alabama state port authority

34
Alabama State Port Authority Requisition and Proposal Project Name Pier 7 – Elevated Water Tank Upgrade Project No. 10594 Task No. 01 Form ENG-FR-003 R&P Template Last Revised 1/31/12 To: Prospective Bidders Date: January 2019 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Note #1 Delivery of Purchase or Performance of Work: Alabama State Port Authority Main Docks Pier 7 Mobile, AL Description of Work This Requisition solicits proposals for construction services to upgrade an elevated water tank at the Alabama State Port Authority. Work will be in accordance with the requirements stated herein; attached Scope of Work, reference documents, Insurance Requirements and applicable State of Alabama and Federal Laws. All work items indicated in the attached scope of work shall be in accordance with OSHA, AWWA, NFPA and Department of Homeland Security Regulations as applicable. The work consists principally of providing bonds, labor, materials, equipment, insurance and supervision necessary for the upgrade of an elevated water tank as indicated in the contract documents. All costs for aerial lifts and/or cranes shall be included in bid prices. The project site is located near Pier 7 at the Alabama State Port Authority Main Docks facility in Mobile, Alabama. A Pre-Bid Meeting is scheduled for Thursday, January 17, 2019 at 10:00 AM at the base of the Pier 7 water tower. Bidder attendance is MANDATORY. All bidders without proper access credentials must contact the project manager at least 24 hours in advance to set up an escort into the facility. All Contractors submitting bids are to carefully examine the site of the proposed work and thoroughly review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy oneself as to the character, quality, and quantities of work to be performed, and as to the requirements of the proposed contract. The submission of a proposal shall be proof that the bidding Contractor has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract. All bidding Contractors must hold a current license from the State Licensing Board for General Contractors, Montgomery, AL with the classification of (MU) Municipal & Utility Construction. The work performed under this contract shall not commence until the Contractor has submitted a Performance Bond, Labor & Material Bond, and acceptable Certificate of Insurance. Performance Bond shall be in an amount equal to 100% of the contract price; Labor & Material Bond equal to 100% of the contract price; and Certificate of Insurance shall be as per the attached requirements and countersigned by a licensed resident agent in the State of Alabama. The work performed under this contract shall not begin until the Contractor has submitted bonds and insurance in an acceptable form. The Contractor will start work under the Contract not later than 10 calendar days after receipt of the “Notice to Proceed” and will be required to complete the work within 100 calendar days after receipt of the “Notice to Proceed”. ASPA intent is that work hours will be during normal day light hours. The work shall be scheduled and performed in a manner that will not interfere with operations of the facility or ongoing activities in the immediate and adjacent areas. The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all

Upload: others

Post on 18-Oct-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

Form ENG-FR-003 R&P Template Last Revised 1/31/12

To: Prospective Bidders Date: January 2019

Please procure the following and deliver to the address below:

Delivery of Proposal: Alabama State Port Authority Location identified below in Note #1

Delivery of Purchase or Performance of Work: Alabama State Port Authority Main Docks Pier 7 Mobile, AL

Description of Work This Requisition solicits proposals for construction services to upgrade an elevated water tank at the Alabama State Port Authority. Work will be in accordance with the requirements stated herein; attached Scope of Work, reference documents, Insurance Requirements and applicable State of Alabama and Federal Laws. All work items indicated in the attached scope of work shall be in accordance with OSHA, AWWA, NFPA and Department of Homeland Security Regulations as applicable.

The work consists principally of providing bonds, labor, materials, equipment, insurance and supervision necessary for the upgrade of an elevated water tank as indicated in the contract documents. All costs for aerial lifts and/or cranes shall be included in bid prices. The project site is located near Pier 7 at the Alabama State Port Authority Main Docks facility in Mobile, Alabama.

A Pre-Bid Meeting is scheduled for Thursday, January 17, 2019 at 10:00 AM at the base of the Pier 7 water tower. Bidder attendance is MANDATORY. All bidders without proper access credentials must contact the project manager at least 24 hours in advance to set up an escort into the facility.

All Contractors submitting bids are to carefully examine the site of the proposed work and thoroughly review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy oneself as to the character, quality, and quantities of work to be performed, and as to the requirements of the proposed contract. The submission of a proposal shall be proof that the bidding Contractor has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract. All bidding Contractors must hold a current license from the State Licensing Board for General Contractors, Montgomery, AL with the classification of (MU) Municipal & Utility Construction.

The work performed under this contract shall not commence until the Contractor has submitted a Performance Bond, Labor & Material Bond, and acceptable Certificate of Insurance. Performance Bond shall be in an amount equal to 100% of the contract price; Labor & Material Bond equal to 100% of the contract price; and Certificate of Insurance shall be as per the attached requirements and countersigned by a licensed resident agent in the State of Alabama. The work performed under this contract shall not begin until the Contractor has submitted bonds and insurance in an acceptable form.

The Contractor will start work under the Contract not later than 10 calendar days after receipt of the “Notice to Proceed” and will be required to complete the work within 100 calendar days after receipt of the “Notice to Proceed”. ASPA intent is that work hours will be during normal day light hours. The work shall be scheduled and performed in a manner that will not interfere with operations of the facility or ongoing activities in the immediate and adjacent areas.

The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all

Page 2: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

2 | P a g e

Form ENG-FR-003 R&P Template Last Revised 1/31/12

orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work.

The Contractor shall place a competent superintendent on the Project who shall have experience in the work being performed under the Contract. The assigned superintendent shall have the responsibility for the day-to-day operations of the work and shall remain on the Project site while the work under the Contract is being performed.

The Contractor will agree to comply with the safety rules, standards and regulations of the Federal Occupational Safety and Health Administration (OSHA) applicable to each of its operations, and to those established and recommended safety standards inherent in the industry; and to comply with U.S. Coast Guard regulations applicable to waterfront facilities and the policies of the Alabama State Port Authority while occupying any property of the Alabama State Port Authority.

The Alabama State Docks is a full time operating facility; operating 24 hours a day, 365 days a year, including nights, weekends and holidays.

Time is an essential element in the contract. As the prosecution of the work will inconvenience the tenant and interfere with business, it is important that the work be pressed vigorously to completion. Also, the cost to the Alabama State Port Authority of the administration of the contract, supervision, inspection and engineering will be increased as the time occupied in the work is lengthened. Therefore, exclusive of Sundays and national holidays, for each day that the work remains incomplete after the time specified, an amount of $200.00 shall be paid by the contractor to the Alabama State Port Authority as liquidated damages for the loss sustained by the State because of failure of the contractor to complete the work within the specified time. IMPORTANT NOTICE TO BIDDERS REGARDING ACCESS TO ASPA RESTRICTED FACILITIES: The Alabama State Port Authority’s Access Policy is provided on the ASPA website and in the links below:

http://www.asdd.com/portaccess_policy.html

http://www.asdd.com/portaccess_twicregs.html

http://www.asdd.com/portaccess_securitytraining.html

ALL persons working on this project are REQUIRED to have valid access credentials to include: 1) A TWIC Card 2) ASPA Badge 3) ASPA Vehicle Decal.

IMPORTANT NOTICE TO BIDDERS REGARDING EMPLOYMENT PRACTICES: Effective October 1, 2011, the Beason-Hammon Alabama Taxpayer and Citizen Protection Act (“the Act”) requires that any business entity contracting with or providing any grant or incentives to the state, including the Alabama State Port Authority, certify compliance with the Act. All Bidders must certify such compliance by executing the enclosed Certificate of Compliance and returning it to the Alabama State Port Authority with your bid package along with proof of the contractor’s enrollment in the e-verify program. The following E-Verify website link is provided for convenience: http://www.dhs.gov/files/programs/gc_1185221678150.shtm.

Page 3: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

3 | P a g e

Form ENG-FR-003 R&P Template Last Revised 1/31/12

CONTRACTOR’S PROPOSAL The Contractor hereby agrees to perform the specified work items for the LUMP SUM prices

outlined in the following schedule. All items listed shall be performed in accordance with this requisition and proposal and all referenced documents.

Item Description Price

1 Repair locations of chipped, cracked, or damaged concrete at the foundations with non-shrink grout, then apply a waterproofing sealant to all exposed concrete surfaces.

2 Install anchor bolt cover plates with grease fittings over the open face of anchor chairs. Clean the area prior to cover plate installation and fill all voids with grease after cover plate installation.

3 Install (2) grounding points with ground rods and conductors at opposite legs.

4 Install Confined Space, Fall Protection Equipment Required and Homeland Security Signage on the tank in accordance with OSHA and Homeland Security Codes.

5 Install a 2" frost proof and lockable drain valve near bottom of riser.

6 Replace the existing riser manway with a 24" diameter manway complete with a hinge/davit and galvanized bolts in accordance with OSHA, AWWA & NFPA.

7

Install a new OSHA approved Ladder on SW tank leg including cable-type safety climb device and lockable anti-climb. The existing ladder on NE tank leg shall remain as support for the existing utilities. Install a lockable ladder guard on the existing ladder to prevent climbing. Install signage at top & bottom of existing ladder to caution against climbing.

8 After adjusting windage and stay rods, reinforce all the strut end connections by welding strut ends to the tank leg gusset plates with all around fillet welds.

9 All Windage Rods and Riser Stay Rods shall be adjusted and tensioned as required by AWWA D100-11, Section 3.1.4 as necessary to enable the tank to withstand the design wind loading from any direction. This work shall be performed prior to all other items.

10 Raise existing catwalk handrails to 42" height & install an intermediate rail in accordance with OSHA, AWWA and NFPA.

11 Create an opening in catwalk handrail at top of new SW ladder & install a new 24” wide self closing swing gate in the opening.

12 Drill additional weep holes in catwalk balcony as necessary to prevent ponding water. 13 Weld 1/4" splice plates over catwalk joints at all posthead connections.

14 Install (1) new 30" shell manway at catwalk level on east side of shell complete with davit arm & galvanized bolts including an OSHA approved interior bowl access ladder.

15 Remove the existing shell and roof access ladders and replace both with OSHA approved ladders including cable-type safety climb devices.

16 Seal all roof penetrations to prevent the ingress of water and other contaminants. 17 Install 42" tall OSHA approved handrail system around circumference of tank roof. 18 Replace the existing roof vent with a frost proof/pressure proof vent. 19 Install a locking device on existing roof access hatch per Homeland Security Codes.

20 Remove the existing active cathodic protection system from tank interior, seal weld the existing hand holes and install a new passive cathodic protection system on tank interior.

Page 4: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

4 | P a g e

Form ENG-FR-003 R&P Template Last Revised 1/31/12

21 Replace the existing roof access hatch interior ladder with a new OSHA approved ladder including cable-type safety climb device.

22 Install a 42" tall OSHA approved handrail system around interior riser opening. 23 Install a hinged safety grate over the interior riser opening. 24 Remove the sediment accumulations on the tank floor.

25 Abrasive blast all interior surfaces to an SSPC-SP10 (near white blast), stripe coat all seams & welds and apply an epoxy paint system 8-10 mils DFT. Caulk interior lapped roof joints after painting.

26 Removal of all construction debris and cleanup of area. 27 Project Mobilization/Demobilization. 28 Port Access Credentials, Bonds and Insurance.

TOTAL BASE BID

ADDITIVE ALTERNATIVE #1

29 Install up to 30 square feet of welded patch plates over areas of widespread pitting ≥ 1/8" deep. Plates shall be a minimum of 3/16” thick.

30 Repair the shallow pitted areas on tank interior surfaces using up to (15) kits of pit filler.

31 Repair up to 200 linear feet of deteriorated weld seams on tank interior surfaces by grinding and welding.

32

Power wash, hand tool clean rusted & abraded areas (up to 25% of surface area) and apply the specified coating system to all exterior tank surfaces. Proposed substitution submittals shall include a signed letter from the manufacturer stating that the proposed product is equal to the specified product and must be approved by the ASPA project manager prior to application.

TOTAL ADDITIVE ALTERNATE #1

TOTAL BASE BID + ADDITIVE ALTERNATE #1

Page 5: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

5 | P a g e

Form ENG-FR-003 R&P Template Last Revised 1/31/12

NOTES: 1. Sealed bid proposals will be received via courier to the Alabama State Port Authority, 1400

Alabama State Docks Blvd, Suite 216, Administration Building, Mobile, AL 36602 by 1:30 P.M. on Thursday, January 31, 2019. Sealed bid proposals can also be hand delivered to the Killian Room starting at 15 minutes prior to the official bid opening at 2:00 PM on Thursday, January 31, 2019 at the Alabama State Port Authority in the International Trade Center building, 250 North Water Street, 1st floor—Killian Room, Mobile, AL. No bids will be accepted after 2:00 P.M. No faxed or electronic bids will be accepted.

2. Bid proposals must be submitted in sealed envelopes with the words “Bid Document Enclosed” clearly marked on the outside of the envelope. Sealed bids shall have the bidder’s name, contractor’s license number, project name, and time and date of bid opening shown on the outside of the envelope.

3. A Bid Bond or Certified Check made payable to the Alabama State Port Authority and equal to five percent (5%) of the amount bid, not to exceed $10,000, must accompany the Bid Proposal.

4. Authority reserves the right to refuse to issue a proposal form or a contract to a prospective bidder for any of the following reasons:

a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contract in force with the Authority.

b) Contractor default under previous Contract with the Authority. c) Proposal withdrawal or Bid Bond forfeiture on previous project with the Authority. d) Unsatisfactory work on previous contract with the Authority.

5. Authority may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as the Authority may request. The Authority reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Authority that such bidder is properly qualified to carry out the obligations of the Contract.

6. Any questions regarding the procurement should be directed to Marcus Coleman, P.E., Project Manager, at phone number (251) 441-7260 or email [email protected].

7. The right is reserved, as the interest of the Alabama State Port Authority may require, to reject any and all bids and to waive informalities in bids received.

8. The Contractor shall submit details of all materials and equipment to be applied or furnished during the project to ASPA Engineering for review prior to application or installation.

9. The project shall provide a 2 year Contractor warranty after final acceptance of work performed with a 5 year manufacturer warranty on all materials and equipment furnished.

10. In the event that Item 32 is not performed, all equipment installed or materials applied to the tank exterior shall be match painted to the existing exterior components.

11. The Contractor is responsible for providing dumpster and dumpster services for removal of all construction debris and waste from ASPA property.

12. “Install” in the Contractor’s Proposal indicates Furnish and Install. 13. See attached Scope of Work for additional information regarding specific items of work.

Page 6: Alabama State Port Authority

Alabama State Port Authority Requisition and Proposal

Project Name Pier 7 – Elevated Water Tank Upgrade

Project No. 10594 Task No. 01

6 | P a g e

Form ENG-FR-003 R&P Template Last Revised 1/31/12

SIGNATURES Receipt of following addendums is acknowledged: Addendum No. _________________ Addendum No. _________________ Addendum No. _________________ Addendum No. _________________

REFERENCED DOCUMENTS

• Alabama State Port Authority – Insurance Requirements for Contract Work • Certificate of Compliance with Beason-Hammon Alabama Taxpayer and Citizen Protection Act • Attached Scope of Work • Attached Drawing

Contractor’s Signature: Contractor Company___________________________________________________________________ ___________________________________ __________________________________ ____________ Name Title Date

Signature of Party Originating Requisition:

Marcus Coleman, P.E. Date Project Manager

Page 7: Alabama State Port Authority

M. Coleman/McDuffie Re: Pier 7 Water Tank Upgrade KM-lb 11/7/18

AALLAABBAAMMAA SSTTAATTEE PPOORRTT AAUUTTHHOORRIITTYY IINNSSUURRAANNCCEE RREEQQUUIIRREEMMEENNTTSS FFOORR CCOONNTTRRAACCTT WWOORRKK

INDEMNIFICATION The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence arising from operations under the contract, whether such operations are performed by himself or by any subcontractor or by anyone directly or indirectly employed by either of them occurring on or about the premises, or the ways and means adjacent during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies)(Required for this project)

All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days’ written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as Primary and Non-contributory Additional Insureds in connection with work performed for, on behalf of, or on the property of ASD, including a waiver of all rights of subrogation. General Liability (Required for this project)

The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $2,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability (Required for this project)

The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation (Required for this project)

The Contractor shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, Contractor shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers’ Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA).

Page 8: Alabama State Port Authority

State of ______________________________________ County of ____________________________________ CERTIFICATE OF COMPLIANCE WITH THE BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT (ACT 2011-535, as amended by Act 2012-491) DATE: _________________ RE Contract/Grant/Incentive (describe by number or subject): ________________________________________________ by and between ________________________________________________________(Contractor/Grantee) and _______________________________________________________(State Agency, Department or Public Entity) The undersigned hereby certifies to the State of Alabama as follows: 1. The undersigned holds the position of __________________________ with the Contractor/Grantee named above,

and is authorized to provide representations set out in this Certificate as the official and binding act of that entity, and has knowledge of the provisions of THE BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT (ACT 2011-535 of the Alabama Legislature, as amended by Act 2012-491) which is described herein as "the Act".

2. Using the following definitions from Section 3 of the Act, select and initial either (a) or (b), below, to describe the Contractor/Grantee's business structure.

BUSINESS ENTITY. Any person or group of persons employing one or more persons performing or engaging in any activity, enterprise, profession, or occupation for gain, benefit, advantage, or livelihood, whether for profit or not for profit. "Business entity" shall include, but not be limited to the following:

a. Self-employed individuals, business entities filing articles of incorporation, partnerships, limited partnerships, limited liability companies, foreign corporations, foreign limited partnerships, foreign limited liability companies authorized to transact business in this state, business trusts, and any business entity that registers with the Secretary of State.

b. Any business entity that possesses a business license, permit, certificate, approval, registration, charter, or similar form of authorization issued by the state, any business entity that is exempt by law from obtaining such a business license and any business entity that is operating unlawfully without a business license.

EMPLOYER. Any person, firm, corporation, partnership, joint stock association, agent, manager, representative, foreman, or other person having control or custody of any employment, place of employment, or of any employee, including any person or entity employing any person for hire within the State of Alabama, including a public employer. This term shall not include the occupant of a household contracting with another person to perform casual domestic labor within the household.

____ (a) The Contractor/Grantee is a business entity or employer as those terms are defined in Section 3 of the Act. ____ (b) The Contractor/Grantee is not a business entity or employer as those terms are defined in Section 3 of the Act.

3. As of the date of this Certificate, Contractor/Grantee does not knowingly employ an unauthorized alien within the State of Alabama and hereafter it will not knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama;

4. Contractor/Grantee is enrolled in E-Verify unless it is not eligible to enroll because of the rules of that program or other factors beyond its control.

Certified this ______ day of __________________ 20 _____

_______________________________________ Name of Contractor/Grantee/Recipient

By: _______________________________________

Its ________________________________________

The above Certification was signed in my presence by the person whose name appears above, on this ______ day of ___________________ 20_____.

WITNESS: ___________________________________________

___________________________________________ Printed Name of Witness

Page 9: Alabama State Port Authority

SCOPE OF WORK

100,000 GALLON ELEVATED WATER TANK UPGRADE

PIER 7

ALABAMA STATE PORT AUTHORITY MAIN DOCKS FACILITY

MOBILE, AL

Page 10: Alabama State Port Authority

ITEM 1 - TANK FOUNDATIONS REPAIR

CONCRETE FOUNDATIONS ARE SHOWING SIGNS OF CRACKING/SPALLING AND ARE NOT PROPERLY SEALED TO SAFEGUARD FROM WATER PENETRATION.

HAND TOOL CLEAN FOUNDATIONS, REPAIR SPALLING/CRACKING AREAS WITH NON-SHRINK GROUT AND APPLY ONE COAT OF WATERPROOFING SEALANT TO ALL EXPOSED SURFACES.

Page 11: Alabama State Port Authority

ITEM 2 - ANCHOR BOLT COVER PLATES

FURNISH AND INSTALL ANCHOR BOLT COVER PLATES WITH GREASE FITTINGS OVER THE OPEN FACE OF ANCHOR CHAIRS TO REDUCE FURTHER CORROSION AND TO EXTEND THE SERVICE LIFE OF EXISTING ANCHOR BOLTS. CLEAN ALL EXISTING COMPONENTS PRIOR TO COVER PLATE INSTALLATION AND FILL ALL VOIDS WITH GREASE AFTER COVER PLATE INSTALLATION. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 12: Alabama State Port Authority

ITEM 3 – ELECTRICAL GROUNDING AT FOUNDATIONS

TANK IS NOT PROPERLY GROUNDED ACCORDING TO NFPA 780 4.9.10 & 4.9.10.1. STRUCTURES EXCEEDING 250 FEET IN PERIMETER, ARE REQUIRED TO HAVE AN ADDITIONAL CONDUCTOR FOR EVERY 100 FEET OF PERIMETER IN ACCORDANCE WITH NFPA 780 4.9.10 AND 4.9.10.1.

FURNISH AND INSTALL TWO GROUND CONDUCTORS AND GROUND RODS. CONDUCTORS AND GROUND RODS SHALL BE SIZED PER REQUIREMENTS OF NFPA.

Page 13: Alabama State Port Authority

ITEMS 4, 5 & 6 - SIGNAGE, DRAIN VALVE, & MANWAY UPGRADE

FURNISH AND INSTALL CONFINED SPACE, FALL PROTECTION EQUIPMENT REQUIRED AND HOMELAND SECURITY SIGNS ON THE TANK IN ACCORDANCE WITH OSHA 1910.146 (C) (2), 1926.502 (D), US CODE TITLE 42, SECTION 300i-1 OF THE DEPARTMENT OF HOMELAND SECURITY CODES. FURNISH AND INSTALL A 2” DIAMETER FROST PROOF AND LOCKABLE DRAIN VALVE AS CLOSE TO THE BOTTOM OF THE RISER AS POSSIBLE SO THAT THE DRAINED WATER CAN BE DIRECTED INTO A STORM DRAIN BY CONNECTING A TEMPORARY DRAIN LINE. REPLACE THE EXISTING RISER MANWAY WITH A 24” DIAMETER MANWAY COMPLETE WITH A HINGE/DAVIT ARM AND GALVANIZED BOLTS IN ACCORDANCE WITH OSHA 1910.36, AWWA D100-11 7.4.4 AND NFPA 22 2013 14.7.2.1. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 14: Alabama State Port Authority

ITEM 7 – MODIFY EXISTING LADDER & INSTALL NEW LADDER

EXISTING LADDER ON NORTHEAST TANK LEG IS NOT COMPLIANT WITH CURRENT OSHA REGULATIONS. INSTALL A LOCKABLE LADDER GUARD ON THE EXISTING LADDER TO PREVENT CLIMBING AND POST OSHA APPROVED SIGNAGE AT TOP AND BOTTOM OF LADDER TO CAUTION AGAINST CLIMBING. EXISTING CABLES AND CONDUITS SUPPORTED ALONG EXISTING LADDER SHALL REMAIN IN PLACE AND SHALL NOT BE DAMAGED. THE CONTRACTOR IS RESPONSIBLE TO REPAIR ANY DAMAGE TO THE EXISTING UTILITIES. INSTALL A NEW OSHA APPROVED LADDER ON SOUTHWEST TANK LEG INCLUDING A CABLE-TYPE SAFETY CLIMB DEVICE AND A LOCKABLE ANTI-CLIMB IN ACCORDANCE WITH OSHA 29 CFR 1910.27, AWWA D100-11, SECTION 7.4 AND NFPA 22 2013 5.7.4.1. SPECIAL CARE SHALL BE TAKEN BY THE CONTRACTOR TO ENSURE THAT THE EXISTING ANTENNAS LOCATED NEAR THE TOP OF THE SOUTHWEST TANK LEG ARE NOT DAMAGED OR THE OPERATION INTERFERED WITH. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 15: Alabama State Port Authority

ITEM 8 – REINFORCE STRUT END CONNECTIONS

AFTER ADJUSTING WINDAGE AND STAY RODS, REINFORCE ALL THE STRUT END CONNECTIONS BY WELDING THE STRUT ENDS TO THE TANK LEG GUSSET PLATES WITH 5/16” ALL AROUND FILLET WELDS. ALL BARE METAL SURFACES SHALL BE MATCH PAINTED TO EXISTING.

Page 16: Alabama State Port Authority

ITEM 9 – ADJUSTMENT OF WINDAGE RODS

WINDAGE RODS ARE DESIGNED TO RESIST AND STABILIZE THE TANK STRUCTURE AGAINST WIND AND SEISMIC LOADS COMBINED WITH DEAD AND LIVE LOADS. THE RODS SHOULD WITHSTAND THE DESIGN WIND LOADS BLOWING FROM ANY DIRECTION PER AWWA GUIDELINES.

ADJUST/TENSION ALL WINDAGE RODS AS NECESSARY TO ENABLE THE TANK TO WITHSTAND THE DESIGN WIND LOADING FROM ANY DIRECTION, AS REQUIRED BY AWWA D100-11, SECTION 3.1.4. ALL BARE METAL SURFACES SHALL BE MATCH PAINTED TO EXISTING. THIS WORK SHALL BE PERFORMED PRIOR TO ALL OTHER ITEMS OF WORK.

Page 17: Alabama State Port Authority

ITEM 9 - ADJUSTMENT OF RISER STAY RODS

ADJUST/TENSION ALL RISER STAY RODS AS NECESSARY TO ENABLE THE TANK TO WITHSTAND THE DESIGN WIND LOADING FROM ANY DIRECTION, AS REQUIRED BY AWWA D100-11, SECTION 3.1.4. ALL BARE METAL SURFACES SHALL BE MATCH PAINTED TO EXISTING. THIS WORK SHALL BE PERFORMED PRIOR TO ALL OTHER ITEMS OF WORK.

Page 18: Alabama State Port Authority

ITEMS 10 & 11 – MODIFY CATWALK HANDRAIL & INSTALL SWING GATE

RAISE EXISTING CATWALK HANDRAILS TO THE REQUIRED 42” HEIGHT IN ACCORDANCE WITH OSHA 1910.23, AWWA D100-11, SECTION 3.1.7, AND NFPA 22 2013 8.7.9. FURNISH & INSTALL AN INTERMEDIATE RAIL IN ACCORDANCE WITH OSHA 1910.23 SUBPART E (1).

CREATE AN OPENING IN THE CATWALK HANDRAIL AT TOP OF NEW SW CLIMBING LADDER AND INSTALL A NEW 24” WIDE SELF CLOSING SWING GATE TO ALLOW SAFE ACCESS TO CATWALK. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

CONTRACTOR SHALL ENSURE EXISTING ANTENNAS NEAR TOP OF SOUTHWEST TANK LEG ARE NOT DAMAGED OR OPERATION INTERFERED WITH. EXISTING ANTENNAS SHALL REMAIN ACTIVE FOR DURATION OF PROJECT AND FEEDER LINES HANDLED AS NECESSARY TO FACILITATE THE WORK.

Page 19: Alabama State Port Authority

ITEMS 12 & 13 - CATWALK MODIFICATIONS

DRILL ADDITIONAL WEEP HOLES IN THE CATWALK AS NECESSARY TO PREVENT PONDING WATER.

WELD ¼” SPLICE PLATES OVER CATWALK JOINTS AT ALL POSTHEAD CONNECTIONS TO IMPROVE STRUCTURAL INTEGRITY OF THE CATWALK. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING. ALL BARE METAL SURFACES SHALL BE MATCH PAINTED TO EXISTING.

Page 20: Alabama State Port Authority

ITEM 14 - NEW SHELL MANWAY FURNISH & INSTALL (1) NEW 30" SHELL MANWAY COMPLETE WITH A DAVIT ARM AND GALVANIZED BOLTS AT THE CATWALK LEVEL SPACED AT 90 DEGREES FROM THE EXISTING ROOF MANWAY AND LOCATED ON THE EAST SIDE OF THE SHELL. THE NEW MANWAY SHALL BE INSTALLED IN CONJUNCTION WITH THE INSTALLATION OF (1) NEW OSHA APPROVED INTERIOR BOWL ACCESS LADDER INCLUDING CABLE-TYPE SAFETY CLIMB DEVICE IN ACCORDANCE WITH OSHA 1910.36, AWWA D100-11 SECTION 7.4.4 AND NFPA 22 2013 14.7.2. THE NEW INTERIOR BOWL ACCESS LADDER SHALL BE PAINTED USING AN EPOXY PAINT SYSTEM. ALL COMPONENTS INSTALLED ON TANK EXTERIOR SHALL BE MATCH PAINTED TO EXISTING.

Page 21: Alabama State Port Authority

ITEM 15 – REPLACE EXISTING SHELL LADDER

REMOVE THE EXISTING SHELL LADDER THAT IS NOT COMPLIANT WITH CURRENT OSHA REGULATIONS.

FURNISH AND INSTALL A NEW OSHA APPROVED SHELL LADDER INCLUDING CABLE-TYPE SAFETY CLIMB DEVICE IN ACCORDANCE WITH OSHA 29 CFR 1910.27, AWWA D100-11, SECTION 7.4 AND NFPA 22 2013 5.7.4.1. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 22: Alabama State Port Authority

ITEM 15 – REPLACE EXISTING ROOF LADDER

REMOVE THE EXISTING ROOF LADDER THAT IS NOT COMPLIANT WITH CURRENT OSHA REGULATIONS.

FURNISH AND INSTALL A NEW OSHA APPROVED ROOF LADDER INCLUDING CABLE-TYPE SAFETY CLIMB DEVICE IN ACCORDANCE WITH OSHA 29 CFR 1910.27, AWWA D100-11, SECTION 7.4 AND NFPA 22 2013 5.7.4.1. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 23: Alabama State Port Authority

ITEM 16 – SEAL ALL TANK ROOF PENETRATIONS ITEM 17 – INSTALL TANK ROOF HANDRAIL SYSTEM

SEAL ALL ROOF PENETRATIONS TO PREVENT INGRESS OF WATER AND OTHER CONTAMINANTS.

FURNISH AND INSTALL A 42” TALL OSHA APPROVED HANDRAIL SYSTEM AROUND THE CIRCUMFERENCE OF THE TANK ROOF IN ACCORDANCE WITH OSHA 1910.23, AWWA D100-11, SECTION 3.1.7, AND NFPA 22 2013 8.7.9. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 24: Alabama State Port Authority

ITEM 18 – REPLACE EXISTING ROOF VENT

REMOVE THE EXISTING ROOF VENT THAT IS NOT COMPLIANT WITH CURRENT REGULATIONS. FURNISH AND INSTALL A NEW FROST PROOF/PRESSURE PROOF ROOF VENT IN ACCORDANCE WITH AWWA D100-11, SECTION 7.5, 7.5.1, AND 7.5.2. ALL INSTALLED COMPONENTS SHALL BE MATCH PAINTED TO EXISTING.

Page 25: Alabama State Port Authority

ITEM 19 – INSTALL LOCK ON EXISTING ROOF HATCH

EXISTING ROOF HATCH DOES NOT HAVE A LOCKING DEVICE TO PREVENT UNAUTHORIZED ACCESS TO THE INTERIOR OF THE TANK.

FURNISH AND INSTALL LOCKING DEVICE ON EXISTING ROOF HATCH IN ACCORDANCE WITH DEPARTMENT OF HOMELAND SECURITY US CODE TITLE 42, SECTION 300i-1. KEYS SHALL BE PROVIDED TO ASPA PERSONNEL PRIOR TO PROJECT COMPLETION.

Page 26: Alabama State Port Authority

ITEM 20 – REMOVE/REPLACE CATHODIC PROTECTION SYSTEM

REMOVE THE EXISTING ACTIVE CATHODIC PROTECTION SYSTEM FROM TANK INTERIOR AND SEAL WELD ALL EXISTING HAND HOLES CLOSED TO PREVENT THE INGRESS OF CONTAMINATES.

FURNISH AND INSTALL A NEW PASSIVE CATHODIC PROTECTION SYSTEM IN TANK INTERIOR.

Page 27: Alabama State Port Authority

ITEM 21 – ROOF ACCESS HATCH INTERIOR LADDER REMOVE THE EXISTING ROOF ACCESS HATCH INTERIOR LADDER THAT IS NOT COMPLIANT WITH CURRENT REGULATIONS. FURNISH AND INSTALL A NEW OSHA APPROVED ROOF ACCESS HATCH INTERIOR LADDER INCLUDING CABLE-TYPE SAFETY CLIMB DEVICE IN ACCORDANCE WITH OSHA 29 CFR 1910.27, AWWA D100-11, SECTION 5.4.2.5 AND NFPA 22 2013 5.7.4. PAINT THE NEW LADDER USING AN EPOXY PAINT SYSTEM.

Page 28: Alabama State Port Authority

ITEM 22 – HANDRAIL SYSTEM AROUND INTERIOR RISER OPENING ITEM 23 – SAFETY GRATE OVER INTERIOR RISER OPENING

FURNISH AND INSTALL A 42” TALL HANDRAIL SYSTEM AROUND THE INTERIOR RISER OPENING IN ACCORDANCE WITH OSHA 1910.23, AWWA D100-11, SECTION 3.1.7 AND NFPA 22 2013 8.7.9. PAINT THE NEW HANDRAIL SYSTEM USING AN EPOXY PAINT SYSTEM.

FURNISH AND INSTALL A HINGED SAFETY GRATE OVER THE INTERIOR RISER OPENING. PAINT THE NEW SAFETY GRATE USING AN EPOXY PAINT SYSTEM.

Page 29: Alabama State Port Authority

ITEM 24 - SEDIMENT REMOVAL FROM TANK FLOOR

REMOVE SEDIMENT ACCUMULATION ON THE TANK FLOOR. ASPA WILL BE RESPONSIBLE TO DRAIN THE TANK PRIOR TO START OF WORK AND REFILL THE TANK UPON PROJECT COMPLETION.

Page 30: Alabama State Port Authority

ITEM 25 – ABRASIVE BLAST, PRIME AND PAINT TANK INTERIOR

THE INTERIOR OF THE TANK IS EXHIBITING SIGNS OF CORROSION, PITTING, RUST STAINING AND COATING FAILURE.

ABRASIVE BLAST ALL INTERIOR SURFACES TO AN SSPC-SP10 (NEAR WHITE BLAST), STRIPE COAT ALL SEAMS & WELDS AND APPLY AN EPOXY PAINT SYSTEM 8-10 MILS DFT.

CAULK INTERIOR LAPPED JOINTS AFTER PAINTING.

Page 31: Alabama State Port Authority

ITEMS 29, 30 & 31 – REPAIR PITTED AREAS & WELD SEAMS OF TANK INTERIOR

THE INTERIOR OF THIS TANK IS EXHIBITING SIGNS OF PITTING OF THE SHELL, WHICH IS A RESULT OF CORROSION THAT REDUCES THE THICKNESS AND STRENGTH OF THE SHELL PLATES.

FURNISH & INSTALL UP TO 30 SQUARE FEET OF WELDED PATCH PLATES OVER AREAS OF WIDESPREAD PITTING ≥ 1/8" DEEP. PLATES SHALL BE A MINIMUM OF 3/16” THICK. REPAIR THE SHALLOW PITTED AREAS ON TANK INTERIOR USING UP TO (15) KITS OF PIT FILLER. REPAIR UP TO 200 LINEAR FEET OF DETERIORATED WELD SEAMS ON TANK INTERIOR BY GRINDING AND WELDING.

Page 32: Alabama State Port Authority

ITEM 32 – POWER WASH, HAND TOOL CLEAN & PAINT TANK EXTERIOR

POWER WASH, HAND TOOL CLEAN RUSTED AND ABRADED AREAS (UP TO 25% OF SURFACE AREA) AND APPLY THE SPECIFIED COATING SYSTEM TO ALL EXTERIOR SURFACES. PROPOSED SUBSTITUTIONS MUST BE APPROVED BY THE ASPA PROJECT MANAGER PRIOR TO APPLICATION.

FEEDER LINES, WIND SOCK, ANTENNAS, ETC. MOUNTED ON WATER TANK EXTERIOR SHALL BE PROTECTED AGAINST DAMAGE. CONTAINMENT SCREENS/DROP CLOTHS SHALL BE USED TO PROTECT ADJACENT MODULAR OFFICE, ELECTRICAL PANELS AND TO CATCH REMNANTS OF LOOSE PAINT CHIPS AT BASE OF TANK. COORDINATE WITH ASPA AND REMOVE ANY EQUIPMENT STORED UNDER THE WATER TANK FOR THE DURATION OF THE PROJECT.

Page 33: Alabama State Port Authority

ADDITIONAL DETAILS – ITEM 32

SCOPE OF WORK:

1.) With lead being present in the original 1950’s paint system, the Contractor shall encapsulate any remnants of the original paint system. Any necessary lead abatement activities shall be the Contractor’s responsibility and shall be included in the Bid price.

2.) Modular office building and electrical panels located adjacent to the water tank base shall be covered to prevent damage. The Contractor will be liable for any damages.

3.) Feeder lines, Antennas, Wind Sock, etc. mounted on the exterior of the water tank shall be protected from damage. The Contractor will be liable for any damage.

4.) 5,000 psi pressure wash all surfaces per SSPC-SP1 requirements. 5.) Hand tool clean all rusted and abraded areas (up to 25% of surface area) per SSPC-SP2

& SP3 requirements. 6.) Apply Pre Prime 167 Penetrating Sealer to all areas with surface rust. 7.) Apply full coat of International Devran 201 Universal Primer Cream color. 8.) Apply full coat of International Devthane 379 White Color. 9.) All painting shall be roller applied due to overspray concerns. All proposed

substitutions of the specified paint system shall be approved by the ASPA project manager prior to application.

10.) All costs for aerial lifts and/or cranes shall be included in the Bid price. HISTORY:

This water tank was built in the 1950’s.

This water tank was painted in 1996 and the paint system encapsulated the original lead base paint system, however some of the original lead base system may remain adhered to the structure. This water tank was painted in 2014 with the following process:

5000 psi power wash to an SSPC-SP1. Power tool clean rusted areas (power tools contained a vacuum system). One coat Pre-prime 167 penetrating sealer to all areas with surface rust. One coat International Devran 201 Universal Primer Cream Color @ 2-3 mils DFT. One coat International BarRust 235 Multipurpose Epoxy Off White Color @ 4-8 mils DFT. One coat International Devthane 379 White Color @ 2-3 mils DFT.

Containment screens/drop cloths were utilized at the tank base to capture remnants of loose paint flakes.

Page 34: Alabama State Port Authority

�., l's,.

-----STC. \ oc,000 Gl\1.. EI.LIPSOIDA\. TANK v--

'; ................... ----------..--.1-',

', ,.,

UI JAi )I, IX XIXlXIXll\ V

c;, \9

... �\I)

0,.

fl)

., 0-

[Y]

· -�

vii:!_

Ill

t "'.l,

��'u

I

f.ORJ,MBN�

�;, ,_ _ ___

�... 0

IL

' C> ,��,IY)�, ? _cc, 01 a--- oj v .::: '-lf .()

() \) .-'

, __

r a... Ill

...... ......._

SU FOUNDATION Pl.AN f"OR CONC.Rt.Tt. "TH"U!.T aLOC:�

ELEY8Il9N

-----FtJClO S.ME.L\. \.FIOOl!.R � S.TD. 24-" 8ALCONV • 3t." tiAt,10�1'\IL •• �------�.:ro. 81\\.CONY LAOOtR

---- !,TD PQ,$T TO 6At..CONY -ADOt.R 1'0/ �

��

.:v:.:.'�-----4-uttc1now ROO'!> 1·• 11 1 . -_,. c::. s.Toe.

----� nEL0 NOTt.: LOO:.ll>l !:RE.CTI ON i:100'!!>

/

; FINO LU:Wt !"4 P\..F\C E. �, ----4TOP c:oLUMNt,·1�·•,. 11 , 38 ------

STD, 12"" 18" Ml'lllHO\.[ C:Ov'tR 10"11Nt..lf.T PIPE TO EITE.NCl

APPROX. 3' 0 IN!>IOE CYl.lMOlR

!"OUNDATION !;Y C · "\ l, (.!:i •

W.P. TO�.

l �" ANC�OR WL T-., i :,· ¢· <\ ANCHIOR. !,OL T '!> · - �'t• 'f

(C.O\ •. PltP.) (CTR. Plt.R)

AutoCAD SHX Text
TOP OF FOUNDATION
AutoCAD SHX Text
4 STRUTS WF 8"X31#
AutoCAD SHX Text
CYLINDER 36" X 112'-4" " LG516" LG
AutoCAD SHX Text
4 STRUTS WF8"X24# TYP.
AutoCAD SHX Text
4 CYLINDER RODS 1" TYP.
AutoCAD SHX Text
8 TOWER RODS 1-3/8" TYP.
AutoCAD SHX Text
LADDER TO BALCONY LADDER
AutoCAD SHX Text
4 COLUMNS 16" X120'LG.TYP
AutoCAD SHX Text
4 ERECTION RODS 1-1/2"
AutoCAD SHX Text
ELLIPSOIDAL HEAD TYP.
AutoCAD SHX Text
STD.24" BALCONY & 36"HANDRAILS
AutoCAD SHX Text
4" STUBOVERFLOW PIPE
AutoCAD SHX Text
ROOF&TANK LADDER
AutoCAD SHX Text
12" STEEL VENT
AutoCAD SHX Text
TOP OF TANK
AutoCAD SHX Text
SPRING LINE
AutoCAD SHX Text
SPRING LINE
AutoCAD SHX Text
BERTH 6 WATER TANK ELEVATION VIEW
AutoCAD SHX Text
MICROWAVE DISH
AutoCAD SHX Text
DWG BY:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
CHKD. BY:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
BY:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
BY:
AutoCAD SHX Text
BY:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DRAWING NO.:
AutoCAD SHX Text
FLORIDA
AutoCAD SHX Text
GEORGIA
AutoCAD SHX Text
MISSISSIPPI
AutoCAD SHX Text
TENNESSEE
AutoCAD SHX Text
L
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
G
AutoCAD SHX Text
A
AutoCAD SHX Text
M
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
A
AutoCAD SHX Text
L
AutoCAD SHX Text
A
AutoCAD SHX Text
ALABAMA STATE PORT AUTHORITY
AutoCAD SHX Text
MOBILE, ALABAMA
AutoCAD SHX Text
BERTH 6 WATER TANK
AutoCAD SHX Text
ELEVATION VIEW
AutoCAD SHX Text
REV NO.
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
BY
AutoCAD SHX Text
PORT OF
AutoCAD SHX Text
MOBILE
AutoCAD SHX Text
3/32"= 1'-0"
AutoCAD SHX Text
NONE
AutoCAD SHX Text
VESSEL SIDE ELEVATION
AutoCAD SHX Text
RLB
AutoCAD SHX Text
XXX
AutoCAD SHX Text
06/11/2018
AutoCAD SHX Text
06/11/2018