Sunteți pe pagina 1din 382

TABLE OF CONTENTS

Section
A

Project Information
Notice To Bidders ................................................................................................................. A1
Bid Instructions...................................................................................................................... A3
City Programs and Policies ................................................................................................. A12

Bid Submittal Documents


Contractors Bid Form .......................................................................................................... B1
Bid Schedules ......................................................................................................................... B2
Bid Alternates .......................................................................................................................... B8
List of Subcontractors (use Alameda CTC FORM 1) ................................................................ B9
Bid Security .............................................................................................................................. B9
Addenda Acknowledgement .................................................................................................. B9
Certification of Exclusion of OCIP Insurance Costs.................................................................. B9
Contractor Signature .............................................................................................................. B9
Schedule of Values for Lump Sum Items .............................................................................. B10
Schedule K Pending Dispute Disclosure Form .................................................................. B16
Schedule O Campaign Contributions Limits .................................................................... B17
Alameda CTC FORM 1 ........................................................................................................ B18
Alameda CTC FORM 2-1 ..................................................................................................... B19
Alameda CTC FORM 2-2 ..................................................................................................... B21
Alameda CTC FORM 2-3 ..................................................................................................... B22
Alameda CTC FORM 5 ........................................................................................................ B23
Bid Bond Form .................................................................................................................... B24
Bid Survey (voluntary) ........................................................................................................ B26

Sample Construction Contract


City of Oakland Contract of Public Works ............................................................................. C1
Contract Exhibit A Contractors Bid ........................................................................... Exhibit A
Performance and Payment Bond forms

Public Works Department Specifications


General Requirements ........................................................................................................... D1
Special Provisions ................................................................................................................ D2
Attachments 1 through 18 ............................................................................................... D170

Additional Regulatory Requirements and Other Project Information


City of Oakland Tree Removal Permit ..................................................................................
Alameda County Transportation Commission Local Business Contract Equity Program .....
BART Insurance Requirements 2014 Exhibit C ...................................................................
BART Permit...........................................................................................................................

Bid Drawings (bound separately)

E1
E2
E3
E4

SECTION A
Project Information

CITY OF OAKLAND, CA
PUBLIC WORKS DEPARTMENT

NOTICE TO BIDDERS
Project No. C464560
LATHAM SQUARE STREETSCAPE IMPROVEMENTS
Description:
The proposed work consists, in general, of streetscape improvements, plaza improvements, and
roadway realignment of the area around the Latham Square plaza in downtown Oakland,
California. The Project area consists of Telegraph Avenue from Broadway to 17th Street,
Broadway from 14th Street to 17th Street, and 16th Street from Telegraph Avenue to San Pablo
Avenue. The project location is unique in that it is in downtown Oakland in a heavily traveled
corridor, there are basements adjacent to the project site and under sidewalks within the rightof-way, and there are historic landmarks adjacent to and within the project area. The project
includes typical streetscape improvements in addition to specialty plaza paving, bioinfiltration
areas (rain gardens), fountain mechanical system, and historical fountain conservation and
restoration.
License Required: A
Local Business Requirement: Bidders must comply with the Alameda County Transportation
Commissions (ACTC) Local Business Contract Equity Program. The participation goal is 60% for
local business enterprises which includes a participation goal of 20% for small local business
enterprises of total contract amount; OR Bidders must meet applicable good faith efforts
criteria. The City of Oaklands Local Employment Program and 15% Apprenticeship programs
apply.
Self-Performance: 50% minimum
Engineers Estimate: $2,960,000
Bonds: 10% Bid Security; 100% Payment and Performance Bonds
Contract Days: 180 calendar days
Liquidated Damages: $5,500 per calendar day
Pre-Bid Meeting: (Voluntary)
10:30 AM, January 6, 2015, in Broadway Conference Room, 4th Floor, 250 Frank H. Ogawa Plaza,
Oakland, CA 94612. Please note that the City has elected to implement an Owner-Controlled
Insurance Program (OCIP) for this project. Contractors are encouraged to attend to learn
about this NEW program, as well as the ACTC Local Business requirements.
Deadline for Questions: 2:00 PM, January 12, 2015 by email to the Project Manager. It is the
Contractors responsibility to ensure that the email is received by the Project Manager.
Bid Deadline: 2:00 PM, January 22, 2015. Bids not received by the Office of the City Clerk, 1
Frank H. Ogawa Plaza, Room #101, Oakland, CA 94612 by the deadline will be returned
unopened.

Notice To Bidders

A1

Contact Information:
Project Manager: Nick Cartagena, P.E. at 510-238-2139, ncartagena@oaklandnet.com
Contract Services: Calvin Hao at 510-238-7395, chao@oaklandnet.com
City Contract Compliance Officer: Vivian Inman at 510-238-6261, vinman@oaklandnet.com
Bid Documents: Bid documents and Addenda are available digitally only and provided free of
charge through two websites listed below. Separate Plan Holder lists are maintained by each
site. Bid Results and Subcontractor Listings are posted only to CIPList.com.
1. iSupplier: Email iSupplier@oaklandnet.com with any questions.

http://www2.oaklandnet.com/Government/o/CP/s/ContractingPurchasingOpportunities/index.htm

2. CIPList.com: http://ciplist.com/plans/?Oakland/city/9392.

Important Disclaimer and AB 2036 Compliance: It is the responsibility of each prospective


bidder to download and print all bid documents, including any addenda, and to verify the
completeness of their printed bid documents before submitting a bid. The City does not
warrant, represent, or guarantee the accuracy or completeness of any bid documents and/or
information retrieved from other sources. The City is not responsible for any loss or damage
including, but not limited to, time, money, or goodwill arising from errors, inaccuracies or
omissions in any bid documents and/or information obtained from other sources. It is each
prospective bidders responsibility to check these sites through to the close of bids for any
applicable addenda or updates.
LaTonda Simmons, City Clerk and Clerk of the City Council
(Publication date: December 16, 2014)

Notice To Bidders

A2

BID INSTRUCTIONS
Please read these instructions carefully.
1. Pre-Bid Meeting Information
Voluntary or Mandatory attendance requirement is stated in the Oakland Tribune
newspaper legal ad and in the Notice To Bidders (NTB )of the project specifications. Topics
to be discussed at the meeting may include, but are not limited to, project requirements
and mandatory City policies and programs such as the Local/Small Local Business Enterprise
Program (or Disadvantaged Business Enterprise provisions or supplemental HUD funding
provisions), the Local Employment Program, the Oakland Apprenticeship Workforce
Development Partnership System, Prompt Payment Ordinance, and prevailing wage. Prime
Bidders failing to attend a Mandatory pre-bid meeting are disqualified from submitting a
bid.
2. Bid Documents and Addenda
Bid documents and Addenda are available digitally only and provided free of charge
through two websites listed below. Hard copies are NOT available for purchase from the
City. Courtesy notifications for Public Works Department contracting opportunities are only
emailed to vendors registered in iSupplier and CIPList.com.
a. iSupplier System (Citys official site):

http://www2.oaklandnet.com/Government/o/CP/s/ContractingPurchasingOpportunities/index.htm

Registration in iSupplier, the Citys payment and procurement system, is required in


order to receive a contract, payments and notifications of contracting opportunities.
New registrants can email iSupplier@oaklandnet.com for registration instructions.
Allow three working days for approval to access bid documents through iSupplier.
Without proper registration, your firm may not be receiving notifications from
iSupplier regarding contracting opportunities. We recommend updating your firms
primary email contact regularly and confirming the Products and Services section
of your profile is correctly filled out. For further information, refer to the following
link for detailed iSupplier registration instructions.

http://www2.oaklandnet.com/oakca1/groups/contracting/documents/webcontent/oak039337.pdf

The iSupplier system assigns a unique Request for Quotation tracking/reference


number and a three page introductory document to each contracting opportunity
(construction bid or RFP). These front-end documents are for reference only and
need not be submitted at any time. CIPList.com does not assign any such tracking
number and as such, bid or proposal documents downloaded from CIPList.com will
not include this iSupplier document.

b. CIPList.com (an alternate third-party site)


http://ciplist.com/plans/?Oakland/city/9392.
New registrants can register independently on the site for immediate access.

Bid Instructions

A3

c. Separate Plan Holder lists are maintained by each site. Bid Results and
Subcontractor Listings (Schedule R) are posted only to CIPList.com.
3. Bid Submittal Requirements
All bids shall be sealed, identified as bids on the envelope and submitted to the City Clerk at
the place and time specified in the NTB. Bidders are required to fully complete all forms in
Section B (except Bid Survey form which is voluntary) and submit all information requested
including, but not limited to, license information, pricing, materials, labor, certifications, and
signatures. Omissions and other failures to provide such information, certifications or
signatures will result in a determination of "nonresponsive" with no further consideration of
the bid.
4. Bid Submittal Checklist

Contractors Bid Form


Bid Schedules
Bid Alternates
List of Subcontractors
Bid Security
Addenda Acknowledgement
Certification of Exclusion of OCIP Insurance Costs
Contractor Signature
Schedule of Values for Lump Sum Items
Schedule K Pending Dispute Disclosure
Schedule O - Campaign Contribution Limits
Schedule R Subcontractor, Supplier, Trucking Listing
Alameda CTC FORM 1*
Alameda CTC FORM 2-1
Alameda CTC FORM 2-2
Alameda CTC - FORM 2-3
Alameda CTC FORM 5
Bid Bond Form
Bid Survey (voluntary)

*Bidders are required to list the Contractors State License Number for each subcontractor.

An inadvertent error in listing the California contractors license number shall not be
grounds for filing a bid protest or considering the bid nonresponsive if the corrected
contractors license number is submitted to the City Clerks office by the prime contractor
within 24 hours after the bid opening, and provided the corrected contractors license
number corresponds to the submitted name and location for that subcontractor.
5. Bid Schedules

a. Bids are required for the entire work. The amount of the bid for comparison
purposes will be the total of all items. The bidder shall set forth for each unit basis
Bid Instructions

A4

item of work a unit price and a total for the item, and for each lump sum item a total
for the item, all in clearly legible figures in the respective spaces provided for that
purpose. In the case of unit basis items, the amount set forth under the "Item Total"
column shall be the product of the unit price bid and the estimated quantity for the
item and shall be full compensation, including all applicable taxes, for furnishing all
labor, materials, water, tools, and equipment and for doing all the work involved in
furnishing and installing the separate items in place as specified herein.
b. In case of discrepancy between the unit price and the total set forth for a unit basis
item, the unit price shall prevail, except as provided in (i) or (ii), as follows:
i. If the amount set forth as a unit price is unreadable or otherwise unclear, or is
omitted, or is the same as the amount as the entry in the item total column, then
the amount set forth in the item total column for the item shall prevail and shall
be divided by the estimated quantity for the item and the price thus obtained
shall be the unit price;
ii. (Decimal Errors) If the product of the entered unit price and the estimated
quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or onehundredth, etc. from the entered total, the discrepancy will be resolved by using
the entered unit price or item total, whichever most closely approximates
percentage-wise the unit price or item total in the Citys Final Estimate of cost.
c. If both the unit price and the item total are unreadable or otherwise unclear, or are
omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum
item is unreadable or otherwise unclear, or is omitted, the bid may be deemed
irregular unless the project being bid has only a single item and a clear, readable
total bid is provided.
d. Symbols such as commas and dollar signs will be ignored and have no mathematical
significance in establishing any unit price or item total or lump sums. Written unit
prices, item totals and lump sums will be interpreted according to the number of
digits and, if applicable, decimal placement. Cents symbols also have no significance
in establishing any unit price or item total since all figures are assumed to be
expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items
shall be item totals only; if any unit price for a lump sum item is included in a bid and
it differs from the item total, the items total shall prevail.
e. The foregoing provisions for the resolution of specific irregularities cannot be so
comprehensive as to cover every omission, inconsistency, error or other irregularity
which may occur in a bid. Any situation not specifically provided for will be
determined in the discretion of the City, and that discretion will be exercised in the
manner deemed by the City to best protect the public interest in the prompt and
economical completion of the work. The decision of the City respecting the amount
of a bid, or the existence or treatment of an irregularity in a bid, shall be final.

Bid Instructions

A5

6. Bid Alternates
Whenever additive or deductive bid alternates are included, the NTB shall specify which of
the following methods will be used to determine the lowest bid. If no method is identified
in the NTB, method a must be used. (ref. Public Contract Code 20103.8)
a. The lowest base bid price, without consideration of any alternates;
b. The lowest base bid price, plus selected Bid Alternates specifically identified in the
NTB as being used for the purpose of determining the lowest bid price;
c. The lowest base bid price, plus selected Bid Alternates, that when taken in the order
from a specifically identified list of those items in the NTB and added to, or
subtracted from, the base bid, are less than or equal to a funding amount publicly
disclosed by the City before the first bid is opened.
The City is not precluded from adding to or deducting from the contract any of the alternate
bid items after the lowest responsible bidder has been determined.
7. List of Subcontractors Schedule R
Bidders must list ALL first tier subcontractors and suppliers with subcontract dollar values
greater than one half of one percent (0.5%) of the prime contractors total bid, or in the
case of street, highway and bridge projects, one half of one percent (0.5%) of the prime
contractors total bid or $10,000, whichever is greater. It is highly recommended that
primes verify the LBE/ SLBE status of their subcontractors prior to bid submittal. If the NTB
requires local trucking, bidders must list ALL trucking regardless of tier and dollar amount.
Failure to list ALL applicable subcontractors, suppliers and truckers, or to provide ALL
applicable information on the form, or to submit this mandatory form with the Bid, will
deem your Bid nonresponsive. No changes may be made to this list without approval of the
City.
If any Bid Alternates are required per the Bid Schedule, please indicate the subcontractor
and/or supplier costs associated with each bid alternate on a separate line in Schedule R.
If the NTB indicates a Self-Performance requirement for this project, the values provided in
Schedule R will be used in the calculation. The following calculation will be used to
determine compliance. (Special Provisions Section 2-3.2)
Self-Performance % = (Contract Price - Total Subcontracted Cost)
Contract Price

Bid Instructions

Contract Price is defined as the total Base Bid Price, plus any selected bid
alternates.
Total Subcontracted Cost includes all subcontractor bids for the Base Bid
and any selected bid alternates, excluding any Specialty Items. This cost
excludes the prime bidders supplier costs and trucking bids.
A6

8. Bid Security
As per Section 2-1.5 of the Special Provisions, each bidder shall submit with the bid security
either cash, certified check or cashier's check of or on some responsible United States Bank,
in favor of and payable at sight to the City of Oakland, in an amount not less than ten
percent (10%) of the base bid amount. The Contractor must use only the City of Oaklands
Bid Bond form included with the project documents. Bid security forms originating from
other institutions will not be accepted. Contractors not complying with this requirement
may be deemed non-responsive. To be valid, the original copy must be delivered to the City
Clerk's Office within 24 hours of the time and date of the bid opening.
In lieu of the foregoing, any bid may be accompanied by a surety bond on a forfeiture form
supplied by the City of Oakland in said amount furnished by a corporate surety authorized
to do a surety business in the State of California, guaranteeing to the City that said bidder
will enter into the contract and file the required bonds within said period. The bidders
failure to enter into the contract after award will result in damages to the City. Such
damages are, and will continue to be, impracticable and extremely difficult to determine.
All bid securities and bid bonds will be returned to the unsuccessful bidders after contract
award to the successful bidder. The bid security and bid bond of the successful bidder shall
be returned after execution of the contract and deposit of the necessary bonds.
9. Addenda Acknowledgement
Failure of bidder to acknowledge all addenda on the bid form, if any are issued, will result in
the bid being deemed nonresponsive.
10. Bid Rejection
The City reserves the right, in their sole discretion, to reject any and all bids, to elect not to
award a contract under this NTB, to revise and re-issue plans and specifications in a new call
for bids, or to award a contract on the open market if no valid bids are received in response
to this NTB. The foregoing options are separate and distinct and may be exercised by the
City independently.
11. Bid Withdrawal
Certain mistakes permit bidders to withdraw their bids without forfeiting their bid bonds.
Bidders claiming mistakes must specify in written detail how the errors occurred and must
file their written statement with the Office of the City Clerk within five (5) working days of
the bid opening. For bids opened between 2:00-3:00 p.m. on Thursdays, the deadline is
3:00 p.m. the following Thursday. Failure to meet the deadline may result in an otherwise
valid claim for relief due to mistake being denied. (ref. Public Contract Code 5100-5110)
A bidder that has withdrawn its bid for mistake is prohibited from participating in further
bidding on the project, including re-bids or a substantially similar project.

Bid Instructions

A7

12. Bid Protest


As per Special Provisions Section 2-1.8.1, any bidder or other interested party desiring to
protest any bid must file a written bid protest with the Office of the City Clerk within five (5)
working days of the bid opening. For bids opened between 2:00-3:00 p.m. on Thursdays,
the Bid Protest Deadline is 3:00 p.m. the following Thursday. The written bid protest must
comply with the following requirements:
a. Only a bidder who has actually submitted a bid for the subject project is eligible to
submit a protest against another bidder. Subcontractors are not eligible to submit
protests. A bidder may not rely on the protest submitted by another bidder, but
must timely pursue its own protest.
b. The protest must contain a complete statement of the basis for the protest and all
supporting documentation. Material submitted after the Bid Protest Deadline will
not be considered. The protest must refer to the specific portion(s) of the Contract
Documents upon which the protest is based. The protest must contain the project
number and project name. The protest must contain the name, address and
telephone number of the person representing the protesting bidder.
c. A copy of the protest and all supporting documents must also be transmitted by fax
or email, by or before the Bid Protest Deadline, to the protested bidder and any
other bidder who has a reasonable prospect of receiving an award depending upon
the outcome of the protest.
d. The protested bidder(s) may submit a written response to the protest, provided the
response is received by the City before 5:00 p.m. within two (2) working days after
the Bid Protest Deadline or after receipt of the bid protest, whichever is sooner
(Response Deadline). The response must include all supporting documentation
and the name, address and telephone number of the person representing the
protested bidder. Material submitted after the Response Deadline will not be
considered.
e. A copy of the protest response and all supporting documents must also be
transmitted by fax or email, by or before the Response Deadline, to the protesting
bidder and any other bidder who has a reasonable prospect of receiving an award
depending upon the outcome of the protest.
f. The procedure and time limits set forth in this section are mandatory and are the
bidders sole and exclusive remedy in the event of bid protest. The bidders failure
to comply with these procedures shall constitute a waiver of any right to further
pursue a bid protest, including filing a Government Code Claim or initiation of legal
proceedings.
g. In all cases, the first level of review of any protest shall be conducted by OPW
Contract Services department which shall, within 48 hours of receiving a protest
from the City Clerks office, will acknowledge receipt of protest in writing to the
protesting bidder. As appropriate, the City Clerk, the Project Manager, the Contract
Bid Instructions

A8

Compliance Officer, and/or the City Attorney will be consulted to resolve the
protest.
h. The City shall make their best effort to resolve the protest within twenty-five (25)
working days after the protest is filed. A written determination of the protest will
be issued to the protesting bidder by the OPW Contract Services department on
behalf of the City.
i.

The City may not award the contract pending the Citys determination of the protest
unless the contract award is justified for urgent and compelling reasons or is
determined to be in the best interest of the City. Such justification or determination
shall be approved by the Director of the Public Works Department, or the designee.

10. Award of Contract


The contract award, if made, will be by the City Council and will be to the lowest responsive
and responsible bidder, and when applicable, taking into account bid discounts awarded
under the Citys L/SLBE program on non-federal projects. If the contract award by Council is
made within 90 days from opening of the bids, the Contractor will be required to hold the
bid price. If the contract award is made more than 90 days from opening of bids, the
contractor has the option to notify the City in writing to withdraw their bid within 5 working
days from the date of contract award by Council. Otherwise, the contractor must hold the
bid price.
11. Contract Execution
The contract shall be signed by the successful bidder and returned together with the
supporting certifications, contract bonds and appropriate insurance documents within
fifteen (15) working days after receipt of such contract. If the bidder fails or refuses to
enter into the contract to do the work, or fails to provide the signed contract, supporting
certifications, contract bonds or appropriate insurance documents, then the bid security
shall be forfeited as liquidated damages, and/or a fine of $1000 per day shall be collected
by the City and paid into the City Treasury. Under no circumstances shall it be returned to
the defaulting bidder.
12. Sample Construction Contract for Public Works Construction
Contractors are advised to familiarize themselves with the contract boilerplate included in
Section C. The City is not inclined to make any changes to the contract language. The bid
documents and any addenda will be incorporated by reference into the contract to the
awarded contractor.
13. Performance and Payment Bonds
Performance and Payment bonds for 100% of the contract price will be required during the
contract execution process in accordance with Section 2-4 of the Special Provisions. Sample
bond forms are included with the sample construction contract in Section C.

Bid Instructions

A9

14. Insurance Requirements


The contractor will be required to provide proof of all insurance required for the work prior
to execution of the contract. Refer to Schedule Q in the Attachments section of the Special
Provisions. Please note that the City intends to utilize an Owner-Controlled Insurance
Program (OCIP) for this project. The OCIP provides Commercial General Liability, Workers
Compensation Liability and Excess Liability coverage for all eligible contractors enrolled in
the program regardless of tier. Enrollment into the OCIP is required for all eligible
contractors but is not automatic. Eligible contractors must complete the enrollment
process for OCIP coverage to apply, and comply with the insurance requirements as
outlined in Contractors Enrolled in the OCIP in Schedule Q. Ineligible contractors are
required to comply with the insurance requirements outlined in Contractors Not Enrolled
in the OCIP in Schedule Q.
15. Bid Instructions for OCIP-covered Projects
Each bidder is required to exclude from the BASE BID price its normal cost for the
insurance coverages provided by the OCIP.
The Cost of OCIP Coverages is defined as the amount of Contractors reduction in
insurance costs due to eligibility for OCIP Coverages. The Cost of OCIP Coverages includes
reduction in insurance premiums, related taxes and assessments, markup on the insurance
premiums and losses retained through the use of the self-funded program, self-insured
retention, or deductible program. The Cost of OCIP Coverages must include expected losses
within any retained risk. Contractor must deduct the Cost of OCIP Coverages for all lower
tier subcontractors, in addition to its own Cost of OCIP Coverages.
Upon award of a contract, Contractor will receive access to the OCIP Administrators
website, for online data submission. Contractor shall submit their Insurance Cost
Worksheet to the OCIP Administrator, including copies of their Workers Compensation,
General Liability and Excess Umbrella rate and declaration pages. They must include any
deductible or Self-Insured Retention (SIR) amounts for Costs of OCIP Coverage verification
purposes. Up to five years of loss runs may also be required when a large deductible
program is in place with the Contractor.
The City reserves the right to a deductive change order if it discovers at any time that a
Contractor of any tier has included the cost of any insurance provided by the City in its bid
price, time and material rates, change order or unit prices.
If the City elects not to include a Contractor of any tiers work under the OCIP, the standard
terms and conditions regarding insurance listed in this Schedule Q will then apply. The OCIP
Administrator will advise a Contractor of any tier which has submitted an enrollment form if
they are excluded from the OCIP.
Contractor shall cooperate fully with the OCIP Administrator in providing the necessary
insurance data and information as required in the bid specifications and associated
documents furnished by the City and/or OCIP Administrator during the duration of the
project or until City-furnished insurance coverages are terminated.
Bid Instructions

A10

16. Business Tax Certificate


The contractor awarded this contract shall obtain or provide proof of having a current City
of Oakland Business Tax Certificate prior to contract execution.
17. Proprietary Information
All bids become the property of the City. Contractors are instructed to label individual
pages as "confidential" or "proprietary" information to indicate the desire to withhold
financial and proprietary information.
18. Public Records Act or Sunshine Ordinance
A document labeled "confidential" or "proprietary" information may still be subject to
disclosure under the Public Records Act or Sunshine Ordinance, and is, at the City's
discretion, based on the potential impact of the public's interest whether or not to disclose
"confidential" or "proprietary" information.
19. Post-Award Meetings
The City may hold a post-award meeting to familiarize the contractors with project contract
compliance requirements. Post award meetings are most advantageous to contractors that
wish to become more familiar with these programs and may also be held upon request of
the contractor throughout the life of the project. Upon request, the City shall hold a
meeting within ten (10) business days. Attendance at a post-award meeting will contribute
to the contractors ability to comply with project policies. To the extent allowable by law,
the meeting will be open to stakeholders.
a) The post-award meeting will include instructions on when and how to prepare and
submit forms that may include, but may not be limited to, the following:
Electronic Certified Payroll Reports
Anticipated Project Workforce
Apprenticeship Utilization Plan
Progress Payments
Job Request and Referral Form
Quarterly Wage & Withholding Reports (DE-6)
b) A post-award meeting should also provide, when possible, information to support
the contractors success, and may include information about the following:
Prevailing wages
Certification Application
Work Opportunity and Welfare-to-Work Tax Credit
Construction & Demolition Debris Waste Reduction and Recycling Plan. Refer to
Section 4-1.1.3 of the Special Provisions for more information.

