Contract No. OSM 35(1520)103.1

COMMONWEALTH OF PENNSYLVANIA

DEPARTMENT OF ENVIRONMENTAL PROTECTION

BUREAU OF ABANDONED MINE RECLAMATION

TECHNICAL SPECIFICATIONS

POWDERLY CREEK NORTHEAST

ISOLATION TRENCH PERIMETER FENCING

CARBONDALE CITY AND CARBONDALE TOWNSHIP

LACKAWANNA COUNTY, PENNSYLVANIA

LOCATION OF WORK

The site is located approximately 2,000 feet southeast of downtown Carbondale City, Lackawanna County. The abandoned mine lands are partially within the city limits, partially within Carbondale Township and are bordered on the north, east and west by residential development. The center of the underground mine fire and isolation trench is located at North Latitude 41° 33' 29.9", West Longitude 75° 30' 19.2" on the Carbondale, 7.5 minute, U.S.G.S. Topographic Quadrangle Map.

** NOTE: There will be a mandatory pre-bid site visit at the work location on November 19, 2013 at 10:30 am. The meeting will be held on the south side of the project area just off of Park Street. Bidders are required to attend the pre-bid meeting to be considered an eligible bidder.**

SCOPE OF PROJECT

The intent and scope of this project is to eliminate an imminent public safety hazard by bringing back to near original condition, position, function and use, the existing eight (8) feet high chain link fence that is currently in a state of disrepair. The contractor shall repair, reinstall and furnish all materials, transportation, tools, machinery, labor and appurtenances necessary to provide the Department of Environmental Protection (Department), Bureau of Abandoned Mine Reclamation (Bureau) with a complete fence installation. In addition only the newly reinstalled, repaired and/or replaced vertical fence posts shall be anchored by concrete. The work shall be completed as intended; as described in the technical specifications; as shown on the drawings; and as directed by the Department.

The work consists of mobilizing equipment, clearing and grubbing, access road work, chain link fence repair and installation, demobilizing equipment, and cleanup of the area upon completion of the project.

THE CONTRACTOR’S ATTENTION IS CALLED TO THE FACT THAT THIS PROJECT IS LOCATED WITHIN THE ANTHRACITE COAL REGION AND MAY BE AFFECTED BY PREVIOUS UNDERGROUND MINING. THE CONTRACTOR IS CAUTIONED ABOUT UNDERGROUND MINE FIRES AND RELATED VENTS; UNSTABLE HIGHWALLS; VOIDS; FISSURES; AND, OTHER POSSIBLE UNDERGROUND AND SURFACE MINING RELATED HAZARDS LOCATED WITHIN THE CONTRACTOR’S WORK AREA. THEREFORE, THE CONTRACTOR SHALL EXERCISE EXTREME CARE AND SAFETY PERFORMING ITS WORK.

Section 1.MOBILIZATION AND DEMOBILIZATION

1.1SCOPE

The work covered by this Specification consists of delivery of all equipment, material and incidentals to the work site; improving, and maintaining one access road as indicated on the Drawings; removal of all equipment from the work site; and cleanup of disturbed areas upon completion of the project in accordance with this Technical Specification.

Traveled roads, driveways and sidewalks shall be the responsibility of the Contractor and will include any damage done to traveled roads, driveways and sidewalks by his equipment, including patching potholes and repairing and repaving the roadways.

The Contractor is responsible for complying with any federal, state and local regulations and their pertinent bonding and permit requirements.

Any additional work that is necessary to prepare the site for equipment will be considered incidental to the contract item.

1.2PROCEDURE

  1. Mobilization - The Contractor shall contact the Pennsylvania One-Call System at 8-1-1 (inside PA) or 1.800.242.1776 (outside PA), prior to mobilization, or not less than three (3) working days prior to any excavation. The Contractor shall also contact all utilities listed on the Drawings. This work shall consist of the delivery and assembly of all equipment, material and incidentals to be furnished by the Contractor to the work site.
  1. Access Road - The Contractor shall limit the total amount of affected area along the access road to the minimum necessary to perform the work. This shall include all grading; traversing existing drainage facilities; the removal and replacement of fence posts; the removal and disposal of debris, rubbish, natural growth, downed timber, logs, trees, roots, stumps, brush, or other objectionable material encountered as necessary to access and install the fencing. All cleared and grubbed materials to improve or construct the access road shall be removed, disposed of, and paid for in accordance with the “Clearing and Grubbing” section outlined below.

The Contractor is responsible for the maintenance of the access road. This includes the diversion and care of all surface water to minimize erosion along the entire path of the roads and snow removal, if necessary. The Contractor shall install, maintain and remove E&S control measures on, or adjacent to, the access road at locations as necessary and/or as directed by the Department.

