HomeMy WebLinkAboutAgenda Report - January 20, 2021 C-05AGENDA ITEM C�5
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Waiving Bid Process and Authorizing City Manager to Execute
General Services Agreement with Osmose Utilities Services, Inc. of Peachtree
City, GA for Wood Pole Test and Treat, Inspection, Wood Pole Restoration, and
Engineering Services ($750,000)
MEETING DATE: January 20, 2021
PREPARED BY: Electric Utility Director
RECOMMENDED ACTION: Adopt a resolution waiving the bid process and authorizing the City
Manager to execute a General Services Agreement with Osmose
Utilities Services, Inc. of Peachtree City, GA for wood pole test and
treat, inspection, wood pole restoration, and engineering services in
an amount not -to -exceed $750,000.
BACKGROUND INFORMATION: Lodi Electric Utility (LEU) strives to conduct its inspection and
maintenance activities in accordance with industry best practices
and all pertinent regulatory requirements and guidelines.
These requirements and guidelines require electric utilities to perform system -wide comprehensive
intrusive inspections and testing on wood pole infrastructure every 10 years. LEU last conducted these
activities in 2010 and therefore needs to perform them again on all approximately 6,000 wood poles
located in its distribution system.
In addition to the intrusive wood pole testing and treatment activities, LEU is in need of an outside
contractor who can also provide wood pole restoration activities as well as engineering services to help
quickly design appropriate pole replacement sizing requirements.
Pricing for these services as an aggregate are anticipated to be lower by utilizing a single firm since the
number of resources needing to be mobilized to LEU's service territory and to each pole location can be
combined/merged under a single company. Osmose is the only firm LEU is aware of which can provide
all of these services under a single contract and provides similar services at comparable pricing to at
least one other publicly owned utility in California. Additionally, Osmose has valuable institutional
experience with this work and is familiar with LEU's distribution infrastructure as they performed the
previous work 10 years ago enabling them to more thoroughly and accurately benchmark the health of
LEU's overhead distribution system assets as compared to the previous dataset.
As such, LEU is requesting Council to waive the bid process in accordance with Lodi Municipal Code,
Section 3.20.070 and authorize the City Manager to execute a General Services Agreement with
Osmose Utilities Services, Inc. to complete the work as described herein.
FISCAL IMPACT: Not -to -exceed $750,000.
FUNDING AVAILABLE: LEU Capital Project EUCP-21002.
APPROVED:
Stephen Schwa er, y Manager
Adopt Resolution Waiving Bid Process and Authorizing City Manager to Execute General Services Agreement with Oemose U011lies Services, Inc. of Peachtree City,
GA for Wood Pole Test and Treat, Inspection, Wood Pole Restoration, and Engineering Services ($750,000)
January 20, 2021
Page 2
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
7R,41L f- rQIf
Jeff Berkheimer
Electric Utility Director
Signature: a r x0"p,
Email: akeys@lodi.gov
d WS4
4 IV
rt
Pole Inspection, Treatment &
Restoration, Overhead Detail
Inspection and Pole Engineering
Services Proposal
CITY OF LODI, CA
OSMOSe. THE STRUCTURE COMPANY
Contents
ExecutiveSummary ................................................................................................................................................ 5
PriceSchedules..............................................................................................................................................................7
AboutOsmose........................................................................................................................................ ..............11
OurCommitment........................................................................................................................................................12
AllProducts & Services ......... ..................................................................................................................................... 13
General Services Agreement...................................................................................................................................14
Acceptanceof Proposal.................................................................................................................. ,...................... 20
Exhibits.........................................................................................................................................................................21
21 Page
OSMOSe.. THE STRUCTURE COMPANY
November 23, 2020
Mr. Jeff Berkheimer
Electric Utility Director
CITY OF LODI
1331 S Ham Lane
Lodi, CA 95242
RE: POLE INSPECTION, TREATMENT, RESTORATION AND OVERHEAD DETAIL INSPECTION
PRICING PROPOSAL — 2020, CITY OF LODI PROPOSAL
Dear Mr. Berkheimer:
At the request of our Director Business Development, Mr. George Ballaseux, we are submitting the
following unit prices approved for pole inspections, pole remediation (stubbing), pole replacement design,
pole load analysis and overhead detail inspection. This pertains to the Pole Inspection and Treatment, and
Overhead Detail Inspection of distribution poles in your service territory in 2020. This proposal supersedes
the previous proposals dated September 16, 2020 and November 18, 2020.
The attached prices for the following services are for 2020 and 2021:
■ Schedule 1 — Engineering Services (including pole loading analysis, overhead detail Inspection and
pole replacement design)
• Schedule 2 - Wood Pole Inspection & Treatment
• Schedule 3 - Wood Pole Restoration (stubbing)
Included in this proposal are the following documents: General Services Agreement, Specifications for
Wood Pole Inspections, Specifications for Wood Pole Restoration and Scope of Work for Engineering
Services. Osmose will follow the proposed Specifications/Scopes of Work in performing these inspections
for the City of Lodi. Any contract or purchase order resulting from this proposal shall include these
documents whether or not they are specifically referenced in the contract and should be referenced in any
purchase order issued for work specified under this contract.
If you need further assistance or have any questions concerning this proposal, please do not hesitate to
contact Mr. Ballaseux at (303) 564-1584 or gballaseux@osmose.com.
COVID-19 presents an unprecedented situation for all business entities. The following provision is
intended to protect both parties throughout the performance of a contract, purchase order or subcontract
resulting from this proposal: Notwithstanding any provision(s) of this Proposal, if as a direct or indirect
result of any virus, disease, contagion, including but not limited to COVID-19 (individually or collectively,
"Epidemic"), Contractor's work is delayed, disrupted, suspended, or otherwise impacted, including, but not
limited to, by (1) disruptions to material and/or equipment supply; (2) illness of Contractor's workforce
and/or unavailability of labor; (3) government quarantines, shelter in-place orders, closures, or other
mandates, restrictions, and/or directives; (4) Owner restrictions and/or directives; and/or (5) fulfillment of
Contractor's contractual or legal health and safety obligations associated with an Epidemic; then
31 Page
OSMOSe.. THE STRUCTURE COMPANY
Contractor shall be entitled to an equitable adjustment to the Contract schedule and duration to account
for such disruptions, suspensions, and impacts. To the extent COVID-19 and the impacts thereof result in
an increase in the price of labor, materials, or equipment used in the performance of this Contract,
Contractor shall be entitled to an equitable adjustment to the Contract price for such increases, provided
Contractor presents satisfactory documentation of such increases and evidence of Contractor's reasonable
efforts to find alternative sources of material or equipment supply and/or labor at the original/non-
impacted prices and/or estimates.
We look forward to continuing our partnership with City of Lodi. We appreciate the opportunity to submit
this proposal and look forward to being of assistance to your organization on this important project,
Sincerely,
VIIuAZXA_.
Jose Villalba
Vice President -Contracts
41 Page
OSMOSe- THE STRUCTURE COMPANY
Executive Summary
The City of Lodi ("The Customer') has approached Osmose about providing support on their pole asset
management program related to the following services:
➢ Pole Intrusive Inspections
➢ Pole Restoration (trussing)
➢ Pole Loading Survey & Analysis
➢ Pole Replacement (Survey, Design)
➢ Overhead Detailed Line Inspection
Osmose ("Contractor') will provide the qualified labor, supervision, tools, transportation, and equipment
necessary to perform this project for the Customer. Through our qualified engineering resources along with
streamlined work processes and our O -Calc® Pro software (that streamlines the modeling and capacity
assessment of poles), Contractor believes it can offer an effective approach to deliver the requested services
to the Customer's program requirements.
For this project, Contractor will provide the project management, supervision, back-office processing,
delivery, and invoicing in accordance with the information outlined in this document. The following is a
summary of some of the benefits we can bring to your project:
A) Osmose's Experience & Commitment to Success
■ Osmose is the industry leader in performing pole intrusive inspections and remediation. We have
performed this work in California for over 40 years, working with all the IOUs and many of the
Coops, Municipalities and Telecom pole owners. Osmose is the primary contractor for intrusive
inspections at PG&E and we are on the third 10 -year cycle of inspecting 240,000 poles/year;
Osmose is the sole provider of remediation/trussing services for PG&E distribution and transmission
wood poles.
• Osmose has performed G0165 and G095 inspections and audits in California for 20+ years. Our
team has experience effectively mobilizing skilled crews across the state and has worked in various
customer GIS, Pole Loading, Design and Work Management systems to support the requirements
of their projects.
• Overhead Recognition and Inspection Experience: Osmose field technicians are experienced in
overhead recognition, utility construction standards and safety navigating utility networks,
identifying condition anomalies that can potentially impact the reliability of your distribution
system. Inspection results are delivered in simple to understand reports and information that can
be delivered in a geospatial or detailed data deliverables to support customer review and to
prioritize and plan next steps.
• Our qualified and certified engineering resources ensure that the work we perform meets code
requirements and engineering standards. Pole loading and design involves engineering
judgement and calculations and firms doing this type of work should have the proper credentials
in the state they are working in.
51 Page
OSMOSe. THE STRUCTURE COMPANY
B) Bringing "Utility Pole Owner" Perspective & Expertise
■
Helpina Pole Owners improve Safety & Compliance: Osmose is the industry leader in pole loading
services, developer of O -Calc Pro, principal member of NESC subcommittee for Strength &
Loading, offering professional services consulting with leading Utilities to develop and optimize
their Pole Loading Specifications. Osmose has a strong track record in helping pole owners
establish new 'pole loading' requirements as part of their application process.
•
Representing the Best Interests from the Utifily Perspective: While responding to the requests of
telecommunication companies, Osmose has in-depth knowledge of overhead facilities, make-
ready design and utility construction standards, not only in the communication space but also the
power space. In this way, we can better represent the concerns from a "utility pole owner"
perspective and act as an extension to your own engineering resources.
■
Specific Technologies Developed for Joint Use Efficiency: Extensive expertise supporting (Make -
Ready, NESC & Load Assessment -based) Field Surveys using a combination of custom -developed,
joint use mobile and data processing applications integrated with typical customer support system
platforms (NJUNS, Varasset, Alden, GIS platforms) used by the utility industry.
B) Integration of Value -Add Technology that Drive Accuracy & Transparency of Work Performed
Osmose has developed the following technologies in-house to ensure all our results are accurate,
defendable and auditable:
■ Digital Measurement Technolo FM "DMT" is a proprietary product that provides the ability to
accurately capture and deliver field measurements while providing a defendable audit trail of
results to review and quality control post -field.
• Osmose O -Calc Pro: O -Calc Pro is an industry leading structural analysis software platform for
performing comprehensive pole load analysis of utility structures, used by over 200 Service
Providers and 3,000 customers. As the owner/developer of 0 -Calc Pro, the software is
embedded in many of our internal processes to provide accuracy, efficiency and visibility into
the loading and clearance analysis of joint use poles.
• Osmose OsmoVision is a combination of LiDAR and Imagery processing that improves accuracy,
consistency and efficiency of pole locations, assets, pole loading, and clearance analysis.
OsmoVision will allow you to virtually visit every pole on your system to collect
additional/meaningful information to make future work more efficient, some of which are pole
replacement design, pole load (capacity) analysis, make-ready, identifying/updating missing
equipment, structural hardening, and GIS asset updates. Utilizing this solution and mobile
collection technology, field technicians will capture a "Digital Twin" of the distribution system
along the proposed route, through the collection of digital images associated with high-density
LiDAR data and minimal manual data entry at the pole.
* Note: OsmoVision is not included in this pricing of this proposal but this new solution can be
added to the Pole Inspection or Overhead Detail Inspection patrols via a Change Order.
61 Page
OSMOSe. THE STRUCTURE COMPANY
Price Schedules
Schedule 1 (Rev 11/23/20)
Engineering Services
Effective 11/23/2020 —12/31/2021
Item Price
POLE LOADING ANALYSIS $ 149.00
POLE REPLACEMENT DESIGN $ 162.50
OVERHEAD DETAIL INSPECTION $ 21.79
INSTALL STENCIL/NO. - CUSTOMER $ 5.66
INSTALL VISIBILITY STRIPS $ 5.42
DIGITAL IMAGES $ 3.00
HOURLY RATE FOREMAN $ 124.73
HOURLY RATE TRUCK $ 15.00
ESTIMATED BOND PASS-THROUGH COST $ 9,000.00
($12.00 PER $1,000)
Pricing Notes & Assumptions — Engineerinq Services
1. Pole Loading Analysis and Pole Replacement Design rates include the initial kick-off workshop, field
collection and pole load analysis reporting.
2. Pole Replacement Design:
o Pricing assumes there will be no physical staking for new poles is currently being requested.
o Creation of Job Design Package:
• Customer will provide access and initial training on creating the deliverable package and
how to access the systems required (i.e. GIS, SAP, template folders) to support the
requested work.
■ If required, Osmose will access Customer's systems remotely via VPN/Citrix. Any required
Citrix clients will be provided by the Customer.
• It is assumed that pole replacements will primarily be like -for -like. Customer will provide
specific instructions in cases where they would prefer to install a different size pole.
• Permitting: It is not anticipated that Customer will require Osmose to file special permits
to deal with poles in private easements.
71 Page
OSMOSe. THE STRUCTURE COMPANY
• Directly coordinating transfers of 3rd parties to the new pole (outside of ticket creation)
is outside the scope of this proposal.
3. Foreman & Truck (hourly) will be used (upon mutual agreement) to cover:
o Standby Time: If required when hazardous conditions are encountered in the field
o Rework (due to scope changes requested by the Customer after pole load analysis or designs
have been submitted, or additional Customer requests outside the scope of work outlined in this
proposal.
4. Anticipated Volume: Pricing is based on coordinating a mutually agreeable work schedule that ensures
there is sufficient work in the backlog (total number of poles needing load analysis plus replacement)
to cover the cost of mobilizing field crews to the work area.
5. Invoicing schedule: Osmose will issue invoices for work delivered (due 30 -days from the date of delivery)
unless issues are identified and reported by the Customer during the Review & Data Acceptance phase
of the project. The Project Supervisor will work with the Customer to review and resolve discrepancies
to bring the delivery into acceptance.
OSMOSe. THE STRUCTURE COMPANY
Schedule 2 (Rev 11/23/20)
Pole Inspection
Effective 11/23/2020 —12/31/2021
Line
Item
Price
1
VISUAL
$
6.50
2
VISUAL REJECT
$
6.50
3
SOUND AND BORE
$
16.85
4
SOUND AND BORE REJECT
$
16.85
5
PARTIAL EXCAVATE -NO TREAT
$
48.77
6
FULL EXC W EXTERNAL TREATMENT
$
63.58
7
EXCAVATED REJECT
$
63.58
8
INTERNAL TREAT -HOLLOW HEART CB
$
24.89
9
FUMIGANT_WOODFUME - PER POLE
$
17.57
10
INSTALL POLE STENCIL -CUSTOMER
$
5.66
11
INSTALL GUY MARKER -CUSTOMER
$
6.70
12
INSTALL VISIBILITY STRIPS -CUSTOMER
$
5.42
13
GPS READING 1-10 METERS (INCL)
$
N/C
14
DIGITAL IMAGE
$
3.00
Pricing Notes and Assumptions — Pole Insoection
GPS and Digital Image: The GPS data (per structure) item includes a GPS point with an accuracy level of
one to ten meters (1-10 meters). One attempt will be made to collect the GPS point and Digital Image.
Osmose will not charge for any unattainable data or image collection. If requested however, Osmose field
technicians can return to any pole location, for an hourly rate, to recollect data.
91 Page
OSMOSe THE STRUCTURE COMPANY
Schedule 3 (Rev 11/23/20)
Pole Restoration
Effective 11/23/2020 —12/31/2021
Line Item
1 INSTALL C2-3610 $
2 INSTALL C2-5610 $
3 INSTALL C2-7110 $
4 INSTALL 980 X 10 $
5 INSTALL 1080 X 11 $
6 INSTALL 1180 X 11 $
7 INSTALL 1180 X 13 $
8 INSTALL 1280 X 11 $
9 INSTALL 1380 X 11 $
10 INSTALL 1480 X 13 $
11 VISUAL REPORT $
12 REINSPECT REJECT $
Price
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
1,369.47
125.00
125.00
101 Page
OSMOSe. THE STRUCTURE COMPANY
About Osmose
We are field technicians, professional engineers, wood scientists, data scientists, corrosion experts,
and project managers leveraging more than 80 years of expertise to identify and solve structural
issues that impact your asset health, system resiliency, and help you meet your commitment to
provide safe, reliable, affordable service.
We make utility structures safer, longer -lasting, and more resilient. We help structure owners
mitigate risk and manage challenges through innovation and execution. We believe there's an
optimal approach to minimize risk and maintain the strength and resiliency of your system, and
we can help you find it.
History
From a storefront on East Huron Street in Buffalo, New York with a single wood preservative
patent. Now headquartered in Peachtree City, Georgia, Osmose has emerged as a well-known
and respected company; a leading service provider safeguarding North American utility
infrastructure.
Since our humble beginning in 1934, Osmose has continued to meet evolving customer needs
through hard work and innovation.
• In 1965, the first iteration of the truss was developed to restore strength to poles weakened
by decay. It was little more than an oil pipe cut in half length -wise, some of which are still
in service today!
■ In 2000, Osmose expanded expertise on the below -grade structural condition of utility
assets and launched a line of "corrosion services" - assessing, coating, and restoring steel
structures.
• In 2008, Osmose set a new standard of performance for preservative systems with the
release of MP400- EXT® which improved preservative protection for in-service poles while
also fulfilling Osmose's environmental commitment to reduce toxicity in its products.
• In 2018, Osmose released OsmolyticsTM, an advanced predictive modeling software that
uses decades of inspection data and environmental information for both wood and steel
utility structures.
Read more about our history, our people, and our services at
111Page
OSMOSe,, THE STRUCTURE COMPANY
Our Commitment
Safety
At Osmose, we prefer to talk about our safety culture rather than our safety
program. A safety program implies a set of rules that people are required to
follow, often reluctantly. A safety culture implies that safety is a way of life at
Osmose, and it absolutely is. It's how we think and how we approach our
jobs every day, not because that's what is required, but because that's who
we a re.
Quality
AV
Osmose believes a quality product or service is one that is what you, the
customer, expects, delivered when you expect it. Our customers value and
expect quality, they do not expect to have to ask for it or pay extra for it.
Quality, therefore, is the basis for customer satisfaction and critical to the
success of Osmose.
Environment
Osmose is dedicated to the conservation of utility resources and strives to
create a culture of environmental awareness both as a product developer
and a service provider. We support the research and development of
products and services that extend the safe and reliable service lives of
structural T&D assets for many years beyond expectations.
Supplier Diversity
Osmose understands and appreciates the importance of diverse suppliers
and is committed to pursuing business relationships with such enterprises
through our supplier diversity program. The goal of this program is to
promote the utilization and development of small and minority businesses
both within our organization and industry.
Industry Involvement
At Osmose, our goal is to encourage innovation and advance knowledge to
0 better serve our customers. To facilitate these goals, Osmose employees
regularly participate in and serve on several committees and task groups,
including ASTM, AWPA, EEI, NACE, and IEEE.
121 Page
OSMOSe,, THE STRUCTURE COMPANY
All Products & Services
Wood Structure Services
Wood Pole Inspection
• Strength Assessment (Decay/Damage Assessment)
• Load Assessment
• Ground Resistance Testing
• Grounding Improvements
• Groundwire Repair
• Groundwire Molding Installation
• Guy Inspection and Repair
• Guy Anchor Inspection
Remedial Treatment/Life Extension
Infrared Inspections
FireGuard® Application
Tag/Marker/Sign Installation
Surveys and Audits - O/H Facilities, Clearances, Safety
Pole Restoration and System Hardening
• Restoration of Decayed Poles
Pole Class Upgrading
Steel Structure Services
Steel Pole and Tower Assessment
• Structural Condition Evaluation
• Corrosion Potential (Environmental) Evaluation
Substation Assessment and Restoration
Corrosion Mitigation
• Application of Protective Coatings
• Installation of Cathodic Protection
Engineered Restoration Design and Installation
• Concrete Foundation
Steel Tower and Pole
Underground System Services
Padmount/Cabinet Inspection and Maintenance
• Cabinet Repair and Painting
• Cabinet Leveling
• Insect and Vegetation Control
• Tag and Decal Replacement
Manhole/Service Box/Vault Inspection and Maintenance
• Minor Maintenance and Repairs
• Conductor Tagging and Marking
Isolation Transformer Installation
Engineering Services
Structural Load Analysis and Design
Pole Replacement Design
Distribution Design
System Studies and Hardening
Field Inventories
Joint Use Services
Attachment Audits
Attachment Agreement Review
Audit Cost -Recovery and Attachment Rental (Billing)
Transfers, Double -Wood, Violation Notification and
Remediations
Attachment Request Processing and Notifications
Pole Loading Analysis and Clearance Evaluations
Make -Ready Design and Work Order Creation
Turnkey Program Management
Other Services and Products
Osmolytics (Asset Management Predictive Modeling)
Project Management
Storm Response Services
Distribution System Inventories
Streetlight Surveys
Osmose Pole and Line Products
• Pole Restoration Products
• Pole Top Protection
• Fire Retardant Products
• Remedial Treatments and Inspection
Supplies
131 Page
OSMOSe THE STRUCTURE COMPANY
General Services Agreement
This GENERAL SERVICES AGREEMENT (the "Agreement"), is entered into by and between OSMOSE
UTILITIES SERVICES, INC., a Delaware corporation with a place of business at 635 Highway 74 South,
Peachtree City, Georgia 30269 ("Contractor"), and CITY OF LODI, a municipality with a place of business
at 1331 South Ham Lane, Lodi, California 95242 ("Owner'), jointly referred to as the "Parties", and
individually a "Party'.