Bid Instructions

A11

CITY PROGRAMS AND POLICIES


Please carefully review all the terms and conditions described below and elsewhere in these
specifications. The City will award contracts only to firms that are in full compliance.
1. Prevailing Wage Rates
The City has adopted State of California Prevailing Wage rates for its public works projects.
Refer to Section 7-2.2 of the Public Works Department Special Provisions. Construction
contracts for public works are subject to Sections 1770-1781 of the State of California Labor
Code.
This project is subject to the requirements of Section 1770 et seq. of the California Labor
Code requiring the payment of prevailing wages, the training of apprentices and compliance
with other applicable requirements. The City shall provide upon request copies of the
prevailing rate of per diem wages to be paid to all applicable workers. The City shall make
available prevailing wage rate determinations to all interested parties upon reasonable
request during normal business hours. Additionally, the contractor shall have a copy of the
prevailing wage determinations posted in a conspicuous place at each job site.
Prevailing wage information may also be obtained via the internet at: www.dir.ca.gov. The
City has instituted a Labor Compliance Program (LCP) and all contractors who perform work
on projects covered by the LCP with this awarding body will be subject to the terms of that
LCP.
As a condition to receiving progress payments, final payment and payment of retention on
any and all projects on which the payment of prevailing wages is required, the contractor
shall have provided to the City, along with its request for payment, all applicable and
necessary certified payrolls and other required documents for the time period covering such
payment request. The City shall withhold any portion of a payment, including the entire
payment amount, until certified payroll forms and other required LCP documents are
properly submitted. In the event that certified payroll forms do not comply with the
requirements of Labor Code Section 1720 et seq., or wage violations are identified by the
City, the City may continue to hold sufficient funds to cover estimated wages and penalties
under the contract.
2. Definitions and Abbreviations
Refer to Section 1-2 and 1-3 of the Special Provisions.
3. Nondiscrimination/Equal Employment Practices
The City mandates that the contractor shall not discriminate or permit discrimination
against any person or group of persons in any manner prohibited by federal, state or local
laws. During the performance of this contract, the contractor agrees as follows:
City Programs and Policies ACTC Funding

A12

a. The contractor and its subcontractors shall not discriminate against any employee or
applicant for employment because of age, marital status, religion, gender, sexual
preference, race, creed, color, national origin, Acquired-Immune Deficiency Syndrome
(AIDS), AIDS-Related Complex (ARC), or disability. This nondiscrimination policy shall
include, but not be limited to, the following: employment, upgrading, failure to
promote, demotion or transfer, recruitment advertising, layoffs, termination, rates of
pay or other forms of compensation, and selection for training, including
apprenticeship.
b. The contractor and its subcontractors shall state in all solicitations or advertisements
for employees placed by or on behalf of the contractor that all qualified applicants will
receive consideration for employment without regard to age, marital status, religion,
gender, sexual preference, race, creed, color, national origin, Acquired-Immune
Deficiency Syndrome (AIDS), AIDS-Related Complex (ARC), or disability.
c. If applicable, the contractor will send to each labor union or representative of workers
with whom the contractor has a collective bargaining agreement or contract or
understanding, a notice advising the labor union or workers representative of the
contractors commitments under this nondiscrimination clause and shall post copies of
the notice in conspicuous places available to employees and applicants for
employment.
d. All affirmative action efforts of contractors are subject to tracking by the City. The
information or data shall be used for statistical purposes only. All contractors are
required to provide data regarding the make-up of their subcontractors who will
perform City contracts, including the race and gender of each employee and/or
subcontractor and his or her job title or function and the methodology used by the
contractor to hire and/or contract with the individual or entity in question.
e. In the recruitment of subcontractors, the City requires all contractors to undertake
nondiscriminatory and equal outreach efforts, which include outreach to minorities
and women-owned businesses as well as other segments of Oaklands business
community. The City Administrator will track the Citys minority and women-owned
business utilization to ensure the absence of unlawful discrimination on the basis of
age, marital status, religion, gender, sexual preference, race, creed, color, national
origin, Acquired-Immune Deficiency Syndrome (AIDS), AIDS-Related Complex (ARC), or
disability.
f. The City will immediately report evidence or instances of apparent discrimination in
City contracts to the appropriate State and Federal agencies, and will take action
against contractors who are found to be engaging in discriminatory acts or practices
by an appropriate State or Federal agency or court of law, up to and including
termination or debarment.

City Programs and Policies ACTC Funding

A13

4. Local and Small Local Business Enterprise Program (L/SLBE)


This section has been edited and applies only to Construction contracts. The full program
document is available at:
www2.oaklandnet.com/oakca1/groups/contracting/documents/form/oak029719.pdf
a. Requirement For this contract, the City of Oaklands 50% Local and Small Local
Business Enterprise Program (L/SLBE) is waived and replaced by the Alameda
County Transportation Commissions Local Business Contract Equity Program (see
Section E). There is a 50% minimum participation requirement for all construction
contracts at or over $100,000 and all purchases of commodities, goods and
associated services over $50,000. The contractors and subcontractors status as
an Oakland certified local or small local firm are taken into account in the
calculation.
The City has waived small local business enterprise (SLBE) subcontracting
requirements for Oakland certified local businesses that apply for professional
services contracts as the prime contractor with the City. The SLBE requirements still
applies for non-certified LBEs and non-local business enterprises.
There is also a 50% L/SLBE trucking participation requirement to enhance the
participation of locally based trucking firms in city funded public works projects. In
the case of construction projects where trucking is warranted, 50% of the total
trucking dollars must be allotted to certified (Oakland) Local Truckers. The City will
identify in bid specifications when the 50% local trucking requirement is applicable.
It is important to note that failure to comply with the 50% trucking requirement will
result in a non-responsive bid.
b. Oakland's Local Employment Program applies to this contract. This program
requires contractors to hire local residents for public works contracts.
Requirement For Construction Services, 50% Local Employment Program (LEP): For
any construction contract or development agreement with the City this policy
establishes a goal for Oakland-resident employment on public works projects (as
such projects are defined in this policy). Specifically, for work performed at the
construction site, this policy establishes a goal of 50% of the work hours, which must
be performed by Oakland residents on a craft-by-craft basis. In addition, a minimum
of 50% of all new hires on the project (on a craft-by-craft basis) must be Oakland
residents, and the first new hire must be an Oakland resident. A contractor or
developer must achieve the goals or secure an exemption from the City.
c. Oaklands Apprenticeship Program applies to this contract.
Requirement For Construction Services, 15% Apprenticeship Program: This
program requires contractors to provide employment to Oakland apprentices equal
to 15% of the total project work hours on a craft-by-craft basis, or demonstrate
through good faith efforts that at the time of the contract there were insufficient
City Programs and Policies ACTC Funding

A14

Oakland apprentices available to perform contracted work on a craft-by-craft basis


equal to fifteen percent (15%) of the total hours. Contractors will have either
provided employment to Oakland apprentices equal to 15% of project hours on a
craft-by-craft basis or secured waiver(s) from the City. Specific details of the L/SLBE,
LEP and Apprenticeship Program are addressed in the Local and Small Business
Program.
d. Requirement For Construction Services, Prevailing Wages - City of Oakland
contracts for public works of improvement (construction) are subject to all California
Labor laws, including, but not limited to, prevailing wage and apprentice wage laws.
The City has adopted State of California Prevailing Wage rates for their construction
projects. City Council Resolution No. 57103 C.M.S., passed March 28, 1978, covering
this matter is available for inspection at the Office of the City Clerk, One Frank H.
Ogawa Plaza Oakland, CA 94612. The California Department of Industrial Relations
(DIR), Divisions of Labor Statistics and Research, annually determines prevailing
wages and may be found at www.dir.ca.gov/DLSR/PWD.
e. Requirement For Construction Services, contractors are required to submit weekly
certified payroll documents five days after each pay period to the City and will be
monitored/audited for compliance. The City will investigate discrepancies in the
audit as well as prevailing wage claims, and may request further documentation or
proof of compliance. In the event that the City or Agency determines that Contractor
has failed to pay any of its employees in accordance with the appropriate prevailing
wage rate, findings will be reported to the Department of Labor and/or the
difference between the amount paid and amount owed for prevailing wages from
any amount owed contractor will be withheld until such time as the payment
dispute is fully and finally resolved.
f. Requirement For Construction Services, Electronic Payroll Submittals - The prime
contractor and all subcontractors must submit all certified payrolls via the
LCPtracker System, in accordance with the City of Oaklands Local and Small Local
Business Enterprise Program. The monthly service charge for Prime contractors is
$160.00 per month for contracts less than 5 million dollars and $320.00 for contracts
greater than 5 million dollars; subcontractors will not be charged for this service.
g. Bid Discounts - For Construction Services, firms earn 2% a bid discount for satisfying
the 50% L/SLBE (25% LBE and 25% SLBE or 50% SLBE) participation requirement.
Firms earn a 3% discount for achieving 60% L/SLBE (30% LBE and 30% SLBE or 60%
SLBE) participation. Firms earn a 4% bid discount for achieving 70% L/SLBE (35% LBE
and 35% SLBE or 70% SLBE) participation. Firms earn a 5% bid discount for achieving
80% L/SLBE (40% LBE and 40% SLBE or 80% SLBE) participation.
h. For Construction and Professional Services, in those instances where VSLBE
participation is evident, the level of participation will be double-counted towards
meeting the requirement.

City Programs and Policies ACTC Funding

A15

i.

The Exit Report and Affidavit (ERA) This report declares the level of participation
achieved and will be used to calculate banked credits. The prime contractor must
complete the Schedule F, Exit Report and Affidavit for, and have it executed by, each
L/SLBE sub contractor and submitted to the Office of the City Administrator,
Department of Contracts and Compliance, 250 Frank H. Ogawa Plaza, Suite 3341,
Oakland, CA 94612, along with a copy of the final progress payment application.

j.

Joint Venture and Mentor Protg Agreements. If a prime contractor is able to


develop a Joint Venture or Mentor-Protg relationship with a certified LBE or
SLBE, the mentor or Joint Venture partners will enjoy the benefit of credits against
the participation requirement. In order to earn credit for Joint Venture or MentorProtg relationships, the Agreement must be submitted for approval to the Office
of the City Administrator, Department of Contracts and Compliance, prior to the
project bid date for construction, and by proposal due date for professional services
contracts. Joint Venture Applications and elements of City approved Mentor
Protg relation are available upon request.

k. Contractor shall submit information concerning the ownership and workforce


composition of Contractors firm as well as its subcontractors and suppliers, by
completing Schedule D, Ownership, Ethnicity, and Gender Questionnaire, and
Schedule R, Subcontractor, Supplier and Trucker Listing attached and incorporated
herein and made a part of this Agreement.
l.

All affirmative action efforts of Contractor are subject to tracking by the City. This
information or data shall be used for statistical purposes only. All contractors are
required to provide data regarding the make-up of their subcontractors and agents
who will perform City contracts, including the race and gender of each employee
and/or contractor and his or her job title or function and the methodology used by
Contractor to hire and/or contract with the individual or entity in question.

m. In the recruitment of subcontractors, hiring and retention of employees or


subcontractors, the City of Oakland requires all contractors to undertake
nondiscriminatory and equal outreach efforts, which include outreach to minorities
and women-owned businesses as well as other segments of Oaklands business
community. The City Administrator will track the Citys MBE/WBE utilization to
ensure the absence of unlawful discrimination on the basis of age, marital status,
religion, gender, sexual preference, race, creed, color, national origin, AcquiredImmune Deficiency Syndrome (AIDS), AIDS-Related Complex (ARC) or disability.
5. Prompt Payment Ordinance OMC Section 2.06.070
a. This Ordinance requires that the contractor and its subcontractors shall pay
undisputed invoices of their subcontractors for goods and/or services within twenty
(20) business days of submission of invoices, unless specific exemptions apply, or
unless the contractor or its subcontractors notify the Citys Prompt Payment Liaison
in writing within five (5) business days that there is a bona fide dispute between the
contractor or its subcontractor and claimant. In this case the contractor or its
City Programs and Policies ACTC Funding

A16

subcontractor may withhold the disputed amount but shall pay the undisputed
amount.
b. Disputed payments are subject to investigation by the Liaison upon the filing of a
compliant. The contractor or its subcontractors opposing payment shall provide
security in the form of cash, certified check or bond to cover the disputed amount
and penalty during the investigation. If the contractor or its subcontractor fails or
refuses to deposit security, the Liaison will withhold an amount sufficient to cover
the claim from the next contractor progress payment. Upon a determination that an
undisputed invoice or payment is late, the Liaison will release security deposits or
withholds directly to claimants for valid claims.
c. The contractor and its subcontractors shall not be allowed to retain monies from
subcontractor payments for goods as project retention, and are required to release
subcontractor project retention in proportion to the subcontractor services
rendered, for which payment is due and undisputed, within five (5) business days of
payment. The contractor and its subcontractors shall be required to pay
subcontractors mobilization fees within five (5) business days of being paid such fees
by the City. For the purpose of posting on the City's website, the contractor and its
subcontractors are required to file notice with the City of release of retention and
payment of mobilization fees within five (5) business days of such payment or
release; and, the contractor and its subcontractors are required to file an affidavit,
under penalty of perjury, that he or she has paid all subcontractors, within five (5)
business days following receipt of payment from the City, The affidavit shall provide
the names and address of all subcontractors and the amount paid to each.
d. The contractor and its subcontractors shall include the same or similar provisions as
those set forth above in any contract with a subcontractor that delivers goods
and/or services in connection with a City of Oakland contract. Invoice and claim
inquiries should be directed to Vivian Inman, City of Oakland Prompt Payment
Liaison, 510-238-6261 or email vinman@oaklandnet.com.
6. Violation of Federal, State, City Laws, Programs or Policies
The City may, in their sole discretion, consider violations of any programs and policies
described or referenced in this document a material breach and may take enforcement
action provided under the law, programs or policies, and/or terminate the contract, debar
contractors from further contracts with City and/or take any other action or invoke any
other remedy available under law or equity.
7. Conflict of Interest/Confidentiality/City-Contractor Relationship
The contractor shall avoid all conflicts of interest and respect its relationship with the City
by maintaining confidentiality of materials deemed confidential by law. The contractor
specifically agrees to the following:
a. The contractor covenants that it presently has no interest, and shall not have any
interest, direct or indirect, which would conflict in any manner with the performance
City Programs and Policies ACTC Funding

A17

of work requested by the NTB. Without limitation, the contractor represents to and
agrees with the City that no conflict of interest is created between performing the
work hereunder and any interest Contractor may have with respect to any other
person or entity (including but not limited to any federal or state regulatory agency)
which has any interest adverse or potentially adverse to the City.
b. The contractor understands and agrees to successfully perform the work requested
by the NTB. In addition, every communication between the contractor and the City
or its special counsel shall be considered to be a confidential communication
between client and lawyer (see California Evidence Code Section 952), and the
confidential work product of the City Administrator, City Attorney and the Citys
special counsel, respectively, and therefore shall be held in strict confidence. All
reports, analysis, maps, diagrams or any documents prepared or assisted in the
preparation of or by the contractor, shall be considered to be prepared pursuant to
said lawyer-client relationship. All of the above mentioned documents are also
considered the work product of the City Administrator and shall not be
communicated to any person except as specifically authorized in writing signed by
the City Administrator and City Attorney.
c. The Fair Political Practices Act and/or California Government Code Section 1090,
among other statutes and regulations may prohibit the City from contracting with a
service provider if the service provider or an employee, officer or director of the
service providers firm, or any immediate family of the preceding, or any
subcontractor or contractor of the service provider, is serving as a public official,
elected official, employee, board or commission member of the City who will award
or influence the awarding of the contract or otherwise participate in the making of
the contract. The making of a contract includes actions that are preliminary or
preparatory to the selection of a contractor such as, but not limited to, involvement
in the reasoning, planning and/or drafting of solicitations for bids and requests for
proposals/qualifications, feasibility studies, master plans or preliminary discussions
or negotiations.

With exception of Schedules K and O, all other Schedules referenced below will be provided
and required during the contract execution process as they are not required at this time. These
Schedules, policies, programs, and ordinances referenced in this section are available at:
http://www2.oaklandnet.com/Government/o/CityAdministration/d/CP/s/FormsSchedules/index.htm.

8. Arizona and Arizona-Based Businesses - Schedule B-2


In accordance with City Resolution No. 82727 C.M.S., the contractor agrees that neither it
nor any of its subsidiaries, affiliates or agents that will provide services under this contract is
currently headquartered in the State of Arizona, and shall not establish an Arizona business
headquarters for the duration of this contract or until Arizona rescinds SB 1070.

City Programs and Policies ACTC Funding

A18

The contractor acknowledges its duty to notify The Office of the City Administrator,
Contracts and Compliance Unit if it or any of its subsidiaries, affiliates or agents
subsequently relocates its headquarters to the State of Arizona. Such relocation shall be a
basis for termination of this contract.
9. Declaration of Compliance With the Americans With Disabilities Act Schedule C-1
The contractor shall make its goods, services, and facilities accessible to people with disabilities
and shall verify compliance with the Americans with Disabilities Act by executing this schedule.
10. Ownership, Ethnicity and Gender Questionnaire Schedule D
The contractor shall submit information concerning the ownership and workforce composition
of its firm.
11. Pending Dispute Disclosure Policy - Schedule K
All entities are required to disclose pending disputes with the City of Oakland when they
submit bids, proposals or applications for a City or Agency contract or transaction involving:
the purchase of products, construction, non-professional or professional services;
contracts with concessionaires, facility or program operators or managers;
contracts with project developers, including Disposition and Development
Agreements, Lease Disposition and Development Agreements and other
participation agreements;
loans and grants; or
acquisition, sale, lease or other conveyance of real property, excluding licenses for
rights of entry or use of city facilities for a term less than thirty (30) consecutive
calendar days.
The disclosure requirement applies to pending disputes on other City contracts or projects
that: (1) have resulted in a claim or lawsuit against the City of Oakland, (2) could result in a
new claim or new lawsuit against the City of Oakland, or 3) could result in a cross-complaint
or any other action to make the City of Oakland a party to an existing lawsuit. Claim
includes, but is not limited to, a pending administrative claim or a claim or demand for
additional compensation.
Entities required to disclose under this Disclosure Policy include (1) any principal owner or
partner, (2) any business entity with principal owners or partners that are owners or
partners in a business entity, or any affiliate of such a business entity, that is involved in a
pending dispute against the City of Oakland.
Failure to timely disclose pending disputes required by this policy may result in (1) a
determination that a bid is non-responsive and non-responsible for price-based awards, or
(2) non-consideration of a bid or proposal for a professional service contract or other
qualification-based award. The City may elect to terminate contracts with entities that
failed to timely disclose pending disputes and/or initiate debarment proceedings against
such entities.
City Programs and Policies ACTC Funding

A19

12. Living Wage Ordinance Schedule N


Design-Build, Construction Manager At-Risk, or other contracts for public works of
improvement that involve services of licensed professionals, such as, but not limited to,
architects and engineers, are subject to Oaklands Living Wage Ordinance, Oakland
Municipal Code, Title 2, Chapter 2.28, where such services amount to or exceed $25,000.
The ordinance requires that, unless specific exemptions apply or a waiver is granted, all
employers contracted to provide services amounting to or exceeding $25,000, shall provide
certain minimum hourly wages and health benefits to employees. The City determines and
adjusts the rates annually using the Bay Region Consumer Price Index as published by the
Bureau of Labor Statistics, U.S. Department of Labor as the index. Bidders are required to
sign and submit a (Schedule N) certification of intent to comply with the Living Wage
Ordinance for design-build, construction manager at-risk or other contracts for public works
of improvement that involve services of licensed professionals amounting to or in excess of
$25,000, with their bids/proposals.
13. Equal Benefits Ordinance - Schedule N-1
This contract is subject to the Equal Benefits Ordinance of Chapter 2.32 of the Oakland
Municipal Code and its implementing regulations. The Ordinance requires completion of
Schedule N-1 and submittal of applicable employee benefits policies in order for compliance
to be certified.
http://library.municode.com/HTML/16308/level2/TIT2ADPE_CH2.32EQBEOR.html#TOPTITLE

The purpose of this Ordinance is to protect and further the public, health, safety,
convenience, comfort, property and general welfare by requiring that public funds be
expended in a manner so as to prohibit discrimination in the provision of employee benefits
by City contractors between employees with spouses and employees with domestic
partners, and/or between domestic partners and spouses of such employees. The
requirements of this chapter shall not apply to subcontracts or subcontractors.
The following contractors are subject to the Ordinance:
Entities which enter into a contract in an amount of twenty-five thousand dollars
($25,000.00) or more for public works improvements, or for goods or services to be
purchased or grants to be provided at the expense of the City or to be paid out of
moneys deposited in the Treasury or out of trust moneys under the control of or
collected by the City; and
Entities which enter into a property contract pursuant to Section 2.32.020(D) with
the City in an amount of twenty-five thousand dollars ($25,000.00) or more for the
exclusive use of or occupancy:
(1) of real property owned or controlled by the City; or
(2) of real property owned by others for the Citys use or occupancy, for a term
exceeding twenty-nine (29) days in any calendar year.
The Ordinance shall only apply to those portions of a contractors operations that occur:
within the City; or

City Programs and Policies ACTC Funding

A20

on real property outside the City if the property is owned by the City or if the City
has a right to occupy the property, and if the contracts presence at that location is
connected to a contract with the City; or
elsewhere in the United States where work related to a City contract is being
performed.

