HomeMy WebLinkAboutPFM00529
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
WATER TANK MAINTENANCE PROJECT 2014
SPECIFICATION NO. 91152
FEBRUARY 2014
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Sealed Proposal is due at 2:00 PM on the date
specified in the Notice to Bidders
llllater Tank illaintenance Project 2014
Specification No.91152
Approval Date: November 12,2A13
)#
exP.1a31t14
A
CITY OF SAN LUIS OBISPO
STATE OF CALIFORNIA
NOTICE TO BIDDERS
1. Receipt and Opening of Bids.
A) Notice is hereby given that sealed proposals will be received by the City of
San Luis Obispo, in the Public Works Administration Office, 919 Palm
Street, 93401, until 2:00 p.m. on January 2, 2014 at which time they will be
publicly opened and read aloud, for the construction of the work entitled:
Water Tank Maintenance Project 2014, Specification No. 91152
B) Any bid received at the Public Works Administration Office after the time and
date specified above shall not be considered, and shall be returned to the
bidder unopened.
C) Bids received via FAX machine shall not be considered.
D) Each bid shall be submitted in a sealed envelope plainly marked:
Water Tank Maintenance Project 2014, Specification No. 91152
2. General Work Description. In general the project consists of repair of three
different welded steel potable water storage tanks. The Edna Tank work includes
coating of the lower portion of the exterior. The work on the Rosemont Tank
includes welded repair and coating of corrosion and interior ladder modification.
The work on Bishop Tank includes recoating of the exterior roof.
3. Estimate of Total Construction Cost. $154,000
4. Contract Time. The contract time is hereby established as 65 working days.
5. Liquidated Damages. The fixed liquidated damages amount is hereby established
as $1,000 per day for failure to complete the required work within the contract time
allowed. The fixed liquidated damages amount is also established as $1,000 per
day for failure to complete the Rosemont Tank interior work within the seven
calendar day time allowed between turnover of the tank by the City to the
Contractor and completion of disinfection by the Contractor.
6. Contractor's License Requirement. The Contractor must possess a valid Class
A and C33 Contractor's License at the time of the bid opening.
7. Prevailing Wage Requirements. Bidders are hereby notified that pursuant to
Section 1773) of the Labor Code of the State of California, the Department of
Industrial Relations, has ascertained the general prevailing hourly wage rates in the
locality where this work is to be performed for each craft or type of workman or
mechanic needed to execute the Contract which will be awarded to the successful
bidder. Current wage rates can be obtained from the Division of Labor web site,
www.dir.ca.gov/DLSR/PWD/.
8. Contractor Qualifications. The Contractor shall have Public Works experience
B
constructing projects similar to the water tank repair/coating specified for this
project. The Contractor shall provide references for three similar Public Works
projects completed as either the prime or subcontractor. One of the three reference
projects must have been completed under contract with a public agency as the
prime contractor. All referenced projects shall be completed within the last five
years from this project’s bid opening date. The Contractor’s references will carry
substantial weight in determining responsibility of the bidder pursuant to the City of
San Luis Obispo Municipal Code Chapter 3.24. The City reserves the right to reject
any bid solely based on submitted references whenever it determines, after hearing
as defined herein, that the bidder lacks the knowledge or experience or is otherwise
not responsible to complete the project in the best interest of the City.
A) The Public Works Director or designee shall conduct responsibility hearings
as required to determine the lowest responsive bid submitted by a
responsible contractor.
B) Any Contractor(s) who, after a responsibility hearing, is deemed not
responsible by the Public Works director or designee, shall have five (5)
calendar days to submit an appeal of the determination to the City Council.
9. Securing Bid Documents. A copy of the project’s Special Provisions may be
downloaded, free of charge, from the City’s website at:
http://www.slocity.org/publicworks/bids.asp.
A printed copy may be obtained at the office of the City Engineer, 919 Palm Street,
San Luis Obispo, CA 93401, by paying a non-refundable fee of $20.00 if picked up
in person, or by mailing a non-refundable fee of $30.00 to: City of San Luis Obispo,
Engineering Division, 919 Palm Street, San Luis Obispo, CA 93401. Request must
include Specification Number.
Standard Specifications and Engineering Standards referenced in these Special
Provisions may be downloaded, free of charge, from the City’s website at:
http://www.slocity.org/publicworks/documents.asp.
A printed copy may be obtained by paying a non-refundable $16.00 fee for both if
picked up in person, or a non-refundable $21.00 fee if mailed to you by the City
Engineer's Office.
It is the Bidder’s responsibility to obtain all issued Addenda prior to bid opening. All
issued Addenda will be available by download at the City’s website listed above or
at the City Engineer’s Office. All Bidders should contact the Project Manager,
Jennifer Lawrence at (805) 781-7226 or the Public Works Department at 805/781-
7200, prior to bid opening to verify the number of Addenda issued. It is the
responsibility of the Bidder to verify their contact information is correct on the
electronic planholders list located online at:
http://www.slocity.org/publicworks/bids.asp.
C
For information call 805/781-7200.
10. Bids. Bidders shall comply with and agree to all instructions and requirements in
this notice and in the contract documents.
A) All bids must be submitted on the prescribed bid proposal form.
B) EACH BID SHALL BE ACCOMPANIED BY A CERTIFIED CHECK,
CASHIER'S CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY
OF SAN LUIS OBISPO FOR AN AMOUNT EQUAL TO TEN PERCENT
(10%) OF THE AMOUNT OF THE BID, SUCH GUARANTY TO BE
FORFEITED SHOULD THE BIDDER TO WHOM THE CONTRACT IS
AWARDED FAIL TO ENTER INTO THE CONTRACT.
C) The City of San Luis Obispo, California, reserves the right to accept or reject
any or all bids or waive any informality in a bid.
D) All bids are to be compared on the basis of the City Engineer's estimate of
the quantities of work to be done.
E) No bid will be accepted from a Contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division III of Business and
Professions Code.
F) The award of the contract, if awarded, will be to the lowest and best regular
responsible bidder whose proposal complies with the requirements
prescribed. Such award, if made, will be made within 60 calendar days after
the opening of the proposals.
G) As a condition to executing a contract with the City, two bonds each equal to
one hundred percent (100%) of the total contract price shall be required per
Section 3-1.02 “Contract Bonds” of the Standard Specifications.
11. Escrow Accounts. The Contractor may substitute securities for moneys withheld
under the contract in accordance with the provisions of the Public Contract Code,
Section 10263.
12. Bid Protests. It is the City’s intent to award the Contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion that the contract
has been or may be improperly awarded, bidders can protest the contract award.
Protests must be filed no later than five (5) working days after bid opening date.
Protest must be in writing and received by the Project Manager, 919 Palm Street,
San Luis Obispo, CA 93401. Valid protests must contain the following
information: the reasons for the protest, any supporting documentation, and the
ruling expected by the City to remedy the protest. Any protest failing to contain
this information shall be deemed as invalid and rejected.
The City will consider additional documentation and/or other supporting evidence
regarding the protest if submitted in accordance to the specified time limits and/or
specified date. Any additional documentation and/or other supporting evidence
D
submitted after the specified time limit and/or specified date shall be rejected and
not be considered for ruling.
City will not withhold any documentation or items from any interested party
associated to the protest.
In the event that a protest is received, the City will not award the contract before
the protest is remedied or resolved unless the City determines that failing to
award the contract will unduly delay the project.
The City shall conduct the protest in the following manner:
1. The Public Works Director shall respond to the protester within five working
days of receiving a valid protest and may hold a conference on the merits of
the protest.
2. The Public Works Director may request at his sole discretion additional
information and/or supporting evidence by specified time and/or date no
longer than three days after the request.
3. The Public Works Director shall notify the protester of his ruling no later than
ten (10) days after all requested documentation and evidence was received.
In the event that protester is not satisfied with ruling by Public Works Director,
protester may appeal the ruling to the City Council in accordance with Chapter
1.2 of the City of San Luis Obispo Municipal Code.
13. Walkthrough. There will be a mandatory walkthrough on Thursday, December
19, 2013. Bidders should meet at the Edna Tank entrance near Bluerock Drive at
10 a.m.
SPECIAL PROVISIONS
5
1. PLANS AND SPECIFICATIONS.
The work embraced herein shall be done in accordance with these Special Provisions and
the City of San Luis Obispo, Department of Public Works, Standard Specifications and
Engineering Standards January 2010 Edition, in conjunction with the State of California,
Department of Transportation Standard Specifications and Standard Plans dated May
2006.
In case of conflict between the Standard Specifications and these Special Provisions, the
Special Provisions shall take precedence.
Without limiting the general aspects or other requirements of this specification, work and
equipment shall conform to applicable requirements of County, State and Federal codes,
laws and ordinances governing the work, American Water Works Association, SSPC: The
Society of Protective Coatings, and the manufacturer's printed instructions, as approved
by the Engineer.
The Engineer's decision shall be final as to interpretation and/or conflict between any of
the referenced codes, laws, ordinances, specifications and standards contained herein.
The latest edition of standards and regulations herein form a part of this specification.
AMERICAN PETROLEUM INSTITUTE
API 653 Tank Inspection, Repair, Alteration and Reconstruction, API Standard 653-
2009 w/ Addendum 2
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
ASTM D1186, Standard Test Method for Nondestructive Measurement of Dry Film
Thickness of Nonmagnetic Coatings Applied to a Ferrous Base
ASTM D4138, Standard Practices for Measurement of Dry Film Thickness of Protective
Coating Systems by Destructive, Cross-Sectioning Means
ASTM D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages
ASTM D4417, Standard Test Methods for Field Measurement of Surface Profile of Blast
Cleaned Steel
AMERICAN WATER WORKS ASSOCIATION (AWWA)
AWWA D102-03, AWWA Standard for Coating Steel Water Storage Tanks
AWWA C652-02, AWWA Disinfection of Water-Storage Facilities
SPECIAL PROVISIONS
6
SSPC: SOCIETY OF PROTECTIVE COATINGS (SSPC)
SSPC-SP 1, Solvent Cleaning
SSPC-SP 3, Power Tool Cleaning
SSPC-SP 7, Brush-off Blast Cleaning
SSPC-SP 10, Near-White Metal Blast Cleaning
SSPC-SP 11, Power Tool Cleaning to Bare Metal
SSPC-SP 12, Surface Preparation and Cleaning of Metals
SSPC-PA 1, Shop, Field, and Maintenance Painting of Steel
SSPC-PA 2, Measurement of Dry Coating Thickness with Magnetic Gages
SSPC-VIS 1, Visual Standard for Abrasive Blast Cleaned Steel
SSPC-VIS 3, Visual Standard for Hand and Power Tool Cleaned Steel
NACE INTERNATIONAL (NACE)
NACE SP0188-2006, Standard Recommended Practice for Discontinuity (Holiday) Testing
of Protective Coatings
NACE RP 0178-89, Standard Recommended Practice for Fabrication Details, Surface
Finish Requirements, and Proper Design Considerations for Tanks and Vessels to be
Lined for Immersion Service.