In consideration of the mutual promises and conditions contained in this Agreement, the Parties
mutually agree as follows:
1.0 Contract Documents: The term "Contract Documents" shall mean this Agreement, Contractor's
proposal, Contractor's Proposal dated November 23, 2020, Contractor's Exhibits A, B, C, D
(whenever applicable), Owner's insurance and bond requirements as specified in Exhibits E, F and
G, any associated amendments and any other separate document mutually agreed to and
executed by the Parties that are now or hereafter agreed to and signed by the Parties and that
may contain, without limitation, a specific description of the statement of work or scope of the
project, pricing assumptions, source materials, and the deliverables. The Parties agree that the
Contract Documents shall be incorporated as part of this Agreement. In the event of inconsistent
or contradictory provisions among any of the Contract Documents, inclusive of Owner's purchase
order, the provisions of this Agreement shall take precedence.
2.0 Supplemental Terms and Conditions: In the event that Owner desires services from the
Contractor that fall outside the scope of this Agreement, Contractor will submit Supplemental
Terms and Conditions for such services. The terms and conditions of this Agreement shall be
overridden by any Supplemental Terms and Conditions that are submitted by Contractor and
approved in writing by both Parties.
3.0 Work: Contractor shall furnish all supervision, labor, tools, equipment, and materials necessary or
required to perform the work on Owner's infrastructure including, but not limited to, wood poles,
steel or metal poles, steel towers, and/or padmounted transformers (collectively the "Structures"
and/or individually referenced by specific structure type as applicable) as described in Schedules
1 and 2 (and in accordance with the specifications set forth in the Contract Documents (collectively
the "Work"). Qualification of Contractor's personnel shall be as set forth in the Contract
Documents.
4.0 Source Materials: Whenever applicable, Owner, without charge, shall furnish or make available
for examination or use by Contractor any data which Owner may have available including locations
of the Work sites and other data pertinent to the Work.
5.0 Contractor Reports: Contractor shall record all categories of Work on accepted report sheets or
141 Page
OSMOSe,, THE STRUCTURE COMPANY
electronic media in accordance with the Contract Documents or as supplied by Owner. A copy of
this report shall be furnished to Owner in a timely fashion as mutually agreed.
6.0 Contractor Fees: Owner agrees to pay Contractor, and Contractor agrees to accept as full
compensation for the Work performed and materials used, the fees set forth in or otherwise
calculated in accordance with the rates set forth in Price Schedules. Notwithstanding the
foregoing, if during the term of this Agreement, unforeseen economic conditions (including but
not limited to, fuel and raw material price increases, energy, government or regulatory charges,
etc.) change Contractor's cost of providing products and or services to Owner, Contractor may
increase its rates and charges or impose applicable surcharges to cover such increased costs.
Furthermore, Owner shall be responsible for all applicable sales taxes, unless it provides to
Contractor a valid exemption certificate or other documentation satisfactory to Contractor
reflecting a sales tax exemption. If the Work is subject to a gross receipts or other similar tax, said
amount shall be added to the pricing.
7.0 Contractor's Payment Terms: The invoicing and payment terms shall be those set forth in the
Contract Documents. In the event said terms are not set forth in the Contract Documents the
below terms shall apply. Contractor shall prepare and furnish Owner with a detailed invoice of
the number of billable items (as defined in the Contract Documents) for the covered period and
the amount due. Owner shall pay Contractor the amount due upon receipt of the invoice. A
service charge of the lesser of one and one-half percent (11/2%) per month or the highest amount
legally permitted will be added to all accounts balances not paid within thirty (30) days. Owner
shall retain 5% of the estimated value of said work and the balance less any previous payments
shall be paid to the Contractor.
8.0 Commencement of Work: Contractor shall commence the Work within thirty (30) days after
receiving written notice from Owner.
9.0 Termination: Either Party may terminate this Agreement upon thirty (30) days written notice
served upon the other Party by registered mail. Upon expiration of such thirty (30) day period, all
Work under this Agreement shall cease. Upon termination, Contractor shall issue a final invoice
and Owner shall pay Contractor for all Work performed through the end of the thirty (30) day
notice period.
10.0 Independent Contractor: Contractor shall at all times be an Independent Contractor for all
purposes under this Agreement, including without limitation in connection with the performance
of labor and services under this Agreement.
11.0 Compliance with Laws: Contractor shall promptly pay all wages due to its employees, shall obtain
all licenses and permits required by law, and shall otherwise comply with all ordinances, laws,
orders, rules, directives, and regulations made by any governmental authority or regulatory body
pertaining to the Work.
151Page
OSMOSe THE STRUCTURE COMPANY
12.0 Contractor's Insurance: Throughout the term of this Agreement, Contractor shall maintain in full
force and effect, insurance coverage as set forth in Exhibit E. Prior to the commencement of the
Work, Contractor shall furnish Owner with a Certificate of Insurance evidencing said coverages.
Notwithstanding any language to the contrary, any insurance coverage provided by Contractor
shall not cover Owner for any negligent acts or omissions of Owner, its employees, or agents.
13.0 Indemnification: Contractor shall indemnify, defend, and hold harmless Owner, its officers,
employees, representatives, and agents, from and against all liability, loss, damage, or expense
resulting from any claim, suit or action for personal injury (including death) or damage to property
causcd by any negligent act or negligent failure to act by Contractor, its employees, or agents in
connection with the performance of the Work. In the event of the joint and concurrent negligence
of Contractor and Owner, each Party shall be responsible for the percentage of negligence
attributed to it by agreement between the Parties or in a court of competent jurisdiction.
Notwithstanding any other language to the contrary, in no event shall Contractor be responsible
for, or be required to defend, indemnify, or hold harmless Owner from and against any claim for
personal injury (including death) or damage to property or loss of use thereof which: (i) occurs
more than one (1) year after completion of the Work; or (ii) arises from the failure of wood poles
inspected by a visual inspection, sound only inspection, or a sound and bore inspection method
(if applicable to the Work).
14.0 Warran : Contractor shall perform all Work in a safe, efficient, good, and workmanlike manner.
Contractor warrants for a period of one (1) year from the date of inspection that the Work shall
conform to the Contract Documents or Owner's specification and shall have been performed with
ordinary skill and care. As a condition to this warranty, Owner must give Contractor written notice
within ten (10) days after Owner first discovers or receives notice of any alleged non -conforming
Work. If any Work is found not to conform to the Contract Documents, taking into account
Contractor's Exhibit B (whenever applicable), Contractor shall, at its option, either refund that
portion of Contractor's fees pertaining to such non -conforming Work or repair or replace the
defective Work at no cost to Owner. CONTRACTOR MAKES NO OTHER WARRANTIES, EXPRESS
OR IMPLIED, INCLUDING WITHOUT LIMITATION THE IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. ALL ACTIONS AGAINST
CONTRACTOR BY OWNER IN WARRANTY, TORT, CONTRACT, OR OTHERWISE MUST BE
COMMENCED WITHIN ONE (1) YEAR OF THE DATE OF ACCRUAL OF SUCH ACTION. IN NO EVENT
SHALL CONTRACTOR BE RESPONSIBLE FOR INCIDENTAL, CONSEQUENTIAL, INDIRECT, SPECIAL,
EXEMPLARY, OR PUNITIVE DAMAGES UNLESS CAUSED BY THE WILLFUL MISCONDUCT OF
CONTRACTOR. CONTRACTOR MAKES NO WARRANTY AS TO THE LONGEVITY OR USEFUL LIFE
OF STRUCTURES INSPECTED AND/OR TREATED BY CONTRACTOR. FURTHERMORE, THE TOTAL
CUMULATIVE LIABILITY OF CONTRACTOR, AND ITS SUBCONTRACTORS AND SUPPLIERS, ARISING
FROM THE PERFORMANCE ORA FAILURE TO PERFORM WORK PURSUANT TO THIS AGREEMENT,
WHETHER IN TORT, CONTRACT, STRICT LIABILITY, OR OTHERWISE, INCLUDING ALL EXPENSES
INCURRED OR PAYABLE BY CONTRACTOR IN SATISFACTION OF ITS INDEMNIFICATION
OBLIGATIONS UNDER THIS AGREEMENT, SHALL NOT EXCEED THE TOTAL FEES PAID TO
CONTRACTOR PURSUANT TO THIS AGREEMENT.
161 Page
OSMOSe THE STRUCTURE COMPANY
15.0 Confidentiality: The Parties acknowledge that, in the course of this Agreement, they may have
access to, and/or be in possession of, Confidential Information of the other Party. "Confidential
Information" shall mean information regarded by that Party as confidential, including without
limitation, information relating to its past, present, or future research, development, sales and
marketing, financial or business affairs, and any proprietary products, materials, or methodologies.
Each Party shall hold in strict confidence, in the same manner as it holds its own Confidential
Information of like kind, all Confidential Information of the other Party which may be disclosed to
it or to which it may have access. Access to Confidential Information shall be restricted to those
of each Party's personnel who have a need to know such information and its use shall be limited
to the performance of this Agreement.
The foregoing shall not prohibit or limit either Party's use of information of the other Party
(including without limitation ideas, concepts, know-how, techniques, and methodologies) which:
(i) was previously known to it; (ii) was or is independently developed by it; (iii) was or is acquired
by it from a third Party having no obligation of confidentiality regarding the information; (iv) is, or
becomes, publicly available through no breach by it of this Agreement; or (v) is disclosed pursuant
to law or the order, requirement, or request of a court or government authority. This provision
shall survive termination of this Agreement for any reason.
16.0 Ownership: The Parties agree and acknowledge that Contractor may use proprietary materials of
Contractor or third Parties in the preparation of the Work ("Proprietary Items") and that Owner
shall not obtain any ownership rights in the Proprietary Items. All Work conceived or developed
by Contractor in connection with Contractor's provision of services under this Agreement shall
belong to Contractor. Owner shall execute all documents that may be reasonably requested by
Contractor in order to vest in Contractor all right, title, and interest in the Work. Notwithstanding
the foregoing, any Confidential Information of Owner that is used by Contractor in connection
with the Work shall remain Confidential Information of Owner.
Subject to the terms of this Agreement, Contractor shall grant Owner a perpetual, royalty free
license to use the Work provided Owner agrees to treat all such materials as Confidential
Information in the same manner that Owner treats its own Confidential Information, but in no
event less than a reasonable degree of care. This provision shall survive the termination of this
Agreement for any reason.
17.0 Notices: All notices and other communications required or permitted under this Agreement shall
be in writing and shall be deemed to have been duly given: (i) when delivered by hand or
confirmed facsimile transmission; (ii) one (1) day after delivery by receipted overnight delivery; or
(iii) four (4) days after being mailed by certified or registered mail, return receipt requested, with
postage prepaid to the appropriate address set forth in this Agreement or to such other person
or address as either Party shall furnish to the other Party in writing in accordance with this Section
18.0.
171 Page
OSMOSe. THE STRUCTURE COMPANY
18.0 Force Majeure: Except as specifically provided in this Agreement, neither Party shall be liable for
any delays or other nonperformance resulting from circumstances or causes beyond its
reasonable control and anticipation, including fire or other casualty, act of God, strike or labor
dispute, war or other violence, acts of third Parties not within such Party's reasonable control and
anticipation, or any law, order, or requirement of any governmental agency or authority; provided
however, that the Party whose nonperformance is excused under this Section 19.0 shall take
commercially reasonable steps to circumvent such events of force majeure and shall resume
performance immediately upon the cessation of the condition of force majeure which prevented
such performance.
19.0 Severability: If any term or provision of this Agreement is held illegal or unenforceable by a court
of competent jurisdiction, all other terms of this Agreement shall remain in full force and effect,
and the illegal or unenforceable provision shall be deemed struck. In the event that the stricken
provision materially affects the rights, obligations, or duties of either Party, Owner and Contractor
shall substitute a provision by mutual agreement that preserves the original intent of the Parties
as closely as possible under applicable law.
20.0 JurisdictionlChoice of Law: This Agreement shall be governed by the laws of the State of
California. Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. In the event of dispute between the parties arises under or
regarding this Agreement, the prevailing Party in any litigation of the dispute shall be entitled to
reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin
County Superior Court.
21.0 Term: This Agreement shall be effective upon execution by all Parties and shall terminate on
December 31, 2021.
22.0 Not to Exceed Contract Amount: The total not -to -exceed amount to be expended for the Work
outlines in this Agreement is $750,000.
23.0 Business License: Contractor shall provide Owner with proof of a current California Contractors
License. A copy of this License shall be submitted prior to the execution of the contract.
24.0 Payment and Performance Bonds: The Contractor shall furnish two good and sufficient bonds,
executed by an "admitted surety insurer' as defined by California Code of Civil Procedure section
995.120(a), for review and approval by the Owner, in the forms attached hereto and as follows:
• A faithful performance bond in the amount of one hundred percent (100%) of the contract
price.
• A direct contractor that is awarded a public works contract shall, before commencement
of work, provide a labor and materials payment bond shall be in the amount of one
hundred percent (100%) of the contract price.
181 Page
OSMOSe THE STRUCTURE COMPANY
As set forth in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the California Civil
Code and the attached bond form, the labor and materials payment bond shall provide that if the
direct contractor or a subcontractor fails to pay any of the obligations set forth in Civil Code
section 9550(b)(1)-(3), with respect to the work, labor, and materials, the surety will pay the
obligation and, in addition, if an action is brought to enforce the liability on the bond, reasonable
attorney's fees, to be fixed by the court. The payment bond shall be conditioned for the payment
in full of the claims of all claimants and by its terms inure to the benefit of any person authorized
under California law to assert a claim against a payment bond so as to give a right of action to
that person or that person's assigns to pursue an action to enforce the liability on the bond.
25.0 Miscellaneous: This Agreement constitutes the entire agreement between the Parties relative to
the subject matter contained in this Agreement. None of the terms of this Agreement shall be
changed, waived, superseded, or supplemented, except in a written document signed by the
Parties hereto. Each Party acknowledges that it has participated in the negotiation and
preparation of this Agreement and has had the opportunity to have its counsel review this
Agreement. Therefore, neither Party shall be deemed to have drafted this Agreement and the
customary rule of construction resolving ambiguities in the language against the drafting Party
shall not apply.
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed by their duly authorized
representatives as of the Effective Date set forth at the beginning of this Agreement.
OSMOSE UTILITIES SERVICES, INC.
(Contractor)
stgnature
David R. Hagley
Print Name
Sr. Vice President
Title
10/20/2020
Date
CITY OF LODI
(Owner)
Signature: Stephen Schwabauer, City Manager
Approved as to form: Janice D. Magdich, City Attorney
jdm
Attest: Jennifer Cusmir, City Clerk
Date (Effective Date)
191 Page
OSMOSe. THE STRUCTURE COMPANY
Acceptance of Proposal
To accept the attached proposal as written and authorize the work to be performed, please fill out, sign and return
this page via email to OsmoseContractsC@Osmose.com. This price proposal is valid for 90 calendar days from the
date of the proposal.
SIGNATURES
We hereby accept the attached proposal as written and authorize Osmose Utilities Services, Inc. to perform the work.
Osmose will perform the work in accordance with the terms and conditions under the attached General Services
Agreement, once executed.
AUTHORIZED SIGNATURE
PRINTED NAME Stephen Schwabauer, City Manager
DATE
COMPANY NAME I City of Lodi
OSMOSE CONTACT
If you have any questions or would like to discuss this proposal in more detail, please contact:
NAME I Georqe Ballaseux
TITLE I Director Business
PHONE 1 (303) 564-1584
JOB # 1 1032268-70,1031603,1032351
PROJECT DESCRIPTION I ENGINEERING SERVICES, POLE INSPECTIONS, POLE RESTORATION
201 Page
OSMOSe. THE STRUCTURE COMPANY
Exhibits
• Exhibit A — Pole Engineering Services Scope of Work
• Exhibit B — Wood Pole Inspections
■ Exhibit C — Additional Information Regarding Contractor's Pole Inspection and Treatment Programs
• Exhibit D — Wood Pole Restoration and Truss Matching Chart
• Exhibit E — Insurance Requirements
■ Exhibit F — Payment Bond
• Exhibit G — Performance Bond
211 Page
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
The following sections outline the proposed scope and processes to execute the requested services in an
efficient and effective manner. Osmose will work closely with the Customer to follow a structured and
detailed project methodology to meet the objectives of each project. The proposed services are:
1. Pole Loading Analysis
2. Pole Replacement Design
3. Overhead Detailed Line Inspections
Pole Loading Analysis Scope
1.1 Project Setup & intake
Osmose will designate a primary contact who will act as the overall project lead and provide coordination
between Osmose and the Customer regarding critical project milestones. At the start of the project,
Osmose will conduct a Kick -Off Meeting (call) to finalize the requirements of the project, the project
schedule and facilitate hand-off of source data. Based on the results of the meeting, Osmose will
formalize the following:
• Intake: Review list of information to be provided by the Customer.
• Review the pole loading "Catalog" that will be used to model poles. (The catalog describes the
Pole Loading domain values to be used in modeling poles and assessing load capacity (i.e. pole
brand information, wire sizes, NESC or G095 load case, tensions to be applied).
■ Final description of data deliverable formats and Customer acceptance procedures.
■ Project schedule (intake, delivery dates): Osmose and the Customer will establish a mutually
agreed-upon schedule for each batch of poles provided.
1ntake� Customer will be responsible for providing pole data required to locate the pole in the field to
perform the survey. It should include, but is not limited to:
o Pole number (i.e. stencil on pole)
o Pole location (provided by address, lat/long and or KMZ/Shapefile format)
o Pole length, class
Upon receipt of complete pole attribute information from the Customer, Osmose will deploy field
technicians to perform the survey.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
1.2 Field Survey & Data Collection
Osmose will conduct the field survey and data collection required to verify pole data, accurately model
the pole and perform an engineering (structural load) assessment. Data to be collected includes:
o Pole ID, Pole brand information (length, class, species, and year installed)
o GPS Lat/Long
o Pole Condition — a cursory visual inspection of the pole will be performed at the time of the
survey. The purpose is to identify obvious defects that require attention. (If provided by
Customer, detailed inspection data may be incorporated into the pole loading analysis).
o Framing Type
o Complete Pole Attribute which includes:
- All Electrical equipment present on the pole and orientation
Span lengths and associated line angle for all attachments
- Guying information
o Power wires: Wire sizes for any power attachments using a XS, S, M, L, XL designation. Each of
these wire designations will correspond to an agreed upon wire and its physical properties.
o Communication wires: Wire sizes for any communication cables using a XS, S, M, L, XL
designation. The wire designation will correspond to an agreed upon wire and its physical
properties for each type of communication cable (Fiber, CATV, Copper, etc.).
o Digital photo of each pole to obtain detailed height measurements using our DMT* process
* Note: DMT is a state-of-the-art measurement tool designed specifically for utility structures and seamlessly
integrated with O -Calc® Pro. DMT provides the ability to accurately measure attachment heights from calibrated
digital images of a pole. The measurements are performed directly within O -Calc® Pro and can be applied
interactively to the pole load model. This enables accurate and productive modeling of the pole in the office. Osmose
pole loading technicians will use our DMT process to extract height measurements to accurately model the in-service
utility pole to "as -built" conditions.
1.3 Engineering Pole Load Assessment
Osmose will use surveyed information (and measurements resulting from the DMT process described
above), to analyze poles using O -Calc Pro. Attachment measurements, span lengths and angles, and
other pole/equipment data will be modeled in O -Calc Pro and a detailed load analysis will be
performed to assess wind and ice loading of the pole. Under the supervision of an Osmose engineer,
experienced design technicians will:
➢ Develop a single -complete pole model for assessment
o Create a structural, static loading computer model of the pole based on the "Proposed" pole
configuration (based on the attachment location and type/size/weight specifications
provided by the Customer).
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
o Attachment measurements, span lengths and angles, and other pole/equipment data will be
modeled.
➢ Perform pole load analysis Note
o A pole loading analysis will be performed to assess the capacity of the pole (all poles will be
reviewed for accuracy of 3-D model versus the provided annotated image).
o Osmose will use the standard O -Calc Pro catalog and match wire and guy sizes (measured
from the provided annotated image) to the closest standard wire sizes in O -Calc Pro catalog
(to establish cable properties, unless specific cable properties are provided by the Customer
or the Pole Owner).
n 1ltili71m n-CAr Prn'c ctanriarri rnnctnirtinn and can tahlac ratalnn Tha ctandarrl n-c;,ic Prn
Master Catalog and default wire tensions will be used unless specified otherwise and
documented during the project kick-off.
o All models will use static tensions for conductors and cables with the 20% of rated strength
for standard communication cables and 30% for standard power conductors. If either cables
and/or conductors are constructed as "un -guyed urban short span" way, then these static
tensions will be reduced to 10% for communication cables and 20% for power conductors.
o Poles will be analyzed using the appropriate G095 requirements for Loading District and
Construction Grade. The poles analyzed are assumed to have been inspected and found to
have adequate remaining strength according to G095 strength criteria.
o Power wires and tensions will be linked to the XS, S, M, L, and XL collection parameters.
Communication cables and tensions will be linked to the XS, S, M, L, and XL collection
parameters based on cable type (CATV, Copper, Fiber, etc.).
o Unless noted otherwise, Osmose's analysis and software only considers the strength of the
pole and guy wires as shown in the report. No other analysis, such as foundation analysis,
has been performed unless specifically noted in the deliverable. No verification has been
performed on the strength of power wires, communication cables and supporting wire,
insulators, braces, or any other attachments. Design of these components and their
attachments is the responsibility of others, not Osmose.
