Bid RFP Repaint 500000 Gallon Water Tank 042619
Bid RFP Repaint 500000 Gallon Water Tank 042619
Prepared By
April 2019
RE-PAINT 500,000 GALLON BEDROCK WATER TANK
TABLE OF CONTENTS
TECHNICAL SPECIFICATIONS
Section Page
APPENDIX
A. Scope of Work
The Public Works Commission is currently seeking qualified contractors to perform the
following work:
The Contractor shall furnish all materials, labor, equipment, mobilization and incidentals
required for the surface preparation and painting necessary to refurbish the existing Bedrock
Water Tank located at 818 Bedrock Dr. Fayetteville, NC 28303. Refer to the Technical
Specifications, PART 1 – GENERAL for a detailed description of the project scope of work.
B. Bid Proposal
Prospective bidders should complete the enclosed bid proposal, sign and date where indicated,
and return the completed proposal to Fayetteville Public Works Commission. All proposals shall
be sealed in an envelope and addressed to:
All proposals must be received by 5:00 pm, Friday, April 26, 2019, in order to be considered.
The successful contractor will be notified in writing at the earliest possible date after the bid
opening. Late bids will not be considered and will be returned to the Bidder unopened. This is
an informal bid; therefore there will be no formal bid opening.
Bids will be examined promptly after opening and an award will be made at the earliest possible
date. Bids must be held firm for acceptance by Fayetteville Public Works Commission for a
period of sixty (60) days after bid opening date.
All questions regarding this project shall be submitted in writing to Trent Ensley, Procurement
Manager, by fax at (910) 483-1429 or by e-mail to [email protected]. All questions
Bidders are expressly prohibited from contacting any Fayetteville Public Works
Commission official or employee associated with this Request for Proposals, except as
noted above. Violation of this prohibition is grounds for the immediate disqualification of
the bidder.
C. General Conditions
b. Fayetteville Public Works Commission will issue a written Notice to Proceed to the
Contractor upon receipt of the Contractor’s bonds and insurance information.
c. Fayetteville Public Works Commission reserves the right to reject any and all bids, to
waive any and all informalities, and to disregard all non-conforming, non-responsive,
or conditional bids. Also, Fayetteville Public Works Commission reserves the right
to request additional information from any, or all bidders for evaluation purposes.
Failure or refusal to furnish additional information as requested may result in
rejection of the proposal.
e. The Contractor’s attention is directed to the fact that all applicable State Laws,
Municipal ordinances, and the rules and regulations of all authorities having
jurisdiction over the project shall apply to the contract throughout, and they are
deemed to be included in the contract the same as though herein.
g. All prices submitted herein shall be firm against any increase for the contract period.
h. Fayetteville Public Works Commission reserves the right to delete any single item or
combination of items from the successful bidder’s proposal.
i. All work required on the plans, specified herein or as directed by Fayetteville Public
Works Commission in the field to satisfactorily complete the above project is the
Contractor’s responsibility. The Contractor shall be responsible for performing any
excavation and grading, furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the work, leaving the site in a neat and satisfactory
condition.
m. The Contractor shall commence work to be performed under this agreement on a date
specified in a written Notice to Proceed from Fayetteville Public Works Commission
and shall fully complete all work hereunder within 60 consecutive calendar days from
said date. For each calendar day in excess of the above number of days, the
Contractor shall pay to Fayetteville Public Works Commission the sum of two
hundred fifty dollars ($250) as liquidated damages reasonably estimated in advance to
cover any losses incurred by Fayetteville Public Works Commission by reason of
failure of said Contractor to complete the work within the time specified. Time
extensions must be requested in writing for Fayetteville Public Works Commission
Project Engineer’s approval, based on valid excessive delays caused by weather or
other conditions not the fault of the Contractor.
n. The Contractor shall guarantee all workmanship and methods used to complete the
project for a period of one (1) year from the date of final payment.
o. The Contractor shall indemnify and hold harmless Fayetteville Public Works
Commission and its agents and employees from and against all claims, damages,
losses and expenses, including reasonable attorney’s fees, arising out of, or resulting
from the performance of the work, caused by an act or omission of the Contractor,
any subcontractor, and anyone for whose acts any of them may be liable. In cases of
concurring fault, each party shall bear his share of the loss. In any and all claims
against Fayetteville Public Works Commission or any of its agents or employees by
any employee of the Contractor, any subcontractor, anyone directly or indirectly
employed by any of them or anyone of whose acts any of them may be liable, the
indemnification obligation under the preceding paragraph shall not be limited in any
way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any subcontractor under Worker’s Compensation
Acts, disability benefit acts or other employee benefit acts.
