Loading...
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