1.4 Deliverables
Included in the scope of work, the Contractor will provide Customer with the following deliverables
packaged together as each batch of work is completed:
➢ Detailed Pole toad Analysis Report: Contractor will prepare a single O -Calc Pro report for each
pole supplied by the Customer. The report will be delivered to the pole owner in Adobe PDF
format. (An example of this report is included in Appendix A).
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Pole Replacement Design Scope
This scope of work provides pole replacement design services for non -restorable reject poles. Osmose
will collect relevant engineering data on all poles identified as non -restorable reject poles during the
initial pole inspection process. This data will be prioritized and delivered to the Osmose Design Team,
which will complete the deliverables required to submit an engineering package to the Customer.
2.1 Pro'ect Setup & Intake
• Osmose will designate a primary contact who will act as the overall project lead and provide
coordination.
• Osmose will be assigned packages from Customer.
o Customer will initiate new work orders in their WM system
o Osmose will access Customer's GIS to obtain information (circuit, pole attributes,
conductor heights, equipment, communication attachments, etc.) to support locating and
efficiently surveying the pole.
o Osmose will deploy field technicians to visit the proposed pole locations.
2.2 Field Survey
Osmose field technicians will deploy this information to our Field Technicians on its DCT field software.
Osmose performs field survey of replacement poles to support replacement design activities.
■ Pole attributes
■ GPS location and address
• Equipment (type, size, heights, condition)
• Streetlight (type, heights)
• Span information (type, size, attachment height)
• 3rd party attachment information (type, quantity,
ownership)
■ Guying information (number of down guys, size of guy
wire, anchor lead length)
• Identifying concerns with railroads and right-of-way
access
• Osmose field technicians will capture digital photos of
each pole to obtain detailed height measurements using our DMT (Digital Measurement
Technology) process. This allows our engineers to accurately confirm clearance measurements,
wire sizes (to perform a detailed pole loading analysis and recommended make-ready). The DMT
images can also be used to perform "virtual site visits" with the Applicant without having to revisit
the field in most cases.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
• Additional pole images as required to support design (front span, back span, isometric)
• Additional data as required along state highways:
o Distance from pole to: edge of pavement, road centerline, closest mile marker
o Width of right of way
�.3 Pole Analysis & IRe lacement Desian
0SMOSe.. l.ltilizes its Digital Measurement
Technology"' ("DMT") software to capture
required measurements. DMT is a state-
nf_+hc_nrt mcnci ircmcn+ +nnl Ancinnnrl
specifically for utility structures. DMT
provides the ability to accurately measure
attachment heights, wire diameters, and
other general dimensions using a hi -
resolution digital camera and visual target
that are calibrated for the DMT application
in our Design Office, faster, more safely,
and more accurately than traditional hot
stick methods. This approach allows for
the simple collection of attachments in
both the power and
communications space.
The associated back-office DMT software
makes the measurement extraction
process highly efficient and accurate, and
allows for additional QC review (unlike a
field-based measurement process). DMT
can be implemented as a slandalone
application/process for reviewing
clearances or as an integrated tool within
O -Calc Pro, which enables Designers and
Engineers to apply measurements from the images directly into an O -Calc Pro pole loading model.
In the back-office, Osmose Back -Office Engineering Technicians use calibrated digital images taken
in the field to extract specified measurements. The Back -Office Engineering Technicians can then
extract the required measurements from the image by zooming -in and clicking on various locations
on the image. From there, detailed measurements are labeled and can be exported to a variety of
file formats and/or labeled directly on the pole image.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
The following are some of the key benefits of using this process to support this project:
• The DMT process promotes accuracy and transparency in the process of capturing
required measurements. Images captured in the field contain attachment heights and
associated annotations for each item measured.
• The DMT process eliminates the need to revisit the field to re -collect or verify missing or
suspect measurements. DMT is a fully QC'able process, allowing Osmose Back -Office
Engineering Technicians to verify the measurements captured in the field as often as necessary
■ Images annotated with measurements can be attached to work requests to provide a
historical record and can also be used to support make ready design discussions with pole
owners and applicants.
• The Osmose process can automatically import DMT measurements to model poles in 0 -
Calc® Pro pole loading analysis software, eliminating data entry error and making the pole
loading process more efficient.
Detailed Pole Loading Analysis
Using O -Calc Pro, Osmose will review the pole and attachment attributes and measurements to
confirm an accurate pole model was developed and perform the load analysis to compare with the
load analysis report submitted by the Attacher. As long as the confirmed load capacity does not
create a violation (per G095), the proposed attachment will be deemed "acceptable" from a
structural loading standpoint.
Another benefit of utilizing O -Calc Pro is the ability to measure and analyze clearances while
performing the Pole Loading Analysis. Attachment heights are extracted using our Digital
Measurement Technology Process or DMT. DMT provides the ability to accurately measure
attachment heights from calibrated digital images of a pole. The measurements are performed
directly within O -Calc Pro and can be applied interactively to the pole model. This enables an
accurate and efficient clearance review of the pole.
Pale Replacement Design
Osmose Design Technicians will utilize the results from the Field Survey, Pole Loading Analysis and
the Clearance Check to develop the Job Design Package for delivery and review by Customer before
they issue to their construction team.
2.4 Deliverables
➢ Joint Pole Data Form: Spreadsheet listing attachments and heights for all attachments on the
pole.
➢ Pole Loading (O-CaLc Pro) report: In PDF format (confirming the new pole will pass at 4.0 safety
factor).
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
➢ Construction Print: Osmose will access Customer's GIS, extract the appropriate work area from
the GIS map and insert it into the construction print for reference. Osmose will insert all
required pole replacement notes to the print.
➢
Request for Traffic Detail: Populate a template provided by Customer and update the required
fields when traffic control is needed to perform the construction. The traffic detail form will be
included in the submitted job design package for Customer to process.
Set Notice: Download the appropriate form, insert _job header information and include in
submitted job design package.
+i i+•II + .JA +i- ' I.Uponcompletion of +4is package contents, nvs os.e will access Customer's Ivnv1nivni system and auu a
is jou
design package to the newly created work order. It is anticipated that Customer will review the submitted
package and upon acceptance, issue to construction.
Overhead Detailed Line Inspections Scope
The following scope of work applies to the inspection of overhead electric system in compliance with
the California Public Utilities Commission General Order (G.O.)165. Osmose will provide labor, materials,
equipment and services necessary to perform a visual inspection of overhead electrical assets (structures
and equipment), gathering inspection data in an electronic format and delivering the report results to
the Customer.
Osmose will perform a detailed walking inspection of applicable utility equipment and structures,
designed to identify structural problems, hazards and evaluate clearances. Poles will be inspected by
qualified personnel in the field of line maintenance and construction. Technicians will access any pole
identified in the customer's source data and complete a pole top inspection of the pole and attached
equipment from the groundline. The inspection will include grading the condition of the asset based on
the criteria defined by the City of Lodi and maintenance items or regulation infractions per the customer's
criteria.
Inspection reports will be delivered using a data collection tool provided by the Customer. Customer is
responsible for the review, prioritization and scheduling of any required corrective action (i.e. maintain,
repair, replace equipment and structures so they function properly and safely).
31 Project Setup & Intake
Customer will supply Osmose with data related to the location of all assets to be inspected (i.e. pole
locations, feeder maps) along with a prioritized list of feeders to inspect in order to finalize the
inspection schedule. All work will be completed in a timely manner, based on the schedule provided
in the proposal.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Osmose will conduct a kick-off meeting with Customer and hold regular status update and review
meetings thereafter. Osmose will prepare an agenda and prepare action meeting minutes for review
after the meeting. Meetings will include a discussion of status and progress, schedule, coordination,
and billing. Field meetings to discuss access, asset condition and other related issues will be
scheduled as required.
3.2 Field Survey _& Data Collection
Technicians will be deployed to the field with the Osmose' mobile devices equipped with the Customer's
asset locations. The detailed inspection will include the visual identification of the Customer's structures
and equipment per GO 95 and 165, one (1) image of each asset, and a comprehensive Overhead Detail
Inspection of the assets and equipment per the Inspection Survey Schema. A detailed list of hazardous
conditions and specified infractions to be identified during the inspection will be finalized with the
Customer during the project specific training session.
Condition categories to be reported will include (but not limited to):
Inspection Survey Schema
Structure Type, Material, Primary/Secondary/Communication levels
Check for presence and type of transformers, switches, fuses,
arresters, connectors, insulators present at each location
Evidence of severe pole damage, split top, broken cross -arm
Check for damaged/broken or contaminated insulators, fuse holders, switch
control arms
Check risers and cable terminations for damage and for blown
/ damaged lightning arrestors
Missing/broken guy guards or slack guys
Risers (missing grounding strap)
Broken/missing grounds or ground molding
Crossarms (quantity, bowed/twisted, deteriorated, canted, damaged braces)
Poles Streetlight condition and makeup
Obstructions in the climbing space
Pole numbering
Missing visibility strips
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Notes
Technicians will capture one (1) image of each pole. Additional images may be captured to depict
specific issues identified.
2. When evaluating clearances, Technicians will visually flag potential issues and confirm the
infraction by performing a measurement using appropriate measurement devices
3. Difficult Access Locations (not at home, hard to access, obstructed, etc.): If the Technician is
prevented from performing inspection work on facilities located on private property due to
locked gates, pets, etc., Osmose will make two (2) additional attempts to contact the owner and
gain access. If not able to gain access after two attempts, the Technician will place a door hanger
on the door requesting the owner contact the Customer's Program Manager for access. Osmose
will also notify Customer of the situation.
Avian protection device damaged
Woodpecker damage
Verify adequate climbing space (climbing space for electric, telephone, CATV,
fiber)
Equipment
Transformers (condition/workspace/access)
Check for signs of rust or corrosion
Capacitors (damage, oil leaks, bulging, rupture, discoloration, blown fuses)
Dailiaye to SwiLuIII iy/PiuteCtve ueviCeS, ieyulaiuis
Primary and Secondary Conductors (phases, quantity, construction, type, size)
OH Switch size and condition
Equipment signage condition
Check for broken conductors/strands, loose/damaged conductor taps or
clamps
Missing animal guards or Oil Leakage (Reclosers, PE Gear, Regulators,
Sectionalizers)
Loose Hardware
Verify equipment workspace
Clearances
Conductors over ground, other conductors, buildings or other poles
Notes
Technicians will capture one (1) image of each pole. Additional images may be captured to depict
specific issues identified.
2. When evaluating clearances, Technicians will visually flag potential issues and confirm the
infraction by performing a measurement using appropriate measurement devices
3. Difficult Access Locations (not at home, hard to access, obstructed, etc.): If the Technician is
prevented from performing inspection work on facilities located on private property due to
locked gates, pets, etc., Osmose will make two (2) additional attempts to contact the owner and
gain access. If not able to gain access after two attempts, the Technician will place a door hanger
on the door requesting the owner contact the Customer's Program Manager for access. Osmose
will also notify Customer of the situation.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
4. Visual Inspection Note: Customer recognizes that Visual Inspection Work is substantially accurate
at the time it is performed; however, Customer recognizes that Osmose can only identify and
report on conditions readily visible at the time the Work is performed. Changes in condition may
result in changes in the results of the Work. Customer acknowledges that Osmose's work will
only be accurate as of the date of performance. This inspection method is completed from the
groundline and may miss some pole top and overhead defect items not readily visible by
Osmose from the ground with the naked eye.
5. Safety Standby In the case Osmose identifies an open and obvious hazard that may be
considered an endangerment to the general public, Osmose will immediately contact the
representative of the Customer and report the issue, standing by on site until relieved by a line
construction crew or authorized representative of the Customer. Standby hourly rates may apply
for standby time.
3.3 Deliverables
Osmose will provide the appropriate hardware, software and project management to ensure the
Customer receives inspection data that meets requirements for accuracy and completeness.
Deliverables will include:
❖ Data collected will be delivered to the Customer in electronic format (MS Excel, Access, Shapefile or
Geodatabase) based on the agreed-upon schedule.
❖ Detailed inspection reports will specify the circuit/area inspected, inspection details (inspector, date
of inspection) and any problems (or items requiring corrective action) identified during each
inspection.
❖ A summary report detailing circuits completed, date completed and number of issues identified (by
priority).
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Osmose O -Calc Pro (Pole Loading Report) Example
C_d.1•:1+ ulun. S3•0N;k P10 SIM1U8f177r1V,v1r tnd.eas Y Zj ;tu lnw
e. Num
741068 Pal. Len001l C1a..
4017 Cca.
NE1C Ty"
Jua,aOen
• Dam 1
Unset Speoes- 90UTHORN PINE NESC Rule
Ruk 7009 SU1u1
UROLO"
A. • Dw 2
Unset SeOep Dept h IRI:
043 C:.gtN[a.9t Vma!e
C Pole 51eng1h Facbr.
0419
.. Dw 3
U-11 GIL CGmaumknnae Mi
4241 Lawng Dd0na1
Med*^ Tralnw Wind LF
1.76
, Ow 4
Unset GA, F6w S9s11 IW l
01000 ail 7mokMn Mli
070 Wimm, T"W
LF
1.70
• Data 5
Unlet Alhn a74 31w 11 in•,
0.800 W.nl Speed l,nph):
39.07 V.ncel LF:
1.10
L', Del.O
00141 •J;+•• 5=.n ,l1 R.ac:
N0 V1 n3 Nee 1w IP1n
4.00
a,1
30.704976 Dog Lalgnu9e 47.9175900.0 610VAW
0F.et
-
1'-011p-0
Pel. Gpeeftt 4111
HOWN
M1YM Anpk
fill
IdW}
a. m,•n
SO0
00
00
27
-. -
8n�+,.
90 0
0 0
270-0
-
ampy
157
:7'
:T 1
Pok Mo-itS lR4b) L..d Angle
Wind Anne
4,11-1110
ll)
Mae2ap l7dr-___-_-_•97,064.-____ __2.499
1700
o,wrda,e
47,403
2904------
3i0-6�
OL Aft-bla
M812
n. Laos 9ommamy - Ro"Ang An0111 Vlode: Land-Replxtl-
91
Applied
Bending
Appiled
Pok9endkp
Ved w
Veltloal
Total
Pok
Lead•
1
Load
Mo111.111
Mement
C.pac,ry
4114&1
Lead
epees
41ne.
tap ac,ry
tent
{%3
i9J6
I'.I
[1c)
11+-Pul
Sk+}
InHI
tP...
I`13
1ayn11
1370 957 Ill
782 30.4
2,603
14+8 10
2,013
39.4
:anm1
4D6 105 7,931
117 6.1
396
771 5
391
5.1
1.4
273 131 5,480
9.1 4.0
270
3199 22
297
,OA
.1c.s.mn
22 11 yes
1.1 0.4
38
125 1
nsulwn
13 00 030
00 0.4
27
110 1
:1
27
0.4
'ale Load
2089 1000 41,403
1 D 0 40.4
3,377
5.917 30
3.3"
u,1
010 Rile Clip"
99,259
00.4
3,417
3,134
60.9
ally System Component %"-.1y
Lord From Wont Wind
kdlwd,.M M..I,-. Led
Angk on P.I.
Doaiplron
Leal Unglh Leod Alla/ Height
Noadnel Wind AnyN
Hoa Load 1101M Angle•
s
el
r- u' 1s de
c
1
I t
Single -12'-861 C4n.d
759 2700
]a4 693
35.9
goo
EHs 348
30.0
37.9 89.3
OLS
900
EH9 314 ID.W11)
2:
30.8
209 a9-3
44.3
goo
31ngk-10'-Shc Cbssd
15.0 2700
115 89.3
11.5
900
EHS 31161D013n)
20.0
316 69.3
5LO
900
EHS 3061D9yn)
10.0
32T 89.3
57.0
90.0
Syetem Caw c" Surma
AcleoWa3
Adegyew
Pole Loading Report
Pole Analysis Header
Location information, pole 'size
and code applied
-- Pole Utilization Summary
load fol Maximum, Groundllne
dllU VCIIILaI
..-Digital Image
Pole profile image
3D Rendering
30 representation of pole and
attachments
Groundline Load Summary
Breakdown of load 13Y type of
attachment
``-Guy System Summary
Breakdown of load capacity by
guy wire
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
I0a msel69e_9x3a99a OCalc4bPro SrambrO rr.nwy..In4:J :c 11 I Ii PM
cwN.d IgJA Cem 1712:
Power
IIM
C"
6ir
llu+bnlppn/n
"Se
TM
i.".
often
MIIM
MC6�Nt
`chi
a
M.wO.a1�Nx
uIISI,,
am
9 r
116-lelren
I�bltr
T
1x69
IN
lap
IA
rt
M -b;'
PMaf,
ML TS&Re1l"
.'U
Jit
VVw
.L•
07.56
,"a
0:
1710
±/to
dal
33'9
;'11
vmar,
AAC 726 AR6Vfy9
Y32
3.66
1.0260
1.17
0.746
19x.6
1300
110.5
1,120
642
0
"'91
A3W
R -A"
AAO 176 AROLMM
41.66
2013
1AM
I.L
0.746
71.0
03
171.0
4710
-500
310
3.170
AM
"M7
AAC M ARIM0
41 e3
2. AS
1.0260
1.A
0.746
190.3
011,11
INA
4,730
609
362
3,631
4393
rn*+n
ANC 796 ARD"
410.5
20"6
1Ma2
1.32
a.746
171.9
00
171,4
4,710
-109
-316
3,170
2,34
Mia]
CnT�]
AA MARNRU9
AM 161 RAVEN
41m
31.00
x0"6
17.01
10200
an00
1.71
1111
a.716
0.146
19116
69.0
11115
2700
190.5A750
19A
110
MR
1,411
-352
6
3.331
0
AW
7.411
unrn
ACOR IARAVEN
3726
x1.74
'.3100
013
0.141
59.0
2700
69.0
120
7265
a
0
7.117
:rcru1
ACOR 'a RAVEN
3726
16.14
.3960
'.13
0.146
690
270,4
59.0
120
7563
1
0
7257
'"L•Y
AAC4.a("
3123?.
0.6220
1.15
0.190
171.0
00
171A
1,500
-127
-4
1,670
I.ea9
P&"
AACAMLP
OA
3293
7.16
0,8
L39
0.196
ME
150.0
190,6
1,600
127
47
1,670
*.99a
N..Ts
ACOR IA RAVEN
3193
7.16
0.3900
ills
6.146
66A
2701
190
160
4171
I4
0
1436
rp6a.
H4rx
al
a""
62ye
COnlnf
npM
a w
d
6y
L
7
119
1G.=
1Y2yj1y
{p9N
ASI
2
i
wP'w!'
9MyM
16p W {'
l OCL'
am -
(111
119
p111
Tui►
i�9
09
Nim
04
incl
Mal
mai
1611
a.aowwlnew4
W wu
n n
m
OSKO
re
a 121
r, a
'c
Inc
tep
31
r;
311
6e
I"
2e0CTIaa
2103
7.11
12700
625
171.0
Oa
1710
42
170
W
OM0a4W0IL01"
IJP am
2111
7.11
01100
216
a.@I
1906
110.0
1900
1,600
111
n
1x66
1.161
rp7
296Crrm41
21.01
7.91
11700
6.41
190.0
110.0
IWe
•92
161
rl
O..0 1m1m
IAI.OPaa
10,11
7.17
02700
1.67
0.121
171..
0.0
1710
,600
.711
.10
1,116
,,021
FM
144CTr041
2&05
767
11300
4.11
171,4
00
1171
-7T
662
N:1
07ww446 Dun"
FINN
IIr ODa16
I441CTFW
20.11
20,016N1yi
747
7.17
am
1.1500
101
197
0.121
190.5
19x6
160,4
110.0
1606
1101
i 200
Ia
-46
d1
1,321
710
1.>G
rr5
CIWIa7R1
`"" ' '
„9 a
A W.
u
960o61MP
26
pY P
0,,;t.
,r44
Iwtw
II7375•.4 T0•
11N
421
Nc
930
26,45 4T
374
W)
iw4N-
�
149
nl
Osmose's Expertise Performing Similar Services
Pole Loading Report
Power Attachment Detail
Includes attachment heights,
span lengths, wire tensions, and
loading components
Comm Attachment Detail
Includes attachment heights, span
lengths, wire tensions, and loading
components
Crossarm Attachment
Detail
Includes size, height, and loading
profile
Osmose has focused on growing our engineering services business to accommodate the needs of make-
ready engineering projects. Our employees have considerable experience in telecom attachments. Osmose
expects to continue to grow available design resources as we expand our make ready design capabilities.
➢ Stability i85 -year history] and national presence: 4,250+ resources across all 50 states. Capability to
draw upon resources as needed to satisfy application deadlines and support the spikes and valleys
associated with supporting 3rd party attachment requests.
➢ Volume & Efficiency: Over 7 million poles visited per year. Efficiencies built into Osmose processes
will allow us to process well over 25,000 comprehensive pole load analysis, 200,000 pole attachment
requests and 40,000 make-ready engineering designs across 30 states in 2018 alone.
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Osmose has the following resources available to draw from to fulfill our Joint Use -related projects
Personnel
• —4,250 employees
■ —650 field crews comprised of 2,700
field employees
• Over 50 Joint -Use field crews across
the Midwest and Texas
• Over 100 Techiiicians, Designers,
Project Managers and Engineers
• 5 Professional Engineers on staff.
Additional engineers can be added as
needed to support project volume.
Office Locations
• Peachtree City, Georgia
• Atlanta, Georgia
■ Depew, New York
• Syracuse, New York
• Westboro, Massachusetts
Skill Sets
• Complex field data collection
• Large, specially trained field staff
• Engineering analysis and design
■ Network and asset data analysis and
delivery (GIS, CIS, WMS)
• PMP Certified project management
and Six Sigma Black Belt
■ Software development (internal)
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
"Utility Pole Owner" Perspective & Expertise
➢ Extensive expertise supporting Field Surveys, including Make -Ready, NESC, California GO, and Load
Assessment -based, using a combination of custom -developed, joint use mobile and data
processing applications integrated with operational support system platforms (GIS, pole loading
software, work management, joint use notification) used by the utility industry.
