68
Bid Documents: Twin Mounds, 5 Million Gallon Potable Water Storage Tank Recoating Project March 1, 2021 Amended March 18, 2021 TABLE OF CONTENTS

Bid Documents - Colorado

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Bid Documents:

Twin Mounds, 5 Million Gallon Potable Water Storage Tank Recoating Project

March 1, 2021 Amended March 18, 2021

TABLE OF CONTENTS

CONTENTS Invitation to Bid ............................................................................................................................................................ 1

Information For Bidders ............................................................................................................................................... 3

Bid ................................................................................................................................................................................ 5

Bid Bond ....................................................................................................................................................................... 8

Notice of Award ......................................................................................................................................................... 10

Contract Agreement .................................................................................................................................................... 11

Illegal Alien Compliance Certificate .......................................................................................................................... 13

Performance Bond ...................................................................................................................................................... 14

Payment Bond ............................................................................................................................................................. 17

Notice To Proceed ...................................................................................................................................................... 20

Change Order No.____ ............................................................................................................................................... 21

Payment Application................................................................................................................................................... 22

Conditional Waiver and Release upon Progress Payment .......................................................................................... 23

Advertisement for Final Acceptance........................................................................................................................... 24

General Conditions: .................................................................................................................................................... 25

Special Conditions: ..................................................................................................................................................... 28

Project Specifications ................................................................................................................................................. 32

SECTION 1010 - SUMMARY OF WORK ........................................................................................................... 33

SECTION 1100 - ALTERNATIVES ..................................................................................................................... 37

SECTION 1300 - SUBMITTALS ......................................................................................................................... 38

SECTION 1500 - TEMPORARY FACILITIES .................................................................................................... 40

SECTION 01530 - PROTECTION OF EXISTING FACILITIES ........................................................................ 41

SECTION 1560 - TEMPORARY ENVIRONMENTAL CONTROLS ................................................................. 42

SECTION 1600 - PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS ................................... 43

SECTION 1700 - PROJECT CLOSEOUT ............................................................................................................ 45

SECTION 3600 – FOUNDATION REPAIRS ...................................................................................................... 46

SECTION 5500 - METALS................................................................................................................................... 47

SECTION 9850 TANK COATING ....................................................................................................................... 49

SECTION 9860 -- ABRASIVE BLASTING CONTROLS ................................................................................... 55

SECTION 9950 STEEL TANK INTERIOR COATING SYSTEM ...................................................................... 59

SECTION 9970 STEEL TANK EXTERIOR COATING SYSTEM ..................................................................... 63

SECTION 13900 DISINFECTION, TESTING & ONE YEAR ANNIVERSARY INSPECTION ...................... 66

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 1

INVITATION TO BID

Twin Mounds, 5 Million Gallon (MG) Potable Water Storage Tank - Recoating Project The Little Thompson Water District (the Owner) will receive bids for the Twin Mounds 5MG Tank Recoating Project up to the hour of 2:00 PM MDT on March 25, 2021, at their offices in Berthoud, Colorado, and will open said bids that same day. Bids may be submitted either in printed form, by postal or hand delivery. Bids will be evaluated, and the winning bidder will be notified. Bids should be clearly marked “Bid – Twin Mounds 5MG Tank Recoating Project” and addressed to the attention of:

Brad E. Eaton, P.E. District Engineer The Little Thompson Water District 835 E. Highway 56 Berthoud, CO 80513

Plans and specifications will be available online at the Rocky Mountain E-Purchasing System site (BidNet) beginning March 1, 2021. Go to https://www.bidnetdirect.com and choose “Login” if your company has a login established or “Register” if it is the first time you are visiting this site. Follow the prompts for the option chosen. Select “Search for Open Bids and Addenda by Agency” and then select “Little Thompson Water District.” Bid opportunities will be listed, in bid due date sequence, by project name and bid number. A mandatory pre-bid meeting will be held at District offices in Berthoud, Colorado at 10:00 AM MST on March 9, 2021. The pre-bid meeting will also be offered via Zoom with the following login information: Join Zoom Meeting https://us02web.zoom.us/j/5959808650 Meeting ID: 595 980 8650 Conference Call Number: 669-900-6833 Participants must pre-register to attend the meeting by calling 970-532-2096 and must specify how you plan to attend the meeting either in person, or via Zoom. Face masks for the in-office meeting will be required. Following the in-office meeting, a tour of the tank will be provided. Participant attendance for the tour is optional but recommended. All project questions must be submitted on BidNet. Questions are due no later than 3:00 PM MDT on March 16, 2021. Any resulting addenda will be issued on BidNet no later than 5:00 PM MDT on March 18, 2021. Call Mr. Eaton at 970-344-6373 to verify receipt of your questions. The contents of all bids will be kept confidential up to the time of the bid opening. Any bidder who desires confidentiality after the bid opening should notify the Owner when submitting their bid. Description of Project The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 2

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

Project Location

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Project Schedule

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 3

INFORMATION FOR BIDDERS RECEIPT AND OPENING OF BIDS Bids will be received by The Little Thompson Water District, 835 E. Highway 56, Berthoud, CO 80513 (hereinafter called the Owner) until the time stated in the Invitation to Bid, at which time and place all Bids will be opened and read aloud. Bid Proposals may be submitted by regular mail or hand-delivery. The successful bidder will be required to submit a signed paper copy of the completed Bid Form. PREPARATION OF BID PROPOSAL Bids must be submitted on the supplied Bid Proposal form. Bid Proposals must be fully completed in ink or typewritten. Any alterations in the Bid Proposal must be initialed by the Bidder. Where the bidder is a corporation, proposals must be signed with the legal name of the corporation, followed by the state of incorporation and the legal signature of an officer authorized to bind the corporation to the contract.

BID BOND A Bid Bond in the amount of 5 percent (5%) of the Total Base Bid will be required of all Bidders. The Bid Bond must accompany the Bid. MODIFICATION AND WITHDRAWAL OF BID PROPOSAL The Owner may waive any irregularities or informalities or reject any or all Bids. Any Bid Proposal may be modified by telephone or telegraph communication, up to the time of the Bid Opening. Any Bid Proposal may be withdrawn prior to the Bid Opening. No Bid Proposals received after the time of the Bid Opening will be considered.

QUANTITY AND NATURE OF THE WORK Bidders will carefully examine the Bid Documents, including Addenda, and the construction site to obtain firsthand knowledge of the existing conditions. Bidders shall obtain clarification from the Owner of any part of the Bid Documents which are unclear prior to submitting their Bid. After Bids have been submitted, no Bidder shall claim misunderstanding of either the quantities or the nature of the work. CONTRACT DOCUMENTS The Contract Documents consist of the Plans and the Bid Documents. The Bid Documents consist of the Description of Project, Information for Bidders, Bid Form, Bid Bond, Notice of Award, Contract Agreement, Performance Bond, Change Order, Special Conditions, Project Specifications and the latest edition of the Water Line Specifications, as published by the Little Thompson Water District. Together the Contract Documents contain the instructions and conditions necessary for completion of the work. Information obtained from an agent or employee of the Owner shall not affect the risks or obligations assumed by the Contractor or relieve him of the requirement to fulfill any condition of the Contract.

EVALUATION OF BIDS In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid Form or prior to the Notice of Award.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 4

In the comparison of Bids, alternates will be applied in the same order of priority as listed in the Bid Form. For comparison purposes alternates will be accepted, following the order of priority established in the Bid Form. After determination of the Successful Bidder based on this comparative process and on the responsiveness, responsibility, and other factors set forth in these Instructions, the award may be made to said Successful Bidder on its base Bid and any combination of its additive alternate Bids for which Owner determines funds will be available at the time of award. NOTICE OF AWARD The successful Bidder will be required to execute the Contract and to supply the Payment Bond, Performance Bond, and Certificates of Insurance within seven (7) calendar days following the date of receipt of the Notice of Award. The Notice of Award will be accompanied by the Contract. In case of failure of the Bidder to execute the Contract and provide satisfactory Bond and Insurance, the Owner may at their option consider the Bidder to be in default and select another Bidder.

INTENT OF AWARD The Owner intends to award the Contract to the lowest responsible bidder, within the limits of funds available. The Owner reserves the right to consider other factors in the award of the Contract, as deemed in the best interest of the Owner. Responsibility and acceptability of bidders shall be determined solely by the Owner. CONDITIONS OF WORK AND OBLIGATION OF BIDDER Each Bidder is responsible for inspecting the site of construction and for reading and understanding all parts of the Contract Documents. Failure to do so shall in no way relieve the Bidder from any obligation with respect to his Bid Proposal. The Little Thompson Water District will not be held responsible for any errors or omissions contained in the Plans or Specifications. Bidders shall immediately notify the Little Thompson Water District of any omissions or inaccuracies they discover in the Plans and Specifications. OWNER RESERVED RIGHTS The Owner reserves the right to reject any and all bids; to waive any irregularities or informalities; to waive any information contained in Bids; and to accept any item in the Bid.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 5

BID

Proposal of

(hereinafter called the "BIDDER"), organized and existing under the laws of the State of

, doing business as __________________________________________

(a corporation, partnership, or individual) to The Little Thompson Water District (hereinafter called the "Owner").

The Work to be completed in place under the Agreement is identified in the Plans and Specifications. It shall be

the responsibility of the Bidder to examine the Plans and Specifications and the site of construction to obtain all

information and quantities necessary for the preparation of his Bid. Questions regarding the intention of the

Plans and Specifications shall be directed to the Little Thompson Water District prior to the preparation of the

Bid. The Owner will not be responsible for errors in the Bid resulting from a misinterpretation of the Plans and

Specifications.

Having familiarized ourselves with the site and job conditions and having examined and approved the form of

the Construction Contract provided in the BID DOCUMENTS, BIDDER hereby proposes to perform all WORK

for the Twin Mounds 5MG Tank Recoating Project in strict accordance with the CONTRACT DOCUMENTS,

within the time set forth herein, and at the prices stated below.

By submission of this BID, the BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to

his own organization, that this BID has been arrived at independently, without consultation, communication, or

agreement as to any matter relating to this BID with any other BIDDER or with any competitor.

BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE

TO PROCEED and to fully complete all interior work on the project on or before May 31, 2021, to allow for the

new cathodic protection system to be provided and installed by others and the tank placed in service no later than

June 7, 2021. All exterior recoating must be complete no later than June 30, 2021.

Bidder acknowledges receipt of the following ADDENDA included in the BID DOCUMENTS.

ADDENDA

No. Date No. of Pages

1.

2.

3.

The following tabulation of Estimated Quantities is intended only for informational purposes and the comparison

of bids and is not guaranteed to either accurate or complete. Payment will be based on accepted quantities of

work completed, which may be more or less than estimated quantities.

All work shall be completed in substantial conformance with the Plans and Specifications. Additional

labor and materials not shown on the Plans or listed herein but necessary to complete the work satisfactorily will

be considered incidental to the whole and will not be paid separately.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 6

Bid Schedule – Twin Mounds 5MG Tank Recoating Project

Item

No.

Description Unit Est.

Quantity

Unit Cost Total Cost

1

5 MG Steel Tank Interior and Exterior Coating

System Replacement Including Graffiti Resistant

Coating, complete in accordance with project

specifications.

LS 1

N/A

2

Removal and disposal of existing interior cathodic

protection system, less existing rectifier to be

salvaged.

LS 1

N/A

3

Labor and material for removal and replacement of

select roof beams (not to be included in bid schedule

total, provide labor and material unit cost only). It is

estimated that between 10 and 20 roof beams may

require replacement.

EA 10-20

N/A

4

Labor and material for welding attachment of anode

hooks/anchors for installation of new cathodic

protection system by others (not to be included in bid

schedule total, provide labor and material unit cost

only). Assume 60 hooks/anchors will be required.

EA 60

N/A

5

Corrosion Pit Repair cost per gallon of filler material

installed (not to be included in bid schedule total,

provide labor and material unit cost only).

EA N/A

N/A

6

Belzona Surface Repairs cost per 5-kilogram kit,

installed (not to be included in bid schedule total,

provide labor and material unit cost only).

EA N/A

N/A

7

Corrosion Pit Repair labor and material cost for

puddle welding per each repair (not to be included in

bid schedule total, provide labor and material unit

cost only).

EA N/A

N/A

8

Corrosion Pit Repair labor and material cost per

4”x 4”x 1/4” steel patch welded in place (not to be

included in bid schedule, provide labor and material

unit cost only).

EA N/A

N/A

9 Chime Repair labor and material using Belzona

system. LS 1

10

Tank floor repair, labor and material cost per square

foot, 1/4” steel plate welded in place (not to be

included in bid schedule, provide material and labor

unit cost only).

SF N/A

N/A

11

Tank wall repair, labor and material cost per square

foot, 3/16” steel plate welded in place (not to be

included in bid schedule, provide material and labor

unit cost only).

SF N/A

N/A

Total Base Bid

Written Total Base Bid:

BIDDER understands that the Owner reserves the right to reject any or all bids.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 7

BIDDER agrees to execute the form of CONSTRUCTION CONTRACT provided in the CONTRACT

DOCUMENTS.

BIDDER agrees to perform all WORK described in the CONTRACT DOCUMENTS for the unit prices or lump

sums as submitted in the BID SCHEDULE.

BIDDER acknowledges that quantities are estimated and are given for the sole purpose of comparison of bids.

BIDDER acknowledges that payment will be based upon either the Lump Sum Price or on the actual quantities

furnished, installed, or constructed.

