel filter around the well screen. Wrapping geotextile fabric directly
around the well screen shall not be allowed.
E.When deep wells, well points, or vacuum well points are used, provide pumping units
capable of maintaining high vacuum and handling large volumes of air and water at the
same time.
F.Provide auxiliary dewatering equipment in the event of breakdown. Equipment shall
consist of pumps and hoses and be stored on site. Provide at least 1 pump for every
5 pumps used.
G.Provide and maintain erosion and sedimentation control devices as indicated or specified
and in accordance with the dewatering plan.
Page 390 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-6
60225711 -7 Sep 2021
H.Provide temporary pipes, hoses, flumes, or channels for the transport of discharge water
to the discharge location.
I.Provide cement grout having a water cement ratio of 1 to 1 by volume.
PART 3 -EXECUTION
3.01 INSTALLATION:
A.Contractor shall obtain and comply with all required Governmental Approvals and Laws
or Regulations for dewatering.
B.Water treatment during construction will likely be necessary to meet water quality
discharge requirements for pH and turbidity specified in the General Permit for
Discharges of Storm Water Associated with Construction Activity Construction General
Permit Order 2009-0009-DWQ (General Construction NPDES permit).
C.Contractor shall sequence its construction to minimize the intrusion of ground water and
surface-water into grading areas.
D.Contractor shall provide and maintain pumps, sumps, suction and discharge lines, and
other dewatering system components as necessary to meet the general requirements of
this section
E.Execution of earth excavation, installing earth retention systems, and dewatering shall
not commence until the related submittals have been reviewed by the owner’s
representative with all owner’s representative’s comments satisfactorily addressed and
the geotechnical instrumentation has been installed.
F.Provide and maintain dewatering system in accordance with the dewatering plan.
G.Carry out dewatering program in such a manner as to prevent undermining or disturbing
foundations of existing structures or of work ongoing or previously completed.
H.Do not excavate until the dewatering system is operational.
I.Unless otherwise specified, continue dewatering uninterrupted until all structures, pipes,
and appurtenances below groundwater level have been completed such that they will not
be floated or otherwise damaged by an increase in groundwater elevation.
J.Discontinue open pumping from sumps and ditches when such pumping results in boils,
loss of fines, softening of the ground, or instability of the slopes. Modify dewatering
plan and submit revised plan to the owner’s representative for acceptance.
K.Where subgrade materials are disturbed or become unstable due to dewatering
operations, remove and replace the materials in accordance with Section 312300.
L.Dewatering Discharge:
Page 391 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-7
60225711 -7 Sep 2021
1.Install sand and gravel filters in conjunction with well points and deep wells to
prevent the migration of fines from the existing soil during the dewatering
operation.
2.Transport pumped or drained water to discharge location without interference to
other work, damage to pavement, other surfaces, or property.
3.Do not discharge water from dewatering operations directly into any live or
intermittent stream, channel, wetlands, or any surface water. Water from
dewatering operations shall be treated by filtration, settling basins, or other
approved method to reduce the amount of sediment contained in the water to
allowable levels. Provide the infrastructure to discharge into the Owner’s existing
storm drain system. Provide the Owner’s Representative with sufficient
information on the groundwater quality and sufficiently reduce sediment prior to
discharge into the storm drain system.Discharge to the storm drain system must
be coordinated with the owner’s representative seven days ahead of the
Contractor’s planned operations. If the existing storm drain system cannot
accommodate the volume of the discharge from the dewatering operations, provide
the infrastructure to discharge to the appointed land disposal site within City of
San Luis Obispo Water Reclamation Facility property as indicated by the Owner.
4.Provide separately controllable pumping lines.
5.The owner reserves the right to sample discharge water at any time.
6.Immediately notify the owner’s representative if suspected contaminated
groundwater is encountered. Do not pump water found to be contaminated with
oil or other hazardous material to the discharge locations.
M.Monitoring Devices and Records:
1.Install, maintain, monitor and take readings from the observation wells and
geotechnical instruments in accordance with the dewatering plan.
2.Perform and report baseline settlement survey readings prior to dewatering.
3.Install settlement markers on structures or surfaces designated by the engineer
within the zone of influence for dewatering a distance equal to twice the depth of
the excavation, from the closest edge of the excavation. Conduct and report
settlement surveys to 1/8-inch.
N.Install and maintain erosion/sedimentation control devices at the point of discharge as
indicated or specified and in accordance with the dewatering plan.
O.Removal:
1.Do not remove dewatering system without written acceptance from the Owner’s
Representative.
Page 392 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DEWATERING 312319-8
60225711 -7 Sep 2021
2.Backfill and compact sumps or ditches with screened gravel or crushed stone
wrapped with geotextile fabric in accordance with Section 312300.
3.All dewatering wells shall be abandoned upon completion of the work, and
completely backfilled with cement grout.
END OF SECTION
Page 393 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRAVEL AND CRUSHED ROCK BASE FOR STRUCTURES 312323-1
60225711 -7 Sep 2021
SECTION 312323 GRAVEL AND CRUSHED ROCK BASE FOR STRUCTURES
PART 1 -GENERAL
1.01 DESCRIPTION
This includes materials, testing, and installation of gravel and crushed rock bases for
structures such as manholes and vaults.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Earthwork:312300.
C.Trenching, Backfilling, and Compacting: 312316.
1.03 SUBMITTALS
Submit report from a testing laboratory verifying that material contains less than 0.25%
asbestos by weight or volume and conforms to the specified gradations or characteristics.
Submit asbestos test results with the submittals for materials gradation. Material
gradation reports without the accompanying asbestos test results will be rejected as
incomplete.
1.04 TESTING FOR COMPACTION
The Owner will test for compaction or relative density as described in Section 312300.
PART 2 -MATERIALS
2.01 CRUSHED ROCK AND GRAVEL
A.Crushed rock base and gravel are defined as natural or crushed rock, free from organic
matter and containing less than 0.25%asbestos by weight or volume, and meeting the
following gradation:
Sieve Size Percent Passing By Weight
2 inches 100
1 1/2 inch 90 to 100
1 inch 20 to 55
3/4 inch 0 to 15
3/8 inch 0 to 5
Page 394 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GRAVEL AND CRUSHED ROCK BASE FOR STRUCTURES 312323-2
60225711 -7 Sep 2021
B.Durability Index shall be at least 40 per ASTM D3744.
C.The crushed gravel should be completely encapsulated in a two-layer (woven and non-
woven) geotextile system. The system should consist of a layer of woven geotextile
stabilization fabric conforming to Section 88-1.02O-Class B1 and a layer of heavy-duty
filter fabric conforming to Section 88-1.02I –Class 8.
D.Gravel shall be placed in maximum 8-inch lifts and compacted.
E.Filter fabric shall be placed between initial and subsequent backfill and wrapped up
trench sides 6-inches.
PART 3 -EXECUTION
3.01 PLACEMENT OF CRUSHED ROCK OR GRAVEL
A.Place crushed rock or gravel base beneath structures where shown in the drawings as
indicated. Excavate below the required grade for the bottom of the structure and refill
with crushed rock or gravel as specified above. The rock base shall extend a minimum
distance, as indicated,beyond the structure base, floor slab, or footing.
B.Prior to placement of the crushed gravel, the excavation should be dewatered and the
bottom compacted to the degree practicable to facilitate the placement of geotextiles and
subsequent crushed gravel. The crushed gravel should be completely encapsulated in a
two-layer (woven and non-woven) geotextile system. The system should consist of a
layer of woven geotextile stabilization fabric conforming to the Caltrans Section 88-
1.020-Class B1 and a layer of heavy-duty filter fabric conforming to Caltrans Section
88-1.02I-Class 8.
C.Compact base with four full passes with a vibratory compactor per lift.
D.Place base material in maximum lifts of 8 inches.
END OF SECTION
Page 395 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-1
60225711 -7 Sep 2021
SECTION 314100 SHORING
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A.Drawings and general provisions of contract, including general conditions, special
provision which applies to this work.
B.Geotechnical report by Earth Systems Pacific dated June 2012.
C.Geotechnical report addendum by Earth Systems Pacific dated June 2015
1.02 REFERENCE STANDARDS
A.City of San Luis Obispo Standard Drawings and Specifications, latest edition.
B.APWA standard specifications for public works construction, latest edition.
C.OSHA standard 29 CFR 1926.650-652 /Subpart P Excavation Standard and other
pertinent requirements of OSHA’s "occupational and health standards for the construction
industry”.
D.Caltrans Engineering Support Standards for Excavation Support Systems, 2003.
1.03 DESCRIPTION
The Work specified in this Section includes the requirements necessary to design,
provide, and maintain shielding, shoring, sheeting, bracing,excavation support and
trench support systems, hereinafter called “shoring,” as necessary to support the sides of
excavations and to prevent detrimental settlement lateral movement or collapse of
existing facilities, adjacent properties and structure, and to protect workmen, the general
public, structural and site components associated with the completed Work.
The Contractor shall be solely responsible for materials, means and methods for
construction of temporary shoring. He shall secure all required approvals, including
from the City and adjacent property owners if required.
1.04 DEFINITIONS
A.Positive Excavation Support: Excavation support systems shall be designed by the
Contractor and a professional engineer licensed in the State of California and shall be
designed to limit horizontal and vertical movement to less than 1 percent of the height of
excavation. These limits will be reduced to 1-inch horizontal and vertical movement for
excavation support systems adjacent to existing structures or pipelines.Attention is
directed to the geotechnical report by Earth Systems Pacific at its Addendum 1 dated Jun
2015,relative to ground conditions and groundwater in the excavation area.
Page 396 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-2
60225711 -7 Sep 2021
B.Shoring Influence Area: Area within planes sloped downward and outward at 34-degree
angle from horizontal or where identified, the angle of repose designated in the
geotechnical report or by OSHA criteria for excavation slope angle measured from:
1.2-foot outside outermost edge at base of foundations or slabs.
2.2-foot outside outermost edge at surface of roadways or shoulder.
3.1-foot outside exterior at spring line of pipes.
1.05 SUBMITTALS
A.Informational Submittals:
B.All submittal shall comply with City provisions for preparation, review, and approval of
construction documents for temporary shoring. Construction documents shall be
prepared, signed, and sealed by a Registered Design Professional, licensed by the State
of California and experienced in the design of temporary shoring. Construction
documents shall be reviewed and approved by the City prior to beginning work requiring
temporary shoring.Submit three (3) copies of approved construction documents for
record and distribution to Owner
They shall include the following:
1.Excavation support plan.
2.Engineered systems working Drawings.
3.Utility protection plan.
4.Movement monitoring plan.
5.Movement measurement and data reduced results indicating movement trends.
1.06 SEQUENCING AND SCHEDULING
Dewatering: Conform to applicable requirements of Section 312319, Dewatering, prior
to initiating excavation.
PART 2 -PRODUCTS
NOT USED.
Page 397 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-3
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 GENERAL
A.For trench excavation exceeding 4 feet in depth,provide adequate safety system meeting
requirements of applicable state and local construction safety orders, and federal
requirements including OSHA.
B.“Construction Slopes” may be shown on the Drawings. These are shown for illustrative
purposes only and are not intended to be inferred to represent a stable slope
configuration. Contractor shall design slope and determine construction method and
slope configuration necessary to complete excavations for the specified Work.Slope
stability analysis and documentation shall be in accordance with recommendations
provided in the Geotechnical Report.
C.Excavation sloping and benching may be used for excavations that are outside the
influence area of existing structures and pipelines. Sloping and benching limits shall be
within the work limits.
D.Provide active excavation support consisting of a sheet pile system for construction of
the Jacking Pit/Calle Joaquin Lift Station, 72-inch manhole, inverted siphon, and
inverted siphon manholes.
E.Engineered Systems:
1.Engineered shoring is required for temporary earth support for trenches or
excavations greater than 8 feet deep.
2.Engineered shoring is required for areas subject to groundwater, utility crossings,
or where required on the Drawings.
3.Contractor shall retain a professional engineer licensed in the State of California to
design engineered shoring conforming to OSHA and California OSHA.
4.The Contractor is required to hire a Professional Geotechnical Engineer to provide
inspection of excavations and soil/groundwater conditions throughout
construction, or be performed by a qualified OSHA competent person where
applicable, in coordination with the geotechnical engineer. The Geotechnical
Engineer shall be responsible for performing pre-construction and periodic site
visits throughout construction to assess site conditions. The Geotechnical Engineer
shall recommend updates the excavation, sheeting and dewatering plans as
construction progresses as needed to reflect changing conditions.
5.A written report shall be submitted, at least monthly, informing the Contractor and
Contracting Officer of the status of the shoring plans and an accounting of the
Contractor's adherence to the plan addressing any present or potential problems.
The Shoring design engineer, Geotechnical Engineer and OSHA competent person
Page 398 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-4
60225711 -7 Sep 2021
shall be available to meet with the Contracting Officer at any time throughout the
contract duration.
F.Other Systems: Instrumented shoring systems generating tabulated data may be used for
shoring systems other than Engineered Systems. Tabulated data shall be provided to the
Contractor’s competent person and the Owner’s Representative, with example data
output before installation, and daily during construction.
G.Slide rail shoring systems are not acceptable for excavations below the water table.
3.02 EXCAVATION SUPPORT PLAN
Prepare excavation support plan addressing following topics:
1.Details of shoring, bracing, sloping, or other provisions for worker protection from
hazards of caving ground.
2.Detailed Construction Sequence Description: Detail installation, excavation,
maintenance, pipe installation sequencing, backfill, and removal requirements.
3.Engineered system working Drawings shall be sealed by qualified professional
engineer licensed in the State of California and experienced in design of shoring
systems proposed,as specified in Article 6, Engineered System Working
Drawings, hereinafter.
4.Other Shoring Systems: Detail pipe installation, manhole installation, structure
installation, support and protection of existing utilities, lateral connection, miters,
and other non-linear area. Provided tabulated data.
5.Proposed locations of stockpiled excavated material with height and size limits to
maintain design surcharge loads.
6.Minimum lateral distance from the crest of slopes for vehicles and stockpiled
excavated materials, in accordance with paragraph 1.04 –B, Shoring Influence
Area
7.Anticipated difficulties and proposed resolutions and contingency measures
including public safety and access protection requirements.
3.03 ENGINEERED SYSTEM WORKING DRAWINGS
A.Address the following in accordance with the Excavation Support Plan:
1.Details, arrangement and methods of assembly, method of disassembly of
proposed system, and sequence of construction.
2.Method of supporting horizontal loading by bracing or tiebacks. Provide method
details for preloading the bracing, preload values, and tieback loads.
Page 399 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-5
60225711 -7 Sep 2021
3.Full excavation depth.
4.Loads on the support system for various stages of excavation, bracing, and/or
tieback installation and removal and concrete and backfill placement.
5.Expected surcharge loads.
6.Maximum design load and duration to be carried by the various members of the
support system.
7.The depth below the main excavation to which the support system is to be
installed.
8.Existing Utilities and Facilities:After field verifying or exposing locations of
existing utilities and facilities, revise Drawings to show actual locations of
facilities and excavation supports, interference with proposed work, and measures
proposed to overcome such interference.
9.Allowable shoring deflections.
10.Equipment used for installation.
3.04 UTILITY PROTECTION PLAN
Prepare utility protection plan by a professional engineer licensed in the State of
California addressing the following topics:
1.Location of all utilities impacted by construction by type, size, and condition of
use.
2.Methods to locate each and every utility.
3.List of utility owners and 24-hour emergency contact number.
4.Condition information, performance requirements,deformation tolerances, and
setback tolerances of potentially impacted utilities, to be obtained the utility
owners and confirm conformance to deformation tolerances specified herein for
this project. Where more stringent the utility owners required deformation
tolerances shall prevail.
5.Methods to support utilities to maintain deformation tolerances while in full
operation.Movement of construction machinery and equipment over pipes and
utilities during construction shall be at the Contractor's risk.
6.Hours of planned shutdown of utilities, if planned with contingency measures or
mitigations to satisfy requirements of the utility owner or impacted community.
7.Correspondence confirmation from all utilities that proposed plans meet utility’s
approval.
Page 400 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN STATION REPLACEMENT
SHORING 314100-6
60225711 -7 Sep 2021
3.05 MOVEMENT MONITORING PLAN
A.Prepare movement monitoring plan addressing following topics:
1.Survey control.
2.Location of monitoring points, including a map and schedule of points for
excavations, slopes, shoring, existing utilities and existing structures. Include
proposed monitoring frequency for approval by the Engineer and the City.
3.Plots of data trends.
4.Intervals between surveys.
5.Corrective measures, means and methods in the event of exceeding tolerances
specified in Paragraph 1.04-A Article Definitions, Paragraph Positive Excavation
Support.
B.Monitor movement of other facilities as directed by the Owner’s Representative.
3.06 REMOVAL OF EXCAVATION SUPPORT
A.After work requiring temporary shoring is completed, remove all materials and
components associated with the shoring, and remove from site.
B.Remove excavation support in a manner that will maintain support as excavation is
backfilled.
C.Do not begin to remove excavation support until support can be removed without
damage to existing facilities, completed Work, or adjacent property and work has been
inspected.
D.Remove excavation support in a manner that does not leave voids in the backfill.
E.Dispose of excess materials and debris in a legal manner.
END OF SECTION
Page 401 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-1
60225711 -7 Sep 2021
SECTION 317216 STEEL CASING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation for tunneling by jacked steel casing
method for highway crossings and other shallow depth tunnels.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Storm Water Runoff Control for Pipelines (California):015723.
B.General Concrete Construction:030500.
C.Trenching, Backfilling, and Compacting:312316.
D.HDPE Pipe, 20 Inches and Smaller: 402097
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit materials list showing material of casing with ASTM reference and grade.
Submit manufacturer's certification of compliance with referenced standards, e.g.,
ASTM A36, A139, and A283 and AWWA C200.
C.Submit manufacturer's certificates of compliance with referenced pipe standards, e.g.,
ASTM A36, ASTM A139, and ASTM A283. Provide recertification by an independent
domestic testing laboratory for materials originating outside of the United States.
D.Submit certificates of welding consumables used for shop and field welding.
E.Submit welding procedure specifications (WPS) and procedure qualification records
(PQR) for each welding process and welder qualification records (WQR) for each
welder and welding operator. Submit bend and tensile test coupons concurrently with
welder qualification and procedure qualification records. Welding procedures shall be
required for welds for pipe cylinders, casing joint welds, and grout coupling connections.
F.Submit shop drawings showing the method of preventing pipe flotation and how the
concrete backfill will be terminated at the end of the tunnel.
G.Submit diameter, thickness, and class of steel casing.
H.Submit location of approach trench.
Page 402 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-2
60225711 -7 Sep 2021
I.Submit schedule and method of tunnel construction. Include also approach trench
backfill and pipe installation and backfill.
1.04 CODES AND STANDARDS AND TUNNEL CLASSIFICATION
The Owner has obtained from the California Division of Industrial Relations a
classification for each bore. A copy of the classification is included in the Appendix of
these specifications. It shall be the Contractor's responsibility to post the classification at
the site and see that the work is done in conformance with the state requirements. It shall
also be the Contractor's responsibility to call the required safety meeting with
representatives from the State Division of Industrial Relations prior to beginning of
construction of each bore.
1.05 SCHEDULING
If the pipeline is not installed within the casing as a continuous operation following
completion of jacking, then bulkhead the portals and backfill the approach trenches and
later reopen them for pipe installation.
1.06 JURISDICTION
A.Comply with the applicable regulations of 29CFR 1926, Subpart S, "Underground
Construction, Caisson, Cofferdams, and Compressed Air" as amended.
B.For casing pipe crossing under roadways, railroads, or other installations not within the
jurisdiction of the Owner, comply with regulations and permit requirements of said
authority.
1.07 INSPECTION
Perform work in the presence of the Owner’s Representative unless the Owner’s
Representative has granted prior approval to perform such work in its absence.
PART 2 -MATERIALS
2.01 STEEL CASING
A.Fabrication of casing shall be in accordance with AWWA C200, as modified below.
Casing material shall conform to ASTM A283, Grade C; ASTM A139, Grade B; or
ASTM A36. Obtain minimum diameter and wall thickness from drawings. The
Contractor may select a greater thickness and diameter to accommodate the method of
work, loadings involved, the site and possible interferences, but at no additional cost to
Owner.
B.Join casing sections by butt-welding in the field. Prepare ends of casings for welding in
accordance with the submitted welding procedure.
Page 403 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-3
60225711 -7 Sep 2021
2.02 CASING SPACERS
Casing spacers shall be bolt-on style with a shell made in two sections of Type 304
stainless steel. Connecting flanges shall be ribbed. The shell shall be lined with a PVC
liner 0.090 inch thick with 85-90 durometer. Nuts and bolts shall be 18-8 stainless steel.
Construct runners of ultra high molecular weight polymer. Support runners by risers
made of Type 304 stainless steel. Weld the supports to the shell, and passivate the welds.
Casing spacers shall be Cascade Waterworks Mfg. Co., PSI, APS, or equal.
2.03 CASING SEALS
Casing seals shall be 1/8-inch-thick synthetic rubber, designed to fit snugly around pipe
and casing. Casing seals shall be one piece with no field seams. Bands and hardware for
attachment to pipe and casing outside diameter shall be stainless steel. Products: PSI or
equal.
2.04 SAND BACKFILL
Sand shall comply with the requirements of 26-1.02G of the Standard Specifications.
2.05 BENTONITE
Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such
as Immacco-gel, Black Hills, or Big Horn Brand, as distributed by Industrial Mineral
and Chemical Company, 7275 Reese Road, Florin, California; Los Angeles Chemical
Company, 4545 Ardine, South Gate, California; Brumley-Donaldson Company, 3050
Slauson Avenue, Huntington Park, California; or equal.
PART 3 -EXECUTION
3.01 FABRICATION, ASSEMBLY, AND ERECTION
A.Beveled ends for butt-welding shall conform to ASME B16.25. Remove slag by
chipping or grinding. Surfaces shall be clean of paint, oil, rust, scale, slag, and other
material detrimental to welding. When welding the reverse side, chip out slag before
welding.
B.The minimum number of passes for welded joints shall be as follows:
Steel Cylinder Thickness
(inch)
Minimum Number of Passes
for Welds
Less than 0.1875 1
0.1875 through 0.25 2
Greater than 0.25 3
Page 404 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-4
60225711 -7 Sep 2021
C.Welds shall be full penetration, except that partial-penetration butt-welds, where used,
shall develop the full compressive and tensile strength of the mating plates.
D.Use the shielded metal arc welding (SMAW) submerged arc welding (SAW), flux-cored
arc welding (FCAW), or gas-metal arc welding (GMAW) process for shop welding. Use
the SMAW process for field welding.
E.Prepare edges of plate to be butt-welded. Butt-weld all joints.
F.Clean each layer of deposited weld metal prior to depositing the next layer of weld
metal, including the final pass, by a power-driven wire brush.
G.Welding electrodes shall comply with AWS A5.1.
3.02 SECTIONAL SHIELD OR JACKING HEAD
Fit a sectional shield or steel jacking head to the leading section of the casing to extend
around the outer surface of the upper two-thirds of the casing and project at least 18
inches beyond the driving end of the casing but do not protrude more than 1/2 inch
outside of the outer casing surface. Anchor the head to prevent wobble or alignment
variation during the jacking operation. To avoid causing a collapse of ground outside the
casing, carry out excavation entirely within the jacking head and not in advance of the
head.
3.03 JACKING PIT
A.Place in the approach trench or jacking pit and firmly bed on the required line and grade
guide rails, structural steel, or concrete cradle of sufficient length to provide accurate
control of jacking alignment. Provide space to permit the insertion of the lengths of
casing to be jacked. Anchor the guide rails and structural steel sections to ensure action
of the jacks in line with the axis of the casing. Interpose between the jacks and the end of
the casing a bearing block consisting of a timber or structural steel framework
constructed to provide uniform end bearing over the perimeter of the casing and
distribute the jacking pressure evenly.
B.If utilities are required to be supported or relocated for construction of the jacking pits,
include such cost in the bid.
3.04 CONTROL OF ALIGNMENT AND GRADE
Control the application of jacking pressure and excavation of material ahead of the
casing as it advances to prevent the casing from becoming earthbound or deviating from
required line and grade. Do not encroach upon the minimum annular space detailed.
Restrict the excavation of material to the least clearance necessary to prevent binding in
order to avoid causing a collapse of ground and consequent settlement or possible
damage to overlying structures.
Page 405 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-5
60225711 -7 Sep 2021
3.05 SAND BACKFILL
After placement of the pipe within the casing,construct a permanent bulkhead at each
end of the casing or use casing seals and fill the intervening annular space between the
pipe and the casing with sand, placed by a pneumatic gun. Refer to the drawings for
locations of casings to be filled with sand.
3.06 CLOSING THE JACKING PIT
Seal the end of the casing with casing seals. After jacking equipment and muck from the
tunnel have been removed from the approach trench or jacking pit, prepare the bottom of
the jacking pit as a pipe foundation. Remove loose and disturbed material below pipe
grade to undisturbed earth and recompact the material in accordance with Section
312316.
3.07 ALIGNMENT
The variation in the field position of the casing from the line and grade as indicated in
the drawings shall be limited to 1 inch in lateral alignment and 1/4 inch in vertical grade
providing that, in the case of gravity flow pipes, the final grade of the flow line shall be
in the indicated direction.
END OF SECTION
Page 406 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
JACKED STEEL CASING 317216-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 407 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-1
60225711 -7 Sep 2021
SECTION 321216 ASPHALT CONCRETE PAVING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, testing, and installation of asphalt concrete pavement,
aggregate base course, herbicide, prime coat, tack coat, seal coat,striping paint, and
pavement markers.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Earthwork:312300.
B.Trenching, Backfilling, and Compacting:312316.
C.Concrete Curbs, Gutters, and Sidewalks:321613.
1.03 SUBMITTALS
A.Submit shop drawings per Section 013300.
B.Submit report from a testing laboratory verifying that aggregate material contains less
than 0.25% asbestos by weight or volume and conforms to the specified gradations or
characteristics.
C.Submit manufacturer's certificate of compliance or product literature for the following
materials:
1.Aggregate: Gradation.
2.Asphalt for Binder: Type and grade.
3.Prime Coat: Type and grade of asphalt.
4.Tack Coat: Type and grade of asphalt.
5.Seal Coat: Type and grade of asphalt.
6.Mixes: Conforms to job-mix formula.
7.Herbicide.
8.Paint for traffic and parking lot striping.
9.Pavement markers.
Page 408 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-2
60225711 -7 Sep 2021
1.04 TESTING FOR COMPACTION
The Owner will test for compaction as described in Section 312300.
1.05 STANDARD SPECIFICATIONS
Wherever reference is made to the State Specifications and Plans, such reference shall
mean the City of San Luis Obispo Standard Specifications dated 2018.
PART 2 -MATERIALS
2.01 ASPHALT CONCRETE PAVING
Asphalt concrete paving shall conform to Type A or B in Section 39 of the Caltrans
Standard Specifications, having 1/2-inch-maximum medium grading and PG 64-10
asphalt per Section 92 in the Caltrans Standard Specifications.
2.02 AGGREGATE BASE COURSE
Aggregate base shall be Class 2 aggregate base,3/4-inch-maximum size per Section 26
of the Caltrans Standard Specifications.Aggregate shall contain less than 0.25%
asbestos by weight or volume.
2.03 PRIME COAT
All areas to be paved shall receive prime coat. Prime coat shall be per Section 39-4.02 in
the Caltrans Standard Specifications.
2.04 TACK COAT
Tack coat shall conform with Section 94, Grade SC-70 or MC-250 in the Caltrans
Standard Specifications.
2.05 ASPHALT
Asphalt shall be Performance Grade PG 64-10 per Section 92 in the Caltrans Standard
Specifications.
2.06 AGGREGATE FOR ASPHALT CONCRETE
Aggregate shall be Type B per Section 39-2.02 in the Caltrans Standard Specifications.
Aggregate shall contain less than 0.25% asbestos by weight or volume.
2.07 SEAL COAT
Seal coat shall be Type II slurry seal per Section 37 of the Caltrans Standard
Specifications or fog type per Section 37 of the Caltrans Standard Specifications.
Page 409 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-3
60225711 -7 Sep 2021
2.08 WOOD HEADERS
Size of wood headers shall be 2 inches by the depth of the asphalt concrete paving;
minimum size shall be 2 inches by 4 inches. Wood shall be Douglas fir No. 1. Wood
shall comply with Section 57 of the Caltrans Standard Specifications.
2.09 HERBICIDE OR WEED KILLER
Use Gallery (Isoxaben)or Surflan (Oryzalin)by Dow AgroSciences, Pre-M
(Pendimethalin) by American Cyanamid Co., or equal.
2.10 PAINT FOR TRAFFIC AND PARKING LOT STRIPING AND MARKING
Provide thermoplastic paint per Section 84 of the Caltrans Standard Specifications.
2.11 PAVEMENT MARKERS
Markers shall be per Section 85 of the Caltrans Standard Specifications.
PART 3 -EXECUTION
3.01 PAVEMENT REMOVAL
A.Initially cut asphalt concrete pavement with pneumatic pavement cutter or other
equipment at the limits of the excavation and remove the pavement. After backfilling the
excavation, saw cut asphalt concrete pavement to a minimum depth of 2 inches at a point
not less than 9 inches outside the limits of the excavation or the previous pavement cut,
whichever is greater, and remove the additional pavement.
B.Saw cut concrete pavement, including cross gutters, curbs and gutters, sidewalks, and
driveways, to a minimum depth of 1 1/2 inches at a point 1 foot beyond the edge of the
excavation and remove the pavement. The concrete pavement may initially be cut at the
limits of the excavation by other methods prior to removal and the saw cut made after
backfilling the excavation. If the saw cut falls within 3 feet of a concrete joint or
pavement edge, remove the concrete to the joint or edge.
C.Make arrangements for and dispose of the removed pavement.
D.Final pavement saw cuts shall be straight along both sides of trenches, parallel to the
pipeline alignment, and provide clean, solid, vertical faces free from loose material. Saw
cut and remove damaged or disturbed adjoining pavement. Saw cuts shall be parallel to
the pipeline alignment or the roadway centerline or perpendicular to same.
3.02 PAVEMENT REPLACEMENT
A.The pavement replacement shall be as shown in the drawings:
Page 410 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-4
60225711 -7 Sep 2021
3.03 INSTALLATION
Producing, hauling, placing, compacting, and finishing of asphalt concrete shall conform
to Section 39 of the Caltrans Standard Specifications. Apply seal coat to all paving
except open asphalt concrete.
3.04 CONNECTIONS WITH EXISTING PAVEMENT
Where new paving joins existing paving, chip the existing surfaces 12 inches back from
the joint line so that there will be sufficient depth to provide a minimum of 1 inch of
asphalt concrete. Dispose of waste material offsite. Tack chipped areas prior to placing
the asphalt concrete. Meet lines shall be straight and the edges vertical. Paint the edges
of meet line cuts with liquid asphalt or emulsified asphalt prior to placing asphalt
concrete. After placing the asphalt concrete, seal the meet line by painting with a liquid
asphalt or emulsified asphalt and then immediately cover with clean, dry sand.
3.05 PREPARATION OF SUBGRADE
A.Remove soft material disclosed by the subgrade preparation, replace with aggregate base
course material, and recompact.
B.Compact the top 12 inches of subgrade to 95%relative compaction.
C.The finished subgrade shall be within a tolerance of ±0.08 of a foot of the grade and
cross-section shown and shall be smooth and free from irregularities and at the specified
relative compaction.
3.06 INSTALLING WOOD HEADERS
Provide wood header at edges of paving except where paving is adjacent to concrete
slabs, gutters, walks, existing paving, or structures.
3.07 PLACING AGGREGATE BASE COURSE
Place aggregate base course to a minimum thickness of 12 inches, unless shown
otherwise in the drawings. Compact to 95% relative compaction. Install in accordance
with Section 26 of the Caltrans Standard Specifications.
3.08 COMPACTION OF AGGREGATE BASE AND LEVELING COURSES
Compaction and rolling shall begin at the outer edges of the surfacing and continue
toward the center. Apply water uniformly throughout the material to provide moisture
for obtaining the specified compaction. Compact each layer to the specified relative
compaction before placing the next layer.
Page 411 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-5
60225711 -7 Sep 2021
3.09 APPLYING HERBICIDE OR WEED KILLER
Apply weed killer or herbicide on base prior to placing pavement. Apply herbicide along
with water at the rate recommended by the manufacturer to control dawny brome grass,
puncture vine, and plaintain. Apply from outside of curb to opposite outside of curb and
for the full width of roadways and parking areas.
3.10 PLACING PRIME COAT
Apply prime coat to the surface of the leveling course of aggregate base at the rate of
0.25 gallon per square yard per Section 39-4.02 in the Caltrans Standard Specifications.
3.11 PLACING TACK COAT
Apply tack coat on surfaces to receive finish pavement per Section 39-4.02 in the
Caltrans Standard Specifications. Apply tack coat to metal or concrete surfaces that will
be in contact with the asphalt concrete paving.
3.12 PLACING ASPHALT PAVING
Place asphalt paving to the minimum thickness shown in the drawings. Install in
accordance with Section 39-6 in the Caltrans Standard Specifications.
3.13 COMPACTION OF ASPHALT CONCRETE PAVING
Compact until roller marks are eliminated and a density of 92% minimum to 98%
maximum has been attained per ASTM D2041.
3.14 APPLYING SEAL COAT
Apply fog-type seal coat at the rate of 0.05 to 0.10 gallon per square yard or slurry seal
coat at the rate of 10 to 15 pounds of dry aggregate per square yard.
3.15 SURFACE TOLERANCE
A.Finished grade shall not deviate more than 0.02 foot in elevation from the grade
indicated in the drawings. Slopes shall not vary more than 1/4 inch in 10 feet from the
slopes shown in the drawings.
B.After paving has been installed and compacted, spray water over the entire paved area.
Correct any areas where water collects and does not drain away.
3.16 APPLYING PAINT FOR TRAFFIC AND PARKING LOT STRIPING AND
MARKING
Apply in accordance with Section 84 of the Caltrans Standard Specifications.
Page 412 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
ASPHALT CONCRETE PAVING 321216-6
60225711 -7 Sep 2021
3.17 INSTALLING PAVEMENT MARKERS
A.After the application of pavement striping and markings, install markers on new paved
surfaces and existing surfaces that were damaged by the construction. Install in
accordance with Section 85 of the Caltrans Standard Specifications.
B.Use markers that are reflective and match the color or combination of colors of existing
markers within the area of work. Install markers along the alignment and match spacing
of the existing.
END OF SECTION
Page 413 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE CURBS, GUTTERS, AND SIDEWALKS 321613-1
60225711 -7 Sep 2021
SECTION 321613 CONCRETE CURBS, GUTTERS, AND SIDEWALKS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of concrete curbs, gutters, and sidewalks.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Earthwork:312300.
1.03 SUBMITTALS
Submit a report from a testing laboratory verifying that crushed rock and aggregate
material is asbestos free and conforms to the specified gradations or characteristics.
1.04 TESTING FOR COMPACTION
A.The Owner will test for compaction as described in Section 312300.
1.05 STANDARD SPECIFICATIONS
Wherever reference is made to the State Specifications and Plans, such reference shall
mean the City of San Luis Obispo Standard Specifications dated 2018.
PART 2 -MATERIALS
2.01 FORMS
A.Forms shall conform to the requirements of Section 030500. Provide stakes and bracing
materials to hold forms securely in place.
B.Materials for sidewalk forms shall be 2-inch dressed lumber straight and free from
defects, or standard metal forms. Where short-radius forms are required, 1-inch dressed
lumber or plywood may be used. Provide stakes and bracing materials to hold forms
securely in place.
2.02 CRUSHED ROCK BASE
Clean 3/4-inch and smaller crushed rock or crushed gravel, free from foreign material
and, asbestos free,and conforming to Class 2R or aggregate base per Section 26,City of
San Luis Obispo Standard Specifications Class 3.
Page 414 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE CURBS, GUTTERS, AND SIDEWALKS 321613-2
60225711 -7 Sep 2021
2.03 EXPANSION JOINT FILLER
Expansion joint filler shall be 1/2 inch thick for curbs and 1/4 inch thick for sidewalks
and shall conform to premolded joint filler in Section 030500.
2.04 CONCRETE
Concrete shall be Class A per Section 030500, except that the maximum water-cement
ratio for concrete in curbs and gutters shall be 0.55.
2.05 REINFORCING STEEL
Conform to Section 030500.
2.06 CURING COMPOUND
Curing compound shall be as specified in Section 030500.
2.07 EXCAVATION AND BACKFILL
Conform to Section 312300.
PART 3 -EXECUTION
3.01 PREPARATION OF SUBGRADE
Excavate and shape subgrade to line, grade, and cross-section. Compact subgrade until
the top 12 inches are compacted to 90% relative compaction. Remove all soft material
disclosed by compacting and replace with crushed rock base. The finished subgrade shall
be within a tolerance of ±0.08 of a foot of the grade and cross-section shown and shall
be smooth and free from irregularities at the specified relative compaction. The subgrade
shall be considered to extend over the full width of the base course.
3.02 PLACING CRUSHED ROCK BASE
After the subgrade for curbs, sidewalks, and roadway slabs is compacted and at the
proper grade, spread crushed rock base material. Sprinkle with water and compact. Top
of the compacted gravel shall be at the proper level to receive the concrete. Compact
crushed rock base to 90% relative density. Curbs and sidewalks shall receive 6 inches or
more of compacted crushed rock base material.
3.03 SETTING FORMS
A.Conform to Section 030500.
B.Forms on the face of the curb shall not have any horizontal joints within 7 inches of the
top of the curb. Brace forms to prevent change of shape of movement in any direction
resulting from the weight of the concrete during placement. Construct short-radius
Page 415 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE CURBS, GUTTERS, AND SIDEWALKS 321613-3
60225711 -7 Sep 2021
curved forms to exact radius. Tops of forms shall not depart from gradeline more than
1/8 inch when checked with a 10-foot straightedge. Alignment of straight sections shall
not vary more than 1/8 inch in 10 feet.
3.04 CURB CONSTRUCTION
A.Construct curbs to line and grade shown. Curbs shall conform to the details shown.