➢ Pole Loading expertise: Industry leader in pole loading services, developer of O -Calc Pro, principal
member of NESC subcommittee for Strength & Loading, offering professional services consulting
with leading Utilities to develop and optimize their Pole Loading Specifications.
➢ While responding to the requests of telecommunication companies, Osmose has in-depth
knowledge of utility design and construction standards, not only in the communication space but
also the power space.
In this way, we can better represent the concerns from a "utility pole owner" perspective and can act as an
extension to your own engineering resources.
Osmose Experience with Similar Services
Osmose has been providing similar services to a variety of engineering firms, municipalities,
telecommunication companies, and electric utilities across the United States for the past 20 years.
Currently, Osmose is performing similar projects on over 200,000 poles each year which includes the
following tasks:
o Attachment application field surveys
o Make ready designs
o Comprehensive pole loading analyses
o Writing make ready work orders and building make ready cost estimates
o Completing work management functions within the customer's Work Management System
("W M S")
o Making updates to the customer's Geographical Information Systems ("GIS")
o Updating/Maintaining 3rd party notification systems such as NJUNS
Osmose Utilities Services, Inc.
EXHIBIT A
Pole Engineering Services Scope of Work
Systems and Software Experience
➢ GIS and Work Manaciement Systems 05 ears' experience)
Osmose is familiar with various GIS and Work Management Systems. We have experience in EGIS,
Smallworld, STORMS, Maximo, WinclMil, NISC, SAP and other systems. We feel our general
experience in GIS navigation and operation along with basic steps associated with the creation of a
work order can easily be applied to most customers' systems.
> Osmose O -Calc Pale Loading Software 18 years' experience)
Osmose develops and markets O -Calc Pro Pole Loading software. We have analyzed hundreds of
thousands of poles for utilities and pole owners across the country. In addition to O -Calc Pro,
Osmose has created applications to support the efficient and accurate creation of pole loading
analysis.
➢ National Joint Utilities Notification Sam — NJUNS 6 ears' experience)
Osmose has experience working within NJUNS PT+ both creating and managing tickets. Osmose
has created and managed tens of thousands of tickets over the past 3 years. We have also worked
with NJUNS to create an internal application which enables the bulk updating of NJUNS tickets.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
TABLE OF CONTENTS:
1.0 ^ General 5.0 Treatment
1.1 Scope
1.2 Contract Definitions
1.3 CONTRACTOR Requirements
1.4 Personnel Qualifications
1.5 Workmanship and Damages
11.6 Quality Control
1.7 Definitions for Inspection and
Treatment
1.8 Copper Naphthenate and Cellon
Treated Poles
2.0 General Precautions and Requirements
for Preservative Applications
2.1 General Restrictions and
Requirements
2.2 Pesticide Licensing and Reporting
Requirements
2.3 Material Handling
2.4 Proper Equipment
2.5 Pesticide Training
3.0 Inspection
3.1
Preparation
3.2
Above -Ground Inspection
3.3
Partial Excavation
3.4
Full Excavation
3.5
Sounding
3.6
Boring
3.7
Chipping
3.8
4.0 Evaluation
4.1 Determining Remaining Groundline
Strength or Minimum Groundline
Circumference
4.2 Previously Restored Poles
4.3 Determining Reinforceable
Candidates
5.1 General
5.2 External Groundline Treatment
5.3 Fumigant Treatment
5.4 Internal Treatment
6.0 Restoration of Work Site
6.1 Back -Filling
6.2 Clean -Up
7.0 Pole Marking (fagging)
8.0 Data Collection and Deliverable
8.1 Data Requirements
8.2 Data Specifications
8.3 Data Delivery
8.4 Data Archiving
9.0 CONTRACTOR Information
9.1 CONTRACTOR's Policies
9.2 Work Schedule
10.0 Invoicing
DRAWING 1 STANDARD AND SHELL BORING
Osmose Utilities Services, Inc. 1 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
1.1 Scope: This specification is intended as a basis for the inspection and supplemental treatment
of wood poles. Poles less than 10 years old will only be visually inspected and reported if the
visual inspection warrants no further action. All other poles are to be inspected both above
and below the groundline area.
1.2 Contract Definitions:
1. OWNER: City of Lodi
2. LON I RAC I UK: Osmose Utilities Services, Inc.
1.3 CONTRACTOR Requirements: CONTRACTOR shall furnish all supervision, labor, tools,
equipment, report forms, field adaptable handheld data collection devices, transportation,
and material necessary for the inspection and treatment of OWNER's poles as identified.
OWNER will furnish copies of this specification and necessary maps showing locations of poles
which are the subjects for inspection and/or treatment. OWNER shall provide CONTRACTOR
the legal right to access the work site.
CONTRACTOR is required to have a minimum of 10 years in the in-service pole inspection
and treatment business. CONTRACTOR must have documented programs/policies
conforming to the Environmental Protection Agency ("EPA"), the Occupational Safety and
Health Administration ("OSHA"), the Department of Transportation ("DOT"), along with all
federal and state pesticide regulations. These policies must include a safety manual, pesticide
training manual and test, standards for safe storage of preservatives on vehicles, operating
policies for CONTRACTOR's personnel to handle preservatives and procedures for disposing
of empty containers used for pole treatment in compliance with label requirements, and
OSHA regulations involving Personal Protective Equipment ("PPE").
CONTRACTOR shall maintain throughout the term of the applicable agreement, in full force
and effect insurance coverage as identified in Section 12 of the General Services Agreement
between OWNER and CONTRACTOR.
1.4 Personnel Qualifications:
1.4.1 Foremen Qualificgions: Each Foreman shall have:
• A minimum of eight weeks formal training in the art of inspecting and
treating poles and/or
A minimum of six months experience as a pole inspector
■ Passed a written or demonstration test to the satisfaction of
CONTRACTOR
• Passed a CONTRACTOR -approved pesticide training program,
qualifying the Foreman having the expertise and training to handle
wood preservatives
■ Met the applicable state requirements for a commercial applicator
Osmose Utilities Services, Inc. 2 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
OWNER reserves the right to ask for evidence of previous experience and training
in the form of letters of reference and test results. Personnel are subject to approval
by OWNER.
1.4.2 Supervisor Qualifications: The Supervisor shall:
Have a valid state pesticide applicator's license in the appropriate
category for treatment of wood poles
Hold the position of CONTRACTOR's Supervisor in the state in which
the work is to be performed
Have sufficient field experience in the art of inspecting and treating
poles
1.4.3 Manager Quafificatons: The Manager shall:
Have a valid state pesticide applicator's license in the appropriate
category for treatment of wood poles
Hold the position of CONTRACTOR's Manager in the state in which the
work is to be performed
Have sufficient field experience in the art of inspecting and treating
poles
1.5 Workmanship and Damages: All work shall be performed in a workmanlike manner and shall
be in accordance with this specification and all applicable federal and state regulations.
OWNER considers work not in accordance with this specification or work not in accordance
with state and federal regulations, or unskilled or careless work, to be sufficient reason to
order CONTRACTOR to stop work. Work will not be allowed to resume until deficiencies are
corrected to the reasonable satisfaction of OWNER. Further, OWNER reserves the right to
require CONTRACTOR to replace any worker before work is allowed to continue. If not
satisfied, OWNER will consider this to bejust cause for termination of the contract.
Any damages, real or personal, off the right-of-way arising solely from the negligent
performance of the work specified herein, or any damages on the right-of-way arising solely
as a result of negligent operations, shall be settled promptly by CONTRACTOR.
OWNER recognizes that linemen must inspect all poles to their satisfaction prior to climbing,
whether or not such poles have been inspected by a third -party contractor. An inspection
and/or treatment tag on a pole is not a guarantee the pole is safe to climb. OWNER should
inform linemen that the inspection tag only means the pole was inspected in the stated year
in accordance with the contract specifications. An inspection tag is neither an expressed nor
implied warranty that the pole meets the National Electric Safety Code ("NESC"), the General
Order No. 95 ("GO 95"), nor any other applicable standard. Linemen must also practice all
other safety procedures when climbing poles and changing out or adding equipment or lines
or cutting lines, all of which may create an unbalanced load. An unbalanced load may cause
sound poles to fail.
Osmose Utilities Services, Inc. 3 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
1.6 Quali1y Control:
1.6.1 Quality Control Inspection: A Quality Control ("QC") inspection shall be performed
for each Foreman's work at least once every four weeks on work completed since
the previous QC inspection. The QC inspection will be conducted with
CONTRACTOR's Supervisor or Manager, and at OWNER's option, with OWNER's
representative when available.
The QC inspection shall consist of the partial to complete re -inspection of those
poles selected by the CONTRACTOR's Supervisor or Manager, or by the OWNER's
representative, to compare the results shown in the pole inspection records with
those existing in the field.
The re -inspection shall include, but not be limited to, the re -excavation,
re -treatment, and re -wrapping of those poles that were inspected below
groundline. CONTRACTOR's cost of said re -treatments shall be borne by
CONTRACTOR. At least three poles will be selected for each QC inspection.
OWNER shall be issued a copy of the QC results within a reasonable amount of
time upon request to CONTRACTOR.
1.6.2 Discrepancies and Corrective Action: Any serious errors will be brought to the
attention of CONTRACTOR. Corrective action, reasonably satisfactory to OWNER,
must be taken by CONTRACTOR to remedy the situation before the next QC check.
The corrective action may include, but not be limited to, re -working each pole back
to the previous QC check point at no cost to OWNER.
1.7 Definitions Jor fnspecti0n and Treatment Pole inspection and treatment categories are
defined as follows:
1.7.1 Reported Pole (Visual Inspect ton): A reported pole is a pole less than 10 years old
about which OWNER desires information, including poles the CONTRACTOR
identifies as not present in the field, or any pole that is judged to be unserviceable
prior to excavation (as specified in Section 3.2), or any pole which is determined by
CONTRACTOR, in CONTRACTOR's reasonable opinion, to be inaccessible
(temporarily inaccessible, customer refusal or permanently inaccessible). The
specific reason the pole is recorded as Reported Pole will be noted in the pole
record. Poles less than 10 years old may be subjected to further evaluation at
CONTRACTOR's discretion. Copper naphthenate and Cellon treated poles shall be
partial excavate inspected according to Section 3.3 regardless of age.
This inspection method provides no indication of groundline wood strength except
for the possible notation of pole class. If used alone, this inspection provides little
information to help OWNER improve its pole plant. This inspection method will
miss most priority and reject poles.
1.7.2 Soundina and Boring: Poles shall be sounded with a hammer from either
groundline or above groundline as applicable, to as high as an inspector can reach
Osmose Utilities Services, Inc. 4 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
in order to locate exterior decay or interior pockets of decay. Inspector shall bore
pole at least once to detect interior decay (a shell thickness indicator shall be used
to detect the existence and extent of interior decay).
If decay is present, the pole shall be bored a sufficient number of times to
determine the location and extent of decay discernable with this method. Bored
holes shall be plugged with tight -fitting treated wood dowels or plastic plugs.
This inspection method can miss poles without sufficient strength to meet NESC,
GO 95, or other mandated overload capacity requirements, and there is the
possibility of missing those poles with insufficient strength to support the current
loading. This is particularly true when the decayed area is below ground level or if
the inspector's tools do not contact hidden, damaged areas. Used in conjunction
with visual inspection, historical data shows approximately 50% to 60% of reject
and priority poles will be found.
1.7.3 Partial Excavation: Poles that are partially excavated on one side of the pole as
specified in Section 3.3 below.
This inspection method can be expected to identify many but not all inspected
poles with decay below ground or other conditions causing a reduction in the
required strength at groundline. Used in conjunction with visual inspection plus a
sound and bore, historical data shows that approximately 80% to 90% of reject and
priority poles will be found.
1.7.4 Fully Excavated Pole: Any pole passing the above ground visual inspection (other
than poles defined in Section 1.7.1) which has been excavated around the entire
circumference as specified in Section 3.4_
This inspection procedure constitutes the most thorough method known in the
industry. Nevertheless, obstructions such as rock, adjacent buildings, sidewalks,
keys, roots, risers, deep decay, underground cables, and other obstacles prevent
"full" excavation and/or treatment with respect to depth, circumference, or both.
Typically, once the excavation is made to improve inspection accuracy, the
procedure also includes treatments. Used in conjunction with visual inspection,
historical data shows approximately 98% of reject and priority poles will be found.
1.7.4.1 Extemally Treated Pole: A groundline treated pole is any fully
excavated pole designated by OWNER which, upon inspection, is
found to be a candidate for external preservative treatment.
Treatment is specified in Section 5.2.
1.7.4.2 Fully Excavated Rejected Pole: A fully excavated rejected pole is any
fully excavated pole that meets the criteria specified in Sections 3.2,
3.3.3, and/or 4.2.
Osmose Utilities Services, Inc. 5 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
1.7.4.3 Externally Treated Reject Pale: An externally treated reject pole is a
fully excavated rejected pole that, after inspection, meets criteria for
pole restoration. A pole found to be restorable will be groundline
treated provided enough sound wood remains. The inspector will
make a notation in the data as to whether a pole can or cannot be
restored.
1.7.5 Reiected Pole: A rejected pole is any pole that meets the criteria specified in
Sections 3.2 and/or 4.1.
1.7.6 Priority Role: A priority pole is any pole that is in need of immediate attention
(restoration or replacement); usually has less than one -halt of its original
circumference and/or 13% or less remaining original strength (if OWNER opts to
specify alternative criteria, it must be specified in writing to CONTRACTOR). The
location of priority poles will be reported to OWNER's representative as specified
by OWNER in writing.
1.7.7 Percent Remaining Strength or Remaining Section Modulus: Percent remaining
strength is the estimated percentage of bending strength remaining in a pole
compared to its original strength when reductions are made for decay or
mechanical defects noted by the Foreman. OWNER acknowledges that the percent
of remaining strength is an estimate based on the information outlined herein and
generally are not accurate for poles that are not excavated.
1.7.8 Internal Treatment: CONTRACTOR's EPA -registered insecticide and preservative
(as specified in Section 5.4) solution is applied internally as a liquid under 40 PSI
minimum pressure, or as a foam at reduced pressure, through a set of multiple
borings to any insect cavities/voids and/or internal decay voids that constitute a
size of 1/2" or larger.
1.7.9 Fumigant Treatment: CONTRACTOR's EPA -registered fumigant
treatment. CONTRACTOR shall apply the fumigant treatment(s) as specified in
Section 5.3.
1.7.10 Through -Bored Poles: Poles with a series of small diameter holes drilled through
the groundline area of the pole during the manufacturing process to enhance the
original treatment
1.8 _older Naphthenate and Cellon Treated Pales: Due to inconsistencies with the original
treatment process, poles manufactured with copper naphthenate or Cellon
(pentachlorophenol in Ip gas) treatment can be prone to inconsistent decay patterns and
there is a probability of decay being present at heights far above groundline. Due to these
inconsistent decay patterns, an accurate assessment of copper naphthenate and Cellon
treated poles cannot be performed using traditional inspection procedures of sound and bore
and/or partial or full excavate at groundline. OWNER should assume that any inspection
information provided by CONTRACTOR is incomplete and does not represent an accurate
opinion on the serviceability of the pole. CONTRACTOR does not warrant or offer any type
Osmose Utilities Services, Inc. 6 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
of indemnification on any inspections performed on copper naphthenate or Cellon treated
poles.
Furthermore, it is recommended that OWNER inspect copper naphthenate and Cellon treated
poles above the groundline to the tip or the maximum height allowed. CONTRACTOR does
not perform this service.
2.0 General Precautions and Requirements for Preservative Applications:
2.1 General Restrictions and Requirements: All preservatives shall be handled and applied in
accordance with the product label, and in a manner to prevent damage to vegetation and
property. Only preservatives registered by the EPA and the appropriate State Department of
Agriculture for the intended use of remedial pole treatments will be considered for approval
by OWNER. Preservatives not labeled for use as remedial pole treatments shall not be used.
No preservatives shall be applied by CONTRACTOR where a pole is readily identifiable as: (i)
located on any school property (Day care(s) and Grades K-12); (ii) in a vegetable garden; (iii)
in organic farm fields; (iv) within 10' of a stream or standing water body, or (v) within 50' of a
private well. OWNER acknowledges that all vegetable gardens, organic farm fields and wells
may not be identifiable by CONTRACTOR.
Any container in which a preservative is stored shall be stored in a securely locked container,
toolbox, or bolted to vehicles on the right-of-way and kept locked when left unattended.
Empty preservative containers shall be removed from the right-of-way and kept in a locked
compartment until disposal. Disposal of preservatives and their containers shall be in
accordance with the product label as well as the rules and regulations of all appropriate
federal and state agencies.
2.2 Pesticide Licensing and Reporting Requirements: CONTRACTOR shall be a certified
commercial pesticide applicator for the preservative applications specified in this specification,
and each crew shall be supervised by a full time Supervisor who is licensed and certified by
the state where the work is to be performed. CONTRACTOR shall be responsible for the
accurate recording and submittal of all pesticide usage forms required at the time of
application by the various pesticide regulatory agencies and for meeting all applicable federal
and state rules and regulations.
CONTRACTOR is required to have in its possession copies of the preservative labels and Safety
Data Sheets ("SDS") for all pesticides being used. Upon request, the SDS and labels will be
shown to anyone desiring this information. Properly completed shipping papers will also be
carried on each vehicle which is transporting pesticides.
2.3 Material Handling: Accidental releases of preservative shall be immediately cleaned -up in a
manner consistent with label requirements and federal and state regulations.
CONTRACTOR shall provide each crew with a recovery kit containing sufficient materials for
cleaning -up and neutralizing accidental releases of both paste and liquid preservatives. The
recovery kit shall consist of, but not be limited to, the following materials: absorption material
Osmose Utilities Services, Inc. 7 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
(such as sawdust or oil dry), baking soda or laundry detergent, ammonia (undiluted), and trash
bags for storage of waste.
2.4 Prol2er Eauioment: CONTRACTOR shall provide each crew with all required PPE as specified
by the label, such as goggles, sleeves, non -permeable gloves, and aprons. In addition, hard
hats and a change of clothing will be provided. All field employees are required to wear work
boots and hard hats.
CONTRACTOR shall provide a truck that has covers and locks adequate to satisfy applicable
federal and state DOT regulations in which to store and transport the preservatives.
2.5 Pesticide Training: Each pole inspector and/or Foreman shall be required to pass a pesticide
training program which addresses the biology of wood destroying insects and fungi, the
proper and safe handling, storage, disposal, and transport of pesticides, product labels, SDS,
and emergency procedures for accidental releases. CONTRACTOR's pesticide training
program is to be in addition to state requirements for applicator licensing.
2.5.1 Hazard Communication and Safety Program: CONTRACTOR shall provide to its
employees with a hazard communication program which addresses the purpose of
using pesticides, SDS and product labels, protective safety equipment, and clothing
and product information. A safety manual and program will be utilized by
CONTRACTOR and its employees.
3.0 Inspection:
3.1 Preparation: When work is to be done in close proximity to a home, if possible, the property
owner should be notified that a pole inspection is being performed by OWNER
Light brush will be removed from around the pole to allow for proper excavation, inspection,
and/or treatment unless permission for removal is denied by property owner (excessive brush
removal may require an additional charge). Property owner's denial will be indicated in the
remarks column on the pole report. If permission for excavation is denied, the pole will be
sounded and bored and fumigant treated, providing the pole is serviceable. CONTRACTOR
will not inspect or perform work on poles inaccessible by Acts of God or by any causes beyond
the control of CONTRACTOR. Reason for the lack of inspection will be noted in the remarks
column of the pole report.
�••
3.2.1 Wood Poles: A visual inspection of all wood poles shall be made from groundline to
the top of the pole. The following defects visible from the ground with a naked eye
will be noted: woodpecker holes, split tops, decayed tops, broken insulators,
rotten/broken crossarms, broken ground wires, and slack/broken guy wires. If the
pole is obviously not suited for continued service due to readily identifiable serious
defects, it shall either: (i) not be tested further and simply be reported and marked
on the inspection form as a reported reject; or (ii) the pole may be sounded and
bored to determine whether or not it is a priority pole and be reported on the
Osmose Utilities Services, Inc. 8 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
inspection form as a sound and bore reject.
Please note that Lodgepole Pines are susceptible to Buprestid Beetle infestation. If
upon visual inspection these poles "exit holes" of Buprestid Beetles are identified, the
pole will be rejected.
3.2.2 Concrete Poles: A visual inspection only, shall be made from groundline to the top
of the pole of all concrete poles. The following defects visible from the ground with
a naked eye will be noted: Cracks, rust, spalling, exposed metal such as spiral wire or
rebar, broken or burned ground wires, broken insulators, rotten/broken crossarms,
and slack/broken guy wires.
3.2.3 Composite or Fiberglass Poles: A visual inspection only, shall be made from
groundline to the top of the pole of all composite or fiberglass poles. The following
defects visible from the ground with a naked eye will be noted: Cracks, broken or
otherwise damaged areas, burned sections, deterioration of the poles protective
coating including separation of layers or fibers protruding through the protective
coating, broken insulators, rotten/broken crossarms, and slack/broken guy wires.
3.2.4 Metal Poles / Laced Towers: A visual inspection only, shall be made from groundline
to the top of the pole/structure of all metal poles and laced towers. The following
defects visible from the ground with a naked eye will be noted: Cracks, rust that is
either completely through or nearly completely through metal, loose or missing bolts,
bent or missing members, cracks in concrete foundation, broken insulators, broken
ground wires and slack/broken guy wires.
