INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI...

28
INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 1. Completion of Bid Forms: a. Use the Form of Proposal supplied by the Town. b. Make copies of bid forms for your records and submit originals. c. All blanks shall be filled in by printer, typewriter or manually in ink. d. Where so indicated, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. e. Any interlineations, alterations or erasures must be initialed by the signer of the Form of Proposal. f. The Form of Proposal shall be signed by the person or persons legally authorized to bind the Bidder to a contract, using the legal name of the signer. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder. 2. Submission of Bids: a. The Form of Proposal shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to: Harvey Spurlock, Public Works Director Town of Chincoteague, Inc. 6150 Community Drive Chincoteague Island VA 23336 b. The Bidder's name and address shall appear on the sealed opaque envelope. Additionally, the envelope shall be labeled and bear the Contract number (01-WTR- 20) for which the bid is intended. c. If the bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof. d. Bids shall be delivered to the Town of Chincoteague office, located at the aforementioned address, prior to the time and date for receipt of Bids indicated in the advertisement or Invitation to Bid, or any extension thereof made by Addendum. Bids received after the time and date for receipt of bids will be returned unopened. e. The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids.

Transcript of INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI...

Page 1: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 1. Completion of Bid Forms: a. Use the Form of Proposal supplied by the Town.

b. Make copies of bid forms for your records and submit originals. c. All blanks shall be filled in by printer, typewriter or manually in ink. d. Where so indicated, sums shall be expressed in both words and figures, and in case

of discrepancy between the two, the amount written in words shall govern. e. Any interlineations, alterations or erasures must be initialed by the signer of the

Form of Proposal. f. The Form of Proposal shall be signed by the person or persons legally authorized to

bind the Bidder to a contract, using the legal name of the signer. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder.

2. Submission of Bids:

a. The Form of Proposal shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to:

Harvey Spurlock, Public Works Director Town of Chincoteague, Inc. 6150 Community Drive Chincoteague Island VA 23336

b. The Bidder's name and address shall appear on the sealed opaque envelope. Additionally, the envelope shall be labeled and bear the Contract number (01-WTR-20) for which the bid is intended.

c. If the bid is sent by mail, the sealed envelope shall be enclosed in a separate

mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof.

d. Bids shall be delivered to the Town of Chincoteague office, located at the aforementioned address, prior to the time and date for receipt of Bids indicated in the advertisement or Invitation to Bid, or any extension thereof made by Addendum. Bids received after the time and date for receipt of bids will be returned unopened.

e. The Bidder shall assume full responsibility for timely delivery at the location

designated for receipt of Bids.

Page 2: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

f. Additive bid items are bid items not considered part of the base bid but shall be added or subtracted from the total contract amount (based upon the bidder’s proposed bid amounts and the Town’s available funding for the project). Contract award will be based on the sum of the base bid and all additives.

3. Bid Bond

All bids shall be accompanied by a bid bond as bid security in an amount not less than five (5) percent of the bid. Bid bonds may be furnished in the form of certified checks. Bids not accompanied by the bid bond will not be considered.

4. Rejection of Bids:

The Town shall have the right to reject any or all bids or any portion or bid item thereof and to reject a bid not accompanied by other data required by the bidding documents or to reject a bid which is in any way incomplete or irregular.

5. Acceptance of Bid (Award): It is the intent of the Town to award a Contract to the lowest responsible Bidder provided

the bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. If bid amounts exceed available funds, the Town reserves the right to delete bid items from the contract at its discretion. The Town also reserves the right to accept or reject any individual bid items. The Town shall have the right to waive any informality or irregularity in any bid or bids which, in its judgment, is in the Town's own best interest.

-2- END

Page 3: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

1

TECHNICAL SPECIFICATION FOR TANK CLEANING, PAINTING AND REPAIR

TOWN OF CHINCOTEAGUE

CHINCOTEAGUE ISLAND, VA 23336

WILLOW STREET ELEVATED WATER STORAGE TANK

SECTION 1: GENERAL CONDITIONS

1.1 Contract Format

It is the intent of the Town of Chincoteague to award a contract to the bidder offering the lowest responsible costs for the work herein described. The Contractor must complete all submittals and execute a contract within two weeks of notice of award.

1.2 Contract Representative

The Contract Representative, monitoring the performance of work under the contract, shall be Harvey Spurlock, Public Works Director. All submittals, correspondence, inquiries, etc. shall be directed to his attention at 6150 Community Drive, Chincoteague Island, VA 23336, (757) 336-3366. Field inspections shall be performed by the Contract Representative or a designated inspector under his purview.

1.3 Working Hours

Work shall be performed between the hours of 7:00 AM and 7:00 PM, Monday through Saturday. Work is not permitted on Sundays. 48 hours prior to starting site work, the Contractor shall notify the Contract Representative of his intent to begin. Such notification shall be repeated when consecutive daily work schedules are interrupted.

1.4 Progress Payments

Within twenty-one (21) days from the date of execution of this Agreement, Contractor shall prepare and submit to Owner a schedule of values apportioned to the various divisions or phases of the Work. Each line item contained in the schedule of values shall be assigned a monetary price such that the total of all items shall equal the contract value. Owner shall have the right to reject all or any portion of the Schedule of Values which Owner determines does not accurately define the Work in reasonable detail, or if the detail provided does not accurately reflect an appropriate cost, allocation or proportion of the Work.

Before the end of each payment application period, Contractor and Owner's Project Manager will jointly review Contractor's estimate of items of Work completed and acceptable materials on hand for which Contractor is requesting a progress payment. The joint review (job walk) will occur at the Project site.

Prior to the joint review, Contractor must provide Owner with a progress estimate worksheet showing each activity on the Official Progress Schedule that has been started but is not yet complete. The worksheet will be used during the joint review to document the actual physical percentage complete of each started but uncompleted activity.

After the joint review Contractor may prepare/submit a formal request for payment.

Page 4: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

2

Before receiving final payment, the Contractor shall be required to execute an Owner approved Final

Payment Affidavit certifying all work to be performed under the contract has been fully completed,

and all lienors under the direct contract have been paid.

1.5 Inspection/Acceptance

Upon completion of the work items, and notification by the Contractor of such, an inspection of the completed work will be performed. Any deficiencies discovered in the inspection will be presented to the Contractor for correction. Application for payment may be made by the Contractor upon correction of all deficiencies. The Contractor may be defaulted if deficiencies in completed work are not corrected, and/or inspections reveal repeated poor quality of work.

1.6 Insurance

The Contractor shall maintain during the contract, Workman's Compensation Insurance and Public Liability and Property Damage Insurance. The minimum limits of General Liability shall be:

Bodily Injury......................$1,000,000 each occurrence

$1,000,000 annual aggregate

Liability/Pollution ..............$1,000,000 each occurrence

$1,000,000 annual aggregate

The Contractor shall submit original Certificates of Insurance, as issued by his agent, showing policies to be in effect during the contract. The Town of Chincoteague, Inc. shall be named as an additional insured. Submittals shall be made by the successful bidder to the Contract Representative within 10 days of notice of award.