14. City of Oakland Campaign Contribution Limits Schedule O


The Oakland Campaign Reform Act (Act), Oakland Municipal Code Section 3.12, prohibits
contractors doing business or seeking to do business with the City of Oakland or the
Oakland Unified School District from making campaign contributions to Oakland candidates
between commencement of negotiations and 180 days after completion or termination of
contract negotiations. Contractors seeking to do business with the City of Oakland are
required to complete and submit the Campaign Contribution Limits form at the time of
submittal of a bid, proposal, qualification or contract amendment.
Contracts shall not be awarded to any contractors who have not signed this form. Filing a
false acknowledgement shall subject the contractor to criminal and civil enforcement
provisions contained in the Act. The Oakland Public Ethics Commission is charged with
enforcing the provisions of the Act.
15. Nuclear Free Zone Disclosure - Schedule P
The contractor shall complete this schedule to represent that the contractor is in compliance
with the City of Oaklands restrictions on doing business with service providers considered
nuclear weapons makers.
16. Subcontractor, Supplier, Trucking Listing Schedule R
The project team listing will be incorporated into and made a part of this contract. The
contractor shall include ethnicity and gender information concerning the ownership of its firm,
as well as its subcontractors and suppliers for statistical purposes. The contractor must
submit the completed schedule with their bid or proposal.
17. Compliance Commitment Agreement Schedule U
The Contractor shall comply with the L/SLBE program.
18. Affidavit of Non-Disciplinary or Investigatory Action Schedule V
The Contractor shall certify that no disciplinary of investigatory action has been taken
against its firm by the Equal Employment Opportunity Commission, Department of Fair
Employment and Housing, or Office of Federal Contract Compliance Programs.

City Programs and Policies ACTC Funding

A21

SECTION B
Bid Submittal Documents

Bids must be received by the Office of the City Clerk located at


One Frank H. Ogawa Plaza, Room 101, Oakland, CA 94612
prior to:
2:00 PM
Thursday
January 22, 2015
Time
Day
Date

CONTRACTORS BID
TO THE CITY OF OAKLAND, CALIFORNIA
PUBLIC WORKS DEPARTMENT
For

LATHAM SQUARE STREETSCAPE IMPROVEMENTS


Project No. C464560
[PROVIDE REQUESTED INFORMATION ON BLANK LINES]

NAME OF BIDDER ______________________________________________________________


BUSINESS ADDRESS _____________________________________________________________
BUSINESS ADDRESS _____________________________________________________________
(PROVIDE STREET ADDRESS EVEN IF P.O. BOX USED)

CITY, STATE, ZIP ________________________________________________________________


TELEPHONE NO:

FAX NO: ___________________________

CONTRACTORS EMAIL ADDRESS: _________________________________________________


CONTRACTORS STATE LICENSE NO: _______________________________________________
CLASSIFICATION:

EXPIRATION: ________________________

OAKLAND BUSINESS LICENSE NO:


All bids shall include the Contractors State License Number and Classification, as well as the
Contractors State License Number for each subcontractor. The work for which this bid is
submitted is for construction in conformance with the Project Plans, Bid Book, including, but
not limited to, the Special Provisions, Standard Specifications for Public Works Construction,
2009 Edition, City of Oakland Standard Detail for Public Works Construction 2002 Edition,
including any addenda thereto, the contract annexed hereto, and the Labor Surcharge and
Equipment Rental Rates in effect on the date the work is accomplished.

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B1

In accordance with Section 2-1.10 of the Special Provisions, if this bid shall be accepted and the
undersigned shall fail to enter into the contract and furnish the two (2) bonds in the sums
required by the State Contract Act, with surety satisfactory to the City, the City may, at its
option, determine that the bidder has abandoned the contract, and thereupon this bid and the
acceptance thereof shall be null and void and the forfeiture of the bid security accompanying
this bid shall operate and the same shall be the property of the City.
The undersigned, as bidder, declares that the only persons or parties interested in this bid as
principals are those named herein; that this bid is made without collusion with any other
person, firm, or corporation; that the bidder has carefully examined the location of the
proposed work, the annexed proposed form of contract, the plans and specifications therein
referred to, including all Addenda; and the bidder proposes and agrees if this bid is accepted,
that the bidder will contract with the City, in the form of the copy of the contract annexed
hereto, and the bidder proposes and agrees if this BID is accepted, that the bidder will execute
and fully perform the contract for which bids are called; that the bidder will provide all
necessary labor, storage, transportation, machinery, tools, apparatus and other means of
construction, and to do all the work and furnish all the materials specified in the contract, in the
manner and time therein prescribed, and according to the requirements of the Engineer as
therein set forth, and that the bidder will take in full payment therefor, including all applicable
taxes, the unit prices set forth in the attached bid schedule.
BID SCHEDULES
The low bidder will be determined by the method indicated on the NTB. If no methodology is
identified in the NTB, the default method shall be the lowest base bid price, without
consideration of any alternates. The Base Bid Total shall include all work as stipulated in the bid
items below and as shown on the drawings and described in the specifications, except that it
shall not include any item listed as a bid alternate (if applicable).
Reminder: Each bidder is required to exclude from the base bid items its normal cost for the
insurance coverages provided by the OCIP. Bidder must deduct the cost of OCIP coverages for
all lower tier subcontractors, in addition to its own cost of OCIP coverages. Contractors that are
ineligible and excluded from the OCIP are required to maintain their own insurance. They
include:
Trades involved in hazardous material abatement or handling such as asbestos
remediation or environmental cleanup operations.
Suppliers/vendors who merely make deliveries to or from the job site; sales persons; towercrane erection; and truckers.
The City reserves the right to exclude any party even if otherwise eligible.

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B2

Base Bid:
Item
No.

Spec Section

Quantity

Unit of
Measure

9-3.4

LS

Mobilization

7-10

LS

Traffic Control

300-1.4

LS

Clearing and Grubbing**

302-1

37,200

SF

Cold Milling Asphalt


Concrete

300-1.3.1.1

80

TONS

Class I Material Disposal

300-1.3.1.1

2,300

TONS

Class II Material Disposal

309-4

LS

Monuments and
Benchmarks

302-5.9

37,200

SF

Asphalt Concrete Overlay

302-5.9

6,200

SF

Asphalt Concrete Pavement

10

302-6.8

750

SF

Concrete Pavement

11

303-5.9

8,150

SF

Concrete Base Slab for


Stone Paving

12

303-5.9

940

LF

Concrete Base Slab for


Stone Planter Curbing

13

303-11.20

2,250

SF

Stone Paving

14

303-11.20

1,153

SF

Stone Paving with Water


Proofing

15

303-11.19

940

LF

Stone Planter Curbing

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B3

Item
No.

Spec Section

Quantity

Unit of
Measure

16

303-11.19

LS

Engraved Lettering

17

303-12.18

9,800

SF

Interlocking Concrete
Pavers

18

303-13.19

5,169

SF

Brick Paving

19

303-13.19

2,642

SF

Brick Paving with Water


Proofing

20

303-5.9

610

SF

Median Paving Segments

21

303-5.9

218

LF

Treewell / Planter Conc.


Curb Band

22

303-5.9

155

LF

Telegraph Paver Conc. Edge


Band

23

303-5.9

EA

Retrofit Detectable Warning


Dome Surface

24

303-5.9

6,300

SF

Concrete Sidewalk

25

303-5.9

120

LF

Concrete Type 'B' Curb and


Gutter (6")

26

303-5.9

685

LF

Concrete Type 'B' Curb and


Gutter (4")

27

303-5.9

685

LF

Concrete Type 'D' Curb and


Gutter

28

303-5.9

710

LF

Concrete Type'B' Curb (No


Gutter)

29

303-5.9

35

LF

Steel Faced Concrete Curb

30

303-5.9

15

EA

Concrete Curb Ramp

31

303-5.9

38

LF

Trench Drain

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B4

Item
No.

Spec Section

Quantity

Unit of
Measure

32

306-9.5

EA

Area Drain

33

306-9.5

EA

Storm Drain Interceptor

34

306-9.5

EA

Type E-3 Curb Inlet

35

306-9.5

EA

Type B Curb Inlet

36

306-9.3

EA

Storm Drain Manhole

37

306-9.3

EA

Sewer Cleanout

38

5-8

LS

Utility Relocation and


Coordination

39

306-1.6

350

LF

12" RCP Pipe for Storm


Drain

40

306-1.6

75

LF

4" HDPE Sewer Lateral Pipe

41

308-8.3

550

SF

Biofiltration Planting Area


(soil, aggregate, prep,
barrier, planting)

42

303-5.9

195

LF

Concrete Planter/Seatwall

43

303-11.19

195

LF

Planter/Seatwall Stone Seat


Slab

44

308-8.1

60

CY

Planter Soil/Fill and


Placement (Median)

45

308-8

810

SF

Planter Landscape Area


Shrubs (Median)

46

308-8.1

200

CY

Planter Soil/Fill and


Placement (Typical)

47

308-8

1,800

SF

Planter Landscape Area


Shrubs (Typical)

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B5

Item
No.

Spec Section

Quantity

Unit of
Measure

48

308-8.4

13

EA

Shade Tree (48" Box)

49

308-8.2

70

CY

Structural Soil

50

304-6

EA

Interpretive Signs/Artwork

51

308-9.19

LS

Historical Water Feature


Procedures

52

308-10.11

LS

Water Feature Mechanical


System

53

308-8.8

LS

Irrigation System

54

308-8.7

LS

Extended Landscape
Establishment

55

304-5.4

16

EA

6' Bench

56

304-5.4

EA

Relocated Bicycle Rack (eg.


Inverted O)

57

304-5.4

EA

City-Furnished Bicycle Rack

58

304-5.4

EA

Trash Receptacle

59

307-1.2

LS

Fountain and Tree


Uplighting System

60

307-1.2

LS

Plaza String Lighting System

61

307-1.2

LS

Telegraph String Lighting


System

62

307-1.2

LS

Plaza Pedestrian Lighting


System

63

307-1.2

LS

Traffic Signal ModificationBroadway at 15th**

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B6

Item
No.

Spec Section

Quantity

Unit of
Measure

64

307-1.2

LS

Traffic Signal ModificationBroadway at 16th**

65

307-1.2

LS

Traffic Signal ModificationTelegraph at 16th**

66

307-1.2

LS

Traffic Signal ModificationTelegraph at 17th**

67

307-1.2

EA

Traffic Signal Central


Software

68

307-12.6

650

LF

Interconnect System 3
Conduit

69

307-11.3

EA

Interconnect System No.


6E Pull Box

70

307-17.5.5.8

2480

LF

144-Strand SMFO Trunk


with Locator Wire

71

307-17.5.5.8

210

LF

12-Strand SMFO Branch


with Locator Wire

72

307-17.5.5.8

EA

Underground Fiber Splice


Closure

73

307-17.5.5.8

EA

Edge Switch

74

304-7.5

EA

New Roadside Sign

Item Description

75

310-5.6

LS

Remove Pavement
Markings, Traffic Striping,
and Pavement Markers

76

310-7.2

1,786

SF

Crosswalk, Limit Lines, and


Pavement Markings

77

310-5.6

460

LF

Curb Paint

78

310-6.4

6,165

LF

Thermoplastic Traffic
Striping

Unit Price

Total Amount

BASE BID TOTAL: $

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B7

BID ALTERNATES
The Contractor shall state alternate prices for the work described below. The responsibility for
determining quantities for the Alternates rests with the Contractor. Base Bid and Alternates
shall include cost of all supporting elements required, so that no matter what combination of
Base Bid and Alternates is accepted, that portion shall be a complete entity in itself. Work for
all Alternates shall be in strict accordance with the applicable Contract Documents.
Bid Alternate 1 Add Cost of Insurance Coverage:
This alternate will be selected in the event that the City does not implement the OCIP for this
project. Contractors will be required to provide full insurance coverage per Schedule Q, Section
2.0.
Item
No.

Spec.
Sec. No.

Estimated
Quantity

Unit of
Measure

Unit Price

79

7-3

ADD Cost of Commercial Liability


Insurance Coverage

LS

Lump Sum

80

7-3

ADD Cost of Workers


Compensation Insurance Coverage

LS

Lump Sum

81

7-3

ADD Cost of Excess Liability or


Umbrella Insurance Coverage

LS

Lump Sum

Item Description

Item Total

BID ALTERNATE NO. 1 TOTAL: $

Bid Alternate 2 Fiber Optic Conduit Extension Along Telegraph Avenue to 20th Street:
This alternative will be selected if the City decides to install additional fiber optics conduit along
Telegraph Avenue from 17th Street to 20th Street.
Item
No.

Spec.
Sec. No.

Item Description

Estimated
Quantity

Unit of
Measure

82

30712.6

Interconnect System 3 Conduit

1,200

LF

83

30711.3

Interconnect System No. 6E Pull


Box

EA

Unit Price

Item Total

BID ALTERNATE NO. 2 TOTAL: $

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B8

LIST OF SUBCONTRACTORS
Bidders shall complete and submit Schedule R the Alameda CTCs FORM 1 with BID.
BID SECURITY
Accompanying this BID is _______________________________________________________
in an amount equal to at least ten percent of the total of the BID.

(INSERT THE WORDS "CASH ($ _________)", "CASHIER'S CHECK", "CERTIFIED CHECK," OR "BIDDER'S BOND", AS THE CASE MAY
BE. REFER TO SPECIAL PROVISIONS SECTION 2-1.5 FOR FURTHER INFORMATION)

ADDENDA ACKNOWLEDGEMENT
All bids shall include acknowledgement of all Addenda. This BID is submitted with respect to the
changes to the contract included in addendum number(s)
through
.
(FILL IN ADDENDA NUMBERS IF ADDENDA HAVE BEEN RECEIVED AND INSERT, IN THIS BID, ANY ENGINEER'S ESTIMATE SHEETS
THAT WERE RECEIVED AS PART OF THE ADDENDA.)

CERTIFICATION OF EXCLUSION OF OCIP INSURANCE COSTS


Contractor hereby certifies under penalty of perjury that it has read and is aware of the
provisions of the bid documents addressing the Owner Controlled Insurance Program (OCIP),
and is aware that Contractor is required to exclude from its bid for the Project the Costs of
OCIP Coverages as described more fully in the bid documents, specifically in Schedule Q, an
Attachment to the Special Provisions. Contractor further certifies that it has not included in its
bid, either directly or indirectly, Contractors Costs of OCIP Coverages, as defined in Schedule
Q, and shall not include the Costs of OCIP Coverages in any change order request, claim,
invoice, or any other application for payment on the Project.
By my signature on this BID, I certify, under penalty of perjury, that all representations made on
this BID are true and correct. The City of Oakland reserves the right to accept or reject any and
all bids.

Sign
Here
Signature and Title of Bidder
Date __________________________________

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B9

Pages B10 B15 are due no later than four (4) business days after bid opening
to OPW Contract Services. See NTB for contact information.
SCHEDULE OF VALUES FOR LUMP SUM ITEMS
Contractor shall complete schedule of values for the Lump Sum items in the Base Bid identified
with a double-asterisk (**). Schedule of values may be submitted at time of bid, but no later
than four (4) business days after bid opening by mail, email or messenger to the attention of
OPW Contract Services, Attn: Calvin Hao. See Notice to Bidders for contact information.
Failure to submit the schedule of values will result in your bid being deemed non-responsive.
Total for each Schedule of Values below shall match the total of that Bid Item in Base Bid
above.
Bid Item No. 3

CLEARING AND GRUBBING:

Item
No.

Quantity

Unit of
Measure

21,100

SF

Demo/Remove AC Pavement

14,620

SF

Demo/Remove PCC Pavement

1,835

LF

Remove Concrete Curb and


Gutter

420

SF

Demo/Remove Brick Pavers

EA

Demo/Remove Existing Tree


and Stump

LS

Demo/Remove Existing Utilities

LS

Adjust Utilities to Grade

EA

Tree Protection

EA

Remove Curb Inlet and Cap


Pipe

LS

Landscape Clearing and


Grubbing

Item Description

Unit Price

Total Amount

Bid Item No. 3 TOTAL: $

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B10

Bid Item No. 63

TRAFFIC SIGNAL MODIFICATION BROADWAY AT 15TH

Item
No.

Quantity

Unit of
Measure

EA

Standard Type 16 with 20


Candelabra Pole

EA

Standard Type 18

EA

Standard Type 23 with 20


Candelabra Pole

EA

Standard Type 15TS with 20


Candelabra Pole

EA

1-B Pole (7)

10

EA

145W LED Luminaire

EA

PPB 1-B Pole

EA

Signal Head: SV/TV-1 LED


Red/Yellow/Green

EA

Signal Head: SV/TV-2 LED


Red/Yellow/Green

EA

Signal Head: MAS/MAT LED


Red/Yellow/Green

EA

Ped Head: SP/TP-1 LED Hand


(Red), Walking Man (White)

EA

Ped Head: SP/TP-2 LED Hand


(Red), Walking Man (White)

EA

Ped Push Button

EA

Backplate

EA

Pullbox 6

EA

Pullbox 6E

EA

Video Detection Camera (Per


Approach)

1,230

LF

Video Detection Cable

6,310

LF

Conductor Cable

30

LF

Conduit: 1-1/2 and 2

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B11

405

LF

Conduit: 3

EA

Service Cabinet, Type III-CF

EA

Controller & Cabinet Assembly


(reinstall)

EA

Internally Illuminated Street


Name Sign (IISNS)

EA

Vehicle Preempt System (Per


Approach)

490

LF

Vehicle Preempt Cable

AA

EA

GPS Radio Antenna

BB

190

LF

GPS Radio Cable

CC

EA

Mast Arm Sign

DD

EA

Sign on Pole

EE

EA

Sign and Post

FF

LS

Removals

Bid Item No. 63 TOTAL: $

Bid Item No. 64

TRAFFIC SIGNAL MODIFICATION BROADWAY AT 16TH

Item
No.

Quantity

Unit of
Measure

EA

Standard Type 16 with 20


Candelabra Pole

EA

145W LED Luminaire

EA

Signal Head: SV/TV-2 LED


Red/Yellow/Green

EA

Signal Head: MAS/MAT LED


Red/Yellow/Green

EA

Ped Head: SP/TP-1 LED Hand


(Red), Walking Man (White)

EA

Ped Push Button

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B12

EA

Backplate

EA

Pullbox 6

590

LF

Conductor Cable

100

LF

Conduit: 1-1/2 and 2

75

LF

Conduit: 3

LS

Removals

Bid Item No. 64 TOTAL: $

Bid Item No. 65

TRAFFIC SIGNAL MODIFICATION TELEGRAPH AVENUE AT 16TH STREET

Item
No.

Quantity

Unit of
Measure

EA

Standard Type 15TS with 20


Candelabra Pole

EA

Standard Type 16 with 20


Candelabra Pole

EA

1-B Pole (7)

EA

145W LED Luminaire

EA

Signal Head: SV/TV-1 LED


Red/Yellow/Green

EA

Signal Head: MAS/MAT LED


Red/Yellow/Green

EA

Ped Head: SP/TP-1 LED Hand


(Red), Walking Man (White)

EA

Ped Push Button

EA

Backplate

EA

Pullbox 6

EA

Pullbox 6E

EA

Video Detection Camera (Per


Approach)

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B13

330

LF

Video Detection Cable

2,285

LF

Conductor Cable

85

LF

Conduit: 1-1/2 and 2

215

LF

Conduit: 3

LF

Conduit: 4

EA

Service Cabinet, Type III-CF

EA

Controller & Cabinet Assembly


(reinstall)

EA

Internally Illuminated Street


Name Sign (IISNS)

EA

Vehicle Preempt System (Per


Approach)

150

LF

Vehicle Preempt Cable

LS

Removals

Bid Item No. 65 TOTAL: $

Bid Item No. 66

TRAFFIC SIGNAL MODIFICATION TELEGRAPH AVENUE AT 17TH STREET

Item
No.

Quantity

Unit of
Measure

EA

Standard Type 17

EA

Standard Type 16

EA

Standard Type 15TS

EA

118W LED Luminaire

EA

Signal Head: SV/TV-1 LED


Red/Yellow/Green

EA

Signal Head: SV/TV-2 LED


Red/Yellow/Green

EA

Signal Head: MAS/MAT LED


Red/Yellow/Green

Item Description

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

Unit Price

Total Amount

B14

EA

Ped Head: SP/TP-2 LED Hand


(Red), Walking Man (White)

EA

Ped Push Button

EA

Backplate

EA

Pullbox 6

EA

Pullbox 6E

EA

Video Detection Camera (Per


Approach)

385

LF

Video Detection Cable

2,095

LF

Conductor Cable

290

LF

Conduit: 3

EA

Service Cabinet, Type III-AF

EA

Controller & Cabinet Assembly

EA

Internally Illuminated Street


Name Sign (IISNS)

EA

Vehicle Preempt System (Per


Approach)

205

LF

Vehicle Preempt Cable

EA

Mast Arm Sign

LS

Removals

Bid Item No. 66 TOTAL: $

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B15

Schedule K
PENDING DISPUTE DISCLOSURE FORM
Individuals, businesses or other entities should respond below:
1. Are you or your firm involved in a pending dispute or claim Against the City of Oakland or
the Oakland Redevelopment Agency?
No

Yes

(circle one)

2. If you answered Yes, list existing and pending lawsuit(s) and claim(s) with the title and
date of the contract, a brief description of the issues, officials or staff persons involved in
the matter and the City department/division administering the contract.
Contract Title: _______________________________________________________________
Date: ____________________ Official(s), Staff person(s) involved:_____________________
____________________________________________________________________________
Administering Department/Division: _______________________________________________
Issues: ______________________________________________________________________
____________________________________________________________________________
Contract Title: _______________________________________________________________
Date: _____________________ Official(s), Staff person(s) involved: ____________________
____________________________________________________________________________
Administering Department/Division: _______________________________________________
Issues: ______________________________________________________________________
____________________________________________________________________________
(check) ____ Additional Disputes listed on Attachment

By signing below, I certify that all representations and disclosures made herein are true, correct
and complete.
Signature: ______________________________________________________________
Print Name: _____________________________________________________________
Title: _______________________________________________ Date: ______________

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B16

Schedule O
CAMPAIGN CONTRIBUTION REPORTING REQUIREMENTS
To be completed by City Representative prior to distribution to Contractor.
City Representative: Nick Cartagena
Department: OPW-BEC

Phone (510) 238-3139 Project Spec No. C464560


Contract Name: Latham Square Streetscape Improvements

This is an ___ Original ___ Revised form (check one). If original, complete all that applies. If Revised, complete
Contractor name and any changed data.
Contractor Name

Phone

Street Address
Type of Submission (check one)

City
Bid

, State

Proposal

Zip

Qualification Amendment

Majority Owner (if any). A majority owner is a person or entity who owns more than 50% of the contracting firm or
entity.
Individual or Business Name

Phone

Street Address

City

, State

Zip

The undersigned Contractor's Representative acknowledges by his or her signature the following:
The Oakland Campaign Reform Act limits campaign contributions and prohibits contributions from contractors
doing business with the City of Oakland during specified time periods. Violators are subject to civil and criminal
penalties.
I have read Oakland Municipal Code Chapter 3.12, including section 3.12.140, the contractor provisions of the
Oakland Campaign Reform Act and certify that I/we have not knowingly, nor will I /we make contributions during
the period specified in the Act.
I understand that the contribution restrictions also apply to entities/persons affiliated with the contractor as
indicated in the Oakland Municipal Code Chapter 3.12.080.
If there are any changes to the information on this form during the contribution-restricted time period, I will file an
amended form with the City of Oakland.

