RFP 5671 Exhibit 3

advertisement
Materials Management Department
901-B Texas Street
Denton, Texas 76209
940-349-7100
purchasing@cityofdenton.com
RFP 5671
Exhibit 3
Scope of Work
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
The scope of work shall be finalized upon the selection of the Firm. The respondent’s submission
shall have accurately described your understanding of the objectives and scope of the requested
products and services and provided an outline of your process to implement the requirements of
the Scope of Work and Services. It is anticipated that the scope of work will include, at a
minimum, the following:
PART 1 – GENERAL
101
SCOPE OF WORK
This project consists of the following tasks to be performed on the Lake Lewisville Water
Treatment Plant treated water Steel Storage Tank:
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
102
Owner will drain the tank.
Repair and/or remove and replace any structural steel members, supports,
appurtenances, etc. which are corrosion damaged, missing or otherwise not
functional.
Patch or repair any existing pits or holes within the tank interior.
Seal all existing and new seams not sealed by welding with epoxy seam sealer.
Prepare all surfaces within the interior of the tank bowl including appurtenances,
and apply the exterior and interior paint system specified herein.
Install new vents, four (4) vents at 90o apart and two (2) feet from the edge on top
of each tank.
Replace the tank vent at the center.
Install new ladder system in accordance with OSHA requirements as specified
herein.
Add new man-way/access hatches one on top of inlet pipe and the other on top of
outlet pipe location to meet the code.
Remove and install new exterior wat er level indicator system.
Disinfection of the tank.
Required days to complete the job submitted by the Contractor.
SEQUENCE OF WORK
A.
B.
C.
The storage tank shall be isolated from the water system and the water drained
from the tank by the OWNER.
The Contractor shall clean the interior of the tank sufficiently to allow for an
appropriate inspection of the extent of corrosion damage and identify any structural
member that may need repair and/or replacement according to specification
mentioned in this contract.
The Contractor shall submit to the OWNER in writing the proposed structural
repair and/or replacement for approval.
RFP # 5671 – Exhibit 3
Page 1 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 1 – GENERAL
102
SEQUENCE OF WORK (CONTINUED)
D.
E.
F.
G.
H.
I.
103
Upon approval by the OWNER, the Contractor shall proceed to accomplish the
structural repair and/or replacement.
Clean, prepare the surfaces and paint the interior and exterior of the tank according
to specifications mentioned in this contract.
Seal seams
Clean and disinfect tank.
Return tank to service.
Clean up and restore the area.
STANDARD SPECIFICATIONS
Without limiting the general aspects of the other requirements of these specifications, all
surfaces preparation, coating and painting of interior and exterior surfaces and inspection
shall conform to the applicable requirements of the Steel Structure painting council,
NACE International, ASTM (American Society for Testing and Materials), AWWA and
the manufacturer’s printed instructions. In addition, the following specifications (current
edition) and or guidelines may also apply;
AISC - American Institute of Steel Construction
ANSI - American National Standard Institute
ASTM - American Society of Testing Materials
AWWA - American Water Works Association
USEPA - U.S. Environmental Protection Agency
NACE - National Association of Corrosion Engineers
The OWNER’S decision shall be final as to interpretation and/or conflict between any of
the reference specifications and standards contained herein.
104
PAINTING CONTRACTOR’S QUALIFICATIONS
A. Contractor must have been in business for a continuous period since January 2004.
B. Contractor must have successfully completed painting a minimum of five ground
storage tanks, which were part of a municipal water system with capacities of 1.0
Million Gallons or greater.
C. Contractor shall submit job history on successfully removing, containing and
controlling blast media and lead based paints from ground storage reservoirs
utilizing full containment system. Minimum of three projects since 2012.
RFP # 5671 – Exhibit 3
Page 2 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 1 – GENERAL
D. Contractor must submit past project history, including project descriptions, owner
and project engineer and names and telephone numbers of representatives who are
familiar with the project. List shall include tank capacity and where full
containment was utilized. Include experience with specified paint system.
E. Contractor shall submit the name, project experience and a one-page resume of the
proposed project superintendent.
F. The City of Denton reserves the right to reject any bid from painting contractors,
which in the opinion of the City, does not meet the above criteria.
G. Financial
Each bidder shall be prepared to submit upon request of the Owner a current balanced
financial statement with no evidence of threatening losses as evidenced by a current
audited certified financial statement. This information will be used to confirm that the
Bidder has suitable financial status to meet the obligations incidental to perform the
work.
H.
Technical Experience
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical
experience to properly complete this project.
Certification signed, dated and sealed by an Officer of the Bidder that Items A, B, C
and D above are true and correct.
105
FURNISHED EQUIPMENT
The Contractor shall furnish all material, tools, equipment, and labor for a proper and
complete job. The following test equipment shall be furnished at the beginning of the
contract and shall be made available to the City of Denton Water Production Department,
during the contract period.
A.
B.
C.
D.
Sling Psychrometer
Visual Comparator which illustrates four (4) steel surface conditions.
SSPC-SP10
Near White Metal Blast
SSPC-SP6
Commercial Blast
SSPC-SP7
Brush off Blast
SSPC-SP3
Power Tool Cleaning
Anchor Pattern Standards - Six (6) Anchor Patterns (1/2 mil to 3/mil.)
U.S. Bureau Standards for calibrating dry film thickness gauges; part number S1362 for the 0 to 8 mil standard and part number S-1363 for the 10 to 20 mil
standard.
RFP # 5671 – Exhibit 3
Page 3 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 1 – GENERAL
E.
F.
106
A dry film thickness gauge, battery operated with a digital readout.
Holiday Detector.
SHOP DRAWINGS
Contractor shall furnish five copies of shop drawings for review by the City. No
fax copies are acceptable. All submittals shall be submitted and accepted prior to
commencement of the work. Maximum sheet size shall be 11" x 17''. Shop
drawings shall include all items to be installed in this project, including
1.
2.
3.
4.
5.
6.
7.
Blasting Media
Cleaning Media
Paint Data Sheets
Paint Color Charts
Paint Manufacturers Anchor Pattern Requirements
Full Containment system, Including total Roof
Work Plan, Including requirements for lead abatement in accordance with TAC
30.111.131 through 111.137
8. Paint Manufacturer’s Applicator’s Certification
9. Safety Climb Devices and Appurtenances
10. Ladders
11. Man-ways
12. Hatches
13. Vents
107
TANK ACCESSORIES
General
The work to be performed under this section of the specifications shall include the
furnishing and installing of labor, materials, equipment and incidentals required
to complete the work as specified herein.
1. Interior Wet Ladders
The contractor shall remove and replace the interior "wet" ladders within the tank
bowl. The replacement ladders shall be constructed of ASTM 316 Stainless Steel, with
minimum 7/8" diameter rungs and 2-1/2" wide side rails. Stainless steel ladders are
to be connected to the ferrous metal tank components utilizing approved nonconducting insulations.
RFP # 5671 – Exhibit 3
Page 4 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 1 – GENERAL
Payment for removing and replacing the wet ladder shall include all welding,
materials, labor and equipment required to complete the work, in place and complete,
shall be paid on a lump sum basis under the appropriate bid schedule item.
2. Roof Vent
The Contractor shall install the new tank vents. The roof vents shall have a stainless
screen (16-mesh) to prevent insect, birds or animals from entering and shall have
c o m b i n e d venting capacity of 5 million gallons per day.
Payment for removing and replacing the vent shall include all welding, materials, labor
and equipment required to complete the work, in place and complete, shall be paid
on a lump sum basis under the appropriate bid schedule item.
3. Add Man-ways
This pay item provides for the installation of two (2) man-ways with a minimum
opening diameter of 30-inches for the tank. One of the man-way needs to be located
above the inlet and the other to be above the outlet pipe. Each man-way will have a
hinged cover to assist with opening and closing of the cover.
Payment for removing and replacing the vent shall include all welding, materials, labor
and equipment required to complete the work, in place and complete, shall be paid
on a lump sum basis under the appropriate bid schedule item.
4. Remove & Replace Roof Access Hatch
The contractor shall remove & replace the existing roof hatch with a minimum square
o p e n i n g of 30-inches and provide the necessary structural support for a safe and
proper operation of the man-way. The new roof access hinged hatch cover with gasket
seal shall have a locking hasp on the interior side. The access hatch cover must open
to 120 degrees and have a positive lock open position.
Payment for modifying the access hatch and providing a new hatch cover shall
include all, materials labor and equipment required to complete the work, in place and
complete, shall be paid on a lump sum basis under the appropriate bid schedule item.
5. Exterior Water Level Indicator
This pay item provides for the removal and replacement all components of the tank level
system.
Payment for removal and providing a new level indicator includes all, materials labor
and equipment required to complete the work, in place and complete, shall be paid on
a lump sum basis under the appropriate bid schedule item.
RFP # 5671 – Exhibit 3
Page 5 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 1 – GENERAL
6. Clean, Caulk and Seal Interior Roof Rafters
After blasting the interior tank, the contractor shall thoroughly clean all debris and
loose material from any annular space between the roof rafters and the interior roof
plate. The annual spaces shall then be fully caulked and sealed using an NSF potable
water elastomeric sealer in accordance w i t h the manufacturer's recommendations.
SikaFlex lA or approved equal.
Payment for cleaning, caulking and sealing the interior roof rafters shall include all,
materials, labor and equipment required to complete the work, in place and complete,
shall be paid on a lump sum basis under the appropriate bid schedule item.