B.Construct ramps in accordance with the details and locations as shown in the drawings.
C.Place preformed asphalt-impregnated expansion joints at intervals not exceeding 100
feet or less than 20 feet, at the beginning and end of curved portions of the curb, at each
change in thickness in section, at the end of curbs at buildings and other structures, and
at connections to existing curbs.
D.Place contraction joints in the curb at uniform intervals not exceeding 20 feet.
Contraction joints shall be of the open-joint type. Construct by inserting a thin, oiled
steel sheet vertically in the fresh concrete to force coarse aggregate away from the joint.
Insert the steel sheet the full depth of the curb. After initial set has occurred in the
concrete and prior to removing the front curb form, remove the steel sheet with a sawing
motion. Finish top of curb with a steel trowel and finish edges with a steel edging tool.
E.As soon as the concrete has set sufficiently to support its own weight, remove the front
form and finish exposed surfaces. Finish formed face by rubbing with a burlap sack or
similar device that will produce a uniformly textured surface, free of form marks,
honeycomb, and other defects. Remove and replace defective concrete at the
Contractor's expense. Upon completion of the finishing, apply curing compound to
exposed surfaces of the curb. Curing shall continue for a minimum of five days.
F.Upon completion of the curing period, but not before seven days have elapsed since
pouring the concrete, backfill the curb with earth free from rocks 2 inches and larger and
other foreign material.Tamp backfill firmly in place.
G.Finished curb shall present a uniform appearance for both grade and alignment. Remove
any section of curb showing abrupt changes in alignment or grade or that is more than
1/4 inch away from its location as staked and construct new curb in its place at no
additional cost to the Owner.
3.05 SIDEWALK CONSTRUCTION
A.Sidewalks shall be 4 inches thick in walk areas and 6 inches thick in driveway areas,
unless otherwise shown in the drawings. Walks shall slope 1/4 inch per foot away from
structures, unless otherwise shown in the drawings.
B.At locations where the new sidewalk is to abut existing concrete, saw concrete for a
depth of 2 inches, chip the old concrete down to sound material and a plane surface,
clean the surface, and apply a neat cement paste just prior to pouring the new sidewalk.
Page 416 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
CONCRETE CURBS, GUTTERS, AND SIDEWALKS 321613-4
60225711 -7 Sep 2021
C.Place preformed asphalt expansion joints at intervals not exceeding 100 feet, where the
sidewalk ends at a curb, and around posts, poles, or other objects protruding through the
sidewalk. Place expansion joints between sidewalks and buildings or other structures.
D.Place preformed asphalt expansion joint material between back of curbs and sidewalks.
E.Provide contraction joints transversely to the walks at locations opposite the contraction
joints in the curb and at intervals along the sidewalk such that the distance between
contraction joints does not exceed 1.5 times the sidewalk width. These joints shall be
3/16 inch by one-fourth of the slab thickness weakened plane joints. They shall be
straight and at right angles to the surface of the walk.
F.Place, process, finish, and cure concrete in conformance with Section 030500.
G.Broom the surface with a fine-hair broom at right angles to the length of the walk and
tool at all edges, joints, and markings. Mark the walks transversely at 5-foot intervals
with a jointing tool. Upon completion of the finishing, apply a curing compound to
exposed surfaces. Protect the sidewalk from damage.
H.Finished sidewalk shall present a uniform appearance for both grade and alignment.
Remove any section of sidewalk showing abrupt changes in alignment or grade or that is
more than 2 inches away from its location as shown in the drawings and construct new
sidewalk in its place at no additional cost to the Owner.
END OF SECTION
Page 417 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL CHAIN LINK FENCES AND GATES 323112-1
60282852 -7 Sep 2021
SECTION 323112 STEEL CHAIN LINK FENCES AND GATES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of galvanized steel chain link fence and
gates, top rail and bottom tension wire.
1.02 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's descriptive literature and drawings of fence and gate installation.
C.Submit manufacturer's certificate or original shipping tags showing compliance with
cited U.S. Federal and ASTM specifications.
PART 2 -MATERIALS
2.01 GALVANIZED CHAIN LINK FABRIC
A.Fabric height shall be 72 inches unless otherwise shown in the drawings.
B.ASTM A392, Class 1; or U.S. Federal Specification RR-F-191/1D, Type I; 1.2 ounces
per square foot zinc coating, hot-dip galvanized after weaving, 2-inch diamond mesh,
11-gauge steel wire for height 60 inches or less, 9 gauge for height over 60 inches.
C.Top and bottom selvage knuckled.
D.Tie wire shall be same material and gauge as the chain link fabric.
2.02 GALVANIZED POSTS AND BRACES
A.Steel Pipe: ASTM F1083. Galvanize 1.8 ounces per square foot.
B.Provide posts and braces in compliance with the over 6-foot classification of U.S.
Federal Specification RR-F-191/3D, as follows:
1.End, Corner, and Pull Posts: 2-1/2-inch steel pipe, 5.79 pounds per linear foot.
2.Line Posts: 2-inch steel pipe, 3.65 pounds per linear foot.
3.Gateposts for up to 6-Foot Leaf Width Gate: 2 1/2-inches, 5.79 pounds per linear
foot.
Page 418 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL CHAIN LINK FENCES AND GATES 323112-2
60282852 -7 Sep 2021
4.Gatepost for 6-foot Leaf Width Gate: 3 1/2-inches, 9.1 pounds per linear foot.
C.Alternatively, provide steel pipe, posts, and braces as follows:
Steel pipe shall conform to ASTM A1011 or A653, cold-formed, electric welded,
minimum yield strength of 50,000 psi. Provide posts and braces with Type A galvanized
coating or Type B coating (hot-dipped zinc primer, chromate intermediate, and clear
UV-resistant acrylic finish coat) in compliance with ASTM F1043 for heavy industrial
fence, Group IA pipe or Group II rolled shapes as follows:
1.End, Corner, and Pull Posts:3-inch (outside diameter) steel pipe, 4.64 pounds per
linear foot.
2.Line Posts:3-inch (outside diameter) steel pipe, 3.12 pounds per linear foot.
3.Gateposts for up to 6-Foot Leaf Width Gate:3 inches (outside diameter), 4.64
pounds per linear foot.
4.Gatepost for 6-to 13-Foot Leaf width Gate: 4 inches (outside diameter), 6.56
pounds per linear foot.
D.Post Brace Assembly: At gateposts and end posts and at each side of corner and pull
posts, place a horizontal compression brace to the next post at mid-height of fabric.
Truss the two posts together with a diagonal tension rod. Use 1-1/4-inch minimum pipe
for the horizontal brace and 3/8-inch (nominal, 5/16-inch true) diameter adjustable
diagonal truss rod.
E.Length of Posts Into Footing: At line posts for fabric height of less than 72 inches,
provide 30 inches. At line posts for fabric height of 72 inches and more, provide 30
inches. At end, corner, and pull posts, provide 6 inches more than at line posts. At
gateposts, provide 12 inches more than at line posts. In solid rock, the portion of the
depth of footing that is in solid rock may be reduced to one-half of the above lengths.
F.Fence posts on top of wall shall be removable, as shown in the plans.
2.03 GALVANIZED HARDWARE
Comply with U.S. Federal Specification RR-F-191/4D or ASTM F626 and the
following:
A.Caps: Weathertight caps on exposed ends of tubular members.
B.Tension Wires: 7-gauge galvanized steel coil spring steel.
C.Tension or Stretcher Bars: One piece, 2 inches less than fabric height, 3/16 inch by 3/4
inch. Provide one bar for each gatepost and end post and two for each corner and pull
post.
Page 419 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL CHAIN LINK FENCES AND GATES 323112-3
60282852 -7 Sep 2021
2.04 GALVANIZED GATES
A.Provide gates in accordance with ASTM F900, except as modified.
B.Tubular Perimeter Members: Provide 2-inch pipe, 3.65 pounds per linear foot. Provide
intermediate vertical member for width over 8 feet and intermediate horizontal member
for width over 10 feet. Assemble frame by welding or with malleable or pressed steel
corner fittings, riveted for rigid connection. Provide fabric and barbed wire as for fence.
Use stretcher bars at vertical edges and optional at top and bottom edges. Diagonal cross
bracing of 3/8-inch (nominal, 5/16-inch true) diameter adjustable truss rods.Form
anticlimb extension by extending vertical members 12 inches above fabric.Provide
hinged gates to swing through 90 degrees from closed to open.
C.Gate Hardware:
1.Hinges: Provide pressed or forged steel or malleable iron, nonlift-off type, one and
one-half pairs for each leaf over 6 feet high.
2.Latch: Provide forked type or plunger-bar type for operation from either side, with
padlock eye as integral part.
3.Cane Bolt: Provide one 24-inch-long cane bolt at each leaf more than 4 feet 0
inches wide.
2.05 FILLER STRIPS
Fiberglass filler strips for diagonal installation into chain link fence shall be fabricated
from large sheets of a durable, semirigid fiberglass-reinforced polyester resin, pigments,
and acrylic modifier for protection against sunlight. Strips are to be 1.77 inches wide by
8 feet long, with a nominal thickness of 0.060 inch. Color shall be dark green.
2.06 CONCRETE
Five, 94-pound sacks of portland cement per cubic yard. Do not use accelerating
admixtures.
PART 3 -EXECUTION
3.01 PREPARATION FOR INSTALLATION
Clear the line of the fence and dispose of resulting material. Grade between post centers,
excavate high spots, and fill low spots so bottom of fabric will be between 1 and 2
inches above finished grade.
3.02 INSTALLATION
Install in accordance with ASTM F567, except as modified herein.
Page 420 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL CHAIN LINK FENCES AND GATES 323112-4
60282852 -7 Sep 2021
3.03 SETTING POSTS
A.Space line posts uniformly at maximum intervals of 8 feet between gateposts and corner
posts.
B.Excavate postholes so concrete will be 3 inches below and around metal posts, except
that minimum diameter of concrete footing for end, corner, pull, and gateposts is 12
inches. In solid rock, diameters may be reduced to post outside diameter plus 3 inches.
C.Set posts plumb to within 1/4 inch of the post vertical centerline.
D.Fill postholes with concrete to 2 inches above finish grade and crown to slope away from
post. In solid rock, emplace posts with a grout of one part portland cement to three parts
sand, with sufficient water for workability.
3.04 INSTALLING FABRIC
A.Place fabric on security side of fence. Place tension bands on side opposite fabric side
and peen bolt ends or score threads.
B.Tie fabric to line posts and clip tension bar to end, corner, pull, and gateposts at 15-inch
intervals. Tie fabric to tension wires or weave tension wires through fabric at 24-inch
intervals. Gauge of tie wire equal to gauge of fabric. Tie tension wires to line posts with
6-gauge wire. Twist tie wires two full turns and bend back edges to reduce hazard.
C.Join rolls of fabric by weaving a single strand into ends of the rolls to form a continuous
mesh.
3.05 INSTALLING FILLER STRIPS
Starting at one end of a run of fence, insert strips into the "tunnel like" rows in the fence
fabric. Continue until the entire height of a section of fence is completed.
END OF SECTION
Page 421 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
LEAKAGE AND INFILTRATION TESTING 330130-1
60225711 -7 Sep 2021
SECTION 330130 LEAKAGE AND INFILTRATION TESTING
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes testing of gravity pipelines, sewers, culverts, drains, and manholes
not intended to be pressurized in excess of 5 psi or 12 feet head of water. Leakage test is
by internal air pressure or water. Infiltration test is by measurement of rate of flow of
water.
PART 2 -MATERIALS
2.01 TEST PLUGS
Inflatable and expandable type, braced to contain 5 psi over the pipe cross-section area.
2.02 PRESSURE-RELIEF VALVE
Set to limit the internal pipe test pressure to 5 psi.
PART 3 -EXECUTION
3.01 PREPARATION OF THE PIPELINE
A.Prior to testing, flush and clean the pipeline to wet the pipe surface and clean out debris.
B.Plug pipe outlets, including stoppers in laterals, to resist the leakage test pressure.
3.02 LEAKAGE TEST
A.Test for leakage by means of an air test. Test each section of pipe between manholes.
B.Test each section of pipe subsequent to the last backfill compacting operation.
3.03 AIR TEST
A.Conduct air tests per the following standards:
Pipe Material
Specification
Section
ASTM
Specification
HDPE F1417, Table 1
B.Test each section of pipe between two successive manholes by plugging pipe outlets
with test plugs. Add air slowly until the internal pressure is raised to 4.0 psig. The
Page 422 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
LEAKAGE AND INFILTRATION TESTING 330130-2
60225711 -7 Sep 2021
compressor used to add air to the pipe shall have a blowoff valve set at 5 psig so that the
internal pressure in the pipe never exceeds 5 psig. Maintain the internal pressure of 4
psig for at least two minutes to allow the air temperature to stabilize, then disconnect the
air supply and allow the pressure to decrease to 3.5 psig. Measure the time in minutes
that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig. Compare
the results with the values tabulated in the referenced ASTM specifications in paragraph
A above.
C.If the pressure drop from 3.5 psig to 2.5 psig occurs in less time than the specified
values, overhaul the pipe and, if necessary, replace and re-lay the pipe until the joints
and pipe hold satisfactorily under this test.
D.Guard against the sudden expulsion of a poorly installed plug or a plug that is partially
deflated.
3.04 TEST FOR INFILTRATION
A.If, in the construction of a section of the sewer between structures, excessive
groundwater is encountered, close the end of the pipe at the upper structure sufficiently
to prevent the entrance of water. Discontinue pumping groundwater for at least three
days. Then test the section for infiltration. The infiltration shall not exceed 0.025 gpm
per inch of diameter per 1,000 feet of main line pipe being tested as measured at the
downstream structure.Test period shall be at least eight hours.
B.Where infiltration exceeds the maximum acceptable, immediately uncover the pipe and
reduce the infiltration to within the maximum acceptable by replacing, re-laying, or
encasing the pipe in concrete.
3.05 MANHOLE TEST
A.Manholes shall be tested per the vacuum method per ASTM C1244.
1.Test each manhole immediately after assembling the precast manhole segments
together and prior to backfilling. If the manhole fails this initial test, make repairs
to any cracks or other sources of leaks. Cracks longer than 2 inches shall be cause
for rejection of the entire manhole segment or casting, and no patching shall be
allowed in such segments.
2.Plug lift holes with grout. Do not place grout in the circumferential manhole joints
containing the butyl rubber sealing compound before testing; see Sections 034210.
Plug pipes entering the manholes, and securely brace the plugs from being drawn
into the manhole.
3.Test each manhole a second time for final acceptance after backfilling in order to
assure that the backfill operation did not damage the manhole. Retest any
manholes that were damaged or moved during final grading and paving.
Page 423 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
LEAKAGE AND INFILTRATION TESTING 330130-3
60225711 -7 Sep 2021
3.06 CORRECTION OF OBSERVED LEAKS
Even though the infiltration is less than the maximum acceptable, stop any individual
leaks that may be observed.
3.07 INSPECTION BY CONTRACTOR FOR DAMAGED OR DEFECTIVE PIPE IN
PLACE
A.After backfilling and pavement replacement is complete and upon completion of the air
test or infiltration test, inspect the pipe for damage and other defects by means of closed
circuit television (CCTV). Television inspection shall be in accordance with the
Standard Specifications City of San Luis Obispo.
B.Schedule the inspection in advance with the Owner's Representative.
C.If the CCTV inspection indicates any defects, excavate and repair or replace the faulty
materials and construction and restore the work and the damage to work of others.
END OF SECTION
Page 424 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
LEAKAGE AND INFILTRATION TESTING 330130-4
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 425 of 850
DIRECTIONAL BORING OF PIPE 330522-1
60225711 -7 Sep 2021 (S330522 HDD.DOCX)
SECTION 330522 DIRECTIONAL BORING OF PIPE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of high-density polyethylene pipe (HDPE)
by the directional boring method.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Trenching, Backfilling, and Compacting:312316.
B.General Piping Requirements:400500.
C.Pressure Testing of Piping:400515.
D.HDPE Pipe, 20 Inches and Smaller:402097.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit list and description of materials and equipment to be used.
C.Submit a boring plan that outlines work to be done.Proposed profiles can be changed to
include lengthening of the siphon as needed, as well as modifications to the proposed
manhole locations. The plan shall include, but not be limited to,drawings showing
proposed methods of construction including location of receiving and sending pits., a
proposed sequence of construction, proposed pressure testing location for pipe before
directional boring, and calculations.
D.Submit an accurate record of the crossing location in plan view and profile depth. Record
all changes on the contract drawings as work progresses.
E.Calculations signed and sealed by a professional engineer licensed in the state of
California demonstrating a sufficient factor of safety for the pipe sizing (dimension ratio),
against failure due to buckling and tension forces during pipe pullback, considering the
materials and equipment to be used.
Page 426 of 850
DIRECTIONAL BORING OF PIPE 330522-2
60225711 -7 Sep 2021 (S330522 HDD.DOCX)
PART 2 -MATERIALS
2.01 HIGH-DENSITY POLYETHYLENE PIPE (HDPE)
The Contractor shall work with a California licensed professional engineer to determine
the wall thickness sufficient for directional boring of the pipe. See Section 402097 for
additional information.
2.02 BOLTS AND NUTS FOR FLANGED CONNECTIONS
See Section 400500.
2.03 DRILLING FLUID
Drilling fluid shall be bentonite and water or a combination of bentonite and polymers and
water formulated to move cuttings to the surface and lubricate the pipe during pullback.
2.04 DRILL PIPE
Drill pipe shall be steel with sufficient strength to withstand the maximum rated pullback
and pushing load of the drilling equipment. Drill pipe joints shall be flush and capable of
transmitting maximum rated torque of the drilling equipment.
2.05 DRILLING EQUIPMENT
A.Drilling equipment shall have a maximum sound power level of 80 dBA (as defined in
ANSI S1.4) at 10 feet when operating within 100 feet of a residential unit. Measure sound
power level in accordance with ISO 3740 and 3744.
B.Mixing, pumping, and holding/separation tanks shall be capable of delivering mixed
drilling fluid to the cutting head. Drilling fluids circulating equipment shall be designed
to minimize spillage.
2.06 DOWNHOLE TOOLS
A.Cutting heads, backreamers, and hole openers shall be suitable for the soil and rock
conditions anticipated by the Contractor.
B.Grips, pulling heads, and swivels shall be compatible with the pipe material. Design to
transmit without distortion the maximum rated pullback force of the equipment used.
Grips, pulling heads, and swivels shall be specifically engineered for directional drilling
applications.
C.Tracking equipment shall be capable of determining the location of the cutting head at
depth within ±3 inches.
Page 427 of 850
DIRECTIONAL BORING OF PIPE 330522-3
60225711 -7 Sep 2021 (S330522 HDD.DOCX)
PART 3 -EXECUTION
3.01 INSTALLATION
A.Install the pipe in a manner that does not cause upheaval, settlement, cracking, movement,
or distortion of the surface material including the channel bottom.
B.Locate the entrance and exit pits to be within the Owner's right-of-way and temporary
construction easements.
3.02 TRENCHING AND EARTHWORK
Accomplish trenching and earthwork in accordance with Section 312316.
3.03 PIPE JOINING
A.HDPE Pipe: See Section 402097.
B.Where the staging area permits, join entire length of pipe to be pulled through bore prior
to commencement of pullback operation. If not feasible because of the length of the bore
and the size of the staging area, each pipe section may be fused or welded to the previous
section before the pull back. Support weight of joined pipe suspended on rollers to
minimize pulling forces.
3.04 FLANGED CONNECTIONS
See Section 402097.
3.05 PRE-BORE AND POST-BORE PRESSURE TESTING
A.Prior to pulling the HDPE pipe through the directional bore hole, the pipe shall be pressure
tested in accordance with Section 400515. Perform pressure testing again after final
installation of the pipe and before final acceptance by the Owner.
B.At the Contractor's option, pipe need not be pressure tested before pulling the pipe through
the bore hole. In such case, if the pipe does not pass the pressure test after installation,
then remove the entire pipe from the bore hole, repair the pipe, and perform pressure
testing prior to reinstalling the pipe and again after reinstallation.
C.The Owner's Representative will witness the pressure tests and shall be informed 48 hours
in advance of pressure tests.
3.06 PILOT BORE
A.Construct a pilot bore at the centerline alignment and grade as shown in the drawings.
Circulate drilling fluids to maintain an open bore at all times. If the path of the pilot bore
is successfully completed, then proceed with the reaming procedure, and pull the pipe
from the receiving location (exit pit) to the sending location (entry pit). If the pilot bore
could not be successfully completed, then do not proceed with the reaming procedure until
Page 428 of 850
DIRECTIONAL BORING OF PIPE 330522-4
60225711 -7 Sep 2021 (S330522 HDD.DOCX)
the Owner, Owner's Representative, Engineer, and Contractor have met to discuss
alternative options for the pipeline crossing. The pilot bore and reaming procedure shall
be controlled by a magnetic survey system including accelerometers, magnetometers,
connector wire, and survey probe. The guidance system shall be capable of measuring
depth, location, pitch, and roll of the bore and shall be able to indicate depth up to 40 feet.
3.07 DRILLING FLUID CONTAINMENT AND DISPOSAL
Contain and dispose of the drilling mud in accordance with state and federal regulations
and permit conditions. Install erosion and sedimentation control measures including straw
bales to prevent drilling mud from inadvertently spilling out of the entrance/exit pit.
Monitor drilling fluids at the surface to avoid excessive downhole pressures which may
buckle the surface or the pipe during installation.
3.08 BACKREAMING BORE AND PIPE INSTALLATION
Upon completing the pilot bore, pull the drill pipe back through the bore using an
oversized backreamer larger than the proposed pipe to be pulled back through the bore
hole. Repeat backreaming as necessary to enlarge the bore to provide sufficient clearance
for the pipe. Attach pulling head and swivel and pull pipe through with closed end. Pull
pipe back in one continuous pull to avoid closure of the bore hole.
END OF SECTION
Page 429 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-1
60225711 -7 Sep 2021
SECTION 331125 PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING
PART 1 -GENERAL
1.01 DESCRIPTION
Contractor shall furnish all labor, materials, equipment and performance of all work
necessary or incidental to furnish and install a simplex/duplex prefabricated fiberglass
reinforced polyester (FRP) lift station. The lift station shall be a completely factory-
assembled unit, requiring only minor adjustments and reassembly in the field.
The manufacturer shall demonstrate the ability to fabricate the various lift station
components, as shown in the plans and as specified herein, utilizing adequate number of
skilled workmen, equipment, tools, facilities, and subcontractors. The complete lift
station shall be manufactured by Topp Industries, Inc. or pre-approved equal.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Motor Control Center: 262419.
B.Manual, Check, and Process Valves: 400520.
C.Ductile Iron Pipe: 402040.
D.Screw Centrifugal Pumps: 432132.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.The prefabricated FRP lift station manufacturer shall prepare shop drawings for the
complete lift station including structural and opening details, equipment mounting and
location details, and manufacturer’s cut sheets for each item of equipment in the lift
station. The main component of the submittals shall be an 8½” x 11" drawing of the
complete prefabricated FRP lift station prepared by the manufacturer. Manufacturer’s
cut sheets shall indicate capacities, dimensions, and materials of construction for all
equipment in the prefabricated FRP lift station.
1.04 REFERENCES
A.ASTM A36 (Latest Revision): Standard Specification for Structural Steel.
B.ASTM A283D (Latest Revision): Standard Specification for Structural Steel.
C.ASTM D883 (Latest Revision):Definitions of Terms Relating to Plastics.
Page 430 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-2
60225711 -7 Sep 2021
D.ASTM D3753 (Latest Revision): Standard Specification for Glass-Fiber-Reinforced
Polyester Manholes.
E.ANSI B16.1 (Latest Revision): Standard Specification for 125 lb. Standard Flat Face
Cast Iron Flanges.
1.05 O&M MANUALS
The prefabricated FRP lift station supplier shall prepare a complete operations and
maintenance (O&M) manual for the complete lift station. The O&M manual shall
include routine maintenance requirements and spare parts lists for each major item of
equipment in the lift station. The names and telephone numbers of companies where
spare parts and/or trained service technicians are available shall also be included for each
item of equipment.
1.06 DELIVERY AND HANDLING
The manufacturer of the prefabricated FRP lift station shall coordinate with the
contractor so that the lift station is delivered to the jobsite on time for installation.
Handling instructions shall be provided by the lift station manufacturer with the lift
station to insure proper handling of the lift station structure. After delivery to the jobsite,
the contractor shall store the motor control panel off the ground in a dry location until it
is mounted and supplied with electrical service. The contractor shall also insure that all
pump power and control cables, as well as float cables are protected from submergence
until they are properly installed and sealed.
1.07 GUARANTEE
The prefabricated FRP lift station manufacturer shall guarantee the complete
prefabricated FRP lift station to be free from defects in materials and workmanship for a
period of one year from the date of delivery.
PART 2 -MATERIALS
2.01 FIBERGLASS REINFORCED POLYESTER WET WELL (AND INTEGRAL VALVE
BOX)
Unless otherwise indicated the plastic terminology used in this specification shall be in
accordance with the definitions given in American Society for Testing and Materials
(ASTM) designations D883 -Definitions of Terms Relating to Plastics.
2.02 RESINS
The resins used shall be a commercial grade polyester and shall be evaluated as a
laminate by test or determined by previous service to be acceptable for the intended
environment. The resins used may contain the minimum amount of fillers or additives
required to improve handling properties. Up to 5% by weight of thixotropic agent, which
Page 431 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-3
60225711 -7 Sep 2021
will not interfere with visual inspection, may be added to the resin for viscosity control.
Resins may contain pigments and dyes by agreement between manufacturer and
engineer, recognizing that such additives may interfere with visual inspection of FRP
laminate quality.
2.03 REINFORCED MATERIAL
The reinforcing material shall be a commercial grade of glass fiber (continuous strand,
chopped-strand, continuous mat and non-continuous mat) having a coupling agent,
which will provide a suitable bond between the glass reinforcement material and resin.
2.04 LAMINATE STRUCTURE
A.The FRP laminate shall consist of a resin rich inner surface: chop-spray interior liner and
a chop-hoop filament-wound structural exterior layer.
B.Inner surface:
1.The resin rich inner surface shall be free of cracks and crazing with smooth finish
and with an average of not over two (2) pits per square foot, providing the pits are
less than 0.125 inches in diameter and 0.3125 inches in depth and are covered with
sufficient resin to avoid exposure of any fiberglass reinforcement material. Some
waviness shall be permissible as long as the surface is smooth. Between 0.01 to
0.02 inches of resin, rich surface shall be provided.
2.Chop-Spray Interior Liner: The interior liner shall be reinforced by 25 to 35% by
weight of chopped strand glass fiber having fiber lengths from 0.5 to 2.0 inches.
The chop-spray interior liner protects the chop-hoop filament-wound structural
exterior liner from corrosion damage caused by “wicking” of the wet well liquid
contents. A minimum of 0.100 inches of chop-spray interior liner shall be
provided.
3.Chop-Hoop Filament-Wound Structural Exterior Layer: The structural
reinforcement of the wet well shall be by the chop-hoop filament-wound
manufacturing method only. The axial reinforcement shall be continuous-strand
glass fiber. The longitudinal reinforcement shall be chopped-strand glass fiber.
The glass fiber reinforcement content of the chop-hoop filament wound structural
exterior layer shall be 50 to 80% by weight. The exterior surface of the wet well
shall be relatively smooth with no exposed reinforcement fibers or sharp
projections. Hand finish work is permissible to prevent reinforcement fiber
exposure. The wall thickness of the chop-hoop filament-wound structural exterior
layer shall vary with the wet well height to provide the aggregate strength
necessary to meet the tensile and flexural physical properties requirements.
Page 432 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-4
60225711 -7 Sep 2021
2.05 PHYSICAL PROPERTIES
A.Wet Well FRP Wall Laminate
The wet well FRP wall laminate must be designed to withstand wall collapse or buckling
based on the following assumptions and third party specifications:
1.Hydrostatic Pressure of 62.4 lbs. per square foot
2.Saturated soil weight of 120 lbs. per cubic foot
3.Soil Modulus of 700 pounds per square foot
4.Pipe stiffness values as specified in ASTM D3753. The wet well FRP laminate
must be constructed to withstand or exceed two times the assumed loading on any
depth of the wet well.
B.Wet Well FRP Bottom Laminate
The wet well FRP bottom laminate shall have less than 0.375 inches of center elastic
deflection (deformation) when in service in totally submerged conditions
C.FRP Laminate Surface Hardness
The finished FRP laminate will have a Barcol Hardness of at least 90% of the resin
manufacturer’s specified hardness for the fully cured resin. The Barcol Hardness shall be
the same for both interior and exterior surfaces.
D.Wet Well Top Flange
1.The wet well top flange shall have an outside diameter at least 4.0 inches greater
than the inside diameter of the well.
2.A six-hole pattern shall accommodate the mounting of a cover with at least 0.375
inches in diameter 300 series stainless steel fasteners. Non-corroding stainless steel
threaded inserts shall be fully encapsulated with noncontinuous mat or chopped-
strand glass fiber reinforcement. The inserts shall have an offset tab to prevent
stripping or spinning out when removing and reinserting cover fasteners
E.Steel Anti-Floatation Flange
The steel anti-floatation flange shall be constructed from 0.1875 inches thick ASTM
A36 structural steel plate, encapsulated in at least 0.125 inches of chopped-strand glass
fiber reinforcement on all sides. The steel anti-floatation flange shall be square with
outside dimensions of at least 4.0 inches greater than the wet well inside diameter. The
steel anti-floatation flange shall be attached to the wet well bottom with chopped-strand
glass fiber reinforcement. Contractor shall place the wet well on a concrete pad and fill
with grout covering the entire steel anti-floatation flange. The amount of grout shall be
Page 433 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-5
60225711 -7 Sep 2021
sufficient to prevent floatation of the wet well based on the jobsite conditions. The steel
anti-floatation flange shall not require bolt holes to secure it to the concrete pad.
F.Pump Quick Disconnect Mounting Studs
Shall be 300 series stainless steel threaded studs of at least 0.375 inches in diameter shall
be used. The studs shall first be threaded into the 0.1875" inches thick ASTM A36
structural steel anti-floatation flange/bottom of the wet well and then welded into place.
Once installed, the studs shall be sealed with at least two layers of noncontinuous glass
fiber mat or chopped-strand glass fiber reinforcement.
G.Discharge Coupling
1¼" and 2" Systems:A 1¼” or 2” NPT full coupling full welded in the center of a 14
gauge steel plate, finished with black enamel, shall be factory installed with at least
0.375 inches in diameter 300 series stainless steel fasteners. The wet well wall
penetrations shall be sealed with silicone sealer. Couplings are also available in 304
stainless steel material. (3" and 4" systems) A sufficient quantity and type of “Link-Seal”
type modular, mechanical, inter-locking, synthetic rubber links shaped to continuously
fill the annular space between the discharge pipe and the aluminum sleeve shall be used
to provide a hydrostatic seal. The aluminum sleeve shall be bolted on the wet well or
valve box wall and sealed with silicone sealer.
H.Electrical Coupling
An NPT full coupling full welded in the center of an 14 gauge steel plate, finished with
black enamel, shall be factory installed with at least 0.375 inches in diameter 300 series
stainless steel fasteners. The wet well wall penetrations shall be sealed with silicone
sealer. Couplings are also available in 304 stainless steel material.
I.Inlet Hub
A 4” nominal pipe diameter thermoplastic pipe grommet shall be field installed by the
contractor in a 5” diameter hole in the wet well wall. The pipe grommet shall provide a
mechanical seal and shall not require any secondary sealing materials.
J.Float Bracket
Float bracket shall be fabricated from 300 series stainless steel with four compression
style cord grips to maintain float level position. It shall be factory installed with at least
0.375 inches in diameter 300 series stainless steel fasteners. The wet well wall
penetrations shall be sealed with silicone sealer.
K.Ventilation
Wet well ventilation shall comply with all applicable codes.
Page 434 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-6
60225711 -7 Sep 2021
L.Slide Rail Assembly
The slide rail assembly shall include pump quick disconnect discharge elbow, sealing
flange with rail guide, upper guiderail bracket, lifting cable and guiderails.
M.Pump Quick Disconnect Discharge Elbow
The pump quick disconnect (QDC) discharge elbow, made of cast iron, designed to
mount directly on the wet well floor, shall be supplied for each pump. It shall have a
standard ANSI B16.1 125 lb. flange, flat faced and drilled on the discharge side, with a
machined mating pump connection. The design shall be such that connection between
the pump and QDC is made without the need for any nuts, bolts or gaskets.
N.Sealing Flange with Rail Guide
The sealing flange with rail guide shall be mounted on each pump discharge. It shall
have a machined mating flange, which matches the QDC discharge elbow. Sealing of
this pump and discharge piping connection shall be accomplished by a simple linear
downward motion of the pump along the guiderails culminating with the entire weight of
the pumping unit supported by the QDC discharge elbow.
O.Upper Guiderail Bracket
The upper guiderail bracket, made from ASTM A283D structural steel, shall align and
support the two guiderails at the top of the wet well. It shall bolt directly to the hatch
frame (or aluminum upper guiderail bracket in wet wells with solid fiberglass covers)
and incorporate a beveled stainless steel inserts for secure rail installation.
P.Lifting Cable
The lifting cable shall be 300 series stainless steel with a diameter of at least 3/16” and a
nominal breaking strength of at least 2500 pounds.
Q.Guiderails
The guiderails shall be 1½inch schedule 40 galvanized / stainless steel pipe. There shall
be two guiderails per pump to insure proper alignment with the QDC discharge elbow
and stationary piping.
R.Submersible Pumps
See Section 432132.
S.Motor Control Panel
See Section 262419.
Page 435 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-7
60225711 -7 Sep 2021
T.Discharge Pipe and Fittings
See Section 402040.
U.Valves
See Section 400520.
V.Aluminum Hatch Cover
The wet well (and integral valvebox) cover shall be constructed of 0.250 inches thick
mill finish aluminum diamond plate with 300 series stainless steel hardware. The access
hatch shall have a recessed handle and locking pin. The hatch shall be held open in the
vertical position by means of a hold open arm of corrosion resistant design. The cover
shall be mounted to the wet well (and integral valvebox) with a least six 300 series
stainless steel fasteners of at least 0.375 inches in diameter.
PART 3 -EXECUTION
3.01 LIFT STATION INSTALLATION
The prefabricated FRP lift station shall be installed by the contractor according to the lift
station manufacturer’s published instruction.
3.02 START-UP
The initial startup of the prefabricated FRP lift station shall be performed by a qualified
factory representative of the lift station manufacturer. It shall be the responsibility of the
factory representative to supervise the startup and instruct the owner’s personnel in the
proper operation and maintenance procedures for the entire prefabricated FRP lift
station.
END OF SECTION
Page 436 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PREFABRICATED FRP WET WELL, VALVE BOX, AND PIPING 331125-8
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 437 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL PIPING REQUIREMENTS 400500-1
60225711 -7 Sep 2021
SECTION 400500 GENERAL PIPING REQUIREMENTS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes the general requirements for selecting piping materials; selecting
the associated bolts, nuts, and gaskets for flanges for the various piping services in the
project; and miscellaneous piping items.
1.02 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit affidavit of compliance with referenced standards (e.g., AWWA, ANSI, ASTM,
etc.).
C.Submit certified copies of mill test reports for bolts and nuts, including coatings if
specified. Provide recertification by an independent domestic testing laboratory for
materials originating outside of the United States.
D.Submit manufacturer's data sheet for gaskets supplied showing dimensions and bolting
recommendations.
1.03 DEFINITIONS OF BURIED AND EXPOSED PIPING
A.Buried piping is piping buried in the soil, commencing at the wall or beneath the slab of
a structure. Where a coating is specified, provide the coating up to the structure wall.
Unless detailed otherwise, coating shall penetrate wall no less than 1 inch.Piping
encased in concrete is considered to be buried. Do not coat encased pipe.
B.Exposed piping is piping in any of the following conditions or locations:
1.Above ground.
2.Inside buildings, vaults, or other structures.
3.In underground concrete trenches or galleries.
1.04 PIPING SERVICE
Piping service is determined by the fluid conveyed, regardless of the pipe designation.
For example, pipes designated "Air Low Pressure," "Air High Pressure," and "Air" are
all considered to be in air service.
Page 438 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL PIPING REQUIREMENTS 400500-2
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 THREAD FORMING FOR STAINLESS STEEL BOLTS
Form threads by means of rolling, not cutting or grinding.
2.02 BOLTS AND NUTS FOR FLANGES FOR DUCTILE-IRON PIPING
A.Bolts and nuts for buried or submerged Class 125 or 150 flanges and Class 125 or 150
flanges located outdoors above ground or in vaults and structures shall be Type 304
stainless steel conforming to ASTM A193 (Grade B8) for bolts and ASTM A194 (Grade
8) for nuts.
B.Fit shall be Classes 2A and 2B per ASME B1.1 when connecting to cast-iron valves
having body bolt holes.
C.Bolts used in flange insulation kits shall conform to ASTM A193 (Grade B7). Nuts shall
conform to ASTM A194 (Grade 2H).
D.Provide washers for each nut. Washers shall be of the same material as the nuts.
2.03 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS
Lubricant shall be chloride free and shall be RAMCO TG-50, Anti-Seize by RAMCO,
Specialty Lubricants Corporation HuskyLube O'Seal, or equal.
2.04 GASKETS FOR FLANGES FOR DUCTILE-IRON PIPING AND FITTINGS IN RAW
SEWAGE, SLUDGE, AND SCUM SERVICE (SPECIFICATION SECTION 402040)
Gaskets shall be full face, 1/8-inch thick, Buna-N having a hardness of 55 to 65
durometer. Gaskets shall be suitable for a water pressure of 200 psi at a temperature of
250°F. Gaskets shall have "nominal" pipe size inside diameters not the inside diameters
per ASME B16.21. Provide Garlock Style 9122 or equal.
2.05 THREADED CAPS FOR PROTECTION OF NUTS AND BOLT THREADS
Caps shall be high-density polyethylene, color black.The caps shall be filled with an
anticorrosive lubricant to prevent nuts and bolts from rusting and corroding. Caps shall
withstand temperatures from -40°F to 200°F. Caps shall be suitable to use in exposed,
buried, and submerged service conditions. Products: Sap-Seal Products, Inc.; Advance
Products and Systems, Inc., "Radolid"; or equal.