  1. Upon completion of the project, the Contractor shall remove any drop-offs or steep embankments created by the improvement or construction of the access road. The Contractor shall also restore all access road swales, culvert pipes, earthen berms, fencing, gates, and the like to deter public access to the site in a manner that simulates their original condition prior to initiating the work as part of this project. This work shall be completed to the satisfaction of the Department.
  1. Demobilization - This work shall consist of the removal of all equipment from the work site upon completion of the project and cleanup and restoration of the premises at the work site.
  1. Insurance - The Contractor shall not commence work under the Contract until all insurance required hereinafter in this section is obtained and not until such insurance has been approved by the Department. Each certificate or policy submitted as evidence of such coverage shall contain a rider that the insurer will notify the Department, in writing, thirty (30) days prior to cancellation or modification of the policy. All policies shall be issued by insurance companies authorized to conduct such business under the laws of the Commonwealth of Pennsylvania.

The required insurances shall be of the Contractual Liability type and the named insured parties shall include the Commonwealth of Pennsylvania.

1) Workmen's Compensation Insurance

The Contractor shall take out and maintain during the life of the Contract, Workmen's Compensation Insurance for all of his employees employed on the project. In lieu of insurance for this liability, the Contractor may file with the Department a certification of exemption from insurance from the Bureau of Workmen's Compensation of the Department of Labor and Industry.

2) Public Liability, Bodily Injury, and Property Damage Insurance

The Contractor shall take out and maintain for the life of the Contract such Public Liability, Bodily Injury, and Property Damage Insurance as shall protect the Commonwealth, the political subdivision(s) where the work is performed, and the Contractor from claims for damages or personal injury, including accidental death as well as from claims for property damage which may arise in execution of the Contract whether such be by the Contractor or by anyone employed by the Contractor. The amount of the Bodily Injury and Property Damage Insurance shall be not less than $1,000,000 per occurrence combined single limit, except that Bodily Injury Insurance for navigator or reconnaissance observer shall not be less than $500,000 per occurrence combined single limit.

3) Automobile Bodily Injury and Property Damage Insurance

The Contractor shall take out and maintain for the life of the Contract such Automobile Bodily Injury and Property Damage insurance as shall protect the Commonwealth, the political subdivision(s) in which the work is performed, and the Contractor from claims for damages or personal injury, including accidental death, as well as from claims for property damage which may arise in execution of the Contract, whether such be by the Contractor or by anyone directly or indirectly employed by the Contractor. The amount of the Automobile Bodily Injury and Property Damage Insurance shall be not less than $1,000,000.00 per occurrence combined single limit.

4) Maintenance of Insurance

Whenever the estimated aggregate of losses covered by the Public Liability, Bodily Injury or Property Damage, or Automobile Bodily Damage or Property Damage Insurance equals or exceeds one-half (1/2) of the aggregate policy limit as determined by the Department, the said policy shall, upon fifteen (15) days written notice by the Department, be endorsed to restore the initial policy limit or replaced by another policy having the same limit.

5) Accidents and Claims

The Contractor shall indemnify and save harmless the Commonwealth, the local political subdivision(s) in which the work is performed, and all the officers, agents, and employees of both from all suits, actions, or claims of any character, name, and description brought for, or on account of, any claims of any injury or damage received or sustained by any person(s) or property on account of any negligence or fault of the Contractor, his agents or employees, in the execution of the Contract or from any improper or inferior workmanship or inferior materials used, and the Contractor will be required to pay any judgment, with costs, which may be obtained against the Department or the local political subdivision(s), growing out of such injury or damage.

  1. Temporary Water Service and Sanitary Facilities – The Contractor shall provide adequate temporary potable water service and sanitary facilities for the use of all employees and Department representatives on the project. The costs for these services are to be incidental to the mobilization and demobilization work item and no separate payment will be made.
  1. Temporary Erosion & Sediment Pollution (E&S) Control Measures – According to 25 PA Code, Chapter 102.4(b) a written E&S Control Plan is required when the project’s earth disturbance area is equal to, or greater than 5,000 square-feet. The area of new earth disturbance associated with this project is estimated to be less than 5,000 square-feet; thus, a written E&S Control Plan is not required. However, 25 PA Code, Chapter 102.4(b)(1) requires a contractor to “minimize the potential for accelerated erosion and sedimentation” by using E&S Control Best Management Practices (BMPs). These BMPs are included in this specification by reference and may be obtained online at The E&S control measures associated with this project may include, but are not limited to: temporary access road(s), water bar(s), vegetative filter strip(s), rock construction entrance(s), straw or hay bale barrier(s), earthen berm(s), filter fabric fence(s), compost filter sock(s), rock filter(s), rock filter outlet(s), temporary ditching, sediment trap(s), sediment basin(s), and temporary seeding and mulching.

1.3PAYMENT

Payment will be made at the contract lump sum price bid for “Mobilization and Demobilization”, which price and payment will constitute full compensation for furnishing all labor, equipment, material and necessary incidentals required to satisfactorily complete the Contract.

“Mobilization and Demobilization” will be paid in the amount of one-hundred percent (100%) of the lump sum price bid following complete mobilization, complete cleanup, demobilization and inspection by the Department.