7. Performing Remedial welding when requested by the Owner
This pay item provides for remedial welding and repairs within and on the tank
structure that are required and are requested by the owner or the owners field
representative. This work shall be accomplished by a certified welder.
Payment for remedial welding, materials, labor and equipment required to complete
the work, in place and complete, shall be paid on an hourly sum basis under the
appropriate bid schedule item.
108
PROTECTION OF ADJACENT PROPERTY
The bidders shall visit the site and note the buildings, landscaping, roads, parking areas,
and other plant facilities near the work site, that may be damaged by their operations. The
Contractor shall make adequate provisions to fully protect the surrounding area and will
be held fully responsible for all damages resulting from his operations.
The contractor shall take reasonable precautions to prevent the carryover of sand as a
result of sand blasting or over spray as a result of painting from falling on adjacent
property.
The Contractor shall be responsible for the cleanup of any sand carryover or paint over
spray that might fall on adjacent property.
The Contractor shall cooperate fully with the Engineer, checking particularly for access
routes, storage and parking areas on the plant site.
PART 1 – GENERAL
109
SAFETY AND HEALTH REQUIREMENTS
The Contractor shall be fully responsible for the safety of the workmen on this project
and public in the vicinity of this tank at all times during the removal of the lead, rust
and mill scale, painting and sterilization of the tank. The Contractor shall be
responsible for meeting all OSHA Safety Standards and Regulations.
RFP # 5671 – Exhibit 3
Page 6 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
Protective equipment, abrasive resistant clothing, safety shoes, leather gloves, ear
protection and OSHA approved respirators shall be utilized as a minimum during
blasting and painting on this tank. All respirators shall be air fed. Contractor shall
provide all workers, Owner personnel and all other persons on site the minimum
described safety equipment as well as that required by OSHA.
Equipment shall include protective helmets which shall be worn by all persons while in
the vicinity of the work. In addition, workers engaged in or near the work during
sandblasting shall wear eye and face protection devices and air purifying, half mask or
mouthpiece respirators with appropriate filters. Barrier creams shall be used on any
exposed areas of skin.
Where ventilation is used to control hazardous exposure, all equipment shall be
explosion-proof. Ventilation shall reduce the concentration of air contaminant to the
degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be
continued until coatings have fully cured.
Whenever the occupational noise exposure exceeds maximum allowable sound levels, the
Contractor shall provide and require the use of approved ear protective devices.
Adequate illumination shall be provided while work is in progress, including explosionproof lights and electrical equipment. Whenever required by the Engineer, the Contractor
shall provide additional illumination and necessary supports to cover all areas to be
inspected. The level of illumination for inspection purposes shall be determined by the
Engineer.
110
INSPECTION
All work shall be done in a workmanlike manner, so that the finished coating on the
interior, exterior and all painted surfaces of the ground storage reservoir and structures
shall be free from bubbles, runs, drips, ridges, waves and unnecessary brush marks and
variations in color. In addition all surfaces that will be in contact with potable water
shall be free of holidays and pinholes.
Inspection and acceptance of the abrasive blasting shall be achieved prior to
application of the prime coat of paint on the tank. The Contractor shall schedule and
coordinate his work with the Owner to allow for expeditious execution of the inspection
and painting.
PART 1 – GENERAL
All paint film thickness shall be verified by the Contractor by measuring the wet film
thickness of each coat as it is applied. The Contractor shall coordinate the use of the
painting scaffolds and rigging with the Owner or his representative to provide regular
access for the paint inspections. A wet film thickness measurements shall be made for
each 100 square feet of surface painted.
RFP # 5671 – Exhibit 3
Page 7 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
All paint will be inspected for applied dry film thickness using a non-destructive
magnetic gauge such as a Mikrotest Gauge or an Elkometer. Dry film thickness,
pinholes and Holidays shall be inspected throughout the painted surface at locations
determined by the Owner. Testing for dry film thickness will be done by the Owner
or an independent testing laboratory which is chosen and paid by the Owner. General
paint inspection will be done by the Owner. All work shall be done in a workmanlike
manner, so that the finished coating on the interior of the tank shall be free from
bubbles, runs, drips, ridges, waves, brush marks and variations in color.
111
DISINFECTION
Once painting is complete and prior to disinfection of the tank, the interior of the
tank shall first be thoroughly cleaned by hosing down the walls, underside of the roof
and floor with water from the Owner's distribution system. Contractor shall provide
adequate pumps to accomplish this work and take necessary steps to prevent
contamination of the Owner's water supply. Disinfection shall be in accordance with
AWWA C652 "Disinfection of Water Storage Facilities" and the AWWA "Disinfection
of Pipelines and Storage Facilities Field Guide" except as exceeded by the below
specification.
The tank interior shall be disinfected by spraying with a chlorine solution of not less
than 200 ppm chlorine. Spraying shall be accomplished by use of an attachment
connected to a fire hose, and the chlorine solution shall be applied under pressure.
Contact time of the 200 ppm solution shall not be less than one hour. Contractor shall
provide adequate pumps to accomplish this work.
The Contractor shall submit samples of the water for bacteriological tests to a State
approved testing laboratory and satisfactory test reports shall be received before the tank
is placed in service. The Contractor shall obtain approval of the Owner prior to placing
the elevated tank in service.
The cost of furnishing chlorine, bacteriological tests, labor, tools and equipment shall be
included in the lump sum bid price for the project, and no separate payment will be
allowed. The Owner shall furnish water to fill the elevated tank one time. If it is
required to fill the elevated tank more than once to obtain the proper sterilization, the
cost of the water in excess of one tank full shall be borne by the Contractor and deducted
from monies due him from the Owner. Excess chlorine residue shall be neutralized prior
to any disposal of water (4.0 ppm).
PART 1 – GENERAL
112
CLEANUP
Upon completion of the work, all staging, scaffolding and containers shall be removed
from the site or destroyed in a manner approved by the Engineer. Coating or paint spots
and oil or stains upon adjacent surfaces shall be removed and the jobsite cleaned. All
RFP # 5671 – Exhibit 3
Page 8 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
damage to surfaces resulting from the work of this section shall be cleaned, repaired, or
refinished to the satisfaction of the Engineer at no cost to the Owner.
113
WARRANTY
The Contractor shall provide a warranty against defective workmanship and/or materials
for a period of one (1) year from the date of written final acceptance of the job by the
OWNER. On or before the end of said one (1) year warranty period, the OWNER may,
at his sole discretion, drain the tank and inspect for any defect. At that time all defects in
the work covered under this contract shall be corrected by the Contractor at the
Contractor’s expense. Such repair work shall be completed by the Contractor within
thirty (30) days after written notice from the OWNER.
114
MAINTENANCE BOND
The contractor shall provide the OWNER a Maintenance Bond which shall run for a
period of one (1) year after the date of Final Acceptance by the owner to cover his
guaranty on the job as set forth above.
Should the contractor fail to repair or correct any defects in workmanship or materials
covered in the guarantee within 30 days after written notification, the owner may make
the necessary repairs and charge the contractor and/or his surety with the actual cost of
all materials and labor required.
PART 2 – CATHODIC PROTECTION
201
CATHODIC PROTECTION
A. Description
The cathodic protection design/install contractor shall provide all engineering
services, materials, equipment, labor, and supervision for the installation of an
automatically controlled impressed current cathodic protection system to provide
RFP # 5671 – Exhibit 3
Page 9 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
corrosion control for the interior submerged surface of the specified tank. All
work furnished shall be in accordance with AWWA Standard D104-01 and features
included in this specification. The cathodic protection constructor shall be Corrpro
Waterworks. (Mr. Miles Steel (770) 761-5400, Ext.312) or approved equal.
Contractors shall provide qualifications of or equal cathodic protection constructor
for approval from the Owner.
B. Design
All engineering services shall be provided by a Corrosion Specialist who is
accredited by the National Association of Corrosion Engineers International as a
Senior Corrosion Technologist, Corrosion Specialist or Cathodic Protection
Specialist. The system shall be designed by a Corrosion Specialist with experience
in cathodic protection for water storage tanks. The (Corrosion Specialist shall design
the system to provide effective corrosion control in accordance with criteria for
protection. The criteria for protection shall be based on a tank-to-water potential, IR
drop free, within a range of -0.850 volts to -1.050 volts relative to a stationary
copper-copper sulfate reference electrode. This potential shall be measured free of
the effect of voltage gradients (IR drops).
The Corrosion Specialist shall also base system capacity and performance on:
1. Total submerged surface area of the tank. Total surface area includes HWL in
tank, which are 100’ diameter on the 1.0 MG tank and 150’ on the 2.0 MG tanks.
2. Type of coating and condition of coating.
3. Total bare surface area to be protected will be a minimum of 25% of total
surface area.