• Persistently fails to prosecute the work properly and in accordance with this
contract (to include failure to provide sufficient crews, equipment, or resources,
failure to adhere to the schedule, etc.),
• Demonstrates disregard for the policies, procedures, and requirements of
Fayetteville Public Works Commission,
• Demonstrates complete disregard of the authority of Fayetteville Public Works
Commission and their designated representative, or
• Violates in any substantial way the provisions and requirements of this contract.
Such termination shall be made in writing, upon providing seven (7) calendar days’
notice to the Contractor and their surety.
Additionally, Fayetteville Public Works Commission may terminate the contract for their
convenience. In such instance, the Contractor will be notified seven (7) calendar days
prior, and will be paid for all work completed, plus other expenses as mutually agreed
upon with Fayetteville Public Works Commission.
(a) Commercial General Liability ISO #CG 00 01 10 93: The Contractor shall take
out and maintain during the life of this contract commercial general liability
insurance with limits of $1,000,000 per occurrence; $2,000,000 aggregate other
than products/completed operations; $2,000,000 aggregate for
products/completed.
(b) Automobile Liability ISO #CA 00 01 12 93: The Contractor shall take out and
maintain during the life of this contract automobile liability insurance in an
amount not less than $1,000,000 combined single limit per accident for bodily
injury and property damage from owned, non-owned, and hired automobiles.
(c) Workers' Compensation and Employers' Liability Insurance: The Contractor shall
take out and maintain during the life of this contract workers' compensation
insurance as required by the laws of the State of North Carolina and Employers'
Liability with limits of $100,000 each accident, $500,000 policy limit and
$100,000 each employee for all employees employed on the project. In case any
employee(s) engaged in work under this contract is or are not protected under the
Workers' Compensation Statute, the Contractor shall provide adequate coverage
for the protection of employees not otherwise protected.
(e) Owner's and Contractor's Protective Liability I.S.O. #CG 00 09 10 93: The
Contractor shall secure and maintain during the life of the contract, an Owner's
and Contractor's Protective Liability insurance policy for Fayetteville Public
Works Commission, with minimum limits of $1,000,000 per
occurrence/$2,000,000 aggregate.
Acceptability of Insurance
Indemnity Provision
Contractor assumes responsibility and liability for losses, expenses, demands and claims
in connection with or arising out of any injury, or alleged injury (including death) to any
person, or damage, or alleged damage, to property of Fayetteville Public Works
Commission or others sustained or alleged to have been sustained in connection with or
to have arisen out of or resulting from the negligence of the Contractor, his
subcontractors, agents, and employees, in the performance of the work/service set forth
these contract documents, and any changes, addenda, or modifications including losses,
expenses or damages sustained by Fayetteville Public Works Commission, and agrees to
indemnify and hold harmless Fayetteville Public Works Commission, its officials,
employees or volunteers from any and all such losses, expenses, damages, demands and
claims and agrees to defend any suit or action brought against them, or any of them,
based on any such alleged injury or damage, and to pay all damages, cost and expenses in
connection therewith or resulting there from. As an integral part of this agreement
Contractor agrees to purchase and maintain during the life of this contract contractual
Other Provisions:
(2) The policies are to contain, or be endorsed to contain, the following provisions:
Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to Fayetteville Public Works Commission, its
officials, employees, and volunteers. In the event Fayetteville Public
Works Commission is damaged by the failure of the Contractor to
maintain such insurance and to so notify Fayetteville Public Works
Commission, the Contractor shall bear all reasonable costs properly
attributable thereto.
(c) Subcontractors
Any insurance coverage required by the terms of this contract shall not be
deemed a contract of insurance purchased by Fayetteville Public Works
Commission nor a waiver of Fayetteville Public Works Commission's
immunity pursuant to NCGS 160A-485.
a. The Contractor, at the time of the execution of the Contract shall be required to
furnish a Performance Bond and Payment Bond in an amount equal to at least
one-hundred percent (100%) of the Contract price as security for the faithful
performance of this Contract and as security for the payment of all persons
performing labor and furnishing materials and equipment in connection with this
Contract in accordance with N.C.G.S. Chapter 44A, Article 3.
c. In all Performance and Payment Bonds, the provision that no suit, action, or
proceeding by reason of any default whatsoever shall be brought on this Bond
after a specified number of months shall be fixed at twelve (12) months. The face
value of the Bond shall be one-hundred percent (100%) of the Contract price for a
period of twelve (12) months following the day when the last of the labor was
performed, or equipment was furnished, or final settlement was made with the
Contractor, whichever occurs last.
F. Project Specifications
The project specifications are hereby incorporated into these Contract Documents, and are
included in the appendix.