2.06 MOLDABLE FILLER TAPE FOR PIPE SURFACE TRANSITION AREAS
A.Filler tape shall be a 100% solids mastic-like butyl-rubber filler designed to fill and
smooth the transition areas between adjacent coating surfaces such as step-down weld
areas, surface irregularities beneath heat-shrink sleeves, pipefittings, and exothermic
welds for cathodic protection bonding wire connections. Characteristics:
Page 439 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL PIPING REQUIREMENTS 400500-3
60225711 -7 Sep 2021
1.Thickness per ASTM D1000: 1/8 inch minimum.
2.Peel adhesion to primed pipe: 300 ounces per inch minimum.
3.Elongation: 600% minimum.
B.Products: Tapecoat “Moldable Sealant,” Polyken No. 939 Filler Tape, or equal.
2.07 FLANGE ISOLATION KIT
A.Flange isolation kit shall be Type “E” and include a full face gasket with the same
outside diameter as the outside diameter of the flange.
PART 3 -EXECUTION
3.01 INSTALLING PIPE SPOOLS IN CONCRETE
Install pipes in walls and slabs before placing concrete. See Sections 030500 and
400762.
3.02 RAISED FACE AND FLAT FACE FLANGES
Where a raised face flange connects to a flat-faced flange, remove the raised face of the
flange.
3.03 INSTALLING ABOVEGROUND OR EXPOSED PIPING
A.Provide pipe hangers and supports as detailed in the drawings.
B.Install pipe without springing, forcing, or stressing the pipe or any adjacent connecting
valves or equipment.
3.04 INSTALLING FLANGED PIPING
A.Set pipe with the flange bolt holes straddling the pipe horizontal and vertical centerline.
Install pipe without springing, forcing, or stressing the pipe or any adjacent connecting
valves or equipment. Before bolting up, align flange faces to the design plane within
1/16 inch per foot measured across any diameter. Align flange bolt holes within 1/8-inch
maximum offset.
B.Inspect each gasket to verify that it is the correct size, material, and type for the specified
service and that it is clean and undamaged. Examine bolts or studs, nuts, and washers for
defects such as burrs or cracks and rust and replace as needed.
C.Clean flanges by wire brushing before installing flanged fittings. Clean flange bolts and
nuts by wire brushing, lubricate carbon steel bolts with oil and graphite, and tighten nuts
uniformly and progressively.
Page 440 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
GENERAL PIPING REQUIREMENTS 400500-4
60225711 -7 Sep 2021
D.Bolt lengths shall extend completely through their nuts. Any that fail to do so shall be
considered acceptably engaged if the lack of complete engagement is not more than one
thread.
E.Do not use more than one gasket between contact faces in assembling a flanged joint.
F.Tighten the bolts to the manufacturer’s specifications, using the recommended cross bolt
pattern in multiple steps of increasing torque, until the final torque requirements are
achieved. Do not over torque.
G.If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or
replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints
shall be watertight.
H.Install threaded nut and bolt thread protection caps after completing the bolt, nut, and
gasket installation. Install on exposed and buried and submerged piping.
3.05 INSTALLING BLIND FLANGES
A.At outlets not indicated to be connected to valves or to other pipes and to complete the
installed pipeline hydrostatic test, provide blind flanges with bolts, nuts, and gaskets.
B.Coat the inside face of blind flanges per Section 099000, System No. 1.
3.06 INSTALLING GROOVED-END PIPING
A.Install grooved-end pipe and fittings in accordance with the coupling manufacturer's
recommendations and the following.
B.Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove before
installing coupling. Apply the coupling manufacturer's gasket lubricant to the gasket
exterior including lips, pipe ends, and housing interiors.
C.Fasten coupling alternately and evenly until coupling halves are seated. Use torques as
recommended by the coupling manufacturer.
3.07 INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS
Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant.
END OF SECTION
Page 441 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRESSURE TESTING OF FORCE MAIN PIPING 400515-1
60225711 -7 Sep 2021
SECTION 400515 PRESSURE TESTING OF FORCE MAIN PIPING
PART 1 -GENERAL
1.01 DESCRIPTION
This section specifies hydrostatic and leakage testing of pressure piping for raw sewage
force mains.
1.02 RELATED WORK SPECIFIED ELSEWHERE
Manual, Check, and Process Valves:400520.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit test bulkhead locations and design calculations, pipe attachment details, and
methods to prevent excessive pipe wall stresses.
C.Submit six copies of the test records to the Owner's Representative upon completion of
the testing.
1.04 TEST PRESSURES
Test pressures for the various services and types of piping are shown in the subsection
on “Test Pressure and Test Fluids” in Part 3.
1.05 TESTING RECORDS
Provide records of each piping installation during the testing. These records shall
include:
A.Date and times of test.
B.Identification of pipeline, or pipeline section tested or retested.
C.Identification of pipeline material.
D.Identification of pipe specification.
E.Test fluid.
F.Test pressure at low point in pipeline or pipeline section.
G.Remarks: Leaks identified (type and location), types of repairs, or corrections made.
Page 442 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRESSURE TESTING OF FORCE MAIN PIPING 400515-2
60225711 -7 Sep 2021
H.Certification by Contractor that the leakage rate measured conformed to the
specifications.
PART 2 -MATERIALS
2.01 MANUAL AIR-RELEASE VALVES FOR BURIED PIPING
Provide temporary manual air-release valves for pipeline test. Construct the pipe outlet
in the same manner as for a permanent air valve and after use, seal with a blind flange,
pipe cap, or plug and coat the same as the adjacent pipe.
2.02 TEST BULKHEADS
Design and fabricate test bulkheads per Section VIII of the ASME Boiler and Pressure
Vessel Code. Materials shall comply with Part UCS of said code. Design pressure shall
be at least 2.0 times the specified test pressure for the section of pipe containing the
bulkhead. Limit stresses to 70% of yield strength of the bulkhead material at the
bulkhead design pressure. Include air-release and water drainage connections.
2.03 TESTING FLUID
A.Testing fluid shall be water.
B.For potable water pipelines, obtain and use only potable water for hydrostatic testing.
C.Submit request for use of water from waterlines of Owner 48 hours in advance.
D.The Contractor may obtain the water from the Owner at the Owner's rate of charges.
2.04 TESTING EQUIPMENT
Provide calibrated pressure gauges, pipes, bulkheads, pumps, chart recorder, and meters
to perform the hydrostatic testing.
PART 3 -EXECUTION
3.01 TESTING PREPARATION
A.Pipes shall be in place, backfilled, and anchored before commencing pressure testing.
B.Conduct pressure tests on exposed and aboveground piping after the piping has been
installed and attached to the pipe supports, hangers, anchors, expansion joints, valves,
and meters.
C.For buried piping, the pipe may be partially backfilled and the joints left exposed for
inspection during an initial leakage test. Perform the final pressure test, however, after
completely backfilling and compacting the trench.
Page 443 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRESSURE TESTING OF FORCE MAIN PIPING 400515-3
60225711 -7 Sep 2021
D.Provide any temporary piping needed to carry the test fluid to the piping that is to be
tested. After the test has been completed and demonstrated to comply with the
specifications, disconnect and remove temporary piping. Do not remove exposed vent
and drain valves at the high and low points in the tested piping; remove any temporary
buried valves and cap the associated outlets. Plug taps or connections to the existing
piping from which the test fluid was obtained.
E.Provide temporary drain lines needed to carry testing fluid away from the pipe being
tested. Remove such temporary drain lines after completing the pressure testing. Drain
the pipes after they have been tested.
F.Prior to starting the test, the Contractor shall notify the Owner's Representative.
3.02 CLEANING
Before conducting hydrostatic tests, flush pipes with water to remove dirt and debris.
3.03 LENGTH OF TEST SECTION FOR BURIED PIPING
The maximum length of test section for buried pipe of 12 inches or smaller in diameter
is 3,500 feet; for buried pipe larger than 12 inches, 1 mile. Provide intermediate test
bulkheads where the pipeline length exceeds these limits.
3.04 INITIAL PIPELINE FILLING FOR HYDROSTATIC TESTING
Maximum rate of filling shall not cause water velocity in pipeline to exceed 1 fps.
Filling may be facilitated by removing automatic air valves and releasing air manually.
3.05 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE
Prior to testing new pipelines that are to be connected to existing pipelines, isolate the
new line from the existing line by means of test bulkheads, spectacle flanges, or blind
flanges. After successfully testing the new line, remove test bulkheads or flanges and
connect to the existing piping.
3.06 HYDROSTATIC TESTING OF ABOVEGROUND OR EXPOSED PIPING
A.Open vents at high points of the piping system to purge air while filling the pipe with
water. Venting during system filling may also be provided by temporarily loosening
flanges.
B.Subject the piping system to the test pressure indicated. Maintain the test pressure for a
minimum of 2 hours. Examine joints, fittings, valves, and connections for leaks. The
piping system shall show zero leakage or weeping. Correct leaks and retest until zero
leakage is obtained.
Page 444 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PRESSURE TESTING OF FORCE MAIN PIPING 400515-4
60225711 -7 Sep 2021
3.07 HYDROSTATIC TESTING OF BURIED PIPING
A.Where any section of the piping contains concrete thrust blocks or encasement, do not
perform the pressure test until at least 10 days after placing the concrete. When testing
mortar-lined or PVC piping, fill the pipe to be tested with water and allow it to soak for
at least 48 hours to absorb water before conducting the pressure test.
B.Apply and maintain the test pressure by means of a positive displacement hydraulic
force pump.
C.Maintain the test pressure 2 hours by restoring it whenever it falls an amount of 5 psi:
D.After the test pressure is reached, use a meter to measure the additional water added to
maintain the pressure. This amount of water is the loss due to leakage in the piping
system. The allowable leakage shall not exceed 100 gallons per mile, per24 hours, per
inch of nominal diameter.
E.Repair and retest any pipes showing leakage rates greater than that allowed in the above
criteria.
3.08 REPETITION OF TEST
If the actual leakage exceeds the allowable, locate and correct the faulty work and repeat
the test. Restore the work and all damage resulting from the leak and its repair. Eliminate
visible leakage.
3.09 BULKHEAD AND TEST FACILITY REMOVAL
After a satisfactory test, remove the testing fluid, remove test bulkheads and other test
facilities, and restore the pipe coatings.
3.10 TEST PRESSURE AND TEST FLUIDS
Testing and design pressures (psig) shall be as listed below:
Pipe
Service
Pipe
Material Testing Fluid
Design
Pressure
Test
Pressure
FM HDPE Water 50 75 psi
END OF SECTION
Page 445 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-1
60225711 -7 Sep 2021
SECTION 400520 MANUAL, CHECK, AND PROCESS VALVES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, testing, and installation of manually operated valves,
check valves, and process valves including eccentric plug, ball and check valves,.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Operation and Maintenance Manuals: 019310.
B.Painting and Coating:099000.
C.Cold-Applied Wax Tape Coating:099752.
D.Polyethylene Sheet Encasement (AWWA C105):099754.
E.Fusion-Bonded Epoxy Linings and Coatings:09976.
F.Miscellaneous Electrical Devices:260590.
G.General Piping Requirements:400500.
H.Pressure Testing of Force Main Piping:400515.
I.Air-Release and Vacuum-Relief Valves:400560.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data and detail construction sheets showing all valve
parts. Describe each part by material of construction, specification (such as AISI,
ASTM, SAE, or CDA), and grade or type.
C.Show valve dimensions including laying lengths.Show port sizes. Show dimensions and
orientation of valve actuators, as installed on the valves. Show location of internal stops
for gear actuators. State differential pressure and fluid velocity used to size actuators.
For worm-gear actuators, state the radius of the gear sector in contact with the worm and
state the hand wheel diameter.
D.Show valve linings and coatings. Submit manufacturer's catalog data and descriptive
literature.
Page 446 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-2
60225711 -7 Sep 2021
E.Submit six copies of a report verifying that the valve interior linings and exterior
coatings have been tested for holidays and lining thickness. Describe test results and
repair procedures for each valve. Do not ship valves to project site until the reports have
been returned by the Owner's Representative and marked "Resubmittal not required."
F.For butterfly and eccentric plug valves, show the clear diameter or size of the port. Show
the actual area of the port as a percentage of the area as calculated for the nominal valve
size.
1.04 PROOF OF DESIGN TEST FOR ECCENTRIC PLUG VALVES (TYPES 500, 510,
520, AND 525)
A.The Contractor shall require the valve manufacturer to furnish six certified copies of
reports covering the design tests for the eccentric plug valves as described in AWWA
C517 and the following. One prototype valve of each size and class of a manufacturer's
design shall be tested for leakage at the specified design pressure and hydrostatically
tested with twice the specified design pressure. The hydrostatic test shall be performed
with the plug in the open position. The leakage test shall be performed with the plug in
the closed position. The duration of each test shall be 10 minutes minimum. During the
leakage test, there shall be no indication of leakage past the valve plug. Valves specified
to have bi-directional seats shall be leak tight in both directions. In the case of flanged
valves, the valve body shall be bolted to a flanged test head.
B.No part of the valve or plug shall be permanently deformed by the hydrostatic test.
During the hydrostatic test, there shall be no leakage through the metal, the end joints, or
the shaft seal.
C.It is the intent that the valve manufacturer provide evidence of the adequacy of each type
offered to perform under design pressures within the applicable rating for a sufficient
number of test cycles simulating a full service life. The adequacy is to be proven by
tests, made on one or more valves selected to represent each basic type of seat design of
a size within each applicable group, in a pressure class or classes equal to or greater than
that specified. The required number of test cycles appears in the following table:
TEST CYCLES REQUIRED
Size Group
(inches)
No. of
Cycles
Minimum Differential
Pressure
(psig)
3 to 20 10,000 150
24 to 42 5,000 150
Every test cycle shall consist of applying the specified differential pressure to the plug in
the closed position, then opening the plug (which will relieve the pressure) to the wide-
open position and then closing the plug.
Page 447 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-3
60225711 -7 Sep 2021
D.The valve shall be leak tight under the specified pressure differential upon completion of
the cycle test without having to stop during the test to repair the valve, modify or
reinforce the seat, or install shims or wedges around the seat.
E.The plug shall not be rotated past the center position to jam the plug onto the seat during
the hydrostatic test, the leakage test, or the cycle test.
PART 2 -MATERIALS
2.01 GENERAL
A.Install valves complete with operating handwheels or levers, chainwheels, extension
stems, floor stands, gear actuators, operating nuts, chains, and wrenches required for
operation.
B.Valves shall have the name of the manufacturer and the size of the valve cast or molded
onto the valve body or bonnet or shown on a permanently attached plate.
2.02 VALVE ACTUATORS
A.Provide lever or wrench actuators for exposed valves 6 inches and smaller. For larger
valves, provide handwheels.
B.Where manually operated valves (size 4 inches and larger) are installed with their
centerlines more than 6 feet 9 inches above the floor, provide chainwheel and guide
actuators.
C.Provide 2-inch AWWA operating nuts for buried and submerged valves.
D.Provide enclosed gear actuators on butterfly, ball, and plug valves 6 inches and larger,
unless electric motorized valve actuators are shown in the drawings. Gear actuators for
valves 6 through 20 inches shall be of the worm and gear, or of the traveling nut type.
Gear actuators for valves 24 inches and larger shall be of the worm and gear types. Gear
actuators for motorized valves shall be of the worm and gear type, regardless of size.
E.Design gear actuators assuming that the differential pressure across the plug, gate,or
disc is equal to the pressure rating of the valve and assuming a fluid velocity of 16 fps
and a line fluid temperature range of 33°F to 125°F unless otherwise required in the
detailed valve specifications.Size actuators using a minimum safety factor of 1.5 for
valves in open/close service and 2.0 in modulating service.
F.Gear actuators shall be enclosed, oil lubricated, with seals provided on shafts to prevent
entry of dirt and water into the actuator. Gear actuators for valves located above ground
or in vaults and structures shall have handwheels. The actuators for valves in exposed
service shall contain a dial indicating the position of the valve disc or plug. Gear
actuators for buried or submerged valves shall have 2-inch-square AWWA operating
nuts.
Page 448 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-4
60225711 -7 Sep 2021
G.For buried or submerged service or valves installed in buried vaults, provide watertight
shaft seals and watertight valve and actuator cover gaskets. Provide totally enclosed
actuators designed for buried or submerged service.
H.Traveling nut and worm and gear actuators shall be of the totally enclosed design so
proportioned as to permit operation of the valve under full differential pressure rating of
the valve with a maximum pull of 40 pounds on the handwheel or crank. Provide stop
limiting devices in the actuators in the open and closed positions. Actuators shall be of
the self-locking type to prevent the disc or plug from creeping. Design actuator
components between the input and the stop-limiting devices to withstand without
damage a pull of 200 pounds for handwheel or chainwheel actuators and an input torque
of 300 foot-pounds for operating nuts when operating against the stops.
I.Handwheel diameters for traveling nut actuators shall not exceed 8 inches for valves 12
inches and smaller and shall not exceed 12 inches for valves 20 inches and smaller.
J.Self-locking worm gear shall be a one-piece design of gear bronze material (ASTM
B427; or ASTM B84, Alloy C86200), accurately machine cut. Actuators for eccentric
and lubricated plug valves may use ductile-iron gears provided the gearing is totally
enclosed with spring-loaded rubber lip seals on the shafts. The worm shall be hardened
alloy steel (ASTM A322, Grade G41500 or G41400; or ASTM A148,Grade 105-85),
with thread ground and polished. Support worm-gear shaft at each end by ball or tapered
roller bearings. The reduction gearing shall run in a proper lubricant. The handwheel
diameter shall be no more than twice the radius of the gear sector in contact with the
worm. Worm-gear actuators shall be Limitorque Model HBC, EIM Series W, or equal.
K.Design actuators on buried valves to produce the required torque on the operating nut
with a maximum input of 150 foot-pounds.
L.Valve actuators, handwheels,or levers shall open by turning counterclockwise.
2.03 EXTENSION STEMS FOR BURIED AND SUBMERGED VALVE ACTUATORS
A.Where the depth of the valve is such that its centerline is more than 4 feet below grade,
provide operating extension stems to bring the operating nut to a point 6 inches below
the surface of the ground and/or box cover. Where the valve is submerged, provide
operating extension stems to bring the operating nut to 6 inches above the water surface.
Extension stems shall be steel, solid core, and shall be complete with 2-inch-square
operating nut. The connections of the extension stems to the operating nuts and to the
valves shall withstand without damage a pull of 300 foot-pounds.
B.Extension stem diameters shall be as tabulated below:
Page 449 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-5
60225711 -7 Sep 2021
Valve Size
(inches)
Minimum Extension
Stem Diameter
(inches)
2 3/4
3, 4 7/8
6 1
8 1 1/8
10, 12 1 1/4
14 1 3/8
16, 18 1 1/2
20, 24, 30, 36 1 3/4
42, 48, 54 2
2.04 BOLTS AND NUTS FOR FLANGED VALVES
Bolts and nuts for flanged valves shall be as described in Section 400500.
2.05 GASKETS FOR FLANGES
Gaskets for flanged end valves shall be as described in Section 400500.
2.06 LIMIT SWITCHES FOR CHECK VALVES
See Section 260590.
2.07 PAINTING AND COATING
A.Coat metal valves located above ground or in vaults and structures in accordance with
Section 099000, System No.10. Apply the specified prime and intermediate and finish
coat at the place of manufacture. Finish coat shall match the color of the adjacent piping.
Coat handwheels the same as the valves.
B.Coat buried metal valves at the place of manufacture per Section 099000, System No.
21.
C.Coat submerged metal valves, stem guides, extension stems, and bonnets at the place of
manufacture per Section 099000, System No. 1.
D.Line the interior metal parts of metal valves 4 inches and larger, excluding seating areas
and bronze and stainless steel pieces, per Section 099000, System No. 1. Apply lining at
the place of manufacture.
E.Alternatively, line and coat valves with fusion-bonded epoxy per Section 099761.
F.Coat floor stands per Section 099000, System No.10.
Page 450 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-6
60225711 -7 Sep 2021
G.Test the valve interior linings and exterior coatings at the factory with a low-voltage
(22.5 to 80 volts, with approximately 80,000-ohm resistance) holiday detector, using a
sponge saturated with a 0.5% sodium chloride solution. The lining shall be holiday free.
H.Measure the thickness of the valve interior linings per Section 099000.Repair areas
having insufficient film thickness per Section 099000.
2.08 PACKING, O-RINGS, AND GASKETS
Unless otherwise stated in the detailed valve specifications, packing, O-rings, and
gaskets shall be one of the following nonasbestos materials:
A.Teflon.
B.Kevlar aramid fiber.
C.Acrylic or aramid fiber bound by nitrile. Products: Garlock "Bluegard," Klinger
"Klingersil C4400," or equal.
D.Buna-N (nitrile).
2.09 RUBBER SEATS
Rubber seats shall be made of a rubber compound that is resistant to free chlorine and
monochloramine concentrations up to 10 mg/L in the fluid conveyed.
2.10 VALVES
A.Plug Valves:
1.Plug and Seating Design for Eccentric Plug Valves (Types 500, 510, 515, 520, and
525):
Eccentric plug valves shall comply with AWWA C517 and the following. Provide
a rectangular or circular plug design, with an associated rectangular or round seat.
Provide bidirectional seating design. The valve shall seat with the rated pressure
both upstream and downstream of the closed plug. Provide geared actuators sized
for bidirectional operation.
2.For Types 500, 510, 515, 520, and 525 eccentric plug valves, the metallic portion
of the plug shall be one-piece design and shall be without external reinforcing ribs
which result in there being a space between the rib and the main body of the plug
through which water can pass. Valves shall be repackable without any disassembly
of valve or actuator. The valve shall be capable of being repacked while under the
design pressure in the open position. Nowhere in the valve or actuators shall the
valve shaft be exposed to iron on iron contact. Sleeve bearings shall be stainless
steel in valve sizes 20 inches and smaller and bronze or stainless steel in valve
Page 451 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-7
60225711 -7 Sep 2021
sizes 24 inches and larger. Provide enclosed worm-gear actuators for valves 6
inches and larger.
3.Rubber compounds shall have less than 2% volume increase when tested in
accordance with ASTM D471 after being immersed in distilled water at a
temperature of 73.4°F ±2°F for 70 hours.
4.Type 510—Eccentric Plug Valves 4 Through 12 Inches:
Eccentric plug valves, 4 through 12 inches, shall be nonlubricated type. Minimum
pressure rating shall be 175 psi. Bodies shall be cast iron per ASTM A126, Class
B. Ends shall be flanged, Class 125 per ASME B16.1. Plugs shall be cast iron
(ASTM A126, Class B), or ductile iron (ASTM A536, Grade 65-45-12) with
Buna-N or neoprene facing. Design plugs to seat over a pressure range of 1 psi to
the valve design pressure rating. Valve body seats shall be Type 304 or 316
stainless steel or have a raised welded-in overlay at least 1/8-inch thick of not less
than 90% nickel. Body cap screws and bolts and nuts shall be Type 316 stainless
steel. Packing shall be butadiene-filled Teflon. Alternatively, U-cup seals may be
provided. Provide 100% port area. Valves shall be DeZurik PEC or PEF, Clow F-
5412 or F5413 for buried service, Val-Matic “Cam-Centric,” Milliken
“Millcentric,” or equal.
B.Ball Valves:
1.Type 320--Regular Port Threaded Stainless Steel Ball Valves 2 Inches and
Smaller:
Stainless steel ball valves, 2 inches and smaller, for water service shall be rated at
a minimum pressure of 1,500 psi WOG at a temperature of 100°F. Valve body,
ball, and stem shall be Type 316 stainless steel, ASTM A276 or A351. Seat and
seals shall be reinforced Teflon. Valves shall have lever actuators, plastic coated.
Valves shall have threaded ends (ASME B1.20.1) and nonblowout stems. Valves
shall be McCanna Figure M402, Worcester Series 48, Stockham Figure SD 2120-
SSMO-R-T, Apollo 76-100 Series, or equal.
C.Hose Bibbs:
1.Type 420—Bronze Hose Bibbs:
Hose bibbs of size 1/2 inch, 3/4 inch, and 1 inch shall be all bronze (ASTM B62 or
ASTM B584, Alloy C83600) with rising or nonrising stem, composition disc,
bronze or malleable iron handwheel, and bronze stem (ASTM B99, Alloy C65100;
ASTM B371, Alloy C69400; or ASTM B584, Alloy C87600). Packing shall be
Teflon or graphite. Valves shall have a pressure rating of at least 125 psi for cold-
water service. Threads on valve outlet shall be American National Standard fire
hose coupling screw thread (ASME B1.20.7). Valves shall be Jenkins Figure 112,
113, or 372; Nibco Figure T-113-HC; or equal.
Page 452 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-8
60225711 -7 Sep 2021
D.Check Valves:
1.Type 720—Cast-Iron Swing Check Valves 3 Inches and Larger, Class 125:
Swing check valves, 3 inches and larger, shall be iron body, bronze mounted
complying with AWWA C508 with the following materials of construction:
Description Material Specification
Disc or clapper seat
ring and valve body
seat ring
Bronze or brass ASTM B62 or B584 (Alloy
C84400 or C87600)
Body and cap
(bonnet)
Cast iron ASTM A126, Class B
Disc and hinge or arm
(valves 4 inches and
smaller)
Bronze ASTM B62 or ASTM B584
(Alloy C84400)
Disc and hinge or arm
(valves larger than 4
inches)
Cast iron or bronze ASTM A126, Class B;
ASTM B62.
Hinge pin Stainless steel Type 303,304, or 410
stainless
Cover bolts and nuts Stainless steel ASTM A193, Grade B8M;
ASTM A194, Grade 8M
Internal fasteners and
accessories
Bronze or Type
304 or 316
stainless steel
Ends shall be flanged, Class 125, ASME B16.1. Minimum valve working pressure
shall be 150 psi. Provide check valves with outside lever and spring.
The shop drawing submittal shall include a detail showing how the hinge pin
extends through the valve body. Show packing gland, hinge pin gland, cap, and
other pieces utilized.
Valves shall be M&H Style 259-02, Clow 106SL, or equal.
PART 3 -EXECUTION
3.01 VALVE SHIPMENT AND STORAGE
A.Provide flanged openings with metal closures at least 3/16-inch thick, with elastomer
gaskets and at least four full-diameter bolts. Install closures at the place of valve
manufacture prior to shipping. For studded openings, use all the nuts needed for the
Page 453 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-9
60225711 -7 Sep 2021
intended service to secure closures. Alternatively, ship flanged valves 3 inches and
smaller in separate sealed cartons or boxes.
B.Provide threaded openings with steel caps or solid-shank steel plugs. Do not use
nonmetallic (such as plastic) plugs or caps. Install caps or plugs at the place of valve
manufacture prior to shipping. Alternatively, ship valves having threaded openings or
end connections in separate sealed cartons or boxes.
C.Store resilient seated valves in sealed polyethylene plastic enclosures with a minimum of
one package of desiccant inside. Store resilient seated valves in the open or unseated
position. Valves with adjustable packing glands shall have the packing gland loosened
prior to storage. Inspect valves at least once per week, replace desiccant if required and
repair damaged storage enclosures. Do not store valves with resilient seats near electric
motors or other electrical equipment.
D.Inspect valves on receipt for damage in shipment and conformance with quantity and
description on the shipping notice and order. Unload valves carefully to the ground
without dropping. Use forklifts or slings under skids. Do not lift valves with slings or
chain around operating shaft, actuator, or through waterway. Lift valves with eyebolts or
rods through flange holes or chain hooks at ends of valve parts.
E.Protect the valve and actuators from weather and the accumulation of dirt, rocks, and
debris.Do not expose rubber seats to sunlight or ozone for more than 30 days. Also, see
the manufacturer’s specific storage instructions.
F.Make sure flange faces, joint sealing surfaces, body seats, and disc seats are clean.
Check the bolting attaching the actuator to the valve for loosening in transit and
handling. If loose, tighten firmly. Open and close valves having manual or power
actuators to make sure the valve operates properly and that stops or limit switches are
correctly set so that the valve seats fully. Close valve before installing.
3.02 FACTORY PRESSURE TESTING
A.Hydrostatically test the valve pressure-containing parts at the factory per the valve
specification or per the referenced standard. If no testing requirement is otherwise
specified or described in the referenced standards, then test with water for 30 minutes
minimum at a pressure of 1.5 times the rated pressure but not less than 20 psig. Test
shall show zero leakage. If leaks are observed, repair the valve and retest. If dismantling
is necessary to correct valve deficiencies, then provide an additional operational test and
verify that the valve components function.
B.The chloride content of liquids used to test austenitic stainless steel materials shall not
exceed 50 ppm. To prevent deposition of chlorides as a result of evaporative drying,
remove residual liquid from tested parts at the conclusion of the test.
Page 454 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-10
60225711 -7 Sep 2021
3.03 INSTALLING VALVES—GENERAL
A.Remove covers over flanged openings and plugs from threaded openings, after valves
have been placed at the point to which the valves will be connected to the adjacent
piping. Do not remove valves from storage cartons or boxes until they are ready to be
installed.
B.Handle valves carefully when positioning, avoiding contact or impact with other
equipment, vault or building walls, or trench walls.
C.Clean valve interiors and adjacent piping of foreign material prior to making up valve to
pipe joint connection. Prepare pipe ends and install valves in accordance with the pipe
manufacturer’s instructions for the joint used. Do not deflect pipe-valve joint. Do not use
a valve as a jack to pull pipe into alignment. The installation procedure shall not result in
bending of the valve/pipe connection with pipe loading.
D.Make sure valve ends and seats are clean. Check exposed bolting for loosening in transit
and handling and tighten to manufacturer’s recommendations. Open and close the valve
to make sure it operates properly and that stops or limit switches are correctly set so that
the vane, ball, gate, needle, diaphragm, disc, plug, or other seating element seats fully.
Close the valve before installing. Check coatings for damage and repair. Handle valves
carefully when positioning, avoiding contact or impact with other equipment or
structures.
E.Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant.
3.04 INSTALLING EXPOSED VALVES
A.Unless otherwise indicated in the drawings, install valves in horizontal runs of pipe
having centerline elevations 4 feet 6 inches or less above the floor with their operating
stems vertical. Install valves in horizontal runs of pipe having centerline elevations
between 4 feet 6 inches and 6 feet 9 inches above the floor with their operating stems
horizontal.
B.Install valves on vertical runs of pipe that are next to walls with their stems horizontal,
away from the wall. Valves on vertical runs of pipe that are not located next to walls
shall be installed with their stems horizontal, oriented to facilitate valve operation.
3.05 INSTALLING BURIED VALVES
A.Connect the valve, coat the flanges, apply tape wrapping and polyethylene encasement,
and place and compact the backfill to the height of the valve stem.
B.Place block pads under the extension pipe to maintain the valve box vertical during
backfilling and repaving and to prevent the extension pipe from contacting the valve
bonnet.
Page 455 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-11
60225711 -7 Sep 2021
C.Mount the upper slip pipe of the extension in midposition and secure with backfill
around the extension pipe. Pour the concrete ring allowing a depression so the valve box
cap will be flush with the pavement surface.
D.In streets without concrete curbs and in open areas, install the valve box as for a paved
area with concrete curb except include a marker post. Cut the marker post from 4-inch
by 4-inch dense structural grade Douglas fir No. 2 surfaced on four sides to a length of 5
feet. Chamfer the top. Set the post in concrete, 2 feet into the ground, away from traffic,
and to the side of the pipeline. Coat with a seal and finish coat of white alkyd exterior
paint. On the side facing the valve, letter in black the word "VALVE" and the distance in
feet from the marker post to the valve box cap.
3.06 FIELD COATING BURIED VALVES
A.Coat flanges of buried valves and the flanges of the adjacent piping, and the bolts and
nuts of flanges and mechanical joints, per Section 099000, System No. 24.
B.Wrap buried metal valves smaller than 6 inches with cold-applied wax tape per Section
099752.
C.Wrap buried metal valves 6 inches and larger with polyethylene sheet per Section
099754.
3.07 INSTALLING ECCENTRIC PLUG VALVES
A.Unload, store, and install in accordance with AWWA C517, Appendix A and the
following. Unload valves carefully to the ground without dropping. On valves larger
than 12 inches, use forklifts or slings under skids. On smaller valves, do not lift valves
with slings or chain around actuator or through waterway. Lift these valves with eyebolts
or rods through flange holes or chain hooks at the ends of valve parts. If it is not
practical to store the valve indoors, protect the valve and actuators from weather and the
accumulation of dirt, rocks, and debris.
B.Install such that the rotation of the plug is about a horizontal axis.Install such that the
plug stores in the top when the valve is open.
C.Orient the valve such that the seat is opposite the high-pressure side.
3.08 ASSEMBLING JOINTS
A.Bolt holes of flanged valves shall straddle the horizontal and vertical centerlines of the
pipe run to which the valves are attached. Clean flanges by wire brushing before
installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads
with oil and graphite, and tighten nuts uniformly and progressively. If flanges leak under
pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket,
reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight.
Page 456 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MANUAL, CHECK, AND PROCESS VALVES 400520-12
60225711 -7 Sep 2021
B.Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or
Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight.
C.Install lug-type valves with separate hex head machine bolts at each bolt hole and each
flange (two bolts per valve bolt hole).
D.Install grooved-end couplings for valves in accordance with Section 400500.
3.09 INSTALLING EXTENSION STEM GUIDE BRACKETS
Install at 6-to 8-foot centers. Provide at least two support brackets for stems longer than
10 feet, with one support near the bottom of the stem and one near the top.
3.10 MOUNTING GEAR ACTUATORS
The valve manufacturer shall select and mount the gear actuator and accessories on each
valve and stroke the valve from fully open to fully closed prior to shipment.
3.11 FIELD INSTALLATION OF GEAR ACTUATOR
Provide the actuator manufacturer's recommended lubricating oil in each actuator before
commencing the field testing.
3.12 VALVE FIELD TESTING
A.Test valves for leakage at the same time that the connecting pipelines are hydrostatically
tested. See Section 400515 for pressure testing requirements. Protect or isolate any parts
of valves, actuators, or control and instrumentation systems whose pressure rating is less
than the pressure test. Valves shall show zero leakage. Repair or replace any leaking
valves and retest.
B.Operate manual valves through three full cycles of opening and closing. Valves shall
operate from full open to full close without sticking or binding. Do not backfill buried
valves until after verifying that valves operate from full open to full closed. If valves
stick or bind, or do not operate from full open to full closed, repair or replace the valve
and repeat the tests.
C.Gear actuators shall operate valves from full open to full close through three cycles
without binding or sticking. The pull required to operate handwheel-or chainwheel-
operated valves shall not exceed 40 pounds. The torque required to operate valves
having 2-inch AWWA nuts shall not exceed 150 ft-lbs. If actuators stick or bind or if
pulling forces and torques exceed the values stated previously, repair or replace the
actuators and repeat the tests. Operators shall be fully lubricated in accordance with the
manufacturer's recommendations prior to operating.
END OF SECTION
Page 457 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
AIR-RELEASE AND VACUUM-RELIEF VALVES 400560-1
60225711 -7 Sep 2021
SECTION 400560 AIR-RELEASE AND VACUUM-RELIEF VALVES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of combination air-release valves, for
sewage service.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Fusion-Bonded Epoxy Linings and Coatings:099761.
C.Pressure Testing of Force Main Piping:400515.
D.Manual, Check, and Process Valves:400520.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data and detail drawings showing all valve parts and
described by material of construction, specification (such as AISI, ASTM, SAE, or
CDA), and grade or type. Show linings and coatings
PART 2 -MATERIALS
2.01 BOLTS, NUTS, AND GASKETS FOR FLANGED VALVES
See Section 400500 and specification for the pipe to which the valve is attached.
2.02 VALVE DESIGN AND OPERATION
A.The air-release and vacuum-relief valve shall be of a single chamber design with solid
cylindrical HDPE control floats housed in a tubular stainless steel body with epoxy
powder-coated cast iron, steel, or stainless steel ends secured by means of stainless steel
tie rods or by a flanged connection. The valve shall have an integral orifice mechanism
that shall operate automatically to limit transient pressure rise or shock induced by
closure to twice valve rated working pressure. Provide a double (small and large) orifice
design.
B.The intake orifice area shall be equal to the nominal size of the valve. The large orifice
sealing shall be affected by the flat face of the control float seating against a nitrile
rubber O-ring housed in dovetail groove circumferentially surrounding the orifice.
Page 458 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
AIR-RELEASE AND VACUUM-RELIEF VALVES 400560-2
60225711 -7 Sep 2021
Discharge of pressurized air shall be controlled by the seating and unseating of a small
orifice nozzle on a natural rubber seal affixed into the control float. The nozzle shall
have a flat seating land surrounding the orifice.
C.Provide a 1/4-inch NPT test/bleed cock.
D.Prior to the ingress of liquid into the valve chamber, as when the pipeline is being filled,
valves shall vent through the large orifice. At higher water approach velocities, the valve
shall automatically discharge air through the orifice mechanism and reduce water
approach velocity.
E.Valve shall not exhibit leaks or weeping of liquid past the large orifice seal at operating
pressures of 7 psi to twice rated working pressure.
F.Valves shall respond to the presence of air by discharging it through the small orifice at
any pressures within the specified design range and shall remain leak tight in the absence
of air.
G.Valves shall react immediately to pipeline drainage or water column separation by the
full opening of the large orifice so as to allow unobstructed air intake at the lowest
possible negative internal pipeline pressure.
2.03 MATERIALS OF CONSTRUCTION
Materials of construction for air-release valves/air and vacuum-relief valves for sewage
service shall be as follows:
Item Material Specification
Top flange, lower flange,
screen mesh, bolts, nuts,
connecting screws, float
screw, and assembly screws
Stainless steel AISI Type 304
Top cover ABS plastic –
Barrel Stainless steel AISI Type 304L
Floats HDPE –
Air-release nozzle or orifice
mechanism
Stainless steel AISI Type 304
Nozzle seal and seat Natural rubber –
Nozzle seal retaining plate Stainless steel AISI Type 304
Tie rod assembly and support
fasteners
Stainless steel AISI Type 304
Float O-ring seals Nitrile rubber –
Page 459 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
AIR-RELEASE AND VACUUM-RELIEF VALVES 400560-3
60225711 -7 Sep 2021
2.04 VALVE END CONNECTIONS
A.Valves 2 inches and smaller shall have threaded ends. Valves 3 inches and larger shall
have flanged ends.
