SCOPE OF WORK: TECHNICAL SPECIFICATIONS AND CONTRACT ... · scope of work: technical specifications...

21
SCOPE OF WORK: TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS BID # B6744 HARNEY LANE LANDFILL FLARE STATION BLOWER AND PIPPING REPLACEMENT

Transcript of SCOPE OF WORK: TECHNICAL SPECIFICATIONS AND CONTRACT ... · scope of work: technical specifications...

SCOPE OF WORK:

TECHNICAL SPECIFICATIONS

AND CONTRACT DRAWINGS

BID # B6744

HARNEY LANE LANDFILL

FLARE STATION

BLOWER AND PIPPING REPLACEMENT

HL-Flare Station Blower And Piping Replacement 1 San Joaquin County Purchasing Department

SCOPE OF WORK

1. Remove and dispose flare station’s existing blowers and piping.

2. Install piping from the field header to the blowers and then to the flame arrestor. Install a new automatic shutoff valve.

3. Install new blowers.

HL-Flare Station Blower And Piping Replacement 2 San Joaquin County Purchasing Department

TECHNICAL SPECIFICATIONS

HARNEY LANE LANDFILL

FLARE STATION

BLOWER AND PIPING REPLACMENT

PART I. GENERAL

A. DEFINITIONS

1. County: San Joaquin County Public Works Department Solid Waste Division.

2. Engineer: The authorized representative of the County.

3. Standard Specifications: Standard Specifications of the State of California Department of Transportation May 2006.

B. GENERAL REQUIREMENTS

The work identified herein shall be in accordance with the Standard Specifications, these Technical Specifications and the contract drawings.

C. WORK LOCATION

Work location is at the closed Harney Lane Sanitary Landfill. The address is 14750 E. Harney Lane, Lodi, California.

D. WORK HOURS

1. Work hours shall be from 8:00 A.M. to 5:00 P.M. Monday through Friday excluding public holidays.

2. Contractor’s personnel may be on site and performing work on scheduled working days during work hours.

E. WORK SCHEDULE

1. County and Contractor will mutually schedule the work start date after award and approval of contract. A notice to proceed will be sent by the County identifying work start dates, mobilization time, the project Engineer’s contact information and other information of the project. The contractor will be allowed sufficient time to order and receive the blowers prior to the start of working days.

HL-Flare Station Blower And Piping Replacement 3 San Joaquin County Purchasing Department

F. TIME ALLOWED TO COMPLETE WORK

1. Contractor shall complete the blower installation and LFG piping work within ten (10) working days. Time is of the essence in this Contract. Contract days will be suspended in accordance with the order of work.

2. Two (2) calendar days will be allowed after the conclusion of the working days for demobilization work.

3. Contractor shall pay to the County the sum of $500.00 per day liquidated damages for each and every calendar day’s delay in finishing the work.

G. TIME ALLOWED FOR LFG FLARE DOWN TIME

1. The total LFG system down time allowed in the contract is 24 hours. A shutdown time of no more than this allowed time is of the essence in this contract.

2. Contractor shall pay to the County the sum of $200.00 per hour liquidated damages for each and every hour in having the LFG system shutdown down past the allowed downtime. Downtime minutes will be prorated.

H. USE OF SITE

1. General

a) The Contractor shall provide drinking water and other worksite facilities required by OSHA for contractor’s workers. Contractor may use the portable toilet on site.

b) Contractor shall install a padlock at the main entrance gate and at the flare station on the first working day in the presence of the Engineer. The lock on the main entrance gate shall be locked in series with other County locks. Contractor shall provide a key of contractor’s lock to the Engineer. Contractor shall remove personal locks after completing the project.

c) Contractor shall lock the landfill’s main entrance gate by Harney Lane unless entering or exiting the facility.

d) Contractor shall lock the flare station gate at the end of each working day.

2. Water

Water is available on site from the overhead truck fill located next to the flare station (Sheet 1).

3. Care of Work Site

a) Contractor shall collect meal trash and other litter generated by the Contractor daily and dispose of this material appropriately off site.

b) Contractor shall provide a dumpster for dismantled piping and debris.

HL-Flare Station Blower And Piping Replacement 4 San Joaquin County Purchasing Department

4. Staging and Parking

a) Contractor shall stage materials and equipment at the work site as shown on the plans. The Contractor shall be responsible for contractor’s materials and equipment. The County is not responsible for thefts, vandalism or damage to Contractor’s material and equipment left on site. The site has a barbed wire perimeter fence and the flare station has a chain link fence.

b) Contractor’s workers shall park in areas as directed by the Engineer.