Joint Surface Preparation Standard NACE No. 5/SSPC-SP12 WJ-4/SC-3, Surface
Preparation and Cleaning of Steel and Other Hard Materials by High and Ultrahigh-
Pressure Water Jetting Prior to Recoating.
The Society for Protective Coatings, SSPC-SP3 Surface Preparation Specification No.3,
Power Tool Cleaning
The Society for Protective Coatings, SSPC-PA-1, Painting Application Specification No.1
Shop, Field and Maintenance Painting, latest revision for
(The referenced SSPC standards are available from the Society for Protective Coatings at
http://www.sspc.org or from various technical book retailers.)
SPECIAL PROVISIONS
7
2. CONTRACTOR QUALIFICATIONS.
Refer to Notice to Bidders, “Contractor Qualifications.”
3. EXECUTION OF CONTRACT, BEGINNING OF WORK, TIME OF COMPLETION,
LIQUIDATED DAMAGES AND LABOR REQUIREMENTS.
Contract bidding, award, execution and administration shall conform to the provisions in
the Standard Specifications and these Special Provisions.
Section 3-1.03, “Execution of the Contract,” of the State Standard Specification shall be
amended to read:
“The contract shall be signed by the successful bidder and returned, together with the
contract bonds, copy of insurance policies, and Certificates of Insurance, with documents
to verify any self-insurance coverage within five days, not including Saturdays, Sundays
and legal holidays, after the bidder has received the contract for execution.”
Section 8-1.03, “Beginning of Work,” of the Standard Specifications shall be amended as
follows:
Second paragraph, third sentence shall be changed to read: “The pre-construction
conference shall be scheduled to take place within three to ten calendar days of the
execution of the contract by the City”.
Third Paragraph shall be replaced as follows: “The Contract Time as stated in the
Notice to Bidders and Contractor’s operations shall commence on the Monday
following the pre-construction conference. Failure to commence operations
immediately, without written approval of the Engineer, shall be considered
abandonment of the work and the City may terminate the Contractor’s control over the
work under the provisions of Section 8-1.08, “Termination of Control.”
The Contractor’s attention is directed to Section 8-1.04 “PROGRESS SCHEDULE” of
the Standard Specifications. As a condition of this Contract, the Contractor will be
required to furnish a Type A Schedule prior to the pre-construction meeting. The
Contractor shall submit an updated schedule on a monthly basis by the 5th of each
month. Failure to submit updated schedule as specified will result in the assessment of
liquidated damages for each working day until compliance is satisfied.
The Contractor shall pay to the City of San Luis Obispo Liquidated Damages in the
amount set forth in the Notice to Bidders, for each and every calendar day of delay in
finishing the work in excess of the number of Working Days identified in the Notice to
Bidders.
In accordance with Sections 1810 to 1815 of the State Labor Code, eight hours labor
constitutes a legal day’s work. The Contractor or subcontractor shall as a penalty, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract for
SPECIAL PROVISIONS
8
each calendar day during which the worker is required or permitted to work more than
eight hours in any one calendar day and forty hours in any one calendar week without
additional compensation as outlined in Section 1815 of the Labor Code.
After given the opportunity, if the Contractor fails to maintain the project site, complete
project work, or any other cause which requires City staff to complete work at the
project site; the Contractor shall reimburse the City per Section 9-1.12 “CITY BILLING”.
In addition to the requirements of Section 7-1.01A(3) “PAYROLL RECORDS” of the
Standard Specifications, the Contractor shall furnish the Engineer one Portable
Document Format (PDF) file which contains all certified payroll records for the prior
month’s work. The PDF file shall be redacted making the Contractor’s employee social
security number and name illegible. Failure to submit PDF file with other monthly payroll
records shall be considered an incomplete payroll submission and penalties assessed
per Section 7-1.01A(3) “PAYROLL RECORDS”.
4. CITY FURNISHED MATERIAL.
None. The Contractor has the option to contact Bill Tjaden at (805) 391-4070 for paint
materials which will be furnished free of charge by Devoe Coatings for the Bishop Tank
roof coating portion of the project.
5. OPERATIONAL PROCEDURES.
Failure to comply with the provisions in this section shall be considered a material breach
of contract.
All work shall take place under the provisions of Sections 4, 5, 6, 8, and 9, “SCOPE OF
WORK,” “CONTROL OF WORK,” "CONTROL OF MATERIALS," “PROSECUTION AND
PROGRESS,” and “MEASUREMENT AND PAYMENT” of the Standard Specifications
and these Special Provisions.
Restoration of bench marks and monuments, and establishment of lines and grades shall
conform to the provisions in Section 5-1.07 "LINES AND GRADES" of the Standard
Specifications.
Operational procedures shall conform to the provisions in Section 7 “LEGAL
RELATIONS AND RESPONSIBILITY” of the Standard Specifications. Attention is
directed to the provisions in subsections 7-1.01G "WATER POLLUTION," 7-1.08A
“PUBLIC NOTIFICATION,” 7-1.11 "PRESERVATION OF PROPERTY”, and 7-1.12
"INDEMNIFICATION AND INSURANCE” of the Standard Specifications and these
Special Provisions.
The Contractor understands that all of the tanks of this project are situated near open
lands and creeks and that all surface drains and swales lead directly onto the adjacent
land. Contractor shall protect all work sites and all drainage inlets from pollutants and
illegal discharges. Contractor shall submit a Water Pollution Control Plan for the work
anticipated on the project addressing procedures for collecting (vacuuming) and disposing
SPECIAL PROVISIONS
9
of water and debris from tool and equipment cleaning and other potential polluting
operations that may take place within the project site. The plan shall be submitted before
the pre-construction conference. Payment for providing and implementing the Water
Pollution Control Plan shall be considered as included in the various contract prices paid
and no additional compensation will be allowed.
A representative of the prime contractor shall be on site when any subcontractor is
performing contract work. Contract work shall not be allowed to continue until prime
contractor’s representative is on site.
OSHA compliance shall conform to the provisions in Section 7-1.06 "SAFETY AND
HEALTH PROVISIONS" of the State Standard Specifications and these Special
Provisions.
Temporary yards and permanent disposal shall conform to the provisions in Section 7-1.13
“DISPOSAL OF MATERIAL OUTSIDE THE HIGHWAY RIGHT OF WAY.”
Existing third party (non City-owned) utilities are shown on project plans for information
purposes only. It shall be the responsibility of the Contractor to contact “Underground
Service Alert USA” and have site marked prior to start of excavation or saw cutting. The
City of San Luis Obispo is not responsible for any damages, costs, delay, and expenses to
the Contractor resulting from a third party underground facility operator’s failure to comply
with stipulations as set forth in 4216.7.(c) of California Government Code.
The Contractor shall complete layout for the work. The Contractor shall notify the Engineer
when layout is complete and all USA markings have been placed. The Contractor shall
bring any potential conflicts to the attention of the Engineer. No work shall be performed
until the Engineer has reviewed the layout.
Dust control shall conform to the provisions in Section 10 "DUST CONTROL," of the
Standard Specifications and these Special Provisions.
Watering shall conform to the provisions in Section 17 "WATERING" of the Standard
Specifications and these Special Provisions.
Contractor may use vacant areas within tank site fencing of each tank for equipment,
materials storage and parking. Refer to designated areas shown on Figure 1 in
Appendix A. Driveways and access to all facilities must be maintained clear and open at
all times.
Hours of work may be limited, or expanded in certain areas as a requirement of these
Special Provisions. For those areas not restricted, work hours are Monday through
Friday between 7 a.m. and 4 p.m. unless otherwise approved by the Engineer, and
construction noise is limited to the hours of 7 a.m. to 7 p.m. unless otherwise approved
by the Community Development Director. If overtime or weekend work is requested and
SPECIAL PROVISIONS
10
granted, the Contractor shall be responsible to pay overtime hours for inspection and
operations staff.
In addition to the provisions of Section 3-1.03A “ENCROACHMENT PERMIT” of the
Standard Specifications regarding violation of permit conditions, the Engineer may
immediately suspend all work until compliance is achieved. The Contractor shall bear all
costs incurred by such suspension, and no additional compensation for losses incurred
by the Contractor shall be allowed. It is therefore agreed that the Contractor will be
assessed Liquidated Damages and pay to the City of San Luis Obispo the sum set forth
in these Special Provisions for such, for each day the Contractor does not comply with
the contract requirements.
Full compensation for conforming to the requirements of this section shall be included in
the contract prices paid for the various items of work and no additional compensation shall
be allowed.
6. TEMPORARY FACILITIES.
Power. The Contractor shall provide, at no additional cost to the City, all construction
power used at the project sites.
Sanitary Facilities. The Contractor shall make arrangements and provide for adequate
portable toilet facilities at the site of work. The Contractor shall maintain the sanitary
facilities in acceptable condition from the beginning of work until completion and shall
remove the facilities and disinfect the premises.
Water. The Contractor shall provide, at no additional cost to the City, all construction
water used at the project sites.
7. SUBMITTALS
General: Submittals shall be provided in accordance with Section 6-1.052, “Submittals,”
of the Standard Specifications and these Special Provisions.
Important: The Contractor shall provide submittals ten calendar days before the
pre-job conference.
No work shall be done on items needing submittal approval until the material or plan is
approved by the Engineer.
Required Submittals: Submittals shall be furnished by the Contractor as called for in the
various sections of these Special Provisions and for following items as a minimum:
Products:
Coatings / Color (for each coat)
SPECIAL PROVISIONS
11
Solvents/Thinners
Abrasives
Soluble Salts Verification Method (Pre-Coating Application)
Magnetic Dry Film Thickness Gage
Coating Conditions Verification Equipment (Temperatures/Humidity)
Daily Report Form
Water Pollution Control Plan
Caulking
Shop drawings of ladder isolation kit for Rosemont Tank
Welding procedure to be used for patch plates
Patch plate material certification (mill test reports)
Plan for protection of potable water during work around tank openings
Product Submittals: Approval of materials and products by the City does not waive the
Contractor’s responsibility to provide materials which meet the intent of the tank repairs
for the warranty period.
Coating Submittals: The submittals for coating products shall at a minimum contain the
following information:
Material Name / Manufacturer
Standards which the product complies
Conditions for which the product was developed or can be used
Testing information / data on product
Any material guarantees
Surface Preparation for coatings including any special requirements for this
project
Recommended uses
Safety precautions - and MSDS sheets
Application guidelines
Name and phone number of the area sales representative for the product
Any other information the Contractor feels would be helpful in the City’s
review.
8. CONSTRUCTION DETAILS
General: The water storage tanks are located at three different sites in the City of San
Luis Obispo, CA (See Figure 1, Appendix A). The tanks provide potable water to the
community. The tanks are near sea level and are subject to influence from the nearby
sea coast. Fog conditions and wind are not unusual. On site hours shall be adjusted to
maximize work hours during coating operations as approved by the Engineer.
Adjustments in the contract working days, due to inclement weather, will be made in
accordance with Section 8-1.06, “Time of Completion,” of the Standard Specifications.