B.Threaded ends shall comply with ASME B1.20.1.
2.05 VALVES
Valves shall be APCO ASU Combination Air Valve or approved equal.
PART 3 -EXECUTION
3.01 SERVICE CONDITIONS
A.Special service conditions for valves shall be as described below.Design the valves to
incorporate the various conditions presented.
Minimum
Operating
Pressure
(psig)
Maximum
Operating
Pressure
(psig)
Seating
Pressure
(psi)
Raw Sewage 0 50 1
B.Valves shall seat driptight at the specified seating pressure.
3.02 FACTORY TESTING
A.Test each valve per AWWA C512, Section 5 and the following.
B.Hydrostatically test the pressure-containing parts at the factory with water for 30
minutes minimum at a pressure of 1.5 times the rated pressure but not less than 20 psig.
Test shall show zero leakage. If leaks are observed, repair the valve and retest. If
dismantling is necessary to correct valve deficiencies, provide an additional operational
test per AWWA C512, Section 5 for each affected valve.
C.The chloride content of liquids used to test austenitic stainless steel materials shall not
exceed 50 ppm. To prevent deposition of chlorides as a result of evaporative drying,
remove residual liquid from tested parts at the conclusion of the test.
3.03 SHIPMENT AND STORAGE
A.Pack and ship one copy of the manufacturer’s standard installation instructions with the
equipment. Provide the instructions necessary to preserve the integrity of the storage
preparation after the equipment arrives at the jobsite and before start-up.
Page 460 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
AIR-RELEASE AND VACUUM-RELIEF VALVES 400560-4
60225711 -7 Sep 2021
B.Provide flanged openings with metal closures at least 3/16-inch thick, with elastomer
gaskets and at least four full-diameter bolts. Provide closures at the place of pump
manufacture prior to shipping. For studded openings, use all the nuts needed for the
intended service to secure closures.
C.Provide threaded openings with steel caps or solid-shank steel plugs. Do not use
nonmetallic (such as plastic) plugs or caps. Provide caps or plugs at the place of pump
manufacture prior to shipping.
D.Clearly identify lifting points and lifting lugs on the valves. Identify the recommended
lifting arrangement on boxed equipment.
3.04 INSTALLATION
A.Clean flanges by wire brushing before installing flanged valves. Clean flange bolts and
nuts by wire brushing, lubricate threads with oil and graphite, and tighten nuts uniformly
and progressively. If flanges leak under pressure testing, loosen or remove the nuts and
bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the
joints. Joints shall be watertight.
B.Clean threaded joints by wire brushing or swabbing. Apply Teflon® joint compound or
Teflon® tape to pipe threads before installing threaded valves. Joints shall be watertight.
C.Do not use duct tape and plastic for covering the ends of pipe flanges. Use a solid metal
cover with rubber gasket to cover flange openings during installation. These metal
covers shall remain in place until the piping is connected to the valves.
D.Do not spring flanges of connecting piping into position. Separately work connecting
piping systems into position to bring the piping flanges into alignment with the matching
valve flanges. Do not move valves to achieve piping alignment. Do not use electrical
heating stress relieving to achieve piping alignment.
E.Line up pipe flange bolt holes with valve nozzle bolt holes within 1/16 inch maximum
offset from the center of the bolt hole to permit insertion of bolts without applying any
external force to the piping.
F.Flange face separation shall be within the gasket spacing ±1/16 inch. Use only one
gasket per flanged connection.
3.05 VALVE FIELD PRESSURE TESTING
Test valves at the same time that the connecting pipelines are pressure tested. See
Section 400515 for pressure testing requirements. Protect or isolate any parts of valves,
operators, or control and instrumentation systems whose pressure rating is less than the
test pressure.
END OF SECTION
Page 461 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-1
60225711 -7 Sep 2021
SECTION 400580 FABRICATED STAINLESS STEEL SLIDE GATES
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and testing of fabricated stainless steel slide
gates,wall mounted conforming to AWWA C561 and as supplemented herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Operation and Maintenance Manuals: 019310.
B.Painting and Coating:099000.
C.Equipment, Piping, Duct, and Valve Identification:400775.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with the General Provisions and Section 013300.
B.Submit dimensional drawings.
C.Submit manufacturer’s catalog data and detail drawings showing slide gate parts and
described by material of construction, specification (such as AISI, ASTM, SAE, or
CDA), and grade or type. Show coatings.
D.Submit calculations to show that gates, stems, and lifts meet the specifications.
E.Submit manufacturer's installation instructions.
1.04 MANUFACTURER'S SERVICES
Provide equipment manufacturer's services at the jobsite for the minimum labor days
listed below, travel time excluded:
A.One labor day to check the installation and advise during start-up, testing, and
adjustment of the equipment.
B.One labor day to instruct the Owner's personnel in the operation and maintenance of the
equipment.
Page 462 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-2
60225711 -7 Sep 2021
PART 2 -MATERIALS
2.01 MANUFACTURERS AND MODELS
A.Slide gates shall be of the self-contained upward opening type designed to mount on the
face of concrete walls.Slide gates shall be Waterman Model SS-250,Whipps Series
900,or equal.
2.02 SLIDE GATE DESIGN
A.Slide gates and appurtenances shall comply with AWWA C561, except as modified
herein.
B.Provide slide gates complete with gates, guides, frames, baseplates, seats, stems, stem
guides, seals, actuators, and anchor bolts. Design slide gates for minimum seating and
unseating heads of 10 feet. Measure the seating and unseating heads from the top surface
of the water to the centerline of the disc.
C.Under the design seating and unseating heads, the leakage shall not exceed 0.1 gpm per
foot of wetted seating perimeter.
D.Slide gates shall have rising stems.
2.03 FRAMES FOR SELF-CONTAINED SLIDE GATES
A.Design frames to be suitable for bolting to concrete walls or for grouting into channel
recesses as noted herein. Furnish flush inverts for wall-mounted gates and flush inverts
for channel-mounted gates as noted herein.
2.04 GUIDES
A.Guides shall incorporate a two-slot design. One slot shall accept the disc plate. The
second slot shall accept the reinforcing ribs of the disc. The guides shall extend in one
continuous piece from the gate invert to form posts for handwheel operator stand. The
extended guides or posts shall require no additional reinforcing to support the operator.
Construct the guides of formed plate into a rigid, continuous structural shape.
B.Provide a flush invert at the bottom of the frame. Provide a rubber insert to function as a
seating surface for the gate disc.
C.Provide rubber J-bulb or UHMW polyurethane seals or seats along the sides of the gates.
D.For self-contained gates, provide replaceable polyethylene bearing strips in extruded
retainer slots along the guides. Provide strips along both sides of the guide channels
containing the disc. Mount strips in dovetail grooves in the guides. Alternatively, mount
the replaceable polyethylene bearing strips on the disc.
E.Provide rubber or UHMWPE J-bulb seals along the top of the gate.
Page 463 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-3
60225711 -7 Sep 2021
2.05 DISC
A.Fabricate the disc using stainless steel flat plate with stainless steel structural or formed
members welded to the plate. Provide disc components with a minimum material
thickness of 1/4 inch.
B.The disc shall be a one-piece plate, reinforced with ribs so that the disc will not deflect
more than 1/720 the gate span when the upstream side of the gate is subjected to the
specified seating head and the downstream side of the gate contains no liquid. Design the
disc to limit deflection to a maximum of 1/8 inch when the disc is subjected to the
maximum specified unseating head. Attach reinforcing ribs to disc by welding; do not
use bolting. Reinforcing ribs shall extend into the guides such that they overlap the
seating surface of the guide. Design the disc so that all surfaces are free of metal-to-
metal contact with the frames.
2.06 ACTUATOR SUPPORT YOKE FOR SELF-CONTAINED SLIDE GATES
Attach the actuator support yoke to the extensions of the guides. Provide two angles or
structural channels bolted to opposite sides of the guide extensions. Mount the actuator
on a plate bolted to the support yoke. Maximum deflection of the yoke shall not exceed
1/4 inch when subjected to a load induced by an 80-pound pull on the actuator or 1/360
span when subjected to a load induced by a 40-pound pull on the actuator, whichever is
less.
2.07 STEMS AND STEM GUIDES
A.Lifting stems shall be one piece, with a minimum diameter of 1 1/2 inches. The stem
shall withstand an actuator effort of 80 pounds without buckling, assuming the critical
buckling load as determined by using the Euler Column Formula with C =2.0. Support
the stems with stem guides such that the L/R ratio for the unsupported part of the stem
does not exceed 200.
B.The stem connection to the disc shall be either the clevis type, with structural members
welded to the slide and containing a bolt to act as a pivot pin, or a threaded and bolted or
keyed thrust nut supported in a welded nut pocket. The pocket shall be capable of
withstanding a load of 80 pounds on the actuator.
C.Provide tandem stems and actuators when the gate width is more than twice the gate
height.
2.08 MATERIALS OF CONSTRUCTION
Materials of construction shall conform to the requirements listed below:
Page 464 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-4
60225711 -7 Sep 2021
Component Material Specification
Guides Stainless steel ASTM A240 or A276, Type 316
or 316L
Disc, yoke Stainless steel ATSM A240 or A276,Type 316
or 316L
Stems, stem guides,
bushings, pivot pin
Stainless steel ASTM A276, Type 304
Bolts, fasteners (including
anchor bolts)
Stainless steel ASTM A193, F593 or F594;
Grade B8M
Lift nut Bronze ASTM B62 or ASTM B584,
Alloys C83600, C83800, or
C86500
J-bulb seals, flush bottom
seals
Rubber or UHMW
polyurethane
ASTM D2000, Grades BC610,
BC611, BC612, BC613, BC614,
or BC615 or ASTM D4020
2.09 ACTUATORS
A.Provide manual actuators unless otherwise indicated in the drawings. Provide Acme
threaded handwheel lifts without gear reduction for gates having design seating heads 10
feet or less. Provide a flanged lift nut to engage the threaded portion of the stem. Support
the lift nut on nonmetallic thrust washers or ball or roller bearings.Provide manual
crank-operated lift with gear reduction. Maximum pull required to open the gate shall
not exceed 40 pounds. Support crank-operated lift nuts only on ball or roller bearings.
The crank handle shall be removable.
B.Provide a graduated clear plastic stem cover to show the gate position in increments of
1/4 inch. Provide vent holes to prevent condensation.
2.10 FLOOR STANDS
A.Design crank-operated or handwheel-operated floor stand hoists to permit gate operation
with 40 pounds of maximum effort under the head conditions noted in the drawings.
2.11 SPARE PARTS
A.Provide the following spare parts for each size of slide or weir gate:
Quantity Description
2 Lift nuts
4 Stem guides of each type and size
2 Pivot pins
1 set Sealing strips
Page 465 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-5
60225711 -7 Sep 2021
B.Pack spare parts in a wooden box; label with the manufacturer's name and local
representative's name,address, and telephone number; and attach list of materials
contained within.
PART 3 -EXECUTION
3.01 WELDING
Welder qualification shall comply with AWS D1.6 Welding rod and electrodes shall
comply with AWS A5.4. In addition to structural welds, seal weld interfaces between
mating parts to prevent moisture intrusion.
3.02 PAINTING AND COATING
Coat cast-iron and steel surfaces above deck level, including actuators and floor stands,
per Section 099000, System No.10.Apply prime coat at factory.Color of finish coat
shall be submitted for review and selection by Owner.
3.03 INSTALLATION
A.Cast the anchor bolts for wall-mounted gates into the wall using templates.
B.Comply with AWWA C561, paragraph 4.6.
3.04 FIELD TESTING
A.Operate each slide gate through two complete cycles. Gates shall operate without
sticking or binding.
B.Determine the pulling force required to turn the handwheel with a torque wrench.
Pulling force required shall be less than the limit specified.
C.Fill channels to which the gates are attached with water. Measure leakage through each
slide gate. Measure the actual field seating and unseating heads. The allowable leakage
shall be as specified above. If the leakage rate is exceeded, adjust or replace the gate and
retest until it passes.
END OF SECTION
Page 466 of 850
CITY OF SAN LUIS OPISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
FABRICATED STAINLESS STEEL SLIDE GATES 400580-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 467 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-1
60225711 -7 Sep 2021
SECTION 400722 FLEXIBLE PIPE COUPLINGS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of flexible gasketed sleeve-type
compression pipe couplings for ductile-iron pipe and couplings for connecting different
pipe materials.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Polyethylene Sheet Encasement (AWWA C105):099754.
C.Fusion-Bonded Epoxy Linings and Coatings:099761.
D.General Piping Requirements:400500.
E.Pressure Testing of Force Main Piping:400515.
F.Wall Pipes, Seep Rings, and Penetrations:400762.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data on flexible pipe couplings. Show manufacturer's
model or figure number for each type of coupling or joint for each type of pipe material
for which couplings are used. Show coatings.
C.Submit manufacturer's recommended torques to which the coupling bolts shall be
tightened for the flexible,gasketed sleeve-type compression pipe couplings.
D.Show materials of construction by ASTM reference and grade. Show dimensions.
E.Show number, size, and material of construction of tie rods and lugs for each thrust
harness on the project.
PART 2 -MATERIALS
2.01 COUPLING SYSTEM DESIGN AND COMPONENT UNIT RESPONSIBILITY
The coupling manufacturer shall furnish the gaskets, bolts, nuts, glands, end rings, and
hardware for pipe couplings of all types and shall design these components as an integral
Page 468 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-2
60225711 -7 Sep 2021
system. Design the gaskets for the coupling and appropriately size to provide a
watertight seal at the design pressure and temperature. Ship gaskets, bolts, nuts, glands,
end rings, and hardware for pipe couplings with the pipe coupling and clearly label
indicating the origin of the material, including place and date of manufacture. Package
the manufacturer's printed installation instructions with each pipe coupling.
2.02 DUCTILE-IRON FLEXIBLE PIPE COUPLINGS
A.Couplings shall have center sleeves and end rings made of ductile iron conforming to
AWWA C219, Section 4.
B.Sleeve bolts shall be Type 316 stainless steel per AWWA C219, Section 4
2.03 JOINT HARNESSES
A.Tie bolts or studs shall be as shown in the following table. Bolt or stud material shall
conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H. Lug
material shall conform to ASTM A36, ASTM A283, Grade B, C, or D, or ASTM A285,
Grade C. Lug dimensions for steel pipe shall be as shown in AWWA Manual M11 (2004
edition), Figure 13-20, using the number and size of lugs as tabulated below.
Page 469 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-3
60225711 -7 Sep 2021
TIE BOLTS OR STUD REQUIREMENTS FOR FLEXIBLE PIPE COUPLINGS
FOR DUCTILE IRON PIPE
Tie Bolt or Stud Minimum Requirements
150 psi(1)300 psi(2)Pipe
Nominal
Pipe Size
(inches)
No. Bolts or
Studs
Size
(inch)
Ear(3)
Type
No. Bolts or
Studs
Size
(inch)
Ear(3)
Type
4 2 5/8 A 2 5/8 A
6 2 5/8 A 2 5/8 A
8 2 5/8 A 2 5/8 A
10 2 5/8 A 4 5/8 A
12 2 5/8 A 4 5/8 A
14 4 5/8 A 5 3/4 A
16 4 5/8 A 5 3/4 B
18 4 3/4 B 8 3/4 B
20 4 3/4 B 8 3/4 B
24 5 7/8 B 8 7/8 B
30 4 1 1/8 B 14 7/8 B
36 8 1 B 16 1 B
42 9 1 B ------
48 14 1 B ------
54 16 1 B ------
(1) Use ASME B16.1 Class 125 flanges.
(2) Use ASME B16.1 Class 250 flanges.
(3) Ear type as shown in the detail on the last page of Section 400722.
B.Select number and size of bolts based on the test pressure shown in Section 400515.
Stagger bolts equally around pipe circumference. Where odd number is tabulated, place
odd bolt at top. For test pressures less than or equal to 150 psi, use the 150-psi design in
the table above. For test pressures between 150 and 300 psi, use the 300-psi design in the
table above.
C.Provide washer for each nut. Washer material shall be the same as the nuts. Minimum
washer thickness shall be 1/8 inch.
2.04 FLEXIBLE AND TRANSITION PIPE COUPLINGS FOR PLAIN-END PIPE
Couplings for pipe 12 inches and smaller shall be, Romac Alpha, Smith-Blair Type 471,
Straub Metal Grip, or equal.
Page 470 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-4
60225711 -7 Sep 2021
2.05 FLANGED COUPLING ADAPTERS FOR DUCTILE-IRON PIPE
A.Adapters for cast-and ductile-iron pipe 12 inches and smaller shall be cast iron: Romac
RFCA, Smith-Blair Flange-Lock, or equal.
B.Flange ends shall match the flange of the connecting pipe; see detail piping
specifications.
2.06 BOLTS AND NUTS FOR FLANGES
See Section 400500.
PART 3 -EXECUTION
3.01 SHIPMENT AND STORAGE OF FLEXIBLE PIPE COUPLINGS
A.Inspect on receipt for damage in shipment and conformance with quantity and
description on the shipping notice and order. Unload carefully to the ground without
dropping. Do not load or unload by inserting forklift tines or lifting chains inside the
waterway. Use nonmetallic slings, padded chains, or padded forklift tines to lift items.
Lift with eyebolts or rods through flange holes or chain hooks at ends.
B.Protect from weather and the accumulation of dirt, rocks, and debris. Do not expose
rubber seats to sunlight or ozone for more than 30 days. Also, see the manufacturer’s
specific storage instructions.
C.Make sure flange faces, joint sealing surfaces, body seats, and disc seats are clean.
3.02 INSTALLATION OF FLEXIBLE PIPE COUPLINGS
A.Clean oil, scale, rust, and dirt from pipe ends. Clean gaskets in flexible pipe couplings
before installing.
B.Do not spring flanges or ends of connecting piping into position. Separately work
connecting piping system into position to bring the piping flanges or ends into alignment
with the matching coupling flanges or joints. Do not move couplings to achieve piping
alignment.
C.Line up pipe flange bolt holes with coupling or joint flange bolt holes within 1/16 inch
maximum offset from the center of the bolt hole to permit insertion of bolts without
applying any external force to the piping.
D.Flange face separation shall be within the gasket spacing ±1/16 inch. Use only one
gasket per flanged connection.
E.Lubricate bolt threads with graphite and oil prior to installation.
Page 471 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-5
60225711 -7 Sep 2021
F.Thoroughly clean contact surfaces of gaskets and pipe ends of flexible pipe couplings
just prior to assembly for a distance equal to center-sleeve length plus 2 inches. Install
flexible pipe couplings such that the center sleeves are centered over the gap between the
ends of the pipes being joined. Install centerline gaps per AWWA C219, Table 5 unless
otherwise indicated. Install harnessed flexible pipe couplings in straight-run piping such
that 50% of the total travel of the center sleeve or permissible centerline gap is available
for expansion and 50% of the travel is available for contraction. In assembling the bolted
or studded harnesses of flexible pipe couplings, tighten the nuts gradually and equally at
diametrically opposite sides until snug. Do not misalign the harness bolts or studs.
Tighten such that bolts or studs carry equal loads. Do not use wrenches or power
fastening tools to tighten the nuts.
3.03 PAINTING AND COATING
Wrap buried couplings with polyethylene per Section 099754.
3.04 HYDROSTATIC TESTING
Hydrostatically test flexible pipe couplings, expansion joints, segmented sleeve
couplings, and expansion compensators in place with the pipe being tested. Test in
accordance with Section 400515.
Page 472 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
FLEXIBLE PIPE COUPLINGS AND EXPANSION JOINTS 400722-6
60225711 -7 Sep 2021
END OF SECTION
Page 473 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-1
60225711 -7 Sep 2021
SECTION 400762 WALL PIPES, SEEP RINGS, AND PENETRATIONS
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and testing of cast-iron and ductile-iron wall
pipes and sleeves (including wall collars and seepage rings) and penetrations.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Painting and Coating:099000.
C.Fusion-Bonded Epoxy Linings and Coatings:099761.
D.General Piping Requirements:400500.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit detail drawings for ductile-iron or cast-iron wall and floor pipes and sleeves,
wall flanges, seep rings, and sealing materials. Show dimensions and wall thicknesses.
C.Show flange sizes and the appropriate ANSI or AWWA flange dimensional standard
where flanged end wall pipes or penetrations are used.
D.Show grooved-end dimensions and AWWA grooved-end dimensional standard where
grooved-end wall pipes or penetrations are used.
E.List coating systems to be applied, manufacturer, and dry thickness of coatings. Call out
coatings where coatings are to be applied.
F.List materials of construction, with ASTM material reference and grade.
G.Submit manufacturer's instructions for installing rubber annular hydrostatic sealing
devices.
PART 2 -MATERIALS
2.01 GENERAL
A.Use cast-iron or ductile-iron wall sleeves when containing rubber annular hydrostatic
sealing devices through which piping passes.
Page 474 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-2
60225711 -7 Sep 2021
B.Use only cast-iron or ductile-iron wall pipes when connecting to cast-iron and ductile-
iron pipe.
C.Cast-iron flanges shall conform to ASME B16.1, Class 125 or 250, to match the flange
on the connecting pipe.
D.See Section 400500 for flange bolts and gaskets.
2.02 CAST-IRON OR DUCTILE-IRON WALL PIPES AND SLEEVES
A.Provide cast-or ductile-iron wall pipes with ends as shown in the drawings for
connection to adjacent cast-iron and ductile-iron pipe or for containing pipes where they
pass through concrete walls, ceilings, and floor slabs. Provide seepage ring on wall pipes
and sleeves passing through concrete walls and slabs that are to be watertight. Locate
collars such that the collar is at the center of the wall or floor slab, unless otherwise
shown in the drawings.
B.Wall pipes and sleeves shall be of the following types:
1.Pipe or sleeve with integrally cast seep ring.
2.Pipe or sleeve with shrink-fit steel collar attached.
3.Pipe or sleeve with steel collar halves bottomed in a groove provided in the pipe or
sleeve.
C.Minimum wall thickness for pipes and sleeves having integrally cast seep rings shall be
as shown in the following table:
Pipe or Sleeve Size
(inches)
Minimum Wall Thickness
(inches)
3 0.48
4 0.52
6 0.55
8 0.60
10 0.68
12 0.75
14 0.66
16 0.70
18 0.75
20 0.80
24 0.89
Page 475 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-3
60225711 -7 Sep 2021
D.Minimum wall thickness of pipes or sleeves having shrink-fit collars shall be special
Class 52. Cut shrink-fit collars from a 1/4-inch-thick steel ring. Attach the collar to a
cast-iron or ductile-iron pipe or sleeve by heating the steel collar and allowing it to
shrink over the pipe at the necessary location. Provide an epoxy bond (Keysite 740 or
742 or Scotchkote 302) between the pipe and collar. Sandblast the area of the pipe to be
epoxy coated per SSPC SP-10.
E.Wall pipes or sleeves having steel collar halves bottomed in a groove shall be ductile
iron Special Class 54 minimum unless otherwise shown. Wall flanges shall consist of
1/4-inch-thick steel seep ring halves for pipes through 24-inch and 3/8-inch-thick halves
for pipe 30 inches and larger,bottomed in a groove provided on the pipe. The pipe
groove shall be machine cut to a depth of 1/16 to 5/64 inch to provide a press fit for the
seep ring. Seep ring halves shall be welded together after fit into groove but shall not be
welded to pipe. Seep rings shall be sealed completely around the pipe with silicon
sealant manufactured by Dow-Corning No. 790, General Electric Silpruf, or equal.
F.The material used in cast-or ductile-iron wall flanges, wall sleeves, and wall
penetrations shall conform to ASTM A395, A436, A536, A48 (Class 35), or A126
(Class B).
G.Pressure test at least one of each size of cast-iron pipes or sleeves having shrink-fit steel
collars or collar halves installed in a groove in the pipe at the place of fabrication to
demonstrate watertightness of the seal between the collar and the sleeve. The test shall
be at a pressure of 20 psig for four hours' duration and shall show zero leakage.
2.03 RUBBER ANNULAR HYDROSTATIC SEALING DEVICES
A.Rubber annular hydrostatic sealing devices shall be of the modular mechanical type,
utilizing interlocking synthetic rubber links shaped to continuously fill the annular space
between the pipe sleeve and the passing pipe. Assemble links to form a continuous
rubber belt around the pipe, with a pressure plate under each bolthead and nut.
B.Materials of construction shall be as follows:
Compound Material
Pressure plate Composite
Bolts and nuts for links Type 303 or 316 stainless steel
Sealing element EPDM rubber
C.The size of the wall sleeve needed to accommodate the passing pipe shall be as
recommended by the rubber annular seal manufacturer.
D.Provide centering blocks in 25% of the sealing elements on pipelines larger than 12
inches in diameter.
Page 476 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-4
60225711 -7 Sep 2021
E.The rubber annular hydrostatic sealing devices shall be Link Seal as manufactured by
Thunderline Corporation; Innerlynx as manufactured by Advance Products & Systems,
Inc.; or equal.
2.04 BOLTS, NUTS, AND GASKETS FOR FLANGED-END WALL PIPES
See Section 400500.
2.05 POLYETHYLENE FOAM FILLER FOR PIPE PENETRATIONS
Packing foam shall be an extruded closed-cell polyethylene foam rod, such as Minicel
backer rod, manufactured by Industrial Systems Department, Plastic Products Group of
Hercules, Inc., Middletown, Delaware; Ethafoam, as manufactured by Dow Chemical
Company,Midland, Michigan; or equal. The rod shall be 1/2 inch larger in diameter than
the annular space.
2.06 POLYURETHANE SEALANT FOR PIPE PENETRATIONS
Sealant shall be multipart, polyurethane sealant, to cure at ambient temperature, for
continuous immersion in water. Install as recommended by the manufacturer. Products:
SIKA Sikaflex 2C or equal.
2.07 PAINTING AND COATING
A.Line and coat sleeves and pipes with fusion-bonded epoxy per Section 099761.
B.Coat penetrations and sleeves exposed, above ground, or in vaults and with fusion-
bonded epoxy per Section 099761.
C.Coat submerged sleeves and penetrations fusion-bonded epoxy per Section 099761.
D.Coat buried sleeves and penetrations with fusion-bonded epoxy per Section 099761.
E.Do not coat stainless steel sleeves and penetrations.
PART 3 -EXECUTION
3.01 INSTALLATION IN EXISTING CONCRETE WALLS AND SLABS
Core drill holes 1 to 2 inches larger in diameter than the outside diameter of the wall
flange or collar. Install wall pipe and collar assembly axially aligned with the piping to
which it will be connected or will contain. Pack the void space between the sleeve and
concrete with non-shrink grout. See Section 030500 for grouting specification.
3.02 INSTALLATION IN NEW CONCRETE WALLS AND SLABS
Install wall pipes and sleeves in walls before placing concrete. Do not allow any portion
of the pipe or sleeve to touch any of the reinforcing steel. Install wall pipe or sleeve and
Page 477 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-5
60225711 -7 Sep 2021
collar assembly axially aligned with the piping to which it will be attached or will
contain. Provide supports to prevent the pipe or sleeve from displacing or deforming
while the concrete is being poured and is curing.
3.03 INSTALLATION OF WALL PIPES HAVING FLANGED END CONNECTIONS
A.Check alignment before grouting in place or pouring concrete. Realign if the sleeve is
not properly aligned.
B.Install flanged end wall sleeves or penetrations with bolt holes of the end flanges
straddling the horizontal and vertical centerlines of the sleeve.
3.04 QUALIFICATIONS OF WELDERS
Welder qualifications shall be in accordance with AWS D1.1.
3.05 INSTALLATION OF RUBBER ANNULAR HYDROSTATIC SEALING DEVICES
Install in accordance with the manufacturer's instructions.
3.06 FIELD TESTING
Check each wall penetration for leakage at the time the hydraulic structure is tested for
leakage. Penetrations shall show zero leakage.
END OF SECTION
Page 478 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
WALL PIPES, SEEP RINGS, AND PENETRATIONS 400762-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 479 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT AND PIPING IDENTIFICATION 400775-1
60225711 -7 Sep 2021
SECTION 400775 EQUIPMENT AND PIPING IDENTIFICATION
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of markers for pipes, and mechanical
equipment.
1.02 RELATED WORK SPECIFIED ELSEWHERE
Painting and Coating:099000.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data and descriptive literature describing materials,
colors, letter size, and size of labels.
PART 2 -MATERIALS
2.01 UNDERGROUND PLASTIC WARNING TAPE FOR METALLIC PIPE
Provide permanent, bright-colored, continuous-printed plastic tape, intended for direct
burial service, not less than 6 inches wide by 3.5 mils thick. Provide tape with printing
which most accurately indicates type of service of buried pipe. Provide the following
colored tape for the various piping services:
Service Color
Cable TV Orange
Chemical Yellow
Electric Red
Fuel Oil, Gasoline Yellow
Gas Yellow
Reclaimed Water Violet
Sewer Green
Telephone Orange
Water Blue
Page 480 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
EQUIPMENT AND PIPING IDENTIFICATION 400775-2
60225711 -7 Sep 2021
2.02 UNDERGROUND DETECTABLE METALLIC PIPE WARNING TAPE FOR
NONMETALLIC PIPE
Provide permanent, bright-colored, continuous-printed tape consisting of an aluminum
or steel foil sheathed in a plastic laminate, not less than 2 inches wide by 3 mils thick.
Provide tape with printing which most accurately indicates type of buried service.
Provide the following colored tape for the various piping services:
Service Color
Cable TV Orange
Chemical Yellow
Electric Red
Fuel Oil, Gasoline Yellow
Gas Yellow
Reclaimed Water Violet
Sewer Green
Telephone Orange
Water Blue
PART 3 -EXECUTION
3.01 INSTALLING UNDERGROUND PLASTIC WARNING TAPE FOR METAL PIPE
During backfilling of each exterior underground piping system, install continuous
underground-type plastic line marker, located directly over buried line at 6 to 8 inches
above the top of the pipe. Where multiple small lines are buried in common trench and
do not exceed overall width of 16 inches, install single line marker.
3.02 INSTALLING UNDERGROUND DETECTABLE METALLIC PIPE WARNING
TAPE
Install tape 4 to 6 inches below finished ground surface, located directly over buried
pipelines. Where multiple small pipelines are buried in a common trench and do not
exceed an overall width of 16 inches, install a single marker tape.
END OF SECTION
Page 481 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-1
60225711 -7 Sep 2021
SECTION 401449 POLYETHYLENE PIPE FOR NATURAL GAS SERVICE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and field testing of polyethylene pipe and
fittings for natural gas service.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.General Concrete Construction:030500.
B.Cold-Applied Wax Tape Coating:099752.
C.Trenching, Backfilling, and Compacting:312316.
D.Manual, Check, and Process Valves:400520.
E.Equipment and Piping Identification:400775.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit manufacturer's catalog data on pipe, valves, and fittings. Include materials of
construction by ASTM reference and grade.
C.Submit proof of polyethylene fusion welder's qualifications.
PART 2 -MATERIALS
2.01 POLYETHYLENE PIPE AND FITTINGS
Polyethylene pipe and fittings shall be made from medium or high-density polyethylene
resin conforming to ASTM D1248, Type II, Class B, Category 5, Grade P24 or Type III,
Class C, Category 5, Grade P34. Pipe shall comply with ASTM D2513. Design pressure
shall be at least 69 psi at 120°F and have a standard dimensional ratio (SDR) of 11.
Joints and fittings shall be joined by butt fusion in accordance with the manufacturer's
procedures for making heat fusion butt joints. The pipe shall be yellow. Pipe and fitting
systems shall be Performance Pipe Product PE2406, DriscoPlex 6500, or equal.
2.02 TRANSITION FITTINGS
Gas pipefittings for the transition from steel gas line to polyethylene gas line shall be
constructed of Schedule 40 steel pipe, epoxy lined and coated with weld ends. The
Page 482 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-2
60225711 -7 Sep 2021
polyethylene connection end shall be of the same material used for the polyethylene gas
pipe and shall be joined to the polyethylene gas line by the heat fusion butt joint method.
The fitting shall be of a double O-ring, gastight construction and shall conform to ASTM
F1948. Transition fittings shall be as manufactured by Central Plastics, Phillips
Driscopipe, or equal.
2.03 POLYETHYLENE BALL VALVES FOR NATURAL GAS SERVICE
Polyethylene ball valve used for gas service shall be made from medium-density
polyethylene resin conforming to ASTM D1248, Type II, Class B, Category 5,
Grade P24. Valve shall comply with ASME B16.40. The valve shall have standard stub
ends suitable for heat fusion welding. The valve shall have seals and seats molded from
nitrile (Buna-N) material and shall be compatible with gas service. Valve shall be
Nordstrom Polyvalve, Kerotest Polyball, or equal.
2.04 VALVES BOXES
Provide a valve box for each buried valve consisting of a frame, lid, and one-piece
extension pipe. Construct frame and lid of cast iron and design for traffic loading.
Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage.
Machine bearing surfaces of frame and lid to provide a close fit without rocking. Cast on
the lid the word "GAS." Frame and lid shall be Parkson Inc. PS400, South Bay Foundry
SBF 1208, or equal. Extension pipe shall be 8-inch-diameter PVC pipe conforming to
ASTM D3034, SDR 35.
PART 3 -EXECUTION
3.01 QUALIFICATION OF FUSION WELDERS
Fusion welders and fusion welding procedures shall meet the requirements of 49 CFR
192.285
3.02 TRENCHING, BACKFILLING, AND COMPACTING
A.Install in accordance with Section 312316 and the following.
B.Pipe installed underground shall not deviate more than 1 inch from line or 1/4 inch from
grade. Measure for grade at the pipe invert. Maintain a minimum 36-inch cover over the
pipe (except at risers). Maintain a minimum 12-inch clearance between the pipe and
underground structures.
C.Do not install gas piping closer than 8 inches to a waterline, drain line, sewer, or other
pipe.
D.Material for pipe zone and pipe base shall be sand per Section 312316. Backfill material
above pipe zone shall be native material per Section 312316.
Page 483 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-3
60225711 -7 Sep 2021
E.If the pipe contains dirt, sand, or other foreign materials after it has been strung along the
trench or right-of-way, swab each length prior to fusion welding it into the pipeline. The
swab may be cloth or rubber pig. Visually inspect each length internally prior to use.
F.Place pipe on 6-inch-minimum sand bed. In warm weather, provide extra slack in the
pipeline to allow contraction of pipe in the ditch prior to backfilling without producing
thermal stresses.
G.Backfill polyethylene pipe with 6-inch-minimum sand cover above the top of the pipe.
Compact the first 12 inches of backfill by hand. Allow no rocks within the first 12 inches
of backfill that could damage the pipe.
H.Provide detectable wire warning tape 24 inches above the top of the pipe per Section
400775.
3.03 STORAGE AND HANDLING
Store and handle polyethylene pipe and fittings in accordance with the manufacturer's
recommendations. Do not drop or subject pipe to abrasion or concentrated external
loads. Inspect pipe prior to installation. Make sure no damage has occurred during
shipment and subsequent handling at the jobsite. Discard any pipe or fittings that have
been damaged.
3.04 CLEANLINESS
Thoroughly clean inside of a pipe and fittings before installation. Blow lines clear using
80-to 100-psig clean dry compressed air. Cap or plug pipe ends as necessary to maintain
cleanliness throughout installation.
3.05 CUTTING OF POLYETHYLENE PIPE
Cut pipe accurately to actual dimensions and assemble in such a manner as to preclude
residual stress. Use a tubing cutter designed for plastic pipe.
3.06 INSTALLATION OF POLYETHYLENE PIPING
A.Install polyethylene piping in accordance with manufacturer's printed instructions.
B.Joints shall be fusion welded. Comply with ASTM F2620. Use electrically heated tools,
thermostatically controlled, and equipped with temperature indication.
C.Present proof that supervisory and installing personnel have received training by a pipe
manufacturer's sponsored course of not less than one-week duration or that personnel are
currently and continuously engaged in the installation of polyethylene gas distribution
lines.
Page 484 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-4
60225711 -7 Sep 2021
3.07 COATING OF TRANSITION FITTINGS
A.Coat per Section 099752 and the following:
B.Extend the primer a minimum of 3 inches onto the adjacent surfaces of the polyethylene
gas pipe.
C.Apply the wax tape immediately after the primer application. Work the tape into the
crevices around the transition fitting. Wrap the wax tape spirally around the pipe and
across the fitting to the other pipe. Use a minimum overlap of 55% of the tape width.
3.08 INSTALLATION OF BURIED POLYETHYLENE VALVES
Fuse valves to the pipe using heat fusion butt welding.
3.09 INSTALLATION OF VALVE BOXES
Place and compact trench backfill to the height of the valve stem. Set the one-piece
extension pipe over the operating nut and center in place. Maintain the extension pipe in
a vertical position during backfilling. Slip the valve box frame over the extension pipe
and adjust both to finish grade. Pour a 6-inch-thick by 2-foot-diameter concrete ring
around the valve box frame. Concrete shall be Class C per Section 030500. In paved
areas, top of concrete ring shall be 1 inch below finish grade of adjacent surfaces.
Overlay the concrete ring with 1-inch compacted thickness of asphalt concrete
pavement. Valve box frame and lid shall be flush with the finish surface of the
pavement. Paint top side of valve box cover. Color of finish coat shall be yellow.
3.10 POLYETHYLENE FUSION WELDING INSPECTION
Butt fusion joints shall be visually inspected by comparing with manufacturer's visual
joint appearance chart. Inspect other joints for proper fused connection. Replace
unsatisfactory joints or joints needing improvement by cutting out defective joints or
replacing fittings. Inspect each joint and reinspect corrections.