5. Smoking Privileges

a) Smoking will be allowed only in Contractor's vehicles when located in an area not subject to fire. Smoking materials shall be contained within Contractor’s vehicle. Burning cigarettes shall not be thrown at the site. Failure to comply with this requirement will result in a smoking ban at the site.

I. SITE CONDITIONS

1. Verification of Conditions

a) Contractor shall verify existing conditions before commencing work. Discrepancies between the bid items and field conditions shall be immediately reported to the Engineer who shall determine if there needs to be a change order. Contractor’s failure to call discrepancies to the Engineer’s attention constitutes acceptance of those conditions.

b) Contractor shall not modify the work without prior authorization by the Engineer.

J. RESPONSIBILITY FOR SAFETY

1. Contractor is solely and wholly responsible for the safety of Contractor’s workers. Contractor shall follow Occupational Safety and Health Administration (OSHA) safety standards.

2. Work may involve exposure to landfill gas (LFG). The work of this contract does not include excavation of refuse or contact with refuse.

a) Landfill Gas

i When buried in a landfill, refuse and other organic material produces LFG. LFG is approximately 50 percent methane by volume and may contain other contaminants.

ii LFG may also contain trace concentrations of organic compounds. Some of these compounds are known to be hazardous in high concentrations or may have carcinogenic potential. When present in LFG, such compounds are usually in the parts-per-million or parts-per-billion range. Dilution of LFG in air to below the OSHA safety limits of 1.25 percent methane (25 percent of the Lower Explosive Limit) usually reduces the concentration of trace components to below detection limits.

HL-Flare Station Blower And Piping Replacement 5 San Joaquin County Purchasing Department

iii The lower explosive limit of LFG is five percent (5%) by volume in air. Potential hazards with LFG include: Fire, Explosion and Asphyxiation.

b) The Contractor shall verify that the work area will meet OSHA requirements for oxygen and combustible gas.

c) Contractor shall perform work that involves heat sources, such as welding, or any other work with higher temperatures that could ignite LFG only after the safety of the work area has been verified by the Contractor.

K. PROTECTION OF EXISTING FACILITIES

1. The Contractor shall protect following existing facilities at the flare station:

a) Condensate drain pipes

b) Electrical wires and conduits

c) High pressure air line

d) Condensate destruction line to the flare

e) Condensate knock-out tank (KO tank)

f) Pipe supports

g) Flare flame arrestor

h) Condensate collection sump

i) Flow Meter

2. Contractor shall be responsible for damage caused to existing facilities.

L. DOCUMENTS ON SITE

Contractor shall maintain a complete set of contract documents on site. Contract documents include signed contracts, Standard Specifications, contract drawings and specifications. The Engineer may halt work until contract documents are present.

M. SUBMITTALS

1. The Contractor shall submit the items listed below five (5) working days after award of contract by the County. Submittals shall include sufficient information to allow the Engineer to verify that the product proposed complies with the specifications.

a) Alternate work order, if desired.

The work order shall identify each task in the work order and specify each task’s expected starting and completion time. Contractor shall identify the flare shutdown schedule, and the concrete curing time.

HL-Flare Station Blower And Piping Replacement 6 San Joaquin County Purchasing Department

b) Blower information, installation instructions and performance curve.

c) Butterfly valve information.

d) Automatic shutoff valve information and installation instructions.

e) Substitution for approved products, if any.

f) Operation and maintenance manual for the blowers and automatic shut off valve.

g) Concrete wedge anchor installation instructions.

2. Submittals shall be made in writing, signed and dated by the Contractor. The Engineer will retain three copies.

3. Contractor shall identify characteristics of proposed materials or methods that deviate from the contract specifications, if any. Engineer may reject proposed materials or methods that do not meet contract requirements.

4. Contractor shall allow five (5) working days for the Engineer to review each submittal. Engineer will review submittals without deliberate delay upon receiving the submittals. The Engineer will be the sole judge of the sufficiency of the information.

5. Review of submittals by the Engineer does not relieve the contractor of responsibility to follow the contract specifications, nor does it relieve the contractor from responsibility for errors or omissions in the submittal. Allowed deviations from the contract specifications, if any, will be identified in writing by the Engineer.