G. Project Location
The Bedrock Water Tank is located at 818 Bedrock Dr. Fayetteville, NC 28303.
The attached Contract Drawings are hereby incorporated into these Contract Documents, and are
included in the appendix.
I. Special Conditions
These Special Conditions are intended to supplement and amplify the requirements of this
Contract. Where any article or item of this Contract is modified or deleted by this section, the
remaining unaltered provisions of that article, paragraph, subparagraph, or clause shall remain in
effect. In the event of a conflict, these Special Conditions shall take precedence.
2. Current Conditions: Lead paint is present on the Bedrock Tank, likely applied when the
tank was originally constructed in 1969. This original material has been over-coated with
an aluminum silicone alkyd system applied circa 2004. A “Limited Lead-Paint Survey”
report was performed as part of the recent corral installation for the Bedrock Tank and is
attached in the Appendix. Based on the information available, the action level for
airborne lead exposure will not be exceeded for this exterior work. Protective equipment
and respiratory devices for interior sandblasting work will be as specified.
3. Site Conditions: The Bedrock Elevated Tank is located in close proximity with private
residences and commercial establishments. Extreme care must be taken to avoid any
overspray onto houses, buildings and vehicles in the vicinity of the site. In the event that
overspray does occur, the Contractor shall furnish all materials, labor, equipment and
incidentals to remove all overspray and restore the affected feature to the satisfaction of
4. Climate / Temperature Conditions for Curing: PWC reserves the authority to defer the
beginning of work for this project based on seasonal minimum temperatures with the
intent of allowing optimal conditions for the proper curing of the coating system.
5. On-Site Material Storage: PWC shall provide the Contractor adequate area for storage of
paint materials during the course of the project.
6. On-Site Debris Stockpiling: PWC shall provide the Contractor with area on-site that may
be used for the stockpiling of blast debris during the work. The Contractor shall be
responsible for the ultimate disposal of all debris resulting from their operations, in
accordance with applicable Federal, State, and local laws, regulations, and rules.
7. Miscellaneous Repairs:
a. Remove and install new interior fixed ladder according to AWWA Standards with
safety cable climb.
b. Remove existing man-way at the bottom of the riser and install a new 24” man-way
to AWWA Standards.
c. Repair existing holes on the bottom of the tank bowl, prior to recoating.
d. Remove existing tripod antenna mount structure on the crown of the tank.
8. Resolving Discrepancies
9. Guarantee
All work completed under these Contract Documents shall be guaranteed by the
Contractor for a period of one (1) years from the date of final acceptance. During that
General Terms and Conditions Page 12
period, all serious defects discovered in the work, as determined by Public Works
Commission, shall be removed and replaced in a satisfactory manner by the Contractor at
no cost to Public Works Commission. Public Works Commission may conduct an
independent inspection, at their sole expense, of the completed work prior to the
completion of the one (1) year guarantee period.
Should Fayetteville Public Works Commission’s inspection determine that the work is
not in accordance with these Contract Documents; the Contractor shall mobilize and
make all necessary repairs at no expense to Fayetteville Public Works Commission. The
Contractor will receive written notification from Fayetteville Public Works Commission,
and be allowed the chance to review any available inspection pictures or other
documentation. The Contractor shall respond to Fayetteville Public Works Commission
with a plan of action within 30 calendar days of receiving notification. Failure to respond
to Fayetteville Public Works Commission’s notification may result in Fayetteville Public
Works Commission withholding payments to the Contractor. Alternatively, Fayetteville
Public Works Commission reserves the right to contract with another party to complete
the warranty work, at the sole expense of the Contractor.
The Contractor shall limit its operations to Monday through Friday, during normal
business hours. Regular working hours shall not exceed 40 hours per week, 8 hours per
day (between 7:00 a.m. and 5:00 p.m.), Monday through Friday. No Work is permitted
on legal Holidays (to include weekends). No Work, unless otherwise required due to an
emergency and authorized by Fayetteville Public Works Commission, shall be performed
on weekends or after hours without prior written approval from Fayetteville Public
Works Commission. Requests to work other than regular working hours must be
submitted in writing to Fayetteville Public Works Commission a minimum of two (2)
business days in advance in order to arrange for appropriate personnel to be at the site of
the Work. Requests shall only be approved if Fayetteville Public Works Commission
determines that the work is necessary in order to meet the contract completion date. The
written request shall include a proposed schedule for the Work to be completed.
During the course of the project, it may be necessary to complete portions of the Work
outside of the normal working hours, to accommodate the utility owner’s operations,
traffic, and/or public convenience. The Contractor, Fayetteville Public Works
Commission, and the utility owner will determine an acceptable schedule required for
Work during such hours. The costs for such Work shall be considered incidental to the
Project and no additional payment will be made.