1.7 Employment Discrimination

During the performance of this contract, the contractor agrees as follows: (a) the contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. (b) The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. (c) Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

1.8 Drug-Free Workplace

During the performance of this contract, the contractor agrees to: (a) provide a drug-free workplace for contractor’s employees, (b) post in a conspicuous places a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition, (c) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace.

Page 5: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

3

1.9 Period of Performance

All work shall be completed by May 30, 2020.

1.10 Performance Bond The Contractor shall furnish a performance bond, in a form and by a surety company approved by the Town, and in an amount equal to 100% of the contract value. The bond shall be made payable to the Town of Chincoteague and delivered within ten days following the award of the contract. Acquisition of a performance bond may be waived by the Town at its sole discretion.

END OF SECTION

Page 6: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

4

SECTION2: DESCRIPTIONS and REQUIREMENTS

1.1 Scope of Work

1.1.1 Contractor shall furnish all labor, materials, means, tools, equipment, services, insurance, bonds, and competent and sufficient number of workmen and competent supervision to properly perform all cleaning, painting and repair work as applicable for the water storage tank as specified in these technical specification with accompanying photographs, drawings, etc. Contractor shall perform all work per the contractual requirements, federal, state and local laws and regulations. Contractor shall complete all work within the contractual stipulated time. All workmanship and materials shall be guaranteed for a period of not less than one year or as otherwise stated in the contractual requirements, effective after all required work has been completed and accepted by the owner and the tank successfully returned to service. This date shall be recorded as the official start of the warranty period.

1.2 Tank Description and Recent Painting History

1.2.1 Tank Description: 200,000 gal. capacity toro-spherical elevated tank built in 1973. height from grade to bottom capacity line 100', head rage 29.5', 36' dia. tank, 4' diameter riser, (4) 24" diameter cylindrical columns.

1.2.2 Tank was last painted in fall 2006, outside: water borne acrylic topcoat only, Inside: epoxy spot touch-up only. Existing system prior to 2006 - no info available.

1.3 Industry Codes, Standards and Regulations

1.3.1 The latest edition of the listed standard and specification shall be used with regard to compliance, materials, procedures, application, inspection, and testing of cleaning and painting operations to the extent specified herein. In case of conflicts, this specification shall govern.

AWWA - DI OO Welded Steel Tanks for Water Storage AWWA - DI 02 Painting Steel Water

Storage Tanks

AWWA - DI 05 Disinfection of Water Storage Facilities

SSPC- SP13 Surface Preparation of Concrete

SSPC- SPII Power Tool Cleaning to Bare Metal

SSPC- SPIO Near-White Blast Cleaning

SSPC - SP7 Brush-Off Blast Cleaning

SSPC - SP6 Commercial Blast Cleaning

SSPC- SPI Solvent Cleaning

SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals

SSPC- VISI Visual Standards for Abrasive Blast Cleaned Steel

SSPC- VIS3 Visual Standards for Power and Hand Tool Cleaned Steel SSPC- PAI Shop, Field and Maintenance Painting SSPC- PA2 Measurement of Dry Paint Thickness

NACE RP0287 - Field Measurement of Surface Profile of Abrasive Blasted Steel

Using Replica Tape

Page 7: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

5

NACE RP0188 Holiday Testing

29 CFR 1910 General Industry Standard

29 CFR 1910.1025 Lead Standard

29 CFR 1926.16 Construction

29 CFR 1926.62 Lead in Construction

1.4 Painting Contractor Qualification

1.4.1 Painting shall be performed by a firm primarily engaged in the cleaning and painting of steel superstructures and water storage tanks. Contractor must have been actively engaged in this field for a period of no less than ten (10) continuous years. Contractor shall submit with his bid as references a history of project names, dates and contacts with phone numbers, for a period of 10 years.

1.4.2 The contractor must have comprehensive experience with accepted industry standards of exterior elevated tank containment systems, e.g. "TEPE" system; rigid scaffolding with fully enclosed containment screens; mini-enclosures, or other proprietary engineered systems which will effectively contain all dust, paint, and other construction debris

1.4.3 The contractor's company and his employees shall be certified by the State of Virginia to be permitted to perform lead paint abatement of steel structures. All surface preparation and associated work shall be performed in full compliance to the latest Federal and State regulations governing this specific work. In addition to the aforementioned qualification requirements, contractor shall submit (5) tank jobs of equal size or greater where he has successfully completed lead paint abatement work including full or localized containment. The Contractor shall submit project names, dates, contacts with phone numbers.

1.4.4 It is the intent that all cleaning, painting, containment, and lead abatement work shall be performed and shall be the sole responsibility of the bidding contractor of record. Any planned subcontractor such as for metal fabrication and repair must be submitted for review and approval with appropriate and sufficient information of qualifications as is required of the contractor and any additional information as requested by the Owner.

1.4.5 No contract will be awarded except to responsible contractors meeting the requirements and capable of performing the class of work specified. Before the award of contract, the contractor may be required to show that he has the necessary facilities, experience, ability, and financial resources to perform the work in a satisfactory manner within the stipulated time.

1.4.6 The Owner reserves the right to inspect the contractor’s equipment and to perform such investigation as may be deemed necessary to ensure that competent personnel and management will be utilized in the performance of this contract.

1.4.7 The Owner reserves the right to accept or reject the painting contractor or a planned

subcontractor based on the information submitted or lack thereof and/or by the Owner's own

investigation. Approval of an intended subcontractor will be at the sole discretion of the Owner and

will be final.

Page 8: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

6

1.5 Material Submittals

1.5.1 Submit complete list of applicable materials and 'Ways and means" proposed to be furnished and installed in accordance with the specification and contractual requirements. Submittals shall be made in a timely manner for the review and approval process.

1.5.2 Submit the blasting abrasive to be used for surface preparation. Information shall include type of material, manufacturer or supplier, grade or sieve size, and paint manufacturer's statement of approval that this abrasive will provide the optimum required surface profile for specified primer and meet the requirement for total paint system thickness. Include certification from abrasive manufacturer or supplier that abrasive is classed as "silica-free" (less than 1% crystalline silica by weight) or requirements set forth according to the latest governing regulations.

1.5.3 Submit paint manufacturers color charts and literature describing products to be provided. Submit technical data sheets for each coating giving descriptive data, curing times, mixing, thinning, and application requirements. Submit appropriate Material Safety Data Sheets (MSDS) after receiving final approval for the coating materials to be used.

1.5.4 Submit manufacturers' certification that coatings supplied are "non-lead" as defined in "Consumer Product Safety Act" and NSF/ANSI std. 61 for potable water as applicable.

1.5.5 Submit paint manufacturer's certification that coating materials conform to all applicable codes and ordinances and specifically volatile organic compound (VOC) ratings requirements for coatings at the time of application at the job location.

1.5.6 Submit a written plan that is acceptable to the Owner for the

"repair/cleaning/correction/settlement" of any damages caused by contractor's operations to surrounding vehicles, structures, buildings or other property. This plan shall be implemented in the event that damages occur.

1.6 Safety Requirements and Submittals

1.6.1 Contractor shall comply with the requirements and standards of the Occupational Safety and Health Act of 1970 (OSHA) and all other Federal State and local laws, ordinances and codes governing all work to be provided under the contract documents.