4. Minimum current density of 0.5 MA/ft2 bare surface areas.
5. Chemical analysis of water including resistivity expressed in ohm-em.
6. Susceptibility of tank to icing conditions.
7. Minimum anode design life of twenty (20) years.
8. Selection dimensions, and layout of system components specified in Section C.
PART 2 – CATHODIC PROTECTION
C. System Components
1. Rectifier
The rectifier unit shall perform in accordance with ANSI/AWWA Standard
D104-01 Section 4: 4.1.1.1.1., Type A, IR drop free system, and shall include:
a) Transformer
RFP # 5671 – Exhibit 3
Page 10 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
b) Selenium or silicon rectifying elements
c) Circuit breaker(s)
d) Lighting, surge, and overload protection
e) Provision for air-cooling operation
f) Voltmeter(s) and ammeter(s)
g) Weatherproof cabinet in accordance with NEMA 4 requirements
h) Provision to vary current output from 0% to 100% of rated capacity
i) Provisions for mounting, grounding, and locking
j) Provision for 110-120 volt, 60 HZ, single phase AC power.
k)
D.C. output capacity in volts and amperes in accordance with Design (Section B)
l)
Number of circuits or separate rectifiers in accordance with Design (Section B)
Automatic controller shall be AWWA D104-01, Type A and shall adjust
current output to compensate for changes in water level, temperature of water,
water chemistry, and cathodic polarization, and shall include the following
provisions:
a) Utilize long-life reference electrode(s) mounted in tank
b) Monitor the tank-to-water potential, free of IR drop
c) Automatically adjust the tank-to-water potential, free of IR drop, to a
preset value(Section B)
d) Operate within 25MV of preset value
e) Limit current to a preset value
f) Utilize potential meter(s) to display tank-to-water potential, free of IR drop
2. Long Life Reference Electrodes
The permanent reference electrode shall consist of a copper-copper sulfate
electrode which is manufactured to remain stable (plus or minus 10MV) for
minimum often (10) years. The reference electrode to lead wire connection shall
be encapsulated to prevent water migration.
PART 2 – CATHODIC PROTECTION
The stationary reference electrode shall be positioned in the tank water to
provide the most representative measurements for the submerged surface area(s).
3. Anode Suspension System
FOR NON-ICING TANKS
RFP # 5671 – Exhibit 3
Page 11 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
The anode suspension system shall be in accordance with ANSI/AWWA
Standard D104-01, Section 4.2.4.2.1. Type C, Vertical System. The anode
lead wire for vertical suspension shall be attached to a porcelain insulator
bracket bolted to the interior of the tank roof.
Handhole assemblies used for the installation of vertical anode suspension
systems from the roof of the tank shall consist of a 6" diameter acrylic plastic
cover, rubber gasket, and an acrylic plastic bar with a stainless steel bolt
assembly for each 5" diameter access opening.
4. Anode Materials
The anode material shall be selected in accordance with Design (Section B)
and shall consist of a minimum .062" diameter titanium anode wire with a
precious metal oxide coating.
5. Wiring
All wiring within the tank shall be insulated to prevent copper conductor water
contact.
All wiring on the exterior of the tank shall be insulated and run in conduit.
6. Hardware
All hardware used in conjunction with the system shall be protected
against corrosion.
7. ANSI/NSF 61
All materials in contact with the water or exposed to the interior of the tank
shall be classified in accordance with ANSI/NSF 61 "Drinking Water System
Components".
PART 2 – CATHODIC PROTECTION
D. Submittals
The cathodic protection contractor shall submit the following information to the
purchaser for approval by the Owner or his representative.
1. Drawings showing system design/configuration.
RFP # 5671 – Exhibit 3
Page 12 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
2. Description of system components.
3. Copy of ANSI/NSF 61 classification for all system components located within
the tank.
4. Design calculations for required voltage, amperage & life expectancy.
E. Workmanship And Installation
1. Qualifications
The cathodic protection contractor shall have a minimum of five (5)
years experience installing and servicing the types of system described in this
specification. The system shall be installed by personnel specifically trained
by the constructor to provide all workmanship required for corrosion control
performance.
2. Performance
All work shall be in accordance with the following requirements:
a) Components of the cathodic protection system shall be installed in the
manner and at the locations as shown on the design drawings prepared by
the Corrosion Specialist.
b) Welding, cutting, and coating shall be in accordance with AWWA
Standards D100, D102, and D105.
c) Welding of rectifier mounting bolts shall be furnished by the prime
contractor prior to coating the tank. The cathodic protection constructor shall
furnish drawings and materials to the prime contractor prior to coating.
d) Materials and equipment shall be inspected prior to installation. Any
defective component shall be repaired or replaced.
e) Electrical work shall be in accordance with the National Electrical Code.
PART 2 – CATHODIC PROTECTION
f) Lead wires shall be installed to prevent damage from abrasion.
g) Electrical connections within the tank shall be sealed to prevent water
migration.
RFP # 5671 – Exhibit 3
Page 13 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
h) The rectifier shall be mounted at a convenient height (eye level) above grade
for monitoring and service purposes.
i) AC power to the rectifier shall be furnished by the Owner.
j) Disinfection shall be the responsibility of the Contractor.
k) Work provided by the constructor shall be completed in a clean and safe
manner.
F. Energizing The System
After the system is installed and the tank is filled, the cathodic protection contractor
shall provide start-up service which includes energizing, testing, and adjusting the
system for optimum performance of the cathodic protection system. This start-up
service shall be in accordance with ANSI/AWWA D104-01 Section 5.2 Testing,
5.2.1 Field Test for Type A, IR Drop-Free System. This start-up service shall be
coordinated with the Owner or his representative. The system shall pass operational
requirements then be shut-off until the twelve month inspection date. At that
time, the contractor shall re-check and energize the system. The system is to remain
on after the twelve month inspection.
All tank-to-water potential measurements shall be conducted with a calibrated
portable copper­ copper sulfate reference electrode and a portable high impedance
voltmeter. A minimum of five (5) locations shall be measured. All test data shall
be reviewed and evaluated by the Corrosion Specialist. The final test and
adjustment of the system shall be conducted when inspection is completed. At this
point, the system shall be energized and remain on.
In addition to the start-up service, "as-built" drawings and an Owners Maintenance
Manual shall be submitted to the Owner
PART 2 – CATHODIC PROTECTION
G. Monitoring
1. Performance
RFP # 5671 – Exhibit 3
Page 14 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
The cathodic protection contractor shall furnish self-addressed report cards to be
completed by the owner. Report cards received by the cathodic protection
constructor during the guarantee and service period(s) shall be evaluated for
system performance.
H. Service Agreement
The contractor shall furnish a service agreement to the Owner for the type of
system installed. The agreement shall include the annual service rate and a complete
description of the scope of work proposed.
1. Two (2) annual job site visits for two years.
2. Tank-to-water potential measurements conducted at representative locations
within the tank. A minimum of five (5) locations shall be measured.
3. Measurements shall be conducted with a portable high impedance voltmeter and
a calibrated copper-copper sulfate reference cell.
4. Adjustments for optimum corrosion control shall be in accordance with criteria
for protection.
5. Data recorded shall provide sufficient information to evaluate the performance
for the system relating to criteria for protection.
6. In the event additional work is required, the constructor shall submit a
report with recommendations for optimizing corrosion control.
I. Payment
Payment of the unit contract price for items of work performed shall be the total
compensation for furnishing all labor, materials, tools, equipment and incidentals,
and performing all work that is necessary for installation of the cathodic protection
system in accordance with the plans and specifications.
PART 3 – PAINT SPECIFICATION
301
SCOPE
The work of this section includes cleaning, surface preparation and painting of the
interior and exterior steel surfaces of Steel Ground Water Storage Tank.
RFP # 5671 – Exhibit 3
Page 15 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
302
REFERENCE SPECIFICATIONS AND STANDARDS
A. Without limiting the general aspects of the other requirements of these specifications,
all surfaces preparation, coating and painting of interior and exterior surfaces and
inspection shall conform to the applicable requirements of the Steel Structure painting
council, NACE International, ASTM (American Society for Testing and Materials),
AWWA and the manufacturer’s printed instructions.
B. The Engineer’s decision shall be final as the interpretation and/or conflict between
any of the referenced specifications and standards contained herein.
303
QUALITY ASSURANCE
A. General: Quality assurance procedures and practices shall be utilized to monitor all
phases of surface preparation, application and inspection throughout the duration of
the project. Procedures or practices not specifically defined herein may be utilized
provided they meet recognized and accepted professional standards and are approved
by the Engineer.
B. Surface Preparation: Surface preparation will be based upon comparison with:
“Pictorial Surface Preparation Standards for Painting Steel Surfaces”, SSPC-VIS-1,
ASTM Designation D2200, “Standard Methods of Evaluating Degree of Rusting on
Painted Steel Surfaces” SSPC-VIS-2 and ASTM D4417, Method A and/or Method C
of NACE Standard RP0287. In all cases the written standard shall take precedence
over visual standard. In addition, NACE Standard RP0178, along with Visual
Comparator, shall be used to verify the surface preparation of welds.
C. Application: No coating of paint shall be applied when: 1) the surrounding air
temperature or the temperature of the surface to be coated or painted is below the
minimum surface temperature for the products specified herein, 2) rain, snow, fog or
mist is present, 3) the temperature is less than 50F above the dew point, 4) the air
temperature is expected to drop below 400F within six hours after application of
coating. Dew point shall be measured by use of an instrument such as a Sling
Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau
Psychrometric Table. If above conditions are prevalent, coating or painting shall be
delayed or postponed until conditions are favorable. The day’s coating or painting
shall be completed in time to permit the film sufficient drying time prior to damage
by atmospheric conditions.
PART 3 – PAINT SPECIFICATION
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked
with a non-destructive, magnetic-type thickness gauge as per SSPC-PA 2
RFP # 5671 – Exhibit 3
Page 16 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
“Measurement of Dry Film Thickness with Magnetic Gages”. References in PA 2
which allow 80% of the minimum thickness specified are not acceptable. Use an
instrument such as a Tooke Gauge if a destructive tester is necessary by the Engineer.