The Contractor shall plan their activities in order to maintain compliance with the
requirements set forth in this section. Failure of the Contractor to properly plan and
complete their activities within the times indicated, shall result in Fayetteville Public
Works Commission issuing a Non-Compliance Notice.
11. Equipment
The Contractor shall be equipped with equipment perfectly adaptable for the type of project
required; all such equipment shall be of sufficient capacity to handle the work in an
expeditious and safe manner. Fayetteville Public Works Commission reserves the right to
deny the use of inadequate equipment or of equipment not capable of performing the work
in an acceptable manner.
With respect to the foregoing, it is the intent of Fayetteville Public Works Commission to
require that the Contractor be equipped to perform the work shown and specified,
expeditiously and in accordance with the best modern practice.
12. Materials
All materials to be utilized are to be in new condition. Materials are to be stored in strict
accordance with the manufacturer’s directions. Materials are to be of the type and brand
specified within these Contract Documents, including Technical Specifications.
The Contractor shall be responsible for providing all of the specified products, along with
required documentation necessary for Fayetteville Public Works Commission to review
and verify that the products specified are being used.
The Contractor shall notify Fayetteville Public Works Commission Dispatcher (910-678-
7400 or 910-223-4494) of the problem, the anticipated response time, and the estimated
time required to complete the repair work. If the Contractor does not notify the
Dispatcher when the work will be completed, a Fayetteville Public Works Commission
crew will make the necessary repairs or alternate measures will be taken at the
Contractor’s expense.
The Contractor shall warrant to Fayetteville Public Works Commission that the
equipment used on this Contract, where covered by patents or license agreements, is
furnished in accordance with such agreements and that the prices included herein cover
all applicable royalties and fees in accordance with such license agreements. The
Contractor shall defend, indemnify, and hold Fayetteville Public Works Commission
harmless from and against any and all costs, loss, damage, or expense arising out of or in
any way connected with any claim of infringement of patent, trademark, or violation of
license agreement.
Once project is completed, the Contractor shall be responsible for restoring the site to as
good as, or better than, existing conditions. All exposed areas are to be replaced with
seed or sod and mulch (to include erosion control matting) to insure against erosion, in
accordance with the Soil Erosion and Sedimentation Control requirements and as
outlined in these Contract Documents.
16. Water
Fayetteville Public Works Commission will allow the Contractor to use water from its
existing water system. The Contractor shall utilize proper backflow prevention devices
when obtaining water from Fayetteville Public Works Commission’s system. The
Contractor shall contact Fayetteville Public Works Commission’s Environmental System
Protection Department at 910-223-4699 to determine the required backflow prevention
devices, and to obtain a bulk water use permit. The Contractor shall be responsible for
payment of the bulk water permit fee. The Contractor shall provide documentation on
the amount of water used for their operations, and provide a monthly statement to
Fayetteville Public Works Commission.
When the Project Coordinator deems the project completed and ready for final
inspection, the Project Coordinator shall notify the Project Engineer. During the final
inspection any items documented shall be compiled in a final punch list and provided to
the Contractor within five (5) business days. The Contractor shall be required to
complete each item in the final inspection punch list within 30 calendar days of receipt.
Failure to complete the punch list in that time may result in liquidated damages being
assessed. The project will not be considered complete until all punch list items are
completed and accepted, unless otherwise determined by the Project Engineer. All punch
list items shall be completed prior to release of final payment. Once the deficiencies have
been addressed to Fayetteville Public Works Commission’s satisfaction, a final
acceptance letter will be issued to the Contractor.
Prior to receiving final payment, the Contractor shall complete and/or provide the
following:
• Complete all punch list items to the satisfaction of the Project Engineer.
• Satisfactorily resolve all customer complaints and obtain the required releases.
• Provide all labor and manufacture warranties required.
The total bid price shall be full compensation for the work required for the surface
preparation and painting necessary to refurbish the existing Bedrock Water Tank which shall
include all incidental costs relative thereto.
PROPOSAL
The Contractor shall furnish all superintendence, labor, skill, materials, equipment, and other
items necessary to re-paint the Bedrock Water Tank located at 818 Bedrock Dr. Fayetteville, NC
28303. Work includes but is not limited to mobilization, surface preparation, painting,
miscellaneous repairs and cleanup.
All work and materials shall be in accordance with the requirements of the project General
Terms and Conditions, Special Provisions and Technical Specifications attached herein,
complete and ready for use.