3.11 PRESSURE TESTING
A.Perform a pneumatic test per Section 400515 for flammable gas piping. Do not test until
every joint has set and cooled at least eight hours at a temperature above 50°F. Perform
testing before backfilling; however, place sufficient backfill material between fittings to
hold pipe in place during tests. Systems which may be contaminated by gas shall first be
purged. Make tests on entire system or on sections that can be isolated by valves. After
pressurization, isolate entire piping system from all sources of air during test period.
B.Maintain test pressure for at least eight hours between times of first and last reading of
pressure and temperature. Take first reading at least one hour after test pressure has been
applied. Do not take test readings during rapid weather changes. Temperature shall be
same as actual trench conditions. There shall be no reduction in the applied test pressure
other than that due to a change in ambient temperature. Allow for ambient temperature
Page 485 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-5
60225711 -7 Sep 2021
change in accordance with the relationship PF + 14.7 = (P1 + 14.7) (T2 + 460)/(T1 +
460), in which T and P represent Fahrenheit temperature and gauge pressure,
respectively; subscripts 1 and 2 denote initial and final readings; and "PF" is the
calculated final pressure.
C.If "PF" exceeds the measured final pressure (final gauge reading)by 1/2 psi or more,
isolate sections of the piping system, retest each section individually, and apply a
solution of warm soapy water to all joints of each section for which a reduction in
pressure occurs after allowing for ambient temperature change. Repair leaking joints and
repeat test until no reduction in pressure occurs. Use a test gauge calibrated in 1-psi
increments and readable to 1/2 psi in performing the tests.
D.If unacceptable fusion welds are observed during inspection and testing, remove a
section of pipe containing the bad weld to a length of 18 inches on either side of the
fusion weld. Then fusion weld a new spool piece in place of the removed section of pipe.
E.Under no circumstances shall a valve in a line be used as a bulkhead between gas in one
section of the piping system and air in an adjacent section, unless two valves are
installed in series with a valved telltale between these valves.
F.Following pneumatic testing, thoroughly purge gas lines with oil-free nitrogen gas such
that no explosive mixtures will be present in the system during the filling process.
Comply with NFPA 54, paragraph 8.3.
3.12 SYSTEM PURGING
After pressure tests and before testing a gas-contaminated line, purge line with nitrogen
at junction with main line to remove all air or gas. Clear completed line by attaching a
test pilot fixture and let gas flow until test pilot ignites. Procedures shall conform with
ASME B31.8.
END OF SECTION
Page 486 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
POLYETHYLENE PIPE FOR NATURAL GAS SERVICE 401449-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 487 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-1
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
SECTION 401458 STEEL PIPE FOR NATURAL GAS OR LPG SERVICE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of steel pipe and fittings for natural gas
piping.
1.02 RELATED WORK DESCRIBED ELSEWHERE
A.Painting and Coating:099000.
B.Cold-Applied Wax Tape Coating:099752.
C.Trenching, Backfilling, and Compacting:312316.
D.General Piping Requirements:400500.
E.Pressure Testing of Piping:400515.
F.Manual Valves and Check Valves:400520.
G.Equipment, Piping, Duct, and Valve Identification:400775.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit list showing materials and dimensions of pipe and fittings with API and/or
ASTM reference and grade. Show coating used on buried piping.
C.Submit certificates of welding rods used for field welding.
PART 2 -MATERIALS
2.01 PIPE
Material shall be seamless, API 5L, Grade B or ASTM A106, Grade B.A nondestructive
electric test per the previously cited ASTM pipe specification may be substituted for the
hydrostatic test.Minimum wall thickness for pipe having welded joints or connections
shall be Schedule 80 per ASME B36.10.Minimum wall thickness for pipe having
threaded connections shall be Schedule 80 per ASME B36.10.
Page 488 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-2
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
2.02 FITTINGS
A.Fittings shall be butt-welded conforming to ASME B16.9. Material shall conform to
ASTM A234, Grade WPB. Wall thickness shall be the same as the pipe as a minimum.
Provide fittings at all bends. Do not field bend pipe.
B.Fittings 2 inches and smaller may be socket-welded in accordance with ASME B16.11,
Class 3000.
2.03 JOINTS
Joints for pipe shall be butt-welded. Socket welds can be used on pipes smaller than 2
inches in diameter in accordance with ASME B31.8.
2.04 UNIONS
Unions shall comply with MSS SP-83, Class 3000, socket welded.
2.05 FLANGES
Provide weld-neck flanges, Class 150, per ASME B16.5 to connect to flanged valves or
equipment. Flanges shall match the connecting flanges on the adjacent valve or piece of
equipment. Flanges shall be flat faced.
2.06 BOLTS AND NUTS FOR FLANGES
See Section 400500.
2.07 GASKETS FOR FLANGES
Provide in accordance with ASME B31.8. Gasket material shall be nonasbestos.
2.08 CONNECTIONS BETWEEN METALLIC AND PLASTIC PIPING
Make connections between metallic and plastic piping with fittings conforming to
ASTM D2513, F1973, or F2509.
PART 3 -EXECUTION
3.01 GENERAL
Ream, clean, and remove burrs from piping before making up joints.
3.02 WELDING
A.Beveled ends for butt-welding shall conform to ASME B31.8. Remove slag by chipping
or grinding. Surfaces shall be clean of paint, oil, rust, scale, slag, and other material
detrimental to welding.
Page 489 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-3
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
B.Perform butt-welding and socket welding in conformance with ASME B31.8.
C.Qualification of field welding procedures shall be in accordance with Section 5 of API
1104. Welder qualification shall be in accordance with Section 6 of same standard.
D.The minimum number of passes for welded joints shall be as follows:
Steel Cylinder Thickness
(inch)
Minimum Number of
Passes for Welds
Less than 0.1875 1
0.1875 through 0.25 2
Greater than 0.25 3
Welds shall be full circumferential.
E.Use the SMAW method for welding.Materials shall comply with API 1104, Section 4.
F.Clean each layer of deposited weld metal prior to depositing the next layer of weld
metal, including the final pass, by a grinding wheel.
G.Welding rod shall comply with API 1104.
H.Repair of weld defects shall comply with API 1104, Section 10.
I.Twenty percent of circumferential field welds shall be fully radiographed in accordance
with API 1104, Section 11. Acceptance standards shall be in accordance with API 1104,
Section 9.
3.03 PAINTING AND COATING
A.Coat buried piping per Section 099000, System No. 25.
B.Coat piping located above ground or in vaults and structures per Section 099000, System
No. 10. Color of finish coat shall be OSHA Safety Yellow.
3.04 FIELD COATING OF TRANSITION FITTINGS TO POLYETHYLENE GAS PIPE
A.Coat per Section 099752 and the following:
B.Extend the primer a minimum of 3 inches onto the adjacent surfaces of the polyethylene
gas pipe.
C.Apply the wax tape immediately after the primer application. Work the tape into the
crevices around the transition fitting. Wrap the wax tape spirally around the pipe and
across the fitting to the other pipe. Use a minimum overlap of 55% of the tape width.
Page 490 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-4
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
3.05 INSTALLING EXPOSED PIPE
Install in accordance with ASME B31.8 and NFPA 54, Chapter 7.
3.06 INSTALLING BURIED PIPE
A.Install in accordance with Section 312316 and the following.
B.Pipe installed underground shall not deviate more than 1 inch from line or 1/4 inch from
grade. Measure for grade at the pipe invert. Maintain a minimum 36-inch cover over the
pipe (except at risers). Maintain a minimum 12-inch clearance between the pipe and
underground structures.
C.Do not install gas piping closer than 12 inches to a waterline, drain line, sewer, or other
pipe.
D.Material for pipe zone and pipe base shall be sand per Section 312316. Backfill material
above pipe zone shall be native material per Section 312316.
E.If the pipe contains dirt, sand, or other foreign materials after it has been strung along the
trench or right-of-way, swab each length prior to welding it into the pipeline. The swab
may be a wire brush, cloth, or rubber pig. Visually inspect each length internally prior to
use.
F.Provide plastic warning tape per Section 400775.
G.After the pipeline is complete, run a pipeline scraper or pig through the line twice.
Pigging is not required for lines less than 2 inches in nominal size and for service
laterals. Prior to the pigging operation, install a pig catcher on the end of the line. Fasten
the catcher to the end of the pipeline in a manner which will prevent it from blowing off
during the pigging operation. The pigging operation shall provide for controlled running
of the pig. Move the pig by air pressure only. Do not use gas pressure in the pigging
operation.
3.07 PIPELINE PRESSURE TESTING
A.Perform a pneumatic test per Section 400515 for flammable gas piping. Do not test until
every joint has set and cooled at least eight hours at a temperature above 50°F. Perform
testing before backfilling; however, place sufficient backfill material between fittings to
hold pipe in place during tests. Systems which may be contaminated by gas shall first be
purged. Make tests on entire system or on sections that can be isolated by valves. After
pressurization, isolate entire piping system from all sources of air during test period.
B.Maintain test pressure for at least eight hours between times of first and last reading of
pressure and temperature. Take first reading at least one hour after test pressure has been
applied. Do not take test readings during rapid weather changes. Temperature shall be
same as actual trench conditions. There shall be no reduction in the applied test pressure
other than that due to a change in ambient temperature. Allow for ambient temperature
Page 491 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-5
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
change in accordance with the relationship PF + 14.7 = (P1 + 14.7) (T2 + 460)/(T1 +
460), in which T and P represent Fahrenheit temperature and gauge pressure,
respectively; subscripts 1 and 2 denote initial and final readings; and "PF" is the
calculated final pressure.
C.If "PF" exceeds the measured final pressure (final gauge reading) by 1/2 psi or more,
isolate sections of the piping system, retest each section individually, and apply a
solution of warm soapy water to all joints of each section for which a reduction in
pressure occurs after allowing for ambient temperature change. Repair leaking joints and
repeat test until no reduction in pressure occurs.Use a test gauge calibrated in 1-psi
increments and readable to 1/2 psi in performing the tests.
D.If unacceptable welds are observed during inspection and testing, remove a section of
pipe containing the bad weld to a length of 18 inches on either side of the weld. Then
weld a new spool piece in place of the removed section of pipe. The closing welds shall
be fully radiographed.
E.Under no circumstances shall a valve in a line be used as a bulkhead between gas in one
section of the piping system and air in an adjacent section, unless two valves are
installed in series with a valved telltale between these valves.
F.Following pneumatic testing, thoroughly purge gas lines with oil-free nitrogen gas such
that no explosive mixtures will be present in the system during the filling process.
Comply with NFPA 54, paragraph 8.3.
END OF SECTION
Page 492 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STEEL PIPE FOR NATURAL GAS OR LPG SERVICE 401458-6
60225711 -7 Sep 2021 (S401458 STEEL PIPE FOR NATURAL GAS SERVICE.DOC)
PAGE LEFT BLANK INTENTIONALLY
Page 493 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-1
60225711 -7 Sep 2021
SECTION 402040 DUCTILE-IRON PIPE
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes materials, testing, and installation of ductile-iron pipe and fittings
24 inches and smaller.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Polyethylene Sheet Encasement (AWWA C105):099754.
C.Fusion-Bonded Epoxy Linings and Coatings:099761.
D.Trenching, Backfilling, and Compacting:312316.
E.General Piping Requirements:400500.
F.Pressure Testing of Force Main Piping:400515.
G.Wall Flanges, Seep Rings, and Penetrations:400762.
H.Flexible Pipe Couplings:400722.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 01330.
B.Provide an affidavit of compliance with standards referenced in this specification, e.g.,
AWWA C151. Submit copy of report of pressure tests for qualifying the designs of all
sizes and types of AWWA C153 fittings that are being used in the project. The pressure
test shall demonstrate that the minimum safety factor described in AWWA C153,
Section 5.5 is met.
C.Provide the following information:
1.Wall thickness.
2.Show deflections at push-on and mechanical joints.
3.Submit joint and fitting details and manufacturer’s data sheets.
D.Submit calculations and test data proving that the proposed restrained joint arrangement
can transmit the required forces with a minimum safety factor of 1.5.
Page 494 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-2
60225711 -7 Sep 2021
E.Submit test report on physical properties of rubber compound used in the gaskets.
F.Submit drawing or manufacturer's data sheet showing flange facing, including design of
facing serrations.
G.Submit weld procedure specification, procedure qualification record, and welder's
qualifications prior to any welding to ductile-iron pipe.
PART 2 -MATERIALS
2.01 PIPE
Pipe shall be cast ductile (nodular) iron, conforming to AWWA C151.
2.02 PIPE WALL THICKNESS
A.Minimum wall thicknesses for pipe having grooved-end joints shall be as shown in the
following table:
Pipe and Fitting Sizes
(inches)Wall Thickness*
16 and smaller Special Class 53
18 Special Class 54
20 Special Class 55
24 Special Class 56
*Special Class and Pressure Class per AWWA C151.
B.Minimum wall thickness for pipe having push-on or restrained joints, plain ends, or cast
flange ends shall be Class 350, unless otherwise shown in the drawings.
C.Minimum wall thickness for pipe having threaded flanges shall be Special Class 53 or
Pressure Class 350.
D.Minimum pipe wall thickness required for corporation stops and tapped outlets shall be
in accordance with Table A.1 of AWWA C151 for three full threads for design pressures
up to 250 psi and four full threads for design pressures over 250 to 350 psi.
2.03 FITTINGS
A.Fittings 24 inches and smaller shall conform to AWWA C110 with a minimum pressure
rating of 250 psi.Material shall be ductile iron. Flanges shall be flat faced.
B.Grooved-end fittings shall conform to AWWA C110 with grooved ends conforming to
AWWA C606, radius cut rigid joints. Fitting material shall conform to ASTM A48,
Class 30; ASTM A126, Class B; or ASTM A536, Grade 65-42-10. Wall thickness of
Page 495 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-3
60225711 -7 Sep 2021
ductile-iron (ASTM A536) fittings shall conform to AWWA C110 or C153; wall
thickness of cast-iron fittings shall conform to AWWA C110. Fittings and couplings
shall be furnished by the same manufacturer.
C.Material for fittings with welded-on bosses shall have a Charpy notch impact value of
minimum 10 ft-lbs under the conditions defined in AWWA C151. Test completed welds
by the liquid penetrant method per ASTM E165.
2.04 FLANGES
A.Flanges shall be solid back, Class 125 per AWWA C115. Flanges on pipe shall be either
cast or threaded. Material shall be ductile iron.
B.Flanged pipe and fittings shall be shop fabricated, not field fabricated. Threaded flanges
shall comply with AWWA C115. Flanges shall be individually fitted and machine
tightened in the shop, then machined flat and perpendicular to the pipe barrel. Flanges
shall be backfaced parallel to the face of flange. Prior to assembly of the flange onto the
pipe, apply a thread compound to the threads to provide a leak-free connection. There
shall be zero leakage through the threads at a hydrostatic test pressure of 250 psi without
the use of the gasket.
2.05 PIPE LINING—AND FITTINGS
Line and coat pipe and fittings with fusion bonded epoxy per Section 099761.
2.06 GROOVED-END COUPLINGS
A.Grooved-end pipe couplings shall be ductile iron, ASTM A536 (Grade 65-45-12).
Gaskets shall be Buna-N and shall conform to ASTM D2000.
B.Bolts in exposed service shall conform to ASTM A193, Grade B8, Class 2. Bolts in
buried or submerged service shall be ASTM A193, Grade B8, Class 2.
C.Couplings for pipe 24 inches and smaller shall conform to AWWA C606 for flexible
radius ductile-iron pipe, except where rigid radius couplings are required to connect to
fittings. Couplings shall be Victaulic Style 31, Gustin-Bacon No. 500, or equal.
D.Grooved-end adapter flanges for piping 24 inches and smaller having an operating
pressure of 150 psi and less shall be Victaulic Style 341 or 342 or equal. Flange
dimensions shall conform to ASME B16.1, Class 125.
2.07 GASKETS FOR FLANGES
See Section 400500.
2.08 GASKETS FOR PUSH-ON AND RESTRAINED JOINTS
Synthetic rubber in accordance with AWWA C111.
Page 496 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-4
60225711 -7 Sep 2021
2.09 BOLTS AND NUTS FOR FLANGES
See Section 400500.
2.10 JOINTS
A.Joints in aboveground or submerged piping or piping located in vaults and structures
shall be grooved end or flanged.
B.Joints in buried piping shall be of the restrained push-on type per AWWA C111 except
where flanged joints are required to connect to valves, meters, and other equipment.
C.Restrained joints for piping 6 inches and larger shall be American Cast Iron Pipe "Lok-
Ring" or "Flex-Ring," U.S. Pipe "TR-Flex," or equal. Weldments for restrained joints
shall be tested by the liquid penetrant method per ASTM E165. Restrained joints for
field closures shall be “Megalug” by EBAA Iron.
D.Restrained joints in 4-inch-diameter buried piping shall be American Cast Iron Pipe
Company “Fast-Grip,” U.S. Pipe Field-lok gasket within Tyton joint pipe and fittings, or
equal. Joint restraint shall be certified to four times rated pressure of 200 psi by Factory
Mutual.
E.Where thrust restraint is called for in the drawings, provide pipe with restrained joints
capable of transmitting 1.5 times the thrust, as calculated by the following equation:
T = 1.5 * (0.785 * P * D2)
where:
P =Pressure class of pipe in psi.
D =Outside diameter of pipe in inches.
T =Thrust in pounds.
2.11 DUCTILE-IRON PIPE WELDMENTS
A.All welding to ductile-iron pipe, such as for bosses, joint restraint, and joint bond cables,
shall be done at the place of manufacture of the pipe. Perform welding by skilled
welders experienced in the method and materials to be used. Welders shall be qualified
under the standard qualification procedures of the ASME Boiler and Pressure Vessel
Code, Section IX, Welding Qualifications.
B.Welds shall be of uniform composition, neat, smooth, full strength, and ductile.
Completely grind out porosity and cracks, trapped welding flux, and other defects in the
welds in such a manner that will permit proper and complete repair by welding.
C.Completed welds shall be inspected at the place of manufacture by the liquid penetrant
method.Conform to the requirements specified in ASTM E165, Method A, Type I or
Type II. The materials used shall be water washable and nonflammable.
Page 497 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-5
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 DELIVERY, UNLOADING, AND TEMPORARY STORAGE OF PIPE AT SITE
A.Use unloading and installation procedures that avoid cracking of the lining.
B.Deliver the pipe alongside the pipe laying access road over which the pipe trailer-tractors
can travel under their own power. Place the pipe in the order in which it is to be installed
and secure it from rolling.
C.Do not move pipe by inserting any devices or pieces of equipment into the pipe barrel.
Field repair linings damaged by unloading or installation procedures.
3.02 SANITATION OF PIPE INTERIOR
A.During laying operations, do not place tools, clothing, or other materials in the pipe.
B.When pipe laying is not in progress, close the ends of the installed pipe by a child-and
vermin-proof plug.
3.03 INSTALLING FLANGED PIPE AND FITTINGS
Install in accordance with Section 400500. Cut the bore of the gaskets such that the
gaskets do not protrude into the pipe when the flange bolts are tightened.
3.04 INSTALLING GROOVED-END PIPE AND FITTINGS
See Section 400500.
3.05 INSTALLING BURIED PIPING
A.Install in accordance with AWWA C600,Section 312316,and as follows.
B.When installing piping in trenches, do not deviate more than 1 inch from line or 1/4
grade. Measure for grade at the pipe invert.
C.Assemble restrained joints per manufacturer's instructions.
3.06 JOINT DEFLECTIONS FOR BURIED PIPE
A.Do not exceed the following deflection angles for unrestrained buried pipe joints:
Page 498 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-6
60225711 -7 Sep 2021
Pipe Size
(inches)
Maximum
Deflection
(degrees)
Push-On Joint
4 4
6 4
8 4
10 4
12 4
14 2 1/2
16 2 1/2
18 2 1/2
20 2 1/2
24 2 1/2
B.For restrained joints, do not exceed 80% of the manufacturer's recommended maximum
deflections.
C.Assemble joints in accordance with AWWA C600 and the manufacturer's
recommendations.
3.07 INSTALLING ABOVEGROUND OR EXPOSED PIPING
See Section 400500.
3.08 PAINTING AND COATING
A.Coat pipe located above ground, in vaults, and in structures with fusion-bonded epoxy
per Section 099761.
B.Coat buried piping with fusion-bonded epoxy per Section 099761.
C.Coat submerged pipe with fusion-bonded epoxy per Section 099761.
D.Line and coat exposed grooved-end couplings with fusion-bonded epoxy per Section
099761
E.Line and coat submerged and buried grooved-end couplings with fusion-bonded epoxy
per Section 099761.
3.09 POLYETHYLENE ENCASEMENT OF BURIED PIPE AND FITTINGS
Wrap buried pipe, fittings, grooved-end couplings, and joints with polyethylene per
Section 099754.
Page 499 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-7
60225711 -7 Sep 2021
3.10 FIELD HYDROSTATIC TESTING
Test pressures are shown in Section 400515. Test in accordance with Section 400515.
3.11 BURIED WARNING AND IDENTIFICATION TAPE
Provide detectable warning tape per Section 400775. Warning and identification shall
read “CAUTION BURIED SEWER FORCE MAIN PIPING BELOW” or similar
wording.
END OF SECTION
Page 500 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DUCTILE-IRON PIPE 402040-8
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 501 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-1
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
SECTION 402076 STAINLESS STEEL PIPE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and installation of stainless steel pipe and fittings 30
inches in diameter and smaller conforming to ASTM A312 and having a maximum
design pressure of 150 psi.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Polyethylene Tape Coating (AWWA C214):099757.
C.Fusion-Bonded Epoxy Linings and Coatings:099761.
D.Trenching, Backfilling, and Compacting:312316.
E.General Piping Requirements:400500.
F.Pressure Testing of Piping:400515.
G.Manual, Check, and Process Valves:400520.
H.Equipment, Piping, Duct, and Valve Identification:400775.
I.General Requirements for Steel Piping:402001.
1.03 SUBMITTALS
Submit shop drawings in accordance with Section 402001.
PART 2 -MATERIALS
2.01 PIPE
A.Pipe smaller than 3 inches shall conform to ASTM A312, Grade TP 316L. Pipe 3 inches
and larger shall conform to ASTM A312, Grade TP 316L.
B.Pipe sizes and wall thicknesses shall conform to ASME B36.19 as follows:
Page 502 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-2
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
Pipe Size Wall Thickness
3 1/2 inches through 8 inches Schedule 40S
2.02 FITTINGS
A.Fittings for aboveground or exposed pipe larger than 3 inches through 24 inches shall be
flanged, conforming to ASTM A403, Class WP, same material and wall thickness as the
pipe, conforming to ASME B16.9. Elbows shall be long radius.
2.03 PICKLING, PASSIVATING, AND FINAL CLEANING
Pipe and fittings shall be final cleaned, pickled, and passivated per ASTM A380.
Passivation shall be the removal of exogenous (not inherent in the base metal) iron or
iron compounds from the surface of the stainless steel by means of a chemical
dissolution, by a treatment with an acid solution that will completely remove the surface
contamination but will not significantly affect the stainless steel itself. After final
cleaning, wet surfaces with water and inspect for rust spots after 24 hours. Reclean if
there is any evidence of rusting.
2.04 QUALITY CONTROL
Include the "Hydrostatic Test" and "Flattening Test" requirements described in ASTM
A999. A nondestructive electric test per ASTM A999 may be substituted for the
hydrostatic test.
2.05 JOINTS
A.Joints shall be flanged.
B.See Section 402001 for additional requirements.
2.06 FLANGES
A.Provide weld-neck flanges (conforming to ASME B16.5) for piping 3 inches and smaller
to connect to flanged valves, fittings, or equipment. Provide weld-neck or Van Stone
flanges (per ASTM F2015) for piping larger than 3 inches. Flanges shall be Class 150
per ASME B16.5. Flanges shall match the connecting flanges on the adjacent fitting,
valve, or piece of equipment. Flanges shall be flat face.
B.Material for weld-neck flanges shall conform to ASTM A182, Grade F316L.
2.07 BOLTS AND NUTS FOR FLANGES
See Section 400500.
2.08 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS
See Section 400500.
Page 503 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-3
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
2.09 GASKETS FOR FLANGES
See Section 400500.
2.10 PROTECTIVE END CAPS
Provide protective end caps on each piece of pipe or fabricated section, completely
sealing the piece from contamination during shipment and storage. Provide the same
type of seals on each fitting, or ship and store fittings in sealed boxes or containers.
2.11 OXYGEN INDICATOR FOR WELDING OPERATIONS
Use an oxygen indicator to determine the oxygen level in the purged atmosphere (rest
oxygen) in the welding area. The oxygen indicator shall be of the zirconium cell type
having a range of 1-to 100-ppm oxygen. Products: Intercon Enterprises Pro-2 or equal.
PART 3 -EXECUTION
3.01 SHIPPING, STORAGE, AND HANDLING
A.Ship, store, and handle piping (including both pipe and fittings)per AWWA C220,
Section 6.2 and AWWA C226, Section 6.3 and the following.
B.When loading piping for shipment to the project site, use spacers and other protective
devices to separate pipes to prevent damaging the surfaces during transit and unloading.
If wood spacers are used, remove wood splinters and particles from the pipe surfaces
after separation. Use padded chains or ribbon binders to secure the loaded pipe and
minimize damage.
C.Cover piping 100% with protective coverings or tarpaulins to prevent deposition of road
salts, fuel residue, and other contaminants in transit.
D.Provide stulls, braces, and supports during shipping and storage such that out-of-
roundness or deflection does not exceed 0.5% of the pipe diameter.
E.Handle piping with care during unloading, installation, and erection operations to
minimize damage. Do not place or store pipe on the ground or on top of other work
unless ground or work is covered with a protective covering or tarpaulin. Place pipe
above the ground upon platforms, skids, or other supports.
F.Store piping at the site on pallets to prevent direct contact with ground or floor. Cover
pipe during storage with protective coverings or tarpaulins to prevent deposition of
rainwater, salt air, dirt, dust,and other contaminants.
G.Do not allow piping to contact carbon steel surfaces during storage, handling, or
installation and erection at the site.
Page 504 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-4
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
3.02 FABRICATION, ASSEMBLY, AND ERECTION
A.See Section 402001. Use an inert or shielding gas welding method. Do not use oxygen
fuel welding.Purge the interior of the pipe with inert gas prior to the root pass.The
oxygen content in the purged atmosphere in the welded area shall not exceed 30 ppm
during welding operations. Use an oxygen indicator to verify oxygen levels during
welding. Provide written documentation of the welding procedure before and during the
oxygen purging process, showing the oxygen levels attained during the purging and
welding operations.
B.Welded butt joints (both longitudinal and circumferential) shall comply with AWWA
C220 and AWWA C226, Section 4. Do not use backing rings. Provide full penetration
and smooth internal diameters for the root bead of welds. Grind the inside weld of socket
welds flush with the pipe internal diameter. Welds shall be of smooth finish. Use anti-
spatter compounds specifically formulated or designed for use with stainless steel. Do
not allow heat tint to form in the heat-affected zone or remove heat tint completely from
the heat-affected zone of the finished weld. The maximum depth of grinding or abrasive
blasting to remove defects shall not exceed 10% of the wall thickness. Do not perform
abrasive blasting with steel shot, grit, or sand.
C.No iron or steel surfaces shall come into contact with the stainless steel. This includes
placing on steel tables, racks, pipe supports, etc. Do not use carbon steel wire brushes or
grinders.
D.Welding electrodes shall comply with AWS A5.4. Bare wire shall comply with AWS
A5.9. Use electrodes as follows:
Pipe Material Welding Electrode Material
Type 304 E 308
Type 304L E 347
Type 316 E 316
Type 316L E 318
3.03 INSTALLING FLANGED PIPING
See Section 400500.
3.04 INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS
See Section 400500.
3.05 FIELD HYDROSTATIC TESTING
A.See Section 402001.
Page 505 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-5
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
B.Do not allow test water to remain in the pipe for more than five days. Drain and dry the
piping after completing the testing.
END OF SECTION
Page 506 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
STAINLESS STEEL PIPE 402076-6
60225711 -7 Sep 2021 (S402076 STAINLESS STEEL PIPE.DOC)
PAGE LEFT BLANK INTENTIONALLY
Page 507 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-1
60225711 -7 Sep 2021
SECTION 402097 HDPE PIPE,20 INCHES AND SMALLER
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes materials and testing of PE3408 high-density, very high molecular
weight polyethylene pipe and fittings of size 20 inches and smaller for use in direct
burial piping having a hydrostatic design basis of 1,600 psi and having a maximum
operating temperature of 74°F. Pipe diameter basis is IPS, with standard dimension ratio
(SDR) and pressure class as shown in the drawings.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Trenching, Backfilling, and Compacting:312316.
B.Painting and Coating:099000.
C.Leakage and Infiltration Testing: 330130
D.Polyethylene Sheet Encasement (AWWA C105):099754.
E.General Piping Requirements:400500.
F.Wall Flanges, Anchors, and Penetrations:400762.
G.Manual, Check, and Process Valves:400520.
H.Pressure Testing of Force Main Piping:400515.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit materials list for review. Submit manufacturer's recommended method of
installing buried pipe including methods for butt-fusing joints.
C.The polyethylene pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shall include a stress
life curve per ASTM D2837.
D.Provide certification that the material is listed by the Plastics Pipe Institute in PPI TR-4
with a 73°F hydrostatic design stress rating of 800 psi and a 140°F hydrostatic design
stress rating of 400 psi. The PPI listing shall be in the name of the pipe manufacturer and
shall be based on ASTM D2837 and PPI TR-3 testing and validation of samples of the
pipe manufacturer's production pipe.
Page 508 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-2
60225711 -7 Sep 2021
E.The manufacturer's certification shall state that the pipe was manufactured from one
specific resin in compliance with these specifications. The certificate shall state the
specific resin used, its source, and list its compliance to these specifications.
F.Submit certified lab data to verify specified physical properties. Certify that tests are
representative of pipe supplied for this project.
G.Submit affidavit of compliance with referenced standards (e.g., AWWA C901, C906,
ASTM F714, etc.).
H.Submit recommended locations of flanged joints,unions, shop-fabricated fittings, and
connections to other pipe materials. Submit detailed drawings of fittings.
I.Submit installation methods for pipes to be installed in casings
J.Submit qualification certificates for operators of heat fusion equipment.
PART 2 -MATERIALS
2.01 PIPE
A.Pipe 1/2 inch through 3 inches shall conform to AWWA C901 and the following
restrictions.
B.Pipe and fittings 4 inches through 20 inches shall conform to AWWA C906 and the
following requirements.
C.Pipe shall have a nominal IPS outside diameter.
D.The SDR and the pressure rating of pipe 1/2 inch through 3 inches shall be in accordance
with Table 5 of AWWA C901. If no SDR is shown in the drawings, use an SDR of 17.
E.The minimum wall thickness (inches) for pipe 4 inches through 20 inches shall be in
accordance with Table 5 of AWWA C906, for the SDR shown in the drawings. If no
SDR is shown in the drawings, use an SDR of 17.
F.Pipe shall be light grey in color inside and outside.
G.The pipe shall be homogeneous throughout and free of visible cracks, holes, voids,
foreign inclusions, or other deleterious defects and shall be identical in color, density,
melt index, and other physical properties throughout.
H.Pipe shall have a minimum hydrostatic design basis (HDB) of 1,600 psi, as determined
in accordance with ASTM D2837.
I.Pipe Material:
Page 509 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-3
60225711 -7 Sep 2021
1.Materials used for the manufacture of polyethylene pipe and fittings shall be very
high molecular weight, high-density ethylene/hexene copolymer PE 3408
polyethylene resin meeting the physical property and pipe performance
requirements listed below.
Property Specification Units
Minimum
Values
Material Designation PPI/ASTM ---PE4710
Material Classification ASTM D1248 ---III C 5 P34
Cell Classification ASTM D3350 ---345434C
Hardness ASTM D2240 Shore "D"64
Compressive Strength (Yield)ASTM D695 psi 1,600
Tensile Strength @ Yield (Type IV
Spec.)
ASTM D638
(2"/min)
psi 3,200
Elongation @ Yield ASTM D638 %, min.8
Tensile Strength @ Break (Type IV
Spec.)
ASTM D638 psi 3,500 psi
Elongation @ Break ASTM D638 %, min.600
Modulus of Elasticity ASTM D638 psi 110,000
ESCR:
(Cond A,B,C: Mold. Slab)ASTM D1693 Fo, Hrs Fo>5,000
(Compressed Ring Pipe)ASTM F1248 F50, Hrs F50>1,000
Slow Crack Growth Battelle Method Days to
Failure
Fo>32
Impact Strength (IZOD) (0.125-Inch
Thick)
ASTM D256
(Method A)
in-lb/in
Notch
42
Linear Thermal Expansion
Coefficient
ASTM D696 in/in/°F 1.2 x 10-4
Thermal Conductivity ASTM C177 BTU, in/
Ft2/hrs/°F
2.7
Brittleness Temp.ASTM D746 °F <-180°F
Vicat Soft. Temp.ASTM D1525 °F 257
NSF Listing Standard 14 ---"Listed"
*Standard deviation 0.01.
2.The pipe shall be extruded from precompounded resin. In-plant blending of resin is
unacceptable.
Page 510 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-4
60225711 -7 Sep 2021
2.02 NIPPLES AND FLANGED STUB ENDS
Short nipples and stub ends shall be of the same material as the pipe.
2.03 FITTINGS
Minimum radius of fabricated elbows shall be 2.5 diameters. The fittings shall be fully
pressure rated by the manufacturer to provide a working pressure equal to the pipe for 50
years of service at 73°F with an included 2:1 safety factor. Manufacture the fittings from
the same resin type, grade, and cell classification as the pipe. Fittings shall be
homogeneous throughout and free from cracks, holes, foreign inclusions, voids, or other
injurious defects. The fittings shall be as uniform as practicable in color, opacity, density
and other physical properties. The minimum "quick-burst" strength of the fittings shall
not be less than that of the pipe with which the fitting is to be used.
2.04 JOINTS
A.Join sections of polyethylene pipe into continuous lengths on the jobsite above ground.
The joining method shall be the butt fusion method performed in accordance with the
pipe manufacturer's recommendations. The butt fusion equipment used in the joining
procedures shall be capable of meeting all conditions recommended by the pipe
manufacturer requirements of 500°F, alignment, and 150-psi interfacial fusion pressure.
B.Butt fusion joining shall result in a joint weld strength equal to or greater than the tensile
strength of the pipe. Socket fusion shall not be used. Extrusion welding or hot gas
welding of HDPE shall not be used. Flanges, unions, grooved-couplers, transition
fittings, and some mechanical couplers may be used to connect HDPE pipe mechanically
without butt fusion where shown in the drawings and at elbows and tees.
2.05 FLANGES
Flanges shall be steel, conforming to the dimensions of ASME B16.5, Class 150 and the
details in the drawings.
2.06 BOLTS, NUTS, AND GASKETS FOR FLANGES
See Section 400500.
2.07 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS
See Section 400500.
2.08 TRENCH BEDDING AND BACKFILL MATERIALS
See Section 312316.
Page 511 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-5
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 SHIPPING, STORAGE, AND HANDLING
A.Limit onsite pipe storage to a maximum of one week.
B.Transport pipe larger than 3 inches to the jobsite on padded bunks with nylon tie-down
straps or padded bonding to protect the pipe. Protect the pipe from sharp objects. Anchor
pipe securely to prevent slippage.
C.Store pipe larger than 3 inches on earth berms or timber cradles adjacent to the trench.
Stack the heaviest series of pipe at the bottom. Do not stack pipe in excess of the
following limits:
ALLOWABLE STACKING HEIGHTS
FOR STORAGE OF HDPE PIPE
Nominal
Pipe Size
(inches)
Number of Rows High
SDR Above 17 SDR 17 and Below
4 15 12
5 6 12
10 6 10
8 8 6
10 6 5
12 5 4
14 5 4
16 4 3
18 4 3
20 3 3
D.When the pipe is received, visually inspect to verify that the correct product was
received. Check for damage that may have occurred during transit. Examine for
fractures, kinking, deep gouges, or cuts. Remove pipe with gouges or cuts in excess of
10% of the pipe wall thickness.
E.Cover pipe 100% with protective coverings or tarpaulins to prevent deposition of road
salts, diesel smoke, fuel residue, and other contaminants in transit.
F.Hook lifting equipment, such as cranes, extension boom cranes, and side boom tractors,
to wide web choker slings that are secured around the load or to lifting lugs on the
component. Use only wide web slings. Do not use wire rope slings and chains which can
damage components. Use spreader bars when lifting pipe or components longer than 20
feet.
Page 512 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-6
60225711 -7 Sep 2021
G.Unload large fabrications using a wide web choker sling and lifting equipment such as
an extension boom crane, crane, or lifting boom. Do not use stub outs, outlets, or fittings
as lifting points, and avoid placing slings where they will bear against outlets or fittings.
H.Protect the pipe from stones and sharp objects.
I.Store fittings in their original cartons.
3.02 HANDLING PIPE DURING INSTALLATION
A.Lift pipes with handling beams or wide belt slings near the middle of joints as
recommended by the pipe manufacturer. Do not use cable slings, chains, or hooks.
B.Before installation, check pipe and fittings for cuts or scratches exceeding 10% of the
pipe wall thickness, gouges, buckling, kinking, or splitting.Remove such defective pipe.
3.03 SANITATION OF PIPE INTERIOR
A.During fusion operations and laying operations, do not place tools, clothing, or other
materials in the pipe.
B.When pipe laying is not in progress, including the noon hour, close the ends of the pipe
by a vermin-and child-proof plug.
3.04 QUALIFICATION OF FUSION OPERATORS
Each operator performing fusion joining shall be qualified in the use of the
manufacturer's recommended fusion procedure(s) by the following:
A.Appropriate training or experience in the use of the fusion procedure.
B.Making a sample joint according to the procedure that passes the following inspections
and tests:
1.The joint shall be visually examined during and after joining and found to have the
same appearance as a photograph or sample of an acceptable joint that was joined
in accordance with the procedure; and
2.Test or examine the joint by one of the following methods:
a.Pressure and tensile test as described in 49 CFR 192.283;
b.Ultrasonic inspection and found to be free of flaws that would cause failure;
or
c.Cut into at least three longitudinal straps, each of which is:
(a)Visually examined and found to be free of voids or unbonded
areas on the cut surface of the joint, and
Page 513 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-7
60225711 -7 Sep 2021
(b)Deformed by bending, torque, or impact and if failure occurs,
it must not initiate in the joint area.