SPECIAL PROVISIONS
12
Existing Conditions - Edna Tank
The Edna Tank is a 170’-0” diameter and 25’-0” tall ground supported welded steel
reservoir containing potable water. The tank will be in service during this project. The
tank site is located south of Bluerock Drive in San Luis Obispo. The tank is serviced by
a narrow access road which will significantly limit the size and quantity of equipment
practical for use on this project. No fall protection anchor point is present on the tank
roof. The roof is partially protected by guardrail.
Please note photos included in Appendix B of these Special Provisions.
Existing Conditions – Rosemont Tank
The Rosemont Tank is 21’-6” in diameter and 16’-0” tall. The tank is a ground supported
welded steel reservoir for potable water. Cathodic protection anode rods are suspended
from the roof on the tank interior. No fall protection anchor point is present on the tank
roof. The roof is partially protected by guardrail. Please note photos included in
Appendix B of these Special Provisions.
The tank is located on the Bishop Peak Trail to the northwest of Highland Drive. The
tank is serviced by a narrow access road which will significantly limit the size and
quantity of equipment usable on this project. The access is steep, rutted and unpaved.
Four-wheel drive light trucks are typically used by the City to access this site. All-wheel
drive vehicles are required for use under this contract to prevent damage to the road.
The tank will be out of service and drained but some water will remain. The Contractor
shall remove the remaining water and dry the tank at the start of work.
Existing Conditions – Bishop Tank
The Bishop Tank is a 72’-0” diameter and 31’-0” tall ground supported welded steel
reservoir containing potable water. The tank site is located on Flora Street north of
Bishop Street in San Luis Obispo. The tank will be in service during this project.
Please note photos included in Appendix B of these Special Provisions.
Time Constraints
The Rosemont Tank is the sole storage reservoir for nearby residences. It is critical that
the tank be out of service for as little time as reasonably possible. The Rosemont Tank
interior work includes the following; “Rosemont Tank Interior Ladder Modification”,
“Rosemont Tank Bottom or Shell Repair by Welded Patch Plates”, “Rosemont Tank
Coating Spot Repair” and “Rosemont Tank Disinfection”. The Contractor shall provide
the City with written notice seven calendar days prior to the start of the Rosemont Tank
interior work. During the seven day time the City will coordinate and implement the shut
down and draining of the tank. The Contractor shall coordinate, prepare and mobilize in
such a fashion as to allow for completion of the interior work within the time allocated as
shown under “Liquidated Damages” in the Notice to Bidders.
SPECIAL PROVISIONS
13
The Edna and Bishop Tanks will remain in service during the work and no special time
constraints apply outside of the overall contract time.
Lead
Paint samples collected from the Edna Tank were tested for lead. The test results are
contained in the Oilfield Environmental Compliance Inc. report dated December 21,
2011 which is located in Appendix C of these Special Provisions. The Contractor is
responsible for conducting any required testing and conforming to applicable
regulations.
No paint samples were collected from the Rosemont Tank which, according to records,
was constructed in 1995. It should be expected that some “background” level of lead is
present in the coatings. The Contractor is responsible for conducting any required
testing and conforming to applicable regulations.
No paint samples were collected from the Bishop Tank which was constructed in 2002.
It should be expected that some “background” level of lead is present in the coatings.
The Contractor is responsible for conducting any required testing and conforming to
applicable regulations.
The City assumes no responsibility for the accuracy of the sampling or test results. All
work involving the removal of lead containing coatings and the disposal of such
removed material shall be in strict accordance with all applicable Local, State and
Federal regulations and guidelines including notification, removal and containment
techniques, proper transportation and disposal, and worker protection and monitoring.
The Contractor is responsible to test the composite waste from the project to determine
proper disposal. A copy of all test results shall be furnished to the Engineer.
For waste requiring the preparation of a hazardous waste manifest and waste shipment
record, the Contractor shall prepare an accurate hazardous waste manifest and waste
shipment record for signing by the Engineer. Neither the Contractor nor his employees
shall sign the waste manifests or waste shipment records as the generator’s
representative. The Contractor shall provide the Engineer with a certified weight ticket
for each shipment of hazardous waste. If any waste is shipped to a disposal facility
outside of California, the transporter and disposal facility shall complete and sign and
distribute California’s Hazardous Waste Manifest in the same manner as required by
California law for the disposal facilities inside California.
The Contractor shall be responsible for any cleanup of areas where lead containing
material has been released during the job. The Contractor shall assume all costs for
such cleaning.
Housekeeping and Cleanup
At the end of each work day, dust and abrasive shall be removed from the surfaces and
surrounding areas. Spent abrasive shall be stored in temporary storage containers on
SPECIAL PROVISIONS
14
site pursuant to Best Management Practices and Best Pollution Prevention Practices
listed under federal and state guidelines.
As work proceeds, promptly remove all coating that is spilled, splashed, or splattered.
Collect empty containers, rags, waste material, and debris and store or remove from the
site as appropriate.
The site shall be maintained free of unnecessary accumulations of tools, equipment,
surplus materials, and debris. Equipment maintenance and spill prevention procedures
shall be adequate to prevent spills and leaks.
Upon completion of the work, the Contractor shall remove all excess materials,
equipment, containers, and waste from the job site. Coating spots or stains shall be
removed from adjacent surfaces and surfaces repaired if needed.
Protection of Surfaces, Motors & Equipment: Protect the following surfaces from
abrasive blasting, entry of sand, grit, dust and paint or other damage by wrapping,
masking, tarping or other methods:
Any pump/motors
Threaded portions of valve and gate stems
Gages and instruments
Machined surfaces for sliding contact, bearings, sprockets or gears
Surfaces to be assembled against gaskets
Stainless steel or aluminum surfaces not specifically designated for coating or
painting
Concrete
Coated, galvanized or plated items not scheduled for painting or coating
Drains, relief valves and grease fittings
All other surfaces not specifically designated for coating or painting.
The Contractor shall contact Operations personnel for verification of adequate
protection of critical items such as mechanical items in and around the tank, pumps,
motors, etc.
9. PAINTING AND COATING
General: This section shall apply to painting and coating at all locations identified in this
project. Coatings shall conform to the provisions in Section 59, “PAINTING” of the
standard specifications and these special provisions. Preparation, coating and paint
application shall conform to the requirements of the latest revision of The Society for
Protective Coatings, Painting Application Specification SSPC-PA-1, for "Shop, Field and
Maintenance Painting."
The Contractor shall supply all coatings, solvents, abrasives, air compressors, hoses,
SPECIAL PROVISIONS
15
paint guns, materials storage and any other tools and equipment necessary for the
proper preparation and application of the coatings. The Contractor shall be attentive to
wind conditions to reduce the drifting of abrasive blast residue and overspray and shall
make every effort to prevent the damage of public and private property. Weather
conditions shall dictate the application of coatings and, if necessary, adjustments in the
contract working days will be made in accordance with the provisions of the Standard
Specifications. If overspray or other damage occurs, the Contractor shall incur all
expenses for the clean-up or repair of the damages to public and/or private property.
The Contractor shall be familiar with the service conditions of the tank and shall submit
preparation and coating applications as appropriate. The Contractor shall consult the
Engineer prior to any coating activity where the coating of certain components or
surfaces is in question.
Color: Color of final coat shall be a close match to the existing paint. The Contractor
shall submit a cured swatch of the proposed color to the Engineer for approval.
Coating Materials: Coating materials shall conform to the following requirements:
Only high-grade products of manufacturers having an established longstanding good
reputation in the manufacture of quality protective coatings shall be used.
All coatings shall be suitable for exposure to the harsh local environmental conditions,
including exposure to industrial solvents and petroleum products.
All coating materials that will be in contact with potable water shall be certified for
conformance with ANSI/NSF 61 Drinking Water System Components.
The Contractor may submit for consideration paint materials of manufacturers other
than those specified herein in accordance with Section 7 “Submittals” of these Special
Provisions. The Contractor shall provide satisfactory documentation from the firm
manufacturing the proposed material that the material meets the specified requirements
and is equivalent to or better than the listed materials in the following properties:
a. Quality
b. Durability
c. Resistance to abrasion and physical damage
d. Life expectancy
e. Ability to recoat in future
f. Solids content by volume
g. Dry film thickness per coat
h. Compatibility with other coatings
i. Suitability for the intended service
j. Resistance to chemical attack
k. Temperature limitations in service and during application
l. Type and quality of recommended undercoats and topcoats
SPECIAL PROVISIONS
16
m. Ease of application
n. Ease of repairing damaged areas
o. Stability of color
Pressure Washing: The Contractor shall supply all materials, tools and equipment
necessary to complete low-pressure water cleaning of all surfaces to be recoated.
Surfaces shall be cleaned in accordance with SSPC-SP12 WJ-4/SC-3. Surfaces shall
have all loose rust, loose mill scale and loose coatings uniformly removed.
Pressure washing can be destructive to nonmetallic surfaces. Hydraulic pressure of the
washer shall be controlled so as to not cause damage to equipment. The Contractor
shall protect wood, insulation, caulking, electric installations and instrumentation from
direct and indirect water streams. The Contractor shall cover and protect all instruments
and equipment not intended for washing. The Contractor shall contain all wash water to
prevent contamination of soils and adjacent waterways.
Surface Preparation: Surface preparation shall be provided as detailed for specific
aspects of the work. Abrasives shall be ARB certified-recyclable fused copper slag.
Surface preparation shall conform to this specification and the applicable material
manufacturer’s recommendations.
Application: Thinning shall be permitted as recommended by the manufacturer for the
conditions of application and allowed by applicable regulations. Each application of
coating or paint shall be applied evenly, free of sags and runs, with no evidence of poor
workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coating
and paint shall be sharply cut to lines. Finished surfaces shall be free from defects or
blemishes.
When two or more coats of coating or paint are specified, each coat shall be adequately
contrasting in color to act as an indicator of coverage.
All material shall be applied in accordance with the manufacturer's recommendations
and these specifications. Maximum permissible level of soluble salts or chemicals shall
be as recommended by the coating manufacturer and verification shall be the
responsibility of the Contractor.
Where the number of coats or dry film thickness is specified, they shall be considered a
minimum. The Contractor shall apply additional coats as necessary to achieve the
specified dry film thickness. Coating dry film thickness that exceeds the range
delineated on the coating manufacturer’s data sheet shall be removed pursuant to the
manufacturer’s recommendations.
Coating procedures and recoat cycles are critical. The maximum recoat time shall be
three days for all materials or as specified by the manufacturer, whichever is shorter. It
is imperative that the manufacturer's recommendations be strictly followed. Any
deviation from printed literature must be approved in writing by the manufacturer’s
SPECIAL PROVISIONS
17
technical department and the owner prior to starting alternate procedures.
Contractor Quality Control: The Contractor is responsible for quality control. The
Contractor shall provide adequate equipment to monitor project quality. The Contractor
shall document conditions, progress, project personnel and equipment on site, in a daily
report. Signed daily reports shall be provided to the Engineer on a weekly basis.
No coating or paint shall be applied to wet or damp surfaces, in rain, snow, fog, or mist,
when the steel temperature or surrounding air temperature is less than five degrees
Fahrenheit (5˚F) above the dew point, in high winds, nor in conditions not recommended
by the manufacturer. If such 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.
The thickness of coatings and paint shall be checked with a non-destructive, magnetic
type thickness gauge. In cases of dispute concerning film thickness, measurements
made with instruments shown to be in calibration with the National Bureau of Standards
calibration plates shall predominate. The Contractor shall furnish U.S. Department of
Commerce, National Bureau of Standards certified thickness calibration plates to test
accuracy of dry-film thickness gauge. All inspection devices shall be in good working
order.
The coating integrity of all interior coated metallic surfaces, with coating thicknesses
between 10 and 20 mils, shall be tested with an approved wet sponge electronic holiday
detection device. A non-sudsing type wetting agent such as Kodak Photo-Flo, shall be
added to the water prior to wetting the detector sponge.
The Contractor shall provide holiday detection devices in good working order.
Acceptable devices include, but are not limited to, K-D "Bird Dog" non-destructive
holiday detector and Tinker-Rasor Model M-1 for coating to 20 mils dry film thickness.
All holiday detection devices shall be operated in the presence of the Engineer. Testing
shall be conducted pursuant to the coating manufacturer’s recommendations and NACE
RP 0188 (latest edition). All rejected areas shall be marked and repaired in accordance
with the manufacturer's printed recommendations and re-tested. No pinholes or other
irregularities will be permitted in the final coating.
Warranty Coating. Refer to Section 18 “Warranty Inspection” of these Special Provisions.
Areas found to be unacceptable at the time of the warranty inspection shall be prepared
and re-coated as per the applicable original coating system or approved equal.
Coating Systems. The paragraphs below identify surfaces and coating types to be
applied to the tank(s).
Coating of Exterior Metals
SPECIAL PROVISIONS
18
Included Items: The lower one foot of tank shell and bottom extension (chime) on the
Edna Tank to, but not including the concrete footing. Exterior portions of Rosemont tank
opposite of welded repair(s) on the interior shell and other locations as directed by the
Engineer. The exterior surfaces of the Bishop Tank above the top of the cylindrical shell
plate including the knuckle, roof and roof appurtenances.
Surface Preparation (Edna Tank & Bishop Tank): Pressure wash and abrasive blast per
SSPC-SP6 Commercial Blast Cleaning and the coating manufacturer’s
recommendations.
Surface Preparation (Tank Spot Repairs and Near Bishop Tank Vent): Pressure wash
and hand or power tool clean per SSPC-SP3 (using needle gun, sanding and grinding)
and the coating manufacturer’s recommendations.
Coating: Epoxy primer and intermediate coat followed by aliphatic acrylic polyurethane.
Caulk all non-sealed lap joints, flange faces, bolts, nuts, mechanical connectors, after
application of the intermediate coat but prior to the finish coat.
Color: Match existing.
Primer: Carboline Carbomastic 15 aluminum epoxy mastic, 3-5 mils
Intermediate: Carboline Carbomastic 15 aluminum epoxy mastic, 3-5 mils
Finish: Carboline Carbothane 134 VOC aliphatic acrylic polyurethane, 2-3 mils
or
Primer: Devoe 231, epoxy mastic, aluminum 3-5 mils
Intermediate: Devoe 231, epoxy mastic, aluminum 3-5 mils
Finish: Devoe High Performance Coatings Devthane 378H Aliphatic Urethane Semi-
Gloss, 2 - 3 mils
or
Approved equal.
Field Spot Coating of Interior Metals for Submersion Service
Included items: Metallic surfaces on the Rosemont Tank interior including the stainless
steel ladder, the carbon steel ladder clips, the shell at each ladder clip, the welded patch
plates and shell or bottom locations as directed by the City Representative.
Surface Preparation: Power tool clean per SSPC-SP11 Power Tool Cleaning to Bare
Metal and the coating manufacturer’s recommendations.
Abrasive: N/A
Profile: Per manufacturer recommendations.
SPECIAL PROVISIONS
19
Coating: 100% Solids epoxy primer and finish with short cure time
Color: White
Primer: Raven Linings, AquataPoxy A-61 100% solids, 6 to 8 mil
Finish: Raven Linings, AquataPoxy A-61 100% solids, 6 to 8 mil
or
Approved equal.
10. BISHOP TANK COATING
General: The roof and knuckle (radiused transition to shell) of the tank exterior have
areas of coating failure. The intent of this phase of the project is to remove coatings and
apply a new coating system. The tank contains potable water and will be in-service
during this work.
Containment: Provide containment which prevents transient dust and overspray during
preparation and coating application (if spray application is used). Wet abrasive blasting
will not be accepted for dust control.
Coating: Prepare, abrasive blast and coat the roof above the shell-to-knuckle weld on
the Bishop Tank including the roof hatch, roof vent riser and cover and other
appurtenances. Work shall be completed pursuant to these special provisions. The
coating system and preparation shall be as delineated in the Coating of Exterior Metals
section above.
The Contractor shall protect the potable water contents of this tank. Particular care shall
be taken around openings such as the roof vent, roof hatch and cathodic protection
hand holes. The Contractor shall remove the vent hood and provide temporary covering
with due consideration for continued ventilation. Power tool cleaning with vacuum
recovery needle gun and/or sanders is required for preparation on and near the vent
riser. Removal of cathodic protection hand holes is not required.
Masking and appropriate shielding shall be provided to protect the portion of the tank
and the concrete which are not to be blasted or recoated. The Contractor shall pay
particular attention to controlling their blasting operation and preventing “overblast” or
ricochet onto areas of the tank that are not to be recoated. The interface between the
existing coating and the newly coated areas shall be a neat, straight horizontal line. In
the case of contractor inflicted damage to areas below the interface line (new to existing
coating), repair shall be accomplished by lowering the elevation of the entire line to the
level required and coating pursuant to these special provisions to achieve a neat
horizontal line.
Payment: The contract lump sum price paid for “Bishop Tank Coating” shall include full
payment for containment of dust, containment of overspray, preparation, coating and
protecting the tank, existing coatings and tank components from damage, and for
SPECIAL PROVISIONS
20
furnishing all labor, materials, tools, equipment and incidentals and for doing all the
work involved in coating the roof, knuckle and roof appurtenances as specified in these
Special Provisions.
11. BISHOP TANK COATING SPOT REPAIR
Provide spot repair of exterior coatings (for shell ring 1, chime and anchor repairs)
pursuant to the Painting and Coating section of these special provisions. The system
specified under “Coating of Exterior Metals” shall be used for exterior surfaces. The
quantity and areas are approximately:
15 locations – 1’-0” square (locations on shell ring 1 (lowest) and anchor chairs
per Engineer
Payment: Bishop Tank Coating Spot Repair shall be paid for on the basis of a unit rate
for each square foot designated for repair by the Engineer. The contract price paid for
square foot of “Bishop Tank Coating Spot Repair” shall include full compensation for all
labor, materials, tools, equipment and incidentals required for or used in preparation of
surfaces and furnishing and applying coating material in accordance with these Special
Provisions.
12. EDNA TANK COATING AND CAULKING
General: The chime (bottom extension) and lowest area of the tank exterior shell have
significant corrosion and metal loss. The intent of this work is to help prevent further
metal loss in this critical area of the tank, extend the life of the tank and improve
aesthetics.
Coating: Prepare abrasive blast and coat the lower one foot of tank shell and bottom
extension (chime) on the Edna Tank to, but not including, the concrete footing. Work
shall be completed pursuant to these special provisions. Coating system and
preparation shall be as delineated in the Coating of Exterior Metals section above.
Masking and appropriate shielding shall be provided to protect the portion of the tank
and the concrete which are not to be blasted or recoated. The Contractor shall pay
particular attention to controlling their blasting operation and preventing “overblast” or
ricochet onto areas of the tank that are not to be recoated. The interface between the
existing coating and the newly coated areas shall be a neat, straight horizontal line. In
the case of contractor inflicted damage to areas above the interface line (new to existing
coating), repair shall be accomplished by raising the elevation of the entire line to the
level required and coating pursuant to these special provisions to achieve a neat
horizontal line.
Caulking: A fillet of caulk such as Sika 1A or approved equal shall be applied to the
chime/concrete interface. The fillet shall have ½” legs and shall be applied in a neat
fashion with clean, even lines. Masking shall be used on both concrete and steel to aid
neat installation.
Payment: The contract lump sum price paid for “Edna Tank Coating and Caulking” shall
SPECIAL PROVISIONS
21
include full payment for preparation, coating and caulking and protecting the tank,
existing coatings and tank components from damage, and for furnishing all labor,
materials, tools, equipment and incidentals and for doing all the work involved in coating
and caulking the shell as specified in these Special Provisions.
13. EDNA TANK COATING SPOT REPAIR
Provide spot repair of exterior coatings on the tank roof pursuant to the Painting and
Coating section of these special provisions and this section. The repair areas have
significant roughening and metal loss due to corrosion. The areas are typically located
where ponding has caused immersion and accelerated failure of the existing coating.
The quantity and areas are approximately:
Various locations – 1’-0” to 8’-0” square totaling approximately 100 sq. ft.
(locations on roof per Engineer)
Surface Preparation: Pressure wash and hand or power tool clean per SSPC-SP3
(using needle gun, sanding and grinding) to achieve a 3-5 mill profile.
Coating: Solvent free aromatic polyurethane hybrid w/ approval for use NSF 61. One
coat 40 mils. Carboline Reactamine 760 or equal.
Color: Light tan (color is known to yellow and darken with UV exposure)
Payment: Edna Tank Coating Spot Repair shall be paid for on the basis of a unit rate for
each square foot designated for repair by the Engineer. The contract price paid for
square foot of “Edna Tank Coating Spot Repair” shall include full compensation for all
labor, materials, tools, equipment and incidentals required for or used in preparation of
surfaces and furnishing and applying coating material in accordance with these Special
Provisions. Payment for work under this section does not include repair of areas
damaged by the Contractor during execution of work included in other sections of these
Special Provisions.
14. ROSEMONT TANK INTERIOR LADDER ISOLATION
General: The existing interior ladder is unpainted stainless steel. The ladder is attached
to the tank with ¾” bolts at six locations (three sets of legs, Contractor to verify
attachment information prior to drawing submittal). The ladder appears to be causing
accelerated pitting of the tank by cathodic corrosion. The intent of this portion of the
project is for the Contractor to provide electrical isolation of the ladder from the tank by
use of nylon bushings and plates at the bolted connections. Additionally the stainless
steel ladder is to be fully coated to provide a barrier between the ladder and the water in
the tank.
Ladder Isolation: The Contractor shall remove the ladder and coat pursuant to these
special provisions and the specific coating system specified in the “Field Spot Coating of
Interior Metals for Submersion Service” section above. Ladder supports and all interior
areas, new or existing, which are affected or damaged as a part of this work shall be
SPECIAL PROVISIONS
22
coated pursuant to these special provisions and the specific coating system specified in
the “Field Spot Coating of Interior Metals for Submersion Service” section above. All
exterior surfaces which are affected or damaged as a part of this work shall be coated
pursuant to these special provisions and the specific coating system specified in the
“Coating of Exterior Metals” section above.
The Contractor shall re-install the coated ladder and electrically isolate the ladder from
the tank by replacing the existing bolts with nylon bushed 5/8” diameter stainless steel
bolts and nylon separation plates. The Contractor shall prove electrical isolation using
an appropriate meter upon completion of the installation and prior to touch up of the
coatings.
Payment: The contract lump sum price paid for “Rosemont Tank Interior Ladder
Isolation” shall include full payment for removal of ladder, protecting ladder and tank
components from damage, preparing the ladder, coating the ladder (and all associated
components and associated areas damaged during this work on the interior and
exterior) and for furnishing all labor, materials, tools, equipment and incidentals and for
doing all the work involved in removing, isolating and replacing the ladder as specified
in these Special Provisions.
15. ROSEMONT TANK WELDED STEEL PATCHES
Provide welded steel patches with a thickness of 1/4”. The patches shall lap the existing
corroded bottom or shell areas and shall be fully seal welded around the perimeter. Patch
repairs shall conform to API 653 and plate material shall be ASTM A36. Patches shall be
finish sanded to remove all sharp edges and round all corners to 1/8” minimum radius.
Patch shape and dimensions shall be as directed by the Engineer. The quantity and weld
plate patch sizes are approximately:
4 pieces - 6” diameter (various locations on the bottom per Engineer)
3 pieces - 6” diameter (location on the shell per Engineer)
Payment: Rosemont Tank Welded Steel Patches shall be paid for on the basis of a unit
rate for each patch of one square foot or less designated for repair by the Engineer. The
contract price paid for square foot of “Rosemont Tank Welded Steel Patches” shall
include full compensation for all labor, materials, tools, equipment and incidentals
required for or used in furnishing, preparing, welding and finishing patches in
accordance with these Special Provisions.
16. ROSEMONT TANK COATING SPOT REPAIR
Provide spot repair of interior and exterior coatings (for shell repairs and other locations
specified by the Engineer) pursuant to the Painting and Coating section of these special
provisions. The system specified under “Field Spot Coating of Interior Metals for
Submersion Service” shall be used for interior repairs and the system specified under
“Coating of Exterior Metals” shall be used for exterior surfaces. The quantity and areas
SPECIAL PROVISIONS
23
are approximately:
4 locations – 1’-0” square (locations on the interior bottom per Engineer at
welded patch plates or as required)
3 locations – 1’-0” square (locations on the interior shell per Engineer at welded
patch plates or as required)
4 locations – 1’-0” square (locations on the interior per Engineer)
3 locations – 1’-0” square (locations on the exterior shell per Engineer at welded
patch plates or as required)
3 locations – 1’-0” square (locations on the exterior roof per Engineer)
Payment: Rosemont Tank Coating Spot Repair shall be paid for on the basis of a unit
rate for each square foot designated for repair by the Engineer whether interior or
exterior. The contract price paid for square foot of “Rosemont Tank Coating Spot
Repair” shall include full compensation for all labor, materials, tools, equipment and
incidentals required for or used in preparation of surfaces and furnishing and applying
coating material in accordance with these Special Provisions. Payment for work under
this section does not include repair of areas damaged by the Contractor or work
associated with ladder isolation.
17. ROSEMONT TANK DISINFECTION.
General: After cure of the interior coating has been completed, the interior of the tank
shall be thoroughly cleaned and disinfected. Cleaning shall be done pursuant to the
pressure washing section of these special provisions using a 3,000 psi pressure
washer. All work shall conform to the requirements of ANSI/AWWA C652, Standard for
Disinfection of Water-Storage Facilities, Method 2. The Contractor shall test the
disinfection solution for chlorine concentration during the observation of the City
Representative and prior to start of disinfection.
Payment: A contract lump sum price shall be paid for “Rosemont Tank Disinfection”.
The price shall include full compensation for all work associated with disinfecting the
tank after completion and cure of coating pursuant to AWWA C652, Method 2. This
includes but is not limited to furnishing all labor, materials, tools, regulatory compliance,
equipment and incidentals to complete work involved as specified in these Special
Provisions.
18. WARRANTY INSPECTION
The City shall provide for inspection of any or all of the work completed under this
contract. The date and method of the inspection shall be established and notification
given at least 30 days in advance. If an inspection date has not been established within
13 months after completion of the coating work, the first anniversary inspection shall be
considered waived.
SPECIAL PROVISIONS
24
19. WARRANTY REPAIR
If any work is found to be defective, as determined by the City, its employees or
consultants, the Contractor shall promptly correct the defective work with no cost to the
City. The surfaces shall be prepared and re-coated as per the applicable original
coating system. Preparation and application procedures for coating repairs shall
conform to manufacturer’s recommendations and be approved by the City with the
intent of bringing the defective areas up to the quality level of the original work required
by this specification.
The City may require delay of repair where necessary for efficient operation of the water
storage facility. If the Contractor does not complete corrective work promptly, the City
may complete the work itself or hire others to complete it. The original Contractor and its
Surety will be liable to the City for all direct and indirect costs.
The cathodic protection system on the Rosemont Tank shall be energized and adjusted
after completion of the warranty period and repair work if applicable.
20. OSHA COMPLIANCE.
OSHA compliance shall conform to the provisions in Section 7-1.06, "Safety and Health
Provisions," and these Special Provisions.
Contractor is responsible for complying with Cal/OSHA regulations for lead in
construction in accordance with California Code of Regulations, California Title 8,
Section 1532.1. Lead. Refer to Section 10-2, “Lead” and Appendix A for Lead Analysis
Report. Cal/OSHA requires compliance with 1532.1 if the paint contains lead at any
level.
The costs for complying with all OSHA requirements shall be considered as included in
the various contract prices paid and no additional compensation will be allowed
therefore.
Appendix – Paint Sample Lead Test. Refer to Appendix C following this Section
for a Paint sample lead test report provided by OEC.
SPECIAL PROVISIONS
1
Appendix A
Location Maps: Water Storage Tank Sites
BROADROCKVI
EWMcMILLANLAWRENCE
GARIBALDIMITCHELL VI
CT
ORI
AORCUTT
STONERIDGE
CAUDILL
P E R K IN S
F R A N C IS
GAILLAWTONB LU E R O C K
MASON
H U M B E R T
S W E E N E Y
FENNELSACRAMENTOM U T S U H IT OCHANDLERTENBROOK MORRISON
R
O
C
K
VIE
W C
T
L A W R E N C E
WATER TANK MAINTENANCE PROJECT 2012
EDNA SADDLE TANK
N
0 200 400 600 800 1,000100
Feet
SPECIFICATION NO. 91152
- EDNA SADDLE TANK -
HIGHLAND AL-HILFEL-MAROAKRIDGE P A T R IC IA
JAYCEECRAIG
DALY
C L O V ER
LOS CERROSANACAPA
BRI
TTANYLOS ROBLES
WATER TANK MAINTENANCE PROJECT 2012
ROSEMONT TANK
N
0 200 400 600 800 1,000100
Feet
SPECIFICATION NO. 91152
- ROSEMONT TANK -
J
OH
NSO
N
F
L
ORA
B IS H O P
AU
GU
ST
AS Y D N E Y
SIE
R
R
A
FI
XLI
NI
EL LA
H
EL
ENAIRIS
P
A
RK
L
AN
DWI
L
DI
NGS
UNS
E
T
S M IT H
S A N M A TE O
REBAE
L
C
ERR
I
T
OS A N C A R L O S
LA CITASKYLARKC E C E L IA
GRET
A
V IE W M O N T
R IC H
L A V IN E D A
G E R D A
BOULEVARD DEL CAMPOC O R O N A
JOYCEE N CINO
BINNS
SYLVIA
MA
R
I
AN
EL PASEO
SYDNEYS A N C A R LO S
WATER TANK MAINTENANCE PROJECT 2012
BISHOP TANK
N
0 200 400 600 800 1,000100
Feet
SPECIFICATION NO. 91152
- BISHOP TANK -
SPECIAL PROVISIONS
2
Appendix B
Photo excerpts from inspection reports by
Advantage Technical Services, Inc.
2009
Overall view of the Edna Tank.
Edna Tank nameplate.
Advantage Technical Services, Inc. 805-595-2282
Edna Tank exterior shell. The arrow indicates the zone of the close up photo below.
The shell is in good condition overall but with some scattered chipping.
Exterior view of the lower shell and bottom chime (bottom extension) of the
Edna Tank which shows the typical corrosion found in this area.
Advantage Technical Services, Inc. 805-595-2282
Rosemont Tank access road.
Rosemont Tank site.
Advantage Technical Services, Inc. 805-595-2282
Overall view of the Rosemont Tank.
Rosemont tank nameplate.
Advantage Technical Services, Inc. 805-595-2282
Rosemont Tank interior ladder was in good condition overall but the
support legs exhibit significant corrosion.
Significant corrosion is present on the interior ladder support legs of the
Rosemont Tank.
Advantage Technical Services, Inc. 805-595-2282
Rosemont Tank interior ladder as viewed from the roof hatch.
Rosemont Tank ladder at lowest support leg.
Significant corrosion is present on the interior ladder support legs.
Advantage Technical Services, Inc. 805-595-2282
This photo shows one pit in the bottom of the Rosemont Tank that is
typical of the 4 found. The deepest pit was measured at about 1/8" This
photo was taken after removal of the corrosion product.
Pit (same as top photo) after application of underwater curing NSF epoxy which
was the typical condition upon the completion of the dive inspection in 2009.
Advantage Technical Services, Inc. 805-595-2282
Advantage Technical Services, Inc. 805‐595‐2282
Overall view of Bishop St. Tank roof.
Additional view of Bishop St. Tank roof.
Advantage Technical Services, Inc. 805‐595‐2282
Advantage Technical Services, Inc. 805‐595‐2282
Typical coating failures on Bishop St. Tank roof.
Additional areas of typical coating failures on Bishop St. Tank roof.
Advantage Technical Services, Inc. 805‐595‐2282
Advantage Technical Services, Inc. 805‐595‐2282
Additional view of a typical coating failure on Bishop St. Tank roof.
Ladder, roof hatch and guardrail area on Bishop St. Tank.
Advantage Technical Services, Inc. 805‐595‐2282
Advantage Technical Services, Inc. 805‐595‐2282
Bishop St. Tank chime which is a typical area for coating spot repair.
Bishop St. Tank anchor chair which is a typical area for coating spot repair.
Advantage Technical Services, Inc. 805‐595‐2282
SPECIAL PROVISIONS
3
Appendix C
Paint Sample Lead Test
Oilfield Environmental Compliance Inc.
December 21, 2011
Oilfield Environmental and Compliance, INC.
Dear Client:
Enclosed is an analytical report for the above referenced project. The samples included in this report
were received on 15-Dec-11 08:15 and analyzed in accordance with the attached chain-of-custody.
Unless otherwise noted, all analytical testing was accomplished in accordance with the guidelines
established in our Quality Assurance Manual, applicable standard operating procedures, and other
related documentation. The results in this analytical report are limited to the samples tested and any
reproduction thereof must be made in its entirety.
If you have any questions regarding this report, please do not hesitate to contact the undersigned.
Sincerely,
Work Order: 1105967
21 December 2011
Project Manager
Meredith Sprister
Will Bellis
6661 Fern Canyon Road
San Luis Obispo, CA 93401
RE: Advantage Technical Services
Advantage Technical Services
307 Roemer Way, Suite 300, Santa Maria, CA 93454
TEL: (805) 922-4772
FAX: (805) 925-3376www.oecusa.com
Project:
Project Number:
Project Manager:
Reported:
Advantage Technical Services
6661 Fern Canyon Road [none]
Will Bellis
Advantage Technical Services
21-Dec-11 16:04San Luis Obispo CA, 93401
Oilfield Environmental and Compliance, INC.
Sample ID Laboratory ID Matrix Date Sampled
ANALYTICAL REPORT FOR SAMPLES
Date Received
Edna Tank 1105967-01 14-Dec-11 00:00 15-Dec-11 08:15Solid
Oilfield Environmental and Compliance The results in this report apply to the samples analyzed in accordance with the chain of
custody document. This analytical report must be reproduced in its entirety.
Page 2 of 5
307 Roemer Way, Suite 300, Santa Maria, CA 93454 TEL: (805) 922-4772
FAX: (805) 925-3376www.oecusa.com
Project:
Project Number:
Project Manager:
Reported:
Advantage Technical Services
6661 Fern Canyon Road [none]
Will Bellis
Advantage Technical Services
21-Dec-11 16:04San Luis Obispo CA, 93401
Oilfield Environmental and Compliance, INC.
ResultAnalyte Limit BatchReporting Prepared Analyzed Method Notes DilutionUnits
Edna Tank
1105967-01 (Solid)
Oilfield Environmental and Compliance
Total Metals by EPA 6000/7000 Series Methods
EPA 6010B230A112380 20-Dec-11 20-Dec-11mg/kg 5Lead4.9 N-02, N-03
Oilfield Environmental and Compliance The results in this report apply to the samples analyzed in accordance with the chain of
custody document. This analytical report must be reproduced in its entirety.
Page 3 of 5
307 Roemer Way, Suite 300, Santa Maria, CA 93454 TEL: (805) 922-4772
FAX: (805) 925-3376www.oecusa.com
BID SUBMITTAL FORMS
Please Note:
All Proposal forms MUST be COMPLETED and
submitted with your bid. (Please staple forms together.)
Failure to submit these forms will be
cause to reject the bid as nonresponsive.
Proposal Form - a Company: __________________
PROPOSAL FORM
TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA
THE UNDERSIGNED, hereby agrees that he has carefully examined the location of the proposed
work, that he has carefully examined the project specifications, and that he has carefully examined
and read the accompanying instructions to bidders, and hereby proposes to furnish all of the
materials and do all the work required to complete:
Water Tank Maintenance Project 2014,
Specification No. 91152
in satisfactory working condition, in accordance with said plans, specifications, and the special
provisions, for the prices set forth below:
Item
No. Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1. Bishop Tank Mobilization/
Demobilization LS 1
2. Bishop Tank Coating LS 1
3. Bishop Tank Coating Spot
Repair SF 15
4. Edna Tank Mobilization/
Demobilization LS 1
5. Edna Tank Coating and
Caulking LS 1
6. Edna Tank Coating Spot Repair SF 100
7. Rosemont Tank Mobilization/
Demobilization LS 1
8. Rosemont Tank Bottom or Shell
Repair by Welded Patch Plates EA 7
9. Rosemont Tank Interior Ladder
Modification LS 1
10. Rosemont Tank Coating Spot
Repair SF 13
11. Rosemont Tank Disinfection LS 1
12 Comply with OSHA LS 1
13 Portable Restroom LS 1
BID TOTAL: $__________________
Proposal Form - b
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code, the Bidder is required to furnish the
following information for each Subcontractor performing more than 1/2 percent (0.5%) of the
total base bid. Do not list alternative subcontractors for the same work. Subcontracting shall not
total more than fifty percent (50%) of the submitted bid except as allowed in Section 8-1.01
"SUBCONTRACTING” of the State Standard Specifications. Contractor's attention is directed to
the provisions of Section 8-1.01 and Section 2-1.054 "Required Listing of Proposed
Subcontractors" of the Standard Specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which Address and Phone Specific % of
Subcontractor is Number of Office, Description of Total
Licensed License Number Mill or Shop Subcontract Base Bid
Attach additional sheets as needed.
(Rev 9-07) Company Name:____________________
Proposal Form - c
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided.
The above Statement is part of the Proposal. Signing this Proposal on the signature
portion thereof shall also constitute signature of this Statement.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
Company Name:____________________
Proposal Form - d
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In accordance with Public Contract Code Section 10162, the Bidder shall complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes __________ No __________
If the answer is yes, explain the circumstances in the following space:
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In accordance with Public Contract Code Section 10232, the Contractor hereby states
under penalty of perjury, that no more than one final unappealable finding of contempt of
court by a federal court has been issued against the Contractor within the immediately
preceding two-year period because of the Contractor's failure to comply with an order of a
federal court which orders the Contractor to comply with an order of the National Labor
Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this Statement
and Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
Company Name:____________________
Proposal Form - e
NONCOLLUSION DECLARATION
TO BE SUBMITTED WITH BID
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder
has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the
foregoing is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Proposal Form - f
By signing below, the bidder acknowledges and confirms that this proposal is based on the
information contained in all contract documents, including the specifications, special provisions,
and addendum number(s) . (Note: It is the Contractor’s
responsibility to verify the number of addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with
necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after
having received a mailed notice that the contract is ready for signature, the proceeds of the check
or bond accompanying his bid shall become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of Contractors, License No.
, Expiration Date .
The above statement is made under penalty of perjury, and any bid not containing this information
"shall be considered non-responsive and shall be rejected” by the City.
SIGNATURE OF BIDDER
(Print Name and Title of Bidder)
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address:
Street Address
Mailing Address
City, State, Zip Code
Phone No Fax No.
Dated ________________, 20___.
E-mail address (if available)
Contractor References
Proposal Form - g
Failure to furnish complete reference information, as specified in this project’s Notice to Bidders, shall be
cause to reject the bid as nonresponsive.
Reference Number 1
Customer Name & Contact Individual
Telephone & Fax Number
Street Address, City, State, Zip Code
Date project completed? Describe the services provided and how this project is similar to
that which is being bid:
Is this project a submersion service
water or wastewater industrial coating
project? Yes □ No □
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Fax Number
Street Address, City, State, Zip Code
Date project completed? Describe the services provided and how this project is similar to
that which is being bid: Is this project a submersion service
water or wastewater industrial coating
project? Yes □ No □
Was this contract for a public agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Fax Number
Street Address, City, State, Zip Code
Date project completed? Describe the services provided and how this project is similar to
that which is being bid:
Is this project a submersion service
water or wastewater industrial coating
project? Yes □ No □
Was this contract for a public agency?
Yes □ No □
INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS: CONTRACTORS
The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of the work hereunder
by the Contractor, its agents, representatives, employees, or subcontractor.
Minimum Scope of Insurance.
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20
10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance.
Minimum Limits of Insurance.
Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial
General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
Deductibles and Self-Insured Retentions.
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its
officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses
and related investigations, claim administration and defense expenses.
Other Insurance Provisions.
The general liability and automobile liability policies are to contain, or be endorsed to contain, the following
provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability
arising out of activities performed by or on behalf of the Contractor; products and completed operations of the
Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed
by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City,
its officers, officials, employees, agents or volunteers.
2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects
the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor’s insurance and shall
not contribute with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not
affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended,
voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by
certified mail, return receipt requested, has been given to the City.
6. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case
where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of the
Civil Code.
Acceptability of Insurers.
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
Verification of Coverage.
Contractor shall furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by this clause must also be
provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf.
All endorsements are to be received and approved by the City before work commences.
Subcontractors.
Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and
endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
SAMPLE FORMS
CITY OF SAN LUIS OBISPO
CALIFORNIA
FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of
San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools, expendable
equipment, and all utility and transportation services required to complete all the work of
construction of
WATER TANK MAINTENANCE 2014, SPECIFICATION NO. 91152
in strict accordance with the specifications therefor, including any and all Addenda, adopted by the
Owner, in strict compliance with the Contract Documents hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said
work performed and completed under the direction and supervision and subject to the approval
of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the
faithful performance of this Contract, subject to any additions or deductions as provided in the
Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in accordance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work which
the Contractor may be required to do, or respecting the size of any payment to the Contractor,
during the performance of this Contract, said dispute shall be decided by the Owner and its
decision shall be final, and conclusive.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if not
attached, as if hereto attached:
1. Notice to Bidders and information for bidders.
2. Standard Specifications, Engineering Standards and Special Provisions.
2. Accepted Proposal.
4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5. Noncollusion Declaration.
6. Plans.
7. List of Subcontractors.
8. Agreement and Bonds.
9. Insurance Requirements and Forms.
ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be
any conflict between the terms of this instrument and the bid or proposal of said Contractor, then
this instrument shall control and nothing herein shall be considered as an acceptance of the said
terms of said proposal conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year
and date first above written.
CITY OF SAN LUIS OBISPO,
A Municipal Corporation
Katie Lichtig, City Manager
APPROVED AS TO FORM: CONTRACTOR
Christine Dietrick NAME OF COMPANY
City Attorney NAME OF CAO/PRESIDENT
(Rev. 12-28-09)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and
firmly bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be
paid to said City or its certain attorney, its successors and assigns; for which payment, well and
truly to be made, we bind ourselves, our heirs, executors and administrators, successors or
assigns, jointly and severally, firmly by these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain proposal of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________ (insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs,
executors, administrators, successors, and assigns shall duly enter into and execute a contract for
such construction and shall execute and deliver the two bonds described within ten (10) days (not
including Saturdays, Sundays, or legal holidays) after the above bounden,
______________________________________________________, has received notice by and
from the said City of San Luis Obispo that said contract is ready for execution, then this obligation
shall become null and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______,
20____.
(Rev. 9-8-93)
BLANK
PRE-CONSTRUCTION MEETING CHECKLIST FOR CONTRACTORS
Below is a list of standard items that the Contractor shall submit to the City at Pre-
Construction meeting. Other items may be required per the Special Provisions.
Item
□ Emergency Contact List
□ Authorized Representative at the site of work
□ Authorized Representative who can sign Change Order and Extra Work Tickets
□ Equipment Rental Rates
□ Employee Trade and Group Classification
□ Work Progress Schedule
□ Traffic Control Application
□ Traffic Control
□ Water Pollution Control Plan
□ Evidence that Construction Yard / Disposal Site are correctly permitted
□ Door hanger for notification of adjacent properties
Transportation
and Development Review Division 919 Palm Street San Luis Obispo,
CA 93401 (805) 781-7015
ALL FIELDS MUST BE COMPLETED FOR APPROVAL
General Info:
Project Location: ______________________________________________________________________________________________
Description of Work:___________________________________________________________________________________________
____________________________________________________________________________________________________________
Agency / Company:____________________________________________________________________________________________
Contact Person: ___________________________________________ Phone: _____________________________________________
Check One Capital Improvement Project…………………Inspector/Spec. No.____________________________________________________ Permit Project………………………………...Inspector ____________________________________________________________
Special Event Street Closure………………….Event Supervisor_______________________________________________________
Schedule:
Requested Schedule (Dates & Hours): Dates_______________________Hours:(From)________(To)_________
Number of Days Required to complete work (list for each location):___________________________________
Night Work Requests (7pm – 7am) must receive night work permit from Community Development Department.
Night work application: Submitted ____________(Date) Approved _____________(Date) (Permit No.)
Traffic Control:
All temporary traffic control shall be per the most current version of the California Manual on Uniform Traffic Control Devices (MUTCD),
City of San Luis Obispo Engineering Standards & Specifications (Engr. Std. 7310), and CalTrans Standard Plans & Specifications.
WORK ZONE/EVENT CLOSURE AREA:
STREET:____________________________________________________________________________________
FROM: _______ (Dist. Ft.) ________ (Direction N,S,E,W) Of _________________________________________(Street)
TO: (Dist. Ft.) (Direction N,S,E,W) Of (Street)
Work Zone Description
Work effects City Transit Stop or Route Yes No
If yes, Contractor must receive approval from Transit Division 7 days prior to work, contact SLO Transit at 781-7121
Transit Division approved work: Yes/No (Date) Transit Contact ______________________________(City Staff Name)
Work requires closure of parking lane or parking meters Yes No
If yes, Contractor must receive approval from Parking Division 7 days prior to work, contact City Parking Division at 781-7230.
Parking work approved work Yes/No (Date) Parking Contact ________________________________(City Staff Name)
SLO City Engineering Standard 7310 applies. Check applicable standards AND indicate location of work zone on applicable standard.
Fig. A Fig. B Fig. C Fig. D Fig. E Fig. F Fig. G Fig. H
Fig. I Fig. J Fig. K Fig. L Fig. M Fig. N Fig. O Fig. P
Custom Traffic Control Plan (TCP) Attached.
Traffic Control Plan Requirements for each phase of work:
Accurate Depiction of Street (St. Names, Striping, Traffic Signals, Stop Signs, etc….)
Depiction of work zone area (Approx. Dimension)
Depiction of temporary delineation (Taper Lengths Dimensioned)
Depiction of Temporary Signing
Traffic control plans should be submitted to the City Inspector assigned to your job; if the work is by permit then the plan should be submitted along with the
encroachment permit.
Please refer to the links below for typical applications, sign codes, use of flashing arrow panels, and taper lengths.
Approved…… With Comments See Additional Comments on TCP
Denied (By: Date(s) )Resubmittals shall include original application and traffic control plan with City comments
CA MUTCD: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/ca_mutcd.htm SLO City Std. Plans:
OFFICE USE ONLY
Rec. By: _______ Date: _____
App. By: _______ Date: _____
TEMPORARY TRAFFIC
CONTROL APPLICATION
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev. 7/3/10)
OFFICE USE ONLY
Rec. By: _______ Date: ________
App. By: _______ Date: ________
WPCP/SWPPP PLAN FOR RIGHT OF WAY ENCROACHMENT PROJECTS
GENERAL INFORMATION:
Project Location: __________________________________________________________________________
Description of Work: ______________________________________________________________________
_______________________________________________________________________________________________
_________________________________________________________________________________
Proximity to Storm Drains, Creeks & Known Underground Springs or Seeps: Indicate the location of any and all storm
drain inlets and creeks that are within 150’ of the project site. _______________________________________
________________________________________________________________________________________
Applicant: ________________________________________________________________________________
Contact Person: _____________________________________________ Phone: __________________
Permit Authority (Check One, if applicable)
Capital Improvement Project (Submit at PRECON) CIP No: ______________________________
Public Works Encroachment: PW Permit No: _________________________
Building Projects Building Permit No: _____________________
Stormwater Plan (Check One, if applicable)
SWPPP: Adhere to specifications on approved building / CIP plans (Sign form and submit to Public Works).
Tract / Minor Subdivisions: Adhere to the detailed specifications on approved building plans.
WPCP – When appropriate use this simplified WPCP by checking each applicable BMP below.
BEST MANAGEMENT PRACTICES OR “BMP’S” are procedures that help prevent pollutants from entering
our storm drains/creeks/etc. Check ALL ANTICIPATED BMP’S that will be incorporated into the project to
ensure the protection of all waterways and stormwater conveyance systems (gutters, streets, storm drain inlets, storm
drains, catch basins, creeks, culverts and seasonal streams). BMP descriptions / requirements are available on-line at:
http://www.slocity.org/publicworks/stormwater/6construction.asp
Concrete Work
Creek Protection Control Measures
Equipment Maintenance/Repair
Equipment Storage
Good Housekeeping Practices
Saw Cutting
Scheduling
Spill Kit
Storm Drain Inlet Protection
Street Sweeping (Daily all gutters, streets)
Temporary Construction Entrance Over Curb
Temporary Material Storage
Tool Washout Locations
Waste Management Plan
Hazardous Waste
Portable Toilets
Recycled Waste
Solid Waste
Weekly: The permittee must inspect, clean, maintain and repair as necessary all BMP’s for the duration of the
project.
Inspections: Inspections occur weekly, before and after each rain event. Additional inspections may be required,
such as, during a rain event.
Cleanings: The site should be maintained daily following good housekeeping principles. In addition, the site must
be kept clean of loose solid waste materials at all times.
Maintenance: BMP’s shall be maintained daily.
Repairs as Necessary: During inspections, cleaning or maintenance activities any dilapidated, torn or broken
BMP’s shall be repaired immediately.
Documentation: Permittee is required to document their efforts and stormwater pollution prevention activities.
Your best demonstration of compliance is documentation.
______________________________________________________________________________________________________________________________________________________________________________________________________ OFFICIAL USE ONLY
Approved Revise & Resubmit_______________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
.WPCP/SWPPP PLAN FOR RIGHT OF WAY ENCROACHMENT PROJECTS
This plan is only to be used for minor projects based upon approval of City staff. The following sections of the City of
San Luis Obispo Municipal Code, Standard Specifications and Storm Water Management Regulations shall be reviewed by
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev. 7/3/10)
the permittee, and the permittee shall submit and receive approval of a WPCP prior to the issuance of their Encroachment
Permit. The plan shall include BMP’s which shall be on site at all times, implemented as needed, and verified for
compliance. The permittee is required to maintain a log of all routine inspections, cleanings, maintenance and records of all
repairs made to all BMP’s on site at all times for routine review by any representative of the City or any law enforcement
officer upon request. Failure to adhere to the WPCP, State and Federal Regulations may result in a Notice of Violation
and/or an Administrative Citation and/or a Stop Work Order issued until the site is in conformance with the requirements
of this plan.
APPLICABLE SPECIFICATIONS:
San Luis Obispo Municipal Code.
8.04 Solid Waste Disposal
Title 12 Streets, Sidewalks and Public Places
12.08 Urban Storm Water Quality Management and
Discharge Control
13.08.130 Stormwater & unpolluted drainage
15.04.010 All disturbed surfaces
City Specifications.
Section 3-1.03A, Encroachment Permit
4-1.07 Work Site Maintenance
6-1.03 Storage of Materials
Section 7-1.01G Water Pollution
Section 1010B, Uniform Design Criteria – Drainage
and Erosion Control
19-1.07 Sawcutting
20.3 Erosion Control
Storm Water Regulations.
Federal Water Pollution Control Act (CWA)
California Construction Stormwater Permit
California Porter Cologne Act of 2002
City of San Luis Obispo Stormwater Management
Plan
I have read, understood and agree to follow the requirements as set forth in the Project WPCP, the City of San Luis
Obispo’s Stormwater Management Plan, the State of California’s General Construction Permit and the Federal Clean Water
Act. In addition, I understand and agree to the following: (1) additional BMP’s, both temporary and permanent may be
required during the course of the project at the discretion of the City in order to ensure the protection of local water quality,
(2) it is permittee’s obligation to take additional corrective actions when required to protect local water quality, (3) failure to
comply with all the requirements could cause the permit to be revoked and/or cause permittee to lose the privilege to work
within the City right-of-way for 2 years, and (4) the doing of any work under this permit shall constitute an acceptance of the
provisions of this permit and all attachments and documents referenced herein.
Applicant: Permit No.:
Signature: Date:
WEBSITE REFERENCES:
California State Water Resources Control Board
http://www.swrcb.ca.gov/water_issues/programs/stormwater/training.shtml
General Construction & LUP Permit:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/gen_const.shtml#const_permit
California Stormwater Quality Association http://www.casqa.org/
Caltrans Stormwater Pollution Templates: http://www.dot.ca.gov/hq/construc/stormwater/templates1.htm
Caltrans Supplement to Traffic Control Guide http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp
City of San Luis Obispo Municipal Code http://www.codepublishing.com/ca/sanluisobispo/
City of SLO Stormwater Management Plan http://www.slocity.org/publicworks/stormwater/documents
City of SLO Minor WPCP BMP Descriptions http://www.slocity.org/publicworks/stormwater/6construction.asp
City Specifications http://www.slocity.org/publicworks/documents.asp
Construction Industry Compliance Assist Center http://www.cicacenter.org/swt/swt2.cfm?st=CA
State Specifications http://www.dot.ca.gov/hq/esc/oe/standards.php
Traffic Control Guide http://mutcd.fhwa.dot.gov
Note: Please refer to the City’s website for “BMP Descriptions for Minor Public Works Encroachment Projects” handout.
Projects that fall within a Caltrans Right-of-Way shall require the use of approved Caltrans forms.
This plan is not for projects over 1 acre.
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10) BMP BMP DESCRIPTIONS FOR
Minor Public Works Encroachment Projects
Typical concerns to account for when developing a WPCP or SWPPP!
BEST MANAGEMENT PRACTICES OR “BMP’S” are procedures that help to prevent pollutants from
entering our storm drains. Each of us can do our part to keep storm water clean. Using BMP’s adds up to
a pollution solution! Please indicate by checking the box next to the appropriate BMP’s on the
“WPCP for Minor Public Works Encroachment Projects” plan form that shall be incorporated into
the project to ensure the protection of all waterways and stormwater conveyance systems (gutters,
streets, storm drain inlets, storm drains, catch basins, creeks, culverts and seasonal streams).
CONCRETE WORK: For all sites wherein concrete work shall be performed the following BMP’s shall be
incorporated into the project WPCP at all times:
A designated concrete washout location will exist on the site,
o The washout will be located at least 50’ from any storm drain inlet or storm drain.
o The washout will be located at least 150’ from any creek. If the washout
can not be located at least 150’ from a creek then, a prefabricated self contained
concrete washout unit will be used.
The washout shall be at least 6’ x 10’ (l x w) and 16” deep in dimensions.
The washout will be lined with at a minimum 10 millimeter plastic.
The plastic must be replaced if torn or if holes appear.
The washout will be routinely cleaned and maintained.
The concrete wash out will be covered prior to any predicted rain event and during any rain event.
Concrete washouts will be maintained and inspected routinely (i.e. weekly).
Never site a concrete washout over a known spring or underground seep.
Concrete debris must be removed when the washout is no more than ½ full.
A minimum 10-mil thick, 10’ x 10’ plastic sheet must be placed under the location where concrete will be
transferred to a pump truck or wheelbarrow.
CREEK PROTECTION CONTROL MEASURES: For all sites wherein construction
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)
work shall be performed abutting a creek or within 50’ of the creek the following BMP’s shall be incorporated
into the project WPCP at all times:
Straw wattles or fiber rolls shall be installed at the top edge of the riparian / creek corridor.
o Fiber rolls are typically entrenched 3” and staked every 4’.
Please note if a minimum 25’ wide vegetated area exist between the work area and the creek, then creek
protection measures may be minimized by the City Inspector.
EQUIPMENT MAINTENANCE/REPAIR:
Never conduct routine maintenance or equipment repair on site, unless under cover and over an impervious
surface.
EQUIPMENT STORAGE:
Never store or park equipment over or adjacent to a drainage inlet.
GUTTERS: For all construction sites the following BMP’s shall be incorporated into the project
WPCP at all times:
The gutter shall be swept at a minimum weekly or more as needed. The discharge or track out
of any sediment, dirt, rock or other debris into the public right of way (i.e. gutter) is a violation
of the clean water act and local municipal code and a citable violation.
PORTABLE TOILETS: For all sites wherein the use of portable toilets shall be used the following BMP’s shall
be incorporated into the project WPCP at all times:
Portable toilets shall not be placed within 50’ of a storm drain inlet.
Portable toilets shall not be placed within 50’ of any stormwater conveyance system (i.e.
creek).
The portable toilet shall be equipped with secondary containment features in case of a leak
or spill. Said secondary containment features shall include, but not be limited to a catch
drain pan.
SAW CUTTING: For all sites wherein saw cutting activities shall be performed the following
BMP’s shall be incorporated into the project WPCP at all times.
During all saw cutting and boring activities all slurry must be reclaimed.
At the end of the work day the work area and all affected impervious surfaces (i.e. sidewalk,
driveway, gutter, street, etceteras) must be swept.
o All waste materials must be disposed of properly per Federal, State and local rules and
regulations.
o There should not be any residue left on site to become blowing dust after it has dried.
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)
All storm drain inlets near the work area should be protected and/or covered to prevent
any slurry from entering the inlets.
o Never discharge or allow slurry to enter a storm drain.
o If saw cutting slurry enters a storm drain/natural outlet, clean it up
immediately.
Ways to Reduce Slurry
o Use as little cooling water as possible.
o Turn off water when not cutting.
o Do not clean the cutting area by hosing it down.
Disposal of Slurry: Proper disposal does not include the sewer, storm drain or any other natural outlet. The
following are a couple of disposal methods that may be used:
o Trenching operations – pour the slurry into the sand or dirt used to backfill the trench.
o Large jobs – designate an area at the job site or in the construction yard where a holding pit can be
made to dump the slurry until it dries. This area must be lined with plastic and then cleaned up at the
end of the job.
o Slurry can not be disposed of within 150’ of a natural waterway.
SCHEDULING: When possible, schedule projects for dry weather.
SOLID WASTE MANAGEMENT: All construction projects result in the generation of solid
waste, both recyclable waste and waste products that must be buried at the local landfill. The
following BMP’s shall apply to all construction projects:
Minimize Waste: Carefully measure the quantities of materials (i.e. concrete, paint &
etcetera) needed to complete the job in order to avoid waste.
Recycle Waste: Be sure to follow your City of San Luis Obispo Construction and Demolition Recycling Plan
during the course of the project. Recycle - lumber, paper, cardboard, metals, masonry (bricks, concrete, etc.),
carpet, plastic, pipes (plastic, metal and clay), drywall, rocks, dirt and green waste. For recycling and disposal
information, call (805) 781-7213 or visit: http://www.slocity.org/utilities/recycling.
A designated solid waste staging area will exist:
o The staging area shall include either refuse disposal bins or a fenced in location to prevent the materials
from being blown around the construction site.
o The staging area will be located at least 50’ from any storm drain inlet or storm drain.
o The staging area will be located at least 150’ from the creek. If the staging area can not be located at
least 150’ from the creek then a waste containers shall be used at all times.
o All materials will be legally disposed of or recycled at permitted facilities on a weekly basis.
SIDEWALKS: For all construction sites the sidewalk shall be swept at a minimum weekly or
more as needed. The discharge or track out of any sediment, dirt, rock or other debris into the
public right of way (i.e. sidewalk) is a violation of the clean water act and local municipal code
and a citable violation.
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)
SPILL KIT: For minor construction sites requiring a WPCP a spill kit shall be on site at all times:
Spill kits shall include the following:
1. Absorbents: Appropriate quantities and types of absorbent materials for the specific materials used on the
site.
2. A diagram of the site including all drainage inlets on and off site that may be affected by a spill.
3. Personal protective equipment: Protective eye wear, appropriate gloves, appropriate apparel and etcetera.
4. List of emergency contact numbers and location of local medical care.
5. A spill report form to be completed and submitted with 24 hours of a spill to the local agency. Report all
spills of reportable quantities that enter the storm drain system.
Spill Management: Document the spill, what caused it, what clean up measures were employed, disposal
methods employed and what long term corrective measures were taken to avoid a repeat occurrence.
1. Spill Cleanup: If a spill occurs, clean it up immediately and temporarily block all potentially affected storm
drain inlets.
2. Spill Reporting: If a spill occurs that makes its way into the City’s stormwater conveyance system (“SCS” -
street, gutter, storm drains, inlets, catch basins, creeks and etcetera) immediately report it to the City at
(805) 781-7530.
3. Spills of Reportable Quantities shall be reported to all appropriate local, state and federal agencies in the
time allowed.
4. Document – be sure to document your efforts to effectively manage all spills.
Employee ownership is critical to effective spill management.
STORM DRAIN INLET PROTECTION: For all sites the project applicant and Contractor will
determine the location of all storm drains within 150’ of the site. In addition, the following BMP’s shall be
incorporated into the project WPCP at all times:
Curb Drains: All storm drains within 50’ down gradient of the work site shall be protected with approved
curb drain inlet protection devices which shall include, but not limited to:
o The installation of filter fabric or a drain eel, and
o The installation of Gravel bags and storm wattles around each drain inlet.
o These temporary protection devices shall be routinely inspected (i.e. weekly and before and during
storm events), maintained, cleaned and replaced as necessary.
o Always be cognizant of the fact that these temporary BMP’s must not cause flooding during a rain
event.
Drain Inlets: All drain inlets within 50’ down gradient of the work site shall be
protected with approved drain inlet protection devices which shall include, but not
limited to:
o The installation of filter fabric or drain inlet sock or some other approved
BMP, and
o The installation of Gravel bags and storm wattles around each drain
inlet,
Typically gravel bags should be placed slightly up gradient of the drain inlet in an “L” pattern.
Never completely surround a drain inlet with gravel bags.
Gravel bags should be inspected weekly and replaced immediately if torn.
o These temporary protection devices shall be routinely inspected (i.e. weekly and before and during
storm events), maintained, cleaned and replaced as necessary.
o Always be cognizant of the fact that these temporary BMP’s must not cause flooding during a rain
event.
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)
Grate Street Level Drains – All grate or street level drains within 50’ down
gradient of the work site shall be protected with approved grate or street inlet
protection devices which shall include, but not limited to:
o The installation of filter fabric or grate inlet sock or some other
approved BMP, and
o These temporary protection devices shall be routinely inspected (i.e.
weekly and before and during storm events), maintained, cleaned and
replaced as necessary.
o Always be cognizant of the fact that these temporary BMP’s must not cause
flooding during a rain event.
STREET: For all construction sites the street shall be swept at a minimum weekly or
more as needed. The discharge or track out of any sediment, dirt, rock or other debris
into the public right of way (i.e. street) is a violation of the clean water act and local
municipal code and a citable violation.
TEMPORARY CONSTRUCTION ENTRANCES OVER A CURB - For all sites wherein a temporary
construction entrance over a curb will be employed then the following BMP’s shall be incorporated into the
project WPCP at all times:
A stabilized construction entrance may be required. Please refer to City personnel for details.
A curb drain must be installed to protect the designed flow of water.
o Temporary curb drain flow must include a 3” drain pipe to maintain curb flow covered with asphalt.
TEMPORARY MATERIAL STORAGE: For all sites wherein construction materials; such as dirt, sediment,
sand, rock, wood chips, sand, lumber, concrete blocks, etcetera shall be temporarily stockpiled the following
BMP’s shall be incorporated into the project WPCP at all times:
All temporarily stockpiled materials for and on the project shall conform to the following:
o Stockpiled or stored materials (i.e. dirt, sand, road base) shall not be placed within 50’ of a drainage inlet
or a creek.
o Stockpiled or stored materials (i.e. dirt, sand, road base) if placed within the roadway shall not interfere
with the designed curb flow. A 3” drain pipe shall be placed at the base of the gutter that shall extend at
a minimum distance 2’ further than the diameter of the stockpiled materials.
o The stockpiled materials shall be surrounded by some form of approved containment BMP, such as,
straw wattles.
o The stockpiled materials shall be covered with plastic or a tarp at all times which shall be held down
with gravel bags or sand filled bags.
TOOL WASHOUT LOCATIONS: The standards for a typical concrete washout shall apply for all tool
washout locations.
Never wash tools in the street, storm drain, and creek or where the residue may flow into the street, storm
drain or creek.
City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530
919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554
Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)
WEEKLY: For all construction sites the project owner and / or Contractor must routinely inspect, clean,
maintain and repair as necessary all temporary BMP’s for effectiveness.
Inspections: Routine inspections typically occur on a weekly basis and before and after each rain event.
Additional inspections may be required, such as, during the first rain event.
Cleanings: The site should be maintained following good housekeeping principles. All affected impervious
surfaces both on and off the site (i.e. sidewalks, gutters and streets) typically need to be swept weekly, but more
frequent cleanings may be necessary. In addition, the site must be kept clean of loose solid waste materials at
all times.
Maintenance: Temporary BMP’s must be maintained weekly.
Repairs as Necessary: During routine inspections, cleaning and maintenance activities dilapidated, torn or
broken temporary BMP’s may be discovered and should be repaired immediately.
Documentation: Document your efforts and stormwater pollution prevention activities. Your best
demonstration of compliance is documentation.