Respectfully submitted:

General Contractor—Firm Name Signature

Address Title

Address License Number (If applicable)

Telephone Number Date

Seal (If BID is by a corporation)

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 8

BID BOND

KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned __________________________________

as Principal, and ____________________________ as Surety, are hereby held and firmly bound into The Little

Thompson Water District in the sum of $______________________ for the payment of which, well and truly to

be made, we hereby jointly and severally bind ourselves, successors, and assigns.

THE CONDITION of this obligation is such that whereas the Principal has submitted to The Little Thompson Water

District a certain BID, attached hereto and hereby made a part hereof to enter into an Agreement in writing for

the following Work:

The Twin Mounds 5MG Tank Recoating Project, generally includes:

The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

NOW THEREFORE,

(a) If said BID shall be rejected, or

(b) If said BID shall be accepted and the Principal shall execute and deliver an Agreement in the form of the

Agreement attached hereto (properly completed in accordance with said BID) and shall furnish a BOND of his

faithful performance of said Agreement, and for payment of all persons performing labor or furnishing materials in

connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 9

BID, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly

understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed

the penal amount of this obligation as herein stated.

The Surety for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall

be in no way impaired o affected by any extension of the time within which the Owner may accept such BID; and

said Surety does hereby waive notice of any such extension.

IN WITNESS WHEREOF, the Principal and Surety have hereunto set their hands and seals, and such of them as

corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their

proper officers, the day and year first set forth above.

PRINCIPAL

ATTEST: Principal: ____________________________

By: ______________________________ By: _________________________________

Title: ____________________________ Title: ________________________________

________________________________

(Address)

________________________________

(Corporate Seal)

SURETY

ATTEST: Surety:_____________________________

By:_____________________________ By:________________________________

Attorney-in-Fact:__________________ Title:______________________________

________________________________

(Address)

________________________________

(Surety Seal)

IMPORTANT: Surety Company must be authorized to transact business in the State of Colorado and be

acceptable to the Owner

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 10

NOTICE OF AWARD TO:

PROJECT DESCRIPTION: The Twin Mounds 5MG Tank Recoating Project, generally includes:

The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed

by others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the water

storage tank interior and exterior including, removal of the existing interior coating on the floor, walls, ceiling

and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating system identified

in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

The Owner has considered the BID submitted by you for the above-described WORK, and you are hereby

notified that your BID has been accepted for items in the amount of $_______________.

You are required by the terms of the BID to execute the CONTRACT AGREEMENT and furnish the required

Payment and Performance Bonds and Certificates of Insurance within ten (10) calendar days of the date of this

NOTICE.

If you fail to execute said CONTRACT AGREEMENT and to furnish said Payment Bond, Performance Bond,

and Certificates of Insurance within said ten (10) day period, the Owner will be entitled to consider all of your

rights arising out of the Owner's acceptance of your BID as abandoned.

Dated this day of 2021.

Owner: Little Thompson Water District

By: Brad E. Eaton, P.E.

Title: District Engineer

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 11

CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made this day of _____________, 2021, by and between The Little Thompson Water District, hereinafter called "OWNER" and _____________________hereinafter called "CONTRACTOR".

WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:

1. THE CONTRACTOR will commence and complete, in substantial conformity with the PLANS AND SPECIFICATIONS, the Twin Mounds 5MG Tank Recoating Project.

2. THE CONTRACTOR will furnish all of the materials, supplies, equipment, tools, labor, supervision, and

any other materials, supplies and services necessary for the construction and completion of the WORK as described herein.

THE CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within ten (10) calendar

days following the date of the NOTICE TO PROCEED and will be completed within the following schedule: Work

on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline. The

actual start date is dependent on demands of the District water system at that time, however, the tentative start

date for the recoating project is set for September 13, 2021. Therefore, NOTICE TO PROCEED will be issued

when the tank is taken offline in the fall.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service, unless the period for completion is extended

by mutual agreement between the Owner and the CONTRACTOR according to the provisions contained in the

CONTRACT DOCUMENTS.

3. Liquidated damages at the rate of $_250.00__ per calendar day will be withheld from the Final Estimate for each calendar day that any work shall remain uncompleted after lapse of the project duration of 180 calendar days noted above unless the period for completion is extended by mutual agreement between the Owner and the CONTRACTOR.

4. THE CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and to comply with the terms therein for the sum of $ ______________or as shown in the BID schedule.

5. The term "CONTRACT DOCUMENTS" means and includes the following:

a. Description of Project b. Information For Bidders c. Bid Form d. Notice of Award e. Contract Agreement f. Illegal Alien Compliance Certificate g. Performance Bond h. Payment Bond i. Notice to Proceed j. Change Order k. General Conditions l. Special Conditions m. Project Specifications n. Water Line Specifications, of the latest edition, as issued by the Little Thompson Water District,

or as amended herein. o. DRAWINGS

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 12

6. The Owner will pay to the CONTRACTOR monthly or as otherwise set forth herein such amounts as required by the CONTRACT DOCUMENTS. All payments shall be based upon written estimates submitted by the CONTRACTOR. Payment will be made for work satisfactorily completed and material in place and may be withheld for work deemed unsatisfactory or incomplete by the Owner at the time of the request for payment. The Owner shall have full power to withhold final payment until all items of work have been completed in accordance with the provisions of the CONTRACT DOCUMENTS.

7. This CONTRACT AGREEMENT shall be binding upon all parties hereto and their respective heirs,

executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this CONTRACT AGREEMENT in triplicate, each copy of which shall be deemed an original, on the date first above written.

Owner: By _________________________________________________

(Signature)

Name ______________________________________________ (Typed)

Title ________________________________________________ ATTEST: By _________________________________________________

(Signature)

Name ______________________________________________ (Typed)

Title ________________________________________________ (SEAL) CONTRACTOR: By _________________________________________________

(Signature)

Name ______________________________________________ (Typed)

Title ________________________________________________ ATTEST: By _________________________________________________

(Signature)

Name ______________________________________________ (Typed)

Title ________________________________________________ (SEAL)

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 13

ILLEGAL ALIEN COMPLIANCE CERTIFICATE

(To Be Executed by Bidder Prior to Executing a Public Contract for Services)

A. The undersigned Contractor certifies that the Contractor shall comply with the provisions of C.R.S. 8-17.5-101 & 102. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract.

B. The Contractor represents, warrants, and agrees that it has verified that is does not employ any illegal aliens, through participation in a program approved under C.R.S 8-17.5-102. 1. If the Contractor elects to participate in the State of Colorado Department program pursuant to

C.R.S. 8-17.5-102, the Contractor must provide the District a copy of their completed Notice of Participation Form.

2. If the Contractor hires a new employee who performs work under this public contract, the Contractor must provide the District affirmation as required by C.R.S. 8-17.5-102(5)(c)(II).

C. The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101&102, the District may terminate this Contract for breach of contract, and the Contractor shall be liable for actual and consequential damages to the District.

D. The Contractor shall not use the programs approved under C.R.S. 8-17.5-102 to undertake pre-employment screening of job applicants while this Contract is being performed.

E. If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or contracts with an illegal alien, the Contractor shall: 1. Notify the subcontractor and the District within three days that the Contract has actual knowledge

that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required

pursuant to sub-paragraph “A” above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish the subcontractor has not knowingly employed or contracted with an illegal alien.

Contractor: ____________________________________________

Signature: ____________________________________________

Name: ____________________________________________

Title: ____________________________________________

Date: ____________________________________________

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 14

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor)

a _______________________________________, as Principal, hereinafter called the Contractor, and

(Individual, Partnership, or Corporation)

(Name of Surety)

(Address of Surety)

hereinafter called Surety, are held and firmly bound unto The Little Thompson Water District, as Obligee,

hereinafter called Owner, in the amount of

Dollars,

($ ) in lawful money of the United States, for the payment of which sum well and

truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is that whereas, the Contractor entered into a certain contract with the

Owner, dated the day of , 20___, a copy of which is hereto attached and made

a part hereof for the construction of:

The Twin Mounds 5MG Tank Recoating Project, generally includes: The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 15

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

NOW, THEREFORE, if the Contractor shall well, truly, and faithfully perform and complete all duties,

undertakings, covenants, terms, agreements and conditions of said contract during the original term thereof, and

any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during

the one-year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and

shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason

of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may

incur in making good any default, then this obligation shall be null and void; otherwise to remain in full force and

effect.

The Surety hereby agrees that no change, extension of time, alteration or addition to the terms of the contract or

to the WORK to be performed thereunder shall in any wise affect its obligation on this BOND, and it does hereby

waive notice of any such change, extension, alteration or addition.

Whenever the Contractor shall be, and is declared by the Owner to be in default under the said Contract, the

Owner having fulfilled all obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

1. Complete the Contract in accordance with its terms and conditions, or

2. Obtain a bid or bids for submission to the Owner for completing said Contract in accordance with its terms and

conditions, and upon determination by the Owner and Surety of the lowest possible bidder, arrange for a contract

between such bidder and the Owner, and make available as work progresses (even though there should be a

default or succession of defaults under the contract or contracts of completion), less the balance of the Contract

price, but not exceeding, including other costs the damages for which the Surety may be liable hereunder, the

amount set forth in the first paragraph hereof. The term "balance of the contract price" as used in this paragraph,

shall mean the total amount payable by the Owner to the Contractor under said Contract and any amendments

thereto, less the amount properly paid by the Owner to the Contractor.

The Surety acknowledges that said Contract may contain express guarantees and agrees that said guarantees,

if any, are covered by the Surety's obligation hereunder.

Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment

under the Contract falls due, except that, with respect to express guarantees of a longer term, a suit thereon must

be initiated within six months following the expiration of said express guarantees, if any.

Right of action with respect to any express guarantees in said Contract shall accrue following completion and

formal acceptance of the Work under said Contract.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 16

No final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder,

whose claim may be unsatisfied.

IN WITNESS WHEREOF, this instrument is executed in triplicate, each copy of which shall be deemed an original,

on this the day of , 20___.

CONTRACTOR - PRINCIPAL: (SEAL)

(Contractor)

By

Title

(Witness as to Contractor)

SURETY: (SEAL)

(Surety)

By

Title (Attorney-in-Fact)

(Witness as to Surety)

If Contractor is a partnership, all partners should execute Bond.

A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations

protecting the Owner are not in any way reduced by such use.

IMPORTANT: Surety companies executing Bonds must be authorized to transact business in the State of

Colorado.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 17

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor)

a _______________________________________, as Principal, hereinafter called the Contractor, and

(Individual, Partnership, or Corporation)

(Name of Surety)

(Address of Surety)

hereinafter called Surety, are held and firmly bound unto The Little Thompson Water District, as Obligee,

hereinafter called Owner, in the amount of

Dollars,

($ ) in lawful money of the United States, for the payment of which sum well and

truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is that whereas, the Contractor entered into a certain contract with the

Owner, dated the day of , 20___, a copy of which is hereto attached and made

a part hereof for the construction of:

The Twin Mounds 5MG Tank Recoating Project, generally includes: The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 18

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

NOW, THEREFORE, if the Contractor shall well, truly, and faithfully promptly make payments in all amounts

lawfully due to all persons supplying or furnishing him or his subcontractors with labor or materials used or

performed in the prosecution of the work, provided for in such contract, then this bond will be null and void,

otherwise the Contractor and Surety will indemnify and save harmless the Owner to the extent of any payments

in connection with the carrying out of any such contracts which the Owner may be required to make under the

law.

The Surety hereby agrees that no change, extension of time, alteration or addition to the terms of the contract or

to the WORK to be performed thereunder shall in any wise affect its obligation on this BOND, and it does hereby

waive notice of any such change, extension, alteration or addition.

The Surety acknowledges that said Contract may contain express guarantees and agrees that said guarantees,

if any, are covered by the Surety's obligation hereunder.

Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment

under the Contract falls due, except that, with respect to express guarantees of a longer term, a suit thereon must

be initiated within six months following the expiration of said express guarantees, if any.

Right of action with respect to any express guarantees in said Contract shall accrue following completion and

formal acceptance of the Work under said Contract.

No final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder,

whose claim may be unsatisfied.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 19

IN WITNESS WHEREOF, this instrument is executed in triplicate, each copy of which shall be deemed an original,

on this the day of , 20___.

CONTRACTOR - PRINCIPAL: (SEAL)

(Contractor)

By

Title

(Witness as to Contractor)

SURETY: (SEAL)

(Surety)

By

Title (Attorney-in-Fact)

(Witness as to Surety)

If Contractor is a partnership, all partners should execute Bond.

A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations

protecting the Owner are not in any way reduced by such use.

IMPORTANT: Surety companies executing Bonds must be authorized to transact business in the State of

Colorado.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 20

NOTICE TO PROCEED

TO:

PROJECT DESCRIPTION: The Twin Mounds 5MG Tank Recoating Project, generally includes:

The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

You are hereby notified that the Contract time under the above described project will commence to run effective

this day of , 2021. Work shall be completed per the date identified in the Contract.

Owner: Little Thompson Water District

Signature:

By: Brad E. Eaton, P.E.