1.6.2 Contractor shall comply with all OSHA requirements for general industry work. Specific notice is herewith reiterated for contractor compliance with OSHA 29 CFR 1910; 29 CFR 1910.1025 Lead Standard; 29CFR1926.62 Lead in Construction Work. Contractor shall submit to the Owner his company compliance programs specifically for "Confined Space"; Hazard Communication"; Respiratory Protection; and Employee Training and others as applicable.

1.6.3 Paint chip samples were taken from outside and inside tank surfaces. Samples were forwarded to an accredited laboratory and analyzed for total lead percent content by weight. Results are as follows: outside: 0.14%, 0.15%, 0.12%, 0.087%, inside: 2 samples tested less than the reporting limit (RL) Copy of GPI Laboratory analytical report is attached to specification. The Consumer Product Safety Act Regulations, Part 1303 defines a coating with a level of lead (less than 0.06%) OSHA regulation specifies 0.05%. Therefore, by the test results, outside coating is classified as "lead based" per OSHA regulation. Therefore, by the test results, the inside coating is classified as "non-lead" per OSHA regulation.

Page 9: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

7

1.6.4 Contractor shall comply with specification sections "Tank Exterior Containment System" and "Special Requirements for Lead-Based Paint Removal" Remit required submittals to Owner for review and acceptance.

1.6.5 Contractor shall comply with OSHA and the paint manufacturers safety requirements for paint and thinner use and storage. Contractor shall provide an enclosed and secured storage facility, e.g. trailer or container for paint material storage. Maintain temperature in storage area between 400F and 110O F. Comply with all health and fire safety regulations.

1.6.6 Material Safety Data Sheets (MSDS) shall be posted at the job site for each chemical product including but not limited to abrasives, paints, thinners, cleaners, disinfecting, chemicals, etc. MSDS shall be submitted to the Owner prior to starting any work.

1.6.7 All safety precautions in AWWA DI 02, "Safety Precautions" shall be strictly complied with. Contractor must provide safe, proper, and sufficient ventilation with monitoring to provide a safe work environment and to effectively filter and eject dust and volatiles from within tank work area in conformance with all regulations. Contractor shall use dust collector during tank interior abrasive cleaning.

1.7 Tank Alterations

1.7.1 No holes, permanent attachments, door sheet, and/or roof openings to be used for rigging or equipment entrances may be made unless otherwise stated in the specification. The contractor may submit a written request to the Owner for review for a specific deviation to this requirement. The Owner has sole and full discretion for approval or rejection and his decision shall be final.

1.8 Pre - Construction Conference

1.8.1 The specification together with relevant job standards and accepted submittals shall be reviewed by all responsible supervisory personnel of the Owner, Engineer, Painting Contractor, approved subcontractor, and representative of coating material manufacturer at an on-site mandatory pre-job meeting. The conference shall be scheduled by the Owner prior to the commencement of any mobilization or work on site. A written report will be prepared by the Owner or his representative and issued to all in attendance.

MATERIALS

2.1 General

2.1.1 All paint materials and thinners shall be delivered to the job site in factory sealed containers with the manufacturer's label showing contents and batch numbers. Only newly purchased materials specifically for this job shall be used. Leftover materials from previous jobs are not permitted to be used. Copies of the "bill of lading" shall be submitted to the Owner at the time of each delivery to the job site.

2.1.2 Containers shall be subject to inspection by the Owner or his representative. Previously opened or partially full paint containers shall be removed by the contractor and properly disposed per regulations. Materials which have exceeded the stated shelf life shall not be used.

2.1.3 Only thinners specifically supplied and specified by the paint manufacturer shall be used for mixing and cleaning of all paints.

Page 10: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

8

2.1.4 Coating manufacturers may have available additional components as shown on material data sheets for a specific paint to aid in the application process. These may include low temp. accelerator, bubble breaker agent, distinct solvents for specific applications and temperatures. Contractor shall anticipate job conditions and have ordered the proper additional components to be on hand and used if and when needed.

2.1.5 Paints and solvents shall be properly stored per regulations within an enclosed, protected and secured facility. In colder weather, paints shall not be stored at temperatures below 40-degree F. and not above 110-degree F.

2.1.6 All abrasives delivered to the job site shall be newly purchased specifically for this job. Abrasives shall be free of contaminants e.g. fine debris, paint chips, rust, earth, moisture, oil, chlorides, etc. Abrasives shall be subject to inspection by the Owner. Abrasives which do not meet the cleanliness criteria, or the approved type and size shall be removed from the job site and replaced with the approved and acceptable material. Copies of the "bill of lading" shall be submitted to the Owner at the time of each delivery to the job site.

PAINT SYSTEMS

3.1 The Carboline Company products are specified as the coating material quality and performance standard for the outside and inside systems.

3.2 Outside Surfaces

Primer: Carbozinc 859 Green (03300) 3 - 5 mils DFT

Stripe Coat: * Carboguard 635 Gray (0700) 2 - 3 mils DFT

Intermediate: Carboguard 635 Beige (0200) 4 - 6 mils DFT

Finish: Carbothane UV Ultra (Color) 2 - 3 mils DFT

3.3 Inside Surfaces

Primer: Carboguard 635 Beige (0200) 4 - 6 mils DFT

Stripe Coat:* Carboguard 635 White (0800) 2 - 3 mils DFT

Intermediate: Carboguard 635 Gray (0700) 4 - 6 mils DFT

Finish: Carboguard 636 White (0800) 4 - 6 mils DFT

3.4 Stripe coat: After primer has cured for recoat perform the following:

All pits, welds, angles, structural steel edges, ladders, handrails, edges, corners, turnbuckles, clips, bolts, etc. shall then receive a "stripe" coat by forcing the coating into all irregularities and onto edges with a brush and roller. Do not use roller on irregular surfaces such as bolts.

3.5 Outside finish coat color to be selected by the Owner.

3.6 Tank shell sign: After finish coat has cured, reapply sign in same location and block letters as per original. Letters are approximately 30" high in two rows. Use one or more coats of Carbothane UV as necessary to obtain good aesthetics to the full satisfaction of the Owner. Owner will select color.

Page 11: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

9

3.7 Low Voltage Holiday Test

3.7.1 After the interior finish coat has dried sufficiently for recoat application but before final cure, the contractor shall perform low voltage, wet sponge holiday test on all weld seams, roof plate edges, ladders and on structural members, etc. Perform initial test, any required repairs, and retest per NACE SP0188 - 2006 (formerly RP0188)

SURFACE PREPARATION

4.1 Pre - cleaning

4.1.1 After the tank has been drained by the Owner, the contractor shall open all manholes and pump the water out of the inside 'Wet" torus bottom. Drained water must be diverted away from tank foundations and properly disposed under the direction and satisfaction of the Owner. Any sediment shall be judiciously removed and properly disposed of by the contractor. Interior "wet" area shall be force ventilated and dried by use of sufficient and proper mechanical fan/ventilator.

4.1.2 Prior to any abrasive blasting on inside or outside, the areas shall be inspected and cleaned of all contaminants such as oil, grease, dirt, etc. per SSPC - SPI. and/or power washing with an approved biodegradable degreaser/cleaner.

4.1.3 Prior to any abrasive blasting on inside, close all valves and seal all inlet/outlet piping. Tag out all electrical equipment as applicable.