Section 2. CLEARING AND GRUBBING

2.1SCOPE

The work covered by this Specification consists of providing all labor, equipment, material and incidentals to remove, stockpile, and dispose of debris, rubbish, natural growth, downed timber, logs, trees, roots, stumps, brush, or other objectionable materials encountered during the course of the Contractor’s work.

2.2PROCEDURE

A. Clearing and Grubbing - Clearing and grubbing shall consist of the removal and disposal of all natural growth, down timber, logs, trees, poles, roots, stumps and brush. The limits for clearing and grubbing for the project shall be within six (6) feet of either side of the proposed fence line as marked in the field by the Contractor and approved by the Department prior to commencing work.

B.Disposal - All cleared and grubbed materials shall be disposed of in an environmentally sound manner, as approved by the Department and as follows:

1) No cleared or grubbed materials shall be placed into or on top of the existing isolation trench; or, within seventy-five (75) feet of the highwall or a mine fire vent.

2) Trees and brush may be chipped or shredded with a mechanical chipper. The chipped trees and brush shall be stockpiled at safe locations mutually agreed upon between the property owner, Contractor and the Department.

3) No burning of cleared and grubbed material will be allowed. Trees and brush may be removed from the project providing the Contractor obtains written permission from the property owner. A copy of the written approval shall be provided to the Department.

4) At no time shall any cleared and grubbed material be placed on land outside of the Contractor’s work area without written permission of the property owners involved, nor shall damage of any nature be inflicted upon adjoining properties by unwarranted entry or disposal on such land. The Contractor shall furnish the Department with copies of agreements with releases from the involved property owners prior to any disposal of material off-site.

2.3PAYMENT

Payment will be made at the contract lump sum price bid for “Clearing and Grubbing”, upon submission of a detailed invoice to include all labor, equipment, material and necessary incidentals required to satisfactorily complete these items of work. Clearing and grubbing will be paid in the amount of one hundred percent (100%) of the lump sum price bid following inspection by the Department.

Section 3.CHAIN LINK FENCE

3.1 SCOPE

The intent and scope of this project is to eliminate an imminent public safety hazard by bringing back to near original condition, position, function and use, the existing chain link fence that is currently in a state of disrepair. The Contractor shall repair, reinstall and furnish all materials, transportation, tools, machinery, labor and appurtenances necessary to provide the Department with a complete fence installation to the termini depicted on the Drawings. In addition only the newly reinstalled, repaired and/or replaced vertical fence posts shall be anchored by concrete footers. Complete the work as intended; as described in the technical specifications; as shown on the Drawings; and as directed by the Department.

In general, the existing eight (8) feet high, chain link fence is positioned in an arc around the underground mine fire isolation trench and approximately fifteen (15) feet from the edge of the trench and highwall. It also extends in a straight line paralleling the ends of the isolation trench and highwall. The approximate length of missing fence fabric and terminal/line posts is 660 linear feet (lf). The approximate length of fence fabric in disrepair and missing terminal/line posts is 600lf. The approximate length fence fabric with some missing terminal/line posts is 485lf. The aforementioned distances are for informational purposes only; they are dated and may not be representative of current site conditions. They are NOT to be used for the Contractor’s estimating, quoting and/or payment. The Contractor shall perform an onsite visit to: view the project’s access points and driveways; view adjacent properties; view the existing project area, its topography, vegetation and site drainage; review the required work; verify the size, type, and location of required materials and products; take field dimensions; and obtain other relevant information prior to submitting its quotation for the work associated with this project and the contract.

3.2MATERIAL

A.Class A Cement Concrete – Cement concrete shall meet the material requirements of the current Pennsylvania Department of Transportation Specifications, Publication 408, Section 704, “Cement Concrete” Class A.

B.Posts - Posts shall be classified as either terminal or line posts. Terminal posts shall include ends and changes in direction; other posts shall be classed as line posts. The posts and other pipe needed to reestablish the fence shall be galvanized steel type SS20 and conform to the following requirements:

TypePipe Dimensions

Terminal Post 2 " O.D.(min.) Pipe

Line Post 2 " O.D.(min.) Pipe

Truss Rods 3/8" dia. (nominal)

Top Rail 1 5/8" O.D. Pipe

Bottom Rail 1 5/8" O.D. Pipe

Horizontal / Diagonal Brace 1 5/8" O.D. Pipe

Tension Bar 3/16" x 3/4"

C.Top and Bottom Rail - Top and bottom rail shall be of the required pipe described in Section 3.2, B.

D.Bracing – Brace, end rail and line rail braces shall be of the type and size required for the pipe described in Section 3.2, B.

E. Brace and Tension Bands - Brace and tension bands shall be of the type and size required for the pipe described in Section 3.2, B.

F. Rail Connectors – Rail connectors, cups and sleeves shall be of the type and size required for the pipe described in Section 3.2, B.

G.Fabric - Fabric shall be not less than No.9, W. & M. or National wire gage with two (2) inch mesh size, 0.148 inch diameter. Wire shall have a tensile strength of not less than 70,000 pounds per square inch. Top selvage shall be knuckle finish and bottom selvage shall be twisted and barbed.