Signature

Date

Print Name of Signer

Position

To be Completed by City of Oakland after completion of the form


Date Received by City:
Date Entered on Contractor Database:

By
By

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B17

Alameda CTC Local Business Contract Equity Program


List of Subcontractors and LBE/SLBE/VSLBE Utilization

FORM 1

LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION

*If any Bid Alternates are required, please indicate the subcontractor and/or supplier cots associated with each bid alternate on a separate line.

TO BE SUBMITTED WITH BID

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B18

Alternate*

Trucker

Supplier

Dollar Amount of
Subcontractors
Work

VSLBE

Name and Address

Description of Work
Subcontracted

SLBE

Contractors
License #

LBE

The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the
provisions in Section 2-1.01A, LBE/SLBE/VSLBE INFORMATION.
The Bidder shall also list the dollar amount of the contract and check whether the subcontractor is a LBE, SLBE or VSLBE contractor.

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report
LBE/SLBE INFORMATION
DOCUMENTATION OF GOOD FAITH EFFORTS
THIS INFORMATION SHALL BE INCLUDED
WITH YOUR DOCUMENTATION OF YOUR
GOOD FAITH EFFORTS.
TELEPHONE LOG AND LIST OF REJECTED
LBEs, SLBEs and VSLBEs
Bidders shall submit the following information to demonstrate that a good faith effort to meet the LBE/SLBE goals
have been made if their LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION (Form 1)
indicates that the LBE/SLBE goal will not be met.

Even if the Bidders LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE


UTILIZATION (Form 1) appears to indicate that the LBE/SLBE goals will be met, Bidders are
strongly advised to submit the following information to protect their eligibility for award of the
contract. This is important because the submittal of only the LIST OF SUBCONTRACTORS
AND LBE/SLBE/VSLBE UTILIZATION (Form 1) will not normally be sufficient information to
demonstrate that a good faith effort was made. A Bidder may not meet the LBE/SLBE goal after
submittal is analyzed by City for various reasons; e.g. if the subcontractor submitted by the Bidder
was not certified on the date bids were opened, or if the Bidder made a mathematical error. In the
event of such subsequent determination that the goals will not be met, such bid will be deemed
non-responsive if the Bidder failed to submit this good faith efforts information at the time of bid
opening.
TELEPHONE LOG
1.
Submit the names, dates and times of notices of all certified LBEs/SLBE/VSLBEs
solicited by telephone for this project and the dates, times and methods used for following up
initial solicitations to determine with certainty whether the LBE/SLBE/VSLBEs were interested.
Use the form provided:

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B19

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report

FORM 2-1

LBE/SLBE/VSLBE GOOD FAITH EFFORT


TELEPHONE LOG
Name of LBE/SLBE/VSLBE
Solicited

Phone Number

Date

Time

Follow-up Methods

Date

Time

Results

Contract #
Contract Name
Prime Contractor

TO BE SUBMITTED WITH BID

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B20

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report

FORM 2-2

2. Provide the information requested on the following form: the names of LBEs/SLBEs/VSLBEs who submitted bids for any of
the work indicated above which were not accepted, a summary of the Bidders discussions, negotiations, or both, with them, the name
of the subcontractor or supplier that was selected for that portion of the work, and the reason for the Bidders choice. If the reasons for
rejecting a LBE/SLBE/VSLBE bid were price, give the price bid by the rejected LBE/SLBE/VSLBE and the price bid by the selected
subcontractor or supplier. Since the utilization of available LBEs/SLBEs/VSLBEs is expected, only significant price differences will be
considered as cause for rejecting such LBEs/SLBEs/VSLBEs bids.

Names of Rejected
LBEs/SLBEs/VSLBEs

Summary of
discussions and
negotiations

Reason for Rejection


of the
LBE/SLBE/VSLBE

Name of Subcontractors
or Suppliers Selected
Over the Rejected
LBE/SLBE/VSLBE

Assistance Extended to
LBE/SLBE/VSLBE to
Remedy Deficiency in
Sub-bid

NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.

TO BE SUBMITTED WITH BID

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B21

ALAMEDA CTC Local Business Contract Equity Program


Goof Faith Effort Report

FORM 2-3

3. Items of work for which the Bidder requested sub-bids or materials to be supplied by
LBEs/SLBEs/VSLBEs, the information furnished to interested LBEs/SLBEs/VSLBEs in the way
of plans, specifications and requirements for the work, and any breakdown of items of work into
economically feasible units to facilitate LBEs/SLBEs/VSLBEs participation. Where there are
LBEs/SLBEs/VSLBEs available for doing portions of the work economically performed by the
Bidder with its own forces, the Bidder will be expected to make portions of such work into
economically feasible units to facilitate LBEs/SLBEs/VSLBEs participation. Where there are
LBEs/SLBEs/VSLBEs available for doing portions of the work normally performed by the
Bidder with its own forces, the Bidder will be expected to make portions of such work available
for LBEs/SLBEs/VSLBEs to bid on.
Items of Work:

Information Furnished:

Breakdown of Items:

4. Any additional data to support a demonstration of good faith effort, such as contact with
LBE/SLBE/VSLBE assistance agencies:

Note: Use additional sheets of paper if necessary. Appropriate documentation such as


copies of newspaper ads, letters soliciting bids and telephone logs should accompany this
form.
TO BE SUBMITTED WITH BID

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B22

FORM 5

AFFADAVIT OF NON-DISCIPLINARY OR INVESTIGATORY ACTION


The bidder

_, hereby certifies that:

no adverse action has been taken against bidder by the Equal Opportunity Commission, State of California
Department of Fair Employment and Housing or the U. S. Department of Labor Contract Compliance Program.
adverse action has been taken, except where legal action is pending, and attached hereto is a detailed explanation of
the reason for such action, the party instituting such action and the status or outcome of such action.

Prime Contractor, including each joint venture partner, must sign this form

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

(
)
Telephone

Date

(
)
Telephone

Date

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

( )_
Telephone

Date

(
)
Telephone

Date

TO BE SUBMITTED WITH BID

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B23

NOTE: BIDDER MUST USE THIS FORM

BID BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT

(hereinafter called the Principal), as

Principal and

a corporation organized and doing

business under and by virtue of the laws of the State of

, and duly licensed for the

purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the
laws of the State of California, as Surety, are held and firmly bound unto the City of Oakland, a municipal corporation,
(hereinafter called the Obligee) in the just and full sum of
Dollars ($

) lawful

money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves
and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to
hand in and submit the Obligee a bid or proposal for
, in accordance with the plans and
specifications filed in the office of the Obligee and under the Notice To Bidders therefore.
NOW, THEREFORE, if the bid or proposal as submitted by the said Principal shall be accepted, and the contract for such
work or supplies be awarded to the Principal, and the said Principal shall fail, neglect or refuse to enter into a contract to
perform said work or deliver said supplies, and furnish good and sufficient bond therefore, then the amount of this bond
shall be declared to be forfeited to said Obligee as liquidated damages, it being agreed that said Obligee will suffer
damages as a result of such failure, neglect or refusal of the Principal and that such damages are and will continue to be,
impracticable and extremely difficult to determine.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this
day of

A.D., 2015.

By

Attorney-in-Fact

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B24

(Acknowledgment of Surety is required. See attached form.)

ACKNOWLEDGMENT OF SURETY
State of California
County of
On

, before me,

(Insert name and title of the Officer)

personally appeared

, who proved

on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the instrument within 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 laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.

(Seal)

, 2015
Dated

BID BOND
to
CITY OF OAKLAND
A Municipal Corporation

Signature

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B25

BID SURVEY
In order to better serve the contracting community, the City of Oakland is collecting
information on where Bidders receive notification of contracting opportunities. Please take a
moment to complete this brief survey and return this with your Bid. Note that this survey is
voluntary and does not affect your Bid. Thank you in advance for your participation.
1. How did you learn of this contracting opportunity? ( check all that apply)
Oakland Tribune
El Mundo
San Francisco Chronicle
Sing Tao
Daily Pacific Builder
SF Examiner
Oakland Post
Inner-City Express
iSupplier email
Sun Reporter
Citys website
CIPlist.com
planroom/builders exchange (please specify)
Other (please specify)
2. Please tell us how you prefer to receive such notices:

Project No. C464560 LATHAM SQUARE STREETSCAPE IMPROVEMENT

B26

SECTION C
Sample Construction Contract

CITY OF OAKLAND
CONTRACT OF PUBLIC WORKS
THIS CONTRACT is entered into this (day and month) of (year) by and between the CITY
OF OAKLAND, a municipal corporation (hereinafter referred to as City) and (name of
contractor) (hereinafter referred to as Contractor).
FOR AND IN CONSIDERATION of the promises hereinafter made, Contractor and City agree
as follows:
Contractor will furnish necessary machinery, tools, apparatus, and other means of construction.
Further, Contractor will do all work and furnish the materials in the manner and time specified
in: 1) Project Specifications, Plans, including any addenda, and documents referenced and
incorporated therein for (Project Name and Number); and 2) the Contractors bid dated
(Month, Date, Year) (Contract Exhibit A) in the sum of (Enter alpha dollar amount and
00/100 cents ($000.00) The contract documents shall include, but are not limited to, all
documents identified above, the Greenbook Standard Specifications for Public Works
Construction, 2009 Edition, and the City of Oakland Standard Details for Public Works
Construction, 2002 Edition thereto, and shall constitute the contract between the parties as
though all documents were attached hereto or herein repeated. The contract documents are
intended to be cooperative and to provide for a complete work. Said contract documents are on
file in the Public Works Agency.
1.

Commencement of Work
Work shall be commenced on the date of the Notice to Proceed which is sent by the
Director of the Public Works Agency and shall be completed within ? working days.

2.

Bonds
Contractor shall provide two good and sufficient surety bonds, which name the City of
Oakland as insured. The Payment Bond shall be for One Hundred percent (100%) of the
contract price to guarantee faithful payment to subcontractors, material suppliers, and
laborers. The Performance Bond shall be One Hundred percent (100%) of the contract
price. Contractor shall maintain the bonds in full force and effect until the work is
accepted by City, and until all claims for material and labor are paid, and shall otherwise
comply with the Civil Code.

3.

Contractors Liability
Contractor shall be responsible for all injuries to persons and for all damage to real or
personal property of City or others, caused by, or resulting from the negligence of itself,
its employees, or its agents during the progress of, or connected with, the rendition of
services hereunder. Contractor shall defend and hold harmless and indemnify City,
Councilmembers, directors, officers, agents, employees, and volunteers from all costs and
claims for damages to real or personal property, or personal injury to any third party,
resulting from the negligence, actions, or inaction of Contractor, subcontractors,

Project # and Name

Page 1

employees or agents, arising out of the Contractors performance of work under this
contract. Contractor must provide proof of insurance per Schedule Q.
4.

Liability Insurance
Contractor shall maintain all insurance required by the project for the duration of the
contract. Contractor shall name the City of Oakland and its Councilmembers, directors,
officers, agents, employees and volunteers as additional insureds on the general liability
policy. Contractor must provide proof of insurance per Schedule Q.

5.

Workers Compensation Insurance


Contractor hereby certifies that it is aware of and will comply with Section 3700 of the
California State Labor Code that requires every employer to be insured against liability
for Workers Compensation or to undertake self insurance before commencing any of the
work. Contractor must provide proof of insurance per Schedule Q.

6.

Prevailing Wage
Contractor certifies and agrees that it will comply with the requirement to pay its
employees prevailing wages as set forth in City Resolution No. 57103 C.M.S. City may
request documentation to certify that Contractor has paid its employees at the appropriate
prevailing wage rate. In the event that City determines that Contractor has failed to pay
any of its employees in accord with the appropriate prevailing wage rate, City shall report
its findings to the Department of Labor and/or withhold the difference between the
amount paid and amount owed for prevailing wages from any amount owed Contractor
until such time as the payment dispute is fully and finally resolved. This provision in no
way creates any contractual or third party beneficiary relationship between any of
Contractors employees and City, nor does it create any liability or duty on City for
Contractors failure to make timely or appropriate payments to its employees.

7.

Nuclear Weapons Policy


It is Citys policy to minimize the expenditure of City funds on goods and services
produced by Nuclear Weapons Makers. City urges all contractors to avoid contracting
for goods and services which are manufactured or provided by Nuclear Weapons Makers.
Contractor must also complete Schedule P.

8.

Audit
Contractor shall permit authorized representatives of City to have access to Contractors
books, records, accounts and any and all data relevant to this contract, for the purpose of
making an audit or examination during the term of the contract and for a period of four
years following the fiscal year of the last expenditure under this contract.

9.

Discrimination
This contract is subject to state contract nondiscrimination and compliance requirements
pursuant to California Government Code, Section 12990. Further, Contractor agrees not
to discriminate against any individual or company because of marital status, race, color,
religion, ancestry, sex, sexual orientation, age, national origin, physical handicap,

Project # and Name

Page 2

Acquired Immune Deficiency Syndrome (AIDS), or AIDS related conditions, or any


other arbitrary basis.
10.

Oakland Business License


Contractor has and will continue to maintain a current Oakland Business License during
the term of this contract. Contractor shall insert in each of its subcontract agreements a
provision which requires its sub-contactors to present proof that the subcontractor has
obtained a current Oakland Business License during the term of this contract.

11.

Notice
Any party to this contract may change the name or address of representatives for purpose of
this paragraph by providing written notice, via facsimile and concurrently by prepaid U.S.
certified or registered postage, to all other parties ten (10) business days before the change is
effective.
CITY OF OAKLAND INFORMATION
(Name of Project Manager)
Public Works Agency
(address)
Oakland, CA
CONTRACTOR INFORMATION
(Name of Company)
(Name of Project Manager)
(address)

Project # and Name

Page 3

12.

Certification
The individuals who have affixed their signatures below certify and attest each is
empowered to execute this Agreement and act on behalf of and bind the party in whose
name this Agreement is executed.

IN WITNESS WHEREOF:
Contractor has hereto set his hand, and the City Administrator of the City of Oakland, by
Resolution of the City Council of said City, thereunto duly authorized, has caused the name of
the CITY OF OAKLAND to be affixed hereto, all in triplicate the day and year first above
written.

(Name of Contractor)

(person's name)
(person's title)

Public Works Agency

Date

Date

CITY OF OAKLAND
(a municipal corporation)

Approved as to form and legality

Office of the City Attorney

Director

Date

Office of the City Administrator

Date

City Council Resolution No.


Oakland Business License No.
Contract Purchase Order No.

Project # and Name

Page 4

EXHIBIT A - Scope of Work


list all attachments

Project # and Name

Page 5

Bond No. ______________________________

PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That

,
(Contractor Name)

, as Principal, and
(corporation, partnership or individual)

,
(Surety Name)

a corporation organized and existing under the laws of, and authorized to transact a general surety business in, the
State of California, are held and firmly bound unto the City of Oakland, a municipal corporation, as Obligee, in the
sum of
Dollars ($
), lawful money of the United States of America, to be paid to the said Obligee, for
which payment well and truly to be made, we bind ourselves and each of our heirs, executors, administrators,
successors and assigns jointly and severally firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that
WHEREAS, Principal has entered into a contract dated
with Obligee to furnish all necessary machinery,
tools, apparatus, other means of construction, and all the materials specified by the contract to do the work in the
manner and time prescribed by and in accordance with Drawings and Specifications for Project No. insert project
No. and name and Contractors bid dated
. Said work shall be commenced on the date of the Notice to
Proceed and shall be completed within
working days of said date.
NOW, THEREFORE, if Principal well and faithfully performs all the conditions and covenants of the said
contract, according to the true intent and meaning thereof, upon its part to be kept and performed, then the above
obligation shall be void. Otherwise it shall remain in full force and virtue.
PROVIDED, FURTHER, that the Surety for value received hereby stipulates and agrees that death of individual
Principal shall not relieve Surety of its obligation; that no amendment, change, extension of time, alteration or
addition to the contract or any feature or item or items of performance required therein or thereunder shall in any
manner affect its obligations on or under this Bond; and that Surety does hereby waive notice of such amendment,
change, extension of time, alteration or addition to the contract or any feature or item or items of performance
required therein or thereunder.
IN WITNESS WHEREOF, the instrument is executed in three (3) counterparts, each one of which shall be deemed
an original, this *

day of

of
[Seal]

(Contractor Name)

By:

[Seal]
(Must be President, Vice President, Owner, Partner, Manager or Member)

Title:

(Surety Name)

By:

*Power of Attorney must be certified on this date or later.

[Seal]

Bond No. ______________________________

PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That

,
(Contractor Name)

, as Principal, and
(corporation, partnership or individual)

,
(Surety Name)

a corporation organized and existing under the laws of, and authorized to transact a general surety business in, the
State of California, are held and firmly bound unto the City of Oakland, a municipal corporation, as Obligee, in the
sum of
Dollars ($
), lawful money of the United States of America, to be paid to the said Obligee, for
which payment well and truly to be made, we bind ourselves and each of our heirs, executors, administrators,
successors and assigns jointly and severally firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that
WHEREAS, Principal has entered into a contract dated
with Obligee to furnish all necessary machinery,
tools, apparatus, other means of construction, and all the materials specified by the contract to do the work in the
manner and time prescribed by and in accordance with Drawings and Specifications for Project No. insert project
No. and name and Contractors bid dated
. Said work shall be commenced on the date of the Notice to
Proceed and shall be completed within
working days of said date.
NOW, THEREFORE, if Principal well and faithfully performs all the conditions and covenants of the said
contract, according to the true intent and meaning thereof, upon its part to be kept and performed, then the above
obligation shall be void. Otherwise it shall remain in full force and virtue.
PROVIDED, FURTHER, if Principal shall promptly make payment to all persons, firms, subcontractors,
corporations, and otherwise furnishing materials for or performing labor in the prosecution of the work provided for
in such contract, and any authorized extension or modification thereof, including all amounts due for the moment
and tools consumed or used in connection with the construction of such work, and all insurance premiums on said
work, then the above obligation shall be void. Otherwise it shall remain in full force and virtue.
PROVIDED, FURTHER, that the Surety for value received hereby stipulates and agrees that death of individual
Principal shall not relieve Surety of its obligation; that no amendment, change, extension of time, alteration or
addition to the contract or any feature or item or items of performance required therein or thereunder shall in any
manner affect its obligations on or under this Bond; and that Surety does hereby waive notice of such amendment,
change, extension of time, alteration or addition to the contract or any feature or item or items of performance
required therein or thereunder.
PROVIDED, FURTHER, that no final settlement between the Obligee and the Principal shall abridge the right of
any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, the instrument is executed in three (3) counterparts, each one of which shall be deemed
an original, this *

day of

of
[Seal]

(Contractor Name)

By:

[Seal]
(Must be President, Vice President, Owner, Partner, Manager or Member)

Title:

(Surety Name)

By:
*Power of Attorney must be certified on this date or later.

[Seal]

ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of

On

before me,

, a

Notary Public, personally appeared

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(ties), 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 laws of the State of California that the foregoing paragraph is
true and correct.

WITNESS my hand and official seal.

Signature

{SEAL}

Acknowledgment Instructions
1. Enter name of Notary Public witnessing transactions.
2. Enter name of person having power of attorney to bind Surety Company. Enter Title of person binding
Surety Company.
3. Enter name of Insurance Company (Surety).
4. Notary enters date bond was witnessed. Must be the same as or later than signature date.
Power of Attorney Instructions
1. A Power of attorney for the surety must be attached showing that it was in full force and effect on signature
date indicated on the face of the bond. A raised corporate seal must also be affixed to the Power of
Attorney form.
2. Name of attorney-in-fact must be listed.
3. Power of Attorney may not exceed imposed limitations.
4. Certificate date, the signature date of bond must be entered.
5. Signature of authorizing official must be affixed. (Signature may be facsimile).

SECTION D
Public Works Department Specifications

OAKLAND PUBLIC WORKS (OPW) DEPARTMENT


SPECIFICATIONS
******
GENERAL
The work embraced herein shall be done in accordance with the Standard Specifications for the Public
Works Construction, 2009 Edition (GREEN BOOK) adopted by City Council Ordinance No. 13039 C.M.S.
on October 5, 2010, all referred to hereinafter as the Standard Specification, insofar as the same may
apply, and in accordance with the 2002 City of Oakland Standard Details and these Special Provisions. In
addition, the latest State of California, Department of Transportation, Standard Specifications and Standard
Plans, dated 2010, shall apply for certain applicable State Standard drawings that are specified herein.
Copies of the 2002 City of Oakland Standard Details
http://www2.oaklandnet.com/Government/o/PWA/o/EC/s/DGP/OAK025902

are

available

online

at

Copies of said Standard Specifications for Public Works Construction, 2009 Edition, (GREEN BOOK) is
available at http://www.bnibooks.com.

PAYMENT
Full compensation for furnishing all labor, materials, water, tools, and equipment, and for performing all work
shown on the plans and/or covered in the Specifications, including excavation for form work and removal and
disposal of all waste surplus materials, shall be considered as included in the unit and lump sum prices bid
for the various items of work covered in the estimate, complete in place. Payment for the work will be made
in accordance with Section 9, MEASUREMENT AND PAYMENT of the Standard Specifications.

DESCRIPTION OF WORK
The work to be done under the contract is described in general terms in the Notice to Bidders. The work
includes all items listed in the proposal and other such work as specifically shown on the plans or included in
the specifications.

SPECIAL PROVISIONS
In the following Special Provisions, the numbers in the prefix, as well as the title, used for each section or
subsection (e.g., 1-2 DEFINITIONS) are the same as the number in the prefix of the section or subsection
of the Standard Specifications affected by that portion of the Special Provisions. When the text refers to the
Specifications it is intended that this mean both the Standard Specifications and these Special Provisions.

Project Special Provisions

D-1

Bid Documents: August 26, 2014 Update

CITY OF OAKLAND
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
PART 1 - GENERAL PROVISIONS
Part 1 of the Special Provisions shall conform to Part 1 of the Standard Specifications except as modified
herein.

SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND


SYMBOLS
1-2 DEFINITIONS.
CHANGE THE DEFINITIONS OF THE FOLLOWING WORDS OF SUBSECTION 1-2:
Addendum: A change or changes made in one or more of the contract documents after bids are invited
and before bids are received.
Agency: The City of Oakland, California, a municipal corporation.
Board: The Council of the City of Oakland.
Contract: The written agreement covering performance of the work including, but not limited to, the
executed formal contract, Notice to Bidders, proposal, bonds, plans, specifications, addenda and any
executed change orders.
Engineer: The City Engineer of the City of Oakland, acting either directly or through authorized agents,
such agents acting within the scope of the particular duties entrusted to them.
ADD THE FOLLOWING NEW DEFINITIONS TO SUBSECTION 1-2:
Acceptance: The Engineers formal written acceptance of an entire contract that has been completed in
all respects in accordance with the plans and specifications and any modifications thereof previously
approved.
Architect: Same as "Engineer."
Building Sewer: The 4-inch, 5-inch, 6-inch, or 8-inch sewer pipe, also known as "lateral", within both
the public right-of way and the private property connecting the building or house to, and including, the
connection at the public sewer in the right-of-way or easement. Includes both the "house sewer" and the
"house connection sewer."
Building Sewer Connection: (House Connection) The connection at the public sewer in the public
right-of-way or easement, to the 4-inch, 5-inch, 6-inch, or 8-inch building sewer.
City: Same as "Agency."
City Clerk: The City Clerk of the City of Oakland.
Council: Same as "Board."
City Administrator: City Administrator of the City of Oakland.
City Manager: Former term for the City Administrator of the City of Oakland.
City Treasury: City Treasury of the City of Oakland.
Contract Services: The Contract Services Division of the Department of Public Works. This division is
responsible for advertising, bidding and executing the contracting process.
Contract Compliance: The Contracts and Compliance Division of the City Administrator's Office.
Contract Compliance Officer: A subordinate of the Contracts and Compliance Division who is
responsible for enforcement of the labor, subcontractor, and supplier provisions of the contract.
Electrolier Standard: The shaft or pole used to support the luminaire arm, luminaire, etc.
Inspector: Same as "Engineer."
Hearing Officer: The Engineer or his/her designee. The Hearing Officer shall be at least one
administrative level above the Inspector or Resident Engineer assigned to the project.
Laboratory: The official materials testing laboratory of the City of Oakland or other laboratories
authorized by the Engineer to provide quality assurance. The records and reports of tests may be
examined if they are available at the job site.
Landscape Architect: Same as "Engineer."
Local Public Agency: The City of Oakland.
Lower Lateral: (House Connection Sewer) That portion of the building sewer existing from the building
sewer connection to the Two-Way cleanout.
Project Special Provisions

D-2

Bid Documents: August 26, 2014 Update

Owner: The City of Oakland.