4.2 Outside Surface:

All surfaces shall be abrasive blasted to bare steel per SSPC-SP6 Commercial.

4.3 Inside Surface

All surfaces shall be abrasive blasted to bare steel per SSPC-SPIO Near White.

4.4 It is essential to assure that proper surface profile stipulated by the paint manufacturer is achieved. Measure profile per NACE RPO 287 using Replica tape. Metallic abrasives can produce a profile that may be too deep to be adequately covered by a single thin-film coat. If the profile is too high and the primer thickness over the peeks is inadequate, premature rust-through will occur. Measure primer thickness per SSPC-PA 2.

GENERAL WORK CONDITIONS

5.1 Equipment

5.1.1 Compressed air for mixers, pumps, swing stage motors, blast pots, blow pipes, etc. must be free from detrimental amounts of water and oil. Compressed air drier must be provided. Cleanliness of compressed air shall be checked by the "Blotter Test". Owner will have sole discretion as to whether the quality of compressed air is satisfactory. Owner has the right to require the contractor to replace, add, and/or repair any equipment that in owner's opinion is deficient, undersized, or unsafe.

5.1.2 Adequate and safe lighting as per regulations shall be provided at all times inside the tank, work area, and inside containment if needed to obtain proper workmanship and inspection.

Page 12: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

10

5.1.3 Workmen shall wear fresh fed air hoods and proper respirators during blasting and painting operations. Equipment and supplied air shall be as per OSHA regulations.

5.1.4 Proper, safe, and sufficient forced air ventilation must be provided during blasting, painting, and curing operations inside the tank and containment areas. A dust collector with HEPA filters and of sufficient capacity shall be used inside tank and containment during blasting and painting per OSHA requirements, the contractor shall periodically monitor the work environment. Never work in an atmosphere where explosive gases are 10% or more of the LEL, lower explosive limit. Never work in an atmosphere where the oxygen is below 19% or greater than 22%. 5.2 Procedures

5.2.1 Cleaning or painting shall not be done when steel surface temperature is less than 5 degrees above the dew point or when relative humidity is above 85%. Cleaning or painting shall not be done in rain, snow, fog, nor damp weather. Paint manufacturer's recommended surface temperatures for application and curing will be strictly enforced. All work must be done during daylight hours. Surfaces cleaned in one day shall be primed the same day within a maximum work time of ten hours. If rust bloom forms on any portion of the blasted surface before priming, the entire surface area shall be re-blasted.

5.2.2 Before the start of blasting, silt stops must be removed, and inlet/outlet pipe openings shall be covered and tightly sealed. Items that do not require painting e.g. screens, safety climb rails or cables, electronics, valve stems, mechanicals, motors, non-carbon steel surfaces, gaskets, etc. shall be removed or protected from all abrasive and paint damage.

5.2.3 During blasting operations any construction weld burrs, weld spatter, sharp edges due to corrosion, and metal slivers/delaminations encountered shall be ground smooth. Ground areas must be re-blasted before priming.

5.2.4 Cleanliness of blasting shall be judged by SSPC-VISI.

5.2.5 All dry film thickness readings shall be taken strictly per SSPC - PA2 and with magnetic pull-off gage

(Type 1)

5.2.6 After blasting and between painting operations, any and all dust, which may be loose or imbedded, shall be removed from the surface to be painted by "blowing-down" with dry compressed air, scraping, sweeping with a soft bristle brush/broom, vacuuming or a combination of all to obtain a clean and uniform substrate to the satisfaction of the owner or his representative and suitable for the application of paint.

5.2.7 All paint application, thinning, mixing, temperature, application equipment and methods, curing, etc. shall be in strict compliance with paint manufacturer's written data sheet instructions and per SSPC - PAI.

5.2.8 Paint manufacturer's recommended surface temperatures for application and curing must be strictly followed. Drying times between coats and final cure with constant forced air ventilation as recommended by the paint manufacturer must be strictly followed. Use the field or factory accelerated version of coatings if available for temperature down to 35F.

Page 13: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

11

5.2.9 Inside tanks, full paint coats shall be applied by spray. Outside coatings may be applied by spray, brush, or roller as permitted by manufacturer’s instructions and site location parameters. Containment shall allow spray painting of the exterior; contractor must exercise caution and use good judgement. Normally all bare steel shall have the primer applied by brush to weld seams, rivets, edges, pits, etc. to fill all crevices and irregularities. Sags, runs, holidays, dry spray, excessive film build, bubbles, etc. on any coat are not acceptable and must be repaired to the full satisfaction of the Owner. Spray pole guns over 3 ft. in length should not be used except in certain circumstances where accessibility to the work is limited. Certain finish coat colors may not provide as good "hiding characteristics" as others depending on method of application and the color of the underlying coat. It is the responsibility of the contractor to be aware that certain colors may require multiple coats to achieve acceptable aesthetic results.

5.2.10 Contractor must exercise all necessary care and caution while performing rigging, cleaning, painting, and associated work. Contractor shall be solely responsible for any and all damages to the tank structure, internal operational equipment, or surrounding area and properties caused or indirectly as the result of any of his wort operations. Contractor shall properly protect tank operational equipment from any and all possible damage during the work operations.

5.2.11 All cleaning and painting work shall be performed in the proper sequence as stated in the specification and accepted practices of the industry.

5.3 Site Clean-up

5.3.1 Upon completion of the painting work, the tank and surrounding area shall be left clean of all blasting abrasive, temporary structures, storage containers, trailers, empty paint cans, debris, and any other items resulting from the contractor's painting operations.

5.3.2 Spent abrasives and paint waste and cans, etc. must be collected and disposed of off-site in compliance with all state and local rules and regulations regarding the storage, collection, transportation, and disposal of solid wastes.

5.3.3 During the progress of the work, contractor shall practice daily good housekeeping of the site by picking up all trash, containing all empty paint cans, and covering all accumulated piles of spent abrasive.

TANK DISINFECTION and TESTING PROCEDURES

6.1 Disinfection

6.1.1 After inside painting and curing has completed and epoxy coating tested by the "solvent rub" test and judged to be cured, the contractor shall pressure wash and rinse with clean potable water the entire surfaces of the interior water bearing area. Resultant water accumulation shall be removed by pumping and disposed according to state regulations. Next the contractor shall perform Chlorination Method 2 (spray, 200ppm) as described in Standard AWWA C652, Disinfection of Water Storage Facilities.

6.2 Bacteriological and VOC Tests

6.2.1 After the tank has been filled and held for 24 hrs., the contractor shall employ a State certified laboratory to obtain water sample or multiple samples as per state regulation and perform analysis for total coliform in accordance with the latest Federal/State testing methods and standards. If above sample(s) is/are negative, the tank may be placed into service. If above sample(s) indicate the presence

Page 14: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

12

of coliform bacteria, then repeat samples shall be taken until two consecutive samples are negative, or the tank shall again be disinfected. Contractor shall bear all costs for disinfecting, refilling, and testing.

