HomeMy WebLinkAboutTerrace Hill Pipeline Provisions
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Terrace Hill Pipeline and Pressure Regulating Valve Rehabilitation
Specification No. 91425
MARCH 2019
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
Terrace Hill Pipeline and Pressure Regulating Valve Rehabilitation
Specification No. 91425
Approval Date: March 25, 2019
June 19, 2017
March 6, 2019
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
TABLE OF CONTENTS
NOTICE TO BIDDERS ................................................................................................... IV
BID SUBMISSION .................................................................................................................................... IV
BID DOCUMENTS .................................................................................................................................... V
PROJECT INFORMATION........................................................................................................................ V
QUALIFICATIONS .................................................................................................................................... VI
AWARD ................................................................................................................................................... VII
ACCOMMODATION ............................................................................................................................... VIII
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR TERRACE HILL PIPELINE AND PRESSURE REGULATING VALVE
REHABILITATION, SPECIFICATION NO. 91425 ..................................................................................... A
LIST OF SUBCONTRACTORS ................................................................................................................ C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D
NON-COLLUSION DECLARATION .......................................................................................................... F
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G
QUALIFICATIONS .................................................................................................................................... H
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
4 SCOPE OF WORK ............................................................................................................................. 1
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 2
84 MARKINGS ....................................................................................................................................... 2
85 RESERVED ...................................................................................................................................... 2
DIVISION XI MATERIALS ......................................................................................................................... 2
90 CONCRETE ...................................................................................................................................... 2
DIVISION XII BUILDING CONSTRUCTION ............................................................................................. 3
99 BUILDING CONSTRUCTION ........................................................................................................... 3
DIVISION XIII APPENDICES .................................................................................................................... 4
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works
Administration Office located at 919 Palm Street, California 93401, until
2:00 p.m. on April 14, 2019
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
Terrace Hill Pipeline and Pressure Regulating Valve Rehabilitation, Specification
No. 91425
Any bid received after the time and date specified will not be considered and will be
returned to the bidder unopened. Bids received by Fax or Email will not be considered.
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.
All bids are to be compared based on 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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-
refundable fee of:
1. $30.00 if picked up in person, or
2. $50.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
A printed copy may be obtained by paying a non-refundable fee of:
1. $16.00 if picked up in person, or
2. $21.00 if by mailing to the office of the City Engineer
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, Shelsie Kloepper at (805)783-7735 or the 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:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project involves construction of a new pipeline and pressure regulating
valve.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
vi
The project estimated construction cost is $420,000
Contract time is established as 45 working days.
The fixed liquidated damages amount is established at $500 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 at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
There will be a walkthrough on . Bidders should meet where at time.
[Mandatory walkthroughs must be scheduled at least 6 calendar days after the bid
announcement]
QUALIFICATIONS
You must possess a valid Class <<INSERT LICENSE TYPE>> 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. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
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.
Two of the referenced projects must be for municipal water distribution pipe
installation, 16 inch or larger.
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
vii
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.
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.
If the 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 BID TOTAL.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
viii
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 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is 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 TERRACE HILL PIPELINE AND PRESSURE REGULATING
VALVE REHABILITATION, SPECIFICATION NO. 91425
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 Mobilization LS 1
2 Traffic Control LS 1
3 16” DI PRV Inlet Piping (Bishop
Street to Tank PRV Site)LF 88
4
16” DI PRV Outlet Piping (Tank
PRV Site to Boulevard Del
Campo)
LF 550
5 1” Air Release and Vacuum
Valve EA 1
6 Terrace Hill Tank PRV Station LS 1
7 Connection at Bishop Street
including Blind Flange LS 1
8 Connection at Boulevard Del
Campo LS 1
9 Terrace Hill Tank PRV Site
Improvements LS 1
10 AC Repair – Bishop Street (10”
Thick) TON 30
11 AC Repair – Boulevard Del
Campo (6” Thick)TON 20
12 Comply with OSHA LS 1
Bid Total $
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
BID FORMS
BID FORMS
C
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
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
BID FORMS
D
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 state 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.
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 judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
BID FORMS
BID FORMS
E
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
NOTE: The above Statements 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.
BID FORMS
BID FORMS
F
NON-COLLUSION 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:____________________
BID FORMS
BID FORMS
G
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)
DIR– Public Works
Registration No:
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
BID FORMS
BID FORMS
H
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 pipeline
installation? 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 pipeline
installation? 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):
Is this similar to the project being bid
or did this project include pipeline
installation? 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 □
BID FORMS
BID FORMS
I
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:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
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. Terrace Hill Pipeline and Pressure Regulating Valve Rehabilitation Special
Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2018 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 5 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 BID DOCUMENT COMPLETION AND SUBMITTAL, General
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:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Comply with the provisions of Section(s) X [these section number should match the SS
numbers listed in the Bid Item List]….for general, material, construction, and payment
specifics.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Work hours are restricted to 00 a.m. to 00 p.m. on X Street. [Discuss with Traffic]
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:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
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 to restore free flowing of traffic.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.03C Application of Stripes and Markings:
Preformed thermoplastic is only allowed with the approval of the Engineer.
85 RESERVED
DIVISION XI MATERIALS
90 CONCRETE
Add to Section 90-1.01C(6) Mix Design:
Concrete must contain a maximum of 15% pozolone or fly ash. Course aggregate for
concrete must comply with the gradation specifications for the 1 inch x No. 4 primary
aggregate nominal size.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
DIVISION XII BUILDING CONSTRUCTION
99 BUILDING CONSTRUCTION
See the following pages for technical specifications
CITY OF SAN LUIS OBISPO
TERRACE HILL PIPELINE AND PRV REHABILITATION
DRAFT 90% TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 01 - GENERAL REQUIREMENTS
011100 COORDINATION OF WORK, PERMITS, AND REGULATIONS
012000 MEASUREMENT AND PAYMENT
017410 CLEANING DURING CONSTRUCTION AND FINAL CLEANING
DIVISION 09 - FINISHES
099000 PAINTING AND COATING
099761 FUSION BONDED EPOXY LININGS AND COATINGS
DIVISION 40 - PROCESS INTEGRATION
400500 GENERAL PIPING REQUIREMENTS
400520 GLOBE PATTERN CONTROL VAVLES (AWWA C530)
402040 DUCTILE-IRON PIPE AND FITTINGS
APPENDICES
APPENDIX A – EXPLORATORY BORINGS ALONG NEW 16-INCH WATERLINE
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
COORDINATION OF WORK, PERMITS, AND REGULATIONS 011100-1
13 Oct 2017
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, maintenance and operation of existing facilities, permits,
and regulations.
1.02 GENERAL NATURE OF WORK
The work involves construction related to the Terrace Hill Pipeline and PRV. The
Terrace Hill Pipeline and PRV rehabilitation will include installation of two pressure
reducing valves and associated piping including approximately 600 feet of buried 16-
inch ductile iron pipe. The Owner will be responsible for isolation of the water system in
the area of the work. The contractor will be responsible for removal and disposal of the
water within the isolated section of the water system.
1.03 LOCATION OF PROJECT SITE
The project site is located on Bishop Street and on Boulevard Del Campo in the City of
San Luis Obispo.
1.04 WORK SEQUENCE AND SCHEDULE
A. The sequencing of repair work will require staged construction. Contractor shall
submit a Level 1 Critical Path Method Schedule in accordance with the City’s
Standard Specifications. The schedule shall be submitted to the Owner a minimum
of ten (10) working days prior to the start of construction.
1.05 CONTRACTOR'S USE OF PREMISES
A. Coordinate with the City for access to the construction site.
B. Maintain site security and operator access to the existing facilities at all times.
1.06 WORKING HOURS
Work hours are limited to City of San Luis Obispo Standard Working hours (M-F 8:00
AM-5:00 PM). Contractor may be required to work outside of normal City working
hours to make connections or tie-ins.
1.07 PERMITS
A. Obtain a “No Fee” Encroachment Permit from the City.
B. Contractor shall be responsible for obtaining and paying fees for all permits, excluding
those provided by City as described above, required to execute the work as defined in
the contract documents, including but not limited to the following, if applicable:
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
COORDINATION OF WORK, PERMITS, AND REGULATIONS 011100-2
13 Oct 2017
Name or Type of Permit Name, Address, Telephone
Number of Permitting Agency
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
NPDES discharge permit for discharging
water for dewatering, pressure testing, and
leakage testing
Central Coast Regional Water Quality
Control Board
895 Aerovista Place, Suite 101
San Luis Obispo, CA 93401-7906
(805) 549-3147
Construction Water Permit for water
obtained from fire hydrants owned by City
of San Luis Obispo
City of San Luis Obispo Utilities
Department
879 Morro Street
San Luis Obispo, CA 93401
END OF SECTION
DRAFT - NOT FOR CONSTRUCTION
City of San Lu is Obispo Terrace Hill Pipeline and PRV Rehabilitation
CLEANING DURING CONSTRUCTION AND FINAL CLEANING 017410-1
13 Oct 2017
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.
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 volatile wastes, such as mineral spirits, oil, or paint thinner, 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.
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 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.
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.
DRAFT - NOT FOR CONSTRUCTION
City of San Lu is Obispo Terrace Hill Pipeline and PRV Rehabilitation
CLEANING DURING CONSTRUCTION AND FINAL CLEANING 017410-2
13 Oct 2017
END OF SECTION
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-1
13 Oct 2017
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.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Fusion-Bonded Epoxy Linings and Coatings: 099761.
1.03 SUBMITTALS
A. Submit shop drawings in accordance with the Special Provisions.
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.
7. Curing requirements and instructions.
C. Submit color swatches.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-2
13 Oct 2017
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
7. Submerged Metal, Potable or Nonpotable Water Epoxy
Exposed Metal Coating Systems
10. Exposed Metal High-build epoxy (two-coat
system) with polyurethane
topcoat
Buried Metal Coating Systems
21. Buried Metal Epoxy
24. Buried Metal Corrosion-resisting grease
Coating System for Fusion Epoxy-Coated Surfaces
66. Fusion Epoxy-Coated Surfaces, Color Coding Epoxy
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
coating thicknesses are described. Mil thicknesses shown are minimum dry-film
thicknesses.
2.02 SUBMERGED METAL COATING SYSTEMS
A. System No. 7--Submerged Metal, Potable Water:
Type: Epoxy.
Service Conditions: For use lining valves and piping immersed in potable water.
Surface Preparation: SSPC SP-10.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-3
13 Oct 2017
Coating System: Apply the manufacturer’s recommended number of coats to attain the
specified minimum dry-film coating thickness. Products: Devoe Bar-Rust 233H,
Scotchkote 323, Tnemec N140 Porta Pox Plus or equal; 16 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:
Type: High-build epoxy 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 exposed metal structures or pipes.
Surface Preparation: SSPC SP-10 near white blast clean with a 2 mil minimum angular
anchor profile.
Prime Coat: Self-curing, two-component inorganic zinc-rich coating or organic 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
2.5 to 3.5 mils DFT. Products: Tnemec 904 H2O Hydro Zinc, Devoe Catha-Coat 304 or
304V, International Interzinc 22HS, PPG Dimetcote 9HS, Sherwin-Williams Zinc-Clad
II Plus, PPG METALHIDE® 28 Inorganic Zinc-Rich Primer 97-672, or equal.
Intermediate Coat: Tnemec V69 Epoxoline, 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; 2.0 to 4.0 mils DFT.
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 2.0 to 4.0 mils DFT. Products: Tnemec Series 1095 Endura-Shield, Devoe
Devthane 379, International Interline 990HS, PPG Amercoat 450HS, Carboline 134HG,
Sherwin-Williams Hi-Solids Polyurethane B65-300, 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).
Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel,
and fittings.
Surface Preparation: SSPC SP-10.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-4
13 Oct 2017
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 FUSION EPOXY-COATED SURFACES
A. System No. 66--Fusion Epoxy-Coated Steel, Color Coding:
Type: Epoxy having a minimum volume solids content of 60%.
Application: Color coding of pipe or surfaces already coated with fusion bonded epoxy.
Surface Preparation: SSPC SP-1. Then sweep blast the epoxy surface per SP-7 to
provide a 2- to 3-mil profile in the fusion-bonded epoxy substrate.
Prime Coat: None.
Finish Coat: One coat of Carboline 890, Tnemec 104, International Interguard 760HS,
PPG Amercoat 385, Devoe Devran 224HS, Sherwin-Williams Macropoxy 646 B58-600
series, PPG PITT-GUARD® Direct-to-Rust Epoxy Mastic Coating 97-145 series, or
equal. Apply to a minimum dry-film thickness of 5 mils.
2.06 ABRASIVES FOR SURFACE PREPARATION
A. Abrasives used for preparation of ferrous (excluding stainless steel) surfaces shall be one
of the following:
1. Recyclable fused copper slag.
2. 16 to 30 or 16 to 40 mesh silica-free sand or mineral grit.
3. 20 to 40 mesh garnet.
4. Crushed iron slag, 100% retained on No. 80 mesh.
5. SAE Grade G-40 or G-50 iron or steel grit.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-5
13 Oct 2017
B. Abrasives used for preparation of copper and aluminum surfaces shall be one of the
following:
1. Crushed slag, 80 to 100 mesh.
C. 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.
D. Abrasives shall meet all requirements of the California Air Resources Control Board for
content and emissions.
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.
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 or as recommend by the coating manufacturer.
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. 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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-6
13 Oct 2017
E. 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
F. 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.
G. 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.
H. 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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-7
13 Oct 2017
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.
3.04 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.
3.05 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. 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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-8
13 Oct 2017
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.
3.06 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.
3.07 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
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.
3.08 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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-9
13 Oct 2017
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.
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.
3.09 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:
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-10
13 Oct 2017
A. Concrete walkways.
B. Mortar-coated pipe and fittings.
C. Stainless steel.
D. Roofings.
E. Fencing.
F. 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.
G. Electrical fixtures except for factory coatings.
H. Nameplates.
I. Grease fittings.
J. Brass and copper, submerged.
3.10 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.
3.11 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. Line ductile iron piping and valves per System No. 7.
B. Coat valves the same as the adjacent piping. Aboveground valves shall match the color
of the connecting piping.
C. 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. Coat buried bolt threads, tie bolt threads, and nuts per System No. 24.
3.12 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. Provide certification that the gauge
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
PAINTING AND COATING 099000-11
13 Oct 2017
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. Check each coat for the correct dry-film thickness. Do not measure within eight hours
after application of the coating.
D. 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.
E. Perform tests in the presence of the Owner’s Representative.
3.13 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.
3.14 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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-1
13 Oct 2017
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 steel, cast-iron, and
ductile-iron equipment, such as valves, pipe couplings, and fittings.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Painting and Coating: 099000.
1.03 SUBMITTALS
A. Submit shop drawings in accordance with the General Provisions.
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, Valspar "Pipeclad 1500 Red," or equal. Epoxy
lining and coating shall meet or exceed the following requirements:
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-2
13 Oct 2017
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 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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-3
13 Oct 2017
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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-4
13 Oct 2017
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
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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
FUSION-BONDED EPOXY LININGS AND COATINGS 099761-5
13 Oct 2017
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
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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GENERAL PIPING REQUIREMENTS 400500-1
13 Oct 2017
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 the Special Provisions.
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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GENERAL PIPING REQUIREMENTS 400500-2
13 Oct 2017
1.05 DEFAULT PIPING MATERIALS
If no material is shown in the drawings, use ductile iron pipe per Specification Section
402040.
PART 2 - MATERIALS
2.01 MATERIALS SELECTION AND ALTERNATIVE MATERIALS
A. The drawings may show alternative piping materials for certain services. In such cases,
the same pipe material shall be used for all pipe sizes in all locations for the given piping
service. Do not intermix piping materials.
2.02 THREAD FORMING FOR STAINLESS STEEL BOLTS
Form threads by means of rolling, not cutting or grinding.
2.03 BOLTS AND NUTS FOR FLANGES FOR STEEL AND 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 shall be Type 316 stainless steel conforming to
ASTM A193, Grade B8M for bolts and ASTM A194, Grade 8M 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. Provide washers for each nut. 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 Husky Lube O'Seal, or equal.
2.05 GASKETS FOR FLANGES FOR STEEL AND DUCTILE IRON PIPING IN WATER
SERVICE
A. Gaskets for flat face and raised face flanges shall be 1/8-inch thick and shall be the
following nonasbestos materials:
1. NSF-61 certified synthetic fiber gasket with rubber binder. Gaskets shall be
suitable for a pressure of 500 psi at a temperature of 180°F. Products: Garlock
Style 3760-U or equal.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GENERAL PIPING REQUIREMENTS 400500-3
13 Oct 2017
PART 3 - EXECUTION
3.01 RAISED FACE AND FLAT FACE FLANGES
Where a raised face flange connects to a flat-faced flange, remove the raised face of the
flange.
3.02 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.
3.03 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.
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.
3.04 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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GENERAL PIPING REQUIREMENTS 400500-4
13 Oct 2017
B. Coat the inside face of blind flanges per Section 099000, System No. 7.
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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-1
13 Oct 2017
SECTION 400570 GLOBE PATTERN CONTROL VALVES (AWWA C530)
PART 1 - GENERAL
1.01 DESCRIPTION
This section includes materials and installation of globe pattern control valves acting as
pressure-reducing valves.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Painting and Coating: 099000.
B. Fusion-Bonded Epoxy Linings and Coatings: 099761.
1.03 SUBMITTALS
A. Submit shop drawings in accordance with the Special Provisions.
B. Submit dimensional drawings for each size and type of valve provided.
C. Provide listing of materials of construction, with ASTM reference and grade. Show
valve lining and paint primer coating with coating manufacturer and coating system
number or designation.
D. Submit electrical drawings, showing wire and terminal connections, for valves that are
electrically controlled.
E. Submit manufacturer's recommended maximum operating pressure and maximum
recommended flow.
1.04 MANUFACTURERS' SERVICES
Provide equipment manufacturers' services at the jobsite for the minimum labor days
listed below, travel time excluded:
One labor day to check the installation and advise during start-up, testing, and
adjustment of the valves and instruct the Owner's personnel in the operation and
maintenance of the valves.
PART 2 - MATERIALS
2.01 MANUFACTURERS
A. Diaphragm-actuated control valves shall be manufactured by Cla-Val Company,
Newport Beach, California, no equal.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-2
13 Oct 2017
2.02 VALVE DESIGN--DIAPHRAGM ACTUATED
A. Valves shall be hydraulically actuated diaphragm type complying with AWWA C530
except as modified herein. The body shall contain a removable seat insert. A resilient
rubber disc shall form a drip-tight seal with the valve seat when pressure is applied
above the diaphragm. The diaphragm assembly shall form a sealed chamber in the upper
portion of the valve, separating operating pressure from line pressure.
B. All major components of the pilot control system shall be manufactured by the same
company that manufactures the main valve. The main valve diaphragm shall either be
vulcanized at the stem hole to ensure against wicking of the product within the
diaphragm or the diaphragm shall utilize an FDA-approved nonwicking material and an
elastomeric insert seal at the stem hole. The diaphragm shall not be used as a seating
surface.
C. Provide guides at both ends of the stem or provide a center-guided stem. For design
utilizing guides at both ends of the stem, provide a bearing in the valve cover and an
integral bearing in the valve seat. Provide valve position indicator. Repairs and
modifications other than the replacement of the main valve body shall be possible
without removing the main valve from the line.
2.03 MATERIALS OF CONSTRUCTION--DIAPHRAGM-ACTUATED VALVES
A. Materials of construction for Class 125 and Class 250 valves larger than 1 inch in size
shall be as follows:
Item Material
Main valve body and cover Ductile iron, ASTM A536, Grade 65-
45-12
Main valve trim, seat, disc guide, and
cover bearings
Type 303 stainless steel, ASTM A276,
A 351, or A 743
Diaphragm washer and disc retainer Type 303 stainless steel
Pilot control system Bronze per paragraph C below with
Type 303 stainless steel trim
Piping and tubing Copper (ASTM B75 and B88)
Stem sleeves Type 303 stainless steel
Elastomers Buna-N
Cover screws, caps, and nuts and bolts Type 304 stainless steel
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-3
13 Oct 2017
B. Bronze in contact with water shall have the following chemical characteristics:
2.04 VALVE END CONNECTIONS
A. Valves larger than 2 inches shall have flanged ends.
B. Flanges for ductile-iron valves shall be ductile iron, same grade as the valve. Class 150
flanges shall comply with ASME B16.42, Class 150. Class 300 flanges shall conform to
ASME B16.42, Class 300. Flanges shall be flat face.
C. Do not provide raised-face mating flanges on the connecting piping.
2.05 LIMIT SWITCHES
Limit switches shall be single pole, double throw in a NEMA 4 enclosure. Voltage shall
be 120 volts, 60 hertz, a-c.
2.06 VALVES
A. Class 125 Pressure-Reducing and Pressure-Sustaining Valves:
The valve shall maintain a constant pressure regardless of fluctuations in flow. When the
upstream pressure is less than the spring setting on the pressure-sustaining control, the
valve shall throttle to maintain a constant upstream pressure. The pressure-reducing pilot
shall be a direct-acting, adjustable, spring-loaded, normally open diaphragm or piston
valve that closes when downstream pressure exceeds the spring setting. The pressure-
sustaining pilot shall be a direct-acting, adjustable, spring-loaded, normally closed
diaphragm or piston valve that opens when upstream pressure exceeds the spring setting.
Adjustment range of the upstream spring setting shall be 20 to 200 psi. Adjustment range
of the downstream spring setting shall be 10 to 75 psi. Provide closing speed control,
opening speed control, pilot piping isolation valves, strainer, and ejector in the pilot
control piping. Flanges shall be Class 125, ASME B16.1. The valve shall be globe
pattern. Valves shall be Cla-Val Series 92-01, no equal.
2.07 BOLTS AND NUTS FOR FLANGED VALVES
A. Bolts and nuts for flanged valves shall be as specified for the piping to which the valves
are connected.
Constituent Content
Zinc 7% maximum
Aluminum 2% maximum
Lead 0.25% maximum
Copper + Nickel + Silicon 83% minimum
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-4
13 Oct 2017
B. Provide washers for each nut. Washers shall be of the same material as the nuts.
2.08 GASKETS FOR FLANGES
Gaskets for flanged end valves shall be as specified for the piping to which the valve is
connected.
2.09 SPARE PARTS
A. Provide the following spare parts for each valve:
Quantity Description
1 Diaphragm, disc, and spacer washer set (for
diaphragm-actuated valves).
1 Strainer.
2 Isolation valves for each valve pilot system.
1 Solenoid control valve for each solenoid-
controlled valve.
1 Limit switch for each valve having a limit switch
assembly.
1 Throttling valve for opening/closing speed control.
B. Pack spare parts in a wooden box and label with parts description and vendor name,
address, and telephone number.
PART 3 - EXECUTION
3.01 SHIPMENT AND STORAGE
A. Ship and deliver valves in accordance with AWWA C530, Section 6 and as follows.
B. 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
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. Install caps or plugs at the place of valve
manufacture prior to shipping.
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 valve bonnet, pilot housing, or through waterway. Lift valves with eyebolts
or rods through flange holes or chain hooks at ends of valve parts.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-5
13 Oct 2017
E. Protect the valve and pilot system from weather and the accumulation of dirt, rocks, and
debris. 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 bonnet or pilot housing to the valve for loosening in
transit and handling. If loose, tighten firmly.
G. If the valves and associated actuators 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.
3.02 LINING AND COATING
A. Coat exteriors of valves the same as the adjacent piping. If the adjacent piping is not
coated, then coat per Section 099000, System No. 10. Apply the specified prime and
finish coats at the place of manufacture.
B. Line interiors of valves per Section 099000, System No. 7 or with fusion bonded epoxy
per Section 099761.
C. Do not coat seating areas and bronze or stainless steel pieces.
3.03 VALVE SERVICE CONDITIONS
A. Valve service conditions shall be as shown below.
TERRACE HILL TANK PRV STATION
Condition 8-in PRV 12-in PRV
Maximum Continuous Flow (gpm) 3100 7000
Maximum Intermittent Flow (gpm) 3900 8720
Minimum Continuous Flow (gpm) 15 50
Upstream Pressure Setting* (psi) 75 75
Downstream Pressure Setting* (psi) 15 to 20 10 to 15
* Note: Upstream and downstream pressure settings will require field
adjustment during start-up and initial operation.
3.04 VALVE INSTALLATION
A. Remove covers over flanged openings and plugs from threaded openings, after valves
have been lifted off the truck and placed at the point to which it will be connected to the
adjacent piping.
B. 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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
GLOBE PATTERN CONTROL VALVES (AWWA C530) 400570-6
13 Oct 2017
installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads
as specified in the piping specifications, 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.
C. 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.
D. Handle valves carefully when positioning, avoiding contact or impact with other
equipment or vault or building walls.
E. 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.
F. Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant.
3.05 VALVE PRESSURE TESTING
Test valves at the same time that the connecting pipelines are pressure tested. Test per
City standard Specification Section 77. 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
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-1
13 Oct 2017
SECTION 402040 DUCTILE-IRON PIPE
PART 1 - GENERAL
1.01 DESCRIPTION
This section describes materials, testing, and installation of ductile-iron pipe and fittings
16 inches and smaller.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Painting and Coating: 099000.
B. General Piping Requirements: 400500.
1.03 SUBMITTALS
A. Submit shop drawings in accordance with the Special Provisions.
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. Mortar lining thickness.
2. Wall thickness.
3. Show deflections at push-on and mechanical joints.
4. 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.
E. Submit certificate that cement for mortar lining complies with ASTM C150, designating
type.
F. Submit physical properties of rubber compound used in the gaskets.
G. Submit weld procedure specification, procedure qualification record, and welder's
qualifications prior to any welding to ductile-iron pipe.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-2
13 Oct 2017
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 thickness for pipe having push-on or mechanical joints, restrained joints,
plain ends, or cast flange ends shall be Class 150, unless otherwise shown in the
drawings.
B. Minimum wall thickness for pipe having threaded flanges shall be Special Class 53 or
Pressure Class 150.
C. 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 48 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. Mechanical joint fittings conforming to AWWA C153 may be used in lieu of AWWA
C110 fittings.
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.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-3
13 Oct 2017
2.05 PIPE LINING--CEMENT MORTAR
A. Line pipe interior and fittings with cement-mortar per AWWA C104. Lining thickness
shall be minimum 1/16 inch thick. Cement for lining material shall conform to ASTM
C150, Type II.
B. Alternatively, fittings may be lined and coated with fusion-bonded epoxy per Section
099761.
C. Line blind flanges per Section 099000, System No. 7.
D. Maintain a moist environment inside the lined pipe and fittings by sealing the ends with
polyethylene sheet.
E. Loose areas of cement-mortar lining are not acceptable. Remove and reconstruct lining
in areas where quality is defective, such as sand pockets, voids over sanded areas,
blisters, drummy areas, cracked areas, and thin spots. Repair longitudinal cracks in
excess of 1/32 inch in width or where crack extends to metal with epoxy. Repair all
cracks larger than 1/16 inch with epoxy.
2.06 GASKETS FOR FLANGES
See Section 400500.
2.07 GASKETS FOR MECHANICAL, PUSH-ON, AND RESTRAINED JOINTS
Synthetic rubber in accordance with AWWA C111.
2.08 BOLTS AND NUTS FOR FLANGES
See Section 400500.
2.09 JOINTS
A. Joints aboveground shall be flanged.
B. Joints in buried piping shall be of the restrained push-on or restrained mechanical-joint
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. 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)
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-4
13 Oct 2017
where:
P = Pressure class of pipe in psi.
D = Outside diameter of pipe in inches.
T = Thrust in pounds.
2.10 MECHANICAL JOINT RESTRAINT SYSTEM USING FOLLOWER RING AND
WEDGES
The restraining mechanism shall consist of a follower gland having a seal gasket and
individually actuated wedges that increase their resistance to pullout as pressure or
external forces increase. The system manufacturer shall provide all the components
(follower ring, wedges, and gaskets) for the restraining device. The device shall be
capable of full mechanical joint deflection during assembly, and the flexibility of the
joint shall be maintained after burial. The joint restraint ring and its wedging
components shall be constructed of ductile iron conforming to ASTM A536, Grade 60-
42-10. The wedges shall be ductile iron, heat-treated to a minimum hardness of 370
BHN. Dimensions of the gland shall be such that it can be used with mechanical joint
bells conforming to AWWA C111 and AWWA C153. The design shall use torque
limiting twist-off nuts to provide actuation of the restraining wedges. The mechanical
joint restraint shall be available in the size range of 3 through 48 inches. Minimum rated
pressure shall be 350 psi for sizes 16 inches and smaller and 250 psi in sizes 18 inches
and larger. Products: Megalug Series 1100 as manufactured by EBAA Iron, Inc., or
equal.
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.
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. If necessary,
use plastic sheet bulkheads to close pipe ends and keep cement-mortar lining moist.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-5
13 Oct 2017
B. Deliver the pipe alongside the pipelaying 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 pipelaying 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 BURIED PIPING
A. Install in accordance with AWWA C600, and as follows.
B. Assemble restrained joints per manufacturer's instructions.
C. Encase piping, fittings, and couplers with polyethylene per City Standard Specification
Section 77-2.02B(1).
3.05 JOINT DEFLECTIONS FOR BURIED PIPE
A. Do not exceed the following deflection angles for unrestrained buried pipe joints:
Pipe Size
(inches)
Maximum Deflection (degrees)
Push-On Joint Mechanical Joint
4 4 6 1/2
6 4 5 1/2
8 4 4
10 4 4
12 4 4
14 2 1/2 3
16 2 1/2 3
18 2 1/2 2 1/2
B. For restrained joints, do not exceed 80% of the manufacturer's recommended maximum
deflections.
DRAFT - NOT FOR CONSTRUCTION
City of San Luis Obispo Terrace Hill Pipeline and PRV Rehabilitation
DUCTILE-IRON PIPE 402040-6
13 Oct 2017
C. Assemble joints in accordance with AWWA C600 and the manufacturer's
recommendations.
3.06 INSTALLING ABOVEGROUND OR EXPOSED PIPING
See Section 400500.
3.07 PAINTING AND COATING
A. Coat pipe located above ground and in vaults and structures per Section 099000, System
No. 10.
B. Provide asphaltic coating on buried pipe per AWWA C151.
C. Coat buried flanges and buried mechanical and restrained joint bolts, nuts, and glands
per Section 099000, System No. 21.
3.08 POLYETHYLENE ENCASEMENT OF BURIED PIPE AND FITTINGS
Wrap buried pipe, fittings, and joints with polyethylene per City Standards.
3.09 CLEANING PIPE
After interior joints have been pointed and mortar has hardened, sweep pipe clean of all
dirt and debris. If hardened mud exists in the pipe, remove with the use of pressurized
water hoses.
3.10 FIELD HYDROSTATIC TESTING
Test in accordance with City Standard Specification Section 77.
3.11 BURIED WARNING AND IDENTIFICATION TAPE
Provide detectable warning tape. Warning and identification shall read “CAUTION
BURIED WATER PIPING BELOW” or similar wording.
END OF SECTION
Earth Systems
Pacific
July LL,2OL7
Mr. J. J. Reichmuth
Michael K. Nunley & Associates
P.O. Box 1604
Arroyo Grande, CA9342L
PROJECT:
SUBJECT
REF:
FILE NO.
4378 Old Santa Fe Road
San Luis Obispo, CA 93401
Ph: 805.544.3276
esp@earthsystems.com
www.earthsystems.com
sL-178L6-5A
TERRACE H¡LL WATER TANK REHABILITATION PROJECT
BISHOP STREET
SAN LUIS OBISPO, CALIFORNIA
Addendum No. L to Geotechnical Engineering Report Additional
Subsu rface Exploration
Geotechnical Engineering Report, Terrace Hill Water Tank Rehabilitation
Project, Bishop Street, San Luis Obispo, California, by Earth Systems Pacific,
Doc. No. L606-L61.SER, dated lune24,2Ot6
Dear Mr. Reichmuth:
As requested, this addendum to the referenced geotechnical engineering report (the report) has
been prepared to provide additional subsurface data where a new water line is planned to run
between the tank and Boulevard Del Campo.
Please see the original report for subsurface conditions at the tank site which are not discussed
herein, and for geotechnical conclusions, recommendations, and technical references.
Ad diti ona I Expl orati o n
On May t5,20L7, two exploratory borings, designated as Borings 4 and 5, were drilled along the
approximate proposed alignment of the water line. The borings were drilled to a maximum depth
of 10 feet below the existing ground surface with a Simpco EP 200 drill rig, equipped with a 6-
inch diameter solid stem auger and an automatic trip hammer for sampling. As the borings were
drilled, a soil sample was taken using a ring-lined barrel sampler (ASTM D 3550-0L/07, with shoe
similar to D 2937-10) and Standard Penetration Tests (ASTM D L586-L1) were conducted at
selected depths in the borings. Bulk soil samples were also obtained from the auger cuttings.
The approximate locations of the borings are shown on the attached Exploration Location Map.
Soils encountered in the borings were categorized and logged in general accordance with the
Unified Soil Classification System and ASTM D 2488-09a. Where bedrock was encountered, its
properties were described based upon observation of the Ring and Standard Penetration Test
samples, observation of the spoils, the effort required to drill into the bedrock, and the energy
required to drive samplers into the bedrock.
Terrace Hill Water Tank Rehabilitation Project
Bishop Street, San Luis Obispo
July LL,2OL7
Thelogsoftheborings,alongwithaboringloglegendarealsoattached. lnreviewingtheboring
logs and legend, the reader should recognize that the legend is intended as a guideline only, and
there are a number of conditions that may influence the soil characteristics as observed during
drilling. These include, but are not limited to, the presence of cobbles or boulders, cementation,
variations in soílmoisture, presence of groundwater, and otherfactors. Consequently, the logger
must exercise judgment in interpreting soil characteristics, possibly resulting in soil or bedrock
descriptions that vary somewhat from the legend. lt should be noted that descriptions of the
properties of bedrock must span a much wider range than those of soil. As a result, very soft
bedrock may be harder than very dense sand or hard clay. The legend takes these differences
into account.
General Subsurface Profile - Woter Line
At the surface in the Boring locations, fill soils comprising clayey sand with gravel and sandy lean
clay were encountered. The clayey sand was grey brown and was in a loose condition. The sandy
lean clay fill was dark brown and of a stiff consistency. The fill extended to + feet and L foot
below the existing ground surface in Borings 4 and 5, respectively. Below the fill, Franciscan
Mélange bedrock was encountered.
The bedrock consisted of olive metavolcanic rock in Boring 5 and orange brown sandstone
underlain by brown to grey claystone in Boring 4. Bedrock conditions were logged as very soft
to moderately hard.
At the time of drilling, the soils and bedrock were slightly moist to moist. No subsurface water
was encountered to the maximum depth explored of L0 feet.
lf there are any questions concerning this addendum, please do not hesitate to contact the
undersigned.
Sincerely,
Earth Systems
Robert
Senior Engi
Attachments:
Bo
Bo ring Logs pages)
2
Doc. No.L7O7-037.ADDL/ir
n Map
=lIDateFigure 1May 16,2017Proiect No.sL-1 781 6-5AEXPLORATION LOCATION MAPTerrace Hill Water Tank RehabilitationBishop StreetSan Luis Obispo, California,tt-N-LEGEND+- Boring Location (Approx.)NOT ÏO SCALEEarth Systems Pacific4378 Old Santa Fe Road, San Luis Obispo, CA 93401www. ea rthsystems-com(8OS) 544-3276. Fax (805) 544-1786e
e Earth Systems Pacific
BORING
LOG
LEGEND
uNtFf ED SO|L CLASSTFTCATTON SYSTEM (ASTM D 24871
MAJOR
DIVISIONS
GROUP
SYMBOL TYPICAL DESCRIPTIONS GRAPH.
SYMBOI
U)J
o
U)
ô
tuz
É.(,
ul
U)
É.
o
O
Éuts-<ı>sulotu
Jt 6Ísgzñ ú
9ø
oã
GW WELL GRADED GRAVELS, GRAVEL.SANO MIXTURES, LITTLE OR
NO FINES
o
GP POORLY GRADED GRAVELS, OR GRAVEL-SAND
MIXTURES, LITTLE OR NO FINES O
GM SILry GRAVELS, GRAVEL-SAND.SILT MIXTURES, NON-PLASTIC
FINÊS
GC CLAYEY GRAVELS, GRAVEL-SAND-CLAY MIXTU RES, PLASTIC
FINES
SW WELL GRADED SANDS, GRAVELLY SANDS, LIT'TLE OR NO FINES
SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO
FINÊS
SM SILry SANDS, SAND-SILI MIXTURES, NON.PLASTIC FINES
SAMPLE / SUBSURFACE
WATER SYMBOLS
GRAPH.
SYMBOI.
SC CLAYEY SANDS, SAND-CLAY MIXTURÊS, PLASTIC FINES
ØJ
ı
U)
o
uJz
É.o
lrJz
tr
É-
[<=
iÊØdÉ ve9 d
ã>:a
I
ML INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CLAYEY
FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICIryCALIFORNIA MODIFIED I
CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY
CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYSSTANDARD PENETRATION TEST (SPT)O OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW
PLASTICITY
SHELBY TUBE E MH INORGANIC SILIS, MICACEOUS OR DIATOMACEOUS FINE SANDY
OR SILÎY SOILS, ELASTIC SILTSBULK
CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS
SUBSURFACE WATER
DURING DRILLING Y OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC
SILTS
SUBSURFACE WATER
AFTER DRILLING V PT PEAT AND OTHER HIGHLY ORGANIC SOILS V
OBSERVED MOISTURE CONDITION
DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED)
CONSISTENCY
COARSE GRAINED SOILS FINE GRAINED SOILS
rl DESCRIPTIVE lERM BLOWS/FOOT DESCRIPTIVE TERM5PtSPTCA SAMPLER
U-1 U 0-1 tt LTJOST o-2 o-3 VERY SOFT
11-3U 1 t-51)MbUIUM DENSI 3-4 4-7 SOFT
31 -50 5t -43 UTNSI:8-13 MEDIUM SÏIFF
OVER 50 (JVbR A3 VERY DbNSL 9-1 5 14-25 STIFF
1 tt-30 26-50 VERY STIFF
(JVER 30 ()V
GRAIN SIZES
U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING
# 200 #40 #10 #4 3t4 3"12"
SILT & CLAY
SAND GRAVEL
COBBLES BOULDERS
FINE MEDIUM COARSE FINE COARSE
TYPICAL BEDROCK HARDNESS
MAJOR DIVISIONS TYPICAL DESCRIPTIONS
EXTREMELY HARD CORE, FRAGMENT, OR EXPOSURE CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CAN ONLY BE CHIPPED
WITH RÊPEATED HEAVY HAMIVIER BLOWS
VERY HARD CANNOT BÉ SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVY
HAMMER BLOWS
HARD CAN BE SCRATCHED WITH KNIFE
REQUIRED TO BREAK SPECIMEN
OR SHARP PICK WITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLOW
MODERATELY HARD CAN BE GROOVED l/16 INCH DEEP BY KNIFE OR SHARP PICK WITH IV1ODERATE OR HEAVY PRESSURE; CORE
OR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HÊAVY MANUAL PRESSURE
SOFT CAN BE GROOVED OR GOUGED EASILY BY KNIFE OR SHARP PICK WITH LIGHT PRESSURE, CAN BE SCRATCHED WITHFINGERNAIL; BREAKS WITH LIGHT TO MODERATE MANUAL PRÊSSURE
VERY SOFT CAN BE READILY INDENTED, GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WITH
LIGHT MANUAL PRESSURE
TYPICAL BEDROCK WEATHERING
MAJOR DIVISIONS TYPICAL DESCRIPTIONS
FRESH NO DISCOLORATION, NOT OXIOIZED
SLIGHTLY WEATHERED DISCOLORATION OR OXIDATION lS LIMITED TO SURFACE OF, OR SHORT DISTANCE FROM, FRACTURES: SOMÊ
FELDSPAR CRYSÍALS ARE DULL
MODERATELY
WEATHERED
DISCOLORATION OR OXIOATION EXTENDS FROM FRACTURES, USUALLY THROUGHOUT; Fe-Mg IVIINERALS ARE.RUSTY', FELDSPAR CRYSTALS ARE'CLOUDY'
INTENSELY WEATHERED DISCOLORATION OR OXIDATION THRoUGHOUT; FELDSPAR AND Fe-Ms MINERALS ARE ALTERED TO CLAY
TO SOME EXTENT, OR CHEMICAL ALTÊRATION PRODUCES IN SITU DISAGGREGATION
DECOMPOSED DISCOLORATION oR OXIDATION THROUGHOUT, BUT RESISTANT l\i|INERALS SUCH AS QUARTZ MAY BE UNALTERED;
FELDSPAR AND Fe.Mg MINERALS ARE COIVPLETELY ALTERED TO CLAY
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: Simco EP200
AUGER TYPE: 6" Solid Stem
LEGEND: I Ring Sample Q CraO Sample tll Shelby Tube Sample I Sef
NOTË: Thislogofsubsurfacecond¡t¡onsisasimplificationofactual conditionsencountered. ltappliesatthelocationandt¡meofdrilling
Subsurface conditions may d¡ffer at other locations and t¡mes.
Boring No. 4
PAGE 1 OF 1
JOB NO.: SL-17816-5A
DATE: 05115117
SAMPLE DATATERRACE HILL WATER TANK REHABILITATION
Bishop Street
San Luis Obispo, California
U)U'fo
u)(J
U)l
Jod¡
Ø
S@[L DtrS@RIPTI@N
J
>ãtf ottr,9
z
o-'H
=;<F
U)
t-
v)ZCLuoo-9
É.o
IJJ
É.f^t- \oØa
ı
ØZ
=ãO.s
dH
\
\
CL SANDY LEAN CLAY: dark brown, stiff, moist,
trace gravel (Fill)
1-r-r
SANDSTONE:orange brown, very soft, moist,
severely weathered (Franciscan Melange)
CLAYSTONE: brown to gray brown, soft, moist
soft, less weathered
T^
[$o-
10
2
3
4
7
8
I
20
21
22
23
24
25
26
11
12
13
14
15
16
17
18
19
End of Boring @ 10.0'
No subsurface water encountered
1.0 - 4.0
5.0 - 6.5
8.5 - 10.0
o
o
13
10
25
37
29
40
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: Simco 8P200
AUGER TYPE: 6" Solid Stem
LEGEND: I Ring Sample Q CraO Sample l-l Shelby Tube Sample I Ser
NOTE: This log of subsurface conditions is a simplificat¡on of actual cond¡tions encountered. lt appl¡es at the locat¡on and time of dr¡lling.
Subsurface condit¡ons may d¡tfer at other locat¡ons and t¡mes.
Boring No. 5
PAGE 1 OF 1
JOB NO.: SL-17816-5A
DATE: 05115117
SAMPLE DATATERRACE HILL WATER TANK REHABILITATION
Bishop Street
San Luis Obispo, California
ØØf(J
.t)o
U)f,
Jod)
U)
S@[L EESGRIPTI@N
J
>ô(Y 0)trp
z
UJ
=J UItL o-
=><t
t-
(/)
ZCUJOog
É.o
s
uJ
É.ft-
U)
o
ØZ3.9adH
SC CLAYEY SAND W|TH GRAVEL: gray brown,
loose, moist (Fill)
METAVOLCANIC ROCK: olive, soft, slightly moist,
weathered, friable (Franciscan Melange)
erately hard
t^
hd)fi,9o-
0
2
-3
22
23
2+
25
26
13
4
5
7
8
I
10
11
12
14
15
17
18
19
20
21
End of Boring @ 8.5'
No subsurface water encountered
1.0 - 4.0
5.0 - 6.0
8.0 - 8.5
o
o
o No
30
50t4"
50t2"
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
DIVISION XIII APPENDICES
APPENDIX
APPENDIX
0
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.
APPENDIX
APPENDIX
1
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 and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
APPENDIX
APPENDIX
2
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. 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:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT