PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS. 300K Tank Rehab RFP #

Size: px
Start display at page:

Download "PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS. 300K Tank Rehab RFP # 2014-05"

Transcription

1 PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS 300K Tank Rehab RFP # PROPOSAL OPENING DATE February 5, :00 PM Publish Date: January 10, 2014 January 17, 2014 Payson Roundup AFFIDAVIT OF PUBLICATION

2 Table of Contents REQUEST FOR PROPOSALS... 3 NOTICE TO OFFERORS... 4 GENERAL CONDITIONS... 5 INSTRUCTIONS TO OFFERORS Description of the Project... 6 Scope of Service... 6 Qualifications of Offerors... 7 Directions for Submission... 7 Bribery and Kickbacks... 7 Conflict of Interest... 7 Proprietary Information... 7 Contacts... 8 Cost Proposal... 8 Pricing... 8 Contract Term... 8 Payments... 8 Period that Proposals Shall Remain Valid... 8 Criteria for Award... 9 Insurance Requirements... 9 Request for Taxpayer Identification and Certification... 9 EXHIBIT A COATING SPECIFICATIONS EXHIBIT B - COST PROPOSAL / BID SCHEDULE

3 Pine-Strawberry Water Improvement District P.O. Box 134 Pine, AZ REQUEST FOR PROPOSALS 300K Tank Rehab RFP No PROPOSAL OPENING DATE February 5, 2014 at 3:00 PM If you have any questions regarding this RFP contact: Brad Cole Telephone No.: (928) IMPORTANT PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE WITH THE RFP NUMBER ( FY ) AND OPENING DATE ( February 5, ) CLEARLY INDICATED ON THE BOTTOM LEFT HAND SIDE OF THE FRONT OF THE ENVELOPE. THE OUTSIDE OF THE ENVELOPE MUST BE CLEARLY MARKED WITH THE VENDOR S NAME. FAXED PROPOSALS WILL NOT BE ACCEPTED. Sealed proposals will be received until the above specified date and local time, then opened at the PSWID office. The opening of proposals shall be conducted in public. All bidders are invited to attend the public opening of bids. The undersigned declares that the amount and nature of the goods or services to be furnished is understood and that the nature of this proposal is in strict accordance with the conditions set forth and is a part of this proposal, and that the undersigned Offeror has read and understands the scope and conditions of the proposal. The undersigned in submitting this proposal represent that Offeror is an equal opportunity employer, and will not discriminate with regard to race, age, religion, color, national origin, ancestry, sex, or physical or mental handicap as specified in Sec A.R.S. in the performance of this contract. The undersigned hereby proposes to provide goods or services for the amount and upon the conditions stated in this proposal after notice of award. This proposal is subject to the proposal requirements and the Scope of Service. OFFEROR MUST COMPLETE THE FOLLOWING COMPANY NAME/MAILING ADDRESS/CITY/STATE/ZIP CODE CONTACT PERSON TELEPHONE NUMBER To be a valid offer, Offeror must Sign Here Title If applicable, OFFEROR ACKNOWLEDGES RECEIPT OF THE FOLLOWING AMENDMENT(S): Amendment No. Dated Amendment No. Dated Amendment No. Dated Amendment No. Dated 3

4 NOTICE TO OFFERORS REQUEST FOR PROPOSALS The Pine-Strawberry Water Improvement District (PSWID) is accepting competitive sealed proposals to perform maintenance/rehabilitation on its 300K Tank specified in the SCOPE OF SERVICES. Proposals must be submitted to arrive at the office of the Pine-Strawberry Water Improvement District (in person or via shipping company, i.e. FedEx, UPS, etc.) located at 6306 West Hardscrabble Road, Pine, AZ by 3:00 PM on February 5, If submitting by US Mail, you must use the following address: P.O. Box 134, Pine, AZ Interested parties may obtain a copy of the RFP or further details of the RFP by contacting Brad Cole at (928) or by visiting the District website at Any proposal received after stated closing time will be returned unopened. Until the final award by the PSWID, the District reserves the right to reject any and all proposals, to waive technicalities, to readvertise, or to otherwise proceed when the best interests of the District are concerned. Pre-Register for Addendums Send an to the District Manager at distman@pswid.org to register your interest in this project. If you don t register your interest in this recruitment we will not have a record of your interest and you will not be sent any addendums to this RFQ. 4

5 GENERAL CONDITIONS Pursuant to Sections through A.R.S., the Pine-Strawberry Water Improvement District ( District ) is requesting proposals from vendors to perform maintenance and rehabilitation work on its 300K Tank. Proposals must include but are not limited to the requirements set forth in the Scope of Services and Appendices. Proposals deposited with the District may be withdrawn or modified prior to the time set for opening of proposals by delivering written or telegraphic notice to the District. Offerors submitting proposals may be afforded an opportunity for discussion and revision of proposals. Revisions may be permitted after submission of proposals and prior to award for the purpose of negotiating a contract with Offeror. The opening of proposals shall be conducted in public at the date, time, and place specified herein. Discussions may be conducted with responsible offerors who submit acceptable or responsive or potentially acceptable or potentially responsive proposals. The purpose of such discussions will be to clarify technical or other aspects of the proposals. If, as a result of such discussions, it appears that there is a need for any substantial clarification or change in the request for proposals, the request for proposals will be amended to incorporate such clarification or change. The District may also, at its sole discretion, enter into negotiations with offerors to facilitate arriving at a contract that will be most advantageous to the District, taking into consideration the evaluation factors set forth in this RFP. However, a proposal may, at the sole discretion of the District, be accepted without any discussions or negotiations. Following contract negotiations, the award is expected to be made to the responsible Offeror or Offerors whose proposal is most advantageous to the Pine-Strawberry Water Improvement District, taking into consideration the evaluation factors set forth in the request for proposals. The District Manager will open and evaluate all proposals, determine the need for and conduct any negotiations, and make a final recommendation to the District Board or District Chairman for award of the contract. The District reserves the right to cancel this RFP, to reject any or all proposals in whole or in part, and to waive any irregularities at its option when in the best interests of the District. The Proposal total cost shall include all applicable taxes including applicable state gross receipts tax or applicable local option tax. The District will pay for any taxes due on the contract and will pay any increase in applicable taxes which become effective after the date the contract is entered into in addition to the Proposal total based upon separate billings which the successful Offeror shall submit with each request for payment. Taxes shall be shown as a separate amount on such billing or request for payment and shall separately identify each tax being billed. To assist the District with budget preparation, the Offeror shall complete the Offeror s Estimate of Taxes and shall identify by name each tax Offeror believes to be applicable to this contract and shall estimate the amount of each tax that will be charged on the entire contract. 5

6 INSTRUCTIONS TO OFFERORS 1. Description of the Project a. The Pine-Strawberry Water Improvement District (District) is requesting proposals from qualified vendors (Offerors) for the Scope of Service described below 2. Scope of Service a. Offeror shall provide a proposal to perform maintenance and rehabilitation work on its 300K Tank. All work shall conform to EPA, OSHA, ADEQ, ANSI/NSF, and AWWA standards. All work shall also conform to the specifications listed in Exhibit A. b. This work shall be performed during the winter months only (on or after February 19, 2014) due to the inability to take this tank offline during summer peak demands. c. The 300K Tank is: 1. An above ground welded steel tank. 2. Tank dimensions: a) Height: 24 feet b) Diameter: 48 feet 3. Existing Coatings: it is believed to contain no lead. d. Maintenance work required: 1. Exterior coating: See Exhibit A for specifications. Recoat the exterior of the tank. 2. Interior coating: See Exhibit A for specifications. Recoat the interior of the tank. Note: We are requesting bids on two different interior coating alternatives. Bidder must submit pricing for both alternatives for their proposal to be considered complete. 3. Appropriate Coatings: All interior/exterior coatings must be able to withstand freezing temperatures in the winter and very warm weather in the summer. Coatings must meet the specifications detailed in Exhibit A. 4. Abrasive Blasting: Abrasive blasting shall conform to all local, state and federal regulations including the National Ambient Air Quality Standard and the Clean Air Act. The contractor shall pay special attention to neighboring structures. Removal of ALL sandblasting material is the responsibility of the contractor. 5. Waste Disposal: At the conclusion of the abrasive blasting, the blasting debris must be tested to determine whether or not it is hazardous. A specified number of random samples must be taken and tested in accordance with the USEPA s Toxicity Characteristics Leaching Procedure (TCLP) test. 6. Overflow: Install an air gap on the overflow piping. Install a screen and flap gate on the end of the pipe connected to the tank. Install a funnel flume on the end that extends to the ground. 7. Exterior Ladder: Offeror shall bring the exterior ladder into OSHA compliance. Offer shall install a locking door (ladder lockout) at the bottom of the safety cage on the ladder to deter unauthorized entry. The door shall be hinged to allow easy movement so as to not impede climber access to the ladder. The locking hasp shall be sized to fit a standard PSWID lock. 8. Water Level Indicator: The exterior mounted gauge or target board, float and water level indicator exist and are in working condition. There are no level 6

7 3. Qualifications of Offerors markings on the target board. Offeror shall install a commercially available weather resistant water level indicator on the existing gauge or target board. 9. Rooftop Handrail: Offeror shall install an OSHA compliant safety handrail that extends a minimum of 8 feet in either direction from the center of the ladder. 10. Roof Hatch: Offeror shall install a seal on the roof hatch. 11. Interior Roof Trusses/Center Dollar Plate: 16 of the existing 24 interior roof trusses are no longer attached to the center dollar plate. There is a sag in the roof. Those trusses and center dollar plate shall be repaired to their original integrity and ensure the roof is appropriately supported. 12. Corrosion Repair Offeror shall repair/fix any corrosion found on the tank interior and exterior surfaces. 13. Disinfection/Refilling Tank: Offeror shall be responsible for disinfecting and filling of the tank in compliance with AWWA C Year Inspection: Offeror shall return to the site 1 year from the completion date and re-inspect the tank. Special attention shall be given to the coatings and structural repairs. a. Offeror shall have the capability to provide resources and equipment specified in the scope of services. b. Offeror shall have the capability to mobilize and begin the tank maintenance work after February 19, c. Offeror shall have the capability to return 1 year after the completion date and provide a follow-up inspection of the work. 4. Directions for Submission a. Offeror shall submit one (1) copy of their proposal in a sealed envelope plainly marked. b. Offeror shall submit their proposal at the time and place designated on the cover sheet and page 1 of this proposal packet. 5. Bribery and Kickbacks a. The Arizona Procurement Code, Section through A.R.S., imposes civil and misdemeanor criminal penalties for its violation. In addition, the Arizona Criminal statutes impose felony penalties for bribes, gratuities and kickbacks. 6. Conflict of Interest a. Offeror warrants that it presently has no interest and will not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of service under this contract. 7. Proprietary Information a. Proposals submitted are subject to provisions of State law relating to inspection of public records b. Offerors shall clearly include notification to the District in their proposal if any portion of their proposal is claimed to be confidential proprietary information. Any information for which confidentiality is claimed shall be included with the proposal, but must be readily separable from the remainder of the proposal in order to facilitate eventual public inspection of the non-confidential portion of the proposal. Confidential data is normally restricted to confidential financial information concerning the Offeror s organization and 7

8 8. Contacts data that qualifies as a trade secret in accordance with the Uniform Trade Secrets Act, Sections to A.R.S.. The proposal file as submitted will be available for public inspection upon an award of the contract by the District, with the exception of any portion properly claimed as confidential proprietary information by the Offeror. a. Questions and/or suggestions concerning this RFP shall be directed to: 9. Cost Proposal 10. Pricing Brad Cole, District Manager Pine-Strawberry Water Improvement District Telephone: (928) distman@pswid.org a. The Pricing Schedule (reference Exhibit B) used in summarizing the cost proposal, with adequate back-up detail to verify the proposed fixed fee, shall include the following information: 1. The itemized cost for individual tasks in Exhibit B 2. Manufacturer s literature (cut-sheets) describing products to be used (see Exhibit A for specifications) a. The subsequent contract is considered a FIRM FIXED-PRICE CONTRACT. The fee proposed shall remain firm and shall include all charges that may be incurred in fulfilling the terms of the contract. 11. Contract Term 12. Payments a. This contract is intended as procurement of goods or services and shall be effective as of award of Contract by the District. NO COMMITMENT OF PUBLIC FUNDS WILL BE MADE PRIOR TO CONTRACT APPROVAL. a. For payment due for goods, the Offeror shall submit an invoice to the District equal to the contract amount following the delivery of the goods or services specified in this contract. b. The invoice shall be addressed as follows: Brad Cole, District Manager Pine-Strawberry Water Improvement District P.O. Box 134 Pine, AZ c. Payments shall be paid to Offeror within 30 days contingent upon the following: 1. From date of receipt by the District of properly documented invoices for payment as determined by the budgetary and fiscal guidelines of the District. 2. On the condition that the Offeror has accomplished the delivery of goods to the satisfaction of the District any taxes (specifically including the Arizona Department of Revenue if applicable), licenses, or other governmental fees and charges are the responsibility of the Offeror. 13. Period that Proposals Shall Remain Valid a. All proposals shall remain valid for a period of ninety (90) calendar days after date specified for receipt of proposals. 8

9 14. Criteria for Award 15. Insurance a. The District will receive proposals from firms having specific experience, resources and qualifications for the delivery of goods or services in the proposed Scope of Service. b. Other information required by the District to be submitted in response to this RFP is included elsewhere in this solicitation. c. A selection committee will review and evaluate all replies and detailed proposals unless otherwise indicated in this solicitation. d. Proposals may be evaluated based on the quality of the products or services being offered, pricing, and the Offeror s ability to provide delivery of the product within the time period specified elsewhere in this solicitation. The Offeror shall purchase and maintain, during the contract time, insurance as listed in the contract. The Offeror will be required to provide evidence of such insurance prior to issuance of the Notice to Proceed in a form acceptable to the District. a. The certificate of insurance shall name as additional insured the District. b. As required by law, the certificate of insurance shall be provided by an insurance carrier(s) authorized to do business in the State of Arizona., or countersigned by an agent of the carrier to do business in the State of Arizona. c. The Offeror will be required to purchase and maintain Worker s Compensation insurance, including occupational disease provisions, for all employees at the site of the Program. d. In case any work is sublet, the Offeror shall require such Subcontractor similarly to provide Worker s Compensation Insurance, include occupational disease provisions, for all the latter s employees unless such employees are covered by the protection afforded by the Offeror. e. Insurance requirements are: 1. Workers Compensation... statutory 2. Protective Bodily Injury... $1,000,000 each occurrence and annual aggregate of $2,000, Protective Personal Property... $1,000,000 each occurrence and annual aggregate of $2,000, Automobile Bodily Injury and Property Damage... $1,000,000 each occurrence and annual aggregate of $2,000,000 f. Insurance must be held for the duration of the project. 16. Request for Taxpayer Identification Number and Certification Offeror must submit a Federal W-9 Form to the District prior to issuance of the Notice to Proceed. 9

