Post on 07-Jun-2020
Addendum 1
January 16, 2020
Page 1
ADDENDUM 1
Murrells Inlet Water Storage Tank
SRF Project Number 2220010-01
Georgetown County Water and Sewer District (GCWSD)
Georgetown County, South Carolina
TO: All Contract Document Holders
FROM: Hazen and Sawyer
DATE: January 16, 2020
The following changes are hereby made in the Contract Documents for the above listed
project:
1. Section 00300 – Bid Form: Delete Existing Section 00300-Bid Form and Replace
with new Section 00300-Bid Form.
2. Section 00800 – Supplementary Conditions: Add the following:
Article 5 - 5.04 C. Contractor Insurance Requirements
1. Workers' Compensation: Statutory
2. Employer's Liability –
a. Personal injury $1,000,000
b. Each Accident: $ 500,000
c. Disease, Policy Limit: $1,000,000
d. Disease, Each Employee: $ 500,000
3. General Liability –
a. Each Occurrence (Bodily Injury and Property Damage): $1,000,000
b. General Aggregate: $2,000,000
c. Products – Completed Operations Aggregate $1,000,000
4. Excess or Umbrella Liability –
a. Each Occurrence: $1,000,000
b. General Aggregate: $2,000,000
5. Automobile Liability --
Addendum 1
January 16, 2020
Page 2
a. Automobile bodily injury and property damage liability insurance
covering owned, non-owned, rental, hired auto, non-owned vehicles,
and employee non-ownership.
b. Builder’s Risk Per General Conditions
(including acts of God)
3. SRF Documents: Delete Davis Bacon Wage Decision and replace with the attached
new Davis Bacon Wage Decision.
4. Section 13210 – Multi-Column Elevated Water Storage Tank: Add the attached
document entitled “GCWSD_Storage Tank Coating Specs” to this section as a
supplement to the coating, exterior logo, and block lettering requirements of this
section.
5. Drawing Sheets C01, C02, C03, C04, and C05: Delete existing drawing sheets and
replace with new sheets C01, C02, C03, C04, and C05.
6. Coordination with other work related to the connection point from tank site to water
main (by others): Coordination is required with the water main Contractor. If the
water main construction is completed first, the tank Contractor shall make the
connection to the water main. If the tank construction is completed first, the water
main Contractor shall make the connection to the tank water main.
7. The Pre-Bid Meeting Agenda is attached for additional information.
8. Clarifications:
a. What is the budget for the project? The preliminary opinion of probable
construction cost for this project is $1.35 million for the base bid and $1.5
million for the alternate bid.
b. What permits are required and associated costs? The SCDHEC Construction
Permit has be obtained. All other permits, business licenses, etc. (including
fees) are the Contractor’s responsibility.
c. Can you provide a Plan Holders list? Current plan holders include Caldwell
Tank, Maguire Iron, Landmark Structures, and Phoenix Fabricators.
d. Will we be permitted to work weekends? Special permission is required for
weekend work. Additional information and details related to the type of work
being performed is required.
e. Section 13210 of the Specifications calls for the overflow to be stainless steel.
Will painted carbon steel be acceptable? Painted carbon steel is acceptable.
Addendum 1
January 16, 2020
Page 3
For the Engineer:
Hazen and Sawyer
Kevin M. Bair, P.E., P.L.S.
Attachment: Section 00300 – Bid Form
Davis Bacon Wage Decision
GCWSD_Storage Tank Coating Specs
Murrells Inlet Water Tank Drawings - Revised for Grading Site
Pre Bid Meeting Agenda
31230-005/00300:1.16.20 00300-1 MURRELLS INLET WATER STORAGE TANK
SECTION 00300
BID FORM
GEORGETOWN COUNTY WATER AND SEWER DISTRICT GEORGETOWN COUNTY, SOUTH CAROLINA
MURRELLS INLET WATER TANK SRF PROJECT NO. 2220010-01
TABLE OF CONTENTS
Page
Article 1 – Bid Recipient .............................................................................................................. 3
Article 2 – Bidder’s Acknowledgements ...................................................................................... 3
Article 3 – Bidder’s Representations ........................................................................................... 3
Article 4 – Bidder’s Certification .................................................................................................. 4
Article 5 – Basis of Bid ................................................................................................................ 5
Article 6 – Time of Completion .................................................................................................... 6
Article 7 – Attachments to this Bid ............................................................................................... 6
Article 8 – Bid Submittal .............................................................................................................. 7
31230-005/00300:1.16.20 00300-2 MURRELLS INLET WATER STORAGE TANK
THIS PAGE INTENTIONALLY LEFT BLANK
31230-005/00300:1.16.20 00300-3 MURRELLS INLET WATER STORAGE TANK
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to:
Georgetown County Water and Sewer District Attn: Ms. Amanda Kirchmeyer 456 Clearwater Drive, or PO Box 2730 Pawleys Island, SC 29585
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:
Addendum No. Addendum Date
1 January 16, 2020
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings (as applicable), and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings (as applicable).
31230-005/00300:1.16.20 00300-4 MURRELLS INLET WATER STORAGE TANK
E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.
F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Owner is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.
J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;
2. “Fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels or (c) to deprive Owner of the benefits of free and open competition;
3. “Collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and
31230-005/00300:1.16.20 00300-5 MURRELLS INLET WATER STORAGE TANK
4. “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract.
ARTICLE 5 – BASIS OF BID
Bidder will complete the Work in accordance with the Contract Documents and shall identify in the following table (1) the unit price bids for completing all work, (2) Bonds and Insurance, and (3) the Total Bid Price which shall be the sum of the first two items.
Item #
Description Qty UOM Unit Price Extended
1 Mobilization & Demobilization (not to exceed 5% of Subtotal)
1 LS
2 300,000-Gallon Multi-Column Elevated Water Storage Tank and Related Appurtenances
1 LS
3 Painting/Lettering and Related Appurtenances
1 LS
4 Tank Foundation and Related Appurtenances 1 LS
5 Yard Piping, Fittings, and Related Appurtenances
1 LS
6 Site Work (Clearing, Grading, Grassing, Driveway, and Related Appurtenances)
1 LS
7 Fencing and Related Appurtenances 1 LS
8 Electrical/SCADA and Related Appurtenances 1 LS
9 Erosion Control 1 LS
10 Subtotal $
11 Bond/Insurance 1 LS $
TOTAL $
Alt 1 500,000-Gallon Multi-Column Elevated Water Storage Tank and Related Appurtenances
1 LS $
Total Bid Price (Items 1-11 only excluding Alternate 1) __________________________________
The TOTAL BID PRICE for completing all work included in the Contract shall be as follows (enter amount of Bid as shown above in words and numerals):
____________________________________________________________________________ ___________________________________________Dollars and ______________________ Cents ($_______________________________________).