Payment Bond: Material and Labor Bond.
Performance Bond: Faithful Performance Bond.
Public Body: The City of Oakland.
Two-way Cleanout: (Also known House Connection Cleanout or 2-Way Cleanout.) A 4-inch or 6-inch
two-way fitting, no hub, cast iron cleanout installed on the building sewer within the public right-of-way.
Upper Lateral: (House Sewer) That portion of the building sewer existing from the Two-Way Cleanout
to the building connection.
1-3 ABBREVIATIONS.
ADD THE FOLLOWING NEW ABBREVIATIONS TO SUBSECTION 1-3:
ABAG: Association of Bay Area Governments
ADA: Americans with Disability Act
CAL-OSHA: California Occupational Safety and Health Administration
CALTRANS: California Department of Transportation
CEDA: Community and Economic Development Agency, Department of Development of the City of
Oakland
EBMUD: East Bay Municipal Utility District
EDA: Economic Development Administration
HR: Hour
HUD: United States Department of Housing and Urban Development
OMC: Oakland Municipal Code
ISA: International Society of Arboriculture
PAV: Pressure Aging Vessel
OPW: Oakland Public Works
RTFO: Rolling Thin Film Oven
PG: Performance Graded
SFRWQCB: San Francisco Regional Water Quality Control Board

SECTION 2 - SCOPE AND CONTROL OF WORK


CHANGE SUBSECTION 2-1 TO READ:
2-1 AWARD AND EXECUTION OF CONTRACT.
2-1.1 City Ordinance. The bidder shall conform to provisions of Ordinance No. 7937 CMS of the City of
Oakland, as amended, that may be applicable to its bid or to the contract awarded it.
2-1.2 Approximate Estimate. Unless otherwise specified in the Special Provisions or bid documents as
being lump sum items, any quantities given in the specifications, proposal and contract forms are
approximate only, being given as a basis for comparing bids. The City of Oakland, does not, expressly or by
implication, agree that the actual work amount will correspond therewith, but reserves the right to increase or
decrease the amount of any class or portion of the work or to omit portions of the work, as may be deemed
necessary or advisable by the Engineer.
2-1.3 Examination of Plans, Specifications, and Site of Work. The bidder shall examine carefully the
contemplated work site and the proposal, plans, specifications and contract forms. It will be assumed that
the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character,
quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of
these specifications and the contract. It is mutually agreed that submission of a proposal shall be considered
prima facie evidence that the bidder has made such examination.
2-1.4 Proposal Form. All proposals must be made upon forms contained in the proposal section of the
bound project documents.
Bids are required for the entire work. The bid amount, for comparison purposes, will be the total of all
items. The total of unit basis items will be determined by extension of the item price bid on the basis of the
estimated quantity set forth for the item.
The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total price
for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount
set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated
quantity.
In case of a discrepancy between the item price and the total set forth for the item, the item price shall
prevail. However, if the amount set forth as an item price is ambiguous, unintelligible, or uncertain for any
cause, or if omitted, or in the case of unit basis items, is the same amount as the entry on the "Total" column,
Project Special Provisions

D-3

Bid Documents: August 26, 2014 Update

then the amount set forth in the "Total" column for the items shall prevail in accordance with the following:
1) As to lump sum items, the amount set forth in the "Total" column shall be the item price.
2) As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated
quantity for the item and the price thus obtained shall be the item price. All bids shall be clearly and
distinctly written. The bidder, who shall fill in all blanks in the proposal forms as therein required, shall
sign the proposal.
3) As to add or subtract alternate bids, any discrepancy between the proposal form and changes made
by the bidder, the amount shown will be for the alternate as shown on the proposal form.
2-1.5 Bid Security. Each bidder shall submit with the bid security either cash, certified check or cashier's
check of or on some responsible United States Bank, in favor of and payable at sight to the City of Oakland,
in an amount not less than ten percent (10%) of the base bid amount. The Contractor must use only the City
of Oakland bid security form included with the project documents; bid security forms originating from other
institutions will not be accepted. Any contractors not complying with this requirement may be determined to
be non-responsive/non-responsible bidders.
To be valid, the original copy must be delivered to the City Clerk's Office within 24 hours of the time and
date of the bid opening. If the bidder to which the contract is awarded shall, for 20 calendar days after
receipt of such contract, fail or neglect to enter into the contract and file the required bonds, the bid security
shall be forfeited as liquidated damages. The City Administrator shall draw the money due on such bid
security and pay the same or any cash deposited into the City Treasury, and under no circumstances shall it
be returned to the defaulting bidder. In lieu of the foregoing, any bid may be accompanied by a surety bond
on a forfeiture form supplied by the City of Oakland in said amount furnished by a corporate surety
authorized to do a surety business in the State of California, guaranteeing to the City that said bidder will
enter into the contract and file the required bonds within said period.
The bidders failure to enter into the contract after award will result in damages to the City. Such
damages are, and will continue to be, impracticable and extremely difficult to determine.
All bid securities and bid bonds will be returned to the unsuccessful bidders after contract award to the
successful bidder. The bid security and bid bond of the successful bidder shall be returned after execution of
the contract and deposit of the necessary bonds.
If all the bids are rejected, all bids and bid bonds will be returned to the bidders.
2-1.6 Submission and Opening of Bids. All bids shall be sealed, identified as bids on the envelope, and
submitted to the City Clerk at the place and time specified in the public Notice to Bidders. The City
Administrator or his/her designated representative will open the bids, in public, at the time and place
designated in the Notice to Bidders. Bids received after the specified time shall not be accepted, and shall
be returned to the bidder unopened.
2-1.7. Rejection of Proposals. Proposals may be rejected if they contain erasures, interlineations, or
irregularities of any kind. The Council reserves the right to reject any and all bids. The Council may reject
the bid of any party who has been delinquent or unfaithful in any former contract with the City, and shall
reject all bids other than the lowest responsible regular bid.
More than one proposal from an individual, firm, partnership, corporation or combination thereof under
the same or different name will not be considered.
Reasonable grounds for believing that any individual, firm, partnership, corporation or combination
thereof has a financial interest in more than one proposal for the work contemplated may cause the rejection
of all proposals in which such individual, firm, partnership, corporation or combination thereof is interested. If
there is reason for believing that collusion exists among bidders, any or all proposals may be rejected.
Proposals in which the prices obviously are unbalanced may be rejected. If all bids are rejected, the Agency
may again invite sealed proposals as in the first instance.
2-1.8 Complaints. Any bidder or other interested party desiring to enter a complaint against any part or
provision of these specifications or the requirements in bidding must file the same in writing in the Office of
the City Clerk not later than five working days preceding the date set for submission of the bids.
2-1.8.1 Protests. Any bidder or other interested party desiring to protest against any party bid must file a
written statement with the Office of the City Clerk not later than five (5) working days after the bid opening
date.
2-1.8.2 Release From Bid. A bidder shall not be relieved of the bid unless by consent of the City, nor shall
any change be made in the bid because of a mistake. A bidder may be relieved of its bid if: a mistake is
made; he or she gave the Contracts and Compliance Unit and the City Clerk notice within five working days
after the bid opening of the mistake, specifying in the notice in detail how the mistake occurred; the mistake
made the bid materially different than he or she intended it to be; and, the mistake was made in filling out the
bid and not due to error in judgment or to carelessness in inspecting the work site, or in reading the plans
and specifications.
2-1.9 Award of Contract. The contract award, if made, will be by the Council and will be to the lowest
responsible bidder whose proposal complies with all the requirements of the Specifications and Ordinance
Project Special Provisions

D-4

Bid Documents: August 26, 2014 Update

No. 7937 CMS as amended. If the contract award is made within 90 days from opening of the bids, the
Contractor will be required to hold the bid price. If the contract award is made more than 90 days, the
contractor has the option to notify the City in writing to withdraw their bid within 5 working days from the
contract award date. Otherwise, the contractor must hold the bid price. All bids will be compared on the
basis of the Engineer's estimate of quantities of work to be done and/or lump sum bid items. The Council
reserves the right to waive any informality or minor irregularity in the bids.
2-1.10 Contract Execution. The contract shall be signed by the successful bidder and returned together
with the contract bonds, appropriate insurance documents and a copy of Form DE6 (Quarterly Wage Report)
for the prime and subcontractors listed in the bid proposal, within 20 days after the receipt of such contract. If
the bidder fails or refuses to enter into the contract to do the work, or fails to provide the contract bonds,
appropriate insurance documents and the prime and subcontractors Form DE6 (Quarterly Wage Report) as
required, then the certified check or bid bond accompanying this bid and the amount herein mentioned shall
be forfeited, and/or a fine of $1,000 per day, shall be collected by the City of Oakland and paid into the City
Treasury.
2-1.11 Return of Guaranty of the Successful Bidder. The check, or bid bond accompanying the
accepted bid will be held by the City Clerk until the contract has been entered into, and the bonds
accompanying the same are approved and filed, whereupon the certified check or bid bond will be returned
to the successful bidder.
2-4 CONTRACT BONDS.
REPLACE THE SECOND AND THIRD SENTENCES OF THE FIRST PARAGRAPH WITH THE
FOLLOWING:
All surety bonds, including bid, performance and payment bonds, must be furnished by a corporate surety
admitted in the State of California or Lloyds of London, except as follows:
If the contract award is $5,000,000 or less, the surety bond may be furnished by a United States
non-admitted corporate surety which appears on the Treasury List subject to the bonding limits
which the Treasury List imposes on such surety; or,
If the contract award is $1,000,000 or less, the surety bond may be furnished by a United States
non-admitted corporate surety which has an A.M. Best rating of A+; or,
If the contract award is $500,000 or less, the surety bond may be furnished by a United States
non-admitted corporate surety that has an A.M. Best rating of A-.
ADD THE FOLLOWING AFTER THE SECOND SENTENCE OF THE THIRD PARAGRAPH:
The percentage of the Payment Bond shall be as listed on page A1 of the Notice to Bidders. The Payment
Bond shall guarantee payment of all claims for labor and material unfurnished, for amounts due under the
Unemployment Insurance Act with respect to such work or labor, or any amounts required to be deducted,
withheld and paid over to the Franchise Tax Board from the wages of employees pursuant to Section 18806
of Revenue and Taxation Code with respect to such work and labor as required by the California Civil Code
Section 3247, et. seq.
REPLACE THE FOURTH PARAGRAPH WITH THE FOLLOWING:
The percentage of the Performance Bond shall be as listed on page A1 of the Notice to Bidders (or, for
federal projects, page B1 of the Notice to Contractors). The Performance Bond shall guarantee faithful
performance of all work, within the time prescribed, in a manner satisfactory to the Agency, and that all
materials and workmanship will be free from original or developed defects. The Performance Bond must
remain in effect until the end of all warranty periods set forth in the Contract.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General.
ADD THE FOLLOWING TO THE END OF SUBSECTION 2-5.1:
All work shall be performed in compliance with all applicable (most recent editions adopted by the City of
Oakland) federal, state and local codes, code amendments, and ordinances such as, but not limited to, the
following:
California Manual of Uniform Traffic Control Devices (MUTCD);
Uniform Building Code, State Building Code,
Uniform Plumbing Code,
Uniform Mechanical Code,
Uniform Fire Code,
Uniform Electrical Code,
"Work Area Traffic Control Handbook."
Project Special Provisions

D-5

Bid Documents: August 26, 2014 Update

Unless otherwise noted in the contract documents, the Uniform Building Code shall apply to the construction,
alteration or repair of all City facilities including bridges, pedestrian walkways, and pumping stations.
2-5.3 Submittals.
ADD NEW PARAGRAPHS AT END OF SUBSECTION 2-5.3.3 TO READ:
Attachment 1, the project submittal list, at the end of the Special Provisions details project submittal
requirements. This list is intended to be comprehensive, but no claim for completeness is implied, and
submittal of each and every item on the lists shall not relieve the Contractor of supplying all information
needed, or of complying with any of the other requirements of the specifications. Revised lists may be
issued and items may be added to the list supplied.
The Contractor shall use Attachment 2, the submittal transmittal form at the end of the Special
Provisions, to certify that the proposed submittal meets the requirements of the project Special Provisions
and the Standard Specifications. This form indicates what party (i.e. Contractor = CONTR; Subcontractor =
SUB) shall sign the transmittal form.
The Contractor is responsible for providing all required submittals. The City may request additional
itemized lists of materials, equipment and fixtures furnished and installed by the Contractor. These requests
for itemized lists shall be made in writing specifying the items and details required. The Contractor shall
provide these itemized lists within ten working days of the receipt of the written request. The Contractors
failure to provide said lists will delay payment to the Contractor until such lists are received. In the event that
material, equipment and fixture lists are requested and not timely received at the conclusion of field
construction, the Engineer may withhold the retention payment until requested lists are received and
approved by the Engineer.
The Contractor shall provide submittals showing the locking or theft-deterrent mechanisms to be
installed on all City streetscape furniture such as trash receptacles, benches, tree grates, bollards,
newspaper racks, etc. Such mechanisms shall be as recommended by the product manufacturer. Such
theft-deterrent devices shall not pose a tripping hazard to pedestrians. The Contractor shall not order these
items until the Engineer has approved the locking procedure detailed in the submittal.
ADD NEW SUBSECTION 2-5.3.5 TO READ:
2-5.3.5 Submittal Schedule. The Contractor shall, within fifteen (15) calendar days after receipt from the
City of the Notice to Proceed on this Contract, or another period of time as determined by the City, prepare
and submit to the City, for Review and Concurrence, a comprehensive submittal schedule. This schedule
shall identify all submittal items required by the Contract, or as otherwise requested by the City.
The submittal schedule shall include the date by which the item will be submitted to the City, whether the
submittal is for approval or for record, the date by which approval is required, and the date by which the
material or equipment must be on site in order not to delay the progress of the Work.
In preparing the submittal schedule, the Contractor shall consider the nature and complexity of each
submittal item and shall allow adequate time for review, revision or correction, resubmittal, and approval
sufficiently in advance of the construction requirements in order not to delay the progress of the Work. The
submittal schedule shall allow adequate time for review of each submittal item prior to submittal to the City.
Review and Concurrence of the submittal schedule is a precondition to the City making the first progress
payment under the payment provisions of this contract.
2-6 WORK TO BE DONE.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 2-6 TO READ:
Any work done beyond lines and grades established by the Engineer pursuant to the plans or any extra
work done without written authority of the Engineer, shall be considered as unauthorized work and no
compensation will be allowed therefor. The Engineer shall have the authority to have such work removed
and the area restored, and to deduct the cost thereof from money due the Contractor.
REPLACE SUBSECTION 2-8 WITH THE FOLLOWING:
2-8 RIGHT-OF-WAY. The Contractor shall perform work within the public right-of-way or easements shown
on the plans. The right to enter onto private property outside the public right-of-way or easement shall be
obtained in writing from the property owner by the Contractor at the Contractor's expense. Mobilization and
staging areas outside the City right-of-way shall be obtained at the Contractor's expense.
The Contractor shall be solely responsible for damages to persons or property occurring during or as a
result of the Contractor's entry onto private property outside the right-of-way or easement area.
The Contractor shall defend and hold the City harmless from any and all claims, causes of action,
demands or judgments resulting from the Contractor's entry onto private property outside the right-of-way or
easement area.
The Contractor shall be directed to Appendix 17 for information regarding a proposed License
Project Special Provisions

D-6

Bid Documents: August 26, 2014 Update

Agreement for a Construction Staging and Storage locations. Appendix 17 contains details regarding the site
location, as well as requirements and provisions of the License Agreement.
2-9 SURVEYING.
2-9.1 Permanent Survey Markers.
REPLACE THE LAST SENTENCE OF THE FIRST PARAGRAPH OF SUBSECTION 2-9.1 WITH THE
FOLLOWING:
Markers that otherwise are lost or disturbed by its operations shall be replaced at the Contractor's expense
by a City survey crew or by a person licensed to practice land surveying in California as determined by the
Engineer.
2-9.2 Survey Service.
REPLACE SUBSECTION 2-9.2 WITH THE FOLLOWING:
The Contractor shall be responsible for all survey services for staking and laying out any portion of the Work.
Surveying shall be performed by a Registered Land Surveyor or Registered Civil Engineer authorized to
practice surveying within the State of California.
ADD NEW SUBSECTION 2-9.5 TO READ:
2-9.5 Payment.
Unless otherwise specified in the Special Provisions, payment for survey service for construction staking and
laying out any portion of the Work, shall be considered as included in the other bid items of work, and no
additional compensation will be allowed therefor.

2-10 AUTHORITY OF BOARD AND ENGINEER.


ADD THE FOLLOWING THREE PARAGRAPHS TO SUBSECTION 2-10:
No member of or Delegate of Congress, or Resident Commissioner shall be admitted to any share or
part of this contract or to any benefit that may arise there from, but this provision shall not be construed to
extend to this contract if made with a corporation for its general benefit.
No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make,
accept or approve, or to take part in negotiating, making, accepting or approving any architectural,
engineering, inspection, construction or material supply contract or any subcontract in connection with the
construction of the project, shall become directly or indirectly interested personally in this Contract or in any
part hereof. No officer, employee, architect, attorney, engineer or inspector of or for the City who is
authorized in such capacity and on behalf of the City to exercise any legislative, executive, supervisory, or
other similar functions in connection with the construction of the project, shall become directly or indirectly
interested personally in this contract or in any part thereof, any material supply contract, subcontract,
insurance contract or any other contract pertaining to the project.
Prior federal approval may be required on changes in the work and final acceptance.
ADD NEW SUBSECTION 2-13 TO READ:
2-13 RE-INSPECTION AT THE END OF THE WARRANTY PERIOD. The Contractor shall include in the
bid the cost for re-inspection of completed work just prior to the expiration period of the warranty. The
Contractor and Engineer shall meet on the project site and together re-inspect all of the work just prior to the
expiration of the warranty period. If any warranty items are discovered then corrective work shall completed
within 60 calendar days.

SECTION 3 - CHANGES IN WORK


3-1 CHANGES REQUESTED BY THE CONTRACTOR.
REPLACE SUBSECTION 3-1.1 WITH THE FOLLOWING:
3-1.1 General. The General Contractor shall submit to the Engineer, in writing, requests for changes in
products, materials, equipment, and construction methods required by the contract documents. These
requests for changes will be received and considered by the Engineer when the Contractor has
demonstrated and/or indicated in writing that:
the request does not require extensive revision to the contract documents;
that the proposed changes are in keeping with the general intent of the contract documents; and
the request is timely, fully documented and properly submitted.
In addition, the requests for changes will only be considered if they do not impair, in any manner, essential
Project Special Provisions

D-7

Bid Documents: August 26, 2014 Update

project functions or characteristics, including but not limited to service life, economy of operation, ease of
maintenance, desired appearance, or design and safety standards. These requests for changes shall be
submitted only during the substitution period stipulated in the contract documents, or within 15 calendar days
of the Notice to Proceed date if no substitution period is stipulated. All requests received more than 15
calendar days after the Notice to Proceed date or after the stipulated substitution period will be rejected.
It is not the intent of these Specifications to exclude the use of any meritorious product of equal value,
however the burden of proof of equality lies with the Contractor. Proposed substitutions that increase the
cost of Work or Contract Time will not be accepted.
Substitution requests shall meet the following requirements:
a) The Contractor shall present each substitution request individually. If the proposed substitute is
found to be not acceptable, then the specified item shall be supplied.
b) For any substitution request to be considered, it must be submitted in electronic format and six
hardcopies, the first page of each shall be a completed Attachment 3, MATERIAL OR PRODUCT
OR METHOD SUBSTITUTION REQUEST. Attachment 3 (located in the Attachments section at the
end of the Special Provisions) must be filled out within its entirety. The Contractors failure to do so
will result in immediate return of the request to the Contractor without the Citys review.
c) If the City deems the proposed substitute to be acceptable, authorization for its inclusion in the
Work will be issued as a Change Order with appropriate action.
d) The Contractors failure to order materials and/or equipment in a timely manner will not constitute
justification for substitution.
e) A substitution request constitutes a representation that the Contractor:
(1) has investigated the proposed product/method of rehabilitation and determined that it meets or
exceeds the quality level of the specified item;
(2) will provide the same warranty for the substitution as for the specified item;
(3) will coordinate installation and make changes to other work which may be required for the work
to be completed with no additional cost to the City;
(4) waives claims for additional cost or time extension which may subsequently become apparent;
(5) waives claims and assume responsibilities at no cost to the City to resolve any conflict as a
result of the substitution; and
(6) will reimburse the City for review or redesign services associated with re-evaluation process.
f)
Substitutions will not be considered without separate written request when they are indicated or
implied on shop drawing or product data submittals. Substitutions will also not be considered when
acceptance will require untimely revisions to the Contract Documents.
g) No substitutions shall be incorporated in the project without the Engineers written approval. The
Engineer will render his/her written decision not later than 35 calendar days after receipt of any
proposed substitutions.
h) The City may require the Contractor to furnish a written warranty, with adequate safeguards to the
City, assuring satisfactory performance of a proposed substitute item or system for a stated
minimum period of time, usually one year.
i)
The Contractors failure to submit a proposed substitution for approval in the manner described
above, and within ample time before scheduled installation, shall be deemed sufficient cause for the
Engineers disapproval of any substitution otherwise proposed.
j)
Substitutions may be considered when a product becomes unavailable through no fault of the
Contractor.
Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially
affect the Work and which are not detrimental to the Work or to the interests of the City, may be granted by
the Engineer to facilitate the Work, when approved in writing by the Engineer.
3-2 CHANGES INITIATED BY THE AGENCY.
REVISE SUBSECTION 3-2.1 TO READ:
3-2.1 General. The Agency may change the plans, specifications, character of the work, or work quantity,
provided the total arithmetic dollar value of all such changes, does not exceed the following percentages of
the contract price.
CONTRACT PRICE
CHANGE ORDER LIMITATION
$5 Million and over
10% of the contract price
$2 to $5 Million
15% of the contract price
$0.5 to $2 Million
20% of the contract price
Less than $0.5 Million
25% of the contract price
The Agency delegates to the City Administrator or his/her designee the authority to approve such
changes. Should it become necessary to exceed this limitation, the change shall be by written change order
between the Contractor and the agency, and shall be approved by the City Council.
Project Special Provisions