6. Additional Information.

Contractor shall provide electrician’s license and HDPE pipe welder certification prior to starting work on site.

N. CONTRACT CHANGE ORDERS

1. Contract change orders or notifications will be made in writing by the Engineer according to standard specification section 4-1.03. Verbal agreements are not binding.

2. If a directive by the Engineer, whether written or verbal, seems to the Contractor to be a change of contract scope, the Contractor shall immediately call the Engineer's attention to that interpretation. Failure of the Contractor to call Engineer’s attention to such a directive is acceptance by the Contractor of that directive as a contract change at no additional cost and at no additional contract time.

HL-Flare Station Blower And Piping Replacement 7 San Joaquin County Purchasing Department

PART II. PRODUCTS

A. GENERAL

1. Materials shall be new and free of defects.

2. PVC pipe and fittings shall be Schedule 80 or as indicated.

3. Flanges shall be provided with flange gaskets, bolts, nuts and washers.

4. Flange gaskets shall be full face EPDM or Viton.

5. Flange adapter back up rings shall be ductile iron coated with Polypropylene (PP) coatings.

6. Bolts, nuts and washers shall be hot dipped galvanized or 304 stainless steel. Bolts and washers shall be of appropriate application size.

7. Teflon pipe compound shall be applied on all threaded joints.

8. Anti-Seize lubricant shall be applied on bolt threads before connection.

9. Stainless steel (SS) pipe and fittings shall be 304 stainless steel. SS pipe shall be schedule 40. SS pipe and pipe fittings shall be either threaded or welded.

10. Air pipe and its fittings shall be schedule 40 galvanized steel pipe.

11. Concrete Wedge Anchors shall be:

a) Hot-dipped galvanized.

b) Included with appropriate size galvanized washers and nuts

c) Diameter:

i Blower: In accordance with the blower manufacturer’s instructions.

ii Unistrut post base: 1/4” less than the diameter of the post base holes.

d) Installed in accordance with the manufacture’s specification.

B. BLOWER

The proposed blower shall meet the following specifications:

1. Type: positive displacement “Regenerative”

HL-Flare Station Blower And Piping Replacement 8 San Joaquin County Purchasing Department

2. Service:

a) Gas moved:

i Landfill gas, between 20% and 50% methane.

ii 60 to 110 deg F, 100% humidity at lower temperatures.

b) Installation in San Joaquin County (California Central Valley climate).

3. Performance: 350 c.f.m @ 45” WC, primarily vacuum service.

4. Cast aluminum housing, impeller and manifold.

5. Seals: appropriate for landfill gas use.

6. Oil-free discharge gas.

7. Connection:

a) Standard female pipe thread.

b) Bottom inlet and discharge.

8. Motor Requirements:

a) 60 Hz, Three phase (3ph), 480 volts

b) Totally Enclosed, Fan Cooled (TEFC) enclosure

c) Horsepower as required.

d) UL and CSA approved

e) Starting Amps: 40 amps max

C. BUTTER FLY VALVE

1. Butterfly valves shall be:

a) Ductile iron or steel body.

i Wafer style body for the blower inlet and discharge

ii One-piece full lugged body for the field header and automatic shutoff valve. Bolt holes shall not be threaded.

b) Compatible with ANSI class 150 flange standards.

c) Stainless steel disk and trim.

d) Teflon seats unless indicated otherwise.

HL-Flare Station Blower And Piping Replacement 9 San Joaquin County Purchasing Department

e) Short neck stem.

2. Butterfly-valves in the blower inlet and discharge piping shall have a metal handle lever with standard notched lock.

3. The field header butterfly valve shall be gear-operated. The gear shall have the following features:

a) Shall have an indicator showing the position of the valve and open/close positions.

b) Shall have smooth operation.

c) Gear seal shall be weather-proof.

d) Shall be right hand close

D. AUTOMATIC SHUTOFF VALVE

1. Automatic shutoff valve shall be a butterfly valve assembled with the compatible pneumatic actuator, limit switch with a valve position indicator. The unit shall be able to function with the electrical controls of the flare. See attached as-built electrical drawings.