3.3 Partial Excavation: All poles that pass the above ground visual inspection (other than poles
defined in Section 1.7.1) shall be partially excavated on one side of the pole to a depth of 18"
with a minimum width of 8" (exceptions include poles in pavement, or poles that are otherwise
inaccessible; if accessible, these poles will be sound and bore inspected). The pole will be
sounded and bored as specified in Sections 3.5 and 3.6 and the pole surface will be checked
for signs of external decay.
3.3.1 No Surface Dg : If no surface decay is suspected and the borings indicate no
internal decay, the pole shall be treated as specified in Section 5.0.
3.3.2 Surface Decay: If surface decay is suspected, the pole will be fully excavated as
specified in Section 3.4 and decay will be removed as specified in Section 3.7.
Evaluation and treating will be performed as specified in Sections 4.0 and 5.0.
3.3.3 Extensive Decay: If extensive decay is present and it is obvious that the pole is a
reject as specified in Section 4.2 and does not require treatment as specified in
Section 5.2, the pole does not require full excavation.
3.3.4 Internal Decay: For Western Species that are prone to internal decay (i.e. Douglas
Fir, Larch, Cedar, Western Pine), the pole will be treated with a fumigant treatment
as specified in Section 5.3. If the pole is a Southern Pine Species, it will be fully
Osmose Utilities Services, Inc. 9 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
excavated and evaluated as specified in Section 3.3.2 above.
3.3.5 Internal Void: If an internal void is present and the pole is not a Southern Pine
Species, the pole will be treated with a fumigant treatment as specified in Section
5.3 and an internal treatment as specified in Section 5.4 and the partial excavation
will be back-filled. If the pole is a Southern Pine Species, it will be fully excavated
and evaluated as specified in Section 3.3.2 above.
3.4 Full Excavation: All poles meeting the criteria specified in Sections 3.3.2, 3.3.4, and 3.3.5 shall
be excavated around the entire circumference to a depth of 18" below groundline (exceptions
include poles with underground power risers, and poles excluded from remedial treatment
application as defined in Section L1.1; these poles will be partial excavate inspected).
Poles which cannot be excavated to the proper depth around the entire circumference for
legitimate reasons (such as large rocks, large roots, or other obstructions) will have the
obstruction and the extent of excavation noted in either the remarks or notes section of the
pole report. The excavation will be approximately 10" from the pole at ground level and 4"
from the pole at the 18" depth. For excavation in lawns, sod grass areas, or flower gardens,
care will be taken to keep the surrounding area as clean as possible. The sod around pole
shall be carefully cut and neatly stacked. Poles installed on slopes shall be excavated to a
minimum depth of 18" on the down slope side and 18" on the high side. Tarpaulins or ground
cloths shall be used whenever possible to minimize the possibility of any property damage
and to aide in the tracking of excavated holes (exceptions should be rare and would include
situations where the slope is too steep or the ground surface too uneven to allow for effective
use).
3.5 ming: Poles shall be sounded from as high as the inspector can reach to the exposed
groundline area in order to locate interior pockets of decay. Hammer marks should be visible
to indicate that the area was sounded.
3.6 ❑ring: Inspector shall bore the pole with a 7/8" bit (3/8" bits are used for internal treatment,
reject/restoration evaluation, and poles unable to be fumigant treated). Bore hole(s) shall be
located approximately 6"-8" below ground on excavated poles, and at groundline for non -
excavated poles. Boring(s) should be drilled at a 451 angle to a depth of the center line of the
pole (refer to Section 5.3 for the placement of borings). A shell thickness indicator shall be
used to detect the existence and estimated extent of any interior decay.
If enclosed decay pockets are evident in a pole, a minimum of four, 3/8" borings will be taken
to determine the size and extent of decay. Bored holes shall be plugged with tight -fitting
treated wood dowels or plastic plugs.
Shell Borings are made at an angle of approximately 600. The hole is bored in a manner so
the boring stays within the outer 2-3" of shell. Therefore, the hole is intentionally bored off -
center from the pole. Shell borings will be made at the discretion of the inspector based on
field/pole conditions and pole species. Refer to DRAWING 1 for a visual example of shell
boring. Non -excavated poles will receive 1 shell boring in addition to the 450 boring.
Excavated poles not excavated around the entire circumference, shall receive 1 shell boring in
Osmose Utilities Services, Inc. 10 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
the non -excavated area.
3.7 Chinning: All poles that will be externally treated will have all loose and decayed wood
removed from 18" below groundline to 6" above groundline. A quality chipping tool will be
used for this procedure to obtain a smooth, clean removal of wood. External decay pockets
will be shaved or chipped to remove decayed wood from the pole. Removed wood shall be
removed from the hole and surrounding ground and disposed of properly. Care should be
taken not to remove good wood as this will reduce the strength of the pole. The pole will be
scraped using a check scraper or wire brush to remove dirt from treatment zone.
4.0 Evaluation:
4.1 Determining Remaining Groundline Strength -or Minimum Groundline Circumference:
Measurements of the following decay and damage conditions shall be collected and input
into a strength calculating program which will calculate the remaining strength of the pole:
shell rot, exposed pockets, enclosed pockets, and mechanical damage.
Decay measurements are entered with consideration for the orientation to the line of lead
and the program models the resulting cross section. Multiple types of damage are combined
within the calculations and the center of gravity of the pole cross section is adjusted
accordingly.
The output is shown as estimated Percent Remaining Strength. The traditional Groundline
Effective Circumference will be reported as well. This is the circumference of a smaller, sound
pole that approximates the bending capacity equivalent to the decayed pole's remaining
strength. The strength calculating program will only display percentages of remaining
strength for excavated poles and poles that are sound and bore inspected. An estimated
Groundline Effective Circumference is the only reported value for poles which are not
excavated or sound and bore inspected.
A "Reject Pole" is:
■ Any excavated pole with a remaining strength of less than 67%.
■ Any pole which does not receive a partial or full excavate inspection with decay that
results in a reduction of remaining strength, regardless of the estimated remaining
strength. Groundline remaining strength for non -excavated poles is estimated based
on the limitations of the inspection method.
A "Priority Pole" is:
A pole with an effective circumference of less than 50% of its original circumference
and/or 13% or less remaining original strength and shall be reported to OWNER's
representative as specified by OWNER in writing (if OWNER opts to specify
alternative criteria, it must be specified in writing to CONTRACTOR as specified in
Section 1.7.6)
Osmose Utilities Services, Inc. 11 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
4.2 Previously Restored Poles: Poles previously restored with Osmo-C-Truss(es) or Osmo-C2-
Truss(es) shall be evaluated just above the second lowest band and at the top of the truss as
outlined in Section 4.3.
■ Poles that do not meet the minimum shell requirements will be classified as rejects.
■ Poles that meet the minimum shell requirements will be classified as serviceable
poles and internally treated above ground according to Section 5.4.
■ Poles with remaining sound wood below groundline will be excavated and
externally treated according to Section 5.2.
■ Poles will be fumigant treated above ground according to Section 5.3.
■ Loose, missing or severely corroded bands and seals will be noted.
■ Bands and seals showing signs of minor rust or corrosion will be repainted with a
cold zinc galvanizing compound.
4.3 Determining Reinforceab€e Candidates: When the initial inspection results in the rejection of
a pole, the pole shall be marked for replacement or reinforcement. The following inspections
shall be performed to determine if the pole is reinforceable.
4.3.1 Inspection Point 1: Groundline Pole Condition
■ Poles exhibiting shell rot at or below groundline shall have a minimum
remaining sound wood circumference of 33% or greater than the original
groundline circumference and/or 4% remaining strength.
■ Hollow poles and poles with internal decay shall maintain one-half inch (1/2")
of average sound shell at or below groundline for single or double truss
applications.
Note: All shell thickness mQuirements liste in Sections 4.3.2 and 4.3.3 are for poles up to
and including 65' in length. For poles 70' and longer, all shell requirements shall be increased
by 1" [3" at the lower band position for a single truss, or_2" for � outzle truss, and 5" at the
top of the truss):
4.3.2 Inspection Point 2: Lower Band Pole Condition
■ A single truss application requires two inches (2") or greater of average sound
shell at fifteen inches (15") from groundline.
■ A double truss application may have less than two inches (2") but requires
greater than or equal to one inch (1") of average sound shell at fifteen inches
(15") from groundline.
Osmose Utilities Services, Inc. 12 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
Procedure to determine lower band average sound shell:
A. Drill two (2) 3/8" diameter holes at fifteen inches (15") above groundline
perpendicular to the line of lead. Refer to Figure 3 for line of lead orientations
for common line construction types.
Boring 7
Line of Lead Line of Land
Boring 2
B. If the average sound shell from these 2 borings is two inches (27 or greater,
proceed to Inspection Point 3 below.
Line of LeaciAgilkLine of Lead
Borinq 31W
Borinq 4
C. If the average sound shell is less than two inches C2.9. bore 2 additional holes
in the line of lead. If the average of all 4 borings is two inches 2" or arear
proceed to Inspection Point 3.
D If the average is still less than two inches f2'] butgreater than one inch (L) the
pole can be reinforced with double trusses, which combined, provide the
desired strength. Proceed to Inspection Point 3 below to determine double
truss required height above groundline.
E. If the average sound shell is less than one inch f7"), the pole may be deemed
non -restorable or consult with Osmose engineering for alternative restoration
methods.
4.3.3 Inspection Point 3: Top of Truss Pole Condition
A standard truss requires an average sound shell of four inches (4") or greater
at the installed height of the standard truss required, typically five feet (5').
A tall truss requires four inches (4") or greater of average sound shell anywhere
from six to eight feet (6'-8') above groundline.
Procedure to determine top of truss average sound shell:
A. Drill two (2) 3/8" diameter holes at five feet (5') above groundline perpendicular
to the line of lead.
B. If the average sound shell from these two (2) borings is four inches (4") or
ra eater, reinforce the pole with the appropriate truss or trusses as shown in
Figure 4 or 5.
Osmose Utilities Services, Inc. 13 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
C. If the average sound shell is less than four inches (41 Drill two (2) 3/8" diameter
holes at six or eight feet (6' or 8') above groundline perpendicular to the line
of lead in order to find four inches (4") or greater of average sound shell
D. If the average sound shell from these two (2) borings is four inches (4") pr
greater , reinforce the pole with a truss with an installed height above
groundline at least as tall as where 4" or greater of average sound shell is
found.
Note: In the instance where a pole would require double trussing due to average
sound shell thickness at 75", but obstructions on the pole or a customer request would
limit a restoration to only 7 truss, the pole can be checked for 2" of average sound
shell at 26" and a single tall truss can be installed with lower banding installed at 26".
4.3.4 All inspection holes shall be plugged with tight -fitting treated wood dowels or
plastic plugs.
5.0 Treatment:
5.1 General: All fully excavated poles (as specified in Section 3.4) which are serviceable shall be
treated as specified in Section 5.2. All non -excavated poles (except as defined in Section 1.7.1)
and certain excavated poles shall be treated with a fumigant treatment as specified in Section
5.3 (note reinforceable candidates cannot be treated with a fumigant treatment until after the
pole has been reinforced). If internal decay is indicated, an appropriate solution shall be
selected and applied (as specified in Section 5.4).
5.2 Extemal Groundllne Treatment: All poles which are fully excavated and serviceable are to be
groundline treated with a preservative paste which shall be applied to the pole (a minimum
of 1/16" thick) from 18" below groundline to 3" above groundline. Reinforceable candidates
will be externally treated. The preservative paste shall be composed of the following
ingredients:
MP500-EXTO
Ingredients
Amount
Copper Carbonate (Metallic Copper Equivalent is 1%)
1.73%
Sodium Tetraborate Decahydrate
43.7%
Inert Ingredients
54.57%
Total
1 100.00%
Alternative materials will require prior approval from OWNER. Alternative materials will be
applied at the maximum rate according to the product label. Long-term retention studies
should be made available to assure results.
CONTRACTOR shall treat all exposed pockets and checks using a brush or trowel. Where
obstructions occur (such as fences, curbs, and walls) the preservative shall be applied up to
obstruction to insure complete coverage.
Osmose Utilities Services, Inc. 14 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
5.2.1 Wrapping of External Treatment: A polyethylene -backed kraft paper moisture
barrier such as "OsmoShield" is to be applied over the wood preservative. The
moisture barrier shall cover preservative to a depth of 18" and extend 1" above the
top of treatment zone, for a total of 22". It shall be of sufficient length to go around
the pole with an overlap of approximately 4" and shall be stapled to the pole at the
top and side seams of the barrier.
Pasture wrap shall also be used in areas of livestock; it will be stapled around the
top edge of the moisture barrier to act as an additional protective barrier.
5.3 Fumigant Treatmen : Serviceable poles (except as specified in Section 1.7.1 and Through -
Bored Poles) will receive a fumigant treatment(s) based on the following criteria:
Poles that were identified for full excavation according to Section 3.4 which cannot
be 75% excavated due to obstructions (i.e. curbs, pole keys, large roots, fences,
etc.), and all poles where internal decay is present or suspected and/or where voids
of less than 112" are present.
Non -Southern Pine Species Poles that were partial excavate inspected according
to Sections 3.3.4 and/or 3.3.5.
Poles that were sound and bore inspected according to Sections 3.3 and/or 3.4
where external decay is present or suspected and/or where internal decay is
present or suspected and/or where voids of less than 1/z" are present.
CONTRACTOR shall apply the fumigant treatment(s) to poles using the following
treatment(s)/application method(s):
WOODFUME®
(Contains 33% Sodium Meth Idithiocarbamate
Pole Circumference (Inches)
Number of Holes Drilled/Amount Applied
Four holes spaced 901 apart and 6" to 8" higher
Less than 40
than the previously bored hole (1 pint shall be
applied).
Six holes spaced 601 apart and 6" to 8" higher than
40 to 50
the previously bored hole (11/2 pints shall be
applied).
Six holes spaced 601 apart and 6" to 8" higher than
Greater than 50
the previously bored hole. Holes should be 20"
dee (a I 1/3 pint of WoodFume to each hole).
CONTRACTOR's inspector shall bore 7/8" slanting holes to a minimum of 15" depth, using
impermeable gloves to apply 1/4 pint of Woodfume into each hole. For poles larger than
50" in circumference, hole depth is 20" and 1/3 pint of Woodfume shall be applied to each
hole. Holes shall be plugged using tight -fitting treated wooden dowels or plastic plugs. For
non -excavated poles, the first hole is generally bored at groundline. For excavated poles,
the first hole may be bored below groundline.
Osmose Utilities Services, Inc. 15 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
5.4 Internal Treatment:
5.4.1
5.4.2
Internal Treatment: Internal treatment will be with the following solution:
I Hollow Heart® CB Dilute Solution I
In redients Amount
Copper Ethanolamine Complex (Equivalent to 2% Copper Metal) 5.84%
Disodium-Octaborate Tetrahydrate 5.0%
Poles containing decay pockets of 1/2" or larger shall be treated by pumping the
preservative into the cavity through a series of 3/8" diameter holes. If wood
destroying insects dre encuunlered iii the pule, the pule will be sounded Lu locale
the top of the insect gallery and enough holes drilled to thoroughly treat the wood
and flood the galleries. The solution will be applied as a liquid at a minimum
pressure of 40 PSI, or as a foam at a reduced pressure. Beginning with the lowest
hole, the preservative will be pumped into the cavity until the material flows out of
the next highest hole. This hole will then be plugged and additional preservative
pumped into the cavity until the cavity is filled or a maximum of one gallon is used.
Sufficient holes will be bored and preservative used to assure coverage of the
decayed area. All holes will be plugged with tight -fitting treated wood dowels or
plastic plugs.
Internal Treatment for Wood Destroying Insects: At OWNER's option, poles
containing signs of wood destroying insects shall be treated with the following
solution:
Hollow Heart® CB Plus Dilute Solution
Ingredients
Amount
Copper Ethanolamine Complex (Equivalent to 2% Copper Metal)
5.84%
Disodium Octaborate Tetrah drate
5.0%
Cypermethrin (Field Mixed with the Copper Ethanolamine
Complex and Disodium Octaborate Tetrah drate)
0.25%
Poles containing signs of wood destroying insects shall be treated by pumping the
preservative(s) into the cavity through a series of 3/8" diameter holes. The solution
will be applied as a liquid at a minimum pressure of 40 PSI, or as a foam at a
reduced pressure. Beginning with the lowest hole, the preservative will be pumped
into the cavity until the material flows out of the next highest hole. This hole will
then be plugged and additional preservative pumped into the cavity until the cavity
is filled or a maximum of one gallon is used. Sufficient holes will be bored and
preservative used to assure coverage of the decayed area. All holes will be plugged
with tight -fitting treated wood dowels or plastic plugs. The pole will be sounded
to locate the top of the insect gallery and enough holes drilled to thoroughly treat
the wood and flood the galleries.
Osmose Utilities Services, Inc. 16 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
6.0 Restoration of Work Site:
6.1 ick -Filling: After excavation and/or treatment, all poles will be solidly back-filled. The first
half of the excavation will be back-filled and tamped completely around the pole by walking
on the replaced excavation; the second half will be back-filled and tamped completely around
the pole. The excess earth should be banked up to a maximum of 3" above normal ground
level to allow for settlement. In grass areas, the sod shall be carefully placed around the pole.
Rocks or stones should not be laid against the pole except where they serve to key the pole
or where no other fill is available. Extreme care should be taken not to tear the moisture
barrier while back -filling.
6.2 Clean -UP: No debris, loose dirt, etc. is to be left in the pole area. Private property turf,
including that between the curb and the sidewalk, bushes, plants, and shrubbery are to be
replaced with care. If any preservative is released on the ground, it shall be immediately
cleaned -up. All containers shall be disposed of in accordance with the product label.
7.0 Pole Marking [Tagging): The work performed shall be marked with a weatherproof tag containing
CONTRACTOR's name and the year of inspection in a fashion similar to the designations shown in the
following drawings. The tagging scheme used by CONTRACTOR must be shown to OWNER'S
representative and approved before it is used.
Tags shall be supplied by CONTRACTOR and placed 5' to 6' above groundline on the roadside of the
pole, below the utility pole identification marker. If inspecting or treating a pole that has previously
been inspected or treated, the tag will be attached directly below the existing tag(s).
The following are illustrations of the various types of "tags" used and an explanation as to when they
are used. It is important that the proper tag be used on every pole that is inspected.
This round tag represents an inspection via a full 18"
excavation and treatment with an approved paste. The
tag shows CONTRACTOR's name and the actual year the
work is performed.
�M 00 This oval tag is to be used whenever a sound and bore
or partial excavate inspection takes place. The tag shows
0
AVaCONTRACTOR's name and the actual year the work is
LIj� 0 performed.
Osmose Utilities Services, Inc. 17 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
X
U
m
m
m
X
u
One yellow reject tag is used to denote that the pole is
a reinforceable reject.
One white tag may be used to denote that the pole is a
non-reinforceable reject.
One silver tag may also be used to denote that the pole
is a non-reinforceable reject.
Two yellow tags are used to denote a danger or priority
pole that is reinforceable.
Two white tags ma be used to denote a priority pole
that is non-reinforceable.
Two silver tags Ma
y also be used to denote a priority
pole that is non-reinforceable.
Osmose Utilities Services, Inc. 18 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
This tag is used whenever internal treatment is injected
into a pole. This tag will be used in conjunction with one
or more of the above tags depending on the type of
SIT inspection performed.
T lk)
0
This tag is an example of a fumigant treatment tag. This
tag shall be used whenever WoodFume is applied to a
pole. This tag will be used in conjunction with one of the
above tags depending on the type of inspection
performed.
8.0 Data Collection and Deliverable:
8.1 Data Requirements: OWNER desires to conduct a comprehensive pole inspection and
maintenance program. OWNER must advise CONTRACTOR in writing of the type of data
OWNER wants collected by CONTRACTOR. The data will be delivered within a geospatial
software environment for viewing, searching, and reporting.
OWNER desires to improve the overall quality and completeness of pole inspection data as a
secondary objective of the project. The combination of a data viewing tool together with
improved data quality will help improve OWNER's ability to manage pole life cycle costs. The
importance of the data -collection effort requires that it be performed professionally by
experienced field personnel using technology that ensures delivery of high-quality data.
CONTRACTOR will provide appropriate hardware, software, and project management to
ensure that OWNER receives data that meets its requirements for accuracy and completeness.
At OWNER's request, CONTRACTOR can provide a demonstration of CONTRACTOR's data
collection tools, processes, and a sample deliverable.
8.2 Data Specifications: A CONTRACTOR -supplied or OWNER -supplied landbase that is
acceptable to CONTRACTOR will be deployed by CONTRACTOR electronically to the field. A
unique identifier will be created for each pole. Each pole will be placed on the digital landbase
using GPS and/or relative positioning.
8.3 Qata__Delivery: Data collected will be delivered online in a geospatial enabled web -based
application that includes both map and attribute views of the data. The online application
Osmose Utilities Services, Inc. 19 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
shall provide access to reports and data queries with support of user generated search
functions. Poles must be able to be searched and sorted into groups based on their condition,
their attributes, their attachments (when applicable), and highlighted in a map view.
The online application shall provide a landbase backdrop that includes aerial imagery capable
of being viewed at various zoom levels. CONTRACTOR's geospatial online application will be
compatible with industry standard web browsers such as Windows Internet Explorer 7.0 or
8.0, or Firefox 2.0 or later. All incremental data deliveries will be updated on the geospatial
online application. CONTRACTOR shall host the data in the online application, but OWNER
shall retain ownership of data (see Section 8.4 for information regarding data archiving).
The geospatial online application shall provide the capability to view and download reports
in Adobe PDF format. Reports shall consist of pole detail, weekly, and year-to-date
summaries. CONTRACTOR's web -based application must support the ability to view all
invoices, in Adobe PDF format, with the ability to relate each individual pole record with the
corresponding invoice.