10 Exhibit A Coating Specifications Alternative A 100% solids Epoxy Coating System with OAP PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1.02 REFERENCES 1. Work described in this guideline consists of surface preparation, optional shop priming, field priming or touch-up, field painting and inspection necessary to complete work and establish the one (1) year warranty. 2. Use coating systems specified in this section to finish all water tank surfaces, unless otherwise indicated and approved. Work performed under this section on new water tanks or existing water tanks may include, but is not limited to: a. Exterior steel b. Interior steel c. Appurtenances 3. The warranty described in this guideline does not cover inaccessible areas as described in ANSI/AWWA D Section 3: Definitions, paragraph 4. These standards may be identified here and referenced in other parts of this section by their acronym and alpha/numeric designation only. This Section does not require compliance with these standards, but is merely a listing of those that may be referenced. A. Publications listed are part of this specification to extent referenced. 1. SSPC The Society for Protective Coatings th Street, 6 th Floor Pittsburgh, PA (412) a. SSPC-SP1: Specification for Solvent Cleaning b. SSPC-SP2: Specification for Hand Tool Cleaning c. SSPC-SP3: Specification for Power Tool Cleaning d. SSPC-SP11: Specification for Power Tool Cleaning to Bare Metal e. SSPC-SP15: Specification for Commercial Power Tool Cleaning f. SSPC-PA1: Shop, Field, and Maintenance Painting of Steel g. SSPC-PA2: Measurement of Dry Coating Thickness with Magnetic Gages h. SSPC-Guide 12: Illumination of Industrial Painting Projects I. SSPC-TU11: Inspection of Fluorescent Coating Systems J. SSPC-QP 5: Certification for Coating and Lining Inspection Companies K. SSPC-VIS 2: Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces 10

11 2. NACE International P.O. Box Houston, TX (281) a. SSPC SP 5 / NACE No. 1: White Metal Blast Cleaning b. SSPC SP10 / NACE No. 2: Near White Metal Blast Cleaning c. SSPC SP 6 / NACE No. 3: Commercial Blast Cleaning d. NACE SP0188: Discontinuity Holiday Testing of Protective Coatings 3. ASTM International 100 Barr Harbor Drive West Conshohocken, PA (610) a. ASTM E-337: Test Method for Measuring Humidity with a Psychrometer b. ASTM D 4414: Standard Practice for Measurement of Wet Film Thickness by Notch Gages c. ASTM D 5162: Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates d. ASTM D3359: Standard Test Methods for Measuring Adhesion by Tape Test e. ASTM D4541: Test Method for Pull Off Strength of Coatings Using Portable Adhesion-Testers (Using the same Method as reported by Sherwin-Williams) f. ASTM D1005: Standard Test Method for Measurement of Dry- Film Thickness of Organic Coatings Using Micrometers g. ASTM D 4214, Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films, Method D. h. ASTM D4417: Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel, Method C. i. ASTM E2501 Light Source Products for Inspection of Fluorescent Coatings 4. AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO a. ANSI/AWWA D-102: Coating Steel Water Storage Tanks 5. NSF International a. ANSI / NSF 61: Drinking Water System Components Health Effects 1.03 DEFINITIONS 11

12 A. The term PAINT shall include zinc primers, acrylic, polyurethane, fluoropolymer and epoxy type coatings and application of these materials. B. DRY FILM THICKNESS (DFT): Thickness, measured in mils (1/1000 inch), of a coat of paint in cured state SUBMITTALS A. Product Data: 1. Submit manufacturer's literature describing products to be provided, giving manufacturer's name, product name, and product line number for each material. 2. Submit technical data sheets for each coating, listing descriptive data, drying/curing times, mixing, thinning, and application requirements. 3. Submit color charts showing manufacturer s full range of standard water tank colors. B. Quality Assurance Submittals: 1. Certificates: a. Provide manufacturer's written certification that products to be used comply with specified requirements and are suitable for intended application. b. Painting Contactor shall submit a list of not less than 5 most recent water tank projects. Projects shall be similar in scope and complexity to this project. Information shall include: i) Project name and address ii) iii) iv) Name of owner Name of contractor Name of engineer v) Date of completion 2. Manufacturer's Instructions: a. Submit manufacturers complete installation procedures. 3. Manufacturer s Warranty 1.05 QUALITY ASSURANCE A. Qualifications: a. Submit a sample of the manufacturer s one-year written warranty. This warranty shall be reviewed by the Owner and Owner s Representative and accepted prior to award of the contract. Written approval of the warranty shall be furnished to the applicator and coatings manufacturer prior to starting the project. 1. Applicator shall be trained in application of the products and demonstrate a minimum of 5 years successful experience in similar applications. a. Maintain, throughout duration of application, a crew of Applicators who are fully trained, experienced and qualified to paint water storage tanks. 2. Single Source Responsibility: a. PAINT and solvents or reducers shall be of a single manufacturer. 12

13 b. Secondary materials, such as chalks, sealants or fairing compounds, which are produced or are specifically recommended by coating system manufacturer, may be used with prior approval by the coating system manufacturer. 3. Inspection and Owners responsibility: The tank Owner shall be responsible for contracting an independent, third-party coating inspector. The contracted firm, and their inspectors, shall be experienced in inspecting ground and elevated water storage tanks. Inspectors shall have previously performed the functions outlined in this specification and be proficient in the use of inspection equipment. Inspectors that are SSPC-QP 5 certified shall be considered acceptable. Inspectors without SSPC-QP 5 certification may be asked to provide necessary documentation of evidence demonstrating suitable qualifications including: a. Experience using low voltage, wet sponge Holiday inspection as required by AWWA D102 (SP0188). b. OAP (flourescing coating) inspection as outlined in SSPC-TU 11 and ASTM E2501. The coating inspector shall maintain a detailed daily report that outlines observations and/or measurements of surface preparation, ambient conditions, products and batches used mixing techniques, application procedures, DFT, curing, final inspection, and other information requested at the prejob conference. The inspector shall have the authority to suspend coating work if the work being performed is not in accordance with this specification. The inspector shall be responsible for checking interior and exterior coatings for film characteristics or defects that would adversely affect the performance of coating systems. The inspector shall submit written reports describing inspections made and actions taken to correct nonconforming work. B. Pre-Installation Meeting: 1. A meeting shall be held on-site before field application of coating systems begins. 2. Meeting shall be attended by Contractor, Owner's representative, Engineer, Coating Applicators, and Manufacturer s representative. If the meeting is canceled or cannot be completed due to any parties failure to attend a second meeting shall be scheduled at that party s expense. 3. Topics to be discussed at meeting shall include: a. A review of Contract Documents and deviations or differences to be resolved. b. Environmental conditions, surface conditions, surface preparation, application and inspection procedures, and protection following application. c. Areas on-site to be available for storage. d. Other issues as deemed necessary. 13

14 4. The Owner or Owners representative is to prepare and submit, to parties in attendance, a written report of the pre-installation meeting minutes. This report shall be submitted within 3 days following meeting DELIVERY AND STORAGE A. Packing and Shipping: 1. Deliver products in manufacturer's original unopened containers. Each container shall have manufacturer's label, intact and legible. 2. Include on label for each container: a. Manufacturer's name b. Type of paint B. Storage and Protection: c. Manufacturer's stock number d. Color name and number e. Instructions for thinning, where applicable 1. Store materials in a designated protected area in accordance with Product Information instructions PROJECT CONDITIONS A. Environmental Requirements: 1. Apply coating materials per manufacturer s printed data sheet instructions: a. Refer to specific product data sheets for minimum surface temperature requirements. Surface temperatures shall be at least 5 degrees F (15 degrees C) above dew point and rising. b. Provide for proper ventilation using explosion proof equipment. Allow ventilation equipment to operate during the complete drying and curing of the coating. c. For interior surfaces adequate illumination shall be provided using explosion proof lights (see in Guide) and equipment as described in SSPC Guide 12. d. Atmosphere shall be free of airborne dust. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. This specification lists products manufactured by The Sherwin Williams Company, Protective & Marine Division. Materials specified are cited as basis of design and minimum standard of performance. B. Materials specified shall not preclude consideration of equivalent materials. Equivalent materials shall be submitted to Engineer for consideration and shall be made at least ten (10) days prior to the date of bids. 1. Requests for substitution shall include evidence of satisfactory past performance on water tanks as required in 1.04B. 2. Substitutions will not be considered that change the number of coats, do not meet specified total dry film thickness, or do not include the use of significant features of each coating such as Optically Active Pigments (OAP). 14

15 3. Coating system performance information, supplied by an ISO-certified laboratory, may be required prior to acceptance. 4. Contractor shall state in the bid the dollar amount of deduct to use materials other than those specified. 5. Paints for interior wet applications must be listed by NSF International or UL Classified water quality and certified for potable water contact in accordance with ANSI/NSF COATING MATERIALS STEEL WATER STORAGE TANK Exterior Organic Zinc Rich/ Epoxy/ Polyurethane Coating System: This system exceeds the requirements of ANSI/AWWA D102 Outside Coating System (OCS) No. 6. Surface Preparation: Remove all visible oil, dirt and other soluble contaminants in accordance with SSPC-SP1. All exterior surfaces of new tanks shall be Commercial Blast Cleaned, removing all existing paint, rust, dirt, mill scale and foreign matter in accordance with The Society for Protective Coatings specification SSPC-SP6 / NACE No. 3. Prime Coat (Existing Tanks): As recommended from a tank evaluation or the following: Immediately after blasting and before any rusting occurs, apply one coat of Sherwin Williams Corothane I Galvapac 2K Zinc Primer to all bare steel surfaces. This coating shall be applied at a dry film thickness of 3.0 to 4.0 mils. Field Primer & Touch-Up (New or Existing Tanks): Immediately after blasting field welds and before any rusting occurs or for repairing damaged areas, apply one coat of Sherwin Williams Corothane I Galvapac 2K Zinc Primer to all bare steel surfaces. This coating shall be applied at a dry film thickness of 3.0 to 4.0 mils. Stripe Coat: Apply a stripe coat by brush or roller to all weld seams, structural edges and bolted connections, after primer application of Sherwin Williams Macropoxy 646 FC at a dry film thickness of 3.0 to 4.5 mils. Intermediate Coat: Apply one complete coat of Sherwin Williams Macropoxy 646 FC at a dry film thickness of 3.0 to 4.5 mils. Finish Coat: Apply one complete coat of Sherwin Williams Hi Solids Polyurethane at a dry film thickness of 2.5 to 4.0 mils. Color shall be selected by the Engineer/Owner from the water tank color card as required in 1.04A.3. Interior - 100% solids Epoxy Coating System with OAP: This system exceeds the requirements of the current ANSI/AWWA D102 Inside Coating System (ICS) No. 1. Surface Preparation: Remove all visible oil, grease, soil, dirt and other soluble contaminants in accordance with SSPC-SP1. Interior wet surfaces shall be Near White Blast Cleaned in accord with The Society for Protective Coatings Specification SSPC-SP10 / NACE No. 2. Interior dry surfaces shall be cleaned in accord with SSCP-SP6 / NACE No. 3. Surface profile immediately prior to painting shall be 3-4 mils when measured using Test-X tape (Proper Tape for expected profile depth) and a micrometer in accordance with ASTM D4417: Field Measurement of Surface Profile of Blast Cleaned Steel, Method C. 15

16 Prime Coat / Shop Primer Immediately after abrasive blasting and before any rusting occurs, apply one full coat of Sherwin-Williams Macropoxy 646 PW Epoxy with OAP to all bare steel surfaces. This coating shall be applied at a dry film thickness of 3.0 to 4.0 mils. Stripe Coat: Immediately after blasting and before any rusting occurs, apply one stripe of Sherwin-Williams Macropoxy 646 PW Epoxy to all edges, angles, weld seams, nuts and bolts via spray application. The spray applied stripe shall be immediately worked in to the substrate via brush. This coating shall be applied at a dry film thickness of 4.0 to 6.0 mils to all interior wet and interior dry surfaces. Finish Coat: Immediately after the application of the stripe coat, apply one coat of Sherwin- Williams Macropoxy 646 PW Epoxy to the entire surface. This coating shall be applied at a dry film thickness of 5.0 to 10.0 mils to all interior wet and interior dry surfaces ACCESSORIES A. Coating Application Accessories: 1. Provide application accessories as indicated in coating manufacturer's application instructions, including but not limited to cleaning agents, cleaning cloths, sanding materials, and clean-up materials MIXING and APPLICATION Instructions: Specific product mixing and application instructions are to be included in the manufacturer s printed literature. No solvents, other than those listed as acceptable by manufacturer, are to be used with interior wet or dry coatings. PART 3 EXECUTION 3.01 EXAMINATION A. Site Verification of Conditions: 1. Third-Party inspector shall examine areas and conditions under which application of coating systems shall be performed for conditions that will adversely affect execution, performance, or quality of coating system application. 2. Third-Party inspector, after consulting with the coating manufacturer, shall have authority to recommend procedures to correct conditions detrimental to timely and proper execution of Work. 3. Third-Party inspector shall have authority to halt painting operations until unsatisfactory conditions have been corrected. 4. Commencement of installation constitutes acceptance of conditions and responsibility for satisfactory performance by painting contractor PREPARATION A. Protection: 1. Painting Contractor shall take precautionary measures to prevent fire hazards and spontaneous combustion and remove empty containers from site at completion of each days work. 2. Painting Contractor shall provide drop cloths, shields, and other protective equipment. 16

17 3. Painting Contractor shall protect elements surrounding work from damage or disfiguration. 4. As Work proceeds, Painting Contractor shall promptly remove spilled, splashed, or splattered materials from surfaces and leave storage area neat and clean at all times. B. Surface Preparation: 1. General Requirements: a. Prior to application of PAINT, surfaces shall be prepared to receive the coating system in compliance with these specifications. b. Surfaces to be coated shall be clean, dry and free from dust and any foreign matter that might adversely affect adhesion or appearance as described in accord with Clear Tape Test found in ASTM D4214: Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films, Method D. 2. Ferrous Metal Surfaces: a. Field welds and touch-ups shall be prepared to conform to specified surface preparation standards. Excessively rough welds shall be addressed during the pre-installation meeting. 3. Galvanized Steel Surfaces: a. Solvent clean metal in accord with SSPC-SP1. b. Brush blast per SSPC-SP7 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steel and Non-Ferrous Metals APPLICATION A. General Requirements: 1. Apply coating systems in accord with manufacturer's instructions and using application method best suited for obtaining full, uniform coverage and hide of surfaces to be coated. a. Work shall be implemented in compliance with applicable sections of ANSI/AWWA D102 latest revision. 2. Apply primer, intermediate, and finish coats to comply with wet and dry film thicknesses and spreading rates for each type of material as recommended by manufacturer. DFT shall be measured in accord with SSPC-PA2. 3. Number of coats specified shall be minimum number acceptable. Apply additional coats as needed to provide a smooth, even application. a. Closely adhere to re-coat times recommended by manufacturer. Allow each coat to dry thoroughly before applying next coat. Provide adequate ventilation for tank interior to remove solvents during drying phase. 4. Employ only application equipment that is clean, properly adjusted, and in good working order, and of type recommended by coating manufacturer. B. Thinning: Thinning requirements for specified products are to be provided in the paint manufacturer s printed literature and are to be strictly adhered to. C. Disinfection and Filling of Tank: 17

18 1. Provide adequate ventilation for proper drying and curing of paint on interior surfaces. Ventilation shall be capable of removing solvent vapors. 2. Following final application, tank shall not be disinfected or filled until coating system is fully cured per the manufacturer s approved requirements listed in their NSF or UL Approval, special attention is directed to temperature and time. 3. Refer to applicable product data sheet(s) and NSF or UL listing for dry time/temperature requirements. Disinfection (if specified) shall be in compliance with AWWA C652, or as instructed by the Owner or Engineer. D. Interface with Other Work: 1. Allow a minimum of 24 hours curing time at 77 F or above after application of final coat to tank interior before flushing, disinfecting or filling with water REPAIR/RESTORATION A. At completion of Work and prior to placing in service, touch-up and restore coatings where damaged. B. Defects in Finished Surfaces: 1. The surface shall be free from runs, sags, and drips. Stain, dirt, or undercoats showing through final coat shall be corrected, per the direction of the coatings manufacturer, to provide uniform finish, color, appearance and coverage. C. Touch-up of minor damage shall be in accord with the coating manufacturer s directions. The method of application shall be the same as the original application in order to minimize differences in color, sheen, or texture FIELD QUALITY CONTROL A. Inspector s Services: Third-Party services shall be responsible for inspecting and documenting the following: 1. Documents: a. Review Contract Documents and applicable sections of referenced standards. b. Provide written documentation of inspector certification and a list of the necessary equipment to perform the duties as specified below. 2. Pre-Painting Inspection: a. Verify application equipment is operating as intended i. Observe a ratio test of plural component equipment per manufactures instructions ii. Verify that all hoses, connections, pump cylinders, electrical connections, etc. or complete, correct and safe for operation. b. Verify cleanliness of compressed air i. Perform blotter test to confirm cleanliness of compressed air. 3. Field Painting Inspection: a. Field Inspection service shall be provided by a third party NACE certified inspector hired by the owner for providing Quality Assurance and acceptance of completed work. 18

19 b. Verify cleaning operations to surfaces are to conditions specified using SSPC s applicable Vis Standards. i. Verify the surface has less than 7 µg/cm² of chloride contaminants, less than 10 µg/cm² of soluble ferrous ion levels, or less than 17 µg/cm² of sulfate contaminants prior to blasting per ISO/FDIS for interior wet service and less than 50 µg/cm² of chloride and sulfate contaminants prior to blasting per ISO/FDIS for interior dry and exterior service. ii. Verify OAP, on interior substrates, using lights and methods described in SSPC TU-11 and ASTM E2501. iii. Verify Surface Profile per ASTM D4417. Method C. iiii. Verify Surface Cleanliness per Clear Tape Test found in ASTM D4214, Method D, acceptable number of test sites to be determined in Pre-Installation meeting. c. Verify conformance of paint to specification. i. Verify wet film thickness per ASTM D4414 ii. Check for adequate coverage on edges per SSCP TU-11 iii. Check for holidays in the film per SSPC TU-11 d. Check for thickness of each coating, final thickness and holidays. i. Test DFT per SSPC PA-2 iii. Test Surface for holidays utilizing high voltage holiday testing per NACE SP0188. ii. Verify uniformity of thickness and a holiday free lining per SSPC TU- 11 e. Check touch-up for final finish. f. Inspector shall perform proper field verification of calibration on gages and document such verification in their Daily Logs. 3. Reports: B. Manufacturer's Service: a. At the conclusion of surface preparation and application operations, the Third-Party inspector shall submit, to the owner, their written daily logs describing inspections made and showing actions taken to correct nonconforming work. Report uncorrected deviations from Contract Documents. At project completion, prior to issuance of any warranty document, the owner shall provide copies of the inspections reports to the coating manufacturer for review and acceptance. 1. A representative of the paint manufacturer shall be available to provide on-site technical assistance, and guidance for application of the paint system as needed PROTECTION A. Protect painted areas against damage until paint system is fully cured 3.07 WASTE MANAGEMENT 19

20 A. General Requirements: 1. Painting contractor shall be responsible for all waste generated by surface preparation and painting operations and shall dispose of such waste in accordance with all applicable local, state and federal regulations ONE YEAR ANNIVERSARY INSPECTION A. Owner shall set a date on or before the first anniversary for a one year inspection. B. Inspection will be attended by an owner s representative, engineer, third party inspector, painting contractor and manufacturer s representative. C. Any deficiencies, cracking, chipping, flaking, peeling or corrosion in the coatings system will be repaired at the contractor s expense WARRANTY A. The painting contractor shall provide a one (1) year warranty covering materials and labor required to repair any defects that occur during the first year of service. B. The Owner shall be responsible for scheduling a one year warranty inspection on or before the one year anniversary date of project completion. This inspection shall be attended by the owner, engineer, third party inspector, painting contractor, and manufacturer s representative. The contractor shall complete any necessary repairs within 30 consecutive calendar days following the warranty inspection. C. The coatings manufacturer shall provide an extended material only warranty for a period of one (1) years after the first year anniversary inspection) for the interior coating system. This warranty shall cover failures due to cracking, chipping, flaking, peeling, or corrosion in a cumulative area in excess of 3% of the total coating system area per ASTM D610, or SSPC-VIS 2, Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces. D. The coatings manufacturer shall provide an extended material only warranty for a period of one (1) years after the first year anniversary inspection) for the exterior coating system. This warranty shall cover failures due to cracking, chipping, flaking, peeling, or corrosion in a cumulative area in excess of 3% of the total coating system area per ASTM D610, or SSPC-VIS 2, Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces. In addition it shall warrant against the following for a period of ten (10) years (nine (9) years after the first year anniversary inspection): 1. Loss of gloss in excess of 20 units as measured in accordance with ASTM D523 with 60-degree geometry. (Red, Yellows and Oranges are excluded for gloss performance) 2. Color shift not to exceed 12 DE CIE LAB units as measured by ASTM D2244. (Red, Yellows and Oranges are excluded for color shift performance) 3. Chalking not to exceed a rating 7 as measured in accordance with ASTM D4214. Method A. (Red, Yellows and Oranges are excluded for chalk resistance performance) E. The forgoing characteristics shall be measured by an average of 5 spot readings per 100 square feet on a washed surface. The owner is responsible for the cost associated with washing the surface, if there are concerns with the color and gloss retention properties of the applied coating system. The owner and manufacturer shall maintain exterior color samples that have been applied to three (3) sample panels, for each party, as the original color standard for the entirety of the warranty period. These panels shall be part of the responsibility of the applicator to create during the coating application phases of work and shall be created for each batch of the topcoat material. 20

21 END OF SECTION INTEROR COATING - ALTERNATIVE A 21

22 Exhibit A Coating Specifications Alternative B Quick Drying Elastomeric Polyurethane PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Work described in this guideline consists of surface preparation, optional shop priming, field priming or touch-up, field painting and inspection necessary to complete work and establish the one (1) year warranty. 2. Use coating systems specified in this section to finish all water tank surfaces, unless otherwise indicated and approved. Work performed under this section on new water tanks or existing water tanks may include, but is not limited to: a. Exterior steel b. Interior steel c. Appurtenances 3. The warranty described in this guideline does not cover inaccessible areas as described in ANSI/AWWA D Section 3: Definitions, paragraph REFERENCES These standards may be identified here and referenced in other parts of this section by their acronym and alpha/numeric designation only. This Section does not require compliance with these standards, but is merely a listing of those that may be referenced. A. Publications listed are part of this specification to extent referenced. 1. SSPC The Society for Protective Coatings th Street, 6 th Floor Pittsburgh, PA (412) a. SSPC-SP1: Specification for Solvent Cleaning b. SSPC-SP2: Specification for Hand Tool Cleaning c. SSPC-SP3: Specification for Power Tool Cleaning d. SSPC-SP11: Specification for Power Tool Cleaning to Bare Metal e. SSPC-SP15: Specification for Commercial Power Tool Cleaning f. SSPC-PA1: Shop, Field, and Maintenance Painting of Steel g. SSPC-PA2: Measurement of Dry Coating Thickness with Magnetic Gages h. SSPC-Guide 12: Illumination of Industrial Painting Projects I. SSPC-TU11: Inspection of Fluorescent Coating Systems 22

23 J. SSPC-QP 5: Certification for Coating and Lining Inspection Companies K. SSPC-VIS 2: Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces 2. NACE International P.O. Box Houston, TX (281) a. SSPC SP 5 / NACE No. 1: White Metal Blast Cleaning b. SSPC SP10 / NACE No. 2: Near White Metal Blast Cleaning c. SSPC SP 6 / NACE No. 3: Commercial Blast Cleaning d. NACE SP0188: Discontinuity Holiday Testing of Protective Coatings 3. ASTM International 100 Barr Harbor Drive West Conshohocken, PA (610) a. ASTM E-337: Test Method for Measuring Humidity with a Psychrometer b. ASTM D 4414: Standard Practice for Measurement of Wet Film Thickness by Notch Gages c. ASTM D 5162: Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates d. ASTM D3359: Standard Test Methods for Measuring Adhesion by Tape Test e. ASTM D4541: Test Method for Pull Off Strength of Coatings Using Portable Adhesion-Testers (Using the same Method as reported by Sherwin-Williams) f. ASTM D1005: Standard Test Method for Measurement of Dry- Film Thickness of Organic Coatings Using Micrometers g. ASTM D 4214, Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films, Method D. h. ASTM D4417: Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel, Method C. i. ASTM E2501 Light Source Products for Inspection of Fluorescent Coatings 4. AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO a. ANSI/AWWA D-102: Coating Steel Water Storage Tanks 23

24 5. NSF International a. ANSI / NSF 61: Drinking Water System Components Health Effects 1.03 DEFINITIONS A. The term PAINT shall include zinc primers, acrylic, polyurethane, fluoropolymer and epoxy type coatings and application of these materials. B. DRY FILM THICKNESS (DFT): Thickness, measured in mils (1/1000 inch), of a coat of paint in cured state SUBMITTALS A. Product Data: 1. Submit manufacturer's literature describing products to be provided, giving manufacturer's name, product name, and product line number for each material. 2. Submit technical data sheets for each coating, listing descriptive data, drying/curing times, mixing, thinning, and application requirements. 3. Submit color charts showing manufacturer s full range of standard water tank colors. B. Quality Assurance Submittals: 1. Certificates: a. Provide manufacturer's written certification that products to be used comply with specified requirements and are suitable for intended application. b. Painting Contactor shall submit a list of not less than 5 most recent water tank projects. Projects shall be similar in scope and complexity to this project. Information shall include: i) Project name and address ii) iii) iv) vi) Name of owner Name of contractor Name of engineer Date of completion 2. Manufacturer's Instructions: a. Submit manufacturers complete installation procedures. 3. Manufacturer s Warranty a. Submit a sample of the manufacturer s one-year written warranty. This warranty shall be reviewed by the Owner and Owner s Representative and accepted prior to award of the contract. Written approval of the warranty shall be furnished to the applicator and coatings manufacturer prior to starting the project QUALITY ASSURANCE 24

25 C. Qualifications: 1. Applicator shall be trained in application of the products and demonstrate a minimum of 5 years successful experience in similar applications. a. Maintain, throughout duration of application, a crew of Applicators who are fully trained, experienced and qualified to paint water storage tanks. 2. Single Source Responsibility: a. PAINT and solvents or reducers shall be of a single manufacturer. b. Secondary materials, such as chalks, sealants or fairing compounds, which are produced or are specifically recommended by coating system manufacturer, may be used with prior approval by the coating system manufacturer. 3. Inspection and Owners responsibility: The tank Owner shall be responsible for contracting an independent, third-party coating inspector. The contracted firm, and their inspectors, shall be experienced in inspecting ground and elevated water storage tanks. Inspectors shall have previously performed the functions outlined in this specification and be proficient in the use of inspection equipment. Inspectors that are SSPC-QP 5 certified shall be considered acceptable. Inspectors without SSPC-QP 5 certification may be asked to provide necessary documentation of evidence demonstrating suitable qualifications including: c. Experience using low voltage, wet sponge Holiday inspection as required by AWWA D102 (SP0188). d. OAP (flourescing coating) inspection as outlined in SSPC-TU 11 and ASTM E2501. The coating inspector shall maintain a detailed daily report that outlines observations and/or measurements of surface preparation, ambient conditions, products and batches used mixing techniques, application procedures, DFT, curing, final inspection, and other information requested at the prejob conference. The inspector shall have the authority to suspend coating work if the work being performed is not in accordance with this specification. The inspector shall be responsible for checking interior and exterior coatings for film characteristics or defects that would adversely affect the performance of coating systems. The inspector shall submit written reports describing inspections made and actions taken to correct nonconforming work. B. Pre-Installation Meeting: 1. A meeting shall be held on-site before field application of coating systems begins. 2. Meeting shall be attended by Contractor, Owner's representative, Engineer, Coating Applicators, and Manufacturer s representative. If the meeting is canceled or cannot be completed due to any parties failure to attend a second meeting shall be scheduled at that party s expense. 3. Topics to be discussed at meeting shall include: 25

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

POLYURETHANE LINING AND COATING ON PIPE RAW WATER

POLYURETHANE LINING AND COATING ON PIPE RAW WATER POLYURETHANE LINING AND COATING ON PIPE RAW WATER PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide pipe coating, complete and in place, in accordance with the Contract Documents. 1.2

More information

SECTION 15420 WATER STORAGE TANK PAINTING

SECTION 15420 WATER STORAGE TANK PAINTING SECTION 15420 WATER STORAGE TANK PAINTING PART 1 GENERAL.01 SCOPE A. Section Includes Surface preparation, shop priming, and field coating for interior wet, interior dry, and exterior surfaces of steel

More information

A. The CONTRACTOR shall provide pipe coating, complete and in place, in accordance with the Contract Documents.

A. The CONTRACTOR shall provide pipe coating, complete and in place, in accordance with the Contract Documents. POLYURETHANE COATING ON STEEL PIPE PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide pipe coating, complete and in place, in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS,

More information

BRIDGE FIELD PAINTING, REPAINTING, 412 AND PAINT RESIDUE CONTAINMENT. A. Field Painting, Bridge Repainting and Residue Containment:

BRIDGE FIELD PAINTING, REPAINTING, 412 AND PAINT RESIDUE CONTAINMENT. A. Field Painting, Bridge Repainting and Residue Containment: 412.1 DESCRIPTION BRIDGE FIELD PAINTING, REPAINTING, 412 This specification contains the requirements for the removal, containment, and disposal of existing paint on steel surfaces, preparing the steel

More information

SECTION 33 12 19 FIRE HYDRANTS

SECTION 33 12 19 FIRE HYDRANTS SECTION 33 12 19 FIRE HYDRANTS PART 1: GENERAL 1.01 SCOPE A. Fire hydrants. B. Adjustment of fire hydrants and gate valves. 1.02 SUBMITTALS A. Conform to requirements of Section 01 33 00 - Submittals.

More information

Colorado State University. Durrell Center Roof Repair

Colorado State University. Durrell Center Roof Repair Colorado State University Durrell Center Roof Repair SPECIFICATION: POLYURETHANE FOAM ROOFING l.0 GENERAL REQUIREMENTS The successful application of a polyurethane foam roofing system is dependent upon

More information

SECTION 560 COATING NEW STRUCTURAL STEEL

SECTION 560 COATING NEW STRUCTURAL STEEL 560 COATING NEW STRUCTURAL STEEL. (REV 10-1-132911121-131416-1213) (FA 1-162-1-13) (7-13) SECTION 560 COATING NEW STRUCTURAL STEEL 560-1 Description Coat new structural steel in accordance with the requirements

More information

SECTION 09 97 00 WATER STORAGE TANK PAINTING

SECTION 09 97 00 WATER STORAGE TANK PAINTING SECTION 09 97 00 WATER STORAGE TANK PAINTING PART 1: GENERAL 1.01 SCOPE A. Section includes surface preparation, priming, and field coating for interior wet, interior dry, and exterior surfaces of steel

More information

Joint Surface Preparation Standard. NACE No. 1/SSPC-SP 5 White Metal Blast Cleaning

Joint Surface Preparation Standard. NACE No. 1/SSPC-SP 5 White Metal Blast Cleaning Item No. 21065 Joint Surface Preparation Standard NACE No. 1/SSPC-SP 5 White Metal Blast Cleaning This NACE International (NACE)/SSPC: The Society for Protective Coatings standard represents a consensus

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

SSPC-SP 6/NACE NO. 3

SSPC-SP 6/NACE NO. 3 Joint Surface Preparation Standard SSPC-SP 6/NACE NO. 3 Commercial Blast Cleaning This SSPC: The Society for Protective Coatings and NACE International standard represents a consensus of those individual

More information

07 21 19 Guide Specification STAYFLEX CORROSION CONTROL AND THERMAL INSULATION SYSTEM

07 21 19 Guide Specification STAYFLEX CORROSION CONTROL AND THERMAL INSULATION SYSTEM 07 21 19 STAYFLEX CORROSION CONTROL AND THERMAL INSULATION SYSTEM 7819 Broadview Road Cleveland, OH 44131 800-522-4522 February, 2011 SPEC NOTE: This guide specification is intended for use when specifying

More information

COATINGS MANUAL HRSD 9.0 THIRD PARTY INSPECTION GUIDELINES. 9.1 The Value of Third Party Inspection. 9.2 When to Use Third Party Inspection

COATINGS MANUAL HRSD 9.0 THIRD PARTY INSPECTION GUIDELINES. 9.1 The Value of Third Party Inspection. 9.2 When to Use Third Party Inspection 9.0 THIRD PARTY INSPECTION GUIDELINES 9.1 The Value of Third Party Inspection 9.2 When to Use Third Party Inspection 9.3 Qualifications for Third Party Inspectors 9.4 Documentation System for Third Party

More information

A. Work on this project shall consist of, but is not limited to, the following:

A. Work on this project shall consist of, but is not limited to, the following: PART 1 - GENERAL CLEANING AND RESTORATION OF SECTION 05900-1 1.1 SUMMARY A. Work on this project shall consist of, but is not limited to, the following: 1. Clean and treat all exposed anodized architectural

More information

PHOENIX 370-120 Product Data Sheet (Updated on 14-Jan-2012) www.phoenixasia.com.hk

PHOENIX 370-120 Product Data Sheet (Updated on 14-Jan-2012) www.phoenixasia.com.hk DESCRIPTION A water borne thin film intumescent coating for the fire protection of structural steelwork. PRODUCT FEATURES AND RECOMMENDED USES Provides up to 120 minutes fire resistance to structural steelwork.

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

SECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND.

SECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND. SECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND. 623.10.1 Description. This work shall consist of preparing the surface,

More information

SECTION XXXXXX TECHNICAL SPECIFICATIONS FOR INSTALLATION OF PROTECTIVE COATINGS FOR MANHOLES, WETWELLS, AND OTHER SANITARY SEWER STRUCTURES

SECTION XXXXXX TECHNICAL SPECIFICATIONS FOR INSTALLATION OF PROTECTIVE COATINGS FOR MANHOLES, WETWELLS, AND OTHER SANITARY SEWER STRUCTURES 1.00 PART 1 GENERAL 1.01 SCOPE A. It is the intent of this contract to install a 100% solids epoxy monolithic coating to the walls, benches and inverts of all manholes and the specified surfaces of other

More information

SECTION 08360 SECTIONAL OVERHEAD DOORS 521 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS

SECTION 08360 SECTIONAL OVERHEAD DOORS 521 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS SECTION 08360 SECTIONAL OVERHEAD DOORS 521 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS Display hidden notes to specifier by using Tools / Options / View / Hidden Text. On newer versions of Microsoft Word

More information

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES Solicitation Addendum One (1) RFQ 09-07 6829 North 58th Drive, Suite 202 Glendale, Arizona 85301-2599 A signed copy of this Addendum must be received by on or before the Offer Due Date and time. This solicitation

More information

Property Test/Standard Description. gloss (70-85) Flash point ISO 3679 Method 1. 212 F (100 C) calculated VOC-US/Hong Kong. US EPA method 24 (tested)

Property Test/Standard Description. gloss (70-85) Flash point ISO 3679 Method 1. 212 F (100 C) calculated VOC-US/Hong Kong. US EPA method 24 (tested) Not approved 2063;2064 1,2 2063 ^(ValidationDate) 1 Product description This is a two component solvent free polyamine cured coating. It is a general purpose tank lining with good chemical resistance.

More information

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

SECTION 15410 GROUND WATER STORAGE TANKS

SECTION 15410 GROUND WATER STORAGE TANKS SECTION 15410 GROUND WATER STORAGE TANKS PART 1 GENERAL.01 SCOPE A. Section Includes Requirements for designing, fabricating, and erecting a welded steel ground storage tank..02 SYSTEM DESCRIPTION A. Design

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

REQUEST FOR COMPETITIVE QUOTES

REQUEST FOR COMPETITIVE QUOTES REQUEST FOR COMPETITIVE QUOTES ISSUE DATE: 07/18/2011 CONTACT: Jacqueline Rodriguez PHONE NO: 563-589-4291 FAX NO: 563-589-4297 EMAIL: jrodrigu@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING

More information

A D D E N D U M # 3 QUESTIONS FROM BIDDERS: DATE: November 5, 2012. All Bidders. Jenne dos Santos, CBI Consulting Inc. City of Chelsea, MA

A D D E N D U M # 3 QUESTIONS FROM BIDDERS: DATE: November 5, 2012. All Bidders. Jenne dos Santos, CBI Consulting Inc. City of Chelsea, MA Page 1 of 10, Addendum No. 3 Temporary Garage Structure City of Chelsea, MA November 5, 2012 CBI Job No.: 12055-A A D D E N D U M # 3 DATE: November 5, 2012 TO: FROM: PROJECT: All Bidders Jenne dos Santos,

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

SECTION 07 61 13 STANDING SEAM METAL ROOFING

SECTION 07 61 13 STANDING SEAM METAL ROOFING SECTION 07 61 13 STANDING SEAM METAL ROOFING PART 1 GENERAL 1.01 SCOPE OF WORK A. The Work shall include all labor, materials, equipment and supervision required to complete the work of the above referenced

More information

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information

METAL ROOF RESTORATION SAMPLE DESIGN GUIDELINES

METAL ROOF RESTORATION SAMPLE DESIGN GUIDELINES METAL ROOF RESTORATION SAMPLE DESIGN GUIDELINES REFLECTICLEAN ACRYLIC/URETHANE Elastomeric Roofing Systems, Inc 6900 Bleck Dr. Rockford, MN 55373 800.403.7747 -or- 763.565.6900 fax: 763.565.6901 email:

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

Specification for Pipe Coating Repairs Offshore

Specification for Pipe Coating Repairs Offshore Specification for Pipe Coating Repairs Offshore Specification for Pipe Coating Repairs Offshore 1 of 6 Table of Contents 1.0 SCOPE... 3 2.0 REFERENCE DOCUMENTS... 3 3.0 MATERIALS... 3 4.0 EQUIPMENT AND

More information

Approved. Property Test/Standard Description. matt (0-35) Flash point ISO 3679 Method 1 27 C calculated IED (2010/75/EU) (calculated)

Approved. Property Test/Standard Description. matt (0-35) Flash point ISO 3679 Method 1 27 C calculated IED (2010/75/EU) (calculated) Approved 402;2521 1 2521 zinc epoxy ^(ValidationDate). 1 Product description This is a two component polyamide cured zinc rich epoxy coating. It is a very high zinc dust containing product. It conforms

More information

SIGMACOVER 280. PRODUCT DATA SHEET December 10, 2014 (Revision of March 1, 2014) DESCRIPTION

SIGMACOVER 280. PRODUCT DATA SHEET December 10, 2014 (Revision of March 1, 2014) DESCRIPTION DESCRIPTION Universal epoxy anticorrosive primer, based upon pure epoxy technology PRINCIPAL CHARACTERISTICS Universal epoxy primer system suitable for Ballast Tanks, Decks, Topside, Superstructure, Hull

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

GUIDELINE SPECIFICATIONS

GUIDELINE SPECIFICATIONS GUIDELINE SPECIFICATIONS GORDON SOFFIT-SHIELD - An Exterior Metal Soffit System DIVISION 05 5800 or DIVISION 07 7700 Note To Specifier: SOFFIT-SHIELD should be installed by tradesmen that are experienced

More information

SIGMACOVER 300. PRODUCT DATA SHEET December 12, 2014 (Revision of November 1, 2013) DESCRIPTION

SIGMACOVER 300. PRODUCT DATA SHEET December 12, 2014 (Revision of November 1, 2013) DESCRIPTION DESCRIPTION Two-component, high-build, polyamine adduct-cured, coal tar epoxy coating PRINCIPAL CHARACTERISTICS Outstanding (sea)water resistance (outside hull and ballast tanks) Outstanding water- and

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

SECTION 08332 COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here)

SECTION 08332 COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here) SECTION 08332 COILING COUNTER DOORS Display hidden notes to specifier. (Don't know how? Click Here) PART 1 GENERAL 1.1 SECTION INCLUDES A. Coiling Metal Counter Doors. B. Coiling Counter Fire Doors. 1.2

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

SECTION 1081 COATING OF STRUCTURAL STEEL

SECTION 1081 COATING OF STRUCTURAL STEEL SECTION 1081 COATING OF STRUCTURAL STEEL 1081.1 Scope. This specification covers coating new and existing bridges and structures made of structural steel and miscellaneous metals. 1081.2 Systems of Coatings.

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

SECTION 07720 PREFORMED METAL STANDING SEAM ROOFING

SECTION 07720 PREFORMED METAL STANDING SEAM ROOFING SECTION 07720 PREFORMED METAL STANDING SEAM ROOFING PART ONE GENERAL DESCRIPTION This section includes pre-formed standing seam metal roofing and related flashings, closures, trim and accessories including,

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

Note: Minor color change may occur in exposed service, but corrosion protection will not be compromised

Note: Minor color change may occur in exposed service, but corrosion protection will not be compromised DESCRIPTION One component, high-build heat-resistant inert multipolymeric matrix coating to prevent corrosion under insulation (CUI) of carbon and stainless steel to temperatures ranging up to 650 C (1200

More information

Infrastructure Services Department. Design & Construction Buildings & Parks SPECIFICATIONS. Walter Baker Sports Centre. Pool Column Repairs

Infrastructure Services Department. Design & Construction Buildings & Parks SPECIFICATIONS. Walter Baker Sports Centre. Pool Column Repairs Infrastructure Services Department Design & Construction Buildings & Parks SPECIFICATIONS Walter Baker Sports Centre Pool Column Repairs 100 Malvern Drive Ottawa, Ontario Project No. December 2014 Walter

More information

SECTION 1 GENERAL REQUIREMENTS

SECTION 1 GENERAL REQUIREMENTS Page 1 of 6 SECTION 1 GENERAL REQUIREMENTS 1. SCOPE OF WORK: The work to be performed under the provisions of these documents and the contract based thereon includes furnishing all labor, equipment, materials,

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

STANDARD SPECIFICATIONS SECTION 02512 CLEANING AND LINING WATER MAINS

STANDARD SPECIFICATIONS SECTION 02512 CLEANING AND LINING WATER MAINS STANDARD SPECIFICATIONS SECTION 02512 CLEANING AND LINING WATER MAINS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for cleaning and lining existing cast iron and ductile iron water mains

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

TIGER Drylac U.S.A., Inc. 3855 Swenson Avenue St Charles, IL T 800 243 8148 F 877 926 8148 office.us@tiger-coatings.us www.tiger-coatings.

TIGER Drylac U.S.A., Inc. 3855 Swenson Avenue St Charles, IL T 800 243 8148 F 877 926 8148 office.us@tiger-coatings.us www.tiger-coatings. Product Data Sheet SERIES 69 - DRYZINC ZINC-RICH PRIMER (69/90500) Epoxy zinc-rich powder coating primer. Part of a two-coat TIGER Shield system. Designed to impart superior corrosion protection to steel

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

WARRANTY VINYL SIDING CERTAINTEED CORPORATION LIFETIME LIMITED

WARRANTY VINYL SIDING CERTAINTEED CORPORATION LIFETIME LIMITED WARRANTY VINYL SIDING CERTAINTEED CORPORATION LIFETIME LIMITED CONGRATULATIONS! and thank you for your recent purchase of one of the fine products in the CertainTeed Siding Collection. You can feel confident

More information

DENVER MODEL 30 X 30 SPECIFICATIONS

DENVER MODEL 30 X 30 SPECIFICATIONS DENVER MODEL 30 X 30 SPECIFICATIONS Dimensions: Roof Dimensions 30-0 x 30-0 (4) Columns (Center to Center) 25-6½ x 25-6½ Minimum Clearance 8-0 Roof Height @ Peak Dependent on Col. Ht. Hip Roof 4:12 pitch

More information

Additional Information. Paint Application

Additional Information. Paint Application Additional Information Paint Prepared by: International Paint Ltd. www.international-pc.com The information in this guideline is not intended to be exhaustive; any person using the product for any purpose

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

Unity Community Center Metal Roof Installation. Request for Bids

Unity Community Center Metal Roof Installation. Request for Bids Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street

More information

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

Division 9. SignaFlor Pad and Pour Flooring System

Division 9. SignaFlor Pad and Pour Flooring System Division 9 SignaFlor Pad and Pour Flooring System SPECIFICATIONS Page 1. General... 2 1.1 Description 2 1.2 Quality Assurance 2 1.3 Submittals 2 1.4 Delivery and Storage 3 1.5 Warranty 3 1.6 Working Conditions

More information

Section Four: Linings and Coatings

Section Four: Linings and Coatings Section Four: Linings and Coatings SPIRALWELD PIPE The majority of steel water pipe furnished today is specified to be provided with both an interior lining and an exterior coating. AMERICAN offers a wide

More information

Mechanical Installation

Mechanical Installation Page -1-1. INTRODUCTION AND PURPOSE 1.1. This specification covers the installation, testing and precommissioning of mechanical equipment. Work is to be performed in conjunction with the manufacturer s

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Waterproofing System for Wastewater Tanks in Petrochemical Industries and Refineries

Waterproofing System for Wastewater Tanks in Petrochemical Industries and Refineries Waterproofing System for Wastewater Tanks in Petrochemical Industries and Refineries Introduction Wastewater of petrochemical industries and refineries contains high amounts of emulsified aliphatic or

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

SECTION 03 35 43 POLISHED CONCRETE FINISHING

SECTION 03 35 43 POLISHED CONCRETE FINISHING SECTION 03 35 43 POLISHED CONCRETE FINISHING PART 1 - GENERAL 1.01 SUMMARY A. Provide polished concrete finishing system where indicated on drawings, complete. This section includes the following: 1. Concrete

More information

SURFACE PREPARATION STANDARDS

SURFACE PREPARATION STANDARDS SURFACE PREPARATION STANDARDS TE SWEDIS STANDARDS INSTITUTION: Surface Preparations Standards for Painting Steel Surface (SIS 055900-1967) has gained prominence and acceptance and has served as a model

More information

RUST BULLET, LLC 300 Brinkby Avenue, Suite 200, Reno, NV 89509 775-829-5606 www.rustbullet.com

RUST BULLET, LLC 300 Brinkby Avenue, Suite 200, Reno, NV 89509 775-829-5606 www.rustbullet.com PROJECT: Specifications for Surface Preparation and Paint Application ~ Ceiling / Steel Pickling Facility The Product Data Sheet and Material Safety Data Sheet are an integral part of these instructions.

More information

Approved. Property Test/Standard Description. matt (0-35) Flash point ISO 3679 Method 1 28 C calculated VOC-US/Hong Kong. US EPA method 24 (tested)

Approved. Property Test/Standard Description. matt (0-35) Flash point ISO 3679 Method 1 28 C calculated VOC-US/Hong Kong. US EPA method 24 (tested) Approved 735;739 1 735 phenolic/novolac epoxy ^(ValidationDate) 1 Product description This is a two component polyamine cured phenolic/novolac epoxy coating. It is a specially designed tank lining with

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS

SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS Section Page 36-1 GENERAL... 36.1 36-2 PIPEMAKING EQUIPMENT... 36.1 36-3 TRENCH EXCAVATION... 36.1 36-4 SPECIAL FOUNDATION TREATMENT...

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES

More information

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information