The integrity of coated interior surfaces shall be with a low voltage holiday detector
in accordance with NACE Standard RP0188. Non-destructive holiday detectors shall
not exceed 67.5 volts nor shall destructive holiday detectors exceed the voltage
recommended by the manufacturer of the coating system. A solution of 1-ounce nonsudsing type wetting agent, such a Kodak Photo-Flo, and 1 gallon tap water shall be
used to perform the holiday testing. All pinholes and/or holidays shall be marked and
repaired in accordance with the manufacturer’s printed recommendations and
retested. No pinholes or other irregularities will be permitted in the final coating.
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating
and painting, inspection devices in good working condition for detection of holidays
and measurement of dry-film thickness of coating and paint. The Contractor shall also
furnish U.S. Department of Commerce, National Bureau of Standards certified
thickness calibration plates to test accuracy of dry-film thickness gauges and certified
instrumentation to test accuracy of dry-film thickness gauges and certified
instrumentation to test accuracy of holiday detectors. Dry film gauges and holiday
detectors shall be made available for the Owner’s use at all times until final
acceptance of application. Holiday detection devices shall be operated in the presence
of the Engineer.
F. Inspection: Inspection for this project shall consist of ‘hold point’ inspections. The
Engineer or his representative shall inspect the surface prior to abrasive blasting, after
abrasive blasting but prior to application of coating materials, and between
subsequent coats of material. Final inspection shall take place after all coatings are
applied, but prior to placing the tank in service. Contractor will insure that sufficient
rigging is in place so that the Engineer or his representative shall be able to conduct
the required inspections.
G. Warranty Inspection: Warranty inspection shall be conducted during the 12th and 21st
month following acceptance of all coating and painting work. All defective work
shall be repaired in accordance with this specification and to the satisfaction of the
Engineer/or Owner.
PART 3 – PAINT SPECIFICATION
304
SAFETY AND HEALTH REQUIREMENTS
RFP # 5671 – Exhibit 3
Page 17 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
A. General: In accordance with requirements set forth by regulatory agencies applicable
to the construction industry and manufacturer’s printed instructions and appropriate
technical bulletins and manuals, the Contractor shall provide and require use of
personnel protective lifesaving equipment for persons working on or about the project
site.
B. Head and Face Protection and Respiratory Devices: Equipment shall include
protective helmets which shall be worn by all persons while in the vicinity of the
work. In addition, workers engaged in or near the work during sandblasting shall
wear eye and face protection devices and air purifying, half mask or mouthpiece
respirators with appropriate filters. Barrier creams shall be used on any exposed areas
of skin.
C. Ventilation: When ventilation is used to control hazardous exposure, all equipment
shall be explosion-proof. Ventilation shall reduce the concentration of air
contaminant to the degree a hazard does not exist. Air circulation and exhausting of
solvent vapors shall be continued until coatings have fully cured.
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum
allowable sound levels, the Contractor shall provide and require the use of approved
ear protective devices.
E. Illumination: Adequate illumination shall be provided while work is in progress,
including explosion-proof lights and electrical equipment. Whenever required by the
Engineer, the Contractor shall provide additional illumination and necessary supports
to cover all areas to be inspected. The level of illumination for inspection purposes
shall be determined by the Engineer.
F. Temporary Ladders and Scaffolding: All temporary ladders and scaffolding shall
conform to applicable safety requirements. They shall be erected where requested by
the Engineer to facilitate inspection and be moved by the Contractor to locations
requested by the Engineer.
305
PRODUCT DELIVERY, STORAGE & HANDLING
A. All materials shall be brought to the jobsite in original, sealed containers. They shall
not be used until the Engineer has inspected contents and obtained data from
information on containers or labels. Materials exceeding storage life recommended by
the manufacturer shall be rejected.
RFP # 5671 – Exhibit 3
Page 18 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
B. All coatings and paints shall be stored in enclosed structures to protect them from
weather and excessive heat or cold. Flammable coatings or paint must be stored to
conform to City, County, State and Federal safety codes for flammable coating or
paint materials. At all times coatings and paints shall be protected from freezing.
306
ACCEPTABLE MANUFACTURERS
A. Materials specified are those that have been evaluated for the specific service.
Products of the Tnemec Company, Inc. and Sherwin-Williams are listed to establish a
standard of quality. Equivalent materials of other manufacturer’s may be submitted
on written approval of the Engineer at least 14 days prior to the bid date. As part of
proof of quality, the Engineer will require at the cost of the Contractor, certified test
reports from a nationally known, reputable and independent laboratory conducting
comparative tests as directed by the Engineer between the products specified and the
requested substitution.
B. Requests for substitution shall include manufacturer’s literature for each product
giving the name, product number, generic type, descriptive information, solids by
volume, recommended dry film thickness and certified test reports showing results to
equal the performance criteria of the products specified herein. In addition, a list of
five projects shall be submitted in which each product has been used and rendered
satisfactory service.
C. Manufacturer’s color charts shall be submitted to the engineer at least 30 days prior to
paint purchase. The painting contractor shall coordinate work so as to allow sufficient
time for paint to be delivered to the jobsite.
307
GENERAL REQUIREMENTS
A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part
1303.
B. All zinc dust pigment contained in any zinc-rich material shall meet the requirement
of ASTM D 520 Type III as regards zinc content and purity.
C. All materials for the interior wetted portion of the tank shall meet the requirements of
ANSI/NSF Standard 61 for potable water content.
D. All high gloss clear coat products shall incorporate the use of a fugitive dye to aid in
the proper application and coverage of such coats.
E.
All catalyzed polyurethane products shall meet the minimum requirements of SSPC
Paint Specifications Number 36. Level 3 Performance Level.
RFP # 5671 – Exhibit 3
Page 19 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
308
MATERIAL PREPARATION
A. Mix and thin material according to manufacturers latest printed instructions.
B. Do not use materials beyond manufacturer’s recommended shelf life.
C. Do not use mixed materials beyond manufacturer’s recommended pot life.
309
TANK EXTERIOR OVER-COATING SYSTEM
A. Surface Preparation: Pressure wash all surfaces to be coated using a solution of hot
water and TSP at a minimum of 3000 psi and a minimum flow rate of 3.0 gallons per
minute to remove all oil, grease, chalk, dust, dirt and other contaminants. For
mildewed surfaces, add chlorine bleach and allow solution to dry on the surface. Rinse
all surfaces with clean water. Clean all failed and rusting areas as per SSPC-SP2 to
SP3 Hand or Power Tool Cleaning, taking care to not burnish the surface. Feather all
edges smooth. Spot prime with approve primer applied at 2.5 to 3.5 dry mils.
B. Coating System:
309
•
1st Coat: Tnemec Series 115-Color Uni-Bond DF or Sherwin-Williams Euronavy
ES 301K, (N02MILK), applied at 2.0 to 4.0 dry mils. Thin only with
manufacturer approve thinner.
•
2nd Coat: Tnemec Series 1028-Color Enduratone or Sherwin-Williams Acrolon
Ultra, (B65-820 Series) applied at 2.0 to 3.0 dry mils. Thin only with
manufacturer approved thinner.
•
Total minimum dry film thickness of the new system shall be 4.0 mils.
TANK EXTERIOR COATING SYSTEM
C. Surface Preparation Prior to Abrasive Blast Cleaning: Remove all visible oil, dirt and
other soluble contaminants in accordance with SSPC-SP1.All new and existing weld
flux and spatter shall be removed by power tool cleaning. Sharp projections shall be
ground to a smooth contour. All welds shall be ground to a smooth contour as per
NACE Standard RP0178 and herein (no separate pay item).
D.
Surface Preparation: Commercial Blast Cleaning in accordance with SSPC-SP6/NACE
No. 3. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or
NACE Standard RP0287.
E. Coating System:
•
1st Coat: Tnemec Series 94-H2O Hydro-Zinc or Sherwin-Williams Corothane 1
GalvaPac 2K Zinc Primer applied at 2.5 to 3.5 dry mils. Thin only with
manufacturer approve thinner.
RFP # 5671 – Exhibit 3
Page 20 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
310
•
2nd Coat: Tnemec Series 73-Color Endura-Shield or Sherwin-Williams Acrolon
218 HS acrylic polyurethane applied at 4.0 to 5.0 dry mils. Thin only with
manufacturer approved thinner.
•
3rd Coat: Tnemec Series 700-Color HydroFlon or Sherwin-Williams FluoroKem
at 2.0 to 3.0 dry mils. Thin only with manufacturer approve thinner.
•
Total dry film thickness shall be minimum of 8.5 mils per SSPC-PA 2 dry film
inspection standards, with exception as noted in this specification.
TANK INTERIOR COATING SYSTEM
A. Surface Preparation Prior to Abrasive Blast Cleaning: Remove all visible oil, dirt and
other soluble contaminants in accordance with SSPC-SP1. All new and existing weld
flux and spatter shall be removed by power tool cleaning. Sharp projections shall be
ground to a smooth contour. All welds shall be ground to a smooth contour as per
NACE Standard RP0178, Designation D and herein (no separate pay item).
B. Surface Preparation: SSPC-SP10/NACE No. 2 Near-White Metal Blast Cleaning.
Anchor profile shall be 1.5 to 2.5 mils as per ASTM D 4417, Method C or NACE
Standard RP0287.
C. Coating System:
The interior paint system shall be certified by National Sanitation Foundation –
ANSI/NSF Standard 61 Drinking Water System Component for Potable Water
Coatings.