D-8

Bid Documents: August 26, 2014 Update

A contract change order, approved by the Engineer, may be issued to the Contractor at any time prior to
contract completion. Upon receipt of the approved contract change order, the Contractor shall proceed with
the ordered work. If ordered in writing by the Engineer, the Contractor shall proceed with the work so
ordered prior to actual receipt of an approved contract change order therefore. In such cases, the Engineer
will, as soon as practical, issue an approved contract change order for such work. The provisions in 3-5
"Disputed Work" shall be fully applicable to such subsequently issued contract change order.
A contract change order, approved by the Engineer and executed by the Contractor, is an executed
contract change order.
If the Contractor is delayed by the Agency due to Change Order work, such delay might entitle the
Contractor to a time extension but will not entitle the Contractor to damages or additional payment from
alleged impacts due to such delays, regardless of if the delay is avoidable or unavoidable unless the Change
Order work exceeds 20% of the original contract value.
3-2.4 Agreed Prices.
ADD THE FOLLOWING TO THE END OF SUBSECTION 3-2.4:
Proposals for extra work submitted by the Contractor for increases or decreases to the contract price shall
include a detailed cost estimate in the format and for the items described in Section 3-3.
3-3 EXTRA WORK.
3-3.2 Payment.
3-3.2.2 Basis for Establishing Costs.
REPLACE THE FIRST PARAGRAPH WITH THE FOLLOWING:
3-3.2.2 (a) Labor. The Contractor will be paid the cost of labor for workers used in the actual and direct
performance of the work. The labor cost will be the sum of the following:
1) Actual Wages. The actual wages paid shall include, but not limited to, base wages plus any
employer payments to or on behalf of the workers for health and safety, pension, welfare, vacation,
holiday, sick leave, union training and similar purposes.
2) Labor Surcharge. To the actual wages paid as defined in 1) above, will be added a labor
surcharge set forth in the CALTRAN's publication entitled Labor Surcharge and Equipment Rental
Rates, which is in effect on the date upon which the work is performed. This document is available
on the web at http://www.dot.ca.gov/hq/construc/eqrr/Book_2014.pdf. The labor surcharge shall
constitute full compensation for payments imposed by State and Federal laws for Workers'
Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment, and State
Training taxes. Rates effective April 1, 2014 through March 31, 2015 are 12% for regular time
and 12% for overtime.
CHANGE THE LAST PARAGRAPH OF SUBSECTION 3-3.2.2 (a) TO READ:
Indirect labor costs including, but not limited to, superintendence, office personnel, timekeepers, and
maintenance mechanics shall be considered part of the markup of 3-3.2.3 (a). All labor classifications used
in the performance of extra work shall be subject to the Engineers approval.
3-3.2.2(c) Tool and Equipment Rental.
REPLACE THE SECOND PARAGRAPH OF SUBSECTION 3-3.2.2 (c) WITH THE FOLLOWING THREE
PARAGRAPHS:
The Contractor will be paid for the use of contractor-owned equipment at the current rental rates in effect
on the work date as listed for such equipment in the State of California, Department of Transportation
publication entitled, "Equipment Rental Rate and General Prevailing Wage Rates." The Engineer will
establish a suitable rental rate if equipment other than that listed in the above publication is used for the work
performance.
Equipment rented and not owned by the Contractor will be paid for at the actual rental rates from rental
invoices provided by the Contractor. The rental time to be paid for equipment on extra work shall be the time
the equipment is in operation on the extra work being performed and twice the time required to move the
equipment to the location of the extra work. However, moving time will not be paid for if the equipment is
used at the site of the extra work on other than such extra work. The rental time paid per day will be in
accordance with the following:
Hours Equipment is in Operation
Hours to be Paid
0-2
2
2-4
4
4-6
6
6-8
8
Equipment at the work site idled due to unforeseen events not caused by the Contractor may be
Project Special Provisions

D-9

Bid Documents: August 26, 2014 Update

compensated for, as approved, by the Engineer. Compensation will be computed using the delay factor,
overtime factor and rental rates listed for equipment in the most recently published State of California
Department of Transportation publication entitled "Equipment Rental Rate and General Prevailing Wages."
CHANGE SUBSECTION 3-3.2.3 TO READ:
3-3.2.3 Markup.
(a) Work by Contractor. The following percentages shall be added to the Contractor's direct costs and
shall constitute the full markup for all overhead and profits. Direct labor cost is defined as actual wages plus
labor surcharge.
Direct Labor Cost
33%
Materials
15%
Equipment Rental
15%
Other Items and Expenditures
15%
This markup shall fully compensate the Contractor for all personnel not included in Section 3-3.2.2(a)
hereinabove, indirect labor costs, bond and insurance premium, temporary construction facilities, field
engineering, schedule updating, as-built drawings, home office cost, estimating cost, and any other indirect
cost incidental to the performance of the change in Work.
(b) Work by Subcontractor. When all or any part of the extra work is actually performed by a first tier
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the first tier Subcontractors actual
cost of such work calculated under Section 3-3.2.2 hereinabove. The Contractor may add a markup of fifteen
percent (15%) on the first $5,000 of the total subcontracted portion of the extra work and a markup of seven
and one-half percent (7-1/2%) on work added in excess of $5,000 of the subcontracted portion of the extra
work.
When the extra work is actually performed by a second or lower tier subcontractor, the total markup of
the Contractor and the upper tier subcontractors shall not exceed eighteen percent (18%) on the first $5,000
of the total subcontracted portion of the extra work, and ten percent (10%) on work added in excess of
$5,000 of the subcontracted portion of the extra work.
Markups on work performed by Subcontractors shall be considered full payment for estimating, handling,
office processing and field superintendence of extra work.
3-5 DISPUTED WORK.
ADD THE FOLLOWING TWO PARAGRAPHSTO THE END OF SUBSECTION 3-5.
Should the Contractor disagree with any terms or conditions set forth in an approved contract change
order that it has not executed, it shall submit a written protest to the Engineer within two weeks after the
receipt of such approved contract change order, and proceed with the work. If a written protest is not
submitted, payment will be made as set forth in the approved contract change order and such payment shall
constitute full compensation for all work included therein or required thereby. Such unprotested approved
contract change orders will be considered as executed contractor change orders.
The procedures in Section 3-5 through Section 3-8 are established for disputes and claims related to the
construction aspect of the work. For other disputes and claims, such as compliance with the Citys Small
Local Business Enterprise Program, the Local Employment Program, prevailing wages, stop notices, etc.,
these procedures are not applicable.
ADD NEW SUBSECTION 3-6:
3-6 PROCEDURE FOR PROTEST BY THE CONTRACTOR. If in disagreement with some aspect of the
Work, the Contractor shall:
1. File a written Notice of Potential Claim with the Resident Engineer within five calendar days after the
event creating the disagreement.
2. Supplement the written protest, within ten calendar days of its filing, with a written statement that:
a. Cites contract provisions that support the protest,
b. Estimates the dollar cost, if any, of the protested work, and
c. Estimates the amount of added time incurred, if any, and
3. Provide the Resident Engineer with a written statement of actual adjustment requested with
supporting documentation as soon as possible.
Throughout any protested work, the Contractor shall keep records of costs and time incurred. The
Contractor shall furnish copies and permit the Resident Engineer access to these and any other records
needed in order to evaluate the protest.
The Resident Engineer will evaluate all protests and potential claims and provide a written answer to the
Contractor within ten (10) calendar days of receipt of the supporting information described in (2) and (3)
above. If a protest is valid, the Engineer will adjust contract time or payment by an equitable amount. No
adjustment will be made for an invalid protest.
Project Special Provisions

D-10

Bid Documents: August 26, 2014 Update

If the Contractor does not agree with the ruling of the project Resident Engineer, the Contractor may
pursue the protest further by filing a formal claim as outlined in Section 3-7.
By failing to follow the procedures of this subsection, the Contractor waives any claims for protested,
claimed or disputed work.
ADD NEW SUBSECTION 3-7:
3-7 CLAIMS PROCEDURES. For claims of $375,000 or less, the Contractor shall use the accelerated
claims procedures outlined in Subsections 3-7 and 3-8 of these Special Provisions.
If the Contractor claims that additional payment or time is due and the Contractor has pursued and
exhausted all the means provided in Sections 3-6 and 6-6 to resolve a dispute (protest or potential claim),
the Contractor may file a claim as provided in this subsection.
A Claims Resolution Hearing will be held within thirty (30) calendar days of a properly filed claim. The
claim shall be addressed to the Supervising Civil Engineer or Construction Supervisor who will act as
Hearing Officer. The Hearing Officer will render a written decision within ten calendar days of the close of
the Claims Resolution Hearing.
If the written notifications provided in Sections 3-6 and 6-6 were not provided or if the Engineer is not
afforded reasonable access to the Contractors records of actual cost and additional time incurred, or if a
claim is not filed as provided in this subsection, then the Contractor agrees to waive any claim for additional
payment or time. The fact that the Contractor has provided proper notification, provided a properly filed
claim, or provided the Resident Engineer access to records of actual cost, shall not be construed as proving
or substantiating the claims validity.
If the Hearing Officer determines that the claim has merit, the Resident Engineer will make an equitable
adjustment either in the amount of costs to be paid or in the time required for the work, or both. If the
Hearing Officer determines that the claim does not have merit, no adjustment will be made.
All claims filed by the Contractor shall be in writing and in sufficient detail to enable the Hearing Officer to
ascertain the basis and amount of the claim. The City may request, in writing, any copies of any additional
documentation supporting the claim or relating to defense to the claim the City may have against the
contractor. At a minimum, the following information must accompany each claim submitted.
1. A statement indicating that the Contractor is filing the claim under Section 3-7 of the Special
Provisions.
2. A detailed, factual statement of the claim for additional compensation and/or time, providing all
necessary dates, locations, and items of work affected by the claim.
3. The name of each individual, official, or employee involved in or knowledgeable about the claim.
4. The specific provisions of the Contract that support the claim and a statement of the reasons such
provisions support the claim.
5. Any documents and the written communications that support the claim, including but not limited to,
daily reports, cancelled checks, original bid estimates and worksheets, payroll records, contracts
with subcontractors, correspondences between contractor and subcontractors, etc.
6. If a time extension is sought:
a. The specific days and dates for which it is sought;
b. The specific reasons the Contractor believes a time extension should be granted;
c. An as-built critical path schedule that identifies all events causing delays to the projects
critical path.
7. If additional compensation is sought, the exact amount sought and a breakdown of that amount into
the following categories (refer to Section 3-3):
a. Direct labor,
b. Direct materials.
c. Direct equipment. The rates claimed for each piece of equipment shall not exceed actual
costs. In the absence of actual equipment costs, the equipment rates, when in use,
shall not exceed the rates established by the current CALTRANS Equipment Rental
Rate Manual. For each piece of equipment for which the claim is made the equipment
cost shall be broken down to identify the following:
(1) Detailed description (e.g., Motor Grader Diesel Powered Caterpillar 12"G", etc.)
(2) The hours of use or standby
(3) The specific day and dates of use or standby.
d. Job site overhead.
e. Unabsorbed Home Office Overhead (general and administrative).
f. Subcontractor's claims (same level of detail as specified herein for contractor's claims).
8. The Contractors claim certificate (Attachment 4 at the end of these Special Provisions) shall be
submitted to the Agency. Failure to submit the notarized certificate will be sufficient cause for
denying the claim.
Project Special Provisions

D-11

Bid Documents: August 26, 2014 Update

ADD NEW SUBSECTION 3-8:


3-8 CLAIM APPEALS. If the claim is denied, the Contractor may appeal to the Division Manager. The
Contractor shall make such appeal in writing within ten calendar days of receiving the Hearing Officer's
written notice denying the claim. The Division Manager will hold a hearing within fifteen calendar days of the
appeal filing to determine the merits of the claim. The Division Manager shall render a written decision within
ten calendar days of the close of the Appeals Hearing. If the Division Manager concurs with the Claims
Hearing Officer, no adjustment will be made.

SECTION 4 - CONTROL OF MATERIALS


4-1 MATERIALS AND WORKMANSHIP.
4-1.1 General.
REPLACE THE SECOND SENTENCE OF THE SECOND PARAGRAPH WITH THE FOLLOWING:
Materials and workmanship not conforming to the requirements of the bid construction documents shall be
considered defective and will be subject to rejection.
ADD NEW SUBSECTION 4-1.1.1 TO READ:
4-1.1.1 Material Furnished by the Agency. Certain material to be installed by the Contractor may be
furnished by the Agency at no cost to the Contractor. Any material to be furnished by the Agency will be
listed in the plans and/or specifications. All other material to complete the contract shall be furnished by the
Contractor. The Contractor shall be responsible for all materials furnished until the work the City accepts the
Contract work. The Contractor shall replace any City-furnished materials lost or damaged from any cause
whatsoever at the Contractors expense. The Contractor shall be liable to the City for the cost of replacing
City-furnished material, and such cost may be deducted from any monies due or to become due the
Contractor.
The City will furnish manhole frames and covers; lamphole frames and covers; and cleanout frames and
covers (except for house connection or two-way cleanouts).
The Contractor shall make arrangements with the Engineer at least seven calendar days in advance of
picking up Agency-furnished material.
Payment for all labor, equipment, tools, and incidentals, for picking up, transporting, and installing
Agency-furnished material shall be included in the price bid for related items of work.
ADD NEW SUBSECTION 4-1.1.2 TO READ:
4-1.1.2 Required Recycled-Content Material Report. It is the Citys policy that contractors and suppliers
use recycled-content materials to the greatest extent feasible (unless specified otherwise). At the end of all
projects $50,000 and greater, the Contractor shall submit a Recycled Materials Report. In this report the
Contractor shall detail those products made with recycled materials that were used on the project by type of
material, quantity, and cost.
ADD NEW SUBSECTION 4-1.1.3 TO READ:
4-1.1.3 Required Construction and Demolition Waste Reduction and Recycling. This contract is
subject to Oaklands Construction and Demolition Debris Waste Reduction and Recycling Ordinance (C&D
Ordinance), OMC 15.34. The ordinance requires salvage or recycling of 100% of asphalt and concrete
products and 65% of all other construction and or demolition debris, and submittal of plans and reports that
document compliance with this requirement. Additional details are available at
http://www2.oaklandnet.com/Government/o/PWA/o/FE/s/GAR/OAK024770.
For projects of $50,000 or greater, the Contractor must submit a Waste Reduction and Recycling Plan
(WRRP) within five (5) days after NTP is issued. This plan shall state how construction and demolition
debris generated by type and quantity from the project will be diverted from landfills to meet the standards
noted above. The Contractor may submit the WRRP online at www.greenhalosystems.com, using an
access code provided by the City, or on paper, subject to additional processing fees. The WRRP is available
for download at http://www2.oaklandnet.com/oakca1/groups/pwa/documents/agenda/oak026388.pdf.
At the end of all construction, for projects of $50,000 or greater, the Contractor shall submit a completed
Construction & Demolition Summary Report (CDSR) in the same format selected for the WRRP, online or
paper. The CDSR form is available online at
Project Special Provisions

D-12

Bid Documents: August 26, 2014 Update

http://www2.oaklandnet.com/oakca1/groups/pwa/documents/agenda/oak026389.pdf. The Contractor shall


document in the CDSR all salvage, recycling and disposal activities associated with the project. Contractors
who choose not to use www.greenhalosystems.com for submittals, will be subject to fees listed in the Citys
Master Fee Schedule.
4-1.3 INSPECTION REQUIREMENTS.
ADD NEW SUBSECTION 4-1.3.4 TO READ:
4-1.3.4 Reinspection and Retesting. In the event work or materials are rejected and reinspection and/or
retesting is necessary, or in the event portions of the work scheduled by the Contractor for inspection or
testing are not ready at the time designated by the Contractor, then the Contractor shall be subject to the
costs incurred by the Agency for such reinspection, retesting, or delays.
Said costs shall include, but not limited to, direct labor costs (including fringe benefits, labor overhead
charges as established by current agency finance procedures), equipment, and related overhead costs.
It shall be the Contractor's responsibility to notify the Engineer when work is ready for inspection and/or
testing.
REPLACE SUBSECTION 4-1.5 TO READ.
4-1.5 CERTIFICATE OF COMPLIANCE. A Certificate of Compliance shall be furnished prior to the use of
any materials for which these specifications or the special provisions require that a certificate be furnished.
In addition, when so authorized in these specifications or in the special provisions, the Engineer may permit
the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of
Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of
assembled materials and shall state that the materials involved comply in all respects with the requirements
of the specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the
work and the lot so certified shall be clearly identified in the certificate.
Materials test data may be required by the Engineer to be included with the submittal of the Certificate of
Compliance.
Materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The
fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of
responsibility for incorporating material in the work which conforms to the requirements of the plans and
specifications, and any material not conforming to the requirements will be subject to rejection whether in
place or not.
The City reserves the right to refuse to permit the use of material on the basis of a Certificate of
Compliance.
The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer.
4-1.6 TRADE NAMES OR EQUALS.
ADD THE FOLLOWING TO THE END OF SUBSECTION 4-1.6:
If the Contractor is authorized to substitute an equivalent item or material, it shall be with the understanding
that there will be no increase in contract price due to the substitution. If a substitution is approved by the
Engineer and is subsequently found not to be equal to the specified item or material, the Contractor shall
remove and dispose of the substitute at the Contractor's expense. The Contractor shall then furnish and
install the specified item or material at no additional cost to the owner.

SECTION 5 - UTILITIES
5-1 LOCATION.
REPLACE THE THIRD PARAGRAPH OF SUBSECTION 5-1 WITH THE FOLLOWING PARAGRAPHS:
As provided in Section 4216 of the California Government Code, at least two working days prior to
commencing any excavation, if the excavation will be conducted in an area that is known, or reasonably
should be known, to contain subsurface installations, the Contractor shall contact Underground Service Alert
(USA) of Northern California and obtain an inquiry identification number. Notification numbers must be
updated two working days before the twenty-eight day period expires, or as required by State law.
White Markings in Paved Areas: The Contractor shall avoid excessive or oversized marking, especially
if marking outside the excavation area. Limit length, height, and interval of marks per USA guidelines.
Letters and numbers shall not exceed 3 to 6 in height. On concrete surfaces the Contractor shall use spray
chalk paints, water-based paints or equivalent less permanent type marking.
White Markings in Non-Paved Areas: When paint is not used, use appropriate colored stakes, lath,
pennants or chalk lines. Select marker types that are most compatible to the purpose and marking surface.
Adhere to paved area marking suggestions to the extent practical.
Project Special Provisions

D-13

Bid Documents: August 26, 2014 Update

Each utility that is not a member of the Regional Notification Center (RNC) must be notified individually.
The City of Oakland Electrical Division (street lights, traffic signals, call boxes) is not a member of a RNC.
The City of Oakland is not required to mark gravity-fed lines such as storm and sanitary sewers.
CHANGE THE FIFTH PARAGRAPH OF SUBSECTION 5-1 TO READ:
The Contractor shall be responsible for locating all the service laterals including, but not limited to,
private building sewer, storm drainage, water, electrical, telephone and cable, prior to excavation in areas
where service laterals could reasonably be expected to exist. Any service laterals damaged by the
Contractor shall be promptly repaired with the approval of the Engineer, at no cost to the City. If no pay item
is provided in the Contract for this work, full compensation for such work shall be considered as included in
the prices bid for other items of work.
Prior to start of work, the Contractor shall be responsible for positively identifying the depth to and
extents of the basements within the Project Limits. No work above or in the vicinity of the basements until the
basements have been positively located.
5-2 PROTECTION.
REPLACE THE FIRST SENTENCE OF THE SECOND PARAGRAPH WITH THE FOLLOWING:
Where protection is required to ensure support of utilities located substantially (i.e. within 3 feet) as shown on
the Plans or in accordance with 5-1, the Contractor shall, unless otherwise provided, furnish and place the
necessary protection at the Contractor's expense.
ADD THE FOLLOWING TO THE END OF SUBSECTION 5-2:
The Contractor shall provide temporary and permanent supports under all existing concrete, asbestos
concrete, clay, telephone, and power conduits. Cost for such supports shall be absorbed in the Contractor's
bid item for the pipeline construction.
The Contractor shall not tunnel under conduits unless approved by the Engineer. All voids within the
tunnel limits shall be filled with one-sack cement/sand slurry.
5-5 DELAYS.
ADD THE FOLLOWING TO THE END OF SUBSECTION 5-5.
No payment will be made for the first two hours of each occurrence of delay related to identification and
removal of an abandoned or unmarked utility.
5-6 COOPERATION.
ADD NEW SUBSECTION 5-6.1 TO READ:
5-6.1 Utility Work. The Contractor shall be advised that the relocation of overhead and underground utilities
may be underway by other forces within or adjacent to the limits of Work. The Contractor shall cooperate
and coordinate with all such other forces to avoid delays or hindrances to their work.
ADD NEW SUBSECTION 5-6.2 TO READ:
5-6.2 Adjacent Project Work. The Contractor shall be advised that other projects may be underway by
other forces within or adjacent to the limits of Work. The Contractor shall cooperate and coordinate with all
such other forces to avoid delays or hindrances to their work. Adjacent projects within the Project limits
include, but are not limited to:
1. AC Transit Line 51 Corridor Delay Reduction & Sustainability Project
2. Port of Oakland Security Fiber Optic Network Expansion & Redundancy Project
3. AC Transit East Bay Bus Rapid Transit (BRT) project
4. 17th Street Striping and Repair Project
5. Broadway Sewer Pipe Rehabilitation
6. City-wide Paving Project (includes Telegraph Ave)
7. San Pablo Avenue Green Streets
8. Rotunda Building Sewer Lateral Replacement Project
9. Dogwood Basement Backfill Project
10. Cathedral Building Bar Restoration Project

ADD NEW SUBSECTION 5-7 TO READ:


5-7 UTILITY EXCAVATION BACKFILL. The Contractor will not be entitled to damages, additional payment,
or a time extension for impacts or delays attributable to utility excavation backfill material type or density if
such utility is substantially located (i.e. within 3 feet) according to Subsection 5-1.
Project Special Provisions

D-14

Bid Documents: August 26, 2014 Update

ADD NEW SUBSECTION 5-8 TO READ:


5-8 PAYMENT. The Bid Item Utility Relocation and Coordination will be paid as a Lump Sum and shall be
full compensation to furnish all labor, materials, tools, equipment, and incidentals for doing all the work
involved in adjusting or relocating City utilities, locating existing utilities, coordination with Utility companies
for altering, relocating, or reconstructing of utility facilities, complete in place, in accordance with the Plans,
Specifications and Standard Details.

SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK


6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
6-1.1 Construction Schedule.
ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH:
A schedule utilizing the critical path method is required on all projects with a bid price of $250,000 or greater.
Failure to provide approvable schedules prior to the start of work may result in delays or non-payment of
Mobilization progress payments.
ADD THE FOLLOWING AFTER THE FIRST PARAGRAPH:
On a monthly basis, along with the monthly payment request, the Contractor shall revise the schedule,
indicating actual progress, and resubmit to the City for review and concurrence. If in the opinion of the City,
the Contractor falls behind the accepted schedule, the Contractor shall take the necessary steps to improve
progress and adhere to the original schedule. Failure to provide updated construction schedules with
monthly payment requests may result in delays or non-payment of monthly payments.