(____________________________________________________________________)
(Write out Total Bid LUMP SUM PRICE in words)
Proposal Page 1
BIDDER INFORMATION
Name of Company
Address:
E-Mail Address:
(Signature)
Title:
Date:
Proposal Page 2
CERTIFICATE OF INSURANCE
Proposal Page 4
PERFORMANCE BOND
Name of Contracting
Body: Fayetteville Public Works Commission, N.C.
KNOW ALL MEN BY THESE PRESENTS, That We, the Principal and Surety above
named, are held and firmly bound unto the above named Contracting Body, hereinafter called the
Contracting Body, in the penal sum of the amount stated above the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these present.
NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all the
undertakings, covenants, terms, conditions, and agreements of said Contract during the original
term of said Contract and any extensions there of that may be granted by the Contracting Body,
with or without notice to the Surety, and during the life of any Guaranty required under the
Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms,
conditions, and agreements of any and all duly authorized modifications of said Contract that
may hereafter be made, notice of which modifications to the Surety being hereby waived, then,
this obligation to be void; otherwise to remain in full force and virtue.
IN WITNESS WHEREOF, the above bounded parties have executed this instrument
under the several seals on the date indicated above, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
Witness: CONTRACTOR:
______________________________
(Trade or Corporate Name)
_______________________________
(Proprietorship of Partnership) By: ___________________________
Title: _________________________
(Owner, Partner, Corporate President or
Vice-President, Only)
ATTEST:
By: ___________________________
(CORPORATE SEAL)
Title: __________________________
(Corporate Secretary or
Assistant Secretary, Only)
SURETY COMPANY:
______________________________
Witness:
By: __________________________
_________________________________
Title: _________________________
Countersigned: (Attorney in Fact)
_________________________________
_________________________________
N.C. Licensed Resident Agent (SURETY CORPORATE SEAL)
_________________________________
Name and Address-(Surety Agent)
_________________________________
_________________________________
Surety Company Name and N.C.
Regional or Branch Office Address
KNOW ALL MEN BY THESE PRESENTS, that We, the PRINCIPAL and Surety above
named, are held and firmly bound unto the above named Contracting Body, hereinafter called the
Contracting Body, in the penal sum of the amount stated above the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents.
NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all the
undertakings, covenants, terms, conditions, and agreements of said Contract during the original
term of said Contract and any extensions there of that may be granted by the Contracting Body,
with or without notice to the Surety, and during the life of any guaranty required under the
Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms,
conditions, and agreements of any and all duly authorized modifications of said Contract that
may hereafter be made, notice of which modifications to the Surety being hereby waived, then,
this obligation to be void; otherwise to remain in full force and virtue.
IN WITNESS WHEREOF, the above bounded parties have executed this instrument
under the several seals on the date indicated above, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
Witness: CONTRACTOR:
_____________________________
(Trade or Corporate Name)
______________________________
(Proprietorship or Partnership) By: ___________________________
ATTEST:
Title:
(Owner, Partner, or Corporate
President or Vice-President, Only)
By: _______________________________
SURETY COMPANY:
______________________________
Witness:
By: ___________________________
__________________________________
Title: _________________________
(Attorney in Fact)
Countersigned:
__________________________________
__________________________________
Name and Address-Surety Agent
__________________________________
__________________________________
Surety Company Name and N.C.
Regional or Branch Office Address
TO: DATE:
You are hereby notified to commence work in accordance with the Purchase Order
you are to complete the WORK within 60 consecutive days thereafter. The date of final
BY:
Trent Ensley
Procurement Manager
ACCEPTANCE OF NOTICE
of , 2019.
CONTRACTOR
BY:
TITLE:
PART 1 - GENERAL
1.01 SCOPE
A. The work of this section includes the surface preparation and painting of all surfaces
related to the “Bedrock Water Tank”; a 500,000 gallon elevated water storage tank
located at 818 Bedrock Dr. Fayetteville, NC. The scope of work includes but is not
limited to pressure washing the interior and exterior of the tank and coating as specified.
A. Without limiting the general aspects of other requirements of these specifications, all
surface preparation, coating and painting of surfaces shall conform to the applicable
requirements of the Steel Structures Painting Council, NACE, ICRI, CSP and the
manufacturer's printed instructions.
B. The Owner’s decision shall be final as the interpretation and/or conflict between any of
the referenced specifications and standards contained herein.
1.03 CONTRACTOR
A. The Contractor shall have five years practical experience and successful history in the
application of specified products in similar projects. He shall substantiate this
requirement by furnishing a list of references and job completions.
C. The Contractor shall possess the applicable license to perform the work as herein
described and as specified by local, state and federal laws.
D. The Contractor shall provide a site mock up with each paint system as a representative of
how the systems shall be installed and their final appearance, which is to be approved by
the Owner before any work is started. For overcoat projects this mock up shall be used
to test for adequate adhesion. This approved mock up shall be the quality standard for
the rest of the project.