Title: District Engineer

Contractor:

Signature:

By:

Title:

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 21

CHANGE ORDER NO.____

Date:

PROJECT: Twin Mounds 5MG Tank Recoating Project

OWNER: The Little Thompson Water District

CONTRACTOR:

The following changes are hereby made to the CONTRACT DOCUMENTS:

Reason for changes:

Cost breakdown:

CHANGE TO CONTRACT PRICE:

Original Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $

Previous total of Change Orders . . . . . . . . . . . . . . $

Increase or (decrease), this Change Order . . . . . . $

New total of Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $

New Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $

CHANGE IN CONTRACT TIME:

Increase or (decrease), this Change Order (days)

Revised Date of Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

RECOMMENDED:

The Little Thompson Water District

Owner

By: ___________________________________

Date: ___________________________________

APPROVED:

___________________________________

Contractor

By: ___________________________________

Date: ___________________________________

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 22

PAYMENT APPLICATION

Contractor:

Date of Contract:

Payment Application No.:

Payment Application Date:

1 Original Contract Price

2 Net Change by Change Orders (see below)

3 Current Contract Price

4 Total Completed and Stored

5 Total Retainage 10%

6 Amount Eligible to Date (Line 4-Line 5)

7 Less Previous Payments

8 Amount Due This Application

9 Balance to Finish

Payment is approved for:

No. Change Order Summary Type Contract Price Adjustment

1 Time

Cost

Signed:

Contractor

Date:

Signed:

District Engineer

Date:

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 23

CONDITIONAL WAIVER AND RELEASE UPON PROGRESS

PAYMENT

PROJECT: Twin Mounds 5MG Tank Recoating Project

OWNER: The Little Thompson Water District

CONTRACTOR:

Conditioned and valid on payment upon presentation to the bank of a check from _______________________

(Payor/Contractor) in the sum of $________________ payable to _______________________ (Releasing

Party), the undersigned forever and fully waives and releases any and all rights to assert a mechanic’s lien,

bond claim, notice to disburser, claims in law, equity, contract and unjust enrichment, and all other rights under

the Colorado Mechanic’s Lien Statute, Colorado Revised Statute 38-22-101 et.seq that the undersigned has

against Little Thompson Water District and the real property located at Twin Mounds 5MG Tank Recoating

Project in Larimer County, Colorado (Project) through the following date ______________________ (Release

Date). Excepting only claims for contract retention retained before the Release Date, this release includes all

claims based upon work performed or items furnished prior to the Release Date.

The undersigned states that all debts owed to any third party relating to the goods or services covered by this

lien waiver have been paid or will be timely paid. The undersigned further represents and warrants he is the

duly authorized agent for the releasing party which has authorized the undersigned to make this release, to

enter into the agreements and to grant the lien waivers herein on its behalf and as its act and deed, and all the

recitations herein are true and correct.

Dated: ______________________________________________

Company Name: _____________________________________

By: ________________________________________________

Signature

Printed Name: ________________________________________

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 24

ADVERTISEMENT FOR FINAL ACCEPTANCE

Date:

CONTRACTOR:

You are hereby notified that the following advertisement for Final Payment appeared in a local newspaper dated __________________ __, 20__.

“After thirty (30) days from _____________________ __, 2021, ,

CONTRACTOR, will be paid the full balance due on the Twin Mounds 5MG Tank Recoating Project All persons having claims for labor, rentals, services, or

materials furnished under this Contract, who shall not have been paid therefore, shall present the same to the OWNER in writing and verified prior to the date specified above, or the OWNER shall be free of all liabilities for attempting to obtain payment to such persons by the CONTRACTOR.”

Subject to the terms of the CONTRACT DOCUMENTS, a Final Payment Check is attached hereto in the amount of _____________________________________ Dollars ($__________ _). Acceptance of which the CONTRACTOR thereby warrants that all persons doing work upon or furnishing materials for work under this Contract have been paid in full. Failure to sign, approve, and return one (1) copy of this form or to protest within the ten (10) days constitutes proof of approval and acceptance by the CONTRACTOR of the final amount due under the Contract. OWNER: Little Thompson Water District By: _______________________________ The final amount paid, and the terms and conditions set forth herein and in the CONTRACT DOCUMENTS are approved and accepted. CONTRACTOR: ___________________________________ By: ________________________________

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 25

GENERAL CONDITIONS: The Twin Mounds 5MG Tank Recoating Project

WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR

ACCEPTANCE OF DEFECTIVE WORK.

Warranty and Guarantee: CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in these GENERAL CONDITIONS.

Access to Work: OWNER and OWNER's representatives, other representatives of OWNER, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access.

Tests and Inspections: CONTRACTOR shall give OWNER and OWNER's representatives timely notice of readiness of the Work for all required inspections, tests or approvals.

If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish OWNER the required certification of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER's or OWNER's representative’s acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to CONTRACTOR's purchase therefor for incorporation in the Work. The cost of all inspections, tests and approvals in addition to the above, which are required by the Contract Documents, shall be paid by OWNER (unless otherwise specified). All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of OWNER or OWNER's representatives, it must, if requested by OWNER or OWNER's representatives, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given OWNER or OWNER's representatives timely notice of CONTRACTOR's intention to cover the same and OWNER or OWNER's representatives has not acted with reasonable promptness in response to such notice.

Neither observations by OWNER or OWNER's representatives, nor inspections, tests or approvals by others shall relieve CONTRACTOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents.

Uncovering Work: If any Work is covered contrary to the written request of OWNER or OWNER's representatives, it must, if requested by OWNER or OWNER's representatives, be uncovered for OWNER or OWNER's representative’s observation and replaced at CONTRACTOR's expense.

If OWNER or OWNER's representatives considers it necessary or advisable that covered Work be observed by OWNER or OWNER's representatives or inspected or tested by others, CONTRACTOR, at OWNER or OWNER's representatives request, shall uncover, expose or otherwise make available for observation, inspection or testing as OWNER or OWNER's representatives may require, that portion of the Work in question, furnishing all

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 26

necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount of extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.

Owner May Stop the Work: If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers of suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party.

Correction or Removal of Defective Work: If required by OWNER or OWNER's representatives, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by OWNER or OWNER's representatives, remove it from the site and replace it with nondefective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so, provided in the Specifications or by Written Amendment.

Correction Period: If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected. Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR.

In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed.

Acceptance of Defective Work: If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work If any such acceptance occurs prior to OWNER's representatives recommendation of final payment, a Change order will be issued incorporating the

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 27

necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and if, the parties are unable to agree as to the amount thereof, OWNER may make a claim under the provisions of the contract. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER.

OWNER May Correct Defective Work: If CONTRACTOR fails within a reasonable time after written notice of OWNER or OWNER's representatives to proceed to correct defective Work or to remove and replace rejected Work as required by OWNER to OWNER's representatives in accordance with these GENERAL CONDITIONS, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by OWNER's representatives, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim under the provisions of the contract. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 28

SPECIAL CONDITIONS: The Twin Mounds 5MG Tank Recoating Project

1. Project Description

The Twin Mounds 5MG Tank Recoating Project, generally includes: The Work to be performed under this Project generally includes supplying all labor, materials, equipment, and transportation to complete the following tasks related to the Twin Mounds, 5MG Potable Water Storage Tank - Recoating Project as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic

protection system equipment provided and installed by others, once recoating of the tank interior is

complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the

water storage tank interior and exterior including, removal of the existing interior coating on the floor,

walls, ceiling and roof, blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating

system identified in the specifications herein.

The primary location of the work is in unincorporated Weld County, Colorado on the west side of Weld County

Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road 14 on the west side of Interstate

25.

Work on the project is to begin in early fall of 2021 shortly after Labor Day when the tank is typically taken offline.

The actual start date is dependent on demands of the District water system at that time, however, the tentative

start date for the recoating project is set for September 13, 2021.

All interior roof rafter replacement, various tank repairs, interior and exterior recoating work, including the

installation of the cathodic protection system (by others) must be complete within 180 calendar days from the

project start date, at which point the tank must be ready for service.

The Owner is The Little Thompson Water District, 835 E. Highway 56, Berthoud, CO 80513.

The work to be performed by the CONTRACTOR under this contract includes obtaining and meeting conditions

of all required construction permits; lining testing, tank disinfection and filling; restoration of disturbed areas as

required; traffic control; stormwater management; and final cleanup of the construction site. All work shall conform

with the requirements of the latest edition of the Water Line Specifications by the Little Thompson Water District

and the project manual for Little Thompson Water District’s “Bolted Steel Water Storage Tank Lining Project”.

All materials shall be furnished by the Contractor. The Base Bid shall include all permits and the requirements for

the permits, labor, materials, mobilization, supervision, traffic control, restoration and re-vegetation, equipment,

tools, and all other additional or incidental supplies and materials necessary to complete the Work in substantial

conformity with the Project Manual and Specifications. Additional work which is not identified in the Project Manual

but is required or requested by the Little Thompson Water District shall be paid on the basis of prices and rates

negotiated prior to performance of the work.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 29

2. Site Conditions

The Contractor is encouraged to visit the site immediately following the mandatory pre-bid meeting prior to

submitting the bid.

3. Contract Time

All interior roof beam replacement, tank floor repairs and interior recoating work must be completed no later than

May 31, 2021 to allow for the new cathodic protection system to be provided and installed by others and the tank

placed in service no later than June 7, 2021. All exterior recoating must be complete no later than June 30, 2021.

Requests for extension of time caused by conditions outside the Contractor's control shall be made in writing

within forty-eight (48) hours following the cause of the delay. The Owner shall respond in writing within forty-

eight (48) hours following the Contractor's request.

The Contractor shall plan, schedule, and report the progress of the work to ensure timely completion of the

work. The Contractor shall prepare a Project Schedule that shall be used for coordination, for evaluation of

progress, and for the evaluation of changes to the Contract. The Schedule shall show the logical progression of

all activities required to complete the Contract work, including those of subcontractors, Contractor’s engineers

and surveyors, and suppliers. Seasonal and weather constraints, utility coordination, right of way restrictions,

traffic constraints, environmental constraints, other project interfaces, and other constraints shall be considered

when preparing the Project Schedule. The Schedule shall show all work completed within the contract time.

4. Payment

Payment for work completed under this Contract will be made at not less than monthly intervals. Payment will be

based on approved written Pay Applications/Requests.

Ten percent (10%) of each Progress Payment for work completed will be retained until fifty percent (50%) of the

project is completed and then forward five percent (5%) of each Progress Payment for work completed will be

retained until the end of the project. Payment of the retained amount will be made after acceptance of the

completed work by the Little Thompson Water District and proof is provided that all required payments have been

made to suppliers and subcontractors.

5. Contractor's Responsibilities

The Contractor will be responsible for applying, obtaining and paying for all required permits, reviews, and

authorizations for the work. This will be incidental to the work, with no separate payment made for permits or for

any requirements of the permits.

The Contractor will be required to provide and maintain all construction-zone flagging, signing and barricades, as

required. The Contractor will be required to handle and mitigate, through the use of Best Management Practices,

all stormwater flows originating in or passing through the construction zone for the duration of construction.

Any use of privately-owned land located outside of the Right-of-Way and any permanent or temporary construction

easements is prohibited without the express written consent of the landowner.

6. Incidental Items

Any item of work not specifically identified or paid for directly, but which is necessary for the satisfactory completion

of any paid items of work, will be considered as incidental to those items, and will be included in the cost of those

items.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 30

7. Insurance Requirements

i. Requirements – Insurance requirements shall be as set forth in Section 600.1-12 and 600.1-13

of the Water Line Specifications as published by the Little Thompson Water District.

ii. Renewal of Insurance – Evidence of renewal of insurance policies shall be provided to the Owner

no less than thirty (30) days prior to the expiration date.

iii. Hold Harmless - The Contractor shall bind himself to indemnify and hold harmless and defend

the Owner from all claims, demands and/or actions, legal or equitable, arising from the

Contractor's operations.

8. Conflicts in the Contract Documents

In the event of a conflict between some part of the Contract Documents and the provisions of the Project

Specifications, the Water Line Specifications as published by the Little Thompson Water District shall have priority

over the other Contract Documents.

In the event of a conflict between the Contract Documents and the Plans, the Contract Documents shall have

priority over the Plans.

In the event of a conflict between the Contract Documents and the conditions of the required permits, the

Contractor shall notify the Owner, and meet the requirements of the permit, unless directed otherwise.

9. Measurement and Payment

Items identified in the bid schedule are summarized in the following paragraphs. The following descriptions are

intended to be representative and are not to be construed as comprehensive. Any item of work not specifically

identified or paid for directly, but which is necessary for the satisfactory completion of any paid items of work, will

be considered as incidental to those items, and will be included in the cost of those items. All work shall conform

to the District Standards and Specifications and details.

Bid Item 1: 5 MG Steel Tank Interior and Exterior Coating System Replacement, complete in accordance with

project specifications. Payment shall be made on a lump sum basis.

Bid Item 2: Removal and disposal of existing interior cathodic protection system, less existing rectifier to be

salvaged. Payment shall be made on a lump sum basis.

Bid Item 3: Labor and material for removal and replacement of select roof beams. Payment shall be made on a

unit cost basis.

Bid Item 4: Labor and material for welding attachment of anode hooks/anchors for installation of new cathodic

protection system by others. Payment shall be made on a unit cost basis.

Bid Item 5: Corrosion Pit Repair cost per gallon of filler material. Payment shall be made on a unit cost basis.

Bid Item 6: Belzona Surface Repairs cost per 5 kilgram kit, installed. Payment shall be made on a unit cost basis.

Bid Item 7: Corrosion Pit Repair labor and material cost for puddle welding per each repair. Payment shall be

made on a unit cost basis.

Bid Item 8: Corrosion Pit Repair labor and material cost per 4”x4”x3/16” steel patch welded in place. Payment

shall be made on a unit cost basis.

Bid Item 9: Chime Repair labor and material using Belzona system. Payment shall be made on a lump sum basis.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 31

Bid Item 10: Tank floor repair, labor and material cost per square foot, ¼” steel plate welded in place. Payment

shall be made on a unit cost basis.