6-1.2 Commencement of the Work


ADD THE FOLLOWING AT THE END OF SUBSECTION 6-1.2:
The contract time specified is the City's best estimate of the required time to complete the Work. If the
Contractor elects to submit an early completion schedule for the Project, the Contractor does so at its own
risk. Such a submission does not change the contract time specified in the contract documents and the
contractor must show the remaining time as float time on the schedule. Moreover, the City shall not be
responsible for, nor be held liable for, any damages allegedly caused by the Contractors failure to complete
the Project within the proposed early completion schedule.
Contractor shall not pave or perform base repairs within a 2 block radius of the following schools during
school days. Weekend work is allowed for the 2 block radius at no additional cost to the City. The
Contractors failure to comply with the requirements shall require the Contractor to pay to the City or the City
may deduct from monies due the Contractor, the sum of $5,000.00 per paving segment per day, unless
otherwise provided in the contract documents.
Contractor shall not pave within a 2 block radius of the following schools during school days:
Schools on Project Site
Oakland School for the Arts
Oakland Unified School District School Calendar 2014/2015
Thursday, June 12, 2014 Last Day of School for Students
Friday, July 4, 2014 - Independence Day (No School)
Monday, August 25, 2014 First Day of School for Students
Monday, September 1, 2014 Labor Day (No School)
Friday, October 10, 2014 Professional Development Day (No School)
Tuesday, November 11, 2014 Veterans Day (No School)
Monday, November 24, 2014 - Friday, November 28, 2014 Thanksgiving Recess (No School)
Monday, December 22, 2012 - Friday, January 2, 2014 Winter Recess (No School)
Monday, January 19, 2015 Martin Luther King Day (No School)
Friday, January 30, 2015 Professional Development Day (No School)
Monday, February 16, 2015 Presidents Day (No School)
Tuesday, March 31, 2015 - Cesar Chavez Day (No School)
Monday, April 6, 2015 - Friday, April 10, 2015 Spring Recess (No School)
Friday, May 22, 2015 - In Lieu of Lincolns Birthday (No School)
Project Special Provisions

D-15

Bid Documents: August 26, 2014 Update

Monday, May 25, 2015 Memorial Day (No School)


The Contractors failure to comply with the requirements of Subsection 6-1 shall be grounds for the City to
determine that the Contractor is not prosecuting the Work with sufficient diligence to ensure completion
within the time specified in the contract. Upon making this determination, the City may withhold approval of
progress payments until the Contractor complies with the requirements of Subsection 6-1.
ORDER OF WORK: The project order of work shall be as follows:
All concrete work and related items shall be completed on a particular street before AC
pavement demolition or other AC work may commence.

ADD NEW SUBSECTION 6-1.3 TO READ:


6-1.3 Mandatory Pre-Construction Meeting.
A pre-construction meeting will be scheduled for within ten days of the contract award for all projects
with a contract bid price of greater than $50,000. At this meeting the Contractor will meet representatives of
the City's Contract Compliance, Construction and Design divisions.
The project Resident Engineer will chair the meeting. This meeting's purpose is to establish procedures
for field coordination, resolve anticipated construction problems, and discuss the process for submittals,
request for information, disputes, and progress payments. The Resident Engineer will also discuss the
construction schedule, traffic control plans, housekeeping, storm water protection, recycling, utility
coordination, notification to property owners, project sign location, office trailer location, working hours, noise
control, dust control, general public relations, and other related issues.
The Contract Compliance Officer will discuss enforcement of the City's various employment and
prevailing wage requirements specified by the Contract.
6-3 SUSPENSION OF WORK.
CHANGE SUBSECTION 6-3.1 TO READ:
6-3.1 General. The Engineer shall have the authority to suspend the work wholly or in part for such period
as deemed necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable
for the suitable prosecution of the work, or for such time as it may deem necessary due to the Contractors
failure to carry out orders given or to perform any work provisions. The Contractor shall immediately obey
the Engineers suspension orders and shall not resume work until so ordered in writing by the Engineer.
If the Engineer orders a work suspension due to the Contractors failure to carry out provided orders or
to perform any contract provision, the days on which the suspension order is in effect shall be considered
contract working days if such days are working days within the meaning of the definition set forth in these
specifications.
If work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor
during such suspension shall be borne by the Contractor. If the Contractor fails to properly provide for public
safety, traffic, and protection of the work during suspension periods, the Agency may elect to do so, and
deduct the cost thereof from monies due the Contractor. Such action will not relieve the Contractor from
liability.
The Contractors responsibilities as defined in Section 7 of the Standard Specifications and Special
Provisions shall continue in full force and effect during such suspension period.
ADD NEW SUBSECTION 6-3.3 TO READ:
6-3.3 Hazardous Material and Waste Encountered during Operations. If the Contractor encounters a
substance during operations that the Contractor has reason to believe may be a hazardous material as
defined by Section 25501 of the California Health and Safety Code or a hazardous waste as defined by
Section 25117 of the California Health and Safety Code, and if such substance was not previously
accounted for in the Scope of Work, the Contractor shall immediately so notify the Engineer in writing. Work
in the immediate area of the suspected hazardous material or waste shall be suspended until the Engineer
authorizes the work to resume. If such suspension delays the current controlling operation, the Contractor
shall be granted a time extension as provided in Section 6-6.
If such work suspension delays the current controlling operation by more than two working days, the
delay shall be considered a right of way delay and the Contractor shall be compensated for such delay as
provided in Section 8-1.09 of the most recent Caltrans Standard Specifications.
The City reserves the right to use other forces for exploratory work to identify and determine the extent
of such hazardous material or waste in the construction area.
6-6 DELAYS AND EXTENSIONS OF TIME.
Project Special Provisions

D-16

Bid Documents: August 26, 2014 Update

6-6.1 General.
DELETE THE WORD labor disputes and labor or equipment FROM THE SECOND SENTENCE OF THE
FIRST PARAGRAPH OF SUBSECTION 6-6.1.
REPLACE THE SECOND PARAGRAPH OF SUBSECTION 6-6.1 TO READ:
An extension of time will not be granted for a delay caused by the Contractors inability to obtain
materials and equipment, unless the Contractor furnishes to the Engineer documented proof that the
Contractor has made every effort to obtain such materials and equipment from every known source within
reasonable reach of the Work. The Contractor shall also submit proof that the inability to obtain such
materials when originally planned did, in fact, cause delay in final completion of the Work that could not be
compensated for by revising the sequence of operations. Only the physical shortage of material and
equipment will be considered under these provisions as a cause for extension of time.
CHANGE THE THIRD PARAGRAPH OF SUBSECTION 6-6.1 TO READ:
In the event of work delays beyond the control of the Contractor, the Contractor shall so notify the
Engineer in writing. Such notice shall give the reason for the delay, and provide such documentary evidence
as may be necessary to substantiate the reasons for the delay plus an estimate of the additional time
required to complete the contract. Such a delay notice shall be filed with the Engineer within five working
days after the beginning of said delay. The Contractors failure to file a timely notice shall act as a bar
against an acceleration claim. The Agency's decision will be issued within five working days. The
Contractor shall not accelerate the work unless authorized in writing by the Engineer.
6-6.3 Payment for Delays to Contractor.
CHANGE THE FIRST SENTENCE OF SUBSECTION 6-6.3 TO READ:
The Contractor may be compensated for damages incurred due to delays for which the Agency is
responsible, except for delays caused by the issuance of extra work as stated in 3-2.1 of these Special
Provisions.
6-7.2 Working Day.
DELETE THE WORD "field" FROM THE FIRST SENTENCE OF SUBSECTION 6-7.2.
CHANGE 6-7.2 ITEM 3 TO READ:
The following designated holidays:
January 1st (New Years Day - Observed)
3rd Monday in January (ML King Jr. Day)
February 12th (Lincolns birthday)
3rd Monday in February (Presidents Day)
Last Monday in May (Memorial Day)
July 4th (Independence Day)
1st Monday in September (Labor Day)

September 9th (Admissions Day)


November 12th (Veterans Day)
4th Thursday in November (Thanksgiving)
The Friday after Thanksgiving
December 25th (Christmas Day)
December 31st (Holiday)

6-7.2 Working Day.


ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 6-7.2:
The Contractors working hours shall be from 7:00 AM TO 5:00 PM, Monday through Friday. The Table
Operation Hours (see Attachment 6 Operation Hours at the end of these Special Provisions) details the
permissible work hours on public streets. The Contractor may be allowed to work after 5:00 PM on
weekdays and work on Saturday and Sundays only with the Engineers written permission. The Engineer
may shorten the hours of this subsection to prevent traffic congestion or to prevent unreasonable
disturbance in residential areas.
ADD NEW SUBSECTION TO READ:
6-7.4 Contract Working Days. The work that the Contractor is required to perform under this contract
commences at the time stipulated by the Engineer in the Notice to Proceed to the Contractor shall be
completed within the working or calendar days from the date of the Notice to Proceed specified on Page A1
of the Notice to Bidders (or for federal projects, page B1 of the Notice to Contractors.) Each month the
Engineer will furnish the Contractor a statement of working days remaining on the contract as part of the
monthly progress estimate.
6-8 COMPLETION AND ACCEPTANCE.
REPLACE THE SECOND AND FOURTH PARAGRAPH OF SUBSECTION 6-8 WITH THE FOLLOWING:
Project Special Provisions

D-17

Bid Documents: August 26, 2014 Update

If the Engineer determines that the project work has been completed in accordance with the plans
and specifications, he or she will so certify and accept the completed work. The Engineer will, in his/her
acceptance, give the date when the work was completed. This Notice of Completion date is when the
Contractor is relieved from responsibility to protect the work, and is also the date to which liquidated
damages will be computed.
All work involving underground construction (such as pipe laying, electrical or liquid-carrying conduit
installation, sewer repair, replacement or installation, trenching, backfilling, and paving, etc.), shall be
warranted by the Contractor against defective workmanship and materials for a period of 2 years from the
date the Work was completed. All other work shall be warranted by the Contractor against defective
workmanship and materials for a period of 1 year from the date the Work was completed, unless specified
otherwise in the plans or contract documents.
ADD THE FOLLOWING TO THE END OF SUBSECTION 6-8:
The Contractor shall maintain a set of as-built plans of all contract work daily. All changes to the original
contract documents shall be legibly incorporated in red ink with reference to the date and name of
appropriate written document(s), such as Change Order, RFI, email, field order, record of conversation, etc.
Each page of final drawings shall be identified as As-Built Plans. The City shall retain a five-percent retention
to ensure that the as-built plans are submitted to the City. The Contractor shall supply two copies of the AsBuilt plans plus a copy of the signed, completed As-Built Plans Submittal Form (Attachment 5 at the end of
the Special Provisions) to the Engineer for approval.

6-9 LIQUIDATED DAMAGES.


CHANGE THE FIRST PARAGRAPH OF SUBSECTION 6-9 TO READ:
The Contractors failure to complete the Work within the time allowed will result in the City sustaining
damages. Such damages are, and will continue to be, impracticable and extremely difficult to determine.
Liquidated damages shall be assessed. For each consecutive calendar day in excess of the time specified
for the completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay to the Agency or the
Agency may deduct from monies due the Contractor, the daily liquidated damages amount specified in page
A1 of the Notice to Bidders (or for federal projects, page B1 of the Notice to Contractors) unless otherwise
provided in the contract documents.
The Contractor shall complete the concrete work for each curb ramp, concrete curb, gutter, and sidewalk
work within five working days from start to finish. For each consecutive calendar day in excess of the time
specified to complete the concrete repairs, the Contractor shall pay to the City or the City may deduct from
monies due the Contractor, the sum of $200.00 per location per day, unless otherwise provided in the
contract documents. In accordance with Subsection 300-1.3.2.c, no sidewalk or curb ramp demolition work
may be performed on a Friday, unless approved in writing by the Resident Engineer prior to demolition.
Contract execution shall constitute agreement by the Agency and Contractor that the above sums are
the minimum value of the costs and actual damage caused by the Contractors failure to complete the Work
within the allotted time. Such sums are liquidated damages and shall not be construed as a penalty, and
may be deducted from payments due the Contractor if such delay occurs.

SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR


7-1 CONTRACTORS EQUIPMENT AND FACILITIES.
ADD THE FOLLOWING TO THE END OF SUBSECTION 7-1.1:
7-1.1 General.
The Contractor shall render all machinery and equipment inoperable at all times except during actual
construction. The Contractor shall be responsible for construction means, controls, techniques, sequences,
procedures and construction safety.
ADD THE FOLLOWING SUBSECTION 7-1.4:
7-1.4 Powered Industrial Trucks, Forklifts, Heavy Equipment and Other Vehicles.
Contractor employees who drive or operate any such equipment or vehicles on City property or project sites,
must first provide proof of a current drivers license and the Contractor must verify training in accordance with
any applicable Cal/OSHA standards, Department of Transportation, and Department of Motor Vehicles codes
and standards. The Contractor shall be responsible for providing and keeping current all required licenses,
certifications and insurance for such equipment and vehicles. The Contractor further agrees to ensure that all
Project Special Provisions

D-18

Bid Documents: August 26, 2014 Update

such equipment and vehicles are equipped with required lights, brakes, operating controls, backup alarms and
other safety equipment and that all such devices are properly inspected, serviced, maintained in good working
order and free of damage and defects. The Contractor agrees to immediately remove from service any
equipment or vehicle with identified damage or defects that affect the safe operation of the equipment or
vehicle.
The Contractor shall render all machinery and equipment inoperable at all times except during actual
construction. The Contractor shall be responsible for construction means, controls, techniques, sequences,
procedures and construction safety.
7-2 LABOR.
7-2.2 Laws.
ADD THE FOLLOWING THREE PARAGRAPHS TO THE END OF SUBSECTION 7-2.2:
The City Council of the City of Oakland has ascertained the general prevailing rate of wages for City
public works projects by Resolution Number 57103. C.M.S.
For public works projects over $1,000.00, the States Labor Code requires Contractors to pay their
employees in accordance with the general prevailing wages.
The Contractor is required to submit weekly payroll records showing payment of these wages to his/her
employees.
The Prime Contractor and all Subcontractors will have to comply with Sections 1770-1781 of the State of
California Labor Code.
ADD NEW SUBSECTION 7-2.2.1 TO READ:
7-2.2.1 Electronic Payroll Submission. The Contractor shall register for and use the Citys selected
electronic certified payroll tracking system LCPtracker, a Labor Compliance software program. This
software is a web-based system provided by an independent company.
Their website address
www.lcptracker.net may be accessed for general information and an introductory product tour.
The Contractor and all subcontractors must submit all certified payrolls via the LCPtracker system. The
Contractor and each subcontractor will be given a special Log-On identification number and a password
to access the Citys reporting system. The Contractor shall contract with LCPtracker for the entire duration
of project construction.
The monthly charge to Contractors is $160.00 for all contracts valued at or below five million dollars.
Contractors will be charged $320.00 monthly for contracts above that amount. This monthly charge will be
assessed until the City files a project notice of completion. The Contractors first payment is due within 30
days of the Notice to Proceed date. Subsequent payments are due every thirty days or the 20th of the
month, whichever comes first. Remittances should be made payable to the City of Oakland (reference
project number and the month for which the payment is being made) and sent to the City of Oakland, City
Administrators Office, Contracts and Compliance Unit, Social Equity Division 250 Frank H. Ogawa Plaza,
Suite 3341, Oakland, CA 94612. Subcontractors will not be charged for this service.
The advantages to this required service are:
elimination of inaccurate certified payroll submittals;
elimination of the need to submit hard copies of certified payrolls,
identification of prevailing wage irregularities;
at-a-glance assessment of compliance with the Local Employment Program (LEP) and the 15%
Apprenticeship Program; and
the elimination of potential delays in progress payments resulting from rejected certified
payroll(s).
To assist contractors and subcontractors in this process, on-line training is available via the LCPtracker
website. Also, a City computer with online capability to access LCPtracker is available, as needed, Monday
through Friday between the hours of 10:00 am and 4:30 pm. To arrange additional training on the use of
LCPtracker or to use the Citys computer, the Contractors payroll resource (staff or business service) may
contact the City Administrators Office, Contracts and Compliance Unit, Contract Compliance Office at 250
Frank Ogawa Plaza, 3rd Floor, Suite 3341, telephone (510) 238-2970.
While the submission of hard copies of certified payrolls is no longer necessary with the implementation of
this program, contractors and subcontractors will continue to be required to submit a signed, original affidavit
made under penalty of perjury that states that the information contained in each submitted LCPtracker
Project Special Provisions

D-19

Bid Documents: August 26, 2014 Update

payroll record is true and correct.


Electronic submittal of weekly payroll information is consistent with California Department of Industrial
Relation Public Works payroll reporting requirements.
Payment: The Contractor shall absorb in the bid all costs incurred from these electronic payroll submission
requirements. Monthly progress payments may be delayed for delayed submission of weekly payroll
information.
ADD NEW SUBSECTION 7-2.2.2 TO READ:
7-2.2.2 Electrical Workers Safety Requirement. Enhanced Electrical Safety Requirements are required
for all worksite electrical labor. For all capital improvement contracts where the electrical scope of work is
$100,000 or more, the project must comply with the following requirements for electrical safety
enhancement:
70% of all "Journey-level Electricians" must be graduates of a State of California approved Electrical
Apprenticeship Program.
20% of the jobsite electrical workers must be OSHA 10-hour Construction Industry Safety and
Health Certified.
At least one jobsite electrical worker must be OSHA 30-hour Construction Industry Safety and
Health Certified.
The above workforce ratios are determined by verifying the workforce composition on a daily basis. The
Contractor will be required to certify their compliance by completing and submitting information via forms
provided by the Resident Engineer.
REPLACE SUBSECTION 7-3 LIABILITY INSURANCE WITH THE FOLLOWING:
7-3 CITY OF OAKLAND INSURANCE REQUIREMENTS.
1. Required Insurance. The Contractor shall procure, prior to commencement of service, and keep in
force for the term of this contract, at Contractor's own cost and expense, the following policies of insurance
or certificates or binders as necessary to represent that coverage as specified below is in place with
companies doing business in California and acceptable to the City. The insurance shall at a minimum
include as per the Attachment Schedule Q.
ADD NEW SUBSECTION 7-3.1 TO READ:
7-3.1 Responsibility for Damage. The City and/or its Council, and/or its employees, shall not be
answerable or accountable in any manner for any loss or damage that may happen to the work or any part
thereof; or to any material or equipment used in performing the work; or for injury or damage to any person
or persons, either employers, workmen, or the public; or for damage to property or loss or use thereof from
any cause whatsoever during the progress of the work or at any time before final acceptance.
To the extent not otherwise prohibited by Section 2782 of the Civil Code of the State of California, the
Contractor shall indemnify and save harmless the City of Oakland, its Council, officers and employees, from
any suits, claims or actions brought by any person or persons, or corporations, or other entities for or on
account of any bodily injuries or disease or illness, or damages of any nature, however caused, and
regardless of responsibility for negligence, sustained as a result of or arising within the work. The City
Council may retain as much of the money due to Contractor as shall be considered necessary until
disposition has been made of such suits or claims for damages as aforesaid.
Neither the City Administrator, Council, the City Engineer, the OPW Director, nor any other officer or
authorized assistant or agent of the City shall be personally responsible for any liability arising under the
contract.
The City shall not be held responsible for the care or protection of any material or parts of the work prior
to final acceptance, except as expressly provided in these specifications.
7-4 WORKERS COMPENSATION INSURANCE.
DELETE SUBSECTION 7-4. INSTEAD REFER TO SUBSECTION 7-3.
CHANGE SUBSECTION 7-5 TO READ:
7-5 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all related
charges and fees for any required permit or license, and give all notices necessary and incidental for the due
and lawful prosecution of the work, except for the City of Oakland Tree Removal Permit. All charges and
fees for any required permit or license shall be included in the base bid for the project.

Project Special Provisions

D-20

Bid Documents: August 26, 2014 Update

7-6 THE CONTRACTOR'S REPRESENTATIVE.