A. General: Quality assurance procedures and practices shall be utilized to monitor all
phases of surface preparation, application, and inspection throughout the duration of the
project. Procedures or practices not specifically defined herein may be utilized provided
they meet recognized and accepted professional standards and are approved by the
Owner.
B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial
Surface Preparation Standards for Painting Steel Surfaces", SSPC-Vis-1 and ASTM
Designation D2200; "Standard Methods of Evaluating Degree of Rusting on Painted
Steel Surfaces" SSPC-Vis-2 and ASTM Designation D610; "Visual Standard for
Surfaces of New Steel Airblast Cleaned with Sand Abrasive" or “Guideline for Selecting
and Specifying Concrete Surface Preparation for Sealers, Coatiing and and Polymer
Overlays” and ICRI CSP Surface Profile Chips.
C. Application: No coating or paint shall be applied: When the surrounding air temperature
or the temperature of the surface to be coated is below the minimum required
temperature for the specified product; to wet or damp surfaces or in fog or mist; when
the temperature is less than 5 degrees F. above the dewpoint; when the air temperature is
expected to drop below 40 degrees F. within six hours after application of coating.
Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in
conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables.
If above conditions are prevalent, coating or painting shall be delayed or postponed until
conditions are favorable. The day's coating or painting shall be completed in time to
permit the film sufficient drying time prior to damage by atmospheric conditions.
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with
a non-destructive, magnetic type thickness gauge. The integrity of coated interior
surfaces shall be tested with an approved inspection device. Non-destructive holiday
detectors shall not exceed the voltage recommended by the manufacturer of the coating
system. For thicknesses between 10 and 20 mils (250 microns and 500 microns), a
non-sudsing type wetting agent, such as Kodak Photo-Flo, may be added to the water
prior to wetting the detector sponge. All pinholes shall be marked, repaired in
accordance with the manufacturer's printed recommendations, and retested. No pinholes
or other irregularities will be permitted in the final coating.
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and
painting, inspection devices in good working condition for detection of holidays and
measurement of dry-film thickness of coating and paint. The Contractor shall also
F. All necessary testing equipment shall be made available for the Owner’s use at all times
until final acceptance of application. Holiday detection devices shall be operated in the
presence of the Owner.
B. Head and Face Protection and Respiratory Devices: Equipment shall include protective
helmets, which shall be worn by all persons while in the vicinity of the work. In
addition, workers engaged in or near the work during sandblasting shall wear eye and
face protection devices and air purifying halfmask or mouthpiece respirators with
appropriate filters. Barrier creams shall be used on any exposed areas of skin.
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall
be explosion-proof. Ventilation shall reduce the concentration of air contaminant to the
degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be
continued until coatings have fully cured.
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable
sound levels, the Contractor shall provide and require the use of approved ear protective
devices.
PART 2 - PRODUCTS
2.01 GENERAL
A. Materials specified are those that have been evaluated for the specific service.
Requests for substitution shall include manufacturer's literature for each product giving
the name' product number, generic type, descriptive information, solids by volume,
recommended dry film thickness and certified test reports showing results to equal the
performance criteria of the products specified herein. No request for substitution shall
be considered that will decrease film thickness or offer a change in the generic type of
coatings specified. In addition, a list of five similar projects shall be submitted in which
each product has been used and rendered satisfactory service.
Requests for product substitution shall be made at least thirty (30) days prior to bid date.
Any material savings shall be passed to the owner in the form of a contract dollar
reduction.
Manufacturer's color charts shall be submitted to the Owner at least 30 days prior to
paint application. General contractor and painting contractor shall coordinate work so as
to allow sufficient time (five to ten days) for paint to be delivered to the jobsite.
B. All materials shall be brought to the jobsite in original, sealed containers. They shall not
be used until the Owner has inspected contents and obtained data from information on
containers or labels. Materials exceeding storage life recommended by the manufacturer
shall be rejected.
C. All coatings and paints shall be stored in enclosed structures to protect them from
weather and excessive heat or cold. Flammable coatings or paint must be stored to
conform to City, County, State and Federal safety codes for flammable coating or paint
materials. At all times, coating and paints shall be protected from freezing.
3. After each coat to verify film thickness and an overall visual inspection
4. After the finish coat to verify film thickness and conduct an overall visual inspection
E. Pre-Paint Meeting: All parties, to include the owner or owners representative, contractor,
installer, any subs and the manufacturers NACE Certified Representative shall meet
prior to any work is started to review the spec and discuss job specific expectations,
needs and requirements.