3.Each operator shall be requalified under the procedure, if, during any 12-month
period he:
a.Does not make any joints under the procedure; or
b.Has three joints or three percent of the joints he has made, whichever is
greater, that are found unacceptable by testing under 49 CFR 192.513.
3.05 HEAT FUSION
A.Comply with ASTM F2620, except as modified below.
B.Use fusion equipment specially designed for heat fusion of HDPE such as offered by
McElroy Manufacturing, Inc., Tulsa, Oklahoma or equal. The equipment utilized shall
be regulated for the different melt strength materials. Compatibility fusion techniques
shall be used when polyethylenes of different melt indexes are fused together.
C.Maintain the proper temperature of the heater plate as recommended by the pipe
manufacturer. Check it with a tempilstik or pyrometer for correct surface temperature.
D.Clean pipe ends inside and outside with a clean cotton cloth to remove dirt, water,
grease, and other foreign materials.
E.Square (face) the pipe ends using facing tool of the fusion machine. Remove burrs,
chips, and filings before joining pipe or fittings.
F.Check line-up of pipe ends in fusion machine to see that pipe ends meet squarely and
completely over the entire surface to be fused. Make sure the clamps are tight so that the
pipe does not slip during the fusion process.
G.Insert clean heater plate between aligned ends and bring ends firmly in contact with plate
but do not apply pressure while achieving melt pattern. Allow pipe ends to heat and
soften. Approximate softening depths are as follows:
Pipe Size
(inches)
Approximate Melt Bead
(inches)
2 and below 1/16
3 to 5 1/8
6 to 12 3/16
12 to 20 1/4 to 5/16
Page 514 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-8
60225711 -7 Sep 2021
H.Carefully move the pipe ends away from the heater plate and remove the plate (if the
softened material sticks to the heater plate, discontinue the joint, clean heater plate,
resquare pipe ends, and start over).
I.Bring melted ends together rapidly. Do not slam. Apply enough pressure to form a
double roll-back bead to the body of the pipe around the entire circumference of the pipe
about 1/8-to 3/16-inch wide. Pressure is necessary to cause the heated material to flow
together.
J.Allow the joint to cool and solidify properly. Remove the pipe from the clamps and
inspect the joint appearance.
3.06 SIDEWALL FUSION
A.Accomplish side fusion procedure for HDPE in the field using 2-through 12-inch
McElroy (or equal) fusion units and proper heater plate adapters. Where branch outlets
are larger than 12 inches in outside diameter, accomplish sidewall fusion in a fitting
fabrication shop.
B.Clean the pipe with a clean cotton cloth. Prepare surface of pipe (main) by roughing with
60 grit or coarser utility cloth.
C.Prepare the base of the branch by roughing with 60 grit or coarser utility cloth.
D.Align branch on the main and tighten clamp.
E.Check branch for square alignment.
F.Retract moveable clamp, roll in, and center heater plate with adapter between base of
branch and main.
G.For all sizes, apply a strong, firm, continuous pressure until complete melt bead can be
seen on main. Release pressure to light pressure. Continue heat soak cycle on branch and
main. Watch base of branch for:
Main Sizes
(inches)
Heat Soak Cycle
Fitting Base Bead
1 1/4 and smaller 1/16-inch Melt Bead
2 1/8-inch Melt Bead
3 and Larger 1/8-to 3/16-inch Melt Bead
H.Retract moveable clamp and cleanly remove heater plate.
I.Bring melted surfaces together rapidly. Do not slam. Apply continuous progressive
pressure until proper fusion bead is formed. Maintain pressure until joint has cooled.
Page 515 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-9
60225711 -7 Sep 2021
3.07 COMPATIBILITY FUSION
A.Manufacturer of pipe shall provide technical personnel to instruct and demonstrate the
fusion procedure for joining dissimilar HDPE materials.
B.Compatibility heat fusion and sidewall fusion shall be accomplished in the same manner
as described above with the following exception:
To achieve proper melt pattern, insert the heater plate and place a compatibility
insulator between the heater plate and the lower melt material. After the higher
melt achieves proper melt, then remove the insulator and bring the heater plate in
contact with the lower melt material for proper melt. Continue heating both
surfaces until proper melt develops. For manually operated fusion equipment, form
a double roll-back bead as previously described in the fusion procedures.
3.08 PLACEMENT OF PIPE IN TRENCH
A.Control water in trench per Section 312316.
B.Lay pipes uphill if the grade exceeds 30%.
C.Install in accordance with ASTM F1668,except as modified herein.
D.Excavate to a minimum of 6 inches below the subgrade. Complete excavation to a
uniform foundation free of protruding rocks. Complete stabilization of foundation, per
Section 312316, then place material specified for the bedding in Section 312316 to bring
the trench bottom to grade. Place and compact the bedding as detailed in the drawings.
Trench bottom shall be continuous, smooth, and free from rocks.
E.Cut a depression to permit removal of the pipe handling slings. After the pipe has been
butt-fused and the joints have set, snake the pipe into the trench per the pipe
manufacturer's recommendations in order to allow for thermal expansion and contraction
of the pipe.
F.Lower the fused pipe onto the bedding and install it to line and grade along its full length
on firm bearing except at the sling depressions. Do not handle pipe at fabricated fittings.
Tolerances on grade are 1/4 inch.
G.Consider pull-out forces caused by circumferential as well as longitudinal thermal
contraction when flanged and mechanical joints are used.Make provisions for sealing as
well as restraining to compensate for the axial loading due to expansion or contraction
and/or pipe settlement.
H.When the pipe is laid in a rock cut or stony soil, excavate the trench at least 6 inches
below pipe bottom grade and bring back to grade with compacted bedding. Remove
boulders and large stones to avoid point contacts and to provide a uniform bed for the
pipe.
Page 516 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-10
60225711 -7 Sep 2021
I.Place a minimum 6-inch-thick layer of bedding material in the trench. Compact base to
90%relative compaction.
J.Backfill pipe zone immediately after pipe has been bedded and joined. Prevent
movement of pipe while backfilling. Carefully place the material around the pipe so that
the pipe barrel is completely supported and that no voids or uncompacted areas are left
beneath the pipe or in between stiffening ribs. Backfill material placed under the
haunches shall be shovel sliced. Use particular care in placing material on the underside
of the pipe to prevent lateral movement during subsequent backfilling. Limit
unbackfilled, installed pipe to five sections maximum. Avoid extended exposure to sun.
K.Add bedding and backfill material up to the top of the pipe in lifts not exceeding 6
inches at a time. Compact each lift to 90% relative compaction by mechanical or hand
tamping. Do not use water flooding or jetting. Do not allow any void spaces beneath or
around the pipe.
L.Add a 12-inch layer of bedding and backfill material above the top of the pipe in two 6-
inch lifts. Compact each lift to 905% relative compaction.
M.Fill the remainder of the trench in maximum lifts of 12 inches. Compact each layer to
90% relative compaction. Material shall be as specified in Section 312316.
N.Compact by means of vibratory equipment or by hand tamping. Do not add successive
layers unless the previous layer is compacted to the specified relative compaction.
Compact material placed within 12 inches of the outer surface of the pipe by hand
tamping only.
O.Provide sufficient space along each side of the pipe and the trench wall to observe that
the embedment material fills all spaces below pipe spring line under the pipe haunches.
Do not allow pipe to float out of position.
3.09 INSTALLING FABRICATED FITTINGS
To avoid field damage, do not join large diameter (16-inch IPS and above) fabricated
directional fittings, such as elbows, tees, wyes, and crosses, to more than one pipe before
placement in the trench. Make the remaining outlet connections after placement in the
trench with flanges, mechanical couplings, or electrofusion couplings. Perform butt
fusion in the trench but place and remove the butt fusion machine in the trench such that
the piping is not disturbed.
3.10 COLD-BENDING OF CURVED SEGMENTS
HDPE may be cold-bent to a minimum radius of no less than 30 times the pipe diameter
as it is installed along curved alignment. The minimum bending radius that can be
applied to the pipe without kinking it varies with the diameter and wall thickness of the
pipe and shall not exceed the recommendations of the manufacturer. If adequate space is
not available for the required radius, fuse a fitting of the required angle into the piping
system to obtain the necessary change in direction.
Page 517 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-11
60225711 -7 Sep 2021
3.11 STATIC ELECTRICITY DISCHARGING
A.Static electricity charges are generated on polyethylene pipe by friction, particularly
during the handling of pipe in storage, shipping, and installation. The flow of air or gas
containing dust or scale will also build up significant static charges, as will the flow of
dry materials through the pipe. These charges are a safety hazard, particularly in areas
where there is leaking gas or an explosive atmosphere.
B.Plastic pipe is a nonconductor of electricity and the static charge will remain in place
until some grounding device comes close enough to allow it to discharge.
C.The discharge of these static electric charges is the responsibility of the Contractor.
D.Do not drag HDPE pipe over the ground, drop it onto the ground, or drop objects on it.
3.12 OPERATIONS INCIDENTAL TO JOINT COMPLETION
A.Install tracer tape per Section 400775.
B.Plan joint completion to accommodate temporary test bulkheads for hydrostatic testing.
3.13 FLANGED CONNECTIONS
A.Accomplish mechanical joining to other piping materials (fittings, valves, tanks, pumps,
etc.) with factory-made flange adapters and steel or ductile-iron backup flanges. Use
flanges to connect lengths of HDPE together when heat fusion is impractical.
B.Flange adapters shall be pressure rated the same as the pipe. Flange adapters shall be
heat fused to the pipe as outlined in the heat fusion section.
C.Use gaskets between the polyethylene flange adapters when recommended by the HDPE
pipe manufacturer.Apply sufficient torque evenly to the bolts to prevent leaks. After
initial installation and tightening of flanged connections, allow the connections to set for
a few hours. Then conduct a final tightening of the bolts.
D.Lubricate nuts and bolts with oil or graphite prior to installation.
E.Wrap buried flanges, bolts, and metal with the sheet polyethylene film or tape specified
for the valves and equipment.Extend the wrap or tape over the flanges and bolts and
secure it around the adjacent pipe circumference with tape.
F.Check operation of valves connected to molded stub end flange adapters. Insert
polyethylene spacer if recommended by pipe manufacturer for clearance.
3.14 PLACEMENT OF PIPE IN CASINGS
A.Insert polyethylene pipe into existing pipelines in accordance with ASTM F585 and the
following.
Page 518 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
HDPE PIPE,20 INCHES AND SMALLER 402097-12
60225711 -7 Sep 2021
B.Fuse each section of pipe prior to insertion in casing or tunnel. Do not injure pipe by
dragging or sliding on concrete or asphalt. Use pipeline casing insulators or dollies to
move pipe through casing.
C.Block each section of pipe to prevent uplift and to ensure required line and grade. Do not
encroach on specified minimum annular space between pipe and tunnel excavation. Do
not obstruct between rails, where used, and between casing floor to permit concrete to
fill all spaces.
D.Brace pipe during the placing of concrete backfill where casing is detailed as backfilled
in the drawings. Do not fuse braces to pipe. Limit diameter variations to 1% of the
nominal diameter.
3.15 LEAKAGE & INFILTRATION TESTING
See Section 330130.
END OF SECTION
Page 519 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-1
60225711 -7 Sep 2021
DSECTION 405000 PROCESS CONTROL AND INSTRUMENTATION SYSTEM (PCIS)
GENERAL REQUIREMENTS
PART 1 -GENERAL
1.01 DESCRIPTION
A.This section of the specifications includes materials, testing, and installation of process
control and instrumentation system as specified herein and indicated on the drawings.
B.These specifications shall not be interpreted as permission or direction to violate any
governing code or ordinance. Equipment, materials, and workmanship shall comply with
the latest revisions of the following codes and standards:
1.Instrumentation: ISA -The International Society of Automation.
2.Wiring: National Electrical Code (NEC), ISA S5.3 and S5.4.
3.Control Panels: NEMA Standards Publication 250-2003.
4.Control Logic: NFPA 79.
5.Piping: ANSI B31.3 (instrumentation piping).
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Programmable Logic Control System: 405040.
B.Instrument Equipment: 405020
C.SCADA Software: 405060
D.Control Panels: 405080.
1.03 SCOPE OF WORK
A.The work involves furnishing all hardware and software, programming, installation,
labor, material, equipment, and engineering in strict compliance with the contract
documents for the City of San Luis Obispo –Calle Joaquin Lift Station Replacement
Project.
1.04 SUBMITTALS
A.Detailed System Drawings and Data:
Page 520 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-2
60225711 -7 Sep 2021
1.The submittal shall consist of six sets of detailed drawings and data prepared and
organized by the Contractor. All drawings, schematics, layouts, and diagrams shall
be done on 11" x 17" sheets utilizing AutoCAD.
2.Drawings shall contain only relevant simplified details using symbol approach.
Photographic images of components depicting irrelevant details (screws, holes,
logos, etc.) are not allowed.
3.Drawings prints shall not contain details and texts smaller than 3/64”.
B.Two sets of submittals will be returned to the Contractor.
C.Submit these drawings and data as a complete package at the same time.
D.Submittals shall be in three-ring hardcover binders and arranged for convenient use
including tab sheets, all indexed, and cross referenced with a separate index for each
item.
E.Provide manufacturers cut sheets and manuals for all hardware to be provided.
F.Provide an Instrument Index.
G.Provide ISA type instrumentation data sheets for each component, together with a
technical product brochure or bulletin. The data sheets, as a minimum, shall show:
1.Instrument tag designation.
2.Component name.
3.Manufacturer's model number.
4.Calibrated range.
5.Instrument location.
6.Input and output characteristics.
7.Scale range and units (if any) and multiplier (if any).
8.Requirements for electric supply.
H.Group the data sheets together in the submittal by type. Provide individual data sheets
for each instrument with one brochure or bulletin to cover all identical uses of that
component.
I.The detailed construction drawing submittal shall include, as a minimum, the following
types of drawings and diagrams required for the construction of this project:
1.Legend, Symbols, and Index.
Page 521 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-3
60225711 -7 Sep 2021
2.System Block Diagrams.
3.Power Distribution Diagrams.
4.Instrument Control Panel Layouts/Construction Drawings/Details. The drawings
shall include the following:
a.Dimensions
b.Location of all components
c.Identification of all components
d.Bill of Materials
e.Conduit entry area.
5.PLC/RTU Rack Elevation Drawing for each PLC/RTU.
6.Internal Panel Wiring Diagrams.
7.Digital I/O Module Wiring Diagrams.
8.Analog I/O Module Wiring Diagrams.
9.Detailed NFPA 79-style Ladder Diagrams (for discrete wiring) to meet the
following minimum requirements:
a.Each subassembly shall be shown as a rectangle in the diagram with all
external terminals identified. Terminals unknown at the time of the
submittal shall be left blank, to be filled later. Single contacts internal to the
subassemblies shall be shown in the rectangle connected to their terminal
points.
b.Where the internal wiring diagrams of subassemblies are furnished on
separate sheets, they shall be shown as a rectangle in the schematic diagram
with all external points identified and cross-referenced to the separate sheets
of the control circuit. Coils and contacts internal to the subassemblies shall
be shown in the rectangle connected to their terminal points.
c.Show unique rung numbers on left side of each rung. A cross-referencing
system shall be used in conjunction with each relay coil so that associated
contacts may be readily located on the diagram. The contacts shall be
referenced to coils as well, so that associated coils may be readily located on
the diagram. Where a relay contact appears on a sheet separate from the one
on which the coil is shown, the purpose of the contact shall be described on
the same sheet. Spare contacts shall be shown.
Page 522 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-4
60225711 -7 Sep 2021
d.Limit, pressure, float, flow, temperature sensitive, and similar switch
symbols shall be shown on the schematic (ladder) diagram with all utilities
turned off (electric power, air, gas, oil, water, lubrication, etc.) and with the
equipment at its normal starting position. If the equipment is shown in a
specific position, the position shall be identified.
e.Contacts of multiple contact devices, e.g., selector switches, shall be shown
on the line of the schematic diagram where they are connected in a circuit. A
mechanical connection between the multiple contacts shall be indicated by a
dotted line or arrow. This does not apply to control relays, starters, or
contactors. Additional charts or diagrams may be used to indicate the
position of multiple contact devices such as drum, cam, and selector
switches.
f.The purpose or function of all switches shall be shown adjacent to the
symbols. The purpose or function of controls such as relays, starters,
contactors, solenoids, subassemblies, and timers on the diagram shall be
shown adjacent to their respective symbols. The number of positions of the
solenoid valve shall be shown adjacent to the valve solenoid symbol.
10.Detailed Loop Interconnection Wiring Diagrams (per ISA S5.3 and S5.4) for the
entire system showing all control equipment, instrumentation, electrical
equipment, components, wiring, routing, boxes (pull, junction, and terminal
junction), terminations, wire tags, and wire colors. The diagrams shall show the
detailed interconnection of all electrical equipment, instrumentation, panels,
enclosures, components and the like provided under this contract.
11.Arrangement and construction drawings for consoles, control panels, and for other
special panels for field installation. These drawings shall include dimensions,
location of all components, identification of all components, bill of materials,
detailed schematics of all internal wiring, preparation and finish data, nameplates,
and the like. These drawings also shall include enough other details to define the
style and overall appearance of the assembly; include a finish sample for all panel
surfaces.
12.Installation, mounting, and anchoring details for all field instruments and panel
mounted components.
13.An instrument list including all instruments provided under this project.
14.An I/O List for each PLC/RTU in the project.
J.Detailed System Software Submittal: The submittal shall consist of six sets of the
software system descriptions and diagrams. Two sets of submittals will be returned to
the contractor. The software submittal can be made as a separate package to be inserted
in the original submittal. The following items must be submitted at least eight weeks
prior to the factory witness test orientation:
Page 523 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-5
60225711 -7 Sep 2021
1.Detailed PLC/RTU software logic diagram printouts for each PLC/RTU. Logic
diagrams shall be fully annotated such that an individual unfamiliar with the
diagram format can fully understand the process control logic presented.
2.An updated I/O List for each PLC/RTU in the project.
3.Narrative control descriptions for each analog and discrete control loop. Loop
descriptions shall describe how each control loop will operate, the PLC control
logic, SCS control and monitoring capabilities and in general a job specific
description of each control loop in the system.
4.Sample color printouts of each Operator Interface display, report, and log for the
supervisory control system (SCS) software.
5.PLC/RTU software logic program files and OIT software program files shall be
submitted in addition to diagrams.
K.Complete detailed bills of material: Detailed bill of material for all components shall be
provided including complete manufacturers name and model number, quantity to be
provided, and cross references to data sheet sections.
L.Operation, Maintenance, and Repair Manuals (OMM):
1.The organization of the initial submittal required above shall be compatible to
eventual inclusion as one volume of the operation, maintenance, and repair
manuals.
2.Operation manuals shall be prepared and submitted to the Owner's Representative
for preliminary review in six copies. When the Owner's Representative is satisfied
that these are complete and properly prepared, six final sets shall be delivered to
the Owner's Representative.
3.The complete OMM shall contain the following:
a.All the information included in the preliminary equipment submittal, the
detailed installation submittal, and the additional information required
herein, all bound in hard-cover binders and arranged for convenient use
including tab sheets, all indexed and cross referenced with a separate index
for each item.
b.All final “as-built” drawings with the AutoCAD electronic files.
c.Electronic files for all PLCs, Operator Interfaces, programming.
d.Calibration and maintenance instructions.
e.Trouble-shooting instructions.
Page 524 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-6
60225711 -7 Sep 2021
f.Instructions for ordering replacement parts.
1.05 QUALIFICATIONS AND RESPONSIBILITY OF CONTRACTOR
A.The Contractor shall furnish and install all proposed hardware as shown on the drawings
and as specified herein. The PLC system installation and wiring connections to
peripheral equipment and instruments shall be the responsibility of the system supplier
using qualified personnel possessing the necessary equipment and having experience in
making similar installations. Evidence of such qualification, as well as notification of the
system supplier assuming unit responsibility, shall be furnished to the Owner in writing
for approval prior to commencement of the work.
B.Qualification Evidence: The qualification evidence shall include the following:
1.The contractor shall be Certified by Control System Integrators Association
(CSIA)
2.Verification that the system supplier shall have had a minimum of five years'
experience with the installation and programming of industrial control systems
similar in type to those to be installed in this project.
3.A list of completed similar installations including name, address, and telephone
number of the owner, name of project, and date of completion.
4.The name and qualifications of supervisory personnel to be directly responsible for
the programming and installation of the control system.
C.Under this section, the Contractor shall furnish the following:
1.Instrumentation equipment (Section 405020).
2.PLC, HMI, and UPS (Section 405040).
3.Data Radio (Section 405050)
4.Control cabinets (Section 405080).
5.Spare parts per Sections 405020, 405040,405050,and 405080.
6.Special tools and test equipment required by the supplier.
7.Installation, integration and testing.
8.Documentation.
9.Operator training.
10.Warranty (one year).
Page 525 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-7
60225711 -7 Sep 2021
11.Shipping and receiving.
D.All calibration and final checkout of the process control and instrumentation system
shall be witnessed by the Owner's Representative to determine if the system complies
with the contract documents.
E.The Contractor shall be responsible for coordinating and interfacing with equipment
supplied under these contract documents, which are an integral part of the system.
Interfacing shall be incorporated in the detailed systems drawings and data section of the
contract documents.
F.The system supplier shall be experienced in the design, programming, and service of this
type of equipment. In the event of a dispute as to the acceptability of the system supplier,
the Owner's Representative shall make the final determination.
1.06 GUARANTEE
A.The Contractor shall repair or replace defective components, rectify malfunctions,
correct faulty workmanship, all at no additional cost to the Owner during the warranty
period.
B.To fulfill this obligation,the Contractor shall utilize qualified technical service
personnel.Services shall be performed within five calendar days after notification by
the Owner's Representative.
1.07 MEASUREMENT AND PAYMENT
A.Payment for the work in this section shall be included as part of the lump-sum bid
amount stated in the Proposal.
PART 2 -MATERIALS
2.01 DESIGNATIONS OF COMPONENTS
A.In these specifications and on the plans, all systems,and other elements are represented
schematically and are designated by numbers, as derived from criteria in ISA standards.
The nomenclature and numbers designated herein and on the plans shall be employed
exclusively throughout shop drawings, data sheets,and the like. Any other symbols,
designations, and nomenclature unique to a manufacturer's standard methods shall not
replace those prescribed above, as used herein, and on the plans.
2.02 INSTRUMENT TAGGING
A.Attach a stainless-steel tag to the instrument at the factory. Permanently mark the
stainless-steel tag with the instrument tag number and the instrument calibration range.
The manufacturer's standard metal nameplate as a minimum shall denote model number,
Page 526 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-8
60225711 -7 Sep 2021
serial number, operating electrical voltage and amperage (when applicable), and date of
manufacture.
2.03 INSTRUMENT SYSTEM POWER
A.Power provided for the instrument system at the facility shall be 120-volt a-c, single
phase, 60 Hz.
B.Where d-c power supplies are not furnished integral with any one instrument system
loop, then provide separate solid-state power supplies.All 24vdc instrumentation should
be on a common power supply, but on separate fused circuits.
2.04 MATCHING STYLE, APPEARANCE, AND TYPE
A.All display instruments of each type shall represent the same outward appearance,
having the same physical size and shape and the same size and style of numbers and
pointers.
PART 3 -EXECUTION
3.01 UNIFORMITY OF COMPONENTS
A.Components, which perform the same or similar functions, shall, to the greatest degree
possible, be of the same or similar type, the same manufacture, the same grade of
construction, the same size, and the same appearance.
3.02 MOUNTING OF EQUIPMENT AND ACCESSORIES
A.Mount equipment in accordance with the installation detail drawings as prepared by the
Contractor and reviewed by the Owner’s Representative. Mount equipment so that they
are rigidly supported, level and plumb, and in such a manner as to provide accessibility;
protection from damage; isolation from heat, shock, and vibration; and freedom from
interference with other equipment, piping, and electrical work. Do not install consoles,
cabinets, and panels until heavy construction work adjacent to computer and telemetry
equipment has been completed to the extent that there shall be no damage to the
equipment.
B.Locate devices, including accessories, where they shall be accessible from grade, except
as shown otherwise.
C.Mount local equipment in cabinets or existing panels as specified. Mount associated I/O
terminals on a common panel or rack; mounting panels and rack shall be baked enamel.
D.Coordinate the installation of the electrical service to components related to the system
to assure a compatible and functionally correct system. All accessories shall be
coordinated and installation supervised by the Contractor.
Page 527 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-9
60225711 -7 Sep 2021
E.Test the completed system after installation to assure that all components are operating
with the specified range and all interlocks are functioning properly.
F.Tubing Valves and Fittings: All instrument tubing manifolds shall be Type 316 stainless
steel, unless otherwise specified elsewhere in these specifications. Tubing runs to
transmitters shall be installed with a positive slope in one direction. Fittings and valves
shall be Type 316 stainless steel. Block/bleed valves shall be as manufactured by Hex
Valve Series HB59, or equal.
3.03 CALIBRATION
A.Each instrument requiring factory calibration shall be furnished with calibration data.
The calibration data shall be factory certified.
B.Calibrate systems after installation in conformance with the component manufacturer's
instructions. This shall provide that those components having adjustable features are set
carefully for the specific conditions and applications of this installation and that the
components and/or systems are within the specified limits of accuracy. Defective
elements, which cannot achieve proper calibration or accuracy, either individually or
within a system, shall be replaced. Accomplish this calibration work by a technical field
representative of the single instrument supplier. He shall certify in writing to the
Owner’s Representative that all calibrations have been made and that all systems are
ready to operate.
3.04 FACTORY TESTING
A.The fully configured SCADA system shall be successfully submitted to a factory
acceptance test before shipment to the jobsite. Instrument Control Panel(s) shall be fully
assembled and wired.
B.Factory testing shall take place at the PCIS Integrator’s facility located in California.
C.The factory test will be for one (1) day. Allow additional time for setup, breakdown and
pre-testing.
D.Prior to factory system testing, submit a written detailed test procedure for review by the
Owner. Notify the Owner in writing four weeks in advance of the scheduled testing.
E.Factory witness tests shall demonstrate that the system will perform each operation
required for all specified conditions, including both normal and emergency operations
and conditions. Provide a certification and log of all tests to the Owner for review and
comment.
F.Check panel wiring against approved submittal drawings. Record any changes made
during testing of the equipment on the record drawings.
G.The system shall be exercised through operational tests, under factory-simulated
conditions to demonstrate that the system is fully configured to perform all control,
Page 528 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-10
60225711 -7 Sep 2021
logic, monitoring, reporting, logging, archiving and communications functions as
specified and that the system is ready for field installation. All test equipment required to
simulate actual field conditions shall be provided by the control system integrator.
H.The factory witness test shall take as long as necessary to demonstrate to the Owner and
the Owner’s Representative that the system performs each operation.
I.A return visit to the Contractor’s facility for re-testing will be at the total expense of the
Contractor.
3.05 FIELD TESTING
A.Exercise systems through field tests in the presence of the Owner in order to demonstrate
achievement of the specified performance.
B.Coordinate field tests dependent upon completion of work specified elsewhere. Schedule
tests among all parties involved so that the tests may proceed without delays or
disruption by uncompleted work.
3.06 5-DAY ACCEPTANCE TEST
A.When systems are assessed to have been successfully carried through a complete
operational test and the Owner concurs in this assessment, a date to start the system
acceptance test involving the Owner's operating personnel will be agreed upon.
B.Recheck the systems at this time to verify proper operation, and make final adjustments.
The system testing shall consist of five (5) consecutive days (Monday –Friday) of
continuous testing utilizing the Owner's day shift working hours. The Contractor shall be
on call ready to respond to system failures within two hours after day shift working
hours and on weekends. The Owner’s representative will determine the severity of the
problem to the best of his ability and contact the Contractor for disposition. This
arrangement will in no way relieve the system supplier of responding within 2 hours and
resolving the problem in a mutually agreed upon time frame not greater than 48 hours.
C.The acceptance tests shall have a success factor of 95% system uptime. If the system
should fail below the 95% factor, correct the system problems. System start-up shall start
over again from day one. This will continue until the system functions for five
consecutive days with a 95% uptime success factor.
3.07 OPERATOR TRAINING
A.Provide the Owner's operating personnel and/or the Owner’s Representative with three
(3) days of formal instruction in the functions and operations of each system provided
under this contract.
B.Provide the training sessions at the Owner's facilities and on the equipment furnished
under this contract. The education and instruction of operating personnel shall be by a
qualified instructor familiar with the requirements for this project. Each training session
Page 529 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-11
60225711 -7 Sep 2021
shall be for eight hours of formal instruction. Session dates shall be directed by the
Owner. There will be three (3)nonconsecutive one-day training sessions, which shall not
coincide with any system testing or start-up activities.
END OF SECTION
Page 530 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS GENERAL REQUIREMENTS 405000-12
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 531 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-1
60225711 -7 Sep 2021
SECTION 405010 PROCESS CONTROL AND INSTRUMENTATION SYSTEM LOOP
DESCRIPTIONS
PART 1 -GENERAL
1.01 DESCRIPTION
A.The descriptions, together with the detail drawings, instrumentation diagrams, comprise
the functional design criteria of the Process Instrumentation and Control System (PCIS).
The process and instrumentation diagrams (P&IDs) represent the basic concept of the
PCIS requirements, whereas the descriptions supplement the instrumentation diagrams.
B.Owner shall furnish PCIS with functional sample standard Lift Station PLC and OIT
program. PCIS shall make necessary modifications to supplied programs.
C.The PCIS Supplier shall utilize the descriptions and P&IDs as the basic criteria for the
design of the instrumentation schematics, control software, preparation of data sheets,
wiring diagrams, piping layouts, assembly drawings, and other requirements set forth in
these specifications.
D.The PCIS will provide an integrated control and reporting system. The function of this
system is to monitor, control, report, and safeguard the system. The PCIS system will be
based on remote terminal units, linked to a an existing SCADA computer and
peripherals, with selected monitoring and alarm functions displayed in the control room.
E.Status-to-Command Disagreement (STCD): Provide a STCD alarm for all equipment
controlled with the control system. The STCD alarm shall be initiated if a piece of
equipment is commanded to start/stop or open/close by a PLC and the appropriate run or
position status is not reported back within a time interval.STCD shall be pinned out
when Utility Power is unavailable, and ATS is not switched to Emergency while
generator is running.
F.Provide high-high, high, low, low-low, rate of change and instrument fail alarms for all
analog points in the system. If a particular alarm is used by ladder logic, or requires to
be displayed at local Operator Interface, that alarm shall be implemented at the PLC.
G.All software switches shall be implemented with associated time delays. Time delay
value shall be pre-programmed initially to 10 seconds, unless specified otherwise.
H.All flow values and motors elapsed running time shall be totalized and stored at the
PLC. Resetting of those totals shall be coordinated with Owner's Representative during
submittal stage.
I.All scaling of analog signals shall be implemented at the PLCs. Each PLC shall
interface with an Operator Interface and with PLC network/SCADA System using data
in engineering units.
Page 532 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-2
60225711 -7 Sep 2021
J.At each PLC the processor shall monitor the internal operation of the PLC and
communication system for failures. If a failure is detected, a dry contact closure shall
close and illuminate the “PLC Fail Light” at an ICP.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.PCIS General Requirements: 405000.
B.Instrumentation Equipment: 405020.
C.Programmable Logic Controller and Operator Interface:405040.
D.Instrument Control Panel (ICP): 405080.
PART 2 -LOOP DESCRIPTIONS
2.01 LOOP 011, LIFT PUMPS BACKUP MODE MONITORING
PLC shall monitor signals originated at the MCC while pumps operate in Backup Mode.
The backup mode will be initiated any time a high high level (LSHH-011) is activated
by the MCC common controls.
2.02 LOOP 021, LIFT STATION WET WELL LEVEL MONITORING
A.Calle Joaquin Lift Station Wet Well level shall be monitored by two submersible level
transmitters LT-021A and LT-021B.
B.An operator shall be able to select a “duty” level transmitter, which will be used for Lift
Pump Controls (see Para 2.03A below).
C.Upon the duty transmitter failure, the PLC shall send a failure alarm.the PLC shall
automatically switch the duty level transducer if the backup is available..
D.A differential level (DL) shall be calculated. When the DL remains above an operator
selectable set point for an operator selectable time interval (measured in minutes), a
“High Differential Level” alarm shall be generated, indicated some abnormalities with a
level system.
2.03 LOOPS 100, 111,AND 121, LIFT PUMP CONTROLS
A.When the Wet Well level, measured by the “duty” transmitter (see Para 2.02B above)
remains above an operator selectable high level set point for an operator selectable time
interval (measured in hundreds of seconds), a pump step up demand is generated and
lead pump shall start.
B.When the Wet Well level,measured by the “duty” transmitter (see Para 2.02B above)
remains below an operator selectable low level set point for an operator selectable time
Page 533 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-3
60225711 -7 Sep 2021
interval (measured in hundreds of seconds), a pump step down demand is generated and
lead pump shall stop.
C.Sequence of Operation
1.There shall be two modes for sequence selection: “Fixed Sequence” and “Run
Time Alternation”.
2.Fixed Sequence Selection
a.Pump sequence shall be determined by software hand switch (HS-100A)
position: Lead (P1)-Lag (P2)or Lead (P2)–Lag (P1).
b.Sequence Rotation
(1)Sequence of operation shall be rotated after the pump(s)stop.
(2)If sequence is changed outside of normal rotation, as specified in
Paragraph 2.03F.4 below, no rotation for the next cycle shall occur.
c.Sequence Indication
(1)Current sequence (P1, P2)shall always be displayed.
(2)Indication shall also include “PUMP AVAILABLE” status (see
Para 2.03D.1 below).
(3)Provide an indication on the screen “PUMP SEQUENCE FOR
NEXT CYCLE”.
3.Run Time Alternation
a.Pump sequence shall be determined based on current pump run times (RT),
as follows:
(1)The pump with the lowest RT becomes a lead one.
(2)The pump with the second lowest RT becomes a lag one.
b.Sequence Rotation
(1)Sequence of operation shall be rotated after all pumps stop.
(2)If sequence is changed outside of normal rotation, as specified in
Paragraph 2.03F.4 below, no rotation for the next cycle shall occur.
c.Sequence Indication
(1)Sequence shall be indicated as specified in Para 2.03C.2.c above.
Page 534 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-4
60225711 -7 Sep 2021
D.Pump Control Logic
1.Pump is treated as not available when at least one of the following conditions is
present:
a.Pump is not in AUTO at the SCS.
b.Pump READY signal from the MCC is not detected.
c.Pump STCD is detected.
d.Pump FAIL signal from the MCC is detected.
2.Pumps will be operated based on Wet Well Level (low level L1 to highest level
L4):
Level L1 -Stop Lead Pump
Level L2 -Stop Lag Pump
Level L3 -Start Lead Pump
Level L4 -Start Lag Pump
3.If, while Lead pump is running, a stop command is detected, Lead Pump stop
timer shall be started, if the Scour Mode for the cycle is set.(See Paragraph 2.03E
below). Otherwise, pump shall stop immediately.
4.Lead pump shall stop after the stop timer delay is expired.
E.Scour Mode
1.In Scour Mode a lead pump remains operating for an operator selectable time
interval (set in seconds).
2.An operator shall be able to select at the SCS number of cycles between the scour
modes.
3.Number of cycles remaining before scour mode shall be displayed at SCS.
F.Pumps Transitions
1.Next pump in sequence shall substitute a non-available pump.
2.If a running pump becomes non-available, an alarm shall be generated and the next
in sequence available pump shall start.
3.When all available pumps are running and a demand exists for non-available
pump, a "DEMAND FOR NON-AVAILABLE PUMP" alarm signal shall be
generated and transmitted to the SCS for alarm indication and logging.
Page 535 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-5
60225711 -7 Sep 2021
4.Changing the pump sequence "on the fly"is not allowed.New sequence shall take
effect after pumps stop.
5.When a non-available pump becomes available, it shall take its place in the
sequence.The pump transition, if required, shall be implemented as described in
Para 2.03F.4 above.
2.04 LOOP 141,LIFT STATION FLOW
A.Lift station flow shall be monitored by a magnetic type flowmeter FE/FIT-141.
B.PLC shall totalize the accumulated flow pulses generated by the flowmeter.
C.Flowmeter fail alarm shall be reported to SCS.Flowmeter metering vault flood switch
alarm shall be monitored and reported to SCS.
2.05 LOOP 995, 997, AND 999 INTRUSION ALARMS
A.PLC shall monitor intrusion alarms at Instrument Control Panel,metering vault and
valve vault hatch.
2.06 LOOP 151 AND 161 ATS AND GENERATOR
A.PLC shall monitor following status and alarms (Refer to DWG.N-003.) generated by
ATS and Generator.
1.ATS in Normal Position
2.ATS in Emergency Position
3.ATS Loss of Power
4.Generator Running
5.Generator Fail
6.Generator in Auto
7.UPS on Battery
8.UPS Fail
PART 3 -EXECUTION
See Section 405000.
END OF SECTION
Page 536 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PCIS LOOP DESCRIPTIONS 405010-6
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 537 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENTATION EQUIPMENT 405020-1
60225711 -7 Sep 2021
SECTION 405020 INSTRUMENTATION EQUIPMENT
PART 1 -GENERAL
1.01 DESIGNATIONS OF COMPONENTS
In these specifications and on the plans, all systems, meters, instruments, and other
elements are represented schematically and are designated by numbers, as derived from
criteria in ISA standards. The nomenclature and numbers designated herein and on the
plans shall be employed exclusively throughout shop drawings, data sheets, and the like.
Any other symbols, designations, and nomenclature unique to a manufacturer's standard
methods shall not replace those prescribed above, as used herein, and on the plans.
1.02 SIGNAL CHARACTERISTICS
Wherever possible and feasible, components shall be of electronic solid-state design and
systems shall utilize the same signal characteristics throughout each and all of the several
systems; transmission signals shall be 4 mA to 20 mA. The combined power supply and
transmitter loops shall, when tested with appropriate precision resistors, present a voltage
signal of 1-to 5-volt DC. Signal isolators shall be provided where required.
PART 2 -MATERIALS
2.01 LEVEL TRANSMITTER--SUBMERSIBLE
A.The submersible all-titanium pressure transmitter shall provide an electrical 2-wire d-c
current signal proportional to the pressure applied to the unit's diaphragm-sensing
element. The pressure sensing element shall be diffused silicon semiconductor with a
process media operating temperature range of –4 °F to 140 °F. Provide the level
transmitter with the following features:
1.Waterproof cable with internal vent to atmosphere rated for transmitter suspension up
to 300 feet.
2.Conduit adapter.
3.Cable strain relief.
4.Internally adjustable span.
5.A separate suspension cable for transmitters suspended over 20 feet.
6.Sensor termination enclosure with desiccant module.
Page 538 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENTATION EQUIPMENT 405020-2
60225711 -7 Sep 2021
7.Flush Teflon-coated elastomeric diaphragm.
B.Accuracy of the level transmitter shall be ±0.25% of calibrated span.
C.The level transmitter shall be that manufactured by Siemens/Evoqua Mod A1000i, no
substitution is allowed.
D.The breather assembly kit and sensor termination enclosure shall be that manufactured by
Siemens Model No.W3T4801 and W3T4804, no substitution is allowed.
LEVEL TRANSMITTER--SUBMERSIBLE
GENERAL
Tag No.LT-021A & LT-021B
P&ID No.N-003
Service Wet Well Level
Quantity 2
TRANSMITTER
Location Wet Well
Diaphragm Material Titanium
Output Signal 4 mA -20 mA
Output Signal to PLC
Range 0-40 ft
Mounting Detail N-004, Detail 3
Cable Length 40 ft.
SERVICE CONDITIONS
Process Media Wastewater
Specific Gravity 1.0
Oper. Press. (psig)N/A
Temp. (°F)40 to 80
Power 24 V dc
END OF SECTION
Page 539 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-1
60225711 -7 Sep 2021
SECTION 405040 PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR
INTERFACE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes requirements for materials, testing, and installation of a control
system.
1.02 RELATED WORK SPECIFIED ELSEWHERE
Process Control and Instrumentation System (PCIS) General Requirements: 405000.
1.03 SUBMITTALS
Submit shop drawings in accordance with Section 405000.
PART 2 -MATERIALS
2.01 DESIGNATIONS OF COMPONENTS
In these specifications and on the plans, all systems, and other elements are represented
schematically and are designated by numbers, as derived from criteria in ISA standards.
The nomenclature and numbers designated herein and on the plans shall be employed
exclusively throughout shop drawings, data sheets, and the like. Any other symbols,
designations, and nomenclature unique to a manufacturer's standard methods shall not
replace those prescribed above, as used herein, and on the plans.
2.02 PROGRAMMABLE LOGIC CONTROL SYSTEM
A.A fully integrated programmable logic control system shall be furnished as specified in
this section. The programmable logic control system hardware shall be intelligent
process control units with analog and discrete I/O for process interface.
B.The a-c power of the control system will be 120-volt +/-10% a-c, 60 hertz, single phase
derived from line power. The system shall be designed to operate satisfactorily from
0 °C to 60 °C ambient temperature for the PLC.
2.03 PROGRAMMABLE LOGIC CONTROLLER (PLC)
A.The PLC shall be a 32-bit programmable logic controller microprocessor-based stand-
alone device. It shall be a process and logic controller designed for industrial
environments. It shall be capable of a mix of logic, timing, counting, computation,
library of preprogrammed subroutines, and PID loop control capabilities necessary for
the unit process application. The PLC shall utilize a "prepackaged"/"preprogrammed"
Page 540 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-2
60225711 -7 Sep 2021
approach to functionality to allow its use by personnel who have no formal training in
digital equipment, digital communications, or software programming.
B.The PLC shall come complete with central processor, memory, power supply,
interconnecting cables, and discrete and analog I/O interfaces.
C.The logic and variable memory shall be read/write RAM. All RAM shall have integral
supercapacitor that will maintain in nonvolatile storage for a minimum of six months
upon a utility power failure. The logic and variable memory shall have a sufficient
ladder logic location for programming all specified functions plus 25% spare memory.
D.The PLC shall have the following features:
1.Logic Control: The PLC shall be capable of performing the same functions as
conventional logic systems including on delay timers, off delay timers, counters,
and drum sequencers.
2.Compare Function: The PLC shall perform the compare function that compares
two integers or floating point numbers for less than, equal to, greater than, and not
equal to. The programmed function shall energize when true and de-energize it
when false.
3.Move Function: The PLC function shall move an integer or floating point value
from one memory location to another memory location when an internal
permissive is enabled.
4.Math Function: The PLC shall be capable of performing addition, subtraction,
multiplication, and division on integer or floating point numbers.
5.Analog Controllers: The PLC processor shall perform all the functions of the
conventional three-mode (PID) analog controller. The controller shall perform
proportional only control, proportional plus reset, and proportional plus reset plus
derivative and integral only control. The controller shall be the conventional three-
mode controller.
6.The PLC shall be able to generate PID loops with a minimum sample time of 1.0
second. PID tuning constants shall have the following adjustable range:
Proportional Gain 0.0% to 99.99%
Reset Time 0.01 to 999.99 minutes
Derivative Time 0.00 to 999.99 minutes
7.Time-of-Day Clock: The PLC shall have an internal time-of-day clock/calendar
running independently of the CPU.
8.PLC System Alarm: The PLC processor shall monitor the internal operation of the
PLC system for failures. If a failure is detected, the system shall shut down and
Page 541 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-3
60225711 -7 Sep 2021
freeze all inputs and outputs in their last states until the error is cleared. As a
minimum, the following failures shall cause the PLC to shut down:
a.Memory failure.
b.Memory parity error.
c.I/O cycle failure.
d.Operating system error.
E.Input/Output:
1.The PLC discrete input modules shall be 24-volt DC and have noise filters or use
other techniques to reject short-time constant noise and 60-Hz pickup.Allen-
Bradley 1769-IQ16 to match other sites.
2.The PLC discrete output modules shall be 24-volt DC solid-state drivers suitable
for operating control relays. Each discrete output module shall include fuses and
fuse blown indicators.Allen-Bradley 1769-OB16 to match other sites.
3.The PLC analog inputs shall be suitable for accepting 4 mA to 20 mA from either
2-or 4-wire transmitters. The input power shall be from an external 24-volt DC
power supply. The analog to digital converter shall have a 12-bit minimum
resolution with an overall accuracy of 0.5% at 60 °C.Allen-Bradley 1769-IF8I to
match other sites.
4.Discrete PLC I/O modules shall have individual LED status lights for each I/O
point.
5.All discrete and analog modules shall have terminal blocks for termination of the
I/O wires.
6.Individual I/O points shall be capable of withstanding low energy common mode
transients to 1,500 volts.
F.Spare I/O
1.Provide the following minimum spare I/O:
a.Analog Inputs: One complete module or 33%, whichever is less.
b.Discrete Inputs: One complete module or 33%, whichever is less.
c.Discrete Output: One complete module or 33%, whichever is less for each
type.
2.Pre-wired Spare I/O:Provide PLCs with pre-wired spare I/O for future plant
expansion:
Page 542 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-4
60225711 -7 Sep 2021
G.The PLC shall be Allen-Bradley CompactLogix L33ER, no substitution is allowed.
2.04 PLC SOFTWARE
A.All PLC programming shall be done using a standard Windows-based package
developed for this purpose.
B.All programming, monitoring, searching, and editing shall be accomplished with the
PLC programming software. The programming software shall be usable while on-line,
off-line, and shall have the ability to emulate/run the PLC program using the
programming unit.The PLC program shall display multiples of series and parallel
contacts, coils, timers, counters, and mathematical function blocks. The software shall be
able to monitor the status of all inputs, outputs, timers, counters, and coils. It shall have
the capability to disable/force all inputs, outputs, and coils to simulate the elements of
the ladder logic by means of color change. The software shall include a search capability
to locate any address or element and its program location. PLC status information,such
as error indication and amount of memory remaining shall be shown on the display
screen.
C.The programming package shall be Studio 5000 v32 by Allen-Bradley.
2.05 OPERATOR INTERFACE (OI)
A.Provide, program, test, fully configure, and place into operation Operator Interface as
indicated herein.
B.The operator interface shall be a panel mounted electronic assembly that allows bi-
directional communication with a programmable logic controller.
C.The OI shall be a TFT-type and have touch screen capability. The unit shall employ
flash memory for storing the application specific symbols and data. The unit shall be
capable of handling up to 160 touch areas per screen display and a minimum of 50
screens. Each touch area shall provide audible feedback to the operator.
D.The unit shall meet the following requirements:
1.Display View:15-in diagonal, minimum
2.Resolution:800 x 600 pixel, minimum
3.Brightness:300 nits, minimum
E.Screens shall be configured using an off-line PC based software package that operates in
the Windows environment.Configuration software shall be provided.
F.Each display screen shall consist of graphic representations of legend plates, push
buttons, pilot lights, numeric data displays, numeric data entry buttons, bar graphs, time
displays, text displays, selector switches, illuminated push buttons, counter/timer
Page 543 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-5
60225711 -7 Sep 2021
numeric preset and increment/decrement buttons. Graphics can be created using any
software that produces standard BMP files. Applications shall be downloaded to the
operator interface device and stored in flash memory.
G.The unit shall be capable of displaying text messages that can be triggered by the status
or values of bits or numeric variables in the programmable logic controller. In addition,
the unit shall be capable of accepting and displaying text messages that are stored in
programmable controller as ASCII strings.
H.Graphics: The operator shall monitor and control the system using a number of pre-
configured graphic displays, which represent the particular equipment and processes
being controlled. Minimum of five screens shall be programmed for each process unit
shown on a single P&ID. Graphic displays shall be provided illustrating a process flow
using symbols to represent equipment with process flow direction lines connecting the
symbols. Symbols shall be used for pumps, motors, valves, and primary elements.
Adjacent to each discrete graphic symbol, the description shall be included. Adjacent to
each analog graphic symbol, the point description, current value, and engineering units
shall be displayed.Alarm messages shall flash. All process lines, structures, and
equipment shall be identified with the proper nomenclature. The process and
instrumentation diagrams (P&IDs) provided under these specifications shall be used to
help generate graphics displays.
I.The OI shall communicate with the programmable logic controller in a fashion, as
determined by the PLC manufacturer. A communication driver shall be provided with
the editing software.
J.All cables for communication between the unit and the PLC shall be provided along with
a cable for serially interfacing the device with a personal computer.
K.OI shall be PanelView Plus 7 model 2711P-T15C21D8S by Allen-Bradley,No or equal.
2.06 ETHERNET SWITCH
A.Ethernet switch shall be DIN-rail mountable. Ethernet switch shall be in full compliance
with standards set forth by IEEE 802.3. Switch shall have five Ethernet ports, as
minimum. LEDs on each port shall indicate link data rate and activity status. A power
LED shall indicate that power is applied to the.
B.Ethernet Switch shall meet the following specific requirements:
1.Operation:Minimum10/100 Mbps, Full and Half Duplex, Auto-Negotiation
2.Switching Properties: Store & Forward
3.Minimum Number of MAC addresses: 1024
4.Minimum of 64K of message memory
Page 544 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-6
60225711 -7 Sep 2021
5.Interface: RJ-45 10/100BaseTX ports
6.MDIX Auto Cable Sensing
7.Operating Temperature:-20 °C to 60 °C
8.Operating Humidity: 10% to 95% (non condensing)
9.MTBF: 100,000 hours minimum
C.The Ethernet switch shall be TrendNet TrendNet TI-G62, Allen Bradley Stratix 2000
1783-US8TG2GX, Allen Bradley Stratix 2000 1783-US5T, Moxa EDS-G205, or equal..
2.07 UPS
A.Provide a UPS to protect the PLCs, instruments, and communication system from line
disturbance, subcycle power losses, brownouts, blackouts, or general power outages. In
normal operation the UPS shall supply filtered and regulated AC power to the load.
Upon failure of the commercial AC power the critical load shall continue to be supplied
by the inverter, which shall obtain its power from the battery.
B.There shall be no interruption of the output waveform to the critical load upon failure or
restoration of the commercial AC source. Upon restoration of the commercial source, the
inverter/charger shall recharge the battery.
C.The UPS shall have a built-in battery test feature to periodically test the battery with
actual load connected. During the test the load power shall be derived from the inverter.
There shall be no power interruption to the load,if the battery test fails.
D.The UPS shall be complete with the following features:
1.Power indication;
2.“UPS on Battery” discrete output;
3.Inverter circuit breaker protection.
4.Automatic bypass upon inverter failure
5.Ethernet Web/SNMP monitoring
E.The UPS system shall meet the following requirements:
1.Input/output voltage: 120-volt AC, single phase, 60 Hz.
2.Output harmonic distortion: 5% maximum at full load.
3.Frequency stability: +/-0.5%.
Page 545 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-7
60225711 -7 Sep 2021
4.Voltage regulation for line and load: +/-3%.
5.Overload capacity:125% for 10 minutes.
6.Battery lifetime: 3 years at ambient temperature 40 °C.
7.Operating Temperature: 0 °C to 40 °C.
8.Batteries: Internal
9.Output rating:700 VA.
10.Battery Backup Time: 9 minutes (at full rated load).
F.UPS shall be Eaton 9SX-700 with optional Network-M2 interface card. No or equal.
2.08 SPARE PARTS
The Contractor shall furnish to the Owner all necessary spare parts of components
required to maintain the system. Prior to final acceptance of work, the Contractor shall
provide a spare parts listing of all necessary spare parts and quantities for review by the
Owner's Representative. The spare parts shall include the following minimum
requirements:
Part Description Quantity
Power Supply 1 each
CPU and Memory Module 1 each
Analog Input Module 1 of each type
Discrete Input Module 1 of each type
Discrete Output Module 1 of each type
The Contractor shall deliver to the Owner all the required spare parts upon final
acceptance of the work. The spare parts shall not be used as replacement parts during the
guarantee period.
PART 3 -EXECUTION
Refer to Section 405000.
END OF SECTION
Page 546 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
PROGRAMMABLE LOGIC CONTROLLER AND OPERATOR INTERFACE 405040-8
60225711 -7 Sep 2021
PAGE LEFT BLANK INTENTIONALLY
Page 547 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DATA RADIO SYSTEM 405050-1
60225711 -7 Sep 2021
SECTION 405050 DATA RADIO SYSTEM
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes requirements for materials, testing, and installation of Data Radio
System.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.PCIS General Requirements: 405000.
B.Programmable Logic Control System: 405040.
C.Control Panels: 405080.
PART 2 -MATERIALS
2.01 DATA RADIO
A.Provide a GE MDS Orbit Model MCR with Unlicensed High Performance 900 MHz,
Cellular 4GY LTE NAM/EMEA, and 2 ethernet options..
B.City shall configure radio with City standard MDS radio programming, and shall be
responsible for ensuring communication. Contractor is responsible for ensuring adequate
radio signal strength and other RF parameters affected by the physical installation.
2.02 TRANSMISSION LINES AND ASSOCIATED DEVICES
A.Transmission Line (Coaxial Cable) and Connectors:
1.One-Half-Inch Foam Dielectric Heliax Cable from the ICP to the antenna.
Manufacturer/catalog number Andrew/LDF4-50A.
2.One-Quarter-Inch Superflexible Foam Dielectric Heliax Cable: Equipment
connection only, 36-inch lengths. Manufacturer/catalog number Andrew/FSJ1-
50A.
A.YAGI ANTENNAS
1.Yagi Antenna shall be six element,fabricated of 6061-T6 aluminum rod and
seamless drawn pipe. Aluminum materials shall be gold anodized for maximum
reliability and corrosion resistance. Hardware of fastenings shall be stainless steel.
Heavy aluminum alloy mounting casting allows installation for either vertical or
horizontal polarization.
Page 548 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DATA RADIO SYSTEM 405050-2
60225711 -7 Sep 2021
2.Internal balun, coax feed, and connectors shall be sealed in foam potting system to
prevent moisture penetration.Following specifications apply:
a.Frequency range to match radio frequency i.e.900-928 MHz.
b.Gain (over dipole): 10 dBi.
c.VSWR: 1.5:1 maximum.
d.Impedance: 50 Ω.
e.Front-to-Back Ratio: 20 dB minimum.
f.Maximum Power Input:200 W.
g.Polarization: Vertical or horizontal with 36 degree bean width.
h.Termination: Type N female.
i.Mounting: Maximum 2.375-inch O.D. pipe.
3.Manufacturer/Model:Bluewave Marathon BMYD890K or equal.
PART 3 -EXECUTION
Refer to Section 405000.
END OF SECTION
Page 549 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SCADA HARDWARE AND SOFTWARE 405060-1
60225711 -7 Sep 2021
SECTION 405060 SCADA SOFTWARE
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes requirements for modifications of an existing Supervisory Control
and Data Acquisition (SCADA) system.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.PCIS General Requirements: 405000.
B.PLC Hardware and Software: 405040.
1.03 SUBMITTALS
Submit shop drawings in accordance with Section 405000.
1.04 DESIGNATIONS OF COMPONENTS
In these specifications and on the plans, all systems and other elements designated by
numbers, as derived from criteria in ISA standards. The nomenclature and numbers
designated herein and, on the plans,shall be employed exclusively throughout shop
drawings, data sheets, and the like. Any other symbols, designations, and nomenclature
unique to a manufacturer's standard methods shall not replace those prescribed above, as
used herein, and on the plans.
PART 2 -MATERIALS
2.01 SCS GENERAL SOFTWARE BY GE INTELLUTION
Existing SCADA software is iFix by GE Intellution.
2.02 MODIFICATIONS
Owner shall add new screens for Calle Joaquin Lift Station to existing SCADA HMI.
Screen developed for Calle Joaquin Lift Station features shall match Laguna-3 Lift
Station screens with modification suitable for this project.Contractor shall be
responsible for providing data tags and PLC program to City representative.Functional
testing shall be performed on local OIT touch screen. SCADA will be designed to mirror
local OIT touch screen functionality by City.
Page 550 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
SCADA HARDWARE AND SOFTWARE 405060-2
60225711 -7 Sep 2021
PART 3 -EXECUTION
Refer to Section 405000.
END OF SECTION
Page 551 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-1
60225711 -7 Sep 2021
SECTION 405080 INSTRUMENT CONTROL PANEL (ICP)
PART 1 -GENERAL
1.01 DESCRIPTION
This section includes requirements for materials, testing, and installation of the cabinets
and consoles to be provided by the system contractor under Section 405000.
1.02 RELATED WORK SPECIFIED ELSEWHERE
Process Control and Instrumentation System (PCIS) General Requirements: 405000.
1.03 SUBMITTALS
Submit shop drawings in accordance with Section 405000.
PART 2 -MATERIALS
2.01 INSTRUMENT CONTROL PANEL –MCC ELEVATION
A.The panel shall be a floor-mounted NEMA 4 enclosure and shall be constructed from
14-gage formed steel throughout. Access door shall have door bars on inside surface and
continuous hinges. All exposed edges and welds on the enclosure shall be ground
smooth. No penetration through the cabinet door or exterior with rivets, screws, bolts, or
back of panel nuts shall be allowed. The enclosure shall provide protection against dirt,
dust, oil, and water. The interior shall be provided with a formed 12-gage subpanel for
attaching surface-mounted components. All components shall be attached with screws,
and the subpanel shall be threaded.
B.Rivets or back of panel nuts, screws, or bolts shall not be allowed. No panel penetration
is allowed, except for the conduit entry.
C.Provide a LED lamp in the panel. Each interior shall be equipped with a 120 V, 20 A
duplex utility outlet and a dedicated single-pole, 20 A, 120 V circuit breaker protecting
the outlet and the lamp. The utility outlet and the lamp shall be powered by utility
power.
D.Power distribution system shall include a UPS to be powered from a designated
"UTILITY POWER FOR UPS" receptacle. The power distribution system shall be
connected to the UPS output by a cord with a plug matching the UPS outlet. Provisions
shall be made to allow the UPS to be bypassed, i.e. power distribution system to be
powered from the utility power by the power cord connected to the "UTILITY POWER
FOR UPS" receptacle. The receptacle shall be protected by a designated circuit breaker.
Page 552 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-2
60225711 -7 Sep 2021
E.A folding shelf at least 18 inch wide and a documentation pocket shall be provided at the
panel. The shelf shall be secured to the door bars in a way to allow vertical adjustment of
the shelf location.
F.Refer to instrument drawings for enclosure minimum size and installation details.
G.Temperature Control:
1.Contractor shall provide temperature control features, to maintain internal cabinet
temperature within the limits required by the equipment installed in the cabinet.
2.Submit cooling system sizing calculations, as part of the enclosure submittal.For
each panel submit a spread sheet to list heat loss and temperature limit for each
component.
3.Assume ambient temperature of 112°F.
4.Adjustable Panel High Temperature switch shall be provided to PLC.Hoffman
ADLTEMP (shared with panel heater) or ATEMNO is City standard.
2.02 PANEL CONTROL CIRCUIT DEVICES AND COMPONENTS
A.General: All components, except those on the front panels, shall be mounted behind on
fixed or swing-out panels; terminal blocks for field connections shall be mounted on
fixed channels located near the bottom of the sections but clear of the conduit entry area.
Fixed panels shall be located so as not to prevent access within the cabinets to other
components, wiring, and terminal blocks on fixed panels or front panels.
B.All electrical devices within the panel shall be identified by tag number, machine printed
on a label visible from the panel interior. Labels shall be made of durable plastic tape
with an adhesive backing. The labels shall have rounded corners and shall be consistent
in size throughout the panel.
C.Control Relays:
1.Control relays shall have 120-volt AC or 24-volt DC coils, except as noted;
contacts shall be rated for the various circuit applications shown on the drawings.
Control relays shall be 10-ampere, multiple-contact, 300-volt, plug-in type with
dust cover and sockets. The relays shall be equipped with the following features:
a.Retaining clip.
b.Test button lockable in "ON" position.
c.Mechanical flag for contact status indication.
d.Pilot light for coil power indication.
2.If additional contacts are required, they shall be ganged.
Page 553 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-3
60225711 -7 Sep 2021
3.The relays shall be Releco General Purpose Relays, Allen-Bradley Bulletin 700-
HA, IDEC series RU,Telemecanique RXM relay (Zelio Plug-in),or equal. All
control relays shall be products of one manufacturer.
D.Circuit Breakers: Circuit breakers shall be single-pole, 120-volt,15-ampere rating.
E.Feed-Through Terminal Blocks: Feed-through terminal blocks shall be modular DIN rail
mounted with plastic insulating housings and screw secured cage clamp wire termination
and shall be rated 20 amperes at 300 volts. Current carrying parts shall be made of at
least an 85% copper alloy, nickel-plated for maximum conductivity and resistance to
corrosion. Terminal blocks shall provide a secure oxide-film free connection to the wire
without the use of spades, ring tongues, or ferrules. Terminals blocks shall have captive
screws and a built-in vibration resistance mechanism, which locks the screw connection
in place after the wire has been terminated. A bridge bar for cross connection shall be
provided. A test adapter for a banana jack shall be provided. The test adapter shall
provide a positive test connection to the terminal block and shall lock into place for
hands free operation. White marking strips, fastened securely to the molded sections
shall be provided and wire (terminal) numbers or circuit identifications shall be marked
thereon with permanent marking fluid. Feed-through terminal blocks shall be Phoenix
Contact Type UK 4, Allen-Bradley Series 1492-W, ABB (Entrelec) Series M4/6.NC,
Sprecher+Schuh Cat. No. V7-W4, or equal.
F.Fuse Terminal Blocks: Fuse terminal blocks shall be the same profile, but different color
as the feed through terminal blocks, and shall have blown fuse light indicator. Fuse
terminal blocks shall be Phoenix Contact Type UK 4-TG, or equal.
G.Disconnect Terminal Blocks: Disconnect terminal blocks shall be of knife disconnect
type. The blocks shall have a universal foot for mounting on DIN rail and a width of the
feed through block. Disconnect terminal blocks shall be Phoenix Contact Type UK 5-
MTK-P/P, or equal.
H.DC Power Supplies: Provide DC power supplies as required for analog loops and DC
circuits. Each power supply shall be enclosed and include internal short-circuit
protection. Current requirements shall not exceed 75% of manufacturer maximum rating.
I.Receptacles: Duplex receptacles shall be molded composition, ivory, specification grade,
with finder groove face. Duplex receptacles for 120-volt, single-phase, 3-wire service to
be rated 20 amperes, 125 volts,back or side wired, NEMA Type 5-20R. Duplex
receptacles shall be Arrow-Hart No. 5352I, Bryant No. BRY5362-I, Hubbell No.
CR5362-I, or equal.
J.Indicating Lights: Indicating light shall be push-to-test transformer type with LED.
2.03 PANEL CONTROL CIRCUIT WIRING
A.Wire Type and Size: Instrumentation signal cables shall be of the type used for process
control with shielded pairs or triads with polyvinyl jacket and overall shield over the
multiple pairs or triads. The instrumentation cable shall be rated 300 volts at 90 °C or
Page 554 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-4
60225711 -7 Sep 2021
better. The size of the instrumentation cable shall be AWG No. 18 with seven strands
minimum, unless otherwise specified elsewhere.All instrumentation cables shall meet
all the requirements of IPCEA S-61-402 and shall be UL listed.
B.120-volt AC wiring within the panel shall be AWG No. 14 THHN. Main power (120-
volt AC) to the panels shall be wired using color coded AWG No. 12. AC power to all
system power supplies. Wires shall be color coded in accordance with the following
table:
Black L1 (hot)
White L2 (neutral)
Red AC control circuits
Blue DC circuits
White with Blue
Stripe
DC Return Voltage
Yellow Interlock control circuits wired from an
external power source
Green Equipment ground
C.All interfacing between the cabinets and the field shall be accomplished at a terminal
strip (TB-1). No internal panel wiring shall be connected to terminals on the "field side"
of TB-1. Likewise, no field wiring shall be connected to terminals on the "panel side" of
TB-1.
D.All intentionally grounded, grounding, and bonding conductors shall be sized by NEC
Article 250 as required.
E.Wires carrying voltage from external devices and one wire from an analog loop shall be
terminated at the disconnect terminal block.
F.Only one wire shall be terminated at each side of a terminal block. A bridge bar shall be
used for cross connection.
G.Wiring run from components on a swing-out panel to other components on a fixed panel
shall be made up in tied bundles.These shall be tied with nylon wire ties and shall be
secured to panels at both sides of the "hinge loop" so that conductors are not strained at
terminals.
H.Wiring run to control devices on the front panels shall be tied together at short intervals
and secured to the inside face of the panel using Panduit adhesive mounts with Eastman
No. 910 adhesive.
I.Wiring to rear terminals on panel-mount instruments shall be run in plastic wireways
secured to horizontal brackets run above or below the instruments in about the same
plane as the rear of the instruments.
Page 555 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-5
60225711 -7 Sep 2021
J.Conformance to the above wiring installation requirements shall be reflected by details
shown on the shop drawings for the Engineer's review.
K.Signal conditioners and control interface relays shall be provided wherever proper
instrument interfacing dictates use of these components. Each auxiliary device shall be
assigned a tag number and shall appear on the panel shop drawings.
L.Wire Marking:
1.Each signal and circuit conductor connected to a given electrical point shall be
designated by a single unique number which shall be shown on all shop drawings.
These numbers shall be marked on all conductors at every terminal.
2.For field distribution of a common potential, wire number to each field device
shall consist of a common (group) number and individual number, ex. if a wire
connected to a “hot” potential on a panel side of a terminal block has tag “5”, then
field wires should be tagged “5-1”, 5-2”, etc.
3.The markers shall be permanent sleeve type with machine printed black markings.
Markers shall be Thomas & Betts Series EZS, Tyco Series RPS,or equal.
M.Terminal Marking: Each terminal shall be identified by a single unique number.Hand-
written labels shall not be allowed.The match between the terminal identification and
the wire identification is not required.
N.All electrical devices within the panel shall be identified by tag number, machine printed
on a label visible from the panel interior. Labels shall be laminated plastic with an
adhesive backing. The labels shall be consistent in size throughout the panel.
2.04 SPARE PARTS
A.The Contractor shall furnish to the Owner all necessary spare parts of components
required to maintain the system. Prior to final acceptance of work, the Contractor shall
provide a spare parts listing of all necessary spare parts and quantities for review by the
Owner's Representative. The spare parts shall include, but not be limited to, the
following minimum requirements:
MINIMUM SPARE PARTS LIST
Part Description Quantity
1. Power supply 1 each type
2. Relays 2 each type
B.The Contractor shall deliver to the Owner all the required spare parts upon final
acceptance of the work. The spare parts shall not be used as replacement parts during the
guarantee period.
Page 556 of 850
CITY OF SAN LUIS OBISPO CALLE JOAQUIN LIFT STATION REPLACEMENT
INSTRUMENT CONTROL PANEL 405080-6
60225711 -7 Sep 2021
PART 3 -EXECUTION
Refer to Section 405000.
END OF SECTION
Page 557 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MAGNETIC FLOWMETERS 409115-1
60225711 -7 Sep 2021
SECTION 409115 MAGNETIC FLOWMETERS
PART 1 -GENERAL
1.01 DESCRIPTION
This section describes requirements for magnetic flowmeters.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Painting and Coating:099000.
B.Pressure Testing of Piping:400515.
1.03 SUBMITTALS
A.Submit shop drawings in accordance with the General Provisions and Section 013300.
B.Submit manufacturer's catalog data and detail drawings showing dimensions, pressure
rating, coatings, and meter parts and describe by material of construction specifications
(such as AISI, ASTM,SAE, or CDA) and grade or type
C.Furnish manufacturer’s application performance guarantee with submittals.
D.Show meter laying lengths.
PART 2 -MATERIALS
2.01 MANUFACTURERS
A.The meter flow tube and transmitter shall be by the same manufacturer.
B.The magnetic flowmeter and transmitter shall be manufactured by one of the following:
1.McCrometer, Hemet, California:
Magnetic Flowmeter: Model Ultramag
2.ABB Instrumentation, Rochester, New York:
Magnetic Flowmeter with Transmitter: Model Watermaster.
3.Endress+Hauser, Greenwood, Indiana:
a.Magnetic Flowmeter: Model Promag W.
b.Transmitter: Model Promag 50.
Page 558 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MAGNETIC FLOWMETERS 409115-2
60225711 -7 Sep 2021
C.The manufacturer shall have a minimum of five years' experience in the manufacture of
bipolar d-c magnetic flowmeters.
2.02 METER DESIGN
A.The magnetic flowmeter shall be an obstructionless pipeline-mounted instrument to
magnetically measure the flow of the process media. The output signal shall not be
affected by changes in fluid viscosity or density and shall have zero point stability and
auto zeroing functions. Provide the magnetic flowmeter with the following features:
1.Drip-and splash-proof sensor, capable of withstanding temporary submersion of
up to 30 feet of water for 48 hours.
2.Integral terminal box with watertight cable seals.
3.Interconnecting cables.
B.Provide stainless steel grounding rings and grounding straps per manufacturer’s
requirements.
2.03 MATERIALS OF CONSTRUCTION--FLANGELESS METERS
A.The flow tube shall be Type 304 stainless steel with carbon steel grooved ends.
B.Liner and electrodes shall be as indicated in the subsection on "Service Conditions."
2.04 MATERIALS OF CONSTRUCTION--FLANGED METERS
A.The flow tube shall be Type 304 stainless steel with carbon steel flanges.
B.Liner and electrodes shall be as indicated in the subsection on "Service Conditions."
2.05 INDICATOR/TOTALIZER
The indicator/totalizer shall accept the process flow signal from the magnetic flowmeter
and convert its electrical output signals directly proportional to the instantaneous
metered flow rate. The housing shall be suitable for field mounting.
2.06 TRANSMITTER
A.The transmitter shall be microprocessor based with flow rate indicator in engineering
units, forward, reversed, and net flow totalizer, all in user-selectable engineering units.
The display shall also be capable of indicating alarm status and velocity of fluid. The
transmitter shall be mounted as indicated in the instrument list.
B.The preamplifier input impedance shall be a minimum of 10E+11 ohms.
C.Power Requirements: 117-volt ac, ±10%, 60 hertz.
Page 559 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MAGNETIC FLOWMETERS 409115-3
60225711 -7 Sep 2021
D.Totalized flow and programmed configuration shall be maintained in memory for up to
10 years.
2.07 INTERCONNECTING CABLE
The interconnecting cable between the sensor and the transmitter shall be furnished by
the magnetic flowmeter manufacturer.
2.08 PERFORMANCE
The overall system's performance shall be as follows:
A.Accuracy: 0.5% of flow rate with minimum fluid velocity of 1 fps.
B.Repeatability: ±0.1% of flow rate.
C.The accuracy of each meter shall be verified by calibration in a flow laboratory traceable
to the U.S. National Institute of Standards and Technology.
D.Adjustable full-scale range.
E.Outputs: Bidirectional, isolated 4-to 20-mA d-c and either 24-volt d-c scaled pulse.
F.Minimum Conductivity: 5 micromho/centimeter.
G.Power Consumption: 20 watts maximum.
H.Temperature Limits, Ambient:-20°F to +140°F.
I.Temperature Limits, Process: Elastomers +160°F, Teflons +300°F, ceramic 350°F.
J.Field Selectable Low Flow Cutoff: 0% to 10%.
K.The flowmeter shall have a positive zero return (PZR) input controlled by an external
dry contact.
L.Environmental Rating: NEMA 4X, for both sensor and electronics whether remote or
sensor mounted.
M.The meter shall have empty pipe detection.
N.A common alarm discrete output (a dry contact or a transistor switch) shall be provided
for remote indication of fault conditions.
Page 560 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
MAGNETIC FLOWMETERS 409115-4
60225711 -7 Sep 2021
PART 3 -EXECUTION
3.01 REPLACEMENT SPOOL
Furnish a grooved end or flanged ductile-iron spool with gaskets for each magnetic
flowmeter. The spool shall be the same length as the meter.
END OF SECTION
Page 561 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DAVIT CRANE 412215-1
60225711 -7 Sep 2021
SECTION 412215 DAVIT CRANE
PART 1 -GENERAL
1.01 EXPERIENCE
Manufacturer shall have a minimum of 5 years’ experience producing substantially
similar equipment.
1.02 SUBMITTALS
Submit shop drawings and samples per Section 013300.
PART 2 -MATERIALS
2.01 DAVIT CRANE
A.Manufacturer: davit crane shall be as manufactured by Thern, Inc., Series 5FT25 or
approved equal.
B.Design Factor: designed with an ultimate design factor greater than 3:1 for all
components including the lifting winch and base.
C.Lift Capacity: davit crane shall have a lift capacity of 1,500 pounds, with the boom fully
extended, at 90 degrees from vertical.
D.Hook Reach: boom shall have a maximum hook reach of at least 120 inches measured
from mast center to hook center when the boom is horizontal.
E.Hook Height: hook height shall be adjustable by moving the boom up or down between
horizontal and 45 degrees from vertical, with a minimum of 64 inches between the
lowest position and the highest position at 150 inches.
F.Boom Angle: boom angle shall be fixed or adjustable with a hand operated screw jack
acting to raise or lower the boom between horizontal and 45 degrees from vertical.
G.Boom Sheave:wire rope shall pass over a sheave at the end of the boom. Sheave shall
have a needle bearing.
H.Clearance: minimum height of the boom shall be 72 inches between mounting surface
and the underside of the boom.
I.Rotation: mast and boom shall rotate 360 degrees in the base on roller and tapered roller
bearings, with a rotational handle attached to mast to facilitate rotation.Owner shall
have the ability to set limits on rotation to avoid hitting fixed obstructions.
Page 562 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
DAVIT CRANE 412215-2
60225711 -7 Sep 2021
J.Fastening Pins: crane components shall be fastened together using solid steel pins.
K.Winch Location: lifting winches shall be located such that the center point of the drive
shaft is no more than 18 inches in front of the centerline of the mast.
L.Nametag: davit crane shall be labeled with a non-corrosive metal identification plate
labeled or imprinted with the manufacturer’s name, model number, serial number,
capacity rating, and other essential information.
2.02 CRANE FINISH
A.Epoxy Finish
Crane shall have a 3 step epoxy finish consisting of a primer, an epoxy coat, and a top
coat of polyurethane.
2.03 LIFTING WINCH
A.Electric winch shall be provided that is 1.5 hp, 115 V, single-phase, 60 Hz.
B.Automatic internal load brake
C.6-foot NEMA 4 pendant control and an 8-foot power cord with grounded plug
D.Line Speed range from 9 –16 fpm
E.Frame construction of mild steel
F.Gear reducer construction of cast aluminum
G.Pressure plate with corrosion-resistant trivalent zinc finish
H.Red Enamel finish
I.Stainless Steel fasteners to mount winch to crane
2.04 WIRE ROPE
A.Wire Rope: wire rope construction shall be 304 stainless steel cable at least 38 feet in
length.
B.Hooks: latch type hooks shall be used and shall be either non-rotating eye type or swivel
type to allow 360 degree rotation under all load conditions. Hooks shall be heat treated
drop forged type 304/316 stainless steel.
END OF SECTION
Page 563 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-1
60225711 -7 Sep 2021
SECTION 432132 RAW SEWAGE PUMPS
PART 1 –GENERAL
1.01 DESCRIPTION
This section includes materials, installation, and testing of submersible raw wastewater
pumps designed to operate in a wet well under submerged and partially submerged
conditions.
1.02 SUBMITTALS
A.Submit shop drawings in accordance with Section 013300.
B.Submit dimensional drawings, including pumps, bases, and motors.
C.Submit weight of pump and motor unit.
D.Submit manufacturer's catalog data and detail drawings showing all pump parts and
describe by material of construction, specification (such as AISI, ASTM, SAE, or CDA),
and grade or type.
E.Submit manufacturer’s data on linings and coatings.
F.Submit pump curves from manufacturer's catalog data on which the specified operating
points are marked. Show efficiency, brake horsepower, and NPSH required for the
selected pump curve for each specified operating point. Show maximum operating speed.
G.Show impeller diameter, eye area, sphere size, and number of vanes.
H.Submit setting drawings. Show anchor bolt layout and anchor bolt dimensions.
I.Submit the manufacturer’s method for factory performance testing and sample pump test
sheet for reporting performance test results. Submit at least two weeks before the tests.
The test form shall contain the data presented in the sample form in Appendix H of
ANSI/HI 14.6.
1.Submit manufacturer’s certified performance test curve and pump test sheet for
each pump. Submit at least two weeks prior to shipping the units from the factory.
2.Submit a manufacturer’s hydrostatic test certificate per ANSI/HI 11.6.6.11 and a
report on hydrostatic tests for each pump per ANSI/HI 11.6.6.12. Submit at least
two weeks prior to shipping the units from the factory.
3.Submit Operations and Maintenance Manuals.
Page 564 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-2
60225711 -7 Sep 2021
1.03 QUALITY ASSURANCE
A.All pumping equipment furnished under this Section shall be of a design and manufacture
that has been used in similar applications and it shall be demonstrated to the satisfaction
of the Owner that the quality is equal to systems made by the manufacturer specifically
named herein. Manufacturers shall provide evidence of at least five (5) installations in
which similarly sized systems have provided satisfactory performance for a minimum of
five (5) years in a similar application.
B.To insure a consistent high standard of quality, the manufacturer of this pumping
equipment shall comply with the requirements of the ISO 9001 Quality and such
compliance shall be verified by an independent certification agency approved by the
International Organization for Standardization. Documentation shall be submitted for
approval showing compliance with this requirement, and the equipment will not be
released for shipment until approved.
C.Screw centrifugal pump, complete with motor, basin, controls, and all other specified
accessories and appurtenances shall be furnished by the pump manufacturer to insure
compatibility and integrity of the individual components, and provide the specified
warranty for all components. The pump manufacturer shall accept unit responsibility for
each pump complete assembly.
D.The screw centrifugal pumps specified in this section shall be furnished by and be the
product of one manufacturer.
1.04 MANUFACTURER'S SERVICES
A.Provide equipment manufacturer's services at the jobsite for the minimum labor days
listed below, travel time excluded:
B.One labor day for Field Testing.
C.One labor day for Operational Testing per Section “COMMISSIONING AND
STARTUP”.
D.One labor day to instruct the Owner's personnel in the operation and maintenance of the
pumps.
PART 2 -MATERIALS
1.01 PUMP DESIGN
A.The Contractor shall assign unit responsibility to the pump supplier for the complete
pump system, including motors and cooling system control assembly.
B.The pump, with its appurtenances and electric cable, shall be capable of continuous
submergence under water without loss of watertight integrity to a minimum depth of 65
feet.
Page 565 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-3
60225711 -7 Sep 2021
C.Design the casing to withstand a hydrostatic test of at least 150% of the pump discharge
pressure (suction pressure plus pump differential pressure) at shutoff.
D.Pump curve shall be continuously rising and shall be free of dips and valleys from the
design point to the shutoff head. The shutoff head shall be at least 110% of the head that
occurs at the highest guarantee total head.
E.Pumps shall be Prerostal pumping systems, specifically designed to pump raw,
unscreened sewage, biosolids, or other media containing solids and/or rags and other
fibrous materials without clogging.
F.Each Prerostal pumping system shall be capable of automatically matching the discharge
rate of the pumping system to the influent flow of the system, without the use of
modulating valves or variable speed drives.
G.Each Prerostal pumping system shall be of self-cleaning design and shall be capable of
capturing, entraining, and pumping floatables and other debris.
H.Each Prerostal pumping system shall consist of a Hidrostal clog-free screw centrifugal
pump, motor, suction bell, Prerostal basin, and level controller as specified herein.
1.02 PUMPS
A.Design
1.The basic design shall be a single passage, clog free pump, utilizing a screw
centrifugal impeller. The overall pump design shall combine high efficiency, low
required NPSH, a large solid passage, and the ability to handle rags or other fibrous
material without plugging.
2.The hydraulic design of the impeller shall combine the action of a positive
displacement screw with the action of a single vane centrifugal impeller to provide
a single, non bifurcated flowstream with only gradual changes in flow direction.
a.The leading edge of the impeller vane shall blend into the impeller body in
such a way that any rag or other fibrous material caught on the leading edge
and folded over both sides of the vane will be unfolded and released as the
textile follows the flowstream through the pump.
b.The impeller flange or impeller shall contain a spiral groove on the rear face
so that any solids in the pumped media are discharged from the space between
the backplate and the rear of the impeller.
3.In order to maintain optimum running clearances along the entire length of the
impeller to maintain design hydraulic efficiencies, the geometry of the impeller and
suction liner shall be conical, so any axial adjustment of the suction liner will cause
the clearance between the impeller and suction liner to change uniformly along the
entire length of the impeller. Designs incorporating curved, or combination
Page 566 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-4
60225711 -7 Sep 2021
curved/conical impeller and suction liner are not acceptable because in such designs
clearances cannot be adjusted uniformly over the full length of the impeller.
4.Suction and discharge flanges shall be drilled to meet ANSI 125 lb. bolting.
B.Materials of Construction
1.The pump volute, backplate, suction cover, and impeller flange shall be of closed
grained cast iron, ASTM A48-CL30.
2.Suction liner materials of construction shall cast iron.
a.For pumps with a regulable liner, the suction piece shall be externally
adjustable to compensate for wear by means of three stainless steel regulating
screws so the necessary running clearances between the liner and impeller
can be maintained for optimum hydraulic efficiency.
b.For pumps with a shimmed liner, the suction piece or impeller shall be
externally adjustable to compensate for wear by means of shims so the
necessary running clearances between the liner and impeller can be
maintained for optimum hydraulic efficiency.
c.Pumps without a separate suction liner and cover are not considered equal or
acceptable.
3.Impeller materials of construction shall be ductile iron. All impellers shall be
dynamically balanced.
4.All materials shall conform to the following specifications.
a.Cast iron: ASTM A48-CL30
b.Ductile Iron: ASTM A536 72
1.03 MOTOR
A.Design
1.Motor to be manufactured by the same manufacture as the pump.
2.Motors shall be of the explosion-proof design, approved by Factory Mutual for uses
in Division 1, Class I, Groups C&D, hazardous locations.
3.The motors shall be of the immersible type, suitable for full-load, continuous
operation either completely dry or fully submerged in the pumped liquid of up to
65 foot depths.Motors shall be of the "air-filled" type,to optimize efficiency, with
stator and rotor housed in a watertight chamber containing only air. Motors of the
"oil-filled" type, with stator and rotor immersed in oil or motors which circulate the
Page 567 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-5
60225711 -7 Sep 2021
pumped media through internal cooling media channels, ports, or jackets are not
equal or acceptable.
4.Motors shall incorporate a separate heat-exchanger circuit, with a shaft-mounted
cooling pump circulating oil from a jacket surrounding the stator housing to a heat-
exchanger surface cast into the pump backplate. The circulating oil shall transfer
excess motor heat directly to the pumped media inside the pump volute, without
the need of submergence. The circulating oil shall provide adequate motor cooling
at any continuous power output up to and including rated powers in an ambient
temperature of up to 40 C. Alternately, motors shall dissipate heat directly by
convection from the exposed stator housing to surrounding ambient air, without the
need of submergence. The motor surface shall be sized for adequate motor cooling
at any continuous power output up to and including rated power in an ambient
temperature of up to 40 C.
5.Motor stator windings and leads shall be Class H wire, insulated with moisture-
resistant Class F insulation for operation at temperatures up to 115 degrees Celsius.
The complete system shall be considered a Class F insulation system.
6.Motors shall have the stator varnish applied by the "vacuum-pressure
impregnation" method to ensure thorough and complete varnish penetration. The
stator shall be heat-shrink fitted into the stator housing.
7.Motor cable-entry sealing assembly shall consist of the following five components
to ensure a positive, redundantly watertight seal:
a.The sealing components shall be mechanically isolated from cable strains by
a two-piece restraining clamp, which will securely grip the cable above the
moisture-sealing components and bear any mechanical forces applied to the
cable.
b.The cable moisture seal shall consist of an elastomer grommet, prevented
from extruding past the cable by stainless-steel retaining washers on either
side. The grommet shall be compressed tightly against the cable outside
diameter (and the entry assembly inner diameter) by a screwed follower
gland.
c.Each individual conductor shall be interrupted by a solid-copper isolation
dam to prevent wicking of moisture through the conductor strands.
d.The cable insulation shall be sealed by an epoxy poured into the cable entry
and totally encapsulating the stripped-back insulation and the individual
copper dams. This poured epoxy seal shall also function as a redundant seal
for the cable outside diameter.
e.The cable free end shall be sealed from moisture-entry during shipping,
storage, and prior to connection to the control panel by a plastic sleeve
securely clamped over the cable end.
Page 568 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-6
60225711 -7 Sep 2021
f.Motors which use only a compressed grommet gland, or only a poured epoxy
seal, without benefit of redundancy of both types together are not considered
equal or acceptable.
8.Shaft sealing shall be by independently-mounted, tandem mechanical seals
contained in an oil chamber that is formed as an intrinsic part of the motor frame
and allows the seals to be completely submerged in and lubricated by the oil bath.
a.The mechanical seal nearest the bearing shall utilize carbon/ceramic faces
(except for U and T size motors [as referenced by the third digit of the motor
code] which shall utilize tungsten carbide/silicon carbide faces) and shall
isolate the seal cooling oil from the motor frame.
b.The mechanical seal nearest the impeller shall be a rubber bellows-type
construction (except for U and T size motors, which shall be a stainless steel
bellows-type construction) with the bellows designed to prevent
contaminants from contacting the stainless-steel spring which loads the seal
face. The seal faces shall be a solid tungsten carbide rotating face running
against a solid silicon carbide stationary face. Seals with both faces of similar
materials, or seals with bonded, soldered, or converted face surfaces are not
equal or acceptable.
c.The mechanical seal nearest the impeller shall be contained in a seal chamber
formed by the impeller flange and a recess cast into the motor frame. To
prevent debris from entering the chamber and to prolong the mechanical seal
life, a flush port shall be provided so an optional external water flush can be
supplied directly into the seal chamber.
d.The mechanical seal nearest the impeller shall be isolated from contaminants
in the pumped media by a labyrinth-fit between the backside of the impeller
and the backplate, as well as by pump-out grooves cast into the impeller back
shroud and into the backplate, to minimize debris reaching the shaft seal.
9.The thrust bearings shall be designed to take the full axial load of the impeller.
10.Motors shall be immersible, 3 phase, 60 cycle,20 HP, 1724 RPM,240 Volts.
B.Protection Devices. The motor shall be provided with the protection devices listed below.
1.Thermostats (N/C Klixon type): Three normally closed thermal sensors embedded
in the stator windings, wired in series,will open a protective circuit if winding
temperature exceeds rated operating temperature. These sensors automatically
reset when winding temperature has cooled to a safe operating temperature.
Thermostats shall not be used on VFD operation.
2.For Motors Equipped with Bearing Temperature Protection: One normally closed
thermal sensor is provided in close contact to the thrust bearings of the motor. The
Page 569 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-7
60225711 -7 Sep 2021
sensor will be wired to shut down the motor if bearing temperature exceeds rated
operating temperature.
3.For Motors Equipped with a Dry Chamber Float Switch: The motor shall be
equipped with a normally closed float switch in the dry portion of the motor, to shut
down the motor in the event that water should enter the dry portion of the motor
4.All motors shall be fitted with a conductivity probe to monitor the moisture content
of the oil in the chamber between the outer and the inner mechanical seals. The
probe shall be wired to a separate protective circuit, which, when connected to a
conductivity-sensitive relay in the control panel, will trip an alarm if moisture
content of the oil indicates a failure of the outer mechanical seal.
1.04 DISCHARGE CONNECTIONS.
The pump shall be automatically connected to the discharge connection elbow when
lowered into place and shall be easily removed for inspection or service. Sealing of the
pumping unit to the discharge elbow shall be accomplished by a simple linear downward
motion of the pump. The pump unit shall be guided by one 316 stainless steel guide rail.
The rail shall be fixed onto the discharge elbow hub and held in place by a 316 stainless
steel, compression fit upper bracket. No portion of pump shall bear directly on the floor
of the sump.
1.05 SUCTION BELL
A stainless steel suction bellmouth shall be provided to prevent premature vortexing of
the liquid column, thereby extending the Prerostal range.
1.06 MOUNTING
The manufacturer shall provide a heavy duty cast iron or fabricated steel fast out fixture, which
shall be permanently mounted to the Prerostal basin in the wet well as shown by the plans and
specifications.
A.The fixture shall cantilever the entire pump and motor from the volute discharge flange,
providing an unobstructed area under the pump; supports from underside of pump volute
or pump suction to sump floor (which could collect textiles and impede flow to pump)
will not be acceptable.
B.The fixture shall include a 90 degree cast iron schedule 80 elbow to connect to vertical
piping, and shall provide mounts for two stainless steel rails, which will guide the pump
into position.
C.The pump shall be supported by a positive metal to metal interlocking flange, which is
additionally sealed by a leak proof nitrile rubber ring pressed against the fixture flange
by the weight of the pump.
Page 570 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-8
60225711 -7 Sep 2021
1.07 PREROSTAL BASIN
A.The Prerostal system manufacturer shall provide a Prerostal basin with Prerostal frame
for installation by the Contractor. The Prerostal basin shall be a rectangular fiberglass
basin with a galvanized steel frame. After being located in the wet well, the basin shall
be secured to the wet well floor and the Contractor should use traditional forming methods
to frame out the structure and grout. Coordinate with the wet well manufacturer to form
the bottom of the wet well to conform to the prerostal basin requirements.
B.The Prerostal system manufacturer shall be responsible for the design geometry and shall
certify the installed basin(s) will allow the Prerostal system to meet the specified pumping
criteria.
C.The Prerostal basin shall be self-cleaning and shall capture, entrain,and remove floatables
and other debris from the wet well.
D.The prefabricated basin shall be constructed of a minimum thickness 3/8” reinforced
fiberglass. The coating shall be a gel coat of 9-12 mils.
E.Prerostal system baffles
When required, pump system baffles shall be provided to insure equal distribution of flow to all
pumps.
a.Baffle Design.
(1)Baffles should have vertical openings of 3" on 12" centers or as
shown on the drawings.
(2)Baffles should be mounted 4-8 inches above forebay floor, and a
minimum of 12 inches horizontally from the Prerostal weir wall.
Settled solids shall flow freely into the Prerostal basin.
(3)Construction of baffle shall be per the plans and furnished by the
contractor.
b.Baffle Material. Construction shall be hot-dipped galvanized structural steel
shapes and bar stock, concrete, and/or redwood planks.
1.08 POWER SUPPLY
Power supply will be 240 volts, 60 hertz, 3 phase.
1.09 VIBRATION AND RESIDUAL UNBALANCE
A.The maximum vibration level shall not exceed that shown in Figure 9.6.4.2.5.1a in
ANSI/HI 9.6.4-2009.
Page 571 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-9
60225711 -7 Sep 2021
B.Maximum residual unbalance in impellers shall not exceed that shown in Figure B.2 in
ANSI/HI 9.6.4-2009.
1.10 MOTOR CABLES
Pump motor power cables installed shall be made of a Hypalon or Protolon synthetic
rubber-jacketed, Type SPC multi conductor cable, suitable for submersible pump
applications and heavy mechanical stresses. The power cable shall also be sized
according to NEC and ICEA standards and also meet with P-MSHA approval or
equivalent. Use a separate Hypalon or Protolon synthetic rubber-jacketed, Type SPC
cable for temperature and moisture pilot protection signals. The total length of each
cable shall be a minimum of 85 feet.
1.11 ANCHOR BOLTS, NUTS, AND WASHERS
A.Anchor bolts, nuts, and washers for pumps installed in wet wells shall be stainless steel
of material grades as recommended by the manufacturer.
1.12 SPARE PARTS
A.Provide the Owner with a package of spare parts as recommended by the manufacturer
for each model or size of pump:
B.Pack spare parts in a wooden box; label with the manufacturer’s name and local
representative’s name, address, and telephone number; and attach list of materials
contained within.
PART 3 -EXECUTION
1.01 SERVICE CONDITIONS
A.Pump hydraulic performance conditions and design data shall be as shown below.
B.Pump Tag Numbers:1 and 2
Liquid pumped Raw Unscreened Sewage
Altitude 111 feet above mean sea level
Fluid temperature range 35°F to 110°F
Pump Data
Page 572 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-10
60225711 -7 Sep 2021
Guarantee Rate of
Flow
(gpm)
Guarantee Total Head
(feet)
Minimum Pump
Efficiency
500 60 68%
675 51 75%
712 49 75%
Maximum pump speed 1,725 rpm
Minimum NPSH available 59.68 feet
Suction Diameter 6-inch
Discharge Diameter 6-inch
Motor horsepower (minimum)15 hp
Manufacturers and models HIDROSTAL
PREROSTAL SYTEM
E5K -LM
The pump manufacturer is sole-sourced and no equal shall be accepted.
Contact information for the manufacturer’s representative is:
Flo-Systems, Inc.
Elmo Dagondon
elmod@flo-systems.net
Flo-Systems.net
760-715-5282
C.The specified impeller shall be capable of passing a 3-inch diameter sphere.
D.The pumps shall be designed for continuous operation and will be operated continuously
under normal service over the entire Prerostal range, as specified.
E.The Prerostal pumping system shall be designed such that the wet well will be cleaned
each time that the liquid level reaches the “off level” of the pumps.
1.02 FACTORY PERFORMANCE TESTING
A.Each pumping unit shall be subjected to a non witnessed certified factory performance
test. Conduct tests in accordance with ANSI/HI 14.6, using the actual job driver. The
performance test acceptance shall be Grade 1B per ANSI/HI 14.6 and shall include test
parameters for power and efficiency.
B.No motor overload above nameplate rating will be allowed.
C.Perform a hydrostatic test on pump pressure-containing components per ANSI/HI 11.6.
Page 573 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-11
60225711 -7 Sep 2021
1.03 PAINTING AND COATING
A.Coat submerged or immersed pumps and motors per Section “PAINTING AND
COATING”, System No. 1. Apply the specified coatings at the place of manufacture.
B.Line volute and interior wetted surfaces per Section “PAINTING AND COATING”,
System No. 1. Do not coat impeller unless recommended by the pump manufacture for
raw sewage applications.
1.04 SHIPMENT AND STORAGE
A.Prepare equipment for shipment including blocking of the rotor when necessary. Identify
blocked rotors by means of corrosion-resistant tags attached with stainless steel wire. The
preparation shall make the equipment suitable for six months of outdoor storage from the
time of shipment, with no disassembly required before operation, except for inspection
of bearings and seals.
B.Identify the equipment with item and serial numbers. Material shipped separately shall
be identified with securely affixed, corrosion-resistant metal tags indicating the item and
serial number of the equipment for which it is intended. In addition, ship crated equipment
with duplicate packing lists, one inside and one on the outside of the shipping container.
C.Pack and ship one copy of the manufacturer’s standard installation instructions with the
equipment. Provide the instructions necessary to preserve the integrity of the storage
preparation after the equipment arrives at the jobsite and before start-up.
D.Store and protect pumps per API 686 (first edition), Chapter 3, paragraphs 1.4 through
1.9, 1.15, 1.16, 1.20, and 1.21 and as described below.
E.Coat exterior machined surfaces with a rust preventative.
F.The interior of the equipment shall be clean and free from scale, welding spatter, and
foreign objects.
G.Provide flanged openings with metal closures at least 3/16-inch thick, with elastomer
gaskets and at least four full-diameter bolts. Provide closures at the place of pump
manufacture prior to shipping. For studded openings, use all the nuts needed for the
intended service to secure closures.
H.Provide threaded openings with steel caps or solid-shank steel plugs. Do not use
nonmetallic (such as plastic) plugs or caps. Provide caps or plugs at the place of pump
manufacture prior to shipping.
I.Clearly identify lifting points and lifting lugs on the equipment or equipment package.
Identify the recommended lifting arrangement on boxed equipment.
J.Wrap exposed shafts and shaft couplings with waterproof, moldable waxed cloth or
volatile-corrosion-inhibitor paper. Seal the seams with oil-proof adhesive tape.
Page 574 of 850
CITY OF SAN LUIS OBISPO-CALLE JOAQUIN LIFT STATION REPLACEMENT
RAW SEWAGE PUMPS 432132-12
60225711 -7 Sep 2021
K.If electric motors are stored or installed outside or in areas subject to temperatures below
40°F or are exposed to the weather prior to permanent installation, provide the
manufacturer’s recommended procedures for extended storage. Provide temporary covers
over the motor electrical components.Provide temporary conduits, wiring, and electrical
supply to space heaters. Inspect electrical contacts before start up.
1.05 INSTALLING TENSIONING SYSTEM
A.Attach cable bracket to the lip of the equipment opening. Use drilled epoxy stainless steel
bolts.
B.Attach the flange discharge elbow to the floor of the wet well using drilled epoxy stainless
steel anchor bolts.
C.Install the guide cable/rail per manufacturer's recommendations.
D.Provide and attach the stainless steel lift chain or cable.
1.06 FIELD TESTING
Bump motor to ensure that motor has been connected for proper rotation.
END OF SECTION
Page 575 of 850
Page 576 of 850
R ______
RESOLUTION NO. _____ (2021 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING USE OF SEWER FUND
UNRESERVED WORKING CAPITAL FOR CONSTRUCTION OF THE
CALLE JOAQUIN SIPHON AND LIFT STATION REPLACEMENT
PROJECT, SPECIFICATION NO. 91118A AND AUTHORIZING THE
RETURN OF FUNDING PREVIOUSLY APPROVED FOR SILT
REMOVAL FROM THE PROJECT ACCOUNT TO GENERAL FUND
CAPITAL RESERVES
WHEREAS, per the City’s General Plan Water and Wastewater Management
Element, 2019 Sewer System Management Plan, and 2015 Wastewater Collection
System Infrastructure Renewal Strategy, the City replaces wastewater infrastructure to
ensure delivery of reliable service, minimize sanitary sewer overflows, and provide
adequate capacity to serve future development ; and
WHEREAS, the Calle Joaquin Sewer Lift Station serves properties in the southern
portion of the City on both the east and west sides of US 101, serves new development
on the northern portion of Calle Joaquin, and will serve the future Froom Ranch project;
and
WHEREAS, the Calle Joaquin Sewer Lift Station was put into service in 1967
making it over 50 years old, past its useful life and in need of replacement; and
WHEREAS, a sewer siphon under San Luis Obispo Creek and the gravity sewer
main across US 101 were installed in the early 1970s to direct wastewater to the Calle
Joaquin lift station, also requires replacement due to its condition; and
WHEREAS, on March 5, 2019, the City Council approved amendments to the
design scope of the Project to include removal of the existing siphon from San Luis Creek
and additional environmental permitting work; and
WHEREAS, in June 2019, the City Council approved 2019-21 Financial Plan,
Capital Improvement Program, identified a total Project budget of $3.3 million; and
WHEREAS, on January 12, 2021, the City Council adopted Resolution 11204
(2021 Series) authorizing the use of $2.9 million from Sewer Fund Unreserved Worki ng
Capital for a total available budget of approximately $5.3 million for project construction,
construction management, and contingencies; and
Page 577 of 850
Resolution No. _____ (2021 Series) Page 2
R ______
WHEREAS, on January 12, 2021, the City Council adopted Resolution 11204
(2021 Series) authorizing $100,000 from General Fund, Capital Reserve Account to fund
the silt removal component Project; and
WHEREAS, the total available budget for the Project is $5,217,238 and the total
cost is estimated at $8,251,200 requiring an additional $3,033,962 to fund Project
construction; and
WHEREAS, a balance of over $35 million is available from Sewer Fund,
Unreserved Working Capital to fund the Project.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis
Obispo as follows:
SECTION 1. The budget of $3,033,962 will be moved to the Calle Joaquin Siphon
and Lift Station Replacement Project, Specification No. 91118A, from Sewer Fund,
Unreserved Working Capital as it is a high priority City project.
SECTION 2. The budget of up to $100,000 will be moved from the Project account
to the General Fund Capital Reserves as the silt removal component has been removed
from the project.
Page 578 of 850
Resolution No. _____ (2021 Series) Page 3
R ______
SECTION 3. Environmental Review. The City Council approved a Mitigated
Negative Declaration of Environmental Impact for the Project in 2016 by Resolution 10718
(2016 Series). An addendum was prepared in 2021 to update the project description with
the proposed approach.
Upon motion of Council Member _______________________, seconded by
Council Member _______________________, and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _____________________ 2021.
___________________________
Mayor Erica A. Stewart
ATTEST:
________________________
Teresa Purrington
City Clerk
APPROVED AS TO FORM:
________________________
J. Christine Dietrick
City Attorney
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of San Luis Obispo, California, on ______________________.
___________________________
Teresa Purrington
City Clerk
Page 579 of 850
Page 580 of 850
Department Name: Utilities
Cost Center: 6002
For Agenda of: January 12, 2021
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Utilities Director
Prepared By: David Hix, Deputy Director Utilities - Wastewater
Jennifer Metz, Utilities Project Manager
SUBJECT: AUTHORIZE ADVERTISEMENT OF CALLE JOAQUIN SIPHON AND
SEWER LIFT STATION REPLACEMENT PROJECT, SPECIFICATION NO.
91118
RECOMMENDATION
1. Approve the plans and specifications (Council Reading File, Attachment A and B) for the
Calle Joaquin Siphon and Sewer Lift Station Replacement Project (Project), Specification
No. 91118; and
2. Authorize staff to advertise the Project for bids; and
3. Adopt a Resolution entitled “A Resolution of the City Council of the City of San Luis
Obispo, California, Authorizing Use of Sewer Fund Unreserved Working Capital for
Construction of the Calle Joaquin Siphon and Lift Station Replacement Project, Specification
No. 91118 and General Fund Completed Projects and Capital Reserves to Fund Silt
Removal” (Attachment C); and
4. Authorize the City Manager to award the construction contract for the Project if the lowest
responsible bid is within available project funding.
DISCUSSION
Background
Wastewater collection systems function
primarily by gravity, flowing from higher to
lower elevations throughout the City until
wastewater ultimately reaches the Water
Resource Recovery Facility (WRRF) for
treatment. To maintain adequate elevations,
sewer lift stations are constructed to “lift” the
wastewater to higher elevations, where it can
again be conveyed by gravity. The Calle
Joaquin Sewer Lift Station serves properties in
the southern portion of the City on both the east
and west sides of US 101. The lift station was
put into service in 1967 making it the oldest of
eight sewer lift stations operated by the City.
Item 3
Packet Page 15Page 581 of 850
Sewer siphons are designed to carry wastewater for short distances under pressure, typically
when the wastewater collection system needs to cross a creek or other low elevation site that
would impede gravity flow. The sewer siphon under San Luis Obispo Creek and the gravity
sewer main across US 101 were installed in the early 1970s to direct wastewater to the Calle
Joaquin lift station. The lift station also serves new development on the northern portion of Calle
Joaquin and will serve the future Froom Ranch project. When first programmed as part of the
2011-13 Financial Plan, the project included design and replacement of the Calle Joaquin sewer
force main. That element was constructed in 2015 (Specification No. 91133).
Replacement of these facilities is challenging due to limited site area and access for construction
work, past flood events requiring elevating access to the lift station, deep excavations, high
groundwater, and seasonal limitations for work in the San Luis Creek channel. The City acquired
temporary construction and permanent easements for the lift station and siphon construction.
Due to the proximity of this project near US 101 and the creek environment, the City is obtaining
permits from Caltrans and various environmental agencies including U.S. Fish and Wildlife
Service, California Department of Fish and Wildlife, Regional Water Quality Control Board
RWQCB), Army Corps of Engineers, and the National Oceanic and Atmospheric
Administration - National Marine Fisheries Service.
Project
The City completed plans and specifications for the
Project (Attachments A and B) and recommends the
City Council authorize advertisement of the Project for
construction. The project requires diversion of San Luis
Obispo Creek and excavation work to enable the
construction of the new sewer siphon under the Creek
and removal of the existing siphon. With the diversion
in place to enable access for equipment, the Project
includes removal of over 0.5 acres of the perennial
invasive exotic grass Arundo donax and 1,000 cubic
yards of silt from the San Luis Obispo Creek channel
that has posed a historic flooding risk to the City.
Consistent with Municipal Code section 12.08.100
Exceptions to Discharge), the City has applied for a
permit from the RWQCB authorizing discharge to a
City storm drain connected to Froom Creek for the lift
station portion of the project for dewatering.
The Project contingency for construction, construction management, and inspection services is
budgeted at 25 percent due to the complexity of the Project and consequence of failure.
Construction management and inspection services will be provided by consultants from the
City’s on-call service contracts, Capital Plan Construction Management Services, Specification
No. 50410.2018CM.
Project Components
Replace lift station above flood
elevation
Provide backup emergency power
Replace siphon 12 feet under San
Luis Obispo Creek
Replace sewer crossing of US 101
Replace gravity sewer on southern
stretch of Calle Joaquin (toward
KSBY)
Remove invasive Arundo donax and
silt to alleviate future flooding
Restore Creek per permit
requirements
Item 3
Packet Page 16Page 582 of 850
Policy Context
Per the City’s General Plan Water and Wastewater Management Element, 2019 Sewer System
Management Plan, and 2015 Wastewater Collection System Infrastructure Renewal Strategy, the
City replaces wastewater infrastructure to ensure delivery of reliable service, minimize sanitary
sewer overflows, and provide adequate capacity to serve future development.
Previous Council Action
On March 15, 2019, the City Council approved contract amendments for the completion of
engineering design services for the project’s construction documents (Attachment D). As part of
that item, the City Council also approved additional environmental permitting services related to
the construction of the project and property acquisition services for the project’s temporary
construction easements and permanent utility easements.
Public Engagement
The Calle Joaquin Siphon and Lift Station Replacement Project has been identified as a priority
project in the Financial Plan Capital Improvement Plan since 2011. As construction proceeds,
updates will be provided on the City’s Public Works Department website at:
www.slocity.org/government/department-directory/public-works/construction-and-traffic-updates
COVID-19 Considerations
Due to the current economic impacts of COVID-19, the City reevaluated all Capital
Improvement Plan projects with the goal of adjusting Capital Expenditures in response to
projected revenue shortfalls and aligning the adjusted CIP program with a focus on economic
recovery and fiscal responsibility. With these criteria in mind, this project is recommended to
continue as it addresses a critical infrastructure need. Additionally, this project supports
economic recovery through contracts with local or regional companies that will further retain
employment and long-term viability of the construction industry.
CONCURRENCES
Utilities staff, City Biologist, and Public Works Department staff (City Engineer and
Construction Manager) have worked cooperatively on the delivery of this Project. Those staff
concur with the recommendations in this report.
ENVIRONMENTAL REVIEW
The City Council approved a Mitigated Negative Declaration of Environmental Impact for the
Project in 2016 by Resolution 10718 (Council Reading File, Attachment E). An addendum was
prepared in 2020 to include the removal of the existing siphon from San Luis Obispo Creek
during construction as required by the National Oceanic and Atmospheric Administration -
National Marine Fisheries Service to improve fish passage in the Creek.
Item 3
Packet Page 17Page 583 of 850
FISCAL IMPACT
Budgeted: Yes Budget Year: 2019-20
Funding Identified: Yes
The Project was described in the 2019-21 Financial Plan, Capital Improvement Program. The
construction cost estimate for the project is $3,500,000. Other project costs of $825,000 are
outlined in the table below. Contingencies are included at 25 percent of the construction and
construction management/inspection budget to address potential changes in scope that may arise
during construction. This is a higher rate of contingency to typical pipeline replacement capital
projects due to the complexity of the Project. The estimated total project cost is $5,406,250. The
approximate current balance in Sewer Fund unreserved working capital is $35 million.
Estimated Construction Costs
Construction Cost Estimate $3,500,000
Construction Management/Inspection $400,000
Engineering Construction Phase Support/Record Drawings $200,000
Biological and Cultural Resources Monitoring $100,000
Utility Service and Relocations (PG&E, Gas, AT&T, Charter Cable) $100,000
Specialty Inspection, Materials Testing, and Printing $25,000
Subtotal $4,325,000
Construction Contingency (25%) $1,081,250
Total Project Cost1 $5,406,250
Project Funding
Sewer Fund, FY 2017-19 Funding (91118, carryover) $2,200,000
Sewer Fund, FY 2019-20 Funding (1000087) $700,000
Expenditures to Date - $400,000
Available Funding $2,500,000
General Fund, Capital Reserve (Silt Removal) $77,000
General Fund, Completed Projects $23,000
Sewer Fund, Unreserved Working Capital $2,900,000
Project Funding $5,500,000
1 Excludes operating costs.
Item 3
Packet Page 18Page 584 of 850
Fiscal Analysis:
Funding Sources Total Budget Expenditures
to Date Remaining Budget
General Fund $100,000 $0 $100,000
State
Federal
Fees
Other: Sewer Fund $5,800,000 $400,000 $5,400,000
Total $5,900,000 $400,000 $5,500,000
Annual staffing, maintenance, equipment, and energy cost for the Calle Joaquin Lift Station is
estimated at $15,000 annually. This cost is not expected to increase with the replacement of the
lift station. Funding for the Project’s on-going operational costs was approved as part of the
2019-2021 Financial Plan in the Sewer Fund, Wastewater Collection section operating budget.
ALTERNATIVES
Deny or defer approval to advertise. The City Council may choose to deny or defer the approval
to advertise this project. Staff does not recommend this alternative as the City is required to remain
in regulatory compliance. Should this be denied or deferred, the existing siphon and lift station will
continue to deteriorate, increasing the likelihood of failure, which could result in the discharge of
untreated wastewater directly into San Luis Obispo Creek.
Attachments:
a - COUNCIL READING FILE - Project Plans
b - COUNCIL READING FILE - Project Specifications
c - Draft Resolution
d - COUNCIL READING FILE - Council Agenda Report dated 03/05/2019
e - COUNCIL READING FILE - Resolution No. 10718 (2016 Series)
Item 3
Packet Page 19Page 585 of 850
R ______
RESOLUTION NO. _____ (2021 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING USE OF SEWER FUND
UNRESERVED WORKING CAPITAL FOR CONSTRUCTION OF THE
CALLE JOAQUIN SIPHON AND LIFT STATION REPLACEMENT
PROJECT, SPECIFICATION NO. 91118 AND GENERAL FUND
COMPLETED PROJECTS AND GENERAL FUND CAPITAL RESERVES
TO FUND SILT REMOVAL
WHEREAS, per the City’s General Plan Water and Wastewater Management Element,
2019 Sewer System Management Plan, and 2015 Wastewater Collection System Infrastructure
Renewal Strategy, the City replaces wastewater infrastructure to ensure delivery of reliable service,
minimize sanitary sewer overflows, and provide adequate capacity to serve future development;
and
WHEREAS, the Calle Joaquin Sewer Lift Station serves properties in the southern portion
of the City on both the east and west sides of US 101, serves new development on the northern
portion of Calle Joaquin, and will serve the future Froom Ranch project; and
WHEREAS, the Calle Joaquin Sewer Lift Station was put into service in 1967 making it
the oldest of eight sewer lift stations operated by the City, and is past its useful life and in need of
replacement; and
WHEREAS, a sewer siphon under San Luis Obispo Creek and the gravity sewer main
across US 101 were installed in the early 1970s to direct wastewater to the Calle Joaquin lift
station, also requires replacement due to its condition; and
WHEREAS, construction of the sewer siphon enables access to an area to remove over
0.5 acres of the perennial invasive exotic grass Arundo donax and 1,000 cubic yards of silt from
the San Luis Obispo Creek channel that has posed a historic flooding risk to the City; and
WHEREAS, in June 2019, the City Council approved the 2019-21 Financial Plan, Capital
Improvement Program, which identified a total budget of $3.1 million for the Calle Joaquin Siphon
and Lift Station Replacement Project; and
WHEREAS, on March 5, 2019, the City Council approved amendments to the design
scope of the Project to include removal of the existing siphon from San Luis Creek and additional
environmental permitting work; and
WHEREAS, the total available budget for the Project is $2,600,000 and the total Project
cost is estimated at $5,500,000 requiring an additional $2,900,000 to fund Project construction;
and
WHEREAS, a balance of over $35 million is available from Sewer Fund, Unreserved
Working Capital to fund the Project; and
Item 3
Packet Page 20Page 586 of 850
Resolution No. _____ (2021 Series) Page 2
R ______
WHEREAS, a balance of $23,000 is available from General Fund, Completed Projects
Account to fund a portion of the silt removal component of the Project; and
WHEREAS, a balance of $120,000 is available from General Fund, Capital Reserve
Account to fund the remainder of the silt removal component of the Project.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo
as follows:
SECTION 1. The budget of $2,900,000 will be moved to the Calle Joaquin Siphon and
Lift Station Replacement Project, Specification No. 91118, from Sewer Fund, Unreserved
Working Capital, as it is a high priority City project.
SECTION 2. The budget of up to $23,000 will be moved to the Calle Joaquin Siphon and
Lift Station Replacement Project, Specification No. 91118, from General Fund, Completed
Projects Account for silt removal.
SECTION 3. The budget of up to $77,000 will be moved to the Calle Joaquin Siphon and
Lift Station Replacement Project, Specification No. 91118, from General Fund, Capital Reserve
Account for silt removal.
Item 3
Packet Page 21Page 587 of 850
Resolution No. _____ (2021 Series) Page 3
R ______
SECTION 4. Environmental Review. The City Council approved a Mitigated Negative
Declaration of Environmental Impact for the Project in 2016 by Resolution 10718 (2016 Series).
An addendum was prepared in 2020 to include the removal of the existing siphon from San Luis
Obispo Creek during construction as required by the National Oceanic and Atmospheric
Administration - National Marine Fisheries Service to improve fish passage in the Creek.
Upon motion of _______________________, seconded by _______________________,
and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _____________________ 2021.
Mayor Heidi Harmon
ATTEST:
Teresa Purrington
City Clerk
APPROVED AS TO FORM:
J. Christine Dietrick
City Attorney
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City
of San Luis Obispo, California, on ___________________________.
Teresa Purrington
City Clerk
Item 3
Packet Page 22Page 588 of 850