Bid Item 11: Tank wall repair, labor and material cost per square foot, 3/16” steel plate welded in place. Payment

shall be made on a unit cost basis.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 32

PROJECT SPECIFICATIONS

SECTION 1010 Summary of Work

SECTION 1100 Alternatives

SECTION 1300 Submittals

SECTION 1500 Temporary Facilities

SECTION 1530 Protection of Existing Facilities

SECTION 1560 Temporary Environmental Controls

SECTION 1600 Products, Materials, Equipment and Substitutions

SECTION 1700 Project Closeout

SECTION 3600 Foundation Repairs

SECTION 5500 Metals

SECTION 9850 Steel Tank Coating

SECTION 9860 Abrasive Blasting Controls

SECTION 9950 Steel Tank Interior Coating System

SECTION 9970 Steel Tank Exterior Coating System

SECTION 13900 Disinfection, Testing & One Year Anniversary Inspection

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 33

SECTION 1010 - SUMMARY OF WORK

PART 1 -- GENERAL

1.1 THE REQUIREMENT

A. The WORK to be performed under this Contract shall consist of furnishing tools, equipment, materials, supplies, and

manufactured articles, and furnishing all labor, transportation, and services, including fuel, power, water, and essential

communications, and performing all work or other operations required for the fulfillment of the Contract in strict

accordance with the Contract Documents. The WORK shall be complete, and all work, materials, and services not

expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper

construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no

increase in cost to the OWNER.

1.2 WORK COVERED BY CONTRACT DOCUMENTS

A. The WORK of this Contract comprises coating system maintenance of the interior and exterior coating systems for the

following Finished Water Storage Tank and is generally described as follows:

1. Remove and dispose of the existing interior cathodic protection system for installation of new cathodic protection

system equipment by others, once recoating of the tank interior is complete.

2. Remove and replace select roof support beams within the roof system of the water storage tank as directed by the

Owner or Owner’s representative.

3. Repair/replace select tank floor areas as deemed necessary by magnetic flux leakage (MFL) scan performed by

others.

4. Supply all labor, materials, equipment, and transportation necessary to complete the recoating of the water storage

tank interior and exterior including, removal of the existing interior coating on the floor, walls, ceiling and roof,

blast cleaning and recoating the tank floor, walls, ceiling, and roof with the coating system identified in the

specifications herein.

B: The Twin Mounds 5 MG Recoating Project is located on the OWNER’s property in unincorporated Weld County,

Colorado on the west side of Weld County Road (WCR) 7 approximately 4 tenths of a mile south of Larimer County Road

14 on the west side of Interstate 25.

C. The OWNER recently completed a comprehensive inspection of the existing coating systems. The inspection reports are

included as part of the bid documents.

D. The CONTRACTOR shall be responsible for removing and re-installing the roof vent. The CONTRACTOR shall also

be responsible for securing the man-ways by re-installing the gaskets and bolts.

E. Power for this project shall be provided by CONTRACTOR supplied generators for all electrical equipment.

F. Remedial work after the one-year anniversary inspection as specified in SECTION 9850 3.5.

1.3 APPLICABLE PUBLICATIONS, REFERENCES AND REGULATIONS

A. All materials to be furnished and all work to be performed under this Contract shall be in accordance with the

publications listed below. The publications referred to in text by the basic designation only. It shall be duty of the

CONTRACTOR to familiarize them therewith.

1. ANSI/NSF 61 Drinking Water System Components – Health Effects

2. ASTM D 16 Terminology Relating to Paint, Varnish, Lacquer, and related Products

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 34

3. AWWA D102-06 Coating Steel Water-Storage Tanks

4. AWWA C 652-02 Disinfection of Water Storage Facilities

5. SSPC-SP1 Solvent Cleaning

6. SSPC-PA-1 Shop, Field, and Maintenance Painting of Steel

7. SSPC-PA-2 Level 2 Measurement of Dry Coating Thickness with Magnetic Gages

8. SSPC-PA-3 Guide to Safety in Paint Application

9. SSPC-SP 3 Power Tool Cleaning

10. SSPC-SP 6/NACE 3 Commercial Blast Cleaning

11. SSPC-SP10/NACE 2 Near-White Metal Blast Cleaning

12. SSPC-SP 11 - Power Tool Cleaning to Bare Metal

13. SSPC-Guide 12 Guide for Illumination of Industrial Painting Projects

14. SSPC-SP 13/NACE 6 - Surface Preparation of Concrete

15. ASTM D 4263 - Indicating Moisture in Concrete by the Plastic Sheet Method

16. ASTM F 1869 - Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium

Chloride

17. International Concrete Repair Institute (ICRI) Guideline No. 03732 - Selecting and Specifying Concrete

Surface Preparation for Sealers, Coatings, and Polymer Overlays

B. DEFINITIONS:

1. Definition of Painting Terms: ASTM D16, unless otherwise specified.

2. Coatings: Paint or heavy duty finishes for use on surfaces subject to interior and exterior exposure,

submergence, high moisture, or splash, including primers, intermediate coats, and finish coats.

3. Interior Wet: Interior surfaces subject to immersion or splash, including the interior roof structure.

4. Interior Dry: Interior surfaces subject to normal temperature, humidity and condensation.

5. First Coat: Shop primer or field primer.

6. Second, Third, Intermediate, or Finish Coats: Successive finish coats applied over the first coat.

7. DFT: Dry Film Thickness as measured in Mils (1/1000 of an inch).

C. All safety rules and regulations of the property owner, applicable federal, state, and local laws (including OSHA

regulations and insurance and underwriter’s requirements, where applicable) shall be strictly observed by personnel

engaged in the storing, handling, use, and application of coatings, sealants, thinners, and solvents.

1.4 QUALITY ASSURANCE

A. Certification Requirements:

1. All coatings shall conform to OSHA requirements for allowable exposure to lead and other hazardous

substances.

2. All coatings in contact with potable water or within potable water reservoirs shall be certified according to

NSF/ANSI 61.

B. Product Manufacturer:

1. Manufacturer shall be a company that specializes in producing high quality industrial coating materials. This

company shall have 10 years or more experience demonstrated by case histories in the designated field of

application on comparable projects.

C. Applicator Qualifications:

1. Engage an experienced applicator with 5 years or more experience that has successfully completed coating

system applications similar in material and extent to those indicated.

2. Applicator's Personnel: Employ persons trained for application of specified coatings.

D. Single Source Responsibility:

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 35

1. Provide coating material and thinners produced by the same manufacturer for each system on all surfaces of the

tank.

E. Pre- Construction Meeting:

1. After issuance of the Notice to Proceed and prior to the commencement of WORK at the site a Pre-Construction

meeting will be held to review the specifications to ensure each party’s responsibilities are understood. Those

required to attend will be parties directly affecting the work of this section, including the OWNER,

CONTRACTOR, INSPECTOR, and Coating Manufacturer’s Representative. Subjects to be discussed are:

a. Environmental requirements

b. Protection of surfaces not scheduled to be coated.

c. Surface preparation and coating application

d. Disinfection of tanks

e. Repairs

f. Field quality control and cleaning

g. Protection of coating systems

h. One year Anniversary Inspection

i. Coordination with other work and any other areas of concern expressed at the meeting.

j. Submittals in accordance with Section 1300 - Contractor Submittals.

2. The purpose of the meeting is to also designate responsible personnel and establish a working relationship.

Matters requiring coordination will be discussed and procedures for handling such matters established. The

CONTRACTOR should be prepared to discuss all of the items listed below.

a. CONTRACTOR's tentative schedules

b. Transmittal, review, and distribution of CONTRACTOR's submittals

c. Processing applications for payment

d. Maintaining record documents

e. CONTRACTOR's assignments for safety and first aid

3. The OWNER or OWNER’s Representative will preside at the Pre-Construction meeting and will arrange for

keeping and distributing the minutes to all persons in attendance.

F. Progress Meetings: The OWNER will schedule and hold progress meetings as deemed necessary.

1. Attendance

a. OWNER

b. CONTRACTOR’s project manager and project superintendent

c. INSPECTOR/Owner’s Blasting & Coating Inspector

d. Suppliers, as appropriate to the agenda

e. Other parties as determined by OWNER

2. Agenda

a. Review minutes of previous meeting.

b. Review of work progress since previous meeting.

c. Review field observations, problems, and conflicts.

d. Review problems that impede schedules.

e. Review corrective measures and procedures to regain project schedule.

f. Review revisions to schedules.

g. Review plan progress, schedule, during succeeding work period.

h. Review coordination of schedules.

i. Review maintenance of quality standards.

j. Review proposed changes for effect on schedule and completion date.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 36

k. Other business.

3. Minutes

a. The OWNER or OWNER’s Representative will prepare and distribute copies for participants for

review at the next meeting.

1.5 PROJECT/SITE CONDITIONS

A. Climate: No coating shall be applied when the air or surface temperature, as measured in the shade, is below

that which is recommended by the manufacturer. Coating shall not be applied to wet or damp surfaces, and shall

not be applied in rain, snow, fog, mist, or when the surface temperature will be less than 5 F above the dew point.

Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer’s

instructions. No coating shall be applied when it is expected that the surface temperature will drop below the

manufacturer's recommendation within 2 - 4 hours after the application of the coating. Dew or moisture

condensation should be anticipated, and if such conditions are prevalent, coating shall be delayed until it is certain

that the surfaces are dry. Do not spray coatings if wind velocity is above manufacturer’s limit. In addition, the

days coating shall be completed well in advance of the probable time of day when moisture condensation will

occur in order to permit the film the required drying time as specified by the manufacturer prior to the formation of

moisture.

B. Ventilation: Provide ventilation during coating curing stage in confined or enclosed areas in accordance with

AWWA D102-06, Section A.7.5. Forced air ventilation shall be maintained for a minimum of four (4) days

following interior coating application to assist in curing process.

C. Dust and Contaminants: Schedule coating work to avoid excessive dust and airborne contaminants. Protect

work areas from excessive dust and airborne contaminants during coating application and curing.

D. Inspections: The OWNER shall hire a Certified Blasting and Coating Inspector (INSPECTOR) to monitor the

CONTRACTOR’S workmanship, progress and adherence to the specifications. The INSPECTOR shall be notified

48 hours prior to expected time for beginning abrasive blasting and/or coating operations.

1.6 WORK HOURS

A. The CONTRACTOR shall be allowed to work seven (7) days per week Monday through Sunday. There will be no work

on holidays without just cause and written approval from the OWNER. OWNER and INSPECTOR will be available 7:00

AM – 5:00 PM.

1.7 CONTRACT METHOD

A. The WORK hereunder will be done under a single contract.

1.8 PAYMENT

A. Payment will be made at the applicable unit bid total quantity or lump sum price for the item, which payment shall be

full compensation for furnishing all material, equipment, labor and maintenance, and all of the CONTRACTORS costs of

whatsoever nature for services rendered and for the complete construction of the Project.

B. If mil thickness of the applied coating is less than specified, but accepted by the District, the Contract price will be

reduced to a negotiated amount.

C. Any work not specifically set forth as a pay item in the Bid Schedule shall be considered a subsidiary obligation of the

CONTRACTOR, and all costs in connection therewith shall be included in the prices bid for the various items of work.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 37

SECTION 1100 - ALTERNATIVES

PART 1 -- GENERAL

1.1 RELATED WORK

A. Alternative equipment, methods and materials shall be listed and attached to the Bid Form Documents. Failure to

submit information on alternative equipment, methods and materials as requested by the OWNER/ENGINEER is cause for

rejection of the proposed alternative and bid.

B. All alternative equipment, methods and materials offered in the Bid must comply with the detailed requirements of the

Specifications and shall be covered by the specified guarantees and warranties. If it is determined that the alternative

equipment, methods and materials do not conform with the Specifications, such proposed alternative shall not be accepted

and the CONTRACTOR will be required to furnish and install the specified equipment and materials.

C. No alternative materials, methods and equipment will be incorporated in the finished project except an alternative

accepted in writing by OWNER pursuant to the requirements of this Section 1100. Acceptance by OWNER of any such

alternative shall not relieve CONTRACTOR of responsibility for assuring that any such alternative will, after installation or

incorporation in the Work, conform to any performance requirements and other information given in the Contract

Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the

Contract Documents.

1.2 PAYMENT

A. The CONTRACTOR shall pay for all installation costs necessitated by the selection of alternative equipment, methods

and material. Such costs are included in the Contract price and any modifications as stated in the Bid.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 38

SECTION 1300 - SUBMITTALS

PART 1 -- GENERAL

1.1 BEFORE STARTING WORK

A. The CONTRACTOR shall prepare and submit to the OWNER and INSPECTOR for approval, a progress schedule. The

method of schedule preparation required is a Gantt chart or other type of graphic description showing the proposed

sequence and dates for work activities.

B. Approval of the schedule by the OWNER and INSPECTOR is advisory only and shall not relieve the CONTRACTOR

of his responsibility for accomplishing the work within the Contract Times. Omissions and errors in the approved schedule

shall not excuse performance less than that required by the Contract. Approval by the OWNER and INSPECTOR in no

way makes the OWNER and INSPECTOR an insurer of the success of those schedules or liable for time or cost overruns

flowing from shortcomings in such schedules.

1.2 REQUIREMENTS FOR CONFORMING TO SCHEDULE

A. If, in the opinion of the INSPECTOR, the CONTRACTOR falls behind the progress schedule, the CONTRACTOR shall

take such steps as will be necessary to improve his progress. The INSPECTOR may require CONTRACTOR to increase

the number of shifts and/or overtime operations, days of work, and/or the amount of construction planned. The

INSPECTOR may also require CONTRACTOR to submit for approval such supplementary schedule or schedules as may

be deemed necessary to demonstrate the manner in which the agreed rate of progress will be regained, all without additional

cost to the OWNER.