2. Pneumatic actuator shall have the following features:

a) Aluminum alloy weatherproof valve body.

b) Compatible with the butterfly valve chosen by the Contractor.

c) Able to open and close the butterfly valve with a quarter turn.

d) Spring return valve closing feature.

e) Comprised with a compatible solenoid valve.

i Solenoid valve shall be:

• Namur mount

• NEMA 4 rated

f) Furnished with a limit switch, which shall:

i Have NEMA 4 and explosion proof enclosure

ii Be equipped with a Mechanical switch (2-SPDT) or better

• Capable of sending electrical signals back to the flare controls when on and off.

HL-Flare Station Blower And Piping Replacement 10 San Joaquin County Purchasing Department

iii Have a visual valve position indicator (Open or Closed).

g) Manufacturer: Flowmatic or equivalent.

E. HDPE PIPE

1. HDPE pipe shall be SDR 11.

2. HDPE fittings shall be factory injection-molded.

3. Electrofusion transition saddles shall have its base the same size as the piping on which it is installed on and shall have a 3/4” outlet with brass female adapter. Provide reducers as needed.

F. SAMPLING PORT

Sampling port shall be comprised of Hayward Industrial Products LC series stop cock valve, or equivalent, with the following features:

a) ¼” male NPT connections.

b) Barb X male pipe thread fittings.

G. CONCRETE

Concrete shall attain a minimum compressive strength of 4000 psi in 28 days (6 sack mix). Concrete shall be obtained from a commercial concrete supply source, and shall be continuously stirred in transit from the supply source to the site. Field-mix concrete is not acceptable.

H. CONCRETE BONDING AGENT

Concrete bonding agent shall be QUIKRETE concrete bonding adhesive #9902, or approved equivalent.

I. EPOXY

Epoxy shall be HILTI- HIT RE 500 inject adhesive, or approved equivalent.

J. TEMPERATURE GUAGE

1. Temperature gauges shall be as follows:

a) Wetted Materials: 304 SS.

b) Housing Material: 300-series stainless steel.

c) Lens: Glass with 2" to 3” dial size.

d) Accuracy: ±1% full scale.

HL-Flare Station Blower And Piping Replacement 11 San Joaquin County Purchasing Department

e) Process Connection: 1/4" NPT.

f) Stem Diameter: 1/4" NPT.

g) Immersion Depth: 3” to 4" in.

h) Temperature Range 0F to 250 F

i) Manufacturer: Dwyer or equivalent

K. PRESSURE GUAGE

1. General

a) Accuracy ±2% of full scale.

b) Dial Size: 2.5” to 4”.

c) Case: Stainless Steel.

d) Service: Compatible gases and liquids.

e) Wetted Parts: 316 Stainless steel.

f) Bottom process connection with 1/4" male NPT.

g) Units of Measure: Inches of Water Colum (WC).

h) Manufacturer: Dwyer or equivalent

i) Pressure Gauge (vacuum) for Blower Inlet and Field Header

i Pressure Rage: 0 to -80” WC.

ii Shall be Dwyer SGF-D7622N low pressure gauge or equivalent.

j) Pressure Gauge (positive pressure) for Blower Discharge

i Pressure Rage: 0-200” WC.

ii Liquid Filling: Glycerin.

L. EXPANSION AND CONTRACTION JOINT

1. Expansion And Contraction Joint (ECJ) shall be UNAFLEX rubber expansion contraction joint “UNASPHERE” style 802 or equivalent.

2. ECJ shall be constructed with Neoprene and shall be able to handle 25 degree angular deflection.

HL-Flare Station Blower And Piping Replacement 12 San Joaquin County Purchasing Department

M. PIPE RACK

1. Pipe rack fittings and channels shall be Unistrut or equivalent. Unistrut part No’s shown on contract drawings for convenience only and not intended to specify Unistrut.

2. Pipe rack fastening hardware and fittings shall be electro galvanized. The channel thickness shall be 12 gauge and 1 5/8 inch size.

N. DIRECTIONAL FLOW INDICATION

1. Pipe directional flow indicator shall be:

a) Made of plastic and be weather resistant

b) Snap around type

c) Labeled “Gas” and be (black/yellow) in color

d) SETON or equivalent

O. AIR PRESSURE REGULATOR

1. Air pressure regulator shall be

a) Ingersoll Rand ARO 2000 Series filter-regulator or equivalent.

b) NPT type connections

c) Mounted securely on the pipe rack

PART III. EXECUTION

A. ORDER OF WORK

1. Contractor shall adhere to the following order of work:

a) Remove existing blower No.1.

b) Provide blower pad extension for Blower No.1. Cover with plastic and moisture daily.

HL-Flare Station Blower And Piping Replacement 13 San Joaquin County Purchasing Department

c) Allow seven calendar days for concrete to cure. Working days are suspended during this time. Contractor shall not perform work except for moistening the concrete.

d) Install Blower No.1, including electrical connection but not including attachment to pipe. Contractor may postpone installing wedge anchors at blower base.

e) Assemble HDPE pipe and fittings.

f) Notify the Engineer of intended flare shut down in accordance with these specifications. The Engineer will shut down the flare at the Contactor’s request. See limitations on LFG system down-time.

g) With the flare shutdown:

i Minimize release of LFG through the LFG header pipe.

ii Remove existing piping and pipe racks as indicated on contract drawings. See piping disposal requirements.

iii Install HDPE piping and associated items, including automatic shutoff valve. Install blower No 2’s piping up to the expansion and contraction joint on both inlet and discharge.

iv Reinstall flow meter

h) Secure Blower number 1 to blower pad,

i) Open the pipe on the inlet of Blower No.1, demonstrate proper operation of the blower and automatic shut off valve to the Engineer.

j) Close Blower No 2 inlet and discharge butterfly valves.

k) Request the Engineer to restart the flare.

l) After flare has re-started, remove existing blower No.2

m) Provide blower pad extension for Blower No.2. Enclose in plastic and moisten daily.

n) Allow seven calendar days for concrete to cure. Work days are suspended during this time. Contractor shall not perform work except for moistening the concrete.

o) Flare shall not be shutdown for the installation of blower No 2

p) Install and connect Blower No.2 piping and electrical.

q) Demonstrate proper operation of Blower No.2.

HL-Flare Station Blower And Piping Replacement 14 San Joaquin County Purchasing Department

B. FLARESHUT DOWN

1. Engineer will shut down the flare at the request of the Contractor. Shutdown request shall be made in writing during working days from 8 a.m. to 5.00 p.m.

2. Contractor shall provide minimum of 24 hrs notice for LFG flare shutdown, and the duration of the shutdown, to the Engineer. Contractor shall not shut down the LFG flare without consent of the Engineer.

3. The minimum flare shutdown duration shall be 4 hours.

C. BLOWER PAD

1. Contractor shall extend the height of the blower pad to meet the height requirements of the blower inlet and discharge.

2. Concrete shall be poured over existing blower pad to extend the blower pad.

3. Contractor shall do the following prep work before constructing blower pad’s concrete forms:

a) Roughen the existing blower concrete pad by making multiple half inch chips on the existing concrete surface.

b) Clean concrete pad.

c) Apply concrete bonding agent on existing concrete according to manufacturer’s instruction.

d) Install rebar. Tie rebar joints with 16 gauge tie wire.

4. Concrete shall be poured in the presence of the Engineer.

5. Concrete shall be vibrated when poured. Voids in the concrete shall be minimized.

6. The top surface of the blower pad shall be finished smooth and level.

7. Contractor shall wet concrete after removing forms and enclose concrete in plastic moisture barrier. Wet the concrete beneath the moisture barrier seven days after pouring concrete.

8. Contractor shall allow seven calendar days for concrete to cure. Working days are suspended during this time.

9. Contractor shall patch voids in the concrete blower pad with ready-mix concrete patching compound or equivalent after the concrete has cured and its forms removed.

HL-Flare Station Blower And Piping Replacement 15 San Joaquin County Purchasing Department

10. Contractor shall apply QUIKRETE concrete resurfacer or equivalent to side of the blower pads after patching holes.

D. BLOWER INSTALLATION

a) Blowers shall be mounted in accordance with the manufacturer’s instructions.

i Blowers shall not vibrate during operation.

b) Electrical Connection

i Contractor shall:

ii Connect the existing electrical wires at the blower pad to the new blowers.

iii Remove electrical whip’s extra length before making blower connection.

iv Secure electrical conduit to the blower pad.

E. PIPING

1. Contractor shall cap or block the main LFG header pipe after dismantling pipe connections from the main header to prevent escape of LFG.

2. HDPE piping shall be joined by butt fusion and in conformance with the manufacturer's specifications.

3. Electro-fusion couplings may be used in-lieu of butt welding when approved by the Engineer.

4. The Contractor shall remove HDPE pipe shavings from the pipe interior prior to installation.

5. Contractor shall adjust blower inlet piping connections to make the connection to the inlet header.

6. Pipes shall be supported and anchored as shown on the drawings.

7. PVC pipe shall be installed according to manufacturer’s recommendations.

8. One of the existing 2” PVC condensate drain line will not be used after the installation of the new piping. The contractor shall glue an end cap on the drain line as directed by the Engineer.