6.2.2 Along with the initial sampling, separate water sample(s) shall also be collected by a State certified laboratory for volatile organic compound (VOC) testing. The most time-expedient procedure for VOC testing shall be used. If the VOC test result proves unacceptable, the tank shall be drained in conformance with all regulations and the contractor shall properly rewash the inside as required and then re-cure the coating with forced ventilation and/or heat. Repeat rinsing, disinfection, sampling, and testing procedures. Contractor shall bear all costs incurred by himself and owner due to extra draining, washing, disinfection, curing, and testing work.

6.2.3 As part of the submittal process the contractor shall submit to the Owner for review, the name and state certification information of his intended laboratory.

REPAIRS

7.1 Welding

7.1.1 All work and materials shall conform to AWWA D-IOO Standard and OSHA regulations. Prior to the start of any cleaning or painting work all repairs requiring metal cutting, welding, or grinding must be performed, inspected, and be in compliance with the specification. Metal attachments which will attach directly to the tank structure by welding shall be fabricated from materials conforming to AWWA - DI 00. Use pad plates as necessary. Any necessary replacement items due to wear or corrosion shall be of the same or equal material, size, specification, etc. as original. No reduction of original metal thickness, gouges, sharp edges, cracks, porosity, slag, or other defects are permitted. All welds are to be continuous. Repair work procedures and materials shall be submitted to the Owner for review and acceptance. Work on the tank may not proceed until all required submittals have been forwarded in a timely manner by the contractor and reviewed and accepted by the Owner. Contractor shall submit Qualifications of Welding Procedures, Welders and Welding Operators as required per AWWA D-100. Contractor may subcontract this portion of the repair work to a qualified steel tank repair contractor. Experience, references, and welder qualifications shall be submitted for approval. 7.1.2 Repair work and installation of materials and equipment shall be submitted to the Owner for review and acceptance with description of procedures, drawings, data sheets, etc. All tank appurtenances which are noted to be added, replaced and or modified shall comply with the latest OSHA and AWWADIOO regulations and have plans and drawings prepared and certified and signed by a licensed professional structural engineer for the State of Virginia. 7.1.3 The following repair items for submittal will require certification by P.E. for the State of Virginia.

1. Install new 24" dia. (28) bolted manhole assembly with davit at bottom of 4' dia. riser.

2. Install new welded exterior c.s. column ladder with 'Walk-through" opening with s.s. safety chains and s.s. ladder connecting bolts Use weldable rebar for slip resistant rungs.

3. Raise balcony handrail height to 42" by installing additional top angle and two new 2-1/2 flat bar intermediate side rails.

4. Install new welded 24' dia. bolted flange neck to support new aluminum pressure/vacuum center roof vent.

5. Install new welded interior c.s. tank ladder with s.s. ladder connecting bolts Use weldable rebar for slip resistant rungs.

Page 15: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

13

7.2 Other metal and weld repairs

1. Install new permanent antenna cable support brackets (see Attachment 1) on column, shell and roof.

2. Install new pipe supports for roof antenna and warning light.

3. Inspect and repair rusted overflow pipe supports. Add additional horizontal flat bar supports alternating between existing vertical plate supports.

4. Replace (3) column anchor bolt nuts at column base plate.

5. Remove painters trolley rail from top of outside no. 2 shell ring. Grind smooth.

6. Replace corroded conduit section at balcony. Reroute all conduit onto stand-offs and under balcony deck and up to roof.

7. Drill additional 3/4" diameter drain holes on low areas of balcony deck adjacent to kick plate.

8. Check column sway rods for excessive slack and torque to be snug.

9. Remove non-functioning siphon drainpipe assembly from tank bottom.

10. Seal weld interior tank bottom drain coupling. Remove "T" handle.

11. There is a wide gap of the non-welded interior roof plates at the center dollar plate junction. Repair procedure entails removing some existing caulking material and then arc air gouge the leading edge of roof plates to sound metal. Clean gap by suitable means and seal weld.

7.3 Other Repairs

1. Remove soil from top of concrete riser and column support piers. Brush blast to remove present flaking paint and any deteriorated surface concrete and cracks. Remove loose surface concrete to sound material, rout out cracks to sound material. Repair any removed concrete and any missing grout under base plate with new high strength, non-metallic, non-shrink grout. Trowel smooth top of piers. After grout has fully cured, approximately 30 days, apply two coats of epoxy coating to act as a sealer.

2. Install new Safety Climbing Cable system on interior tank ladder and outside column and roof ladders. System shall be complete including upper and lower support mountings with tensioner and intermediate cable support guides as needed. Components for all ladders are to be manufactured from 316 stainless steel. Manufacturer shall be DBI-SALA or approved "equal". Submit material data sheet and instructions.

3. Install Tideflex Moded Series TF-2 Tideflex prevention check (valve and stainless-steel band clamp to discharge end of the 6" dia. Overflow pipe. Submit material data sheet and instructions for approval,

4. After all painting has been completed and has cured, the following details shall be sealed with appropriate caulk to prevent any corrosion creep in the future.

a. Outside surfaces: Caulk between stitch welds on top and under balcony deck and bolted

connections, sway rod clevis and pins, wing plate bolts, turnbuckles, edge of grout to base

plates junction on foundation piers, inside drain coupling on tank belly.Use G.E. Silicone Il

Clear Sealant

Page 16: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

14

b. Inside surfaces: Caulk areas between stitch welds on shell rim angle and riser can beveled

joints. Use Sikaflex la polyurethane sealant

5. All manhole covers shall receive stainless steel bolts and new rubber gaskets.

New roof vent shall be bolted to new welded flange using stainless steel bolts.

END OF SECTION

Page 17: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

15

SECTION 3: SPECIAL REQUIREMENTS FOR LEAD-BASED PAINT ABATEMENT

1. Scope

a. The contractor shall furnish all materials, labor, tools, equipment, engineering, monitoring, testing, and other required professional services necessary to perform lead paint abatement by abrasive blast cleaning and to include, but not limited to, worker protection, protection of the environment, abrasive requirements, containment procedures, stabilization, collection, storage, testing, and disposal of the blast cleaning residuals, Compliance with all regulatory requirements pertaining to abrasive blast cleaning is mandatory.

2. Submittals

Prior to start of any work on site, the contractor shall submit to the Owner the items listed for review and acceptance. Owners acceptance does not relieve contractor of any of his obligations and responsibilities under the contract of making his work conform to the full requirements of the specification, regulations and Federal, State, and Local laws and ordinances.

a. Lead compliance program meeting the requirements of 29 CFR 1926.62

b. Description of the means to be used to achieve compliance.

c. Testing and monitoring procedures.

d. Lead waste disposal management plan.

e. Procedures for recycling lead painted metal waste at a certified and permitted facility.

f. Medical and training certificates.

g. Means and method of abrasive blasting operation.

h. Records of any citations issued by Federal, State, and Local regulatory agencies relating to lead based paint abatement activity by the contractor within the past five years. Submit project names, dates, and resolutions.

i. Liability insurance certificate indicating 'Pollution Coverage" is included. Minimum coverage shall be at least $1,000,000 per occurrence.