1.3 SUBMITTALS

A. The CONTRACTOR shall promptly supply to the INSPECTOR for approval:

1. Product Data: Submit manufacturer's product data for each coating, including generic description, complete

technical data, surface preparation, and application instructions.

2. Color Samples: Submit manufacturer’s color samples showing full range of standard colors. Include color

identification on each sample.

3. Manufacturer’s Quality Assurance: Submit manufacturer’s certification that coatings comply with specified

requirements and are suitable for intended application.

4. Applicator’s Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and

complexity to this Work. Include for each project:

a. Project name and location.

b. Name of owner.

c. Name of contractor.

d. Name of engineer.

e. Name of coating manufacturer.

f. Approximate area of coatings applied.

g. Date of completion

5. Warranty: 1 year workmanship warranty against corrosion, delamination and blistering as defined by Owners

contract.

A sufficient number of copies shall be submitted to allow the OWNER to retain three (2)-reviewed copies of data for

approval. Each submittal shall have the job name on it and the appropriate specification section reference.

Each copy of the submittals made to the INSPECTOR for approval shall be prepared by the CONTRACTOR and shall

have an identifying title as follows: “Twin Mounds 5 MG Tank Recoating Project”

Specification Section_____________”

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 39

Submittals will be returned promptly within three (3) business days, marked with the following classifications:

1. “Approved”- There are no notation or comments on the submittal and the submittal meets the requirements of

the Contract Documents.

2. “Approved as Noted” - Notations have been made on the submittals to insure conformance with the Contract

Documents.

3. “Not Approved”- The submittal does not meet the requirements of the Contract Documents. The

CONTRACTOR must submit the specified product.

4. “Revise and Resubmit” - The material submitted is incorrect or insufficient to review properly and it is

necessary to see the complete package again.

5. “Resubmit Record Copy” - Used with the review action “Approved As Noted”. The re-submittal shall

incorporate notations.

B. It is emphasized that the INSPECTOR’S approval of CONTRACTOR’S submitted data is for general conformance to

the Contract Specifications, but subject to the detailed requirements of the Specifications. Although the INSPECTOR may

check submitted data in more or less detail, such checking is an effort to discover errors and omissions in

CONTRACTOR’S submittal and to assist the CONTRACTOR in coordinating and expediting his work, and shall in no

way relieve the CONTRACTOR of his responsibility that the purpose and intent of the Contract will be achieved.

1.5 CONTRACTOR’S DAILY REPORTS

A. If requested by the INSPECTOR, the CONTRACTOR shall prepare and submit daily reports containing the following

information:

1. The number of craftsmen and hours worked,

2. The number of hours worked by each trade,

3. The number of hours worked on each type of equipment,

4. A description of work activities performed,

5. A description of any material or equipment deliveries, and materials used,

6. Description of obstructions encountered, and

7. Temperature, humidity and weather conditions

B. The daily reports shall be submitted on a daily basis, by the end of the next business day. Information provided on the

daily report shall not constitute notice of delay or any other notice required by the Contract Documents. Notice shall be as

required therein.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 40

SECTION 1500 - TEMPORARY FACILITIES

PART 1 -- GENERAL

1.1 TEMPORARY HEAT

A. The CONTRACTOR shall provide approved type heating apparatus with the necessary fuel in order to protect and/or

dry out the work. Heating sources that emit hydrocarbon fumes into the tank shall not be used. The stored materials and

finished work shall be protected at all times from damage by the weather elements.

1.2 ELECTRICAL SUPPLY

A. E. Power for this project shall be provided by CONTRACTOR supplied generators for all electrical equipment.

B. Provide and maintain lighting for operations.

1.4 PROGRESS CLEANING

B. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. Remove

debris and rubbish from site weekly and dispose off-site.

1.5 SANITARY FACILITIES

A. The CONTRACTOR shall provide suitable temporary facilities and enclosures for the use of the workmen and shall

maintain same in a sanitary condition.

1.6 WATER SUPPLY

A. There is an available water supply at the tank site for the CONTRACTOR to use.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 41

SECTION 01530 - PROTECTION OF EXISTING FACILITIES

PART 1 -- GENERAL

1.1 GENERAL

A. The CONTRACTOR shall protect all existing utilities, communication equipment and improvements and shall restore

damaged or temporarily relocated utilities and improvements to a condition equal to or better than prior to such damage or

temporary relocation, all in accordance with the Contract Documents.

1.2 EXISTING UTILITIES AND IMPROVEMENTS

A. General: The CONTRACTOR shall protect underground utilities, communication equipment and other improvements

which may be impaired during operations. The CONTRACTOR shall take all possible precautions for the protection of

unforeseen Utility lines to provide for uninterrupted service and to provide such special protection as may be necessary.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 42

SECTION 1560 - TEMPORARY ENVIRONMENTAL CONTROLS

PART 1 -- GENERAL

1.1 DUST ABATEMENT

A. The CONTRACTOR shall prevent its operation from producing dust in amounts damaging to property. The

CONTRACTOR shall be responsible for any damage resulting from dust originating from its operations. The dust

abatement measures shall be continued until the CONTRACTOR is relieved of further responsibility by the INSPECTOR.

1.2 RUBBISH CONTROL

A. During the progress of the WORK, the CONTRACTOR shall keep the Site and other areas used by it in a neat and clean

condition, and free from any accumulation of rubbish. The CONTRACTOR shall dispose of all rubbish and waste materials

of any nature occurring at the Site, and shall establish regular intervals of collection and disposal of such materials and

waste. Disposal of all rubbish and surplus materials shall be off the Site in accordance with local codes and ordinances

governing locations and methods of disposal.

1.3 SANITATION

A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of the

CONTRACTOR’S employees.

B. Sanitary Wastes: The CONTRACTOR shall establish a regular collection of all sanitary wastes. All wastes and refuse

from sanitary facilities provided by the CONTRACTOR shall be disposed of away from the Site in a manner satisfactory to

the OWNER and in accordance with all laws and regulations pertaining thereto.

C. The CONTRACTOR is advised that the OWNER is in the business of providing potable water and the

CONTRACTOR’s sanitary arrangements shall not endanger the OWNER’s facilities.

1.4 CHEMICALS

A. All chemicals used during the project or furnished for the project operations, whether disinfectant, polymer, reactant or

of other classification, shall be used and disposed of in strict accordance with the printed instructions of the manufacturer.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 43

SECTION 1600 - PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS

PART 1 -- GENERAL

1.1 DEFINITIONS

A. The word "Products" as used in the Contract Documents is defined to include purchased items for incorporation into the

WORK, regardless of whether specifically purchased for the project or taken from CONTRACTOR's stock of previously

purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed,

finished, refined, or otherwise fabricated, processed, installed, or applied to form WORK. The word "Equipment" is

defined as products with operational parts, regardless of whether motorized or manually operated, and particularly

including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not

intended to negate the meaning of other terms used in the Contract Documents, including "specialties," "systems,"

"structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self-explanatory and

have recognized meanings in the construction industry.

B. Neither "Products" nor "Materials" nor "Equipment" includes machinery and equipment used for preparation,

fabrication, conveying, and erection of the WORK.

1.2 QUALITY ASSURANCE

A. Source Limitations: The CONTRACTOR shall provide products, materials, and equipment of a singular generic kind

from a single source.

1.3 PRODUCT DELIVERY AND STORAGE

A. The CONTRACTOR shall deliver and store the WORK in accordance with manufacturer's written recommendations

and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be

controlled to minimize long-term storage of products at the Site and overcrowding of construction spaces. In particular, the

CONTRACTOR shall ensure coordination to ensure minimum holding or storage times for flammable, hazardous, easily

damaged, or sensitive materials to deterioration, theft, and other sources of loss.

1.4 TRANSPORTATION AND HANDLING

A. Products shall be transported by methods to avoid damage and shall be delivered in undamaged condition in

manufacturer's unopened containers and packaging with labels intact and seals unbroken. Labels should provide

the following information: material name, coating manufacturer, color name and number, batch or lot number, date

of manufacture, mixing and thinning instructions.

B. The CONTRACTOR shall provide equipment and personnel to handle products, materials, and equipment by methods to

prevent contamination and damage.

C. The CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging

products, packaging, and surrounding surfaces.

1.5 STORAGE AND PROTECTION

A. Products shall be stored in accordance with manufacturer's written instructions and with seals and labels intact and

legible. Sensitive products shall be stored in weather-tight climate controlled enclosures and temperature and humidity

ranges shall be maintained within tolerances required by manufacturer's recommendations. Flammable coatings must be

stored to conform to District, County, State and Federal safety codes for flammable coating materials.

B. For exterior storage of fabricated products, products shall be placed on sloped supports above ground. Products subject

to deterioration shall be covered with impervious sheet covering and ventilation shall be provided to avoid condensation.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 44

C. Loose granular materials shall be stored on solid flat surfaces in a well-drained area and shall be prevented from mixing

with foreign matter.

D. Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure

products are undamaged and are maintained under required conditions.

E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection.

F. All empty containers shall be disposed of in accordance with local, state and federal regulations.

G. Keep containers sealed until ready for use.

H. Do not use materials beyond the manufacturer’s shelf life limits.

1.6 MAINTENANCE OF PRODUCTS IN STORAGE

A. Stored products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of

inspections and shall make the log available on request.

B. The CONTRACTOR shall comply with manufacturer's product storage requirements and recommendations.

C. The CONTRACTOR shall maintain manufacturer-required environmental conditions continuously.

D. The CONTRACTOR shall ensure that surfaces of products exposed to the elements are not adversely affected and that

weathering of finishes does not occur.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 45

SECTION 1700 - PROJECT CLOSEOUT

PART 1 -- GENERAL

1.1 FINAL CLEANUP

A. The CONTRACTOR shall promptly remove from the vicinity of the completed WORK, all rubbish, unused materials,

concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance

of the WORK by the OWNER will be withheld until the CONTRACTOR has satisfactorily performed the final cleanup of

the Site.

1.2 CLOSEOUT TIMETABLE

A. The CONTRACTOR shall establish dates for holiday testing, disinfection of the tanks, and acceptance periods. Such

dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the OWNER and

their authorized representatives’ sufficient time to schedule attendance at such activities.

1.3 FINAL SUBMITTALS

A. The CONTRACTOR, prior to requesting final payment, shall obtain and submit the following items to the INSPECTOR

for transmittal to the OWNER:

1. Written guarantees, where required.

1.4 MAINTENANCE AND GUARANTEE

A. The CONTRACTOR shall comply with the maintenance and guarantee requirements contained in Article 13 of the

General Conditions.

B. The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from the OWNER.

If the CONTRACTOR fails to make such repairs or replacements promptly, the OWNER reserves the right to do the

WORK and the CONTRACTOR and its surety shall be liable to the OWNER for the cost thereof.

1.5 BOND

A. The CONTRACTOR shall provide a bond to guarantee performance of the provisions contained in Paragraph

"Maintenance and Guarantee" above, and Articles 5 and 13 of the General Conditions.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 46

SECTION 3600 – FOUNDATION REPAIRS

Part 1-- GENERAL

1.1 SCOPE

A. The chime/foundation wall interface areas show signs of the fiber filler material degrading and protruding from

underneath the floor plate; other areas are covered with dirt. These areas shall require attention from the contractor. All of

the foundation shall have the dirt removed from the chime. The area where the fiber filler material is degrading and

protruding shall be removed and cleaned, primed (if possible) and filled. All areas where the gap is greater than 1/2" shall

require repair. The CONTRACTOR shall furnish all labor, materials, equipment and means to perform the related repair

functions.

1.2 SUBMITTALS

A. In accordance with Section 1300 - Submittals, submit the method and details for repair procedures of the following for

approval prior to purchase or work:

1. Chime/Foundation gap repairs

Part 2 -- PRODUCTS

2.1 MATERIALS

A. Flexible Membrane

1. Belzona 3111 Flexible Membrane with reinforcing mesh. Please contact Belzona Rocky Mountain at 307-266-

3644 for pricing and system information.

Part 3 -- EXECUTION

3.1 INSTALLATION

A. Per Belzona 3111 instructions for use.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 47

SECTION 5500 - METALS

Part 1-- GENERAL

1.1 SCOPE

A. The CONTRACTOR shall furnish all labor, materials, equipment and means to perform the following related repair

functions if required or requested by OWNER:

1. Corrosion Pits 1/8" depth or greater and < 1" diameter (filler)

2. Corrosion Pits 1/8" depth or greater and > 1" diameter (puddle welding)

3. Corrosion Pit failures (complete penetration)

4. Delamination repairs of the ladder, rafters and the rafter clips

B. Should the CONTRACTOR desire to cut out a door sheet for the ease of ingress/egress into the tank it will be allowed.

The CONTRACTOR shall furnish all labor, materials, equipment and means to perform the work including conducting X-

rays of the welds after the door sheet has been re-installed.