After interior surfaces have been abrasive blasted they shall be painted by spraying as
follows:
•
1st Coat: Tnemec Series 94-H2O Hydro-Zinc or Sherwin-Williams Corothane 1
GalvaPac 2K Zinc Primer applied at 2.5 to 3.5 dry mills. Thin only with
manufacturer approved thinner.
•
Stripe Coat: Tnemec Series 20-1255 Pota-Pox or Sherwin-Williams SherPlate PW
Epoxy with OAP applied at 2.5 to 3.5 dry mils. Thin only with manufacturer
approved thinner.
•
2nd Coat: Tnemec Series 22-WH07 Off-White Pota-Pox 100 or Sherwin-Williams
SherPlate PW Epoxy with OAP applied at 10.0 to 12.0 dry mils. Thin only with
manufacturer approved thinner.
•
Total dry film thickness shall be minimum of 15.0 mils per SSPC-PA 2 dry film
inspection standards, with exception as noted in this specification.
RFP # 5671 – Exhibit 3
Page 21 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
311
GENERAL
A. All surface preparation, coating and painting shall conform to applicable standards of
the Steel Structures Painting Council, NACE International and the manufacturer’s
printed instructions. Materials applied to the surface prior to the approval of the
Engineer shall be removed and reapplied to the satisfaction of the Engineer at the
expense of the contractor.
B. All work shall be performed by skilled craftsmen qualified to perform the required
work in a manner comparable with the best standards of practice. Continuity of
personnel shall be coordinated with the Engineer.
C. The contractor shall provide a supervisor at the work site during cleaning and
application operations. The supervisor shall have the authority to sign change orders,
coordinate work and make decisions pertaining to the fulfillment of the contract.
D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability
of the coating or paint must be removed by washing with clean rags dipped in an
approved cleaning solvent and wiped dry with clean rags.
E. Coating and painting system include surface preparation, prime coating and finish
coatings. Unless otherwise in writing by the Engineer, prime coating shall be field
applied.
F. The Contractor’s coating and painting equipment shall be designed for application of
materials specified and shall be maintained in first class working condition.
Compressors shall have suitable traps and filters to remove water and oils from the
air. Contractor’s equipment shall be subject to approval of the Engineer.
G. Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as
specified herein and shall receive the coating or paint system specified.
312
SURAFCE PREPARATION
A. The latest revision of the following surface preparation specifications of the Steel
Structures Painting Council (SSPC) shall form a part of this specification. The
summaries listed below are for informational purposes: consult the actual SSPC
specification for full detail.
1. Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants
by use of solvents, emulsions, cleaning compounds, steam cleaning or similar
materials and methods which involve a solvent or cleaning action.
RFP # 5671 – Exhibit 3
Page 22 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale and other
detrimental foreign matter to degree specified by hand chipping, scraping, sanding
and wire brushing.
3. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale and other
detrimental foreign matter to degree specified by power wire brushing, power impact
tools or power sanders.
4. White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white uniform
metallic color until each element of surface area is free of all visible residues.
5. Commercial Blast Cleaning (SSPC-SP6): Blast cleaning until at least two thirds of
each element of surface area is free of all visible residues.
6. Brush-off Blast Cleaning (SSFC-SP7): Blast cleaning to remove loose rust, loose
mill scale and other detrimental foreign matter to degree specified.
7. Near White Blast Cleaning (SSPC-SP10): Blast cleaning to: nearly white metal
cleanliness, until at least 95 percent of each element of surface area is free of all
visible residues.
8. Power Tool Cleaning to Bare Metal (SSPC-SP11): Differ from SSPC-SP3 in that it
requires more thorough cleaning and a surface profile not less than 1 mil.
B. Slag and weld metal accumulation and spatters shall be removed by chipping and/or
grinding, and are included as primary scope of work item in this contract. All sharp
edges shall be preened, ground or otherwise blunted as required by the Engineer. All
grinding and finishing of welds, edges, etc. shall be performed prior to solvent
cleaning and abrasive blasting. Welds shall be prepared as per NACE Standard
RP0178 for all interior and exterior surfaces:
1. Butt Welds: Shall be ground smooth and free of all defects, designation “D”.
2. Lap Welds: Shall be ground smooth and blended, designation “D”.
3. Fillet Welded Tee Joint: Shall be ground smooth and blended designation “D”.
C. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed.
Blast nozzles shall be venturi-type nozzles with a minimum pressure at the nozzle of
90 psi.
D. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.52 mil (37.5 microns - 50.0 microns) surface profile or in accordance with
recommendations of the manufacturer of the specified coating or paint system to be
applied.
RFP # 5671 – Exhibit 3
Page 23 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
E. Abrasive used in blast cleaning operations shall be new, washed, graded and free of
contaminants that would interfere with adhesion of coating or paint and shall not be
reused unless specifically approved by the Engineer.
F. During blast cleaning operations, caution shall be exercised to insure that existing
coatings or paint are not exposed to abrasion from blast cleaning.
G. The Contractor shall keep the area of his work and the surrounding environment in a
clean condition. He shall not permit blasting materials to accumulate as to constitute a
nuisance or hazard to the accomplishments of the work, the operation of the existing
facilities, or nuisance to the surrounding environment. Protect machinery and other
equipment in vicinity of sandblast work, schedule “Clean/Paint: operations to avoid
settling of dust and grit on newly painted surfaces.
H. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or
paint. No coatings or paint shall be applied over damp or moist surfaces. Dry blasted
areas must be freed of loose sand, dust, and dirt by blowing clean with clean air or by
vacuuming. Wet blasted areas must be rinsed with clean water to which an
appropriate corrosion inhibitor has been added. Remove sand and grit around and
between joints of connecting members.
I. All welds shall be neutralized with a suitable chemical compatible with the specified
coating materials.
J. Pitted areas on the tank interior shall be repaired by either filling with SikaFlex 1A or
by welding. Epoxy filler shall be feathered smooth. Filler shall be applied prior to the
application of the finish coat. No protrusions or spatter will be allowed. Pits deeper
than 1/8” shall be filled by welding. Application of the first coat shall follow
immediately after surface preparation and cleaning and before rust bloom occurs. Any
cleaned areas not receiving first coat within this period shall be re-cleaned prior to
application of first coat.
K. All seams, crevices, and pits less than 1/8” shall be sealed with SikaFlex 1A or
approved seam sealer.
313
APPLICATION, GENERAL
A. Coating and paint application shall conform to the requirements of the Steel Structure
Painting Council Paint Application Specification SSPC-PA1, latest revision, for
“Shop, Field and Maintenance Painting”.
B. Thinning shall be permitted only as recommended by the manufacturer and approved
by the Engineer and utilizing the thinners stated in Sections 309 and 310.
RFP # 5671 – Exhibit 3
Page 24 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
C. Each application of coating or paint shall be applied evenly, free of brush marks,
sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid
lapping on glass or hardware. Coatings and paints shall be free from defects or
blemishes.
D. Protective coverings or drop clothes shall be used to protect floors, fixtures and
equipment. Care shall be exercised to prevent coatings or paints from being spattered
onto surfaces which are not to be coated or painted. Report to the Engineer surfaces
from which materials cannot be satisfactorily removed.
E. When two or more coats of coating or paint are specified, where possible, the first
coat shall contain sufficient approved color additive to act as an indicator of coverage
or the two adjacent coats must be of contrasting color.
F. Film thickness per coat as specified in Sections 309 and 310 are the minimum
required. If roller application is deemed necessary, the Contractor shall apply
additional coats as to achieve the specified thickness.
G. All material shall be as specified or approved equal.
314
COATING SYSTEM APPLICATION
A. After completion of surface preparation as specified for the specific system and
approved by the Engineer, materials shall be applied as noted in Sections 309 and
310.
B. Care shall be taken so as to eliminate overspray and dry spray on the tank interior.
Where such conditions are encountered, the surface shall be cleaned of all over spray
and dry spray prior to the application of the succeeding coat.
315
DISINFECTION
A. Disinfection of interior surfaces shall be performed in the presence of the Engineer in
accordance with all the requirements of AWWA C652 “Disinfection of Water
Storage Facilities” standards and regulatory agencies.
B. Disinfection shall be performed after protective coatings have been applied to the
interior surfaces and allowed to thoroughly cure.
C. Prior to disinfecting, the complete interior shall be washed down with clean water and
thoroughly flushed out.
RFP # 5671 – Exhibit 3
Page 25 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 3 – PAINT SPECIFICATION
D. All interior surfaces shall be thoroughly washed with a solution having a minimum
chlorine content of 200 ppm. Chlorine solution accumulated on the bottom shall be
drained to waste. Rinsing with clean water is not required.
316
SOLVENT VAPOR REMOVAL
A. All solvent vapors shall be completely removed by suction-type exhaust fans and
blowers before placing the tank in operating service.
B. All solvent vapors will be exhausted both during and after coating application at a
minimum rate of one air change every four hours to allow the proper curing of the
coating material. High rates of production may require an increase in ventilation.
C. Ventilation shall be continued until such time as the coating has reached “full cure” as
specified by the coating manufacturer.
317
CLEANUP
Upon completion of the work, all staging, scaffolding and containers shall be removed
from the site or destroyed in a manner approved by the Engineer. Coating or paint spots
and oil or stains upon adjacent surfaces shall be removed and the jobsite cleaned. All
damage to surfaces resulting from the work of this section shall be cleaned, repaired, or
refinished to the satisfaction of the Engineer at no cost to the Owner.