9. Contractor shall verify the slope of the inlet header, discharge header and blower discharge pipe in the presence of the Engineer.

10. Contractor shall install one (1) snap-around directional flow arrow markers on the two blower’s inlet and discharge piping. Contractor shall provide four (4) extra 6” size directional flow arrow markers to the Engineer.

HL-Flare Station Blower And Piping Replacement 16 San Joaquin County Purchasing Department

F. GAUGES

1. Contractor shall electrofuse transition saddles on the HDPE piping as indicated on contract drawings for pressure/vacuum gauges, sampling ports and the flow meter. Installation shall be in accordance with the pipe manufacturer.

2. Provide reducers in the transition saddle outlet to accommodate ¼” NPT connections. Connections shall not leak.

3. Contractor shall drill and tap into the HDPE pipe and then install the gauges in locations where electro fusion transition saddles cannot be electro fused.

G. FLOW METER

Contractor shall install the existing flow meter on the new HDPE piping at same location. Contractor shall connect existing electrical wiring to the flow meter after re-installing the flow meter.

H. BUTTERFLY VALVE.

1. Valve installation shall be per the manufacturer's specifications.

2. Contractor shall use HDPE SDR 17 flange adapters instead of SDR 11 flange adapters for butterfly valve installation.

3. Butterfly valve shall open and close without obstructions.

4. Contractor shall re-install butter fly valves that do not open and close smoothly.

I. AUTOMATIC SHUTOFF VALVE

1. Contractor shall install the automatic shutoff valve in accordance with the manufacturer’s instructions.

2. Contractor shall connect existing flare control and electrical wiring to the automatic shutoff valve.

3. High pressure air pipe.

a) Contractor shall remove the existing air pipe lateral from the high pressure header to the automatic shutoff valve.

b) Contractor shall install approximately 10 LF of air pipe with three elbows to the automatic shutoff valve. Air pipe shall be secured to the concrete pad and to the pipe rack.

c) Contractor shall install the following on the air pipe as directed by the Engineer:

HL-Flare Station Blower And Piping Replacement 17 San Joaquin County Purchasing Department

i A pressure regulator downstream of the automatic shutoff valve.

ii A brass¼” quick connect coupler upstream of the pressure regulator.

iii A NPT brass ball valve upstream of the ¼” quick connect coupler.

d) Contractor shall reduce the diameter of the air pipe as needed to make connections to the selected actuator.

i Contractor shall use up to 2 LF SS tube or SS flex hose to connect to the automatic shutoff valve’s solenoid valve.

4. Automatic shutoff valve shall operate in conjunction with the existing flare controls and alarm features.

a) Automatic shutoff valve shall open and remain open when the LFG system is on. On the other hand, the automatic valve shall close and remain closed if the LFG system is not in operation.

5. Contractor shall test the functionality of the automatic shutoff valve in the presence of the Engineer.

J. PIPE RACK

1. Existing pipe racks are shown on the contract drawings.

2. Contractor shall remove existing pipe racks which are not to be used only.

a) Wedge anchors bolts of removed pipe racks shall be cut and then grinded flush to the concrete pad. Wedge anchor bolt holes, if any, shall be filled ready-mix concrete patching compound.

3. Contractor shall modify existing pipe racks to be kept and used as shown on the contract drawings. Modification may include adding new vertical posts on the existing pipe rack post base, installing new u-brackets, braces and other miscellaneous parts to support new and/or existing piping and electrical conduits.

4. Unistrut or equivalent manufacture’s specifications shall be followed for fabrication and installation of the pipe rack.

5. Pipe rack supports shall be installed at the location as shown on the contract drawings.

6. Existing PVC condensate drain line shall be supported on the pipe rack and sloped to drain after the completion of work.

K. PAINTING

1. Contractor shall provide one (1) gallon Rustoleum or equivalent paint and one (1) laborer for 4 hours when working days are suspended to clean and paint existing

HL-Flare Station Blower And Piping Replacement 18 San Joaquin County Purchasing Department

metal pipes as directed by the Engineer. Paint shall be rust inhibitive, semi-gloss, and gray in color.