3. Definitions

a. Lead based paint: The Consumer Product Safety Commission classifies paint as lead-containing if it contains 600 ppm lead or greater (0.06% lead by weight). This can be determined from prior knowledge of the specific paint and the manufacturer or through laboratory analysis by an accredited laboratory.

b. Hazardous waste: spent abrasive with paint debris may be classified as hazardous if after testing by Toxicity Characteristic Leaching Procedure (TCLP), the leachate contains any of the elements/metals in the amount of concentrations or greater as follows: barium-100ppm; cadmium-1 ppm; chromium-5ppm; lead-5ppm; mercury-O.2ppm. Other metals can cause a paint to be hazardous as defined in 40 CFR 261 and shall be taken into consideration. The list as noted above include only those metals typically associated with paints.

c. Generator: for the purpose of hazardous waste generation, the term "generator" may refer to both the owner of a superstructure and to the paint abatement contractor and they are considered "co-generators" of the waste.

Page 18: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

16

d. Non-hazardous waste stabilization: these are specialized materials (chemicals) designed, produced and tested by the manufacturer to minimize teachable lead levels in spent residues produced in the removal of lead based paint by using chemical stabilization and fixation and thereby rendering them non-hazardous when analyzed per TCLP. These materials are not "after treatments" but rather are designed to be used in conjunction with mechanical methods of paint removal for the purpose of generating non-hazardous waste. These materials may be either added to the abrasive or applied over the lead-based paint prior to removal.

4. Regulations

a. Contractor shall comply with all Federal, State, County, and local laws, codes, ordinances, which in any way affect the prosecution of the work or persons engaged or employed in the work or the materials used in the work.

b. Contractor shall be aware that some State regulations for hazardous/non-hazardous waste may be more stringent than Federal. Contractor shall be knowledgeable and comply.

c. The contractor shall comply to the most recent editions of all governing regulations as applicable to the work. It shall be the duty of the contractor to be knowledgeable and to adhere to all regulations, Federal, State, and Local impacting this work including but not limited to the examples listed below. Where a conflict exists between regulations, standards, codes, or these specifications, the more stringent requirements shall be utilized.

Federal and OSHA

29 CFR 1910 General Industry Standard

29 CFR 1910.12 Construction Work 29 CFR 1910.133 Eye and Face Protection 29 CFR 1910.134 Respiratory Protection

29 CFR 1910.20 Recordkeeping

29 CFR 1910.46 Confined space

29 CFR 1910.120 Hazardous Waste Operation

29 CFR 1910.141 Sanitation

29 CFR 1910.1000 PEI-Is

29 CFR 1910.1025 Lead Standard

29 CFR 1926 Safety and Health Regulations for Construction

29 CFR 1926.16 Construction

29 CFR 1926.62 Lead in Construction

29 CFR 1926.57 Ventilation

29 CFR 1926.500 Fall Protection

29 CFR 1926.55 Gases, Vapors, Fumes, Dusts, and Mists

29 CFR 1926.59 Hazard communication

Page 19: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

17

Protection of the Environment and Solid Waste

40 CFR 50 National Primary and Secondary Ambient Air Quality Standards 40 CFR 50.6 National Primary and Secondary Ambient Air Quality Standards for Particulate Matter 40 CFR 50.12 National Primary and Secondary Ambient Air Quality Standards for Lead

40 CFR 260 Hazardous Waste Management systems: General

40 CFR 261 Identification and Listing of Hazardous Waste

40 CFR 262 Generators of Hazardous Waste

40 CFR 263 Transporters of Hazardous Waste

40 CFR 264/265 Owners and Operators of Hazardous Waste, Treatment, Storage and

Disposal Facilities

40 CFR 302 Designation, Reportable Quantities and Notification

49 CFR 171 Transportation of Hazardous Materials

49 CFR 172 Hazardous Material Tables and Communications 49 CFR 173 General Requirements for Shipping and Packaging 49 CFR 178 Shipping Container Specifications

State and Local

Code of applicable Virginia regulations

5. Testing and Monitoring

a. Contractor shall submit for review and approval the name of an American Industrial Hygiene Association (AHA) accredited environmental testing laboratory and industrial hygienist who will be employed by the contractor and proposed for the project. The requirements for his services are as specified herein and includes soil testing, blast spoil testing, worker exposure monitoring, ambient air monitoring, and routine safety inspections for compliance with contractor's safety plan and OSHA regulations. Contractor shall submit all information for review and approval. The decision of the owner as to the acceptability of the independent laboratory and industrial hygienist shall be final.

b. Prior to any work at the job site pre-job soil samples shall be taken by the industrial hygienist laboratory to document baseline soil-lead levels, Samples will be taken at a minimum of six locations, four locations approximately 100 feet away from each side of the tank and two immediately adjacent to the tank using SSPC's standard collection method (Method E., Guide 6, Section 5.5.5) involving a template, multiple composite samples, and procedures to limit the cross contamination of the collection devices. Samples will be analyzed by EPA Method 3050, by the accredited laboratory.

c. At the conclusion of the project, additional samples shall be taken to determine if any ground contamination has taken place. If it has been subjected to significant increases in soil lead levels greater than 100 ppm as a result of paint removal, notice will be given to the owner and corrective action will be taken to restore the site to its pre-job condition.

d. After the first day of abrasive blasting, waste generated will be sampled by the industrial hygienist laboratory and analyzed for Toxicity Characteristic Leaching Procedures (TCLP) to determine its classification. Because of the specified lead stabilization process options used in conjunction with open abrasive blasting within the containment it is expected that the resultant spent abrasive waste will be

Page 20: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

18

non-hazardous. If however it tests positive for lead (greater than 5 mg/liter or 5ppm leachable lead) the contractor shall stop all blasting work immediately. The contractor shall require the assistance of the abrasive supplier, lead stabilization material manufacturer, and the industrial hygienist laboratory to investigate the cause of the failure to obtain a non-hazardous result of the tested waste. The contractor shall bear all costs associated with the investigation including but not limited to additional sampling and testing and disposal of any and all hazardous wastes. The results of the investigation shall be used by the contractor to adjust, revise, or alter his abrasive blasting operation in order to obtain non-hazardous waste.

e. Prior to releasing any waste, the industrial hygienist laboratory will obtain four composite samples of the waste accumulated up to that point and will subject those samples to analysis for TCLP for lead to determine whether the waste is hazardous. Samples will be analyzed by EPA method SW846 Method 13 11/EPA 7000 method for TCLP for lead. If the test results yield leachable lead values of less than 5 ppm, the waste material shall be disposed of by the contractor in accordance with applicable laws and regulations for non-hazardous construction waste. It is noted that some State regulations are more stringent. Additional or other tests (Multiple Extraction Procedures, MEP) may be required by the contractor in order to obtain legal disposition in construction waste landfills. Any additional testing and associated costs will be the sole responsibility of the contractor.

f. If the analysis for lead should exceed the TCLP, or other characteristics of hazardous waste (i.e. pH, reactivity, flammability) all containers subject for disposal will be designated as hazardous and disposed of as hazardous waste, as prescribed in 40 CFR 262 and other pertinent State and Federal regulations Only an EPA licensed hazardous waste facility will be used. All associated costs will be the sole responsibility of the contractor.

g. As required by Federal, State, County, and local regulations, the contractor through the industrial hygienist laboratory shall furnish and provide analysis for PM-IO ambient air monitors and/or total suspended particulate (TSP) monitors at optimum locations during abrasive blasting. The requirements of 40 CFR 50.6 for particulate matter (PM-I O) and 40 CFR 50.12 for (TSP) shall apply unless local regulations impose more stringent requirements. Monitoring of containment system efficiency shall be performed by the owner. Visible emissions of dust are not allowed.

h. The industrial hygienist laboratory shall submit appropriate written plans for all monitoring, testing, inspection, and record keeping required to comply with the regulations. All required tests, procedures, and analysis shall be performed by the most time expedient method. The contractor shall promptly forward the owner copies of all test records and analysis reports from the industrial hygienist laboratory. All associated costs will be the sole responsibility of the contractor.