RFP # 5671 – Exhibit 3
Page 26 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 4 – STRUCTURAL STEEL
401
SCOPE
The work of this section includes the repair and/or replacement of structural steel
members and appurtenances, etc., that are missing or corrosion damaged or upgraded to
meet code requirement.
402
WELDER
Welders shall be certified by the American Welding Society for Structural Welding.
Submit welding certification from each welder to the Engineer for approval.
403
MATERIALS
All new and replacement steel members shall be undamaged. Replacement materials shall
be of the required size and equal quality of the original construction. All materials shall
conform to AWWA D100-96 and the original tank manufacturer’s specifications. All
special items and appurtenances shall be shop fabricated.
All steel plates shall be ASTM A-36 Carbon Steel.
All rolled shapes and bars shall be ASTM A-36 Carbon Steel.
All tubular steel shapes shall be ASTM A-139 Grade B, or API Standard 5L Grade B.
Mounting brackets for all ladders (if required) shall be ASTM A-36 Carbon Steel.
404
INSPECTION
The CONTRACTOR shall visually inspect the interior of the tank to assess the extent of
structural repair that may require repair and/or replacement. Members damaged by
corrosion shall be sand blasted enough to determine the extent of damage. The
CONTRACTOR shall then give the OWNER a written assessment of the extent of
damage and the number of hours to complete the work. The OWNER shall then
determine the amount of structural repair and or replacement and inform the
CONTRACTOR accordingly.
405
REPAIR AND REPLACEMENT CRITERIA FOR STRUCTURAL STEEL
A. Rolled Shapes and Bars: Structural rolled shapes and bars shall be repaired or replaced
according to the following criteria:
1. The replacement segment must be of equal or greater cross section than that removed.
2. Replacement segment shall be lap welded.
3. Laps shall be great enough to allow the weld to develop the strength equal to that of
the repaired member.
4. Any seam between the placement segment and the original member that is not sealed
by welding shall be sealed with epoxy seam sealer.
RFP # 5671 – Exhibit 3
Page 27 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 4 – STRUCTURAL STEEL
The entire member shall be replaced, if fifteen percent (15%) of the cross sectional area is
missing and extending to a minimum of twenty-five percent (25%) of the member’s
length. The replacement member shall be equal to or greater in strength than the original.
1. The replacement member shall be of the same rolled shape.
2. The replacement shall be attached in a manner that the new member will develop the
same load carrying capacity as the original.
3. Seams not welded by welding shall be sealed with epoxy seam sealer.
B. Plates: The Contractor shall repair damaged or pitted plates in the following manner:
Pits 1/8-inch or less at its deepest point and no greater than 1/2-inch in diameter at the
bottom of the pit shall be cleaned and filled with SikaFlex 1A or approved seam sealer.
Pits which are more than 1/8-inch at its deepest point but still no greater than 1/2-inch in
diameter at the bottom of the pit shall be cleaned and weld filled.
Pits that are deeper than 1/4 of the plate thickness and/or has a bottom diameter greater
than 1/2-inch shall be patched.
Holes shall be repaired as required.
Patch or replacement plates shall be installed as required.
C. Payment: Payment for all Structural Steel Replacement and/or repair in accordance with
this section shall be on the basis of the contract unit price per crew hour of repair work.
This shall include all labor, equipment and materials for accomplishing each repair item
as specified herein. The contractor will be required to provide the Owner with a written
assessment of the extent of corrosion damage, a proposed schedule of the recommended
repair work necessary, and the number of hours to complete each repair item. No repair
work shall begin until the owner has provided the Contractor with a written authorization
of the extent of repair work approved for the project
RFP # 5671 – Exhibit 3
Page 28 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 4 – STRUCTURAL STEEL
406
PREPARATION AND INSTALLATION
All special appurtenances shall be shop fabricated. The acceptable manufacturers shall be
those who have the facilities to perform the required tasks, provide shop drawings, and
have excellent knowledge of materials and fabrication techniques.
Shop drawings must be submitted and approved by the Engineer prior to fabrication and
shipment to the jobsite.
A. Welds: Welds shall be fillet welds.
Welds shall be cleaned of all slag and spatters shall be removed.
The quality of the welding and clean up shall be to the satisfaction of the Engineer.
Any welds the Engineer so deems, shall be x-rayed at the Contractor’s expense.
All welding and repair work shall be completed before painting begins.
Any welding and repair required after painting has been done will require a complete
restoration of the repaired painted area and the cleanup of all soot, spatters, and
burned paint.
B. Epoxy Filler: SikaFlex 1A or approved equal shall be used as filler between patch
plates and to fill pits smaller than 1/8”.
C. Painting: Replacement and repair members shall be sand blasted, primed, and coated
on-site with the same material as the tank or painting specifications.
RFP # 5671 – Exhibit 3
Page 29 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
501
WORK INCLUDED
Furnish labor, materials, storage equipment, transporting equipment, and incidentals
necessary to remove, handle, and dispose of coatings containing heavy metals. All testing
shall be at the expense of the Contractor by a laboratory approved by the Owner.
502
REFERENCES
A. ASTM (American Society for Testing and Materials)
ASTM E1728 Standard Practice for Collection of Settled Dust Samples Using
Wipe Sampling Methods for Subsequent Lead Determination
B. Bureau of Reclamation (USBR)
USBR RSHS
Reclamation Safety and Health Standards, 2001.
C. Code of Federal Regulations (CFR)
40 CFR 107
40 CFR 117
40 CFR 178
40 CFR 260
40 CFR 261
40 CFR 262
40 CFR 263
40 CFR 264
40 CFR 265
40 CFR 268
40 CFR 300
40 CFR 302
49 CFR 107
49 CFR 178
RFP # 5671 – Exhibit 3
Hazardous Materials Program Procedure
Determination of Reportable Quantities for Hazardous Substances
Specifications for Packaging
Hazardous Waste Management System: General
Identification and Listing of Hazardous Waste
Standards Applicable to Generators of Hazardous Waste
Standards Applicable to Transporters of Hazardous Waste
Standards for Owners and Operators of Hazardous Waste Treatment,
Storage, Disposal Facilities
Interim Status Standards for Owners and Operators of Hazardous
Waste Treatment, Storage and Disposal Facilities
Land Disposal Restrictions
National Oil and Hazardous Substances Pollution Contingency Plan
Designation, Reportable Quantities, and Notification
Hazardous Materials Program Procedures
Specifications for Packaging
Page 30 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
D. Texas Administrative Code (TAC)
30TAC 101
30 TAC 106
30 TAC 116
30 TAC Chapter
111, Subchapter
A, Division 3
30 TAC 335
General Authorizations
Air Permits by Rule
New Source Review Permits
Abrasive Blasting of Water Storage Tanks Performed by Portable
Operations
Texas Risk Reduction Program
E. Society For Protective Coatings (SSPC)
SSPC Guide 6
Containing Debris Generated During Paint Removal Operations
F. OSHA (Occupational Safety & Health Coatings)
29 CFR 1915.35 Painting
29 CFR 1926.62 Lead
503
DEFINITIONS
A. Handling: Includes containment, collection, storage, and transportation.
B. Regulated area: Areas on project site where Action Level is exceeded for heavy
metals listed below.
C. Coatings Containing Heavy Metals: Coating containing lead, heavy metals
(cadmium, chromium, etc.), and other contaminants which may be present in
such quantities that solid waste generated from coating removal operations will
exhibit the toxicity characteristic when tested in accordance with 40 CFR 261.24
or exceed applicable Tier I Residential protective concentration levels identified
in 30 TAC 335.
RFP # 5671 – Exhibit 3
Page 31 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
504
SUBMITTLAS
A. Submit the following:
1. Contractor shall provide a job specific plan of the work procedures to be used in
the removal and containment of coatings containing heavy metals.
2. The plan shall be prepared and submitted prior to beginning the work and shall
be approved by the Owner.
3. Coordinate containment requirements indicated within this specification and
Section.
4. Plan shall include the following:
a.
b.
c.
d.
e.
f.
Detail Work Schedule
Quality control program
Worker health and safety program
Plan for testing existing coatings
Plan for testing soil samples
Methodology for coating removal methods proposed to be used on the project,
describing the materials and methods of removal
g. Methodology for collecting, containing and disposing of hazardous materials.
h. Technical data sheets for all products to be used in the removal of heavy
metals.
B. Emissions Monitoring Plan:
1. Contractor must submit plan including the following components for approval:
a. Plan for monitoring total suspended particulate (TSP) air quality for heavy
metal contamination by employee exposure personal monitors
b. Plan for monitoring site soils for heavy metal contamination.
c. Plan for monitoring site surface water contamination.
d. Plan for monitoring and reporting reportable releases in accordance with 40
CFR 117, 40 CFR 300, 40 CFR 302.
e. Plan for decontamination of contaminated areas and surfaces.
RFP # 5671 – Exhibit 3
Page 32 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
2. Plan must be signed and sealed by qualified Professional.
C. Waste Characterization, Handling, and Disposal:
1. Contractor must submit plan including the following components for approval:
a. Plan for sampling, testing, characterization of waste:
1) Include required method of detection limits
2) Describe analytical data delivery package including quality control and
quality assurance.
b. Plan for handling, storage, transporting, and disposal of project-generated
waste and cleaning of reusable items.
c. Plan for disposal of wastewater: Include name, location, and address of
proposed treatment facility and contact person at proposed treatment facility.
d. Name, address and qualifications of testing facility.
e. Name, address and qualifications of
transporter.
f. Name, address and qualifications of disposal facility
g. Written notice from owner or operator of disposal facility documenting
permits and agreement to accept waste generated under this contract.
D. Pre-construction Test Results:
1. Submit following background results to establish baseline conditions:
a. Site soil, air and surface water analysis for heavy metals.
b. Existing coating sample analysis for heavy metals.
c. Blood test of blasting/painting staff.
2. Include map indicating location of each sample. For soils analysis, include
depth of each sample.
3.
Provide appropriate quality control information to supplement analytical data.
E. Post-construction Test Results
1. Submit following post-construction content data:
a. Site soil, air and surface water analysis for heavy metals.
b. Blood test of blasting/painting staff.
2. Provide summary comparison with pre-construction test results for increased
contaminant levels.
RFP # 5671 – Exhibit 3
Page 33 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
3. Include map indicating location of each sample. For soils analysis, include
depth of each sample. Collect samples from same locations as pre-construction
test results.
4. Provide appropriate quality control information to supplement analytical data.
F. Air monitoring samples shall be submitted to the Owner within 3 days after the air
samples are taken. Notify the Owner immediately of exposure to lead or heavymetals at or in excess of the action level.
G. Certificate of disposal:
Submit certification o f hazardous materials treatment and disposal.
505
QUALIFICATIONS
A. Onsite Supervisor Qualifications: Competent person, as defined in 40
CFR 1926.62, experienced working under OSHA and EPA regulations.
B. Laboratory Qualifications: Certified analytical laboratory meeting
requirements of EPA National Lead Laboratory Accreditation Program.
C. Containment System Designer Qualifications: Registered professional
engineer licensed in the State of Texas.
D. Disposal Facility Qualifications for Hazardous Waste: RCRA permitted
facility.
E. Disposal Facility Qualifications for Non-Hazardous Waste: TCEQ permitted
facility.
F. Contractor shall have a minimum of five (5) years experience in the lead
control, removal and abatement industry. Submit a list of recent projects
and names of references for projects with including abatement of lead
coatings. All onsite supervision personnel involved in the removal of lead
based paint shall have at least three (3) years experience with the abatement
of lead coatings. All other personnel shall have at least (6) months
experience with the abatement of lead coatings. Provide documentation for
all personnel involved on the project that may be exposed to lead based
coatings or debris.
RFP # 5671 – Exhibit 3
Page 34 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
506
REGULATORY REQUIREMENTS
Solid waste debris is subject to State and local requirements. The most stringent
regulation shall apply.
507
SAFETY AND HEALTH REGULATIONS
Contractor is responsible for complying with all applicable safety and health
regulations.
508
PROJECT CONDITIONS
A. Hazardous Materials Abatement: Tests have indicated that existing coating
systems on the tank(s) contain lead and may contain cadmium or chromium at
levels that require abatement.
Contractor shall assume existing coating systems to be removed require
abatement for heavy metals unless based on the analytical testing conducted by
the Contractor indicates otherwise.
B. Preparation, cleaning, removal and disposal of any exterior coatings shall be
performed in accordance with all local, state and federal regulations relative to the
removal and disposal of coatings. This includes but is not limited to OSHA, the
TCEQ, and the Texas Department of State Health Services. Any costs or effort
required removing and disposing of existing coatings in accordance with local, state
and national regulations shall be included within the contractor's price proposal.
C. Contractor shall submit a coating removal containment and abatement plan or
notification that the project does not require abatement to the Engineer as Record
Data. No work shall be performed on the tank(s) until the lead
abatement/containment plan(s) or notification has been submitted to the Engineer.
D. The Engineer, Owner, and/or their Representatives assume no responsibility for the
effectiveness or ineffectiveness of the Contractor's abatement/containment plan,
work in general, or restitutions that may result from damage caused by lead
contamination, the improper disposal of contaminated material, or improper
procedures used by the Contractor or anyone working in his behalf.
Approval of an abatement plan by the Engineer shall not relieve the Contractor of
his liability and responsibility for the complete cleaning, repair, replacement or
other restitutions as a result of lead contamination or other misapplication or
improper procedures by the Contractor, or any persons working for his behalf
directly or indirectly.
RFP # 5671 – Exhibit 3
Page 35 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
E. Contractor is responsible for testing the existing coatings for lead, cadmium and
chromium content prior to beginning work. Contractor shall submit the results of
the tests to the Owner as Record Data.
F. The Contractor will be considered the co-generator of any hazardous waste, in
accordance with 40 CFR 260.10.
509
CONTRACTOR'S RESPONSIBILITIES
A. Obtain EPA Identification number, in accordance with 40 CFR 262.12
before treating, storing, or transporting hazardous waste.
B. Prepare manifest, in accordance with 40 CFR 262 Subpart B, before
transporting hazardous waste for offsite treatment, storage, or disposal.
C. Before transporting hazardous waste, obtain written notice from owner or
operator of hazardous waste facility, including documentation that facility
has required permits and that facility will accept waste to be shipped under
this contract, in accordance with 40 CFR264.12.
D. Obtain certificate of disposal from disposal facility when hazardous waste
has been treated.
E. Obtain required transportation permits.
600
PRODUCTS
601
CONTAINMENT SYSTEM
A. Contractor shall coordinate containment system requirements in this Section.
B. Provide a minimum SSPC Guide 6 Class lA containment system when dry
abrasive blasting at the tank site.
602
WARNING SIGNS AND LABELS
Warning signs and labels shall comply with OSHA 29 CFR 1926.62.
RFP # 5671 – Exhibit 3
Page 36 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
603
STABILIZATION ADDITIVES
A. Stabilization additives may be used to stabilize existing coatings
containing heavy metals prior to removal.
B. Approved manufacturers:
1. Pretox
2. Blastox
3. or Equal
700
EXECUTION
701
PROTECTION
A. Notification
1. Notify the Owner in writing 30 days prior to the start of any heavy-metal
based coating removal.
2. The Contractor is responsible for notifying all required government
agencies within their required time frame. Provide Owner with record of
notifications.
B. Protection of Existing Work and Adjacent Areas
1. Perform coating removal work without damaging or contaminating adjacent
areas.
2. Where existing areas are damaged or contaminated, restore to its
original condition or better.
C. Boundary Requirements
1. Provide physical boundaries around the heavy-metal control area by roping off
area to limit entry of unauthorized personal.
2. Physical boundary area shall be sufficient to ensure unprotected personnel are
not exposed to action level amounts of heavy-metals.
3. Provide warning signs at approaches to heavy-metal control areas and at each
control area. Locate signs at such distances that personnel and/or the public
may read the sign before entering the control area and are able to take the
necessary protective action.
RFP # 5671 – Exhibit 3
Page 37 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
4. No one will be permitted in the lead control area unless they have been
provided the appropriate training and protective equipment.
5. Protect surrounding surfaces, ground cover and plant life within the lead control
area marked by the physical boundary from contamination.
D. Personnel Protection
1. Personnel shall wear and use protective clothing and equipment as required by
the Contractor’s health and safety plan and as specified herein.
2. Provide eye protection for personnel engaged in heavy-metal based coating
removal.
3. Eating, smoking, or drinking is not permitted in the lead control area.
4. Sanitary conditions shall be maintained at all times by the Contractor.
5. No one will be permitted in the lead control area unless they have been given
appropriate training and protective equipment.
6. Personnel engaged in the removal of lead-based coatings, the general public or
other personnel working at the site shall not be exposed to airborne
concentrations of lead­ based coatings in excess of 30 micrograms per cubic
meter.
7. Change Rooms and Showers
a. Provide clean change rooms within the physical boundary around the
designated lead control area.
b. Upon completion of the initial employee exposure assessment, adjust
requirements in accordance with OSHA 29 CPR 1926.62.
702
COATING REMOVAL METHODS
The following methods are approved for removing heavy-metal based coatings:
A. Vacuum Blasting
B. Shrouded Hydroblasting
C. Shrouded Wet Abrasive Blasting
D. Shrouded Dry Blasting
G. Alternate Methods: Alternate removal methods shall have prior written approval
by the TCEQ Air Program prior to submittal to the Owner for consideration.
RFP # 5671 – Exhibit 3
Page 38 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
703
COATING REMOVAL PROCEDURES
A. Contractor shall test coatings on exterior of the tank to be removed or disturbed
during the project prior to the start of work. Locations of the existing coating
samples shall be determined by the Owner's representative.
B. Perform heavy-metal and lead based coating removal in accordance with OSHA
29 CPR1926.62 and as specified herein.
C. Removal of hazardous paint from the control area shall be the responsibility of the
Contractor.
D. Heavy-metal based coating debris shall be captured and stored for disposal on a
daily basis in accordance with applicable regulations.
E. Personnel Exiting Procedures:
Whenever personnel exit the lead or heavy-metal controlled area, they shall
perform the following procedures and shall not leave the work area wearing
any clothing or equipment worn during coating removal:
1. Personnel shall be vacuumed off.
2. Protective clothing shall be removed and placed in approved waste
containers.
3. Wash hands and shower as required.
4. Change into clean clothes prior to leaving the physical boundary designed
around the contaminated job site.
704
CONTAINMENT SYSTEM
A. Contractor shall coordinate containment system requirements according to this
specifications. Design and construct containment system to control emissions to
the environment in conformance with Federal, State, and local regulations and
the following criteria:
1.
2.
3.
4.
Do not exceed ambient air quality standards.
Prevent contamination of any reservoir, watercourse, or water system.