1.2 SUBMITTALS

A. In accordance with Section 1300 - Submittals, submit the method and details for repair procedures of the following for

approval prior to purchase or work:

1. Corrosion Pits 1/8" depth or greater and < 1" diameter (filler)

2. Corrosion Pits 1/8" depth or greater and > 1" diameter (puddle welding)

3. Corrosion Pit failures (complete penetration)

4. Delamination repairs of the ladder, rafters and the rafter clips

Part 2 -- PRODUCTS

2.1 MATERIALS

A. Surfacer/Filler

1. Surfacing Epoxy Series 215 (Tnemec Product)

2. Steel Seam FT910 (Sherwin-Williams Product)

B. Caulking

1. Caulking Sikaflex®-1a

C. Foam backer rod

1. Mile High Foam® Closed Cell Polyethylene or approved equal.

D. Epoxy-based composite for metal repair and resurfacing of delaminated surfaces.

1. Belzona 1111

Part 3 -- EXECUTION

3.1 INSTALLATION

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 48

A. All corrosion pits shall be repaired using approved epoxy filler material or welding. CONTRACTOR shall follow the

Surfacer/Filler manufacturer’s recommendations for surface preparation and application.

B. All corrosion pit failures shall be repaired by welding a 1/4" steel patch over the penetration.

C. All areas of delamination shall be repaired after proper surface preparation using the epoxy-based composite material.

Areas include but are not limited to ladder, rafters, and rafter clips.

3.2 REMOVALS

A. Protection of persons and property shall be provided throughout the progress of the work. The work shall proceed in

such a manner as to minimize the spread of dust and flying particles and to provide safe working conditions for personnel.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 49

SECTION 9850 TANK COATING

PART 1 -- GENERAL

1.1 RELATED WORK

A. SECTION 9860 - Abrasive Blasting Controls

B. SECTION 9950 – Steel Tank Interior Coating System

C. SECTION 9970 – Steel Tank Exterior Coating System

1.2 QUALITY ASSURANCE

A. Workmanship

1. All cleaning and coating work covered by these Specifications shall be performed by a firm having at least five

(5) years successful experience in the finished water tank coating field and shall have performed specified type

cleaning and coating on at least five (5) finished water tanks of similar design.

2. All work shall be in accordance with the requirements hereinafter specified and the applicable requirements of

the latest edition of standards provided by The Society for Protective Coatings (SSPC), 40 24th Street, Suite 301,

Pittsburgh, Pennsylvania 15213; and American Water Works Association, 6666 West Quincy Avenue, Denver,

Colorado 80235.

B. Product Labeling

1. All labels shall include the following:

a) Manufacturer’s name

b) Type of coating

c) Manufacturer’s stock number and batch number

d) Color

e) Instructions for thinning, where applicable

C. Sampling of Materials

1. When requested by the OWNER, obtain test samples from material stored at project site or source of supply.

2. Select samples at random from sealed containers.

1.3 PRODUCTS DELIVERY AND STORAGE

A. Delivery of Materials

1. Store only acceptable project materials on project sites.

2. Store in a suitable location.

3. Restrict storage to coating materials and related equipment.

4. Comply with requirements listed on the manufacturer’s Material Safety Data Sheets and all health, fire, EPA

and OSHA regulations as regards storage materials.

5. All coatings and solvents shall be delivered to the site in factory sealed containers, labeled as stated in 1.2 B.

Only newly purchased coatings bought specifically for this job shall be used. Leftover coatings from

CONTRACTOR’s previous jobs will not be allowed.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 50

1.4 JOB CONDITIONS

A. Environment Requirements

1. Volatile Organic Compounds (VOC) - VOC ratings are believed to be in compliance with limits set forth by the

air pollution control agency having jurisdiction in the area the work is to be performed. The CONTRACTOR shall

verify that each coating used is in compliance with the aforementioned air pollution limits. Thinning of coatings

in excess of the coating manufacturer’s recommendations is not permitted.

2. Contact with Potable Water - Interior tank coatings specified herein is in compliance with the ANSI/NSF 61

Standards for Potable Water Contact.

3. Safety Requirements - The CONTRACTOR shall comply with all health and safety regulations and

requirements of OSHA (or State Health and Safety Regulatory Agency), SSPC - PA Guide 3, and the coating and

abrasive manufacturers. Should vents, holes, rigging attachments, or any other modification, cutting or welding be

required to meet safety standards, they may be accomplished at the expense of the CONTRACTOR upon

submitting of details in writing to, and with subsequent approval by the OWNER.

4. Emissions - Compliance with local, state, federal regulations concerning emissions of solid, particulate, or

gaseous matter as a result of the cleaning, coating, or other operations under this Agreement shall be the

responsibility of the CONTRACTOR.

5. Waste Classification - CONTRACTOR shall immediately after Notice to Proceed satisfy all Laws and

Regulations pertaining to the classification of waste generated on the project. Waste shall be understood to

include abrasive blasting residuals, coating containers, unused coatings and thinners, solvent or any other material

whose disposal is subject to requirements contained in Laws and Regulations

6. Responsibility - The compliance with all regulations shall be accomplished by the CONTRACTOR without

supervision from the OWNER, INSPECTOR, or other direct or indirect agents of the OWNER.

B. The CONTRACTOR shall work in accordance to regulations and practices set forth in SSPC-PA Guide 3 “A Guide to

Safety in Paint Application.”

C. The job site shall be kept in a clean and safe condition at all times. The daily debris shall be collected in covered

containers and disposed of in a manner which will place no liability for hazardous waste on the OWNER. Absolutely no

coatings, solvent material, gasoline, oil or other toxic or hazardous material is to be disposed of at or in the vicinity of the

tank site.

E. Unless otherwise authorized by the OWNER, the tank shall be drained during cleaning and coating, and curing of the

coating.

F. All manholes and other tank openings shall remain open during interior cleaning, coating and curing. Forced ventilation

shall be used and maintained until ultimate cure has been reached on the interior coatings.

F. Protection of Property

1. OWNER’s Property: All inlet, outlet, and drain pipe openings in the tank shall be covered by the

CONTRACTOR with a strong enough cover to keep blasting abrasive and coating material from entering the

openings. Any OWNER’s equipment in or around the vicinity of the tank shall be covered to protect it from

abrasive and coating damage.

2. Adjacent Property: Special precautions shall be taken by the CONTRACTOR to restrict and control wind borne

fallout of residue and particulate matter from cleaning operations, abrasive blasting and/or coating. If needed, the

CONTRACTOR shall schedule and coordinate the work to avoid wind borne fallout. All damage to existing

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 51

facilities and adjacent property resulting from the CONTRACTOR’s operations shall be cleaned, repaired or

replaced by the CONTRACTOR at no additional expense to the OWNER.

G. All temperature and humidity requirements of coating manufacturer shall be met. In addition, no coating shall be done

when the relative humidity is greater than 85%, or the temperature of the steel is or is expected to be less than 5 degrees F

above the above the dew point temperature during the application and initial curing of the coatings.

1.5 SUBMITTALS

A. Product Data

1. Provide written description and catalog cuts describing each coating in the system. Information shall include:

product delivery, storage, handling, application and curing instructions and limitations. Include technical data

sheets to substantiate compliance with specifications.

B. Certification

1. Provide certification signed by supplier of the coating attesting that coating system proposed is suitable and

supplied as specified herein the Contract for lining of potable water storage tanks.

Part 2 -- PRODUCTS

2.1 MATERIALS

A. All coating materials and thinners shall be supplied by the CONTRACTOR. The materials shall be as specified in

SECTION 9950 for the interior wet system, and SECTION 9970 for the exterior system. All materials shall be furnished

by one coating supplier and all thinners and solvents shall be of the same supplier as the coating materials. There will be no

exceptions to this requirement.

B. Tinting

1. Deliver coatings ready-mixed to job site to color specified.

2. Accomplish job tinting only when acceptable to the INSPECTOR.

Part 3 -- EXECUTION

3.1 EQUIPMENT

A. All equipment, (compressor, blast pots, coating pumps, and etc.) shall be in good operating condition and of sufficient

capacity to provide satisfactory results for cleaning and coating.

B. Spray equipment and tip size shall be as recommended in the coating manufacturer’s instructions.

C. Compressed air for blasting and coating shall be free from detrimental amounts of water or oil. Adequate traps and/or

dryers shall be provided.

D. Adequate lighting shall be provided inside the tank to properly allow for safety, workmanship, and inspection.

E. Air hoods, respirators, and proper and sufficient ventilation shall be provided during blasting, coating, and curing.

F. CONTRACTOR must have sufficient explosion proof ventilation equipment to properly and efficiently expel dust and

coating fumes out of unit to prevent injury to workmen or the accumulation of volatile gases.

G. The CONTRACTOR shall continuously monitor the LEL and Oxygen using a calibrated meter capable of measuring

Oxygen levels as well as lower explosion limits. Acceptable levels shall be:

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 52

1. Oxygen 19 to 21.5%

2. Lower explosion levels (LEL) - not to exceed 10%.

H. CONTRACTOR shall have available at the site: all inspection and measuring equipment such as wet and dry film

thickness gauges, wet bulb-dry bulb measuring equipment, steel temperature measuring equipment, holiday detector

equipment, etc., as required by these Specifications.

3.2 SURFACE PREPARATION

A. Corrosion Pits deeper than 1/8" shall be cleaned and filled in accordance with epoxy filler’s recommendations or puddle

welded.

B. Corrosion Pits that have completely failed (complete penetration) shall be repaired by CONTRACOR’s welder. Once the

welder has repaired the failure the CONTRACTOR shall prepare the steel surfaces in accordance with manufacturer’s

instructions.

C. During the surface preparation, the work area shall be illuminated as per SSPC-Guide 12, “Guide for Illumination of

Industrial Painting Projects.” which states that during surface preparation and application the work area illumination shall

be a minimum of 20 foot candles.

D. All surfaces shall be cleaned in accordance with the Surface Preparation Specifications, latest edition of the Society for

Protective Coatings (SSPC) to the degree specified in the Tank Coating System sections in these Specifications.

E. Surfaces cleaned to bare metal shall be primed before any rusting takes place on the cleaned areas. Surfaces shall not be

allowed to stand overnight without a prime coat applied. Primer shall be applied during the same daylight period that the

cleaning was accomplished.

F. Where spot cleaning is specified, the old coating at the edges of the cleaning pattern shall be feathered and smoothed to

permit proper blending of the new coating to the old coating and to avoid peeling of the old coating.

G. Following blast cleaning operations, surfaces shall be cleaned of all dust by blowing down with dry compressed air and

sweeping with bristle broom or by vacuuming.

3.3 APPLICATION

A. All coating shall be mixed and applied in strict accordance with the applicable portions of these specifications, SSPC-

PA1, and the coating manufacturer’s recommendations. Particular care shall be taken in following manufacturer’s

instructions in the mixing of two component materials.

B. During the coating application, the work area shall be illuminated as per SSPC-Guide 12, “Guide for Illumination of

Industrial Painting Projects.” which states that during surface preparation and application the work area illumination shall

be a minimum of 20 foot candles.

C. Each coat of coating shall be in a proper state of cure or dryness before the application of the succeeding coat.

CONTRACTOR shall adhere strictly to the minimum times between coats specified herein and/or recommended by the

manufacturer.

D. All weld seams, edges of steel members, riveted joints and spot cleaned areas shall receive a brush coat of the specified

primer after the specified cleaning has been completed.

E. With the exception of the primer brush application mentioned above, all coatings shall be applied as follows:

1. Interior - Epoxy - brush (seams, burrs, and edges only)/airless spray

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 53

2. Exterior - Epoxy - brush/roller/airless spray (upon written consent only)

3. Exterior - Urethane - roller/airless spray (upon written consent only)

F. Spray pole guns over 3' long will not be allowed. Rigging must afford proper close accessibility to the steel surfaces.

G. Where roller application is used for exterior coating systems, roller covers shall be of synthetic nap, with nap thickness

per coating manufacturer’s requirements.

H. All coats shall be smooth, free of brush marks, streaks, laps or pile-up of coatings, and skipped or missed areas.

3.4 INSPECTION

A. All cleaning and coating shall be subject to inspection by INSPECTOR of the OWNER and/or the coating manufacturer.

B. The OWNER reserves the right to inspect all cleaned surfaces prior to primer application and also each application of

coating prior to subsequent coating application.

C. In order to facilitate surface preparation inspection, at the beginning of the blast cleaning operation, sections of the

structure to be coated shall be blast cleaned to the various degrees of cleaning specified. The CONTRACTOR shall have a

current copy of the SSPC - Pictorial Standards VIS 1 to verify the degrees specified. After agreement is reached regarding

the degrees of cleaning, the prepared areas shall be sealed in plastic or coated with a clear urethane coating and will serve as

a visual reference for cleaning for the remainder of the project.

D. The dry film thickness and uniformity of the coatings shall be measured using a Type 2 Electronic Gage and follow the

requirements of SSPC-PA2 Level 2. The OWNER reserves the right to use holiday detector equipment to check the

finished coating film integrity.

E. All work shall be made accessible to the OWNER’s INSPECTOR using the CONTRACTOR’s rigging and equipment.

Any rigging removed, and thus preventing proper inspection as described herein, shall be replaced at the CONTRACTOR’s

expense.

F. The CONTRACTOR shall correct such work as is found defective under the specification and shall supply such material

required to make the repairs at his own expense. The INSPECTOR, serving as the OWNER’s representative, shall have

full authority as to the determination of work declared defective.

3.5 FIRST ANNIVERSARY INSPECTION

A. General

1. One (1) year from completion of the coating system, the interior shall be inspected as outlined in AWWA D102

section 5.2. The inside and outside surfaces of the tank shall be inspected by the OWNER, INSPECTOR,

CONTRACTOR and the coating manufacturer’s representative to determine whether any repair work is necessary.

2. The OWNER will require a dry inspection for the warranty inspection event. The inspector performing the

work on behalf of the OWNER shall provide all inspecting tools that he normally uses for the inspection process.