Data export functionality shall include the ability to export to an ESRI Personal geodatabase,
Microsoft Access, or a comma delimited (Excel Spreadsheet) file format. The geospatial online
application shall support the printing of map views and, if applicable, viewing of digital
images.
CONTRACTOR shall demonstrate how its online application provides OWNER with a
calculated Percent Remaining Strength for poles with decay (where applicable).
8.4 Data Archiving; CONTRACTOR will host the geospatial online application for the duration of
the pole inspection project and for a maximum of 90 days after the end of the calendar year
in which the project was completed. Options for additional archiving shall be made available
at an additional cost. OWNER shall retain ownership of all data. Use of the geospatial online
application will be governed by CONTRACTOR's online hosting agreement.
9.0 CONTRACTOR Information:
9.1 CONTRACTOR's Policies: Documentation of CONTRACTOR's policies for conforming to EPA,
OSHA, and DOT regulations can be provided upon request. Examples may include:
■ Summary of CONTRACTOR's safety manual
■ Summary of CONTRACTOR's pesticide training manual and test
■ Summary of CONTRACTOR's standards for safe storage of preservatives on
vehicles
■ Labels and SDS for all preservatives to be used
■ Operating policies for CONTRACTOR's personnel to handle preservatives and
disposing of empty containers used for pole treatment
■ Summary of OSHA regulations regarding PPE
9.2 Work Schedule: CONTRACTOR can also supply, upon request, a schedule outlining the
number of crews proposed to complete work along with start dates and completion dates.
Osmose Utilities Services, Inc. 20 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
10.0 Invoicing: CONTRACTOR shall prepare and furnish OWNER with a detailed invoice of the number of
billable items (as defined in the Contract Documents) for the covered period and the amount due.
OWNER shall pay CONTRACTOR the amount due upon receipt of the invoice. A service charge of
the lesser of one and one-half percent (1'/2%) per month or the highest amount legally permitted will
be added to all accounts balances not paid within thirty (30) days.
Osmose Utilities Services, Inc. 21 of 22
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
Osmose Utilities Services, Inc.
EXHIBIT B
IN-SERVICE WOOD POLE INSPECTION (PARTIAL EXCAVATION -WESTERN SPECIES)
AND CONDITION -BASED TREATMENT SPECIFICATIONS
DRAWING I
Standard Boring Standard & Shell Boring
Inspection Inspection
It Ii I III
2 Borings to the center of the pole
Osmose Utilities Services, Inc.
Exhibit B - Partial Excavate 6 Revised 6.5.2019 T.P.
1 Boring to the center of the pole
1 Boring through the shell below GL
22 of 22
Osmose Utilities Services, Inc.
EXHIBIT C
ADDITIONAL INFORMATION REGARDING CONTRACTOR'S POLE
INSPECTION AND TREATMENT PROGRAMS RELATIVE TO BEST PRACTICES
Pole Owners should be aware that the present art of inspecting poles and equipment and the site where these
items are typically located is not perfect, and there is no test equipment or methods to make it so. When
evaluating wood poles, there are variables affecting wood quality and strength for which the Contractor has no
control. These would include the species of timber involved, the effectiveness or lack of original treatment, soil
and climate conditions, brash or brittle wood (including brash wood caused by soft rot which lacks the required
strength, but is not always detectable by any known field methods), the insect activity, bird damage, or lightning
damage occurring or resuming after the time of inspection. For these and similar reasons, perfection is not
always possible, even with highly trained professional inspectors and electronic instrumentation.
When attempting to identify defective equipment in field conditions, there are also additional variables over
which the Contractor has little or no influence. Some of these variables may include trees and other vegetation
on utility right-of-ways continuing to grow after the inspection date, new attachments and lines being added to
poles and old equipment being removed by power, telephone, and cable television personnel and line
construction contractors, utility subscribers and others may build, alter, or demolish various structures, and roads
and driveways are added or rerouted which violates clearance requirements and cable burial depths without the
Pole Owner's or inspectors being notified. The longer time passes after an inspection is performed, the less
reliable the data on attachments, defective equipment and clearances become.
Pole Owner acknowledges that the Contractor cannot in any way assume responsibility for damage or injuries
caused by factors or variables outside of the Contractor's control.
More specific information follows which should be known by utility management and those who work on or near
transmission, distribution and other outside plant facilities.
1.0 POLE INSPECTION METHODS
The primary methods for inspecting wood poles at the groundline follow, along with observations based
on the experience of the Contractor in regard to their reliability. Some or all apply to any individual
contract with the Pole Owner's instructions prevailing. The Pole Owner has determined the frequency
and type of inspection and application of supplemental treatments and provides or approves
specifications on how to classify deteriorated poles.
As a general rule, the more excavation that is done prior to inspection, the more accurate the inspection
process at the groundline can be.
When evaluating a damaged pole, the inspector approximates the size, extent and nature of the damage.
With the aid of the Pole Owner, the Contractor applies reject criteria and measuring devices and converts
the loss of the pole,'s cross sectional area to an equivalent reduced circumference of sound wood. This is
not an exact science, and conclusions about actual pole strength should not be based on effective
circumference estimates alone. The Pole Owner needs to independently verify pole strength.
1.1 Visual and Sounding Inspection from Ground Level
This inspection method is intended to locate severe above ground defects which can be seen from
ground level with the naked eye and poles that are severely decayed from the groundline to 5'
above groundline.
Osmose Utilities Services, Inc. 1 of 4
Exhibit C Revised 07/07/10 L.T.
Osmose Utilities Services, Inc.
EXHIBIT C
ADDITIONAL INFORMATION REGARDING CONTRACTOR'S POLE
INSPECTION AND TREATMENT PROGRAMS RELATIVE TO BEST PRACTICES
This inspection method can miss poles without sufficient strength to meet the National Electric
Safety Code ("NESC"), the General Order No. 95 ("GO 95"), or other mandated overload capacity
requirements, and there is the possibility of missing those poles with insufficient strength to
support the current loading. Most poles with exterior and/or interior decay below groundline will
not be identified. Used in conjunction with visual inspection, historical data shows approximately
15% to 25% of reject and priority poles will be found.
1.2 Electronic Inspection Devices
This method utilizes electronic equipment, some of which primarily measure speed of sound
waves from one point on the outside of a pole to another point on the opposite side of a pole in
one narrow plane. Other devices measure hardness, moisture content or the frequency of a sonic
sound wave. Based on inforrrrdliurr gdllrered during fullow-up inspections of many thousands of
poles in different geographic areas by the more thorough excavation method described in Section
1.5 below, it is the experience of the Contractor that the sonic method is not as accurate as the
Sound and Bore method described next. Used in conjunction with visual inspection, historical
data shows approximately 40% to 50% of the reject and priority poles will be found. This
inspection method should be repeated at least yearly.
1.3 Sound and Bore
Without excavation, this method involves utilizing a sounding hammer around the pole from
ground level to about 8' above, followed by one or more borings at the groundline or other area
noted to be suspicious by sounding. It is specified by the Pole Owner for poles set in pavement
where excavation is impractical. It can miss poles without sufficient strength to meet the NESC,
GO 95, or other mandated overload capacity requirements, and there is the possibility of missing
those poles with insufficient strength to support the current loading. This is particularly true when
the decayed area is below ground level or if the inspector's tools do not contact hidden, damaged
areas. Used in conjunction with visual inspection, historical data shows approximately 50% to 60%
of reject and priority poles will be found. This inspection procedure should be performed at least
yearly.
1.4 Partial Excavation Plus Sound and Bore
The primary options specified by Pole Owners in this category are:
Pushing the soil away from the pole to a depth of 4" to 6" at two or three locations prior to
observing, sounding, and making one or more borings.
II. Removing soil to a depth of 6" at one or more points or around the entire perimeter prior to
observing, sounding, and making one or more borings.
III. Excavating to a depth of 18" on one side of a pole prior to observing, sounding, and making
one or more borings.
Osmose Utilities Services, Inc. 2 of 4
Exhibit C Revised 07/07/10 L.T.
Osmose Utilities Services, Inc.
EXHIBIT C
ADDITIONAL INFORMATION REGARDING CONTRACTOR'S POLE
INSPECTION AND TREATMENT PROGRAMS RELATIVE TO BEST PRACTICES
The above partial excavation procedures can be expected to identify many but not all inspected
poles with decay below ground or other condition causing a reduction in the required strength at
the groundline. Used in conjunction with visual inspection plus a sound and bore, historical data
shows that approximately 80% to 90% of reject and priority poles will be found with a 2 sided
partial excavation or a one sided 18" deep excavation, and 70% to 80% of reject and priority poles
will be found with a one sided 4" to 6" deep partial excavate. This inspection procedure should be
repeated every three to five years, depending upon the decay hazard zone where the poles are
located.
Excavating around poles may lead to an important shortcoming, unless supplemental treatments
are specified by the Pole Owner. The addition of air and moisture to the new backfill may set up
conditions more favorable to decay than if no excavation had occurred. Therefore, a
supplemental pole treatment is recommended; otherwise, re -inspection cycles must be shortened.
If decay is found at the groundline or suspected during any of the above three procedures,
excavation to at least 18" all the way around the pole is highly recommended. The pole can then
be judged more accurately and be classified as sound and treated or recommended for
replacement or strength restoration.
1.5 18" to 24" Excavation Plus Sound and Bore and Plus Supplemental Treatment
This inspection procedure constitutes the most thorough method known, but is nevertheless not
perfect because of the variables previously discussed and because obstructions such as rock,
adjacent buildings, sidewalks, keys, roots, risers, deep decay, underground cables, and other
obstacles sometimes prevent "full" excavation and/or treatment with respect to depth,
circumference, or both. Typically, once the excavation is made to improve inspection accuracy,
the procedure also includes remedial preservative applications. Remedial preservatives help
prolong pole life and avoid the problems resulting from soil disturbance described above.
Otherwise, re -inspection cycles must be shortened. Used in conjunction with visual inspection,
historical data shows approximately 98% of reject and priority poles will be found. This inspection
procedure should be repeated every six to 10 years depending on the decay hazard zone where
the poles are located.
2.0 USING ELECTRONIC DEVICES
All inspection methods may be augmented or replaced by the use of electronic devices if specified by the
Pole Owner. The Shigometer® is one such device. It measures the pole's relative conductivity, which
provides information on the presence of decay activity before the wood shows signs of physical
breakdown. Another instrument attempts to predict the strength of individual poles based on the
characteristics of sound waves. It does not identify the cause of reduced pole strength such as the
presence of decay. However, it may provide an indication of low strength resulting from the inherent
variability of new pole strength. All of these devices have limitations and will not detect all reject and
priority poles.
Osmose Utilities Services, Inc. 3 of 4
Exhibit C Revised 07/07/10 L.T.
Osmose Utilities Services, Inc.
EXHIBIT C
ADDITIONAL INFORMATION REGARDING CONTRACTOR'S POLE
INSPECTION AND TREATMENT PROGRAMS RELATIVE TO BEST PRACTICES
3.0 POLE TREATMENT
The nature and extent of supplemental treatment work has been specified by the Pole Owner. A certain
number of treated poles will barely meet the Pole Owner's specifications for treatment, rather than
rejection. Most of these poles, after treatment, will provide some satisfactory continuing service, but the
Pole Owner should be aware that a small percentage of poles will fall below strength requirements prior
to the next recommended inspection cycle. These poles are in addition to the reject and priority poles
not found during the inspection.
4.0 LINEMEN SAFETY CONSIDERATIONS
Linemen must inspect all poles to their satisfaction prior to climbing, whether or not such poles have
heeii iiispec,led by d third party contractor. An inspection and/or treatment tag on a pole is not a
guarantee the pole is safe to climb. The Pole Owner should inform linemen that the inspection tag only
means the pole was inspected in the stated year in accordance with the contract specifications. It is
neither an expressed nor implied warranty that the pole meets NESC, GO 95, or any other standard.
Linemen must also practice all other safety procedures when climbing poles and changing out or adding
equipment or lines or cutting lines, all of which may create an unbalanced load. An unbalanced load may
cause sound poles to fail. The Contractor's inspection is limited and most applicable to the groundline
and does not indicate whether a pole is suitable to be climbed by a lineman.
Shigometer is a registered trademark of Osmose, Inc.
Osmose Utilities Services, Inc. 4 of 4
Exhibit C Revised 07/07/10 L.T.
0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0
g
..
y—
0 0 0 0 0 0 0 0 0 0 0 0 o
r- N c0 I� Q� N cD N °O r
m, M N Q" N Cl
D o 0 0 o O O O o 0 0 0 o
N � N a0 � -C °O 'I °O N rr I
N M M C" V W Lf) O M N
a1�Q
+o-' F
47 h Vi
v5
Co Co �
r Cl) Ln I� a1 N l[J f� T
Co V. 01
M I� � 00 N N M
N C
N
r r r r �`.1
r r r Cl)M
w e
c a
•--�
O Lo O O O Lp Lp O Ln O Lo Lo d
O LO O O O LO Ln O LA O Lo Lo P
-0
v �
E a
s(1
ppyy�
x�{
6 6 r Ca
.-.
p'
Or- LO O Ln r% -:r- Ln N O N� d
I
00 N CO N c`•) CM M CD C M U, w N
N M M N M M M� L["]
O II- LC) O LQ�� U') N O � P N I
oC N °O M M O) M co m M LO w CV
r N N M M N M M M at --d- --;t LO
a�+
U
L'
0
P P 4 0 0 0 r .^ r' r !;2
_ (Q
�p Lp
f7 c�Y
ry
x c0 cD x x x x x x x x
Q M Ln O O O O O O G O
6�J O N M Lam']
x 0 0 0 o x x x x x x x x
O r 0 0 0 0 0 0 0 Q
M L I� O- N M"g �R
E y
Z 2
a
�pV
Y1 Y7
tMqy
~ Z
L[� U U U U r r r r •- `-
v
N N N N N r r r r r r r
N N N N N N
.v
a
G V V
C..1
N U U U U CV
0
cl:
m
o a La v o
0
ire e U cN,7 CU V
0
[�]
p
n
v
p
ewee
r_
r_
V
gg E��
KD 0
Nr
n ..row
RIO r'
L7Sor
Z
m
C_
�ryi(�.1�pp !yam }Q�
N n d7 OQ
yp�
W
;:I
ppQ
C2�
-�JS2
p{ 0]p�{] 0pp( qq GprJ( lyMpQ( rpW
Lr N
a CCCSii
[�vt
V i] V
g
S
r_
r
w .,
jj
y�j
N
N
N
N
N
N N ria n N N N Ni
�� �
M
�
m
a�
ogu
�
•M
_
M
-�
� �� �
�
~ N
C4
N
N
N
N
y'S eij v ���
H N N N v c
Cil
CV
Cq
Yrce)
r
rr}�
r
c•i
M
M tpphp c N a
pn
peppl[
N
N
N
N
N
N
.O U
ri'
cY
cV
SV 0 0 ,ti c +. h
C
N
H
N
N
N
H
E
o, a ti
Nm
Z Q
N > O
•X
N
7 W
'
o c > > o n
U W
N
N
N
H
Nr
d LC
L Zzi
o
us
o
'o
v L v In a u7 v
v
o
,o
v
rn
v
u�
o
Ln
J
[V
N
C7
M
t� 1q 4�7 tD 1p 1�
T�
w
a0
Q)
m
a
r
r
r
r
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
CONTENTS:
1.0 DEFINITIONS
2.0 SCOPE
3.0 GENERAL
4.0 PERSONNEL QUALIFICATIONS OF
CONTRACTOR
4.1 Qualifications of Manager
4.2 Qualifications of Supervisor
4.3 Qualifications of Foreman
5.0 QUALITY CONTROL
6.0 INITIAL INSPECTION PROCEDURE
7.0 DETERMINING REINFORCEABLE
CANDIDATES
8.0 PRESERVATIVE TREATMENT OF
RESTORATION CANDIDATE
8.1 Groundline Treatment
8.2 Internal Treatment
8.3 Fumigant Treatment
8.4 Fumigant Application
8.5 Re -treatment of Reinforced Poles
9.0 REINFORCING MATERIALS
9.1 Osmo-C-Truss®
9.2 Osmo-C2-Truss®
10.0 ACCESSIBILITY
11.0 DETERMINING SIZE OF OSMO-C-TRUSS
AND OSMO-C2-TRUSS
11.1 CONTRACTOR Provided
Information
12.0 TEMPORARY REINFORCING OF POLES
13.0 INSTALLATION OF STEEL TRUSSES
13.1 Osmo-C-Truss Banding
13.2 Osmo-C2-Truss Banding
14.0 TAGGING
15.0 EXCEPTIONS
16.0 STORAGE ON OWNER'S PROPERTY
17.0 CONFORMANCE TO EPA, OSHA AND
DOT STANDARDS
18.0 TEST RESULTS
Figure 1 Inspection for Restoration Diagram
Figure 2 Truss Orientation
Figure 3 C -Truss, C2 -Truss and Banding -
Single Truss Installation Diagram
Figure 4 C -Truss, C2 -Truss & Z Banding -
Double Truss Installation Diagram
Figure 5 C -Truss and C2 -Truss and Banding
- Double Truss Installation
Diagram
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 1 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
1.0 DEFINITIONS
OWNER: City of Lodi
CONTRACTOR: Osmose Utilities Services, Inc.
2.0 SCOPE
This Specification explains the evaluation, preservative treatment, and reinforcing of poles
and how OWNER expects it to be accomplished. The OWNER shall inform the
CONTRACTOR in writing of any modifications or changes to the Specification to meet any
special conditions.
The CONTRACTOR is not responsible for failure to reinforce poles made inaccessible by
conditions beyond his/her control or poles marked to be reinforced and, upon further
inspection; it is determined not to be reinforceable.
3.0 GENERAL
Pole reinforcing with a truss is a method by which a standing pole that has been weakened
due to decay, insects, or mechanical damage can be braced with an Osmo-C-Truss or an
Osmo-C2-Truss. Pole restoration enables the pole to remain in its present location.
Weakened poles that have been classified as reinforceable must first be treated to help
arrest decay and/or insects. Not utilizing remedial treatment(s) reduces the useful life of a
restored pole. Osmose recommends liquid internal treatments be applied to voids and
fumigants applied above voids. External treatment should be applied on the poles outer
surface after external decay is removed.
CONTRACTOR is to furnish all supervision, labor, tools, equipment and material necessary
or required for the evaluation, internal treatment, and reinforcing of the OWNER's poles as
identified in the Purchase Order or Contract. The OWNER will furnish the CONTRACTOR
with maps showing locations of poles which are subject for reinforcing prior to the
commencement of the work.
4.0 PERSONNEL QUALIFICATIONS OF CONTRACTOR
4.1 Qualifications of Manager
The Manager shall (i) have a valid Pesticide Applicators License in the State that the
work is to be performed; and (ii) hold the CONTRACTOR's permanent position of
Manager in the State that the work is to be performed.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 2 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
4.2 Qualifications of Supervisor
The Supervisor shall (i) have a valid Pesticide Applicators License in the State that the
work is to be performed; and (ii) be in the position of the CONTRACTOR's Supervisor
in the State that the work is to be performed; and (iii) be a pole reinforcing specialist
with a minimum of two (2) years of experience in pole inspection, treatment and
reinforcing.
4.3 Qualifications of Foreman
The Lead Person or Foreman shall (i) have one (1) year minimum experience in pole
reinforcing and groundline treatment (upon request a resume can be provided); or (ii)
be able to pass a written or demonstration test to the satisfaction of the OWNER; and
(iii) have passed a CONTRACTOR approved test qualifying the Foreman or Lead
Person as being trained to handle wood preservatives.
Personnel not specifically qualified to reinforce poles as outlined above shall not be
transferred to work in pole restoration from other contractual work. The OWNER reserves
the right to request evidence of qualifications of the entire crew by "letter of reference,"
Foreman resume, or training taken.
5.0 QUALITY CONTROL
Periodic Quality Control (QC) Checks will be performed with an OWNER representative
and/or CONTRACTOR supervisor present. The OWNER will receive a copy of the QC
report.
The QC Check shall consist of selecting at least three (3) poles at random and checking
them against the inspection report. If one (1) or more poles are found discrepant, the
population completed since the last QC inspection is to be considered rejected. Corrective
actions must be agreed upon by the OWNER's and CONTRACTOR's representatives. When
corrective action is completed to the satisfaction of the OWNER's representative, the lot is
to be accepted.
6.0 INITIAL INSPECTION PROCEDURE
A visual inspection shall be made by the CONTRACTOR of all poles to be reinforced before
any work is done. This inspection is limited to safety violations that are readily available.
The CONTRACTOR does not warrant that the visual inspection shall locate any, or all,
defects. The visual inspection is performed as a courtesy and not as an affirmative
obligation. The CONTRACTOR does not guarantee that the inspection will reveal all
potential safety problems. If the pole is not a candidate for reinforcing and/or if the
appearance of any attachment seems improper, this information must be supplied to the
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 3 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
OWNER's representative and no work is to be done until such conditions have been
corrected.
7.0 DETERMINING REINFORCEABLE CANDIDATES
The following procedure is for typical wood poles where the initial inspection resulted in
the rejection of the pole and marked for restoration.
Inspection Point
Inspection Procedure
1. Groundline
• Poles exhibiting shell rot at or below groundline shall have a minimum
Condition
remaining sound wood circumference of 33% or greater than the original
groundline circumference.
• Hollow poles at or below groundline shall have a 1/z" average sound shell
or greater
Note: If groundline decay information is available in the pole inspection record
from a recent inspection the pole does not require an additional groundline
inspection by the Pole Restoration foreman.