F. Coating Systems
Interior “Wet”:
TNEMEC:
Surface Preparation: In accordance with SSPC-SP10/NACE 2 Near White Blast
Cleaning to remove the existing coating and provide a 2.0 mil angular anchor profile. The
surface shall be clean and dry prior to coating application.
1st Coat: Series N140 Pota-Pox Plus applied at 4.0 – 6.0 dry mils.
2nd Coat: Series N140 Pota-Pox Plus applied at 4.0 – 6.0 dry mils.
Total 8.0 – 12.0 dry mils.
Patching: Patch and fill deep pits with Series 215 Surfacing Epoxy prior to finish coat
application.
Stripe Coat: Brush or roller apply an additional coat of Series N140 Pota-Pox Plus, of a
contrasting color, to all sharp agles, edges, weld seams, nuts, bolts, and flanges.
Patching: Patch and fill deep pits with Steel Seam Ft-910 prior to finish coat application.
Stripe Coat: Brush or roller apply an additional coat of Macropoxy 5500 PW, of a
contrasting color, to all sharp agles, edges, weld seams, nuts, bolts, and flanges.
CARBOLINE:
Surface Preparation: In accordance with SSPC-SP10/NACE 2 Near White Blast
Cleaning to remove the existing coating and provide a 2.0 mil angular anchor profile. The
surface shall be clean and dry prior to coating application.
Patching: Patch and fill deep pits with Carboline Carboguard 501prior to finish coat
application.
Stripe Coat: Brush or roller apply an additional coat of Carboline Carboguard 61, of a
contrasting color, to all sharp angles, edges, weld seams, nuts, bolts, and flanges.
TNEMEC:
Surface Preparation: Pressure wash using 3,500 psi and a rotating tip to remove all loose
dirt, dust, mildew, loose coating and other foreign matter. Sand to dull the sheen of the
existing coating to promote adhesion. SSPC-SP3 Power Tool Cleaning to all bare metal,
feather smooth the edges of all tightly adhered material and spot prime using Tnemec
Series 135 Chembuild or Series 1 Omnithane applied at 3.0-4.0 dry mils.
2nd Coat: Series 73U Endura-Shield applied at 2.0 – 3.0 dry mils.
Total 5.0 – 7.0 dry mils.
Stripe Coat: Brush or roller apply an additional coat of Series N69 to all sharp angles,
edges, weld seams, nuts, bolts, and flanges.
SHERWIN WILLIAMS:
Surface Preparation: Pressure wash using 3,500 psi and a rotating tip to remove all loose
dirt, dust, mildew, loose coating and other foreign matter. Sand to dull the sheen of the
existing coating to promote adhesion. SSPC-SP3 Power Tool Cleaning to all bare metal,
feather smooth the edges of all tightly adhered material and spot prime using Macropoxy
646 FC applied at 3.0-4.0 dry mils.
Stripe Coat: Brush or roller apply an additional coat of Macropoxy 646 FC, of a
contrasting color, to all sharp agles, edges, weld seams, nuts, bolts, and flanges.
CARBOLINE:
Surface Preparation: Pressure wash using 3,500 psi and a rotating tip to remove all loose
dirt, dust, mildew, loose coating and other foreign matter. Sand to dull the sheen of the
existing coating to promote adhesion. SSPC-SP3 Power Tool Cleaning to all bare metal,
feather smooth the edges of all tightly adhered material and spot prime using Carboline
Carboguard 954HB applied at 3.0 – 4.0 dry mils.
1st Coat: Carboline Carboguard 954 HB applied at 3.0 – 5.0 dry mils.
2nd Coat: Carboline Carbothane 133HB applied at 2.0 – 3.0 dry mils.
Total 5.0 – 8.0 dry mils.
Stripe Coat: Brush or roller apply an additional coat of Carboline Carboguard 60, of a
contrasting color, to all sharp agles, edges, weld seams, nuts, bolts, and flanges.
G. Submittals: The Contractor shall submit to PWC five (5) copies of product data for each
component specified including data substantiating that the proposed materials comply
PART 3 – EXECUTION
3.01 GENERAL
A. All surface preparation, coating and painting shall conform to applicable standards of the
Steel Structures Painting Council, NACE ICRI, CSP and the manufacturer's printed
instructions. Material applied prior to approval of the surface by the Owner shall be
removed and reapplied to the satisfaction of the Owner at the expense of the Contractor.
B. All work shall be performed by skilled craftsmen qualified to perform the required work
in a manner comparable with the best standards of practice. Continuity of personnel
shall be maintained and transfers of key personnel shall be coordinated with the Owner.
C. The Contractor shall provide a supervisor at the work site during cleaning and
application operations. The supervisor will have the responsiblity to communicate with
PWC personell and should have the ability to coordinate work, and make decisions
pertaining to the fulfillment of the contract.