3. Dry inspection means the tank will be taken off line and entered to be inspected internally and carefully. The

entrants shall be fully disinfected according to AWWA specifications before entering the tank via the roof top

hatchway. The ceiling and beams shall be inspected via the use of an inflatable raft. Once they are completed the

tank shall be drained through use and entry will be made through a man-way.

4. Should defects of the tank interior lining be detected during the inspection the OWNER, INSPECTOR,

CONTRACTOR and the coating manufacturer’s representative shall determine the extent of the damage and the

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 54

need for corrections. At that time, the CONTRACTOR shall come to an agreement with the OWNER of the time

frame needed to make corrections, and a date for taking the tank off line shall be determined.

B. Arrangements

1. The OWNER shall establish the date for the inspection and shall notify the CONTRACTOR at least 30 days in

advance. The first anniversary inspection shall not be considered waived unless such waiver is submitted in

writing by the owner.

2. The OWNER shall coordinate inspection of the tank. The CONTRACTOR along with the OWNER and

INSPECTOR shall conduct the inspection. The CONTRACTOR shall furnish an experienced foreman, rigging

and assistance for the inspection and shall be prepared to perform minor touch-up operations. The

CONTRACTOR shall have at least one gallon of each of the primer, intermediate and finish coatings, and a touch

up kit at the time of the inspection along with power cleaning tools and abrasive disks for spot cleaning.

3. If there should be repairs requiring extensive work and rigging that would require the draining of the tank then

this work may be delayed until a time mutually agreeable to the OWNER and CONTRACTOR.

C. Inspection Report

1. The OWNER or OWNER's representative shall prepare an inspection report covering the first anniversary

inspection, setting forth the number and type of failures observed, the percentage of the surface area where failure

has occurred, and the names of the persons making the inspection. Color photographs illustrating each type of

failure shall be included in the report.

D. Remedial Work

1. Any location where coatings have peeled off, bubbled, or cracked and any location where rusting is evident

shall be considered to be a failure of the coating system. The CONTRACTOR shall make repairs at all points

where failures are observed by removing the deteriorated coating, cleaning the surface, and recoating with the

same coating system. If the area of failures exceeds 25 percent of the area of a portion of the tank surface, then for

that portion, the entire coating system shall be removed and recoated. For purposes of determining the need for

complete recoating the inside roof, shell, and floor and the outside roof, shell, and floor shall each be considered

separately.

2. Warranty inspection corrections shall be performed by the CONTRACTOR. The OWNER’S INSPECTOR

shall be present during all phases of the corrections period. All costs for implementing the work as prescribed

herein including the INSPECTOR’S costs shall be the responsibility of the CONTRACTOR. All defective work

shall be repaired and the tank closed up and ready for filling as soon as possible, in accordance with these

specifications and to the satisfaction of the OWNER. The CONTRACTOR shall submit a work plan and not

proceed until it is approved by the OWNER

3. The tank shall be drained by the OWNER. The CONTRACTOR shall be responsible for opening the tank hatch

and removing any and all remaining water using squeegees to push the water to the drain opening.

4. The CONTRACTOR shall have on site MSDS, Product Data Sheets, a copy of this specification, as well as all

necessary tools and materials to remove all silt or other debris accumulated onto the floor by pressure washing and

squeegee.

5. The CONTRACTOR shall be required to perform procedures in accordance with SECTION 13900 of this

specification and to close up the hatch.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 55

SECTION 9860 -- ABRASIVE BLASTING CONTROLS

PART 1 -- GENERAL

1.1 RELATED SECTIONS

A. SECTION 1300 - SUBMITTALS

B. SECTION 9850 - STEEL TANK COATING

C. SECTION 9950 - INTERIOR WET - COATING

D. SECTION 9970 - EXTERIOR - COATING SYSTEM

1.2 SECTION INCLUDES

A. This section specifies requirements for coating removal via abrasive blast cleaning and includes requirements for worker

protection, protection of the environment, abrasive requirements, collection, storage, testing and disposal of the blast

cleaning residuals, and other regulatory requirements pertaining to the abrasive blast cleaning operation.

B. The tank was constructed in 1999 and has the original coating system. Because of the year of construction the coating

has not been tested for lead.

1.3 DEFINITIONS

A. Hazardous Waste - Coating debris is classified as hazardous due to the characteristic toxicity, if after testing by Toxicity

Characteristic Leaching Procedures (TCLP), the leachate contains any of the elements in the concentrations listed below (or

greater):

1. Barium 100 ppm

2 Cadmium 1 ppm

3. Chromium 5 ppm

4. Lead 5 ppm

5. Mercury 0.2 ppm

NOTE: Other elements can cause a material to be hazardous as defined in 40 CFR 261 and must be taken into

consideration. The list above includes only those elements typically associated with coatings.

B. PM-10 - Particulate matter (dust) less than 10 microns in aerodynamic equivalent diameter. (Aerodynamic equivalent

diameter is defined as the diameter of a unit density sphere having the same settling velocity as the particle in question of

whatever shape and density.)

C. PEL - Permissible Exposure Limit - Maximum allowable employee average airborne exposure to hazardous elements.

D. Time Weighted Average (TWA) is the employee’s average airborne exposure in any 8 hour work shift of a 40 hour work

week.

E. Ventilation System - Ventilation systems include both natural ventilation and artificial ventilation (mechanical fans,

hoods, and duct work) to provide air movement across the work area, and dust collectors to clean the discharged air.

1.5 REQUIREMENTS OF REGULATORY AGENCIES

A. The following Federal regulations are applicable to the specified abrasive blast cleaning:

1. Occupational Safety and Health Standards

a) 29CFR1910 General Industry Standards

b) 29CFR1910.134 Respiratory Protection

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 56

c) 29CFR1910.146 Permit Required Confined Spaces

d) 29CFR1910.141 Sanitation

2. Protection of the Environment

a) 40CFR50 National Primary and Secondary Ambient Air Quality Standards

b) 40CFR50.6 National Primary and Secondary Ambient Air Quality Standards for Particulate Matter

3. Solid Waste

a) 40CFR261, Appendix II Toxicity Characteristic Leaching Procedure

b) 40CFR262 Packaging and Labeling Requirement

c) 40CFR178 Shipping Container Specifications

d) 40CFR268.7 Waste Analysis

e) 40CFR300 National Oil and Hazardous Substances Pollution Contingency Plan

f) 40CFR302 Designation, Reportable Quantities and Notification

g) 49CFR172 Materials Communications, Emergency Response Information, and Training Requirements

h) 49CFR173 Shippers general requirements for shipments and packaging.

i) 49CFR178: Specifications for packaging.

1.6 PROTECTION

A. During the exterior abrasive blast cleaning operation the CONTRACTOR shall furnish all materials, tools, labor,

equipment, necessary to design, construct and operate a ventilation and abrasive blast cleaning residuals containment

system. The minimum design requirements for the containment system are described as follows:

1. The base of the containment and any other areas outside containment subject to abrasive fallout shall be covered

with impermeable tarpaulins or panels to facilitate cleanup of abrasive blasting residuals without release into the

soil. Areas paved with asphalt or concrete do not require covers. Thorough cleanup of tarpaulins shall be

performed prior to moving to new location.

2. The Ventilation shall be designed to comply with the coating manufacturer’s requirements for curing. The work

shall meet the requirements of AWWA D102 A.7.6.

1.7 SUBMITTALS

A. After Contract Award

1. OWNER’s acceptance of CONTRACTOR’s Bid, and subsequent execution of an Agreement in no way

guarantees CONTRACTOR’s proposed abrasives and worker safety plan will comply with Laws and Regulations

and the requirements of this specification and does not relieve the CONTRACTOR from his responsibility to meet

all requirements.

2. The site specific safety plan proposed for the WORK as required in SECTION 1300 “Submittals.” The plan is

to address compliance with regulations pertaining to worker safety including the specific requirements contained

herein.

3. Waste collection and storage plan demonstrating compliance with the requirements of these specifications.

4. Technical data for proposed abrasives.

PART 2 -- PRODUCTS

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 57

2.1 ABRASIVES

A. It is the intent of this specification to require the CONTRACTOR to use an abrasive, or combination of abrasives and

approved additives, such that the residual material from the abrasive blasting operation will not be classified as a hazardous

waste.

1. The size, shape and hardness of the steel grit are not governed by this specification section and are to be selected

by the CONTRACTOR with consideration given to the level of cleaning and profile required for the specified

coatings.

2. The selection of abrasive type, size, hardness and work mix is the responsibility of the CONTRACTOR based

on the level of cleaning and profile required for the specified coatings.

3. At the Field Coating Pre-Application Meeting, the Contractor shall submit data on the abrasive to be used and a

complete list of equipment to be used during the execution of the project.

4. The Contractor shall be responsible for strict adherence to project specifications and all applicable local, state

and federal regulations.

2.2 COMPRESSED AIR

A. All compressed air supplied to the system shall be free of all moisture and oil. A white blotter test shall be performed

prior to the start of each day’s work and if the compressor has been shut down for any period of time. Any moisture, oil, or

other deleterious matter observed on the blotter paper shall disqualify the compressor for use until the test provides

satisfactory results. The inspector must verify and accept the test results.

B. The moisture removal system for the compressed air system shall have automatic drains for the moisture collected.

These drains will be in proper working order at all times.

C. The compressor shall, as a minimum, provide a sufficient volume of air to allow for no less than 100 psi at each nozzle

in use as measured with a hypodermic needle pressure gauge.

D. The Contractor shall have the compressed air used by the blasters and or applicators certified as breathable air or have a

working CO2 monitor, professionally calibrated immediately prior to use on any work site. A new charcoal filter shall also

be attached downstream of the moisture and oil separators. Any hood exhibiting worn or damaged components shall be

discarded and not used on this job site. The CO2 monitor shall be equipped with audible and visual alarms.

E. All hose couplings shall be made secure.

PART 3 -- EXECUTION

3.1 WORKER PROTECTION

A. Workers conducting abrasive blasting operations shall be protected from the hazards associated with abrasive blasting

operations. Personal Protection Equipment shall include:

1. Respiratory Protection

2. Eye Protection

3. Hearing Protection

4. Other Protection including leather gloves, aprons, leggings when appropriate and safety shoes.

3.2 ABRASIVE BLASTING RESIDUALS HANDLING

A. This section describes the requirements for collection and disposal of abrasive blasting residuals generated. Collection

and disposal of abrasive blasting residuals is the responsibility of the CONTRACTOR.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 58

B. The abrasive blast residuals shall be removed from the tank and tank site and be collected in the manner outlined in the

waste collection and storage plan.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 59

SECTION 9950 STEEL TANK INTERIOR COATING SYSTEM

PART 1 -- GENERAL

1.1 SCOPE

A. This Section covers full abrasive blasting of the Interior wet surfaces, followed by an application of the recommended

coating system.

1.2 RELATED WORK SPECIFIED ELSEWHERE

A. SECTION 1100 - ALTERNATIVES

A. SECTION 9850 - STEEL TANK COATING

B. SECTION 9860 - ABRASIVE BLASTING CONTROLS

PART 2 -- PRODUCTS

2.1 APPROVED MANUFACTURERS

A. Tnemec Company Incorporated, 6800 Corporate Drive, Kansas City, Missouri 64120-1372. Toll Free (800) 863-6321.

Phone (816) 483-3400. Fax (816) 483-3969. www.tnemec.com/pcim.

B. The Sherwin-Williams Company 1441 W. Bayaud, Denver, CO 80223. Phone: (303) 777-3434 Fax (866) 647-8636.

www.sherwin-williams.com/protective

C. PPG Industries, Inc. 13493 W. Virginia Drive, Lakewood, CO 80228. Phone: (720) 987-7544.

www.ppgpmc.com

2.2 COATING SYSTEMS FOR INTERIOR STEEL

A. Tnemec Interior: Complete Replacement

Ceiling and Rafters

1. System Type: NSF Std. 61 zinc-rich primer/NSF Std. 61 2-coat epoxy finish.

2. AWWA D 102 Paint System: ICS-5.

3. Surface Preparation: SSPC-SP10/NACE 2 Near-White Blast Cleaning

4. NSF Approved, Zinc-Rich Primer: To all surfaces, apply 1-coat Hydro-ZincTM 94-H20TM; DFT 2.5-3.5 mils.

5. 1st Finish Coat: To all primed surfaces, apply 1st coat Pota-Pox® (Fast Cure) Series FC20-1255. DFT 4.0 to 6.0

mils.

6. Stripe Coat: Apply to all vertical and horizontal weld seams; plate and rafter edges 1 complete stripe coat of Pota-

Pox® (Fast Cure) Series FC20-1255. DFT 2.0 to 4.0 mils.

7. Filler/Surfacer: Apply Surfacing Epoxy Series 215 to pits and other surface imperfections as needed to render

flush with surrounding steel.

8. 2nd Finish Coat: To all surfaces, apply 2nd coat Pota-Pox® (Fast Cure) Series FC20-15BL. DFT 4.0 to 6.0 mils.