Prevent contamination of sediment in any reservoir or watercourse.
Prevent contamination of soil.
RFP # 5671 – Exhibit 3
Page 39 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
B. Perform the following activities within containment system:
1.
2.
3.
4.
Coating removal.
Surface preparation.
Waste and debris containerization.
Activities which may spread contamination outside contained area.
C. Provide signs and barriers at each point of entry to containment area to prevent
unauthorized personnel access.
D. No visible paint chips shall escape the lead control area.
705
WASTE CHARACTERIZATION, HANDLING, AND DISPOSAL
A. Waste disposal shall be the responsibility of the Contractor. The Contractor
shall collect, store and remove heavy-metal contaminated waste, heavy-metal
containing paint and heavy­ metal containing soils as follows:
1. Collect contaminated waste, scrap, debris, bags, containers, equipment and
clothing.
2. Store heavy-metal based coatings, lead contaminated clothing and
equipment, dust and debris in Department of Transportation approved
container systems. Label each container to identify the waste and the
date wastes were first put into the containers.
3. Disposal must be at a site approved by the Environmental Protection
Agency and the TCEQ to accept lead and heavy-metal based paint and
soil waste. Notify the Owner at least 14 days prior to removal of the
containers to inspect the containers and the hazardous waste manifest. As
necessary, make multiple deliveries of lead and heavy­ metal based
coatings and soils to ensure containers do not remain on the job site
longer than 90 calendar days from the initial loading date affixed to the
container.
4. Handle, store, transport and dispose of hazardous waste materials in
accordance with 40CFR 260, 40 CFR 261, 40 CFR 262, 40 CFR 263, 40
CFR 264, 40 CFR 265, 49 CFR 107, and applicable regulations
contained in 49 CFR Chapter I. Comply with land disposal restriction
notification requirements as required by 40 CFR 268.
RFP # 5671 – Exhibit 3
Page 40 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
B. Characterize solid waste debris generated from removal operations, in
accordance with 40 CFR 261, TCLP Method 1311. Presume waste is hazardous
until characterized.
C. Comply with approved written Waste Characterization, Handling, and Disposal
Plan.
D. RCRA-defined Hazardous Waste:
1. Comply with 40 CFR 262 and 40 CFR 268.
2. Do not co-mix different types of hazardous and non-hazardous waste
materials.
3. Store coating debris in EPA approved weatherproof, watertight steel
containers.
4. Seal, label, and store in accordance with 49 CFR 178.
5. Dispose of waste at EPA permitted RCRA Subtitle C disposal facility.
6. Non-hazardous Waste:
a. Store in closed containers separate from hazardous waste storage areas.
b. Dispose waste in accordance with local, county, state, and federal
regulations.
E. Wastewater from Coating Removal Operations:
1. Filter water contaminated with lead-containing coating debris.
2. Dispose of wastewater in accordance with Federal, State, and local
regulations.
F. Documentation
Submit documentation that heavy-metal based coatings, contaminated soils and
contaminated wastewater treatment, storage or disposal (TSD) is approved for
lead and heavy-metal disposal by the EPA, state and local regulatory agencies.
Submit one copy of the completed manifest, signed and dated by the initial
transporter in accordance with 40 CFR 262.
706
AIR QUALITY/EMISSIONS MONITORING
A. Air monitoring, testing, and reporting shall be performed by a CIH (Certified
Industrial Hygienist) or an Industrial Hygiene (IH) Technician.
B. The CIH or the IH Technician shall be on the job site to perform the monitoring.
RFP # 5671 – Exhibit 3
Page 41 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
C. Obtain personnel air monitoring samples from employees who are anticipated to
have the greatest risk of exposure as determined by the CIH or IH technician. In
addition, obtain a minimum of two air monitoring samples outside of the lead
control area on a daily basis.
If an employee exposure level exceeds 30 micrograms per cubic meter of air, lead
abatement work shall be stopped. The Contractor shall take immediate corrective
action to reduce exposure levels below 30 micrograms per cubic meter of air.
Notify the Owner immediately if exposure is at or exceeds the action level
D. Monitoring Physical Boundary
1. Prior to heavy-metal abatement operations, obtain background levels for
air, water and soil, as specified herein.
2. Perform personnel and area monitoring during the entire paint removal
operation.
3. If inside or outside heavy-metal levels meet or exceed the action levels,
abatement work shall be stopped and the Contractor shall take immediate
action to reduce exposure levels to be below the action level.
4. At a minimum, conduct area monitoring on each shift in which heavymetals coating removal operations are being performed in areas
immediately adjacent to the control area.
5. For outdoor operations, at least one sample on each shift shall be taken on
the downwind side of the control area. If adjacent areas should become
inadvertently contaminated, clean and visually inspect the contaminated
areas.
E. Sampling protocol shall be in accordance with EPA, NIOSH, or OSHA sampling
criteria.
F. Perform employee exposure monitoring using personal exposure monitors to
determine exposure to lead and other heavy metals in accordance with NIOSH or
OSHA analytical sampling methods.
G. Not to exceed emissions limit standards in 29 CFR 1910.1025, 29 CFR
1926.1118, 29 CFR 1926.1127,29 CFR 1926.55, and 29 CFR 1926.62.
H. At the same time that employee exposure monitoring is done, monitor airborne
contaminants at boundary of regulated area.
RFP # 5671 – Exhibit 3
Page 42 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
I. If emissions exceed specified maximum allowable concentrations, stop work until
the containment system is corrected to meet required standards.
J. Upon completion of work and prior to removal of heavy-metal control area, the
Contractor shall notify the Owner of final heavy-metal inspection. As a
minimum, the final inspection shall include air samples for verification of
contamination which may have occurred during the course of the project.
A.
SOIL ANALYSIS FOR HEAVY METALS
A. A minimum of eight soil samples shall be taken and tested prior to beginning
work to determine background lead, chromium and cadmium levels. After
substantial completion of the project and prior to final acceptance eight additional
samples shall be taken and tested. Locations of the soil samples shall be
determined by the Owner's representative.
B. Before beginning work, take soil samples around and beneath (as applicable) the
structure and downwind of the structure at a distance equal to the height of the
structure. Sampling shall be completed as specified in the Regulatory
Requirements and as specified herein.
C. After completion of removal work, take soil samples at same locations as
previous samples. Sampling shall be completed as specified in the Regulatory
Requirements and as specified herein.
D. Compare with pre-construction test results for increased contaminant levels.
E. Contractor is responsible for any soil contamination resulting from the removal,
storage, handling and disposal of hazardous materials from the site. As a
requirement for final acceptance the Contractor shall provide written certification
that no soil contamination has occurred as a result of the Contractor’s operations.
In the event of such contamination the Contractor shall submit to the Owner a
plan for site remediation in accordance with all Federal, State and Local
regulations to be enacted immediately upon approval by the Owner at the
Contractor’s expense.
RFP # 5671 – Exhibit 3
Page 43 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
708
SURFACE WATER SAMPLE ANALYSIS FOR HEAVY METALS
A. Before beginning work, take water samples from any surface water features on
the property. Test samples to determine heavy metal content in accordance
with certified laboratory's approved procedures.
B. After completion of removal work, take water samples at same locations as
previous samples. Test samples to determine heavy metal content in
accordance with certified laboratory's approved procedures.
C. Compare with pre-construction test results for increased contaminant levels.
D. Contractor is responsible for any water contamination resulting from the removal,
storage, handling and disposal of hazardous materials from the site. As a
requirement for final acceptance the Contractor shall provide written certification
that no water contamination has occurred as a result of the Contractor’s operations.
In the event of such contamination the Contractor shall submit to the Owner a plan
for site remediation in accordance with all Federal, State and Local regulations to
be enacted immediately upon approval by the Owner at the Contractor’s expense.
709
REPORTABLE RELEASES
Notify applicable agencies and Contracting Officer of any reportable releases
of contaminants into the environment.
710
CLEARANCE TESTING
A.
Test for lead-containing paint residue in accordance with 40 CFR 261 for
hazardous waste.
B.
Non-porous surfaces:
1. Wipe samples: Take wipe samples to collect surface dust at five (5)
locations indicated in accordance with approved Emissions Monitoring
Plan. Follow ASTM E 1728 wipe sample collection and analysis criteria.
2. Analyze samples for total lead and other heavy metal content.
3. Acceptance criteria: Not to exceed 500 micrograms per square foot.
RFP # 5671 – Exhibit 3
Page 44 of 45
RFP # 5671
Scope of Work & Technical Specifications
Supply of Service
EXHIBIT 3
PART 5 – REMOVING, HANDLING AND DISPOSING OF COATINGS CONTAINING
HEAVY METALS
C.
Porous surfaces, visual methods:
1. Visible coating chips and dust.
2. Visible abrasives.
711
DECONTAMINATION OF CONTAMINATED AREAS
Decontaminate areas and surfaces contaminated with lead and other heavy metals
in accordance with approved Emissions Monitoring Plan and Waste
Characterization, Handling, and Disposal Plan.
712
CLEANUP AND DISPOSAL
A. Maintain surfaces in the heavy-metal control area free of accumulations of
paint chips and dust. Restrict the spread of dust and debris and keep waste
from being distributes over the project site.
B. Do not dry sweep or use compressed air to clean up the area.
C. Perform housekeeping at the end of each shift and when the paint removal
operation has been completed by cleaning the heavy-metal control area of
visible paint chips using a HEPA­ filtered vacuum.
RFP # 5671 – Exhibit 3
Page 45 of 45
Download