6. Abrasive Blasting Operations

a. If utilizing open blasting inside the containment, the contractor is required to use methods and materials of lead stabilization to produce non-hazardous waste when analyzed per TCLP. These materials are to be used in strict accordance with the manufacturer’s instructions and in conjunction with abrasive blasting operations. These materials may be either added to the abrasive or applied over the lead-based paint prior to removal. Some of the available products and manufacturers are as follows:

Page 21: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

19

Additive

LEADX - Proactive Applied Solutions Corp.

Sales Office: Marietta , Georgia

770425-9733

BLASTOX - The TDJ Group, Inc. 1-800-BLASTOX

Overcoating

PRETOX - NexTec, Inc. Dubuque,

Iowa

800-338-8296

ENVIRO-PREP - Hoffers Inc.

Wausau, Wisconsin 800-596-6282

b. The listing of the above manufacturers in the specification is not an endorsement of their products. Lead abatement contractor shall be responsible for using the appropriate method and materials to produce non-hazardous spent abrasive waste. All materials must be submitted and approved. If the contractor has knowledge of other materials or processes which render spent abrasives non-hazardous, they must be submitted for review and approval with proper documentation and information. Please note that the phone number and address shown may not be the most current.

c. Performing blasting operation employing re-useable metallic abrasives with a vacuum recycler machine is an accepted alternate method. This operation will have abrasive waste of a decidedly smaller quantity but may be hazardous and therefore all work must comply with all OSHA governing regulations for hazardous waste. Contractor shall submit for review and approval full description of his methods and means for this operation.

d. Only a silica free abrasive that meets the latest OSHA standard for acceptable abrasives shall be used, e.g. slag, metallic, oxides, crushed glass. Submit abrasive for review and approval. The type of material, size, shape, hardness, and grade of the abrasive is to be selected by the contractor with consideration given to the level of cleaning, the type of paint to be removed, steel surface profile required for the new coating system, and the method of lead paint stabilization to be used. With the abrasive submittal the contractor shall also submit his choice of the particular lead stabilization material. Include all material data and MSDS information for all products. The submittal shall include certification from the proposed paint manufacturer confirming agreement with the contractor's proposal that the abrasive will provide their recommended anchor profile depth and that the use of the lead stabilization material is compatible with their coating.

e. The discharge of abrasive blasting residuals or paint removal debris into a storm drain, sanitary sewer, stream, river, brook, creek, etc. or other body of water is prohibited.

f. Upon completion of abrasive blasting work each day, the contractor shall collect all abrasive blasting residuals inside and outside the containment system through the use of industrial vacuums equipped with HEPA filters. Contractor shall properly store, and cover spent waste at the site. Spent abrasives shall be transported in sealed and covered containers or vacuum trucks which comply with

Page 22: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

20

Department of Transportation regulations. Written certified records of lawful waste transportation and disposal shall be submitted to the owner.

6. Compliance Programs

a. Contractor and personnel shall be State and OSHA certified for removing lead-based paint from industrial steel structures.

b. Contractor shall comply with all applicable OSHA regulations and specifically as contained in 29 CFR 1910.1025 Lead Standard and 29 CFR 1926.62 Lead in Construction. Contractor is required to submit to owner for his information and review copies of all specific required compliance programs.

c. Contractor shall submit his "Environmental, Health & Safety Plan and Accident Prevention Plan. Plan shall be inclusive describing the implementation of all required OSHA compliance programs, e.g. respiratory protection program, employee training program, medical surveillance program, confined space, protective clothing, housekeeping, hygiene practices, exposure monitoring compliance, with action level and permissible exposure limit (PEL), record keeping, etc., etc.

d. Contractor shall provide an on-site decontamination trailer for the use of all employees and authorized personnel of the owner and authorized representative of the owner performing observations and inspection service during the progress of the job. Only if available and at the owner's discretion, the owner may supply electricity and water for decontamination trailer operation at no charge to the contractor. Contractor shall arrange and bear the cost for any required electrical hook-up, wiring, water hoses, etc. from closest available source(s). If job site utilities are not available, contractor must supply everything necessary to operate the decontamination trailer. Acceptable washing and shower facilities shall be those specifically designed for decontamination purposes and shall be equipped with water filtration system rendering wastewater non-hazardous. The contractor shall maintain the filtration system in accordance with manufacturer’s instructions and shall properly dispose of all filtered residuals and spent filter media. e. In addition to the requirements of 29 CFR 1910.1025, for the protection of the owner, the lead abatement contractor shall submit certified medical evidence satisfactory to the owner demonstrating that no contractor's employee scheduled for work on this project is suffering from a preexisting medical condition related to lead exposure, and that their current blood levels are in conformance to OSHA requirements. This evidence must be submitted and reviewed before the contractor will be permitted on the job site. Any subsequent new employees during the progress of the job must have this medical information submitted before they will be permitted on the job site to work.

END of SECTION

Page 23: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

21

SECTION 4: CONTAINMENT SYSTEM

1. Scope

The contractor shall furnish all materials, labor, tools, equipment, engineering, monitoring, testing, and other required professional services necessary to design, construct, and operate an abrasive blast cleaning residuals containment system.

2. Submittals

Prior to start of any work on site, the contractor shall submit to the Owner, for review and acceptance, contractors proposed containment system as per the requirements outlined within this specification. Owner's acceptance does not relieve contractor of any of his obligations and responsibilities under the contract of making his work conform to the full requirements of the specification, regulations and Federal, State, and Local laws and ordinances.

3. Description

a. Containment system includes the cover panels, screens, tarps, scaffolds, framing, supports, and shrouds used to enclose a work area, tank, or a paint removal tool. Its purpose is to prevent or to minimize the debris generated during surface preparation from entering into the environment, and to facilitate the controlled collection of the debris for disposal.

b. Containment systems shall employ the use of ground covers. The containment efficiency is a measure of the effectiveness of the measures taken to prevent dust and debris from escaping beyond the containment area by use of either and/or solid panels; specially designed containment screens allowing airflow with no transmission of dust; or specially formulated high strength polyethylene film that shrinks when heat is applied. Enclosure materials may be supported by scaffolding, framing, and/or cables designed by the contractor. The ground within the containment, underneath or surrounding the tank, shall be covered with impermeable materials strong enough to withstand water and puncture damage. All joints shall be double overlapped and sealed. Entryways shall be sealed and have vestibule area to prevent dust emissions. Negative air flow shall be provided via mechanical ventilation with exhaust air processed through a dust collector with HEPA filters. Dust collector must have sufficient capacity to permit proper amount of constant exchange of fresh air as required for safety and per regulation. Containment air inlet openings must not allow emissions.

c. Containment system which is designed to be lowered on cables must be capable of withstanding winds from 20 to 30 mph. The system shall be designed so that it can be lowered within 15 minutes or less in order to afford protection of the tank and containment system in adverse weather. The hoisting mechanism and winch motor must be capable of lowering the containment system in 30 mph winds within 15 minutes or less. Wind velocity must be constantly monitored during work when the containment system is in the air. Wind monitor gage shall provide readouts for personnel at ground level for two readings of the wind velocity as follows: 1. ground wind speed and 2. wind speed on tank roof.

d. Containment system which is designed to be permanent (rigid) during work and supported by scaffolding, etc. with impermeable materials or panels and is attached to tank structure, must be capable of withstanding a minimum of 50 mph wind speed. Wind velocity on tank roof must be constantly monitored, 24 hrs. per day. When wind velocity exceeds design criteria for tank and/or containment system, personnel must be immediately available to disable or dismantle containment

Page 24: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

22

system to prevent the possibility of any damage being caused to the tank structure. Painting contractor shall submit a containment safety plan which describes monitoring and emergency procedures to be implemented in order to safeguard the tank and scaffolding, screens, etc. during extreme weather conditions at any time of day or night. Any portion of the containment support system which will attach directly to tank structure by welding shall be fabricated from materials conforming to AWWA - DI 00. All welders must be certified to the requirements of AWWA - DI 00. Any damage caused to interior paint from exterior welding shall be properly repaired as specified. Any welded attachments to the tank must be removed unless otherwise approved by the owner. No holes shall be made in the tank unless otherwise approved by the owner along with proper repair procedures. Removal of attachments shall be by grinding or other approved methods. No reduction of original metal thickness, sharp edges, cracks, gouges, porosity, slag, or other defects are permitted. Protective steel pad plates are required and shall be fully seal welded to tank and shall remain.

e. Containment system shall not be supported by tank appurtenance i.e. balcony, handrails, vents, pipes, painters' rails, etc. No portion of tank structure, sway rods, strut beams, etc. may be removed and/or loosened. Improper containment system attachment may cause damage to tank structure, roof and/or uplifting of the tank. During blasting operations within the containment, spent abrasives shall not be allowed to build up on the roof and balcony surfaces. To prevent excessive loads on the tank these areas must be cleaned daily of spent grit.

f. Contractor must have been actively engaged in this field and have comprehensive experience with industry standards of exterior elevated tank containment systems for a period of no less than five continuous years. Contractor shall evaluate the best type of containment he proposes to use based on all known and anticipated controlling factors of this tank. Common industry standards of specialized containment systems are the following: "TEPE" system; rigid scaffolding with fully enclosed containment impermeable covering; mini-enclosures; or other proprietary engineered system with which the contractor has past experience which will effectively contain all dust, paint, and all other construction debris.

g. Contractor shall submit detailed design and description of his proposed containment system. The submittal shall provide information relative to the materials of construction e.g. manufacturer, product description, unit weights, opacity percentage of screens, etc.; method of structural support including calculations must be prepared by a Virginia registered professional structural engineer if the containment system is to impart a load on the tank; description of all equipment necessary to construct and operate the system and any operating parameters or limitations e.g. weather, wind restriction, etc. Engineering computations and procedures shall be submitted to attest that the containment system will not damage the tank during static or wind conditions. All drawings and calculations must be signed and sealed by a registered professional engineer licensed in the state Virginia.

h. The base of the containment and any other areas outside containment subject to the possibility of abrasive fallout shall be covered with impermeable tarpaulins and dammed to contain spent abrasive and to facilitate cleanup without release into the soil. Non-hazardous abrasive waste piles must be covered with impermeable tarpaulins at all times prior to removal. Hazardous abrasive waste must be stored in regulated containers.

i. Contractor will not be permitted to move onto the job site until containment system design, and OSHA compliance programs have been correctly submitted, reviewed, and accepted by the Owner.

Page 25: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

23

Owners acceptance does not confirm contractors proposed containment system's structural integrity or operational function. Owner accepts no responsibility for the design nor operation of contractor’s containment system. Owners acceptance of contractor's bid and subsequent agreement execution in no way guarantees contractors proposed containment system, contractor's OSI--LA compliance programs, and other required submittals will comply with laws and regulations and the requirements of this specification and does not relieve the type of work.

j. During work operation If tests or inspections reveal that the contractors containment system or blasting operation is failing to meet requirements of laws, regulations, intent of the specification, or efficiency levels specified due to any circumstance, the contractor shall immediately stop work and then modify, augment or otherwise improve the containment system or alter his method(s) of abrasive blasting, such that these requirements are met. Any proposed structural alterations must be documented by the registered professional engineer. All costs for modifications, adjustments, improvements, etc. shall be borne by the contractor. Time extension for job completion due to the above shall be at the sole discretion of the owner.

END of SECTION

Page 26: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

Attachment 1

Chincoteague Willow St. Elevated Water Tank

Antenna Support Brackets (Stand-Offs)

SECTION A-A

MARK PESCRIPTION LENGTH SPEC so-I

L2x2xV4 A36 so-2 Pipe 2 Dia.

Sch 80 8 A53 B

(STAND-OFF) weld

to column, shell, roof

Spacing: ABT 4'-O, TYP

Page 27: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

1

FORM OF PROPOSAL - CONTRACT 1-WTR-20 DATE: _________________ Submitted to: The Town of Chincoteague Inc. 6150 Community Drive Chincoteague Island, VA 23336 We, the undersigned, hereby submit our proposal for elevated water storage tank repair and coating, to include materials and associated work, to be performed under Contract 1-WTR-20. Having carefully examined the Instructions to Bidders, the Form of Proposal and the Contract Specifications for the subject work and having received clarification on all items of conflict or upon which any doubt arose, the undersigned proposes to furnish the required work for, and in consideration of the following total lump sum price: Total Lump Sum: $ _____________________________

(numbers) $ __________________________________________ (written) Additive 1: Provide shell sign in accordance Section 2, Paragraph 3.6 of the

contract specifications: $ _____________________________

(numbers) $ __________________________________________ (written) It is understood that these bid prices will be firm for a period of thirty (30) calendar days from the bid opening date and that if the undersigned is notified of acceptance of this proposal within this period, the firm shall execute a contract in which the above stated costs will govern all work performed under the contract.

Page 28: INSTRUCTIONS TO BIDDERS CONTRACT 01-WTR-20 · SSPC - SP6 Commercial Blast Cleaning SSPC- SPI Solvent Cleaning SSPC- SP WJ-3 Thorough Cleaning, Waterjet Cleaning of Metals SSPC- VISI

2

CORPORATE PRINCIPAL: NAME OF CORPORATION: ____________________________________________ ADDRESS: ____________________________________________ TELEPHONE: ________________________________ SIGNED BY: ________________________________ (Affix Corporate Seal) ATTEST Corporate Secretary ____________________________ INDIVIDUAL PRINCIPAL: FIRM NAME: _____________________________ SIGNED BY: _____________________________ IN PRESENCE OF: ____________ _ Witness FIRM ADDRESS: ____________________________ TELEPHONE: __ ________________