9. Total DFT: 12.5 to 15.5 mils.

10. Finish Color: 15BL Tank White

11. The 1st Finish Coat shall be tinted a different color than the 2nd Finish Coat.

Shell and Floor

1. System Type: NSF Std. 61 zinc-rich primer/NSF Std. 61 1-coat epoxy finish.

2. AWWA D 102 Paint System: ICS-3.

3. Surface Preparation: SSPC-SP10/NACE 2 Near-White Blast Cleaning

4. NSF Approved, Zinc-Rich Primer: To all surfaces, apply 1-coat Hydro-ZincTM 94-H20TM; DFT 2.5-3.5 mils.

5. Filler/Surfacer: Apply Surfacing Epoxy Series 215 to pits and other surface imperfections as needed to render

flush with surrounding steel.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 60

6. Finish Coat: To all primed surfaces, apply 1coat Epoxoline Series 22. DFT 16.0 to 40.0 mils.

7. Total DFT: 18.5 to 43.5 mils.

8. Finish Color: 15BL Tank White

B. Sherwin-Williams Interior: Complete Replacement

INTERIOR WET AREA SURFACE PREPARATION

Prep per SSPC-SP10 Near White Blast with a blast profile of 2.5-3 mils. Be sure surface is free of all

contaminants, flash rust and dust and dirt prior to coating.

INTERIOR WET AREA COATINGS RECOMMENDATION

FULL PRIME-Apply 1 coat Corothane I Galvapac 1K Zinc Primer at 2-4 mils DFT. STRIPE COAT-

Stripe coat all weld seams, edges, corners and sharp angles by brush or spray and back brushing with

Macropoxy 646 PW Epoxy.

CEILING and Rafters

1st COAT- Apply 1 coat of Macropoxy 646 PW Epoxy at 4-6 mils DFT.

2nd COAT- Apply 1 coat of Macropoxy 646 PW Epoxy at 4-6 mils DFT.

The 1st Coat shall be tinted a different color than the 2nd Coat.

SHELL AND FLOOR

Primer: Apply 1 coat Corothane I Galvapac 1K Zinc Primer at 2-4 mils

1st COAT: Apply 1 coat Dura-Plate UHS Epoxy at 18-25 mils DFT.

Total DFT: 20.0-29.0 mils

Finish Color: Mill White

C: PPG Industries, Inc.

Ceiling and Rafters

A. Description:

1. AWWA System Designation: ICS-5-W

2. Coatings: 3 Zinc Rich Primer/Epoxy/Epoxy

3. Total Dry Film Thickness: 13.0 mils DFT minimum

4.Surface Preparation: SSPC SP-10 Near White Blast Cleaning

B. Internal PPG Painting System:

1. First Coat: PPG Amercoat 68HS 3.0 – 5.0 DFT

2. Stripe Coat: PPG Amerlock 2 2.0 - 4.0 DFT

2. Second Coat: PPG Amerlock 2 4.0 – 6.0 DFT

3. Third Coat: PPG Amerlock 2 4.0 – 6.0 DFT

TOTAL: 13.0 – 21.0 DFT

Shell and Floor

A. Description:

1. AWWA System Designation: ICS-3

2. Coatings: 2 (primer and High Solids Epoxy (100%))

3. Total Dry Film Thickness: 23.0 mils DFT minimum

4. Surface Preparation: SSPC SP-10 Near White Blast Cleaning

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 61

B. Internal PPG Painting System:

1. Primer: PPG Amercoat 68HS 3.0 – 5.0 DFT

1. First Coat: PPG Novaguard 810 Series 20.0 - 40.0 DFT

TOTAL: 23.0 – 45.0 DFT

EPOXY PUTTY

Internal PPG System:

A. PPG Novaguard 840/ Amercoat 884 Epoxy Patching/Surfacing Compound (Green)

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions under which coating systems are to be applied. Notify Engineer of areas or conditions not

acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected.

3.2 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED

A. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and

application of coatings.

B. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated.

3.3 SURFACE PREPARATION OF STEEL

A. Prepare steel surfaces in accordance with manufacturer’s instructions. All interior surfaces shall be prepared in

accordance with Steel Structures Painting Council SSPC-SP10/NACE 2 “Near White Blast Cleaning”. Refer to Section

9860 for Abrasive Blasting Controls.

B. Fabrication Defects:

1. Correct steel and fabrication defects revealed by surface preparation.

2. Remove weld spatter and slag.

3. Round sharp edges and corners of welds to a smooth contour.

4. Smooth weld undercuts and recesses.

5. Grind down porous welds to pinhole-free metal.

6. Remove weld flux from surface.

C. Ensure surfaces are dry.

D. Interior, Wet Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and

other foreign matter in accordance with SSPC-SP 10/NACE 2.

E. Hand or Power Tool Cleaned Surfaces: Coat cleaned surfaces with primer before visible rust forms on surface. Do not

leave cleaned surfaces uncoated for more than 72 hours.

3.4 APPLICATION

A. Apply coatings in accordance with manufacturer's instructions.

B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer’s instructions.

C. Keep containers closed when not in use to avoid contamination.

D. Do not use mixed coatings beyond pot life limits.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 62

E. Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer’s instructions.

F. Uniformly apply coatings at spreading rate required to achieve specified DFT.

G. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of

coating systems.

H. Stripe coat with brush critical locations on steel such as welds, corners, and edges using specified material.

3.5 CLEANING, TESTING & REPAIR

A. Remove temporary coverings and protection of surrounding areas and surfaces. Thoroughly clean the interior of the

tank.

B. The CONTRACTOR shall perform holiday detection on all of the surfaces, seams and joints inside the tank with the

INSPECTOR observing. Any holidays shall be repaired as per the manufactures requirement and must meet the minimum

requirements as outlined in this specification.

C. Coating Defects: Repair in accordance with manufacturer’s instructions coatings that exhibit film characteristics or

defects that would adversely affect performance or appearance of coating systems.

D. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result

is not visibly different from adjacent surfaces. Recoat entire surface where touch-up result is visibly different, either in

sheen, texture, or color.

E. Damaged Materials: Repair or replace damaged materials and surfaces not scheduled to be coated.

- END OF SECTION -

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 63

SECTION 9970 STEEL TANK EXTERIOR COATING SYSTEM

PART 1 -- GENERAL

1.1 SCOPE

A. This Section covers exterior surface preparation followed by application of the recommended coating system.

1.2 RELATED WORK SPECIFIED ELSEWHERE

A. SECTION 9850 – STEEL TANK COATING

B. SECTION 9860 – ABRASIVE BLASTING CONTROLS

PART 2 -- PRODUCTS

2.1 APPROVED MANUFACTURERS

A. Tnemec Company Incorporated, 6800 Corporate Drive, Kansas City, Missouri 64120-1372. Toll Free (800) 863-

6321. Phone (816) 483-3400. Fax (816) 483-3969. www.tnemec.com/pcim.

B. The Sherwin-Williams Company 1441 W. Bayaud, Denver, CO 80223. Phone: (303) 777-3434 Fax (866) 647-

8636. www.sherwin-williams.com/protective

C. PPG Industries, Inc. 13493 W. Virginia Drive, Lakewood, CO 80228. Phone: (720) 987-7544.

www.ppgpmc.com

2.2 COATING SYSTEMS FOR EXTERIOR STEEL

A. Tnemec Exterior: Recoat System

1. System Type: Zinc-Rich Urethane / Epoxy / Polyurethane - Tnemec

1.1. Surface Preparation: Prep per SSPC-SP6 Commercial Blast Cleaning with a blast profile of 2 mils. Be sure

surface is free of all contaminants, flash rust and dust and dirt prior to coating.

1.2. Primer: To all surfaces, apply *1-coat Series 90-97. 2.5 - 3.5 mils DFT.

1.3. Intermediate Coat: To all primed surfaces, apply V69F. 4.0 - 6.0 mils DFT.

1.4. Top Coat: Seris 1095 Endura-Shield 2.0 – 3.0 mils DFT

1.5. Total DFT: 8.5 to 12.5 mils.

1.6 Color: As selected by Owner

B. Sherwin-Williams Exterior: Recoat System including Graffiti Resistant coating.

1.System Type: zinc/epoxy/ Polysiloxane – Sherwin Williams

1.1 Surface Preparation: Prep per SSPC-SP6 Commercial Blast Cleaning with a blast profile of 2 mils. Be sure

surface is free of all contaminants, flash rust and dust and dirt prior to coating.

1.2 Primer: Corothane I Galvapac 1K Zinc Primer at 3-4 mils DFT.

1.3 Intermediate Coat: Macropoxy 646 Epoxy at 4-8 mils DFT.

1.4 Top Coat: Sher-Loxane 800 Polysiloxane at 4-6 mils DFT

1.5 Total DFT:11- 18 mils DFT

1.6 Color: As selected by Owner

2. Anti-Graffiti Coating: Applied from ground to 10 feet high.

1.1 Sherwin-Williams 2k Waterbased Anti-Graffiti Coating (B65-190 and B65V195) applied to 3.0-4.0 DFT

C. PPG Exterior: Recoat System

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 64

1. System type: Zinc Rich Epoxy/Epoxy/Polysiloxane

1.1. Surface Preparation: Prep per SSPC-SP6 Commercial Blast Cleaning with a blast profile of 2

mils. Be sure surface is free of all contaminants, flash rust and dust and dirt prior to coating.

1.2 Primer: PPG Amercoat 68HS - 3.0 – 5.0 DFT

1.3 Intermediate Coat: Amerlock 2 - 4.0 – 6.0 DFT

1.4.Top Coat: PPG PSX 700 * 3.0 – 7.0 DFT

1.5.TOTAL DFT: 10.0 – 18.0 DFT

1.6. Color: As Selected by Owner

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions under which coating systems are to be applied. Notify Engineer of areas or conditions not

acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected.

3.2 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED

A. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and

application of coatings.

B. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated.

3.3 SURFACE PREPARATION OF STEEL

3.3 SURFACE PREPARATION OF STEEL

A. Prepare steel surfaces in accordance with manufacturer’s instructions. All exterior surfaces shall be prepared in

accordance with Steel Structures Painting Council SSPC-SP6/NACE 3 “Commercial Blast Cleaning”. Refer to Section

9860 for Abrasive Blasting Controls.

B. Fabrication Defects:

1. Correct steel and fabrication defects revealed by surface preparation.

2. Remove weld spatter and slag.

3. Round sharp edges and corners of welds to a smooth contour.

4. Smooth weld undercuts and recesses.

5. Grind down porous welds to pinhole-free metal.

6. Remove weld flux from surface.

C. Ensure surfaces are dry.

D. Exterior, Dry Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and

other foreign matter in accordance with SSPC-SP 6/NACE 3.

E. Hand or Power Tool Cleaned Surfaces: Coat exterior cleaned surfaces with primer each day after blasting, before visible

rust forms on surface

3.4 APPLICATION

A. Apply coatings in accordance with manufacturer's instructions.

B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer’s instructions.

C. Keep containers closed when not in use to avoid contamination.

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 65

D. Do not use mixed coatings beyond pot life limits.

E. Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer’s instructions.

F. Uniformly apply coatings at spreading rate required to achieve specified DFT.

G. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of

coating systems.

H. Stripe coat with brush critical locations on steel such as welds, corners, and edges using specified material.

3.2 CLEANING, TESTING & REPAIR

A. Remove temporary coverings and protection of surrounding areas and surfaces. Thoroughly clean the exterior of the

tank.

B. Coating Defects: Repair in accordance with manufacturer’s instructions coatings that exhibit film characteristics or

defects that would adversely affect performance or appearance of coating systems.

C. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result

is not visibly different from adjacent surfaces. Recoat entire surface where touch-up result is visibly different, either in

sheen, texture, or color.

D. Damaged Materials: Repair or replace damaged materials and surfaces not scheduled to be coated.

- END OF SECTION –

Twin Mounds 5MG Tank Recoating Project

March 1, 2021 Amended March 18, 2021

Page 66

SECTION 13900 DISINFECTION, TESTING & ONE YEAR ANNIVERSARY INSPECTION

1.1 SCOPE OF WORK

A. Disinfection of Water Contact Surfaces and Filling of the 5 MG Water Storage Tank:

1. Do not disinfect water contact surfaces or fill water storage tanks until application of coating systems is

complete, coatings have fully cured, and field quality control inspection is complete.

2. Allow number of days in accordance with manufacturer’s instructions and as directed by Engineer for full cure

of coating systems on water contact surfaces before flushing, disinfecting, or filling with water.

3. Disinfection shall follow AWWA C652.

1.2 WORK BY OWNER AND CONTRACTOR

A. The OWNER will furnish water for flushing and disinfecting tank.

B. The CONTRACTOR shall clean and disinfect the storage tank and will perform all testing as noted below.

PART 2 -- PRODUCTS

2.1 MATERIALS AND EQUIPMENT

A. Furnish disinfectant as needed to complete the disinfection of the tank.

B. Furnish equipment (if necessary) for the disinfection of the interior of the tank.

PART 3 -- EXECUTION

3.1 PREPARATION

A. All interior coating shall be completed in the tank prior to cleaning and disinfection of the tank.

B. After the coating has cured, provisions should be made to perform the disinfection process.

3.2 APPLICATION OF DISINFECTANT

A. Application of disinfectant shall be performed in accordance with chlorination methods set forth in the current AWWA

C652, Disinfection of Water Storage Facilities. The CONTRACTOR shall select a method from the above AWWA

Standard.

3.3 TESTING

A. Bacteriological tests will be arranged by the OWNER. Tank shall not be accepted and placed into service until the

results of the bacteriological tests are acceptable to the OWNER.

B. Should the initial treatment prove to be ineffective, in the opinion of the OWNER, the CONTRACTOR shall repeat the

chlorination procedure until satisfactory results are obtained.

3.4 ANNIVERSARY INSPECTION

A. One (1) year from completion of the coating system, the interior and exterior shall be inspected as outlined in SECTION

9850 STEEL TANK COATING 3.5 FIRST ANNIVERSARY INSPECTION.

- END OF SECTION