D. Dust, dirt, oil, grease, rust or any foreign matter that will affect the adhesion or durability
of the finish must be removed by washing with clean rags dipped in an approved
cleaning solvent and wiped dry with clean rags.
E. All loose paint chips removed during the pressure washing and power tool cleaning
phases of exterior surface preparation shall be removed from the site and disposed of by
the Contractor. The area around the tank shall be lined with a plastic sheet barrier to
facilitate the accumulation and disposal of the removed paint chips from the surface of
the ground using vacuum equipment. Emissions will be monitored visually. Loose paint
chips will be vacuumed daily.
F. The Contractor's coating and painting equipment shall be designed for application of
materials specified and shall be maintained in first class working condition.
Compressors shall have suitable traps and filters to remove water and oils from the air.
Contractor's equipment shall be subject to approval of the Owner.
A. The latest revision of the following surface preparation specifications of the Steel
Structures Painting Council and NACE shall form a part of this specification:
1. Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants
by use of solvents, emulsions, cleaning compounds, steam cleaning or similar
materials and methods which involve a solvent or cleaning action.
2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale and other
detrimental foreign matter to degree specified by hand chipping, scraping, sanding
and wire brushing.
3. Power Tool Cleaning (SSPC-SP3): Removal of all loose mill scale, loose rust, loose
paint, and other loose detrimental foreign matter by hand chipping, scraping, sanding,
and wire brushing.
4. Near White Blast Cleaning (SSPC-SP10/NACE 2): Blast cleaning to nearly white
metal cleanliness, until at least 95 percent of each element of surface area is free of
all visible residues.
B. Blast cleaning for all surfaces shall be by dry method unless otherwise directed.
C. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5 –
2.0 mil (37.5 microns - 50.0- microns) surface profile or in accordance with
recommendations of the manufacturer of the specified coating or paint system to be
applied.
D. Abrasive used in blast cleaning operations shall be new, washed, graded and free of
contaminants that would interfere with adhesion of coating or paint and shall not be
reused unless specifically approved by the Owner.
E. During blast cleaning operations, caution shall be exercised to insure that surrounding
existing coatings or paint are not exposed to abrasion from blast cleaning.
H. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint.
No coatings or paint shall be applied over damp or moist surfaces.
I. Specific Surface Preparation: Surface preparation for the specific system shall be as
noted in Section 2.01 Paragraphs F.
J. During the blast operations the steel may exhibit flash rusting, turning or blackening.
Testing for chlorides and chloride remediation will be required at no extra cost to the
owner.
A. Coating and paint application shall conform to the requirements of the Steel Structures
Painting Council Paint Application Specification SSPC-PA1, latest revision, for "Shop,
Field and Maintenance Painting,” and the manufacturer of the coating and paint
materials.
C. Each application of coating or paint shall be applied evenly, free of brush marks, sags,
runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping
on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished
surfaces shall be free from defects or blemishes.
D. Protective coverings or drop cloths shall be used to protect floors, fixtures, and
equipment. Care shall be exercised to prevent coatings or paint from being spattered
onto surfaces that are not to be coated or painted. Surfaces from which materials cannot
be removed satisfactorily shall be recoated or repainted as required to produce a finish
satisfactory to the Owner.
E. When two coats of coating or paint are specified, where possible, the first coat shall
contain sufficient approved color additive to act as an indicator of coverage or the two
coats must be of contrasting color.
H. All welds, edges and other irregular surfaces shall receive a brush coat of the specified
product prior to application of the first complete coat.
After completion of surface preparation as specified for the specific system, materials shall
be applied as noted in Section 2.01 Paragraphs F.
Colors: Submittals will be made to the Owner for approval prior to application.
Where appropriate all solvent vapors shall be completely removed by suction-type exhaust
fans and blowers before placing in operating service.
A. Remove and install new interior fixed ladder according to AWWA Standards with safety
cable climb.
B. Remove existing man-way at the bottom of the riser and install a new 24” man-way to
AWWA Standards.
C. Repair existing holes on the bottom of the tank bowl, prior to recoating.
3.08 CLEAN UP
Upon completion of the work, all staging, scaffolding, and containers shall be removed from
the site or destroyed in a manner approved by the Owner. Coating or paint spots and oil or
stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to
surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the
satisfaction of the Owner at no cost to the Owner.
The Contractor will warrant the work free of defects in material and workmanship for a
period of 1 year from the acceptance of the work. At the end of one year, the Contractor will
return for a one-year anniversary inspection of the work. The Contractor will correct any
deficiencies found with no cost to the owner. Inspections shall be conducted in to conform to
owners spec.