L. TESTING

1. Demonstrate functions and operation of the blowers, automatic shutoff valve, flow meter, pressure and vacuum gauges, sampling ports and butterfly valves and other items in the presence of Engineer after completion of all work. Contractor shall diagnose and fix any malfunctions or improper operations. Contractor shall schedule a testing day for at least 4 hours with a minimum of 48 hours notice to the Engineer.

PART IV. MEASUREMENT AND PAYMENT

A. GENERAL

1. No partial payments will be made.

2. Payment for work will be made after completion of work and successful testing by the Engineer.

3. Inclusiveness of Payment: Payment shall be for work as shown on the contract drawings and as specified herein. Payment shall be full compensation for labor, materials, equipment, insurance and other overhead.

B. MOBILIZATION/DEMOBILIZATION

1. Mobilization shall include:

a) Submittals of required documents and information in the contract.

b) Transmittals of additional information.

c) Delivery to the site and work area all necessary equipment, tools, materials and supplies in good working order.

d) Establishing a work force sufficient to commence and sustain the scope of work.

e) Providing a working cell phone to the job foreman. The Contractor shall provide the job foreman’s cell phone number to the Engineer.

HL-Flare Station Blower And Piping Replacement 19 San Joaquin County Purchasing Department

f) Removal and disposal of existing blower components, PVC piping, existing Unistrut channels and miscellaneous parts to North County Landfill located at 17720 E Harney Lane Lodi, Ca. Contractor shall pay disposal fees.

i Contractor shall deliver the existing blower motors to North County landfill. Disposal fee will not be charged.

ii Following items shall be left on site at the flare station:

• Existing pneumatic actuator with all electrical controls.

• Old snook hoses.

• Old butterfly valves and flanges.

g) Providing a dumpster to contain dismantled piping and debris.

h) Testing

i) All other work specified here in not part of or included with other bid items.

2. Demobilization shall include:

a) Removal of equipment, tools, surplus materials, sanitary facilities and debris generated by the work.

b) Restoring work area to a condition equal or better than that prior to the start of construction, to the satisfaction of the Engineer.

3. Payment for mobilization/demobilization will be based on the lump sum price quoted in the bid sheet. Payment shall be full compensation for labor, materials, tools, equipment, and overhead.

C. PIPING

Payment for piping shall be based on the lump sum amount quoted in the bid sheet. Payment shall include installation of piping as shown on the contract drawings which include installation of: existing flow meter, sampling ports, pressure gauges, temperature gauges, butterfly valves on the field header and blower inlet and discharge and condensate drain for the inlet header, extending the condensate drain pipe and capping one condensate drain pipe, installing and furnishing extra directional flow arrow markers and other associated work. Any other work related to PVC and HDPE piping not described here-in shall be part of piping work.

D. BLOWER

Payment for the blowers shall be by the unit price quoted in the bid sheet. Payment shall include blower delivered on site without out installation.

E. BLOWER INSTALLATION

HL-Flare Station Blower And Piping Replacement 20 San Joaquin County Purchasing Department

Payment for the blower installation shall be based on the lump sum price quoted in the bid sheet for providing blower pads, mounting new blowers on the blower pads per the manufactures instructions, making all electrical connection to the blowers, connecting LFG piping to the blowers, installing pipe markers, securing blower electrical conduit, testing the operation of the blowers and other work as shown on the contract drawings and as specified here-in.

F. AUTOMATIC SHUTOFF VALVE INSTALLATION

Payment for the automatic shutoff valve shall be by the lump sum price quoted in the bid sheet. Payment shall include furnishing the automatic shutoff valve, installing the automatic shutoff valve in the discharge header, removing existing air pipe lateral, installing new air pipe and fittings, installing pressure regulator, quick connect coupler and brass ball valve, securing the air pipe and pressure regulator, making final connection of the air pipe to the valve’s solenoid valve, connecting electrical wiring to the valve, and testing the operation of the valve.

G. PIPE RACKS

Payment for pipe rack shall be based on the lump sum price quoted in the bid sheet. The price quoted shall include removing unused existing pipe racks, modifying existing pipe rack supports, installing new pipe rack supports to support/brace HDPE pipes, installing braces on existing or new pipe rack supports for expansion joints, and supporting/securing existing condensate drain pipes, electrical conduits and high pressure air lines.

N:\1Harney Lane\Blowers 2011\HL Blower & Pipping Rep Specs_3-17-11.doc