Loading...
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.