2. Lower Band
The average sound shell requirements listed below are for wood poles up to
Pole Condition
and including 65ft in length. All poles 70ft in length and above shall add 1" to
the average sound shell requirements described below.
A single truss requires two inches (2") or greater of average sound shell at
fifteen inches (15") from groundline.
• A double truss may have less than two inches (2") but requires greater
than or equal to one inch (1") of average sound shell at fifteen inches (15")
from groundline.
Procedure to determine lower band average sound shell:
A. Drill two (2) 3/8" diameter holes at fifteen inches (1511) above groundline
perpendicular to the line of lead. Refer to Figure 3 for line of lead
orientations for common line construction types.
Boring 1
Line of Lead Line of Lead
Boring 2
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 4 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
If the average sound shell from these 2 borings is two inches l2 ) or greater,
proceed to Inspection Point 3 below,
B. If the average sound shell is less than two inches (21, bore 2 additional
holes in the line of lead. If the average of all 4 borings is two inches (2') or
greater , proceed to Inspection Point 3.
Line of Lead Addak Line of Lead
Boring 3 1W
Boring 4
C. If the average is still less than two. irishes_(2')_but greater_than cine irl-Ch11-,
the pole can be reinforced with double trusses, which combined, provide
the desired strength. Proceed to Inspection Point 3 below to determine
double truss required height above groundline.
D. If the average sound shell is less than one inch 0"), the pole may be
deemed non -restorable or consult with Osmose engineering for
alternative restoration methods.
3. Top of Truss The average sound shell requirements listed below are for wood poles up to
Pole Condition and including 65ft in length. All poles 70ft in length and above shall add 1" to
the average sound shell requirements described below.
A standard truss requires an average sound shell of four inches (4") or
greater at the installed height of the standard truss required, typically five
feet (5').
A tall truss requires four inches (4") or greater of average sound shell
anywhere from six to eight feet (6'-8') above groundline.
Procedure to determine top of truss average sound shell:
A. Drill two (2) 3/8" diameter holes at five feet (5') above groundline
perpendicular to the line of lead.
B. If the average sound shell from these two (2) borings is four inches (4') or
reater reinforce the pole with the appropriate truss or trusses as shown
in Figure 4 or 5.
C. If the average sound shell is less than four inches W9, Drill two (2) 3/8"
diameter holes at six or eight feet (6' or 8') above groundline
perpendicular to the line of lead in order to find four inches (4") or gre
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 5 of 21
Osmose Utilities Services, Inc.
1*:1:II1IIiC
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
of average sound shell. Reinforce the pole with a truss with an installed
height above groundline at least as tall as where 4" or greater of average
sound shell is found as shown in Figure 4 or 5.
Note: In the instance where a pole would require double trussing due to average
sound shell thickness at 15°, but obstructions on the pole or a customer request
would limit a restoration to only 1 truss, the pole can be checked for 2" of
average sound shell at 26" and a single tall truss can be installed with lower
banding installed at 26".
All 3/8 boring made during restoration candidate inspection shall be plugged
with tight fitting plastic plugs or pressure treated wooden dowels.
(A summary diagram and table can be seen in Figure 1)
8.0 PRESERVATIVE TREATMENT OF RESTORATION CANDIDATE
8.1 Groundline Treatment
This is recommended if not accomplished during the inspection process. All poles
that can be excavated shall be covered eighteen inches (18") below the groundline to
three inches (311) above the groundline by an OWNER approved preservative. Poles
that cannot be excavated shall be treated with fumigants according to Sections 8.3
and 8.4. The preservative is to be covered by an OWNER approved moisture barrier
to retain the preservative that shall extend one inch (11') above the treated area and
go around the pole with a four inch (4") overlap which is to be stapled to the pole.
Follow manufacturer's recommendations.
When obstructions occur, such as fences, curbs, walls, cable risers, interfering ground
rods, etc., the preservative shall be carefully applied near the obstructions and the
moisture barrier wrapped as close to the obstructions as possible. Such conditions
shall be recorded.
Acceptable preservative paste formulations are:
Cu-Bor
Ingredients
Amount
Copper Hydroxide (Metallic Copper Equivalent is 2%)
3.1%
Sodium Tetraborate Decahydrate (Boric oxide equivalent 16.4%)
43.5%
Inert Ingredients
53.4%
Total
100.00%
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 6 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
8.2 Internal Treatment
All rejected poles to be reinforced must be internally treated if internal decay is
detected. At least nine (9), three-eighths inch (3/8") diameter holes shall be bored to
the center of the pole starting from groundline in a spiral fashion tojust above the
reinforcing steel. The internal treatment shall be applied to all holes bored with a
minimum of forty (40) PSI pressure. The material shall be pumped into the bottom
hole until it is noticed at the next higher hole. This hole is then plugged and
additional preservative pumped into the cavity until it is noticed at the next higher
hole. This procedure is followed until the cavity is filled. All holes must be plugged
with tight fitting plastic plugs or pressure treated wooden dowels.
Appropriate safety equipment must be used when applying internal treatment. Avoid
splashing onto the surrounding area.
Internal treatments shall have the following chemical compositions (fumigants cannot
be substituted):
Hollow Heart® CB Dilute Solution
Ingredients
Amount
Copper Ethanolamine Complex (Equivalent to 2% Copper
Metal)
5.84%
Disodium Octaborate Tetrah drate
5.0%
8.3 Fumigant Treatment
Fumigants are used for treatment of solid wood and should be applied above the
decayed area when specified. Fumigants should be applied to poles that cannot be
excavated and externally treated according to Section 8.1.
Acceptable fumigants will have one (1) of the following chemical compositions:
WOODFUME®
(Contains 33% Sodium Meth Idithiocarbamate)
Pole Circumference (Inches)
Number of Holes Drilled/Amount Applied
Four holes spaced 900 apart and 6" to 8" higher
Less than 40
than the previously bored hole (1 pint shall be
applied).
Six holes spaced 600 apart and 6" to 8" higher
40 to 50
than the previously bored hole (11/2 pints shall be
applied).
Six holes spaced 600 apart and 6" to 8" higher
Greater than 50
than the previously bored hole. Holes should be
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 7 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
20" deep (apply 1/3 pint of WoodFume to each
hole).
8.4 Fumigant Application
Fumigants shall be applied as follows:
■ Boring diameter, hole length and fumigant application rate shall be as
specified on EPA approved label
■ Borings shall be directed toward the center of the pole at an angle of no less
than forty-five degrees (450)
■ Care should be taken to avoid going through the pole or seasoning checks
• Borings shall start at the appropriate location and shall be evenly spaced up
the pole in a spiral pattern. No less than six (6) vertical inches shall separate
adjacent holes.
• Application holes shall be plugged with tight fitting removable plastic plugs or
treated wood dowels.
8.5 Re -treatment of Reinforced Poles
It is the OWNER's goal to re -treat all reinforced poles during the re -inspection
process. A pole that has a single truss shall be groundline treated and also internally
treated. Double trussed poles shall be internally treated.
9.0 REINFORCING MATERIALS
9.1 Osmo-C-Truss
Please note the following about the Osmo-C-Truss:
• Minimum yield strength is 80,000 PSI for the 980, 1080, 1180, 1280, 1380, 1480,
1580 and 1680. Minimum yield strength is 100,000 PSI for 5100.
• Galvanized per ASTM Specification A-123 Grade 100
■ Date of manufacture and size of truss must be permanently stamped into
exterior surface approximately twelve inches (1211) from the top of the truss
• Truss designations include 5100, 980, 1080, 1180, 1280, 1380, 1480, 1580 and
1680
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 8 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
■ Banding to be two inches by forty-four thousandths of an inch (2" x .044")
minimum with minimum load strength for each single wrap of 10,000 pounds.
A hot dip galvanized coating must be two ounces (2 oz.) per square foot.
Two (2) seals used for each band, each seal to be crimped (not notched) two
(2) times for a joint efficiency of ninety-five percent (95%). Seals are hot dip
galvanized.
9.2 Osmo-C2-Truss
Please note the following about the Osmo-C2-Truss:
■ Minimum yield strength is 100,000 PSI
• Galvanized per ASTM Specification A-123 Grade 75
• Date of manufacture and size of truss must be permanently stamped into
exterior surface approximately twelve inches (12") from the top of the truss
• Truss designations include C2-36, C2-49, C2-56 and C2-71
■ Banding to be two inches by forty-four thousandths of an inch (2" x .044")
minimum with minimum load strength for each single wrap of 10,000 pounds.
A hot dip galvanized coating must be two ounces (2 oz.) per square foot
■ Either two (2), 2-15/16" seals or one (1), five inch (5") seal are used for each
band, each 2-15/16" seal is to be crimped (not notched), two (2) times and
each five inch (5") seal is to be crimped (not notched), four (4) times. Seals
are hot dip galvanized
10.0 ACCESSIBILITY
The pressurized treating and reinforcing equipment must be capable of operating a
minimum of two -hundred and fifty feet (250') from the reinforcing truck. Poles not accessible
with pressured equipment are serviceable with alternate equipment the CONTRACTOR can
provide when necessary.
11.0 DETERMINING SIZE OF OSMO-C-TRUSS AND OSMO-C2-TRUSS
Steel trusses must be of sufficient size to provide adequate strength as defined by National
Electrical Safety Code (NESC) requirements. The NESC states that poles adhering to Rule
250B shall be rehabilitated to a strength greater than 2/3 of that required when installed. Ir
California, the truss strength must meet or exceed the requirements of General Order No.
95 or the NESC.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 9 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Each size truss is limited to a minimum pole circumference for proper reinforcement.
Standard truss lengths are specified for each cross-sectional size (see Table 1). Standard
truss lengths are based on four inches (4") of shell at a distance above ground equal to half
the length of the truss. If it is necessary to extend the top of the truss above the standard
distance from ground, the length of the truss will be increased.
Tall trusses and double trusses require additional equipment such as pike poles to ensure
worker safety during installation.
A truss cannot be used below its groundline pole circumference limitation in accordance
with the following:
Table 1
C2 Truss Size
C2-36 : C2-449
C2-56
I C2-71
Minimum Pole Circumference at
Groundline
22 75„ 28.511
32"
33.5"
Standard Length (ft)
10' 10'
10'
10'
Tall Truss Length Options (ft)
13' 13'
13'
13'
C Truss Size
5
9
10
11
1 12
13
14
15
16
Minimum Pole
Circumference at
18"
29.75"
33.75"
36.5"
39.25"
43"
45.25"
48.75"
52"
Groundline
Standard Length (ft)
10'
10'
11'
11'
11'
11'
13'
13'
13'
Tall Truss Length Options
13'
13'
13'
13'
13'
13'
-
-
-
(ft)
*Custom lengths are available upon request and should be handled with separate proposals.
11.1 CONTRACTOR Provided Information
CONTRACTOR must provide information as follows:
• Quantity and size of truss used for each class and length pole
• Range of truss sizes
• Theoretical strength of each size truss
• Available lengths for each truss size
12.0 TEMPORARY REINFORCING OF POLES
At the discretion of the OWNER's representative, rejected poles may be temporarily
reinforced prior to replacement. It is not necessary that a temporarily reinforced pole be
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 10 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
externally treated, but it should be internally treated with an approved internal treating
solution as outlined in Section 8.2.
Trusses, as specified in Table 1 above, should also be used for temporary reinforcing of
poles.
13.0 INSTALLATION OF STEEL TRUSSES
The trusses are to be positioned on the pole as shown in Figure 3 below. Care should be
taken when installing a steel truss to avoid damaging any part of the grounding systeFn or
other underground facilities.
Trusses are driven to a depth which develops adequate anchoring below the decay zone.
During installation the truss must be held tightly against the pole to insure a good working
unit. Installer will maintain the driving depth shown in Figure 4 and 5 regardless of total
length of the truss unless:
When driven to refusal, it is permissible to leave trusses one (1) foot higher than
stated, and therefore one (1) foot shallower, as listed in Figure 4 and 5.
On shallow set poles, as determined by pole brand, it is permissible to leave trusses
more than one (1) foot higher when driven to the butt of the pole.
A minimum of four (4) bands are used to secure the truss to the pole above ground (see
Figure 4 and 5 below).
Poles with less than 50% remaining circumference shall be braced using pike poles or some
other method to support the pole during the truss installation.
13.1 Osmo-C-Truss Banding
The Osmo-C-Truss bands (as described in Section 9.1 above) for a pole with a 1080 or
1180 single trusses require six (6) single bands or four (4) double bands described in
Section 13.2 below. Figure 4 and 5 below shows a complete listing of banding
requirements along with truss heights and depths.
Each double band must be double wrapped around the pole through the seal and
then pulled tight with a pneumatic tensioner rated at 2,000 pound force, one -
hundred (100) PSI air pressure.
Each Osmo-C-Truss band will be fastened with two (2) seals. Each seal is crimped
twice with a pneumatic crimper operating on ninety (90) PSI air supply giving ninety-
five percent (95%) average joint efficiency. The seals must remain flat against the
pole, not becoming "C-shaped." Osmose supplied hand tensioners and crimpers can
be used in the event that pneumatic tools cannot be used.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 11 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
13.2 Osmo-C2-Truss Banding
The Osmo-C2-Truss bands (as described in Section 9.2 above) for a pole with a C2-36,
C2-49, or C2-56 truss are wrapped once around the pole and pulled tight with a
pneumatic tensioner rated at 2,000 pound force, one -hundred (100) PSI air pressure.
The C2-71 requires six (6) single bands or four (4) double bands. Figure 4 and 5
below shows a complete listing of banding requirements along with truss heights and
depths.
Each double band must be double wrapped around the pole through the seal and
then pulled tight with a pneumatic tensioner rated at 2,000 pound force, one -
hundred (100) PSI air pressure.
Each Osmo-C2-Truss band will be fastened with two (2), 2-15/16" seals or one (1), five
inch (5") seal. Each 2-15/16" seal is crimped (not notched) two (2) times and each five
inch (5") seal is crimped (not notched) four (4) times with a pneumatic crimper
operating on ninety (90) PSI air supply. The seals must remain flat against the pole,
not becoming "C-shaped." Osmose supplied hand tensioners and crimpers can be
used in the event that pneumatic tools cannot be used.
14.0 TAGGING
All poles shall be tagged with an OWNER approved tag indicating CONTRACTOR's name
and year reinforced.
15.0 EXCEPTIONS
Exceptions to this Specification will be considered but are subject to written approval by the
OWNER and the CONTRACTOR.
16.0 STORAGE ON OWNER'S PROPERTY
The OWNER will allow storage of the CONTRACTOR's equipment and material on the
OWNER's property, subject to availability. CONTRACTOR shall assume full responsibility for
ensuring the safety and security of said equipment and material at all times. OWNER shall
not be responsible for theft, loss or damage to CONTRACTOR equipment and material
stored on OWNER's property.
17.0 CONFORMANCE TO EPA, OSHA AND DOT STANDARDS
Documentation of CONTRACTOR's policies for conforming to EPA, OSHA, and DOT
regulations can be supplied upon request. Examples may include the following:
All operating policies for crew members regarding preservative handling and the
disposal of empty containers used during reinforcing and pole treatment
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 12 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Standards for truck -mounted equipment to provide safe storage and pumping of
internal treatment
• Standards for labeling trucks properly
a Material Safety Data Sheets must be supplied for all preservatives used
CONTRACTOR's personnel must wear prescribed safety clothing, safety equipment and
observe safe practices according to the above Specification.
18.0 TEST RESULTS
Any product or system being proposed which has not been previously approved by the
OWNER, the owner may request destructive test results included with the proposal.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 13 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Fisc ure 1
INSPECTION POINT 3: TOP OF TRUSS CONDITION
4" OR GREATER OF AVERAGE SOUND SHELL
AT TOP OF INSTALLED TRUSS
INSPECTION POINT 2: LOUVER BAND CONDITION
SINGLE TRUSS -
2" OR GREATER
AVERAGE SOUND SHELL
DOUBLE TRUSS -
1" OR GREATER
AVERAGE SOUND SHELL
INPSECTION POINT 1: GROUNDLINE CONDITION
SHELL ROT:
33% OR GREATER OF ORIGINAL
GROUNDLINE CIRCUMFERENCE
HOLLOW POLES:
'/2 INCH OR GREATER AVERAGE SOUND SHELL
TOP OF INSTALLED TRUSS
INSPECTION POINT
SFT (TYPICALLY)
6 TO 8FT (TALI. TRUSS)
LOWER BAND
INSPECTION POINT
15"
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 14 of 21
O
Q
_V
LL
W
a
EA
H
W
LA
0
D
oc
J
W
W
H
N
_G
H
0
N
W
w
W
J
a
N
LV -
00
O
1�
O — C
lD
� N
O
4-J
O to dA
C
'
Y1/J� Q
YI 171 >
co
+O+ a (A m
•
t0 dO
�
J
y
Z
•
�
m
0
� v
•
m ~
ir
00
t C
N
m
— 0
t
C
C 1p 13
V7
C3 �
w N> y 70
C L
N > ob w
IA
to M
•
Lin er 4) m
yn
G
•
�7v
'0
N
—C ea
!0
>
m
N
•
•
N
� N
ti0c
Y1/J� Q
YI 171 >
� 1011 N
C
i
4411 y
P.m
�j
C i
•
� � �it1
0
� v
•
m ~
1>0 Z
L
m
C
V7
C3 �
C L
IA
•
N
L
yn
G
•
�7v
'0
N
—C ea
!0
to
�
0.
;.8
;o
.1
I a
1!
M
Ln
a
+,
m
N
G7
W
Q L�
N
Q L H
N
m 0
N
w
S'
a�crlu
OC
OC
N
w
O
Ln
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Ficiure 3
TRUSS ORIENT TION ON A POLE
The direction of fall should be supported by the sideways (transverse) bending strength of the Truss. The direction
of fall is defined as the probable direction of fall due to wind load.
Tangent Poles and Dead End Poles
Tangent Pole
Direction of Fall
Due to Wind
-LOL +LOL
Direction of Fall
Due to Wind
Dead -End Pole
No Guy
+LOL
Sfack Span
Guy Pole .4-411.
Direction of Fall
Due to Wind on
Main Span
-LOL +LOL
Hluh tona]on
11ne lO q�y silo
main span
poly
Tangent Pole
With Tap Wire
Direction of Fall
Due to Wind
-LOL +LOL
Dead -End Pole
With Guy
Direction of Fall
Due to Wind
-LOL am+LOL
Notes:
1. The second truss of a double trussed pole is
placed on the opposite side of the first truss.
2. If possible, trusses on roadside poles should be
placed on the side of the pole away from traffic.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN)
16 of 21
Osmo-C-TruSSTM
Osmo-C2-TrussTM
a)
L
Ta
LL
a)
L
i m11
LL
>O
>
O
U)
CU
r_
V)
fu
C
I—
V
V
2
Longitudinal
Longitudinal
Tangent Poles and Dead End Poles
Tangent Pole
Direction of Fall
Due to Wind
-LOL +LOL
Direction of Fall
Due to Wind
Dead -End Pole
No Guy
+LOL
Sfack Span
Guy Pole .4-411.
Direction of Fall
Due to Wind on
Main Span
-LOL +LOL
Hluh tona]on
11ne lO q�y silo
main span
poly
Tangent Pole
With Tap Wire
Direction of Fall
Due to Wind
-LOL +LOL
Dead -End Pole
With Guy
Direction of Fall
Due to Wind
-LOL am+LOL
Notes:
1. The second truss of a double trussed pole is
placed on the opposite side of the first truss.
2. If possible, trusses on roadside poles should be
placed on the side of the pole away from traffic.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN)
16 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Angle Poles
Direction of Fall
Due to Wind
Angle Pole
No Guy Wire
100011lV LI IV LII IV VI UVOV UIIVILIUII
so wire angles are equal on both
sides
Angle Pole
With Tap wire(s)
Direction of Fall
Due to Wind
_-LOL
+LOL
Balance the Line of Lead
direction so wire angles of main
spans are equal on both sides
Angle Pole
With Guy Wire
Direction of Fall I
Due to Wind
_-LD +LOL
Balance the Line of Lead
direction so wire angles are
equal on both sides
Angle Pole
With Guy and Tap wire(s)
Direction of Fall
Due to Wind
-LQL. +LDL
Balance the Line of Lead
direction so wire angles of main
spans are equal on both sides
NOTES:
1. The second truss of a double trussed pole is placed on the opposite side of the first truss.
2. If possible, trusses on roadside poles should be placed on the side of the pole away from traffic.
3. Angle poles probable direction of fall is perpendicular to the line of lead as shown in the diagrams.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 17 of 21
NOTES:
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Corner Poles (90°)
Corner Pole
Guy Wire
Direction or Fall
Due to Wind
4 ------- IN.
Xgo. or Haar 90.
I°
Balance the Line of Lead
direction so wire angles are
equal on both sides
Corner Pole
With Guy Wires
I,
Direction of I \10
Due to Wind
1
g0' or�ear 90'
Ir /
Balance the Line of Lead
direction so wire angles
are equal on both sides
1. The second truss of a double trussed pole is placed on the opposite side of the first truss.
2. If possible, trusses on roadside poles should be placed on the side of the pole away from traffic.
3. Corner poles probable direction of fall is perpendicular to the line of lead as shown in the diagrams.
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 18 of 21
Osmose Utilities Services, Inc.
EXHIBIT D
WOOD POLE RESTORATION WITH STEEL TRUSSES SPECIFICATION
Junction Poles
3 -Way Junction Pole
,Balance the Line of Lead direc/M
so wire angles of longest/heaviest
spans are equal on both sides
Greater than 4 -Way
Junctlon Pole
NOTES:
Line of lead is the
longest/heaviest spans as
shown
4 -Way Junction Pole
Direction of Fall
Due to Wind
-L0L
+LOL
Line of lead is the
longest/heaviest spans as
shown
1. The second truss of a double trussed pole is placed on the opposite side of the first truss.
2. If possible, trusses on roadside poles should be placed on the side of the pole away from traffic.
3. A Junction pole's probable direction of fall is perpendicular to the line of lead that is the longest/heaviest wire
span.
4. When a junction pole has similar span lengths in all directions the worst case wind load is perpendicular to
direction of the highest wire span line of lead
Exhibit D, Wood Pole Restoration with Steel Trusses Specification (Rev. 2015 CN) 19 of 21
N � J
Qm
m LU
WwP-
o(/) Q_
C3 U
LLI
�D
¢LL.
0'Kj'
D
U
d
2,
LL
Z
G
U)
z
0 l.l.l
ami
¢o�U)
mL�
mew
z �
C
w�
s�Oz
d00
r
w
0
LLOLL
0
a
•L
FO
df
r
Qf
C
E
o�
O
W
R
a
U)
U)
a
H
7
o
cc
rm
y
y
u
C
W
N
(A
R
—
0
cl
0
G
ce
0
C
0
G
d
H
W
DC
�
d
LU
a,
H
H
N
"q-
CM
d
++
.=�
00
_
X
=
_�
�
P
U-0
ii►
4.0
W
=
O
E
t0
z
O
Q
o�
c
m
c
N
O
0
�
�
},
H
W
ce
�
'
V
W
LA
W
-i
O
Ln
M
=
R
w
w
a
W
�+
LO
LO
O
�
O
6
6
6
6
3
co
N � J
Qm
m LU
WwP-
o(/) Q_
C3 U
LLI
�D
¢LL.
0'Kj'
D
U
d
2,
LL
Z
G
U)
Cl)
0 l.l.l
ami
¢o�U)
mL�
mew
z �
LLJ U)
w�
s�Oz
d00
m
w
0
LLOLL
0
o�
•L
FO
df
r
Qf
C
C
o�
O
LU
Q
a
U)
U)
N � J
Qm
m LU
WwP-
o(/) Q_
C3 U
LLI
�D
¢LL.
0'Kj'
D
U
d
2,
LL
Z
G
-C_0
Q) o
-0 o
LA rn
o
cu
�L
cu c
4+
0
U)
Cl)
d
d
_�
d
d
0
0
0
N
i=
•L
C
df
r
Qf
C
C
O
O
7
7
7
H
cc
rm
y
y
y
0
G
0
cl
0
G
0
G
0
C
0
G
0
C
DC
y
y
v
.4t
co
co
co
00
t0
t0
},
::i
W
LA
M
Ln
a!'1
w
w
w
W
LO
LO
LO
ui
6
6
6
6
cc
co
~
'
Lf)
Ln
U( ,
U.)
Lf)
LO
Ln
Lf)
LL)
LL7
LL')
Li
u
c
N
u
♦d 0
.AH �
X
♦0 W
d
N
O
N
XI
Z
O
4
u
W
a
IA
N
W
N
N
OC
W
W
H
H
_r
Z
_O
H
O
N
W
ceW
J
a
O
O
►1
J
m
rn
LL
k
Lau
N W
LL
0
U
a
ow
C
U
0
U-
0
W
Q
D5
��1
rL�
u
U)
L
H
m
.L
CD
0
CS
0
C
0
C
0
G
0
G
0
G
0
G
0
C3
0
G
N
G
y
C3
N
C
Rid,
le
le
ReIRt
CG
CG
Go
Go
O
O
O
U)�/�
Y/
L
s
4)
�I
v
Ln
Y /
w
.A
LO
Ln
Lid
L:7
LO
LA
LO
L6
LO
ui
LO
CG
LO
CG
Lo
CG
U)
N
t
)
.�
H
V
_
��
�,
Ln
Ln
11 ')
Ln
L!7
LLQ
L1-)
U')
Ln
L(7
U-)
LO
LL')
LO
Lid
U')
to
LO
to
H
y
~
cc
W
U)
N
G
O
O
M�
V
11
G
O
O
V
O
CG
LCA
V
G
O
I=
1`
V
O
w
N
x
O
r
N
x
O
r
N
x
O
N
r
N
x
O
M-4
r
N
x
O
r
N
K
O
Ln
r
N
x
O
COG
r
N
N
O
N
EXHIBIT E
NOTE. The City of Lodi is now using the online insurance program PINS Advantage. Once you have
been awarded a contract you will receive an email from the City's online insurance program
requesting you to forward the email to your insurance provider(s) to submit the required insurance
documentation electronically
Insurance Requirements for Construction Contracts
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 and the results of that work by the Contractor, his agents, representatives,
employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1.Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an
"occurrence" basis, including products and completed operations, property damage, bodily injury and
personal & advertising injury with limits no less than$2-S,000,000 per occurrence. if a geneFa' aggFegate
Fnit applies, eithPF the geReral aggregate 4mit -1-11 te t h 05 P Faject/ IG cation (I SQ CC. � S
^' ^~ 94 �The general aggregate limit shall be twice the required occurrence limit.
2.Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned
autos, then hired, and non -owned autos with limit no less than $1,000,000 per accident for bodily injury
and property damage.
3.Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's
Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease.
4.Pollution Liability: $1,000,000 each occurrence.
Other Insurance Provisions:
(a)Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and
volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability
awisig #-e€ca�r� sed by work or operations performed by or on behalf of the Contractor including
materials, parts, or equipment furnished in connection with such work or operations. Genera Ilia bility
coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad
as ISO Form CG 2010 3$504 13 and CG 20 37 04
CG 20 10CG 20 26 CG- 2-0 33 or CG 20 4Q. and CG 20 37 of alate.. edilioe ii�� �
i i � r resrn�cu
(b)Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be
primary coverage at least as broad as ISO CG20 0104 13 as respects the Entity, its officers, officials,
employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers,
officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(C)IA1e:ver of C..hr..gation Pontr- ctor hereby grants +0 r;+y of I . A; , ^f ...�.. ..h++......hr.,..-.+:....
�a.�—a Ivc� ✓� JN✓IV60 Ll �.✓nL L 11 U grants La w � 11. ✓� wul a warVel ✓1 any lr6in u✓ au✓l✓6au✓n
which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any
luss under Such insurance. CuiiLrdLLUr agrees Lu UbLdiri any eridurserneril. LhdL rridy be necessary Lu dffecL
this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has
received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above:
221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as
an endorsement, a description of the project that it is insuring.
(d)Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one
insured shall not operate toincrease the limit of the company's liability under the Contractors
commercial general liability and automobile liability policies.
(e)Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled ., F+he eoveFage r. doeed by the e ............. without 30 days' prior
written notice of such -cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West
Pine St., Lodi, CA 95240.
Page 2 1 of 2 pages Risk: rev. 3/1/2018
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30)
days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing
that a new or extended policy has been obtained which meets the minimum requirements of this
Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the
Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately
notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any
insurance coverage provided to the City of Lodi shall provide for a claims period following termination of
coverage which is at least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid,
with interest on the premium paid by the City at the maximum allowable legal rate then in effect in
California. The City shall notify Contractor of such payment of premiums within thirty (30) days of
payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall
pay such reimbursement and interest on the first (1st) day of the month following the City's notice.
Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or
maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may
terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately
cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its
personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy deGI@r^t'^^ and endeFsement page (&', original
certificates and amendatory endorsements or of the ^ pkeab'^ policy language effecting
eove. age required by this clause. All certificates and endorsements are to be received and approved by
the City before work commences. However, failure to obtain the required documents prior to the work
beginning shall not waive the Consultant's obligation to provide them. The !'it...,, eS the Fight to
d;ng eFideFse n eM5 req w ram s,,,
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the
Consultant to provide proof of ability to pay losses and related investigations, claim administration, and
defense expenses within the retention. The policy language shall provide, or be endorsed to provide,
that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's
officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend,
indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under
the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for
Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the
requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance
required from subcontractors
(1) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do
business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and
which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are
included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise
meet City requirements.
EXHIBIT F
POLE INSPECTION, TREATMENT & RESTORATION, CONTRACT SURETY BOND
OVERHEAD DETAIL INSPECTION AND POLE (Labor and Materials)
ENGINEERING SERVICES
Bond No.
KNOW ALL MEN BY THESE PRESENTS
WHEREAS, the CITY OF LODI, a municipal corporation, hereinafter designated
"Beneficiary", and OSMOSE UTILITIES SERVICES, INC., hereinafter designated
"Principal", have entered into, each with the other, a contract for Pole Inspection,
Treatment & Restoration, Overhead Detail Inspection and Pole Engineering Services
(the "Contract") which Contract is on file in the office of the Electric Utility Director of the
City of Lodi, reference to which is hereby made, and which is hereby incorporated herein
and made a part hereof; and
WHEREAS, said Principal has agreed and is obligated by the terms of said Contract to
do and perform certain work and to discharge and perform and carry out certain other
obligations in said Contract in accordance with the terms and provisions of said
Contract, with the plans and specifications adopted therefor and incorporated therein
and now on file with and in the office of the Electric Utility Director of the City of Lodi, and
with all applicable ordinances, rules and regulations of the City of Lodi; and
WHEREAS, under the terms of the Contract, and section 9550(a) of the California Civil
Code (the "Civil Code"), Principal is required, to file a good and sufficient payment bond
with the City of Lodi for labor performed and materials furnished for the aforesaid work
and to secure the claims to which reference is made in Title 3 (commencing with Section
9000) of Part 6 of Division 4 of the Civil Code with respect to such work;
NOW THEREFORE, we, said Principal, as Principal, and
a corporation, duly organized and existing under the laws of the State of
, and duly authorized to transact business in the State of California,
as Surety, are held firmly bound unto the City of Lodi and all contractors,
subcontractors, laborers, material suppliers, and other persons employed in the
performance of the Contract and referred to in Title 3 (commencing with Section 9000) of
Part 6 of Division 4 of the Civil Code , said persons collectively referred to hereinafter as
"Beneficiaries", in the sum of seven hundred fifty thousand and no/100 Dollars
($750,000.00) lawful money of the United States of America, for materials furnished or
labor thereon of any kind, or for amounts due under the Unemployment Insurance Act
with respect to this work or labor, that the Surety will pay the same in an amount not
exceeding the amount hereinabove set forth, and also in case suit is brought upon this
bond, will pay, in addition to the face amount thereof, costs and reasonable expenses
and fees, including reasonable attorney's fees, incurred by the City of Lodi in enforcing
this obligation, to be awarded and fixed by the court, and to be taxed as costs and to be
included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of
any and all persons, companies, and corporations entitled to file claims under Title 3
(commencing with Section 9000) of Part 6 of Division 4 of the Civil Code, so as to give a
right of action to them or their assigns in any suit brought upon this bond.
OSMOSE PAYMENT BOND - 1 -
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Principal or Principal's
subcontractors shall fail to pay for any materials or supplies used in, upon, for, or about
the performance of the aforesaid work under the aforesaid Contract, or for any work or
labor of any kind thereon, or for any sums of money due under the Unemployment
Insurance Act of the State of California with respect to such work or labor, or for any
sums of money due persons entitled to file claims under Title 3 (commencing with
Section 9000) of Part 6 of Division 4 of the Civil Code with respect to such materials,
supplies, work, or labor, the aforesaid Surety will pay in full the claims of all claimants,
the same in an amount not to exceed the sum of this bond specified above, and also in
case suit is brought upon this bond, will pay in addition to the face amount thereof, costs
and reacnnahlp exnpncec anri fAAs innh Ainn reasnnnhle attorney's fees inri irreri by
Beneficiaries in enforcing this obligation, to be awarded and fixed by the court, and to be
taxed as costs -and -to be -included in any -judgment therein-rendered-
Surety,
herein rendered.
Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration, or addition to the terms of the Contract or to the work to be performed
thereunder or the plans and specifications accompanying the same shall in anywise
affoct its obligation on this bond, and it hereby waives notice of any such change,
extension of time, alteration or addition to the terms of the Contract or to the work or to
the plans and specifications.
Surety, by the execution of this bond, represents and warrants that Surety is an
"admitted surety insurer" as defined in California Code of Civil Procedure section
995.120(a), that this bond has been duly executed by said Principal with proper
authority, and Surety hereby waives any defense which it might have by reason of any
failure of Principal to properly execute this bond.
In the event suit is brought upon this bond and judgment is recovered by Beneficiaries,
Principal and Surety, jointly and severally, shall be liable to Beneficiaries for court costs
and for reasonable attorney's fees as an additional obligation under this bond.
IN WITNESS WHEREOF, this bond has been executed by the aforesaid Principal and
Surety on
SURETY: PRINCIPAL:
NAIC No.
By: By:
Agent
OSMOSE PAYMENT BOND - 2 -
(CORPORATE SEAL)
Address
APPROVED AS TO FORM:
Janice D. Magdich, City Attorney Janice D. Magdich
OSMOSE PAYMENT BOND - 3 -
Address
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 41189
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF
On before me.
Date
personally appeared
Here Insert Name, Title of the Officer- e.g., "Jane Doe, Notary Public"
Name(s) of Signer(s)
Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the law of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature.
OSMOSE PAYMENT BOND - 4 -
EXHIBIT G
POLE INSPECTION, TREATMENT & RESTORATION, CONTRACT SURETY BOND
OVERHEAD DETAIL INSPECTION AND POLE (Faithful Performance)
ENGINEERING SERVICES
Bond No.
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS, the CITY OF LODI, a municipal corporation, hereinafter designated
"Beneficiary", and OSMOSE UTILITIES SERVICES, INC., hereinafter designated "Principal",
have entered into, each with the other, a contract for Pole Inspection, Treatment &
Restoration, Overhead Detail Inspection and Pole Engineering Services (the "Contract")
which Contract is on file in the office of the Electric Utility Director of the City of Lodi,
reference to which is hereby made, and which is hereby incorporated herein and made a part
hereof, and
WHEREAS, said Principal has agreed and is obligated by the terms of said Contract to do
and perform certain work, guarantee said work for a period of one year, and to discharge and
perform and carry out certain other obligations in said Contract in accordance with the terms
and provisions of said Contract, with the plans and specifications adopted therefor and
incorporated therein and now on file with and in the office of the Electric Utility Director of the
City of Lodi and with all applicable ordinances, rules and regulations of the City of Lodi, and
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for
faithful performance of said Contract,
NOW, THEREFORE, we, said Principal, as Principal, and ,
(a Corporation, company, etc.), duly organized and existing under the laws of the State of
, and duly authorized to transact business in the State of California,
as Surety, are held and firmly bound to said Beneficiary in the sum of seven hundred fifty
thousand and no/100 Dollars ($750,000.00), lawful money of the United States of America, to
be paid to said Beneficiary, for the payment of which sum well and truly to be made we and
each of us bind ourselves and our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above -bounden Principal, or
Principal's successors or assigns, shall in all things stand to and abide by and well and truly
keep and perform each and all of the covenants, terms, conditions and obligations in said
Contract on the Principal's part to be kept and performed, and any and all alterations thereof
made as therein provided at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall release, defend, hold harmless and
indemnify Beneficiary and its officers, employees and agents as therein stipulated, then this
obligation shall become null and void; otherwise it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified
thereof, there shall be included costs and reasonable expenses and fees, including
reasonable attorney's fees, incurred by the City of Lodi in enforcing such obligation, all to be
taxed as costs and included in any judgment rendered.
Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or
OSMOSE PERFORMANCE BOND - 1 -
the plans and specifications accompanying the same shall in anywise affect its obligation on
this bond, and it hereby waives notice of any such change, extension of time, alteration, or
addition to the terms of the Contract or to the work or to the plans and specifications.
Surety, by the execution of this bond, represents and warrants that Surety is an "admitted
surety insurer" as defined in California Code of Civil Procedure section 995.120(a), that this
bond has been duly executed by said Principal with proper authority, and Surety hereby
waives any defense which it might have by reason of any failure of Principal to properly
execute this bond.
In the event suit is brought upon this bond and judgment is recovered by Beneficiary,
Principal and Surety, jointly and severally, shall be liable to Beneficiary for court costs and for
reasonable attorney's fees.
IN WITNESS WHEREOF, this bond has been executed by the aforesaid Principal and Surety
on
SURETY:
NAIC No.
By:
Agent
Address
APPROVED AS TO FORM:
Janice D. Magdich, City Attorney
PRINCIPAL:
By:
Janice D. Magdich
OSMOSE PERFORMANCE BOND - 2 -
(CORPORATE SEAL)
Address
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF
On before me,
Date
personally appeared
Here Insert Name, Title of the Officer - e.g., Jane Doe, Notary Public"
Name(s) of Signer(s)
Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the law of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Sig
Signature: J&Vso ;��1GfA IG�I
Janice o. M ogdicl'(J an G, i11G:3f PST)
Email: jmagdich@lodi.gov
OSMOSE PERFORMANCE BOND - 3 -
EXHIBIT E
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have
been awarded a contract you will receive an email from the City's online insurance program
requesting you to forward the email to your insurance provider(s) to submit the required insurance
documentation electronically
Insurance Requirements for Construction Contracts
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 and the results of that work by the Contractor, his agents, representatives,
employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1.Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an
"occurrence" basis, including products and completed operations, property damage, bodily injury and
personal & advertising injury with limits no less than $2,000,000 per occurrence. The general aggregate
limit shall be twice the required occurrence limit.
2.Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned
autos, then hired, and non -owned autos with limit no less than $1,000,000 per accident for bodily injury
and property damage.
3.Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's
Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease.
4.Pollution Liability: $1,000,000 each occurrence.
Other Insurance Provisions:
(a)Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and
volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability
arising out of work or operations performed by or on behalf of the Contractor including materials, parts,
or equipment furnished in connection with such work or operations. General liability coverage can be
provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG
20 10 04 13 and CG 20 37 04 13.)
(b)Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be
primary coverage at least as broad as ISO CG20 0104 13 as respects the Entity, its officers, officials,
employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers,
officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c)Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation
which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any
loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect
this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has
received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above:
221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as
an endorsement, a description of the project that it is insuring.
(d)Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one
insured shall not operate to increase the limit of the company's liability under the Contractors
commercial general liability and automobile liability policies.
(e)Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior
written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West
Pine St., Lodi, CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30)
days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing
that a new or extended policy has been obtained which meets the minimum requirements of this
Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the
Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately
notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any
insurance coverage provided to the City of Lodi shall provide for a claims period following termination of
coverage which is at least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid,
with interest on the premium paid by the City at the maximum allowable legal rate then in effect in
California. The City shall notify Contractor of such payment of premiums within thirty (30) days of
payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall
pay such reimbursement and interest on the first (1st) day of the month following the City's notice.
Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or
maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may
terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately
cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its
personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the original certificates and amendatory endorsements
or copies of the applicable policy language effecting coverage required by this clause. All certificates and
endorsements are to be received and approved by the City before work commences. However, failure to
obtain the required documents prior to the work beginning shall not waive the Consultant's obligation
to provide them. The City reserves the right to require complete, certified copies of all required
insurance policies, including endorsements required by these specifications, at any time. Failure to
exercise this right shall not constitute a waiver of the City's right to exercise after the effective date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the
Consultant to provide proof of ability to pay losses and related investigations, claim administration, and
defense expenses within the retention. The policy language shall provide, or be endorsed to provide,
that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's
officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend,
indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under
the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for
Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the
requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance
required from subcontractors
(1) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do
business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and
which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are
included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise
meet City requirements.
RESOLUTION NO. 2021-17
A RESOLUTION OF THE LODI CITY COUNCIL WAIVING BID PROCESS AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A GENERAL SERVICES
AGREEMENT WITH OSMOSE UTILITIES SERVICES, INC., OF
PEACHTREE CITY, GEORGIA, FOR WOOD POLE TEST AND TREAT,
INSPECTION, WOOD POLE RESTORATION, AND ENGINEERING SERVICES
WHEREAS, Lodi Electric Utility (LEU) strives to conduct its inspection and maintenance
activities in accordance with industry best practices and all pertinent regulatory requirements and
guidelines; and
WHEREAS, these requirements and guidelines require electric utilities to perform system-
wide comprehensive intrusive inspections and testing on wood pole infrastructure every 10 years;
and
WHEREAS, LEU last conducted these activities in 2010 and therefore needs to perform
them again on all approximately 6,000 wood poles located in its distribution system; and
WHEREAS, in addition to the intrusive wood pole testing and treatment activities, LEU is
in need of an outside contractor who can also provide wood pole restoration activities as well as
engineering services to help quickly design appropriate pole replacement sizing requirements;
and
WHEREAS, pricing for these services as an aggregate are anticipated to be lower by
utilizing a single firm since the number of resources needing to be mobilized to LEU's service
territory and to each pole location can be combined/merged under a single company; and
WHEREAS, Osmose Utilities Services, Inc., is available to provide all of these services
under a single contract and provides similar services at comparable pricing to at least one other
publicly -owned utility in California; and
WHEREAS, Osmose Utilities Services, Inc., has valuable institutional experience with this
work and is familiar with LEU's distribution infrastructure as they performed the previous work
10 years ago, enabling them to more thoroughly and accurately benchmark the health of LEU's
overhead distribution system assets as compared to the previous dataset; and
WHEREAS, LEU is requesting Council to waive the bid process in accordance with Lodi
Municipal Code Section 3.20.070 and authorize the City Manager to execute a General Services
Agreement with Osmose Utilities Services, Inc., to complete the work as described herein.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive the
bid process and authorize the City Manager to execute a General Services Agreement with
Osmose Utilities Services, Inc., of Peachtree City, Georgia, for wood pole test and treat,
inspection, wood pole restoration, and engineering services in an amount not to exceed $750,000;
and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: January 20, 2021
I hereby certify that Resolution No. 2021-17 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held on January 20, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
I mlw�
04N�IFER SMIR
ity Clerk
2021-17