CONTRACTOR: _______________________________________ (Print)
31230-005/00300:1.16.20 00300-6 MURRELLS INLET WATER STORAGE TANK
Bidder acknowledges that (1) each unit price Bid item includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents.
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially complete within 365 consecutive calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 395 consecutive calendar days after the date when the Contract Times commence to run.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 7 – ATTACHMENTS TO THIS BID
7.01 The following documents are submitted with and made a condition of this Bid:
A. Bid Security
B. Certified List of Proposed Manufacturers / Subcontractors
C. Photocopy of South Carolina’s General Contractor’s License
D. Qualifications of Bidders
CERTIFIED LIST OF PROPOSED MANUFACTURERS/ SUBCONTRACTORS
As part of the procedure for submission of Bids on this project known as Murrells Inlet Water Tank, Bidder submits the following list of Manufacturers / Subcontractors to be used in the performance of work to be done on said Project. The list of Manufacturers / Subcontractors furnished shall be based on requirements of the Contract Documents. Changes to this list after the Bid opening shall only be as approved by the Owner upon request by the Contractor or as required by the Owner based upon review of Contractor's submittals.
CATEGORY MANUFACTURER / SUBCONTRACTOR
31230-005/00300:1.16.20 00300-7 MURRELLS INLET WATER STORAGE TANK
QUALIFICATIONS OF BIDDERS In order to assist the Owner in determining whether the Bidder is qualified to perform the Work, the Bidder shall furnish the following information with his Bid. 1. List of references who are qualified to judge as to his financial responsibility and his
experience in work of similar nature to that bid upon. 2. List of previous contracting experience, including dollar values of contracts. 3. List of facilities or equipment that is available for use. 4. Name, residence, and title of the individual who will give personal attention to the work. Notes: A. Bidder shall attach additional pages, if necessary, in order to complete the required
information. B. The Bidder shall submit detailed information required for above items 1 through 4 with his
Bid package. The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 8 – BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
By: [Signature]
[Printed name]
(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)
Attest: [Signature]
[Printed name]
Title:
Submittal Date:
Address for giving notices:
31230-005/00300:1.16.20 00300-8 MURRELLS INLET WATER STORAGE TANK
Telephone Number:
Fax Number:
Contact Name and e-mail address:
Bidder’s License No.:
-END OF SECTION-
"General Decision Number: SC20190001 01/04/2019
Superseded General Decision Number: SC20180001
State: South Carolina
Construction Types: Heavy (Heavy and Sewer and Water Line)
Counties: Abbeville, Allendale, Bamberg, Barnwell, Beaufort,
Cherokee, Chester, Chesterfield, Clarendon, Colleton, Dillon,
Georgetown, Greenwood, Hampton, Jasper, Lancaster, Lee, Marion,
Marlboro, McCormick, Newberry, Oconee, Orangeburg, Union and
Williamsburg Counties in South Carolina.
DOES NOT INCLUDE SAVANNAH RIVER SITE IN ALLENDALE AND BARNWELL
COUNTIES
HEAVY CONSTRUCTION PROJECTS (includes Sewer & Water Line
projects)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.60 for calendar year 2019 applies to all contracts
subject to the Davis-Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.60 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least
Davis Bacon Wage Decision
the wage rate determined through the conformance process set
forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
if it is higher than the conformed wage rate). The EO minimum
wage rate will be adjusted annually. Please note that
this EO applies to the above-mentioned types of contracts
entered into by the federal government that are subject
to the Davis-Bacon Act itself, but it does not apply
to contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/04/2019
SUSC1990-005 02/08/1990
Rates Fringes
Boilermaker (tank work)........$ 12.96 3.315
Bricklayer.....................$ 7.25
Carpenter......................$ 7.42
Cement mason/concrete
finisher.....................$ 7.25
Ironworker.....................$ 10.98
Laborers:
Chain saw...................$ 7.25
General.....................$ 7.25
Pipelayer...................$ 7.25
Pipefitter.....................$ 9.09
Power equipment operators:
Backhoe.....................$ 7.25
Bulldozer...................$ 7.25
Crane.......................$ 7.98
Dragline....................$ 7.25
Front End Loader............$ 7.25
Mechanic....................$ 7.25
Motor grader................$ 7.25
Pan Scraper.................$ 7.25
Line Construction: line
technician.......................$ 10.08
MANHOLE BUILDER..................$ 7.25
TRUCK DRIVER.....................$ 7.25
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
"
TECHNICAL SPECIFICATIONSGeorgetown County Water & Sewer District
PART 1 - GENERAL
1.01 SCOPEA. The work of this section includes the surface preparation and painting of all surfaces
related to the storage tank as indicated. Furnish all necessary materials, tools, equipment and labor. All work shall be in accordance with these specifications, and the recommended practices of the American Water Works Association (AWWA) and South Carolina Department of Health and Environmental Control (SC DHEC).
1.02 RELATED WORK SPECIFIED ELSEWHERE (if applicable)
A. Coating and painting of all other surfaces is specified in Section 9.
1.03 REFERENCE SPECIFICATIONS AND STANDARDS
A. Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and painting of surfaces shall conform to the applicable requirements of the Steel Structures Painting Council, NACE, ICRI, CSP and the manufacturer’s printed instructions.
B. All work shall be in accordance with these specifications, and the recommended practices of the American Water Works Association (AWWA) and the South Carolina Department of Health and Environmental Control (SC DHEC).
C. The Owner’s decision shall be final as the interpretation and/or conflict between any of the referenced specifications and standards contained herein.
1.04 CONTRACTOR
A. The Contractor shall have five years practical experience and successful history in the application of specified products in similar projects. The Contractor shall substantiate this requirement by furnishing a minimum of 5 reference project completions.
B. Applicator must successfully demonstrate to the product manufacturer the ability to apply the material correctly and within the confines of the specifications. The Contractor must provide a letter from the manufacturer stating their acceptance of the Contractor for this project to apply these products.
C. The Contractor shall possess the applicable license to perform the work as herein described and as specified by local, state and federal laws. The Contractor’s licenses shall appear in the lower left-hand corner of the envelope containing the bids.
GCWSD_Storage Tank Coating Specs
1.05 QUALITY ASSURANCE
A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Owner.
B. Surface Preparation: Surface preparation will be based upon comparison with: “Pictorial Surface Preparation Standards for Painting Steel Surfaces”, SSPC-Vis-1 and ASTM Designation D2200; “Standard Methods of Evaluating Degree of Rusting on Painted Steel Surfaces”, SSPC-Vis-2 and ASTM Designation D610; “Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive” or “Guideline for Selecting and Specifying Concrete Surface Preparation for Sealers, Coating and Polymer Overlays” and ICRI SCP Surface Profile Chips.
C. Application: No coating or paint shall be applied: When the surrounding air temperature or the temperature of the surface to be coated is below the minimum required temperature for the specified product; too wet or damp surfaces or in fog or mist; when the temperature is less than 5 degrees F above the dew point; when the air temperature is expected to drop below 40 degrees F within six hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day’s coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions.
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with a non-destructive, magnetic type thickness gauge. The integrity of coated interior surfaces shall be tested with an approved inspection device. Non-destructive holiday detectors shall not exceed the voltage recommended by the manufacturer of the coating system. For thicknesses between 10 and 20 mils (250 microns and 500 microns), a non-sudsing type wetting agent, such as Kodak Photo-Flo, may be added to the water prior to wetting the detector sponge. All pinholes shall be marked, repaired in accordance with the manufacturer’s printed recommendations, and retested. No pinholes or other irregularities will be permitted in the final coating.
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and painting, inspection devises in good working condition for detection of holidays and measurement of dry-film thickness of coating and paint. The Contractor shall also furnish U.S. Department of Commerce; National Bureau of Standard certified thickness calibration plates to test accuracy of dry film thickness gauges and certified instrumentation to test accuracy of holiday detectors.
F. The Contractor shall employ a licensed and certified NACE III coating inspector to certify to the Owner or Owners representative that all surface preparation and coating applications meet or exceed all standards outlined herein. The name and
license number of the appointed NACE III inspector shall be included with the submitted bid.
G. Stop point inspections shall be performed by NACE III inspector upon completion of surface prep and tank repairs, between each coat, and upon project completion.
H. The Owner or the appointed Owner’s representative reserves the right to stop work at any time to inspect and certify surface preparation and/or coating application meets or exceeds the standards outlined herein.
1.06 SAFETY AND HEALTH REQUIREMENTS
A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer’s printed instructions and appropriate technical bulletins and manuals, the Contract shall provide and require use of personnel protective lifesaving equipment for persons working on or about the project site.
B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets, which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air purifying half mask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin.
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminant to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured.
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices.
E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The Owner shall determine the level of illumination for inspection purposes.
F. Confined Space: When applicable, it is mandatory that all work be performed in compliance with OSHA’s rules and regulations for working in confined space. Atmospheres within confined spaces as defined by the Occupational Safety and Health Administration are classified as being either a Class A, Class B or Class C environment.
G. It is mandatory that all work be performed in compliance with OSHA rules and regulations.
PART 2 - PRODUCTS
2.01 GENERAL
A. Materials specified are those that have been evaluated for the specific service. Products of Tnemec Co. and Sherwin Williams Company are listed to establish a standard of quality. Equivalent materials of other manufacturers may be substituted on written approval of the Owner.
Tnemec Company, Incorporated, 101 Rice Bent Way Unit #5, Columbia, SC 29229(803) 736-1553. Contact is Mr. Nick Vause (803) 422-3650 or nvause@tnemec.com.
The Sherwin Williams Company. Contact is Allan C. Haynes 843-214-3265 or allan.c.haynes@sherwin.com
Requests for substitution shall include manufacturer’s literature for each product giving the name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified test reports showing results to equal the performance criteria of the products specified here. No request for substitution shall be considered that will decrease film thickness or offer a change in the generic type of coatings specified. In addition, a list of five similar projects shall be submitted in which each product has been used and rendered satisfactory service.
Requests for product substitution shall be made at least fifteen (15) days prior to bid date. Any material savings shall be passed to the Owner in the form of a contract dollar reduction.
Manufacturer’s color charts shall be submitted to the Owner at least 30 days prior to paint application. General contractor and painting contractor shall coordinate work so as to allow sufficient time (five to ten days) for paint to be delivered to the jobsite. The Owner will choose the finish color.
B. All approved materials shall be brought to the jobsite in original, sealed containers. They shall not be used until the Owner or Owner’s representative has inspected contents and obtained data from information on containers or labels. Materials exceeding storage life recommended by the manufacturer shall be rejected.
C. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform to City, County, State and Federal safety codes for flammable coating or paint materials. At all times, coating and paints shall be protected from freezing.
D. A NACE certified technical representative from the paint manufacturer shall visit the jobsite to climb the tank and to support the Contractor’s personnel or the Owner as needed and/or requested. Additional visit shall be made as needed and/or requested by Owner or Contractor. 48 hours’ notice is required by the Contractor for each hold point inspection.
E. Containment System
The Contractor shall include in the submittal manufacturer technical data sheets for the proposed containment system. The proposed containment materials shall be fire resistant. Contractor shall include in the submittal a proposed layout of outrigger system, containment hoisting system, details of proposed method of connection to tank shell, maximum allowable wind velocity before system must be lowered to prevent structural damage to the system and/or tank, method of determining wind velocity and proposed location of wind velocity measuring device. The outrigger system layout must be reviewed and sealed by a licensed professional engineer registered in the state of South Carolina.
F. Coating Systems and Repairs
Interior Repair Items:
Repair or replace the following items as necessary:
1. Stainless steel safety climb to interior ladder. 2. Neoprene gasket between safety climb device and ladder rungs.3. Apply caulk to all roof beams, weld seams, and painters ring after finish coat
is applied to tank.4. Interior components of the float system
Interior Tank Coating System:
Surface Preparation: SSPC-SP10/NACE 2 Near White Metal Blast Cleaning minimum 2.5 surface profile. All un-welded seams will be filled. The surface shall be clean and dry before painting.
Tnemec
1st Coat: Tnemec Series 91-H20 Hydro-Zinc primer @ 2.5 – 3.5 dry mils.Approved Thinner: 41-2 Thinner (below 80 degrees F)
41-3 Thinner (above 80 degrees F)
Stripe Coat: Tnemec Series N140-15BL Tank White Pota-Pox Plus @ 4.0 – 6.0 mils.Approved Thinner: 41-4 Thinner.
2nd Coat: Tnemec Series N140-1255 Beige Pota Pox Plus @ 4.0 – 6.0 dry mils to all hard edges, roof laps, weld seams, ladders, hand rails, deep pits, and clips.
Approved Thinner: 41-4 Thinner.
3rd Coat: Tnemec Series N140-15BL Tank White Pota-Pox Plus @ 4.0–6.0 dry milsApproved Thinner: 41-4 Thinner.
Sherwin Williams
1st Coat: Sherwin Williams Corothane 1 Galva-Pac Zinc Primer @ 2.0 – 4.0 dry mils.
Stripe Coat: Sherwin Williams Macropoxy 5500 PW White @ 4.0 – 6.0 dry mils.
2nd Coat: Sherwin Williams Macropoxy 5500 PW Beige @ 4.0 – 6.0 dry mils to all hard edges, roof laps, weld seams, ladders, hand rails, deep pits, and clips.
3rd Coat: Sherwin Williams Macropoxy 5500 PW White @ 4.0 – 6.0 dry mils.
Exterior Repair Items:
Repair or replace the following items as necessary:
1. Replace with 24” frost free vent.2. Access hatch.3. Safety cable climb from dome ladder.4. Ladder gate.5. Stainless steel safety climb on column leg ladder. 6. Neoprene gasket between safety climb device and ladder rungs.7. Aviation light.8. Catwalk floor to allow adequate drainage.9. Sample port on riser.10. Pressure gauge on riser.11. Manway.12. Apply surface filler/ caulk in gap between catwalk floor and belly of tank.13. Replacement of leg anchor bolts that are corroded beyond repair14. Column anchor nuts on ladder legs should be torqued to required PSI.15. Overflow pipe bracket at ground level.16. Target system.
Exterior Tank Coating System
Exterior Logo and Block Lettering:
The Contractor shall obtain any necessary graphic designs to install the Logos on the tank.
The Contractor shall install Logos on the tank after final approval from the Owner.
Exterior Steel:
Tnemec
Surface Preparation: Surface Preparation: Surface Prep- Pressure wash with the chemical Chlor*Wash to remove all mildew, dirt, salt and any surface containments with a 5,000+ pound-per-square-inch (PSI) pressure washer before blasting to remove all the old existing coating. The surface should be washed daily with Chlor*wash prior to any prep work or coatings being applied.
Blast all exterior steel to SSPC SP6 Commercial Blast Cleaning standards, minimum 2.5 surface profile. The surface shall be clean and dry before painting.
1st Coat - Apply one (1) full coat of 94 H2O HYDRO-ZINC at 2.5-3.0 dry mils.
Stripe Coat – Apply one (1) stripe coat of Tnemec Series 66 at 3.0-5.0 dry mils to all handrails, hard edges, roof laps, weld seams, and deep pits.
2nd Coat - Apply one (1) full coat of Tnemec Series 161HS at 3.0-5.0 dry mils.
Intermediate Coat - Apply one (1) full coat of Tnemec Series 73 ENDURA-SHIELD at 2.5-3.0 dry mils.
Top Coat - Apply one (1) full coat of Tnemec Series 700 HYDROFLON at 2.5-3.0dry mils.
Lettering/Logo: Two coats Tnemec Series 700-color HyrdoFlon shall be used for the lettering/logo applied at a dry film thickness of 2.5 – 3.0 per coat.
Calking: Fill all gaps between the concrete foundation and the bottom plates of the steel tank with Tnemec Series 265. Overlap 1/8 inch on both sides of the gap.
Concrete Foundation:
Surface Preparation: Wash the mildew, dirt, and surface contaminants off with a 5000+ PSI pressure washer with a rotating nozzle. SSPC SP2/3 all loose coating and corroded areas. Coating: Apply two (2) full coats of Tnemec Series 69 HI BUILD Epoxoline II @ 6.0 - 10.0 dry mils/ each.
Sherwin Williams
Surface Preparation: Surface Prep- Pressure wash with the chemical Chlor*Wash to remove all mildew, dirt, salt and any surface containments with a 5,000+ pound-per-square-inch (PSI) pressure washer before blasting to remove all the old existing coating. The surface should be washed daily with Chlor*wash prior to any prep work or coatings being applied.
Blast all exterior steel to SSPC SP6 Commercial Blast Cleaning standards, minimum 2.5 surface profile. The surface shall be clean and dry before painting.
1st Coat: Sherwin Williams Corothane Galvapac Zinc Primer @ 2.5 – 3.5 dry mils.
Stripe Coat: Sherwin Williams Macropoxy 5500 LT Epoxy to all weld seams, structural edges and bolted connections, hand rails at a dry film thickness of 3.0 to 5.0 mils.
2nd Coat: Sherwin Williams Macropoxy 5500 LT Epoxy @ 3.0 – 5.0 dry mils. Intermediate Coat: Sherwin Williams Acrolon 218 HS @ 3.0 – 5.0 dry mils. Top Coat: Sherwin Williams FluoroKem HS @ 2.0 – 3.0 dry mils.
Lettering/Logo: Two coats Sherwin Williams FluoroKem HS shall be used for the lettering/logo applied at a dry film thickness of 2.0 – 3.0 per coat.
Calking: Fill all gaps between the concrete foundation and the bottom plates of the steel tank with Sherwin Williams Loxon 1K Urethane Caulk. Overlap 1/8 inch on both sides of the gap.
Concrete Foundation:
Surface Preparation: Wash the mildew, dirt, and surface contaminants off with a 5000+ PSI pressure washer with a rotating nozzle. SSPC SP2/3 all loose coating and corroded areas. Coating: Apply two (2) full coats of Sherwin Williams Pro Industrial Water Based Epoxy at 2.0 – 5.0 dry mils/ each.
PART 3 - EXECUTION
3.01 GENERAL
A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council, NACE ICRI, CSP and the manufacturer’s printed instructions. Material applied prior to approval of the surface by the Owner shall be removed and reapplied to the satisfaction of the Owner at the expense of the Contractor.
B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Owner.
C. The Contractor shall provide an English speaking supervisor at the work site during cleaning and application operations. The supervisor shall have the authority to sign
change orders, coordinate work and make decisions pertaining to the fulfillment of the contract.
D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wipe dry with clean rags.
E. The Contractor’s coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor’s equipment shall be subject to approval of the Owner.
F. Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom or flash rusting occurs. Any cleaned areas not receiving first coat within this period shall be re-cleaned prior to application of first coat.
3.02 SURFACE PREPARATION
A. The latest revision of the following surface preparation specifications of the Steel Structures Painting Council and NACE shall form a part of this specification:
1. Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action.
2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by hand chipping, scraping, sanding and wire brushing.
3. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders.
4. Brush-Off Blast Cleaning (SSPC-SP7/NACE 4): Brush-off blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and loose coating. Tightly adherent mill scale, rust, and coating may remain on the surface. Mill scale, rust, and coating are considered tightly adherent if they cannot be removed by lifting with a dull putty knife after abrasive blast cleaning has been performed.
5. Commercial Blast Cleaning (SSPC-SP6/NACE 3): Blast cleaning until at least 66 percent of each element of surface area is free of all visible residues.
6. Near White Blast Cleaning (SSPC-SP10/NACE 2): Blast cleaning to nearly white metal cleanliness, until at least 95 percent of each element of surface area is free of all visible residues.
7. Surface Preparation of Concrete (SSPC-SP13/NACE 6): This standard gives requirements for surface preparation of concrete by mechanical, chemical or thermal methods prior to the application of bonded protective coating or lining systems.
8. Power Tool Cleaning to Bare Metal (SSPC-SP11): This standard covers the requirements for power tool cleaning to produce a bare metal surface and to
retain or produce a minimum 25 micrometer (1.0 mil) surface profile. This standard is suitable where a roughened, clean, bare metal surface is required, but where abrasive blasting is not feasible or permissible.
B. Blast cleaning for all surfaces shall be by dry method unless otherwise directed.
C. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5 – 2.0 mil (37.5 microns – 50.0 microns) surface profile or in accordance with recommendations of the manufacturer of the specified coating or paint system to be applied.
D. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved by Owner.
E. During blast cleaning operations, caution shall be exercised to insure that surrounding existing coatings or paint are not exposed to abrasion from blast cleaning..
F. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of existing facilities, or nuisance to the surrounding environment.
G. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces.
H. Specific Surface Preparation: Surface preparation for the specific system shall be as noted in Section 2.01 Paragraph D.
3.03 APPLICATION, GENERAL
A. Coating and paint application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-PA1, latest revision, for “Shop, Field and Maintenance Painting”, and the manufacturer of the coating and paint materials.
B. Thinning shall be permitted only as recommended by the manufacturer approved by the Owner, and utilizing the thinners stated in Section 2.01 Paragraph D.
C. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes.
D. Protective coverings or drop cloths shall be used to protect floors, fixtures, and equipment. Care shall be exercised to prevent coatings or paint from being spattered onto surfaces that are not to be coated or painted. Surfaces from which materials
cannot be removed satisfactorily shall be recoated or repainted as required to produce a finish satisfactory to the Owner.
E. When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color.
F. Film thickness per coat specified in Section 2.01 Paragraph D are minimum required. If roller application is deemed necessary, the Contractor shall apply additional coats as to achieve the specified thickness.
G. All material shall be applied as specified.
H. All welds, edges and other irregular surfaces shall receive a brush coat of the specified product prior to application of the first complete coat.
3.04 COATING SYSTEMS APPLICATION
A. After completion of surface preparation as specified for the specific system, materials shall be applied as noted in Section 2.01 Paragraph D.
3.05 COLOR SCHEME
A. Colors: Submittals will be made to the Owner for approval prior to application.
3.06 SOLVENT VAPOR REMOVAL
A. Where appropriate all solvent vapors shall be completely removed by suction-type exhaust fans and blowers before placing in operating service.
3.07 CONTAINMENT
A. Containment and disposal of debris and paint chips: The Contractor shall be responsible to make provisions to contain the sandblasting residue and/or old paint to within the tank property. Sandblasting or cleaning operations shall not begin until the containment method is approved by the Owner or Owner’s representative. The Contracor shall be responsible for the disposal of the debris generated and shall be responsible for all costs involved in the testing of the debris on behalf of the Owner.
B. As required by SC DHEC, the ground inside the fence shall be covered and protected with a layer of polyethylene, minimum thickness 4. Mils.
C. All debris generated and accumulated on the polyethylene ground cover shall be collected at the end of the day. Any and all debris shall be placed in approved containers.
D. All debris generated from the sandblasting and power tool cleaning of the exterior of the tank shall be disposed of in the proper manner by the Contractor.
E. The Contractor shall be responsible for obtaining the certified laboratory test report and pay the cost necessary to determine if the residue generated during the
sandblasting and power tool cleaning operations on the exterior of the tank exceeds “leachable” limits for lead, arsenic barium, cadmium, chromium, mercury, selenium, and silver as determined by the EPA’s Toxicity Characteristic Leaching Procedures (TCLP). A copy of the certified report shall be funished to the Owner or Owner’s representative and SC DHEC representative.
3.08 CLEAN UP
A. Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in a manner approved by the Owner. Coating or paint spots and oil or stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Owner at no cost to the Owner. The Contractor shall be responsible to make provisions to contain the sandblasting residue and/or old paint to within the tank property. Sandblasting or cleaning operations shall not begin until the containment method is approved by the Owner or Owner’s representative. The Contractor shall be responsible for the disposal of the debris generated.
3.09 WARRANTY
A. The Contractor will warrant the work free of defects in material and workmanship for a period of one year from the completion of the work. At the end of one year, the Contractor will return for a one-year anniversary inspection of the work. The Contractor will correct any deficiencies found with no cost to the Owner. Inspections shall be conducted by third-party NACE III certified inspector to conform to the Owner’s specifications.
Company Logos
Georgetown County Water & Sewer District
gcwsd.com
Murrells Inlet North
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS
F
M
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
S
S
F
M
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SS
F
M
SS
F
M
X
X
X
X
X
X
X
X
X
X
X
X
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
D
Y
H
2
3
2
2
2
3
25
25
30
30
23
24
24
26
26
27
27
28
28
29
29
2
5
2
5
3
0
3
0
2
3
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
3
1
3
1
25
2
5
3
0
3
0
2
3
2
4
2
6
26
2
7
27
28
2
8
2
9
2
9
3
1
3
1
2
5
2
5
3
0
2
3
2
3
2
4
2
4
2
6
2
6
2
7
2
8
2
9
2
5
2
5
3
0
3
0
2
3
2
3
2
4
2
4
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
21
2
2
2
3
2
5
3
0
3
0
2
6
2
7
2
8
2
9
2
9
3
1
3
1
3
2
3
2
3
33
3
20
21
2
1
22
21
2
2
PL
OT
D
AT
E: 1
/1
3/2
02
0 2
:4
1 P
M B
Y: L
FA
NN
IN
G
File
: O
:\3
12
30
-C
OL
\3
12
30
-0
05
\D
ES
IG
N\D
RA
WIN
GS
\C
IV
IL
\C
01
S
ave
d b
y L
FA
NN
IN
G S
ave
d
ate
: 1
/1
3/2
02
0 9
:4
3 A
M
MURRELLS INLET ELEVATED
WATER STORAGE TANK
GEORGETOWN COUNTY WATER &
SEWER DISTRICT
31230-005
01
JANUARY 2020
K BAIR
IF THIS BAR DOES NOT
MEASURE 1" THEN DRAWING IS
NOT TO FULL SCALE
CHECKED BY:
DRAWN BY:
DESIGNED BY:
PROJECT
ENGINEER:
REV ISSUED FOR DATE BY
0 1"1/2"
CONTRACT NO.:
HAZEN NO.:
DATE:
DRAWING
NUMBER:
HAZEN AND SAWYER
1122 LADY STREET, SUITE 1230
COLUMBIA, SOUTH CAROLINA 29201
LICENSE No.: C00638
0 REGULATORY REVIEW JUN 2019 HAZEN
1 INCORPORATED COMMENTS DEC 2019 HAZEN
2 RELEASE FOR BID DEC 2019 HAZEN
3 ADDENDUM No. 1 JAN 2020 HAZEN
NOTES:
1. TOPOGRAPHIC SURVEYS FOR POND ROAD AND OLD
KINGS HIGHWAY WATER MAINS WERE COMPLETED ON
FEBRUARY, 2019 BY EDISTO ENGENEERS &
SURVEYORS, INC.
650 BROUGHTON ST
ORANGEBURG, SC 29115
(803) 536-1104
HORIZONTAL DATUM: NAD 1983/2011
VERTICAL DATUM: NAVD 1988
TMS 41-0402-023-00
COUNTY OF GEORGETOWN
TMS 41-0402-047-00-00
WACHESAW GOLF LLC
POND ROAD (
50' R/W
)
GUY FENCE
245' TOWER
EASEMENT
K BAIR
A DRIESSEN
C01
ELEVATED WATER STORAGE TANK
CIVIL
EXISTING SITE CONDITIONS
--
WETLAND
1" = 20'
EXISTING SITE CONDITIONS
BENCHMARK
1/2" PIPE
N:635055.28
E:2593090.90
EL:21.86
TOPSOIL/DEBRIS FILL
TO
P
S
O
IL/D
E
B
R
IS
F
ILL
T
O
P
S
O
I
L
/
D
E
B
R
I
S
F
I
L
L
T
O
P
S
O
I
L
/
D
E
B
R
I
S
F
I
L
L
AU
R
RAC
FI
TI
EOF
T
S
CE
UTH
O
CA
TH
ROIZ
ITA
IO
AN
ON
25
25
30
30
23
23
24
24
26
26
27
27
28
28
29
29
31
31
2
5
3
0
2
6
2
7
2
8
2
9
3
1
2
5
3
0
2
3
2
4
2
6
2
7
2
8
2
9
3
1
2
3
2
4
2
5
30
2
2
2
3
2
4
2
6
2
7
28
29
31
2
5
3
0
2
6
2
7
2
8
2
9
3
1
2
5
2
5
3
0
3
0
2
2
2
3
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
29
29
3
1
3
1
3
2
3
2
3
3
3
3
2
5
2
5
2
3
2
3
2
4
2
4
2
6
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS
F
M
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
S
S
F
M
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SS
F
M
SS
F
M
X
X
X
X
X
X
X
X
X
X
X
X
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
D
Y
H
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
LOD
LOD
LOD
LO
D
LOD
LOD
LOD
LOD
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
SF
SF
SF
SF
SF
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
LO
D
LO
D
LO
D
LO
D
LO
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
LOD
LOD
LOD
LOD
LOD
LOD
LOD
LOD
LOD
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
L
O
D
SF
SF
SF
SF
SF
S
F
S
F
S
F
S
F
S
F
S
F
S
F
SF
SF
SF
SF
SF
SF
SF
SF
SF
SF
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
2
5
2
5
3
0
3
0
2
3
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
PL
OT
D
AT
E: 1
/1
3/2
02
0 2
:4
2 P
M B
Y: L
FA
NN
IN
G
File
: O
:\3
12
30
-C
OL
\3
12
30
-0
05
\D
ES
IG
N\D
RA
WIN
GS
\C
IV
IL
\C
02
S
ave
d b
y L
FA
NN
IN
G S
ave
d
ate
: 1
/1
3/2
02
0 9
:0
4 A
M
MURRELLS INLET ELEVATED
WATER STORAGE TANK
GEORGETOWN COUNTY WATER &
SEWER DISTRICT
31230-005
01
JANUARY 2020
K BAIR
IF THIS BAR DOES NOT
MEASURE 1" THEN DRAWING IS
NOT TO FULL SCALE
CHECKED BY:
DRAWN BY:
DESIGNED BY:
PROJECT
ENGINEER:
REV ISSUED FOR DATE BY
0 1"1/2"
CONTRACT NO.:
HAZEN NO.:
DATE:
DRAWING
NUMBER:
HAZEN AND SAWYER
1122 LADY STREET, SUITE 1230
COLUMBIA, SOUTH CAROLINA 29201
LICENSE No.: C00638
0 REGULATORY REVIEW JUN 2019 HAZEN
1 INCORPORATED COMMENTS DEC 2019 HAZEN
2 RELEASE FOR BID DEC 2019 HAZEN
3 ADDENDUM No. 1 JAN 2020 HAZEN
NOTES:
1. REFER TO DRAWING G01 FOR GENERAL NOTES,
SEDIMENTATION CONTROL AND SEEDING
SCHEDULE.
2. LIMITS OF STOCKPILE/LAYDOWN AREA MAY BE
EXPANDED WITHIN LIMIT OF DISTURBANCE AS
APPROVED BY THE ENGINEER.
K BAIR
A DRIESSEN
C02
ELEVATED WATER STORAGE TANK
CIVIL
EROSION AND SEDIMENTATION CONTROL PLAN
--
1" = 20'
EROSION AND SEDIMENTATION CONTROL PLAN
POND ROAD (
50' R/W
)
SILT FENCE, TYP
0227000R
DOUBLE ROW OF SILT FENCE
0227000R
S
T
O
C
K
P
I
L
E
/
L
A
Y
D
O
W
N
A
R
E
A
TEMPORARY GRAVEL
CONSTRUCTION ENTRANCE
0257701
AU
R
RAC
FI
TI
EOF
T
S
CE
UTH
O
CA
TH
ROIZ
ITA
IO
AN
ON
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS
F
M
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
S
S
F
M
S
S
F
M
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SS
F
M
SS
F
M
X
X
X
X
X
X
X
X
X
X
X
X
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
X
X
X
X
X
X
XX
XXXXXX
XX
XX
XX
X
D
Y
H
N:635264.54
E:2593402.55
N:635265.54
E:2593401.55
N:635264.54
E:2593550.55
N:635265.54
E:2593551.55
N:635200.32
E:2593550.55
N:635199.89
E:2593551.55
N:635093.18
E:2593441.55
N:635093.18
E:2593440.11
N:635068.11
E:2593445.05
N:635065.54
E:2593401.55
N:635080.67
E:2593406.84
N:635093.18
E:2593402.55
N:635208.46
E:2593492.56
N:635217.46
E:2593460.55
N:635202.46
E:2593439.55
N:635196.46
E:2593413.05
N:635196.46
E:2593458.05
N:635166.46
E:2593458.05
N:635146.46
E:2593450.05
N:635067.11
E:2593441.55
N:635066.28
E:2593398.05
PL
OT
D
AT
E: 1
/1
3/2
02
0 2
:4
2 P
M B
Y: L
FA
NN
IN
G
File
: O
:\3
12
30
-C
OL
\3
12
30
-0
05
\D
ES
IG
N\D
RA
WIN
GS
\C
IV
IL
\C
03
S
ave
d b
y L
FA
NN
IN
G S
ave
d
ate
: 1
/1
3/2
02
0 8
:2
9 A
M
MURRELLS INLET ELEVATED
WATER STORAGE TANK
GEORGETOWN COUNTY WATER &
SEWER DISTRICT
31230-005
01
JANUARY 2020
K BAIR
IF THIS BAR DOES NOT
MEASURE 1" THEN DRAWING IS
NOT TO FULL SCALE
CHECKED BY:
DRAWN BY:
DESIGNED BY:
PROJECT
ENGINEER:
REV ISSUED FOR DATE BY
0 1"1/2"
CONTRACT NO.:
HAZEN NO.:
DATE:
DRAWING
NUMBER:
HAZEN AND SAWYER
1122 LADY STREET, SUITE 1230
COLUMBIA, SOUTH CAROLINA 29201
LICENSE No.: C00638
0 REGULATORY REVIEW JUN 2019 HAZEN
1 INCORPORATED COMMENTS DEC 2019 HAZEN
2 RELEASE FOR BID DEC 2019 HAZEN
3 ADDENDUM No. 1 JAN 2020 HAZEN
ELEVATED
WATER STORAGE TANK
6' CHAIN LINK FENCE
K BAIR
A DRIESSEN
C03
ELEVATED WATER STORAGE TANK
CIVIL
SITE PLAN
--
12" WATER MAIN
(BY OTHERS)
245' TOWER EASEMENT
1" = 20'
SITE PLAN
POND ROAD (
50' R/W
)
18' WIDE ACCESS ROAD
0251000
20' WIDE DOUBLE
SWING GATE
0244400
0244400
PROPERTY LINE, TYP
GRAVEL AREA
4" CRUSHED RUN
VALVE CONTROL
BUILDING
OVERFLOW SPLASH PAD
R/W
R/W
R
1
5
.
0
0
'
R
2
0
.
0
0
'
R
1
5
.0
0
'
BENCHMARK
1/2" PIPE
N:635055.28
E:2593090.90
EL:21.86
NOTE:
SITE IS SHOWN WITH 500,000 GALLON TANK
FOOT PRINT TO ILLUSTRATE AVAILABLE SITE
SPACE TO ACCOMMODATE TANK.
THE CENTER OF THE SELECTED TANK SHALL
BE AS INDICATED.
JOB SITE
PORTA - JOHN
LOCATION
AU
R
RAC
FI
TI
EOF
T
S
CE
UTH
O
CA
TH
ROIZ
ITA
IO
AN
ON
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS
F
M
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
SS FM
S
S
F
M
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SS
F
M
SS
F
M
X
X
X
X
X
X
X
X
X
X
X
X
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
O
H
E
X
X
X
X
X
X
XX
XXXXXX
XX
XX
XX
X
D
Y
H
25.00
24.50
2
5
25
25
2
5
30
30
3
0
3
0
2
1
2
1
2
2
2
3
23
2
3
23
24
24
2
4
2
4
26
26
2
6
26
27
27
2
7
27
28
28
2
8
2
8
29
29
2
9
29
31
31
3
1
3
1
3
2
3
2
3
3
3
3
2
5
2
3
2
4
2
6
20
21
2
1
22
2
5
2
5
3
0
30
2
2
2
3
2
4
26
2
6
2
7
2
7
2
8
2
8
2
9
2
9
3
1
3
1
2
5
2
5
3
0
3
0
22
2
3
2
4
2
4
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
2
2
22
2
3
2
5
3
0
2
3
2
4
2
6
2
7
2
8
2
9
3
1
2
5
3
0
2
6
2
7
2
8
2
9
3
1
2
5
3
0
2
6
2
7
2
8
2
9
2
5
3
02
3
2
4
2
6
2
7
2
8
2
9
2
5
25
2
5
2
5
25
2
5
2
2
2
2
2
3
23
2
3
23
2
3
2
3
2
3
2
4
24
2
4
2
4
2
4
24
22.29
22.00
21.15
21.11
PL
OT
D
AT
E: 1
/1
3/2
02
0 2
:4
3 P
M B
Y: L
FA
NN
IN
G
File
: O
:\3
12
30
-C
OL
\3
12
30
-0
05
\D
ES
IG
N\D
RA
WIN
GS
\C
IV
IL
\C
04
S
ave
d b
y L
FA
NN
IN
G S
ave
d
ate
: 1
/1
3/2
02
0 2
:3
7 P
M
MURRELLS INLET ELEVATED
WATER STORAGE TANK
GEORGETOWN COUNTY WATER &
SEWER DISTRICT
31230-005
01
JANUARY 2020
K BAIR
IF THIS BAR DOES NOT
MEASURE 1" THEN DRAWING IS
NOT TO FULL SCALE
CHECKED BY:
DRAWN BY:
DESIGNED BY:
PROJECT
ENGINEER:
REV ISSUED FOR DATE BY
0 1"1/2"
CONTRACT NO.:
HAZEN NO.:
DATE:
DRAWING
NUMBER:
HAZEN AND SAWYER
1122 LADY STREET, SUITE 1230
COLUMBIA, SOUTH CAROLINA 29201
LICENSE No.: C00638
0 REGULATORY REVIEW JUN 2019 HAZEN
1 INCORPORATED COMMENTS DEC 2019 HAZEN
2 RELEASE FOR BID DEC 2019 HAZEN
3 ADDENDUM No. 1 JAN 2020 HAZEN
ELEVATED WATER
STORAGE TANK
K BAIR
A DRIESSEN
C04
ELEVATED WATER STORAGE TANK
CIVIL
GRADING PLAN
--
X
SCALE: 1" = 20'
GRADING PLAN
PROPERTY LINE, TYP
POND ROAD (
50' R/W
)
PROPOSED CATCH BASIN
SEE 0243101 AND 0243102R
TOPSOIL/DEBRIS FILL,
SEE NOTE 1
TO
P
S
O
IL/D
E
B
R
IS
F
ILL,
S
E
E
N
O
TE
1
T
O
P
S
O
I
L
/
D
E
B
R
I
S
F
I
L
L
,
S
E
E
N
O
T
E
1
T
O
P
S
O
I
L
/
D
E
B
R
I
S
F
I
L
L
,
S
E
E
N
O
T
E
1
NOTES:
1. CONTRACTOR TO REMOVE AND DISPOSE OF
TOPSOIL AND DEBRIS FILL AND REGRADE SITE AS
SHOWN.
AU
R
RAC
FI
TI
EOF
T
S
CE
UTH
O
CA
TH
ROIZ
ITA
IO
AN
ON
0+00
1+
00
2+
00
2+
13
W
W
W
W
W
SS FM
SS FM
SS FM
SS FM
SS FM
S
S
F
M
S
S
F
M
SS
F
M
S
S
F
M
SD
SD
SD
SD
SD
O
H
E
O
H
E
X
X
X
X
XXX
XX
X
D
Y
H
22
23
2
5
3
0
2
4
2
6
2
7
2
82
9 3
0
2
6
2
7
2
8
2
9
2
5
2
5
3
0
3
0
2
32
3
2
3
2
4
2
4
2
4
2
6
2
6
2
7
2
7
2
8
2
8
2
9
2
9
2
5
3
0
2
6
2
7
2
8
2
9
3
1
25
2
3
2
4
26
21
2121
2
2
22
3
0
2
9
3
1
3
2
25
22
2
3 2
4
25
2
5
2
4
2
5
2
3
2
4
25
2
2
2
3
2
4
10
15
20
25
30
35
40
10
15
20
25
30
35
40
-1+00 0+00 1+00 2+00 3+00 4+00
12" C900 DR-18 PVC
WATER MAIN
CONNECT TO WATER TANK
12" WATER MAIN CL 20.58
SEE 7/CD02
CL OF TANK
PROPOSED GRADE
EX GRADE
EX 12" WATER MAIN
(BY OTHERS)
3' M
IN
CO
VE
R
REMOVE PLUG AND CONNECT
TO EX 12" WATER MAIN
90
° B
EN
D
ST
A 0
+8
5
PO
ND
R
OA
D
12
" B
FV
ST
A 0
+4
3
PL
OT
D
AT
E: 1
/1
3/2
02
0 2
:4
4 P
M B
Y: L
FA
NN
IN
G
File
: O
:\3
12
30
-C
OL
\3
12
30
-0
05
\D
ES
IG
N\D
RA
WIN
GS
\C
IV
IL
\C
05
S
ave
d b
y L
FA
NN
IN
G S
ave
d
ate
: 1
/1
3/2
02
0 1
:2
5 P
M
MURRELLS INLET ELEVATED
WATER STORAGE TANK
GEORGETOWN COUNTY WATER &
SEWER DISTRICT
31230-005
01
JANUARY 2020
K BAIR
IF THIS BAR DOES NOT
MEASURE 1" THEN DRAWING IS
NOT TO FULL SCALE
CHECKED BY:
DRAWN BY:
DESIGNED BY:
PROJECT
ENGINEER:
REV ISSUED FOR DATE BY
0 1"1/2"
CONTRACT NO.:
HAZEN NO.:
DATE:
DRAWING
NUMBER:
HAZEN AND SAWYER
1122 LADY STREET, SUITE 1230
COLUMBIA, SOUTH CAROLINA 29201
LICENSE No.: C00638
0 REGULATORY REVIEW JUN 2019 HAZEN
1 INCORPORATED COMMENTS DEC 2019 HAZEN
2 RELEASE FOR BID DEC 2019 HAZEN
3 ADDENDUM No. 1 JAN 2020 HAZEN
PROFILE
H: 1" = 40', V: 1" = 4'
12" WATER MAIN-PLAN
1" = 40'
ELEVATED
WATER
STORAGE
TANK
FENCE, TYP
STA 0+85
90° BEND
WETLANDS
REMOVE PLUG AND CONNECT
TO EX 12" WATER MAIN
K BAIR
A DRIESSEN
C05
ELEVATED WATER STORAGE TANK
CIVIL
WATER MAIN PLAN AND PROFILE
--
POND ROAD (
50' R/W
)
CATCH BASIN,
SEE 0243101 AND 0243102R
12" WATER MAIN AND PLUG BY LINE WORK
CONTRACTOR.
IF WATER LINE IS NOT INSTALLED, INSTALL WATER
LINE TO POINT SHOWN AND INSTALL PLUG.
MARK PLUG WITH 6"X6" OAK POST.
12" GATE VALVE
16" OVERFLOW PIPE
AU
R
RAC
FI
TI
EOF
T
S
CE
UTH
O
CA
TH
ROIZ
ITA
IO
AN
ON
Murrells Inlet Water Tank & Line Improvement Projects
Pre-Bid Meeting
Two Separate Projectso Water Tanko Line Work
Both Projects are under SRF Loanso Means additional requirements such as:
Davis Bacon American Iron and Steel Certification Anti Kickback Act Etc.
Bids are good for 90 days Bid Bond is required (5%) Payment and Performance Bonds will be required by awarded contractor Invoices will be paid by GCWSD and reimbursed through loan draws. Elevated Storage Tank
o Base bid is 300,000 gallons with an alternate of 500,000o Fiberglass Enclosure building for equipment and sampling
Check specifications for requirements such as air conditioner and equipment
o Site work and yard piping to be included by contractor If main lines at right of way have not yet been established, stub out
piping for main line contractor to connect. o Project Inspections will be handled by our Consultant Engineer o Foundation design is completed by tank manufacturer.o SCADA Equipment for tank monitoringo Electronic Actuated Valve at tank inlet o Painting and Letter to include GCWSD Logo
Addendum may be issued with exact name of tank and lettering required o Contract includes fencing and driveway construction o Site visit highly recommended – old dewatering site for dredging operation.o Bids due January 22nd at 2pm
Water Line Improvements o 12” Water Line along Pond Road and Old Kings Hwy.o No service taps requiredo Includes Fire Hydrant installationso Five Road Jack and Bores o Will be leaving 8” line along Old Kings Hwy in service
o Tie Ins Tie in at Riverwood Drive partially established.
Will send out addendum clarifying this, but wet tap has been made in advance of bike path construction.
Tie in two inch at Limestone. Will need to keep existing 2” in service until testing has been
completed. Tie in at proposed Tank
If tank yard piping is already installed, contractor will need to tie into yard piping as shown in drawings.
If yard piping is not complete, contractor shall include a stub out and the tie in will be by others.
o Bac-T Testing and pressure / leakage testing is responsibility of Contractor o SCDOT and County Encroachment Permit held by GCWSD
Traffic Control flag-men and signs as necessary. Driveways to be repaired before going farther than 2,000 linear feet.
o Sediment and Erosion control as necessary Reshape ditches after pipe installation and seed as soon as possible
o Account for seeding in pipe installation cost Water when needed. SCDOT will not release permit without grass
establishment and we will hold retainage until permit is released.o Possible lay-down yard at WWTP site on Pond Road. o Any other property usage will need written consent from property owner to
contractor.o Easement (permanent and temporary) at Wachesaw and Old Kings Hwy for jack
and bore installationo Bids due January 22nd at 2:30pm