ADD THE FOLLOWING TWO PARAGRAPHS TO THE END OF SUBSECTION 7-6:
The Contractor's representative shall be an employee of the Contractor and shall be present at the work
site at all times while work is in progress. The Contractor's representative shall personally supervise the
work of all subcontractors. At a minimum, the Contractor's representative must be onsite at the beginning
and end of each workday to coordinate the Contractor's workforce and receive instructions from the Agency.
The Contractor may be fined $500 per day for every day in violation of this Subsection. In addition, the
Contractors failure to provide a representative with authority to direct all facets of the work shall be grounds
for suspending the work. Contract time shall continue to run if the Agency suspends the work for violation of
this Subsection. When work is not in progress and during periods of work suspension, arrangements
acceptable to the Agency shall be made for performance of emergency work when required.
7-7 COOPERATION AND COLLATERAL.
ADD THE FOLLOWING TWO PARAGRAPHS TO THE END OF SUBSECTION 7-7:
The Contractor shall notify the City of Oakland Sewer Maintenance Section at (510) 615-5566 when a
building sewer / lateral is connected so that a sewer maintenance representative can inspect it.
The Agency and each utility company reserves the right to enter upon any street or easement for the
purpose of making changes, new installations, repairs, or performing maintenance work.
The Contractor shall be responsible for coordinating and cooperating with the agency and all other
projects within, adjacent, and/or related to project vicinity. See 5-6.2 for further requirements.
7-8 WORK SITE MAINTENANCE.
7-8.1 General.
ADD THE FOLLOWING TO THE END OF SUBSECTION 7-8.1:
The Contractor's failure to comply with the Engineer's cleanup orders may result in the City having the
cleanup work done by others. The Contractor shall bear all costs incurred by the City in having the work
done.
The Contractor shall take all necessary measures to ensure that materials from the job site identified in the
project Waste Reduction and Recycling Plan (WRRP) are recycled.
7-8.2 Air Pollution Control.
ADD THE FOLLOWING TO THE END OF SUBSECTION 7-8.2:
The use of water resulting in mud on public or private paved surfaces will not be permitted as a substitute for
sweeping or other methods. The Contractor shall sweep the streets within the project area with a power
pickup sweeper at least once daily, or as directed by the Engineer, for the duration of the project. A Wet/Dry
vacuum shall be used to vacuum sawcut slurry.
7-8.4.1 General.
ADD THE FOLLOWING TO THE END OF THE SECOND PARAGRAPH:
Excess excavated material from trenches, structures, general excavation and manholes and similar
structures shall be removed from the site immediately.
ADD THE FOLLOWING TO THE END OF SUBSECTION 7-8.4.1:
The Contractor shall take all necessary measures to ensure that materials from the job site identified in the
project Job Site Recycling and Waste Reduction Plan are recycled.
REPLACE SUBSECTION 7-8.6 WITH THE FOLLOWING:
7-8.6 Water Pollution Control.
7-8.6.1 General. The intent of these requirements is to enforce federal, state, and other local agency
regulation prohibiting storm water pollution from construction sites. The storm drain system discharges
directly to creeks and the San Francisco Bay without treatment. Therefore, pollutant discharge into the storm
drain system is strictly prohibited. Here pollutant discharge means any substance, material, or waste, and
discharges NOT permitted under the National Pollutant Discharge Elimination System regulated by the State
of California Regional Water Quality Control Board or the United States Environmental Protection Agency
other than uncontaminated stormwater.
The Contractor shall conform to all applicable local, state and Federal regulations and laws pertaining to
water pollution control including the City of Oaklands Creek Protection, Stormwater Management and
Discharge Control Ordinance. As applicable, the Contractor shall obtain Water Pollution Control Permits and
file all documents including, but not limited to, the State of California Construction General Permit,
Stormwater Pollution Prevention Plan, and the City of Oakland Creek Protection Permit. The Contractor shall
Project Special Provisions

D-21

Bid Documents: August 26, 2014 Update

conduct and schedule operations and follow and implement Best Management Practices (BMPs) in such a
manner as to prevent water pollution. The Contractor shall also conform to the following requirements:
1)
Sediments shall not be discharged to a storm drain system or receiving waters. In this subsection,
the term "storm drain system" shall include storm water conduits, storm drain inlets and other
storm drain structures, street gutters and paved surfaces. In this subsection receiving waters
shall include channels, watercourses, creeks, lakes, the Oakland Estuary, and the San Francisco
Bay.
2)
Sediments generated on the Work site shall be contained on the Work site using appropriate
BMPs.
3)
No construction-related materials, waste, spill or residue shall be discharged from the Work site to
streets, drainage facilities, receiving waters or adjacent property by wind or runoff.
4)
Non-storm water runoff from equipment, vehicle washing or any other activity shall be contained
within the Work site using appropriate BMPs.
5)
Erosion shall be prevented. Erosion-susceptible slopes shall be covered, planted or otherwise
protected in a way that prevents discharge from the Work site.
In this subsection, the term storm drain system shall include water conduits, storm drain inlets and
other storm drain structures, street gutters and paved surfaces, channels, watercourses, creek, lakes, the
estuary, and the San Francisco Bay.
7-8.6.2 Best Management Practices (BMPs). For the purpose of eliminating stormwater pollution, the
Contractor shall implement effective control measures known as Best Management Practices (BMPs). BMPs
include schedules of activities, prohibition of practices, general good housekeeping practices, operational
practices, pollution prevention practices, maintenance procedures, and other management procedures to
prevent pollutant discharge directly or directly into the storm drain system. BMPs also include the
construction of some facilities that may be required to prevent, control, and abate stormwater pollution.
The Contractor shall implement and maintain such BMPs as are relevant to the work, and as are
specifically required by the Plans or Special Provisions. The Contractor shall be responsible throughout the
Contract duration for installing, constructing, inspecting, maintaining, removing and disposing of BMPs for
wind erosion control, tracking control, erosion and sediment control, non-storm water control, and waste
management and materials pollution control. Unless otherwise directed by the Engineer, the Contractor
shall be responsible for BMP implementation and maintenance throughout any temporary suspension of the
Work. Guidance for appropriate implementation of BMPs can be found in the Reference Publications listed in
7-8.6.5.
7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). When so specified in the Special Provisions,
or if so required by a jurisdictional regulatory agency, the Contractor shall prepare and submit per 2-5.3 a
Storm Water Pollution Prevention Plan. The SWPPP shall conform to the requirements specified in the
Special Provisions and those of the jurisdictional regulatory agency. The Notice of Intent will be filed by the
City.
7-8.6.4 Dewatering. Dewatering shall be performed by the Contractor when specifically required by the
Plans or Specifications, and as necessary for construction of the Work. Dewatering shall be performed in
conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory
agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the
Contractor or the Agency as specified in the Special Provisions. Accumulated water shall be treated prior to
disposal if so specified in the Special Provisions or required by a permit. The contractor shall submit a
working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology
and treatment and disposal of accumulated water. To the maximum extent practical, the Contractor shall
reuse non-toxic, de-silted water for other onsite needs, such as dust control and irrigation.
The plan shall identify the location, type and size of dewatering devices and related equipment, the size
and type of materials composing the collection system, the size and type of equipment to be used to retain
and, if required, treat accumulated water, and the proposed disposal locations. If the proposed disposal
location is a sanitary sewer, the Contractor shall submit to the Engineer written evidence of permission from
the owner. If the proposed disposal location is a storm drain system or receiving body of water, the
Contractor shall submit written evidence of permission from the owner of the storm drain system and, if not
obtained by the Agency, original signed permits from jurisdictional regulatory agencies or written evidence
that such permits are not required.
7-8.6.5 Reference Publications.
Reference publications are as follows:
1. California State Water Resources Control Board (SWRCB) Construction General Permit Order 2009Project Special Provisions

D-22

Bid Documents: August 26, 2014 Update

2.
3.
4.
5.

6.

7.

009-DWQ adopted on September 2,2009. Available at the following website:


http://www.swrcb.ca.gov/water_issues/programs/stormwater/constpermits.shtml
Stormwater Best Management Practice Handbook, Construction. California Stormwater Quality
Association, January 2003. Available at : www.cabmphandbooks.com
City of Oakland Creek Protection, Stormwater Management, and Discharge Control Ordinance.
Available : http://www.oaklandpw.com/Asset519.aspx
Guide to Oaklands Creek Protection Ordinance. Available at:
http://www.oaklandpw.com/Asset514.aspx
Erosion and Sediment Control Field Manual, San Francisco Regional Water Quality Control Board
(SFRWQCB) Available from Friends of the San Francisco Estuary, 1515 Clay Street, Suite 1400,
Oakland, CA 94612 (510) 622-2419 or (510) 622-2337 or
www.abag.ca.gov/bayarea/sfep/about/friends/html.
Manual of Standards for Erosion and Sediment Control Measures. Association of Bay Area
Governments (ABAG.) Available from ABAG, 101 8th Street, Oakland, CA 94607, (510) 464-7900,
www.abag.ca.gov/bayarea/sfep/about/friends/html.
CalTrans Stormwater Quality Handbooks. Availalble at: the following website:
www.dot.ca.gov/hq/construc/stormwater/CSBMPM_303_Final.pdf

7-8.6.6 Material Storage. Storage and exposure of raw materials, by-products, finished products, and
containers shall be controlled as described below:
All construction materials shall be stored at least ten feet away from inlets, catch basins, and curb
returns. The Contractor shall not allow any material to enter the storm drain system. Measures shall be
taken to maintain a neat and protected pile. At the end of each working day, the Contractor shall collect and
dispose of all scrap, debris, and waste material excluding materials set aside for recycling and salvage.
Materials set aside for recycling and salvage shall be delivered to the recycling station within five days.
Materials that can contaminate rainwater or be transported by storm water or other runoff to the storm
drain system require special storage. During wet weather or when rain is forecast, the Contractor shall store
such materials inside a building or cover them with a tarp or other waterproof material secured with weighted
tires or sandbags to prevent contact with rain.
The Contractor is reminded that storage and disposal of all hazardous materials such as paints, thinners,
solvents, and fuels; and all hazardous wastes such as waste oil, must meet all federal, state and local
standards and requirements.
7-8.6.7 Pavement Saw Cutting Operations. The Contractor shall prevent any saw cutting debris from
entering the storm drain system. The Contractor shall preferably use dry cutting techniques and sweep up
residue. If wet methods are used, the Contractor shall vacuum slurry as cutting proceeds or collect all
wastewater by constructing a sandbag sediment barrier. The bermed area shall be of adequate size to
collect all wastewater and solids. The Contractor shall allow collected water to evaporate, as approved by
the Engineer, if the wastewater volume is minimal and if maintaining the ponding area does not interfere with
public use of the street area, create a safety hazard, or does not create standing water that remains longer
than 72 hours. If the Engineer approves, the Contractor may direct or pump saw cutting wastewater to a dirt
area for infiltration. This dirt area shall be adequate to contain all the wastewater. After wastewater has
infiltrated, all remaining saw cutting residue must be removed and disposed of properly.
With the approval of East Bay Municipal Utility District (EBMUD) and the Engineer, de-silted water may
be pumped to the sanitary sewer to assist in the evaporation or infiltration process. Remaining silt and
debris from the ponding or bermed area shall be removed or vacuumed and disposed of properly. If a
suitable dirt area is not available or discharge to the sanitary sewer is not feasible, with the Engineers
approval the Contractor shall filter the saw-cutting wastewater through filtering materials and methods
meeting ABAG Standards For Erosion and Sedimentation Control Measures (latest edition) before
discharging this wastewater to the storm drain.
7-8.6.8 Pavement Operations. The Contractor shall prevent the discharge of pollutants from paving
operations by using measures to prevent run-on and runoff pollution, properly disposing of wastes, and by
implementing the following Best Management Practices:
a. No paving during wet weather.
b. Store materials as required by 7-8.6.6.
c. Cover inlets and manholes when applying asphalt, seal coat, tack coat, slurry seal, fog seal, etc.
d. Place drip pans or absorbent materials under paving equipment when not in use. During wet
weather store contaminated paving equipment indoors or cover with tarp or other waterproof
covering.
Project Special Provisions

D-23

Bid Documents: August 26, 2014 Update

e. Sweep work site daily to prevent sand, gravel or excess asphalt from entering, or being transported
by rain, into the storm drain system.
f. Keep ample supplies of drip pans or absorbent materials on-site.
g. If paving involves portland cement concrete, refer to 7.8.6.6.
7-8.6.9 Concrete Operations. The Contractor shall prevent pollutant discharge from concrete operations
by using measures to prevent run-on and runoff pollution, by properly disposing of wastes, and by
implementing the following BMPs:
a. Store all materials in waterproof containers or under cover away from drain inlets or drainage areas.
b. Avoid mixing excess amounts of portland cement materials.
c. Do not wash out concrete trucks into storm drains, open ditches, streets, streams etc. Whenever
possible, perform washout of concrete trucks off site where discharge is controlled and not permitted
to discharge to the storm drain system. For on-site washout:
i. Locate washout area at least 50 feet from storm drains, open ditches or other water bodies,
preferably in a dirt area. Prevent runoff from this area by constructing a temporary pit or bermed
area large enough to store the liquid and solid waste.
ii. Wash out concrete wastes into the temporary pit where the concrete can set, be broken up and
then disposed of properly. If the water volume greater than what will allow concrete to set, allow
the wash water to infiltrate and/or evaporate, if possible. Otherwise, allow wash water to settle,
then filter and pump it to the sanitary sewer with approval from EBMUD and the Engineer.
Remove or vacuum the remaining silt and debris from the ponding or bermed area and dispose
of it properly.
d. Dispose of wastewater from exposed aggregate washing to a dirt area adequate to contain all the
wastewater. Once the wastewater has infiltrated, remove any remaining residue. If a suitable dirt
area is not available, filter the wash water through straw bales or other filtering materials meeting
ABAG Standards For Erosion And Sediment Control Measures before discharging the wash water to
the sanitary sewer with approval from EBMUD and the Engineer.
e. Collect and return sweepings from exposed aggregate concrete to a stockpile or dispose of the
waste in a trash container.
7-8.6.10 Grading and Excavation Operations. The Contractor shall implement sedimentation and erosion
control measures to prevent sediments or excavated material from entering the storm drain system.
The erosion and sedimentation control materials and methods shall be in accordance with ABAG
Standards For Erosion and Sediment Control Measures and/or the procedures and methods described in the
SFRWQCB Erosion and Sediment Control Field Manual.
At a minimum, the Contractor shall install filter materials (such as sandbags, filter fabric, etc.) at storm
drain inlet(s) located in and downstream of the project site. These materials must be in place between
October 15 and April 15 and also when rain is forecast within 24 hours. The Contractor shall install filter
materials or seal all surface inlet openings during the dry season or if there is potential for sediment or
excavated material to be discharged to the storm drain system during the construction operation (e.g.
sediments and debris tracked by construction vehicles, wind blown or transported by other runoff). The
storm drain inlets shall be sealed such that they can be opened in an emergency and unblocked at the end
of each working day, so that no property is damaged as a result of accidents or overflows.
Sedimentation and erosion control/filter materials shall be placed in a manner to restrain any debris or
sediment from flowing into the storm drain system. Said materials or control devices shall also be
maintained and/or replaced as necessary to ensure effective sediment control and to prevent flooding.
7-8.6.11 Spill Prevention and Control. The Contractor shall take all precautions to prevent accidental
spills during construction. However, in the event of a spill, the Contractor shall immediately contain any
leaks/spills to prevent them from entering the storm drain system. The Contractor shall properly clean up
and dispose of spilled wastes and resulting clean-up materials. If the spilled waste is hazardous, the
Contractor shall comply with all federal, state and local hazardous waste requirements.
a. The Contractor shall not wash any spilled material into the streets, gutters, storm drains, or creeks.
b. The Contractor shall report any hazardous materials spill immediately to the Oakland Fire
Department, the Alameda County Hazardous Materials Division and other state and local agencies
as required by state and local regulations.
7-8.6.12 Vehicle/Equipment Cleaning. The use of soaps, solvents, de-greasers, steam cleaning
equipment or equivalent methods for vehicle or equipment cleaning on-site or in the street is not permitted.
Vehicle or equipment may be cleaned only with water in a designated, bermed area of adequate size. Rinse
water may not runoff site or into the storm drain system. The rinse-water shall be permitted to infiltrate in dirt
Project Special Provisions

D-24

Bid Documents: August 26, 2014 Update

area or shall be discharged to the sanitary sewer with the approval of EBMUD and the Engineer.
The Contractor shall dispose of wash water from the cleaning of water-base paint equipment and tools to
the sanitary sewer.
When using oil-based paint the Contractor shall, to the maximum extent practicable, filter the paint
thinner and solvents for reuse. Any waste thinner, solvent, and sludge from the cleaning of equipment and
tools shall be disposed as hazardous waste.
7-8.6.13 Contractor Training And Awareness. The Contractor shall train all employees on the water
pollution prevention requirements contained in these specifications. The Contractor shall inform all
subcontractors of the water pollution prevention contract requirements and include appropriate subcontract
provisions to ensure that these requirements are met.
The Contractor shall mark all new catch basins constructed as part of the project with stainless steel
storm drain markers with the logo "No Dumping: Drains to the Bay". Storm drain markers are available from
the Engineer.
7-8.6.14 Good Housekeeping Practices. The Contractor shall implement the following applicable good
housekeeping practices.
a. Store all materials that have the potential to be transported to the storm drain system by storm runoff
or by a spill under cover in a contained area or in sealed waterproof containers.
b. Use ground tarps to collect fallen debris or splatters that could contribute to storm water pollution.
c. Secure opened bags of cement, and other light materials or powders that can be transported by
wind.
d. Pick up litter, construction debris and other wastes daily from outside areas including the sidewalk
area, gutter, street pavement and storm drains impacted by the project. Store all wastes in covered
containers or dispose of immediately. Arrange for appropriate collection of those materials separated
for recycling.
e. Dispose of wash water to the sanitary sewer with the approval of EBMUD and the Engineer or
recycle wash water. Refer to 7-8.6.9.
f. Inspect vehicles and equipment arriving on-site for leaking fluids and promptly repair leaking
vehicles and equipment. Use drip pans to catch leaks until repairs are made.
g. Avoid spills by handling materials carefully. Keep a stockpile of spill materials, such as rags or
absorbents, readily accessible on-site. Clean up all spills immediately to prevent any material from
being discharged to the storm drain system. Refer to 7-8.6.11.
h. Train employees regularly on good housekeeping practices and BMPs. Assign specific employees
responsibility for BMPs, good housekeeping practices, and actions to take in the event of a spill.
Refer to 7-8.6.13.
i. Maintain and replace all sediment and water pollution control devices as necessary to ensure that
said controls are working effectively (e.g. inspect all sediment ponds or sandbag
sedimentation/filtering systems after each rain. Remove accumulated sediment and debris and
replace or repair damaged sandbags immediately.)
7-8.6.15 Payment. Unless otherwise specified in the Special Provisions, payment for implementation and
maintenance of BMPs, implementing SWPPP measures and other work of this section (except dewatering)
shall be deemed included in the price paid for associated contract bid items, and no additional payment shall
be made therefor. Payment for dewatering shall be as specified in the Special Provisions.
7-8.6.16 Enforcement. Various sections of the Oakland Municipal Code enforce subsection 7-8.6. City
enforcement may include, but is not limited to: citations, abatement orders, bills for City cleanup costs and
administration, civil suits, and criminal charges. City enforcement actions do not void or suspend any
enforcement actions by other agencies. At a minimum, the Contractor shall implement the storm water
Clean Water Program BMPs listed in 7-8.6.2 General, or implement equally effective alternatives approved
by the Engineer on all projects within the City of Oakland.
ADD NEW SUBSECTION 7-8.7 TO READ:
7-8.7 Removal of Graffiti and Vandalism. The contractor shall maintain a worksite free of graffiti and
vandalism. All new improvement under the subject contract and all on-site equipment and materials
including but not limited to trailer, barricade, k-rails, excavator, loader, truck, storage bin, signage, etc. free of
graffiti and vandalism. Contractor shall remove all graffiti and vandalism on such equipment and
improvements within 24 hours of occurrence. Unless otherwise specified in the Bid Schedule, the costs for
all labor, tools and equipment, and for implementation of all work involved in the removal of graffiti and
vandalism shall be considered as included in the payment made for other items of work, and no separate
Project Special Provisions

D-25

Bid Documents: August 26, 2014 Update

payment shall be made therefor. Should the Contractor fail to keep the new improvement under the subject
contract and equipment and materials free of graffiti and vandalism, the Engineer may suspend the Work per
6-3 until the graffiti and vandalism is removed or abated.
In addition, the contractor shall maintain all existing improvement in the public right-of-way in the vicinity of
the job site free of graffiti and vandalism. If directed by the Engineer in writing, the Contractor shall remove
all graffiti and vandalism within 24 hours of occurrence. The costs associated with the implementation of all
work involved in the removal of graffiti and vandalism shall be considered as extra work subject to the
Engineer's written approval. Should the Contractor fail to keep the existing improvement in the public rightof-way free of graffiti, the Engineer may suspend the Work per 6-3 until the graffiti and vandalism is removed
or abated.
ADD NEW SUBSECTION 7-8.8 TO READ:
7-8.8 Contractor's Identification. At all times the Contractor shall, at its expense, provide for the proper
identification of its work to the public. This identification shall include the Contractor's name and telephone
number and shall be printed on barricades used on the job. The contractor shall provide 72 hours advance
notice before entering private property to perform contract work.
CHANGE SUBSECTION 7-9 TO READ:
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be
responsible for the protection of public and private property adjacent to and along the line of work. The
Contractor shall exercise due caution to avoid damage to such property. Before submitting a bid the
Contractor shall verify and document the condition of existing improvements that may be damaged or
removed by construction operations.
The Contractor shall repair or replace all existing improvements within the right-of-way (e.g. curbs,
sidewalks, driveways, fences, walls, signs, utility installations, pavements, structures, pavement markings
and traffic striping, etc.) that are damaged or removed as a result of its operations. Repairs and
replacements shall be at least equal to existing improvements, and shall match them in finish and dimension.
The Engineer may require replacements to be installed at locations other than the location where the existing
improvements were removed.
The Contractor shall immediately notify the Engineer and the Electrical Division at (510) 615-5430 of any
damage to any traffic signal, street light equipment or City electrical facilities. City Electrical Division forces
shall temporarily repair damage to traffic signal equipment or facilities caused by the Contractor's operations.
The Contractor shall coordinate with the Electrical Division to make permanent repairs to traffic signal or
street lighting facilities within five (5) days of damage. All repair work will be inspected and shall conform to
Electrical Division requirements and details of the Standard Plans. If the Contractor does not proceed with
or complete repairs within the allotted time, the Engineer may order the work completed by City forces or by
another licensed electrical contractor. Should this occur, the Contractor will be billed for any necessary
repair work by others, including administrative costs. Repair costs may be deducted from Contractor's
progress payment if not paid within thirty days of billing date.
Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If
damaged or removed because of the Contractor's operations, they shall be restored or replaced in as nearly
the original condition and location as is reasonably possible. Lawns shall be replaced with sod, unless
otherwise approved by the Engineer.
Unless shown on the plans, no trees shall be removed. Trees, limbs, and roots within the project area
that interfere with the Contractors operations may be trimmed, with authorization from the Engineer. Only a
qualified arborist or tree surgeon shall perform tree trimming. Prior to any trimming being performed, the
Contractor shall submit to the Engineer, for review, the qualifications of the proposed arborist or tree
surgeon. Any tree roots one inch or greater in diameter which have to be removed or are damaged during
construction operations shall be saw-cut evenly and shall be treated with a heavy coat of commercially
available water base asphalt emulsion sealing compound.
The Contractor shall give reasonable notice to occupants or property owners to permit them to salvage
or relocate plants, trees, sprinklers and other improvements within the right-of-way that will be destroyed
because of the construction work.
The Contractor shall absorb in the bid all costs for protecting, removing, and restoring existing
improvements and other work of this subsection.
7-10 PUBLIC CONVENIENCE AND SAFETY.
CHANGE SUBSECTION 7-10.1 TO READ:
7-10.1 Traffic and Access.
Project Special Provisions

D-26

Bid Documents: August 26, 2014 Update

7-10.1.1 General. The Contractor's operations shall cause no unnecessary inconvenience. The publics
access rights shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass
through the work, or an approved detour shall be provided. Construction and repair work within the public
right-of-way that affects pedestrian circulation elements, spaces or facilities, shall comply with the following
provisions.
Construction sites in or encroaching on the public right-of-way shall be protected with barriers in such a
manner to warn and protect pedestrians or vehicles of potential hazards.
Safe and adequate pedestrian walkways shall be maintained at all times as required in the most recent
edition of the Work Area Traffic Control Handbook (WATCH book), Part 11. Where a temporary alternative
circulation path is provided, it shall comply with Title 24 access requirements for slope and width dimensions.
Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the
work at intervals not exceeding 300 feet shall be maintained unless otherwise directed by the Engineer.
If a particular side of a street has curb ramp access on one or both corners of a block face, wheelchair
access to that block shall be maintained at all times unless directed otherwise by the Engineer.
When construction will block a coach stop or require relocation of a bus route, the Contractor shall notify
the Engineer and the appropriate Transportation Representative of the affected public transit agency at least
72 hours prior to the blockage or relocation.
Vehicular access to residential driveways shall be maintained to the property line, except when
necessary construction precludes such access for reasonable periods of time. If the backfill has been
completed to such extent that safe access may be provided, and the street is opened to local traffic, the
Contractor shall immediately clear the street and driveways and provide and maintain access.
The Contractor shall cooperate with the various parties involved in mail delivery and garbage
collection/removal in order to maintain existing schedules for these services.
Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a
manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the
roadbed surface shall be brought to a smooth, even condition satisfactory for traffic.
Unless otherwise authorized, work shall be performed in only one half of the roadway at one time. One
half shall be kept open and unobstructed until the opposite side is ready for use. If one half a street only is
being improved, the other half shall be conditioned and maintained as a detour.
All trench excavations performed in streets open to public traffic must be completely backfilled and
paved with temporary or permanent paving at the end of each days operation, unless otherwise approved by
the Engineer. Temporary paving shall be maintained in a safe condition at all times.
Nothing specified herein shall prohibit emergency work and/or repair necessary to insure public health
and safety.
7-10.1.2 Restricted Hours of Operation and Streets. The Contractor shall restrict hours of operation
according to local traffic patterns as specified by the Engineer and contained in, but not limited to,
Attachment 6 OPERATION HOURS. This provision does not preclude or supersede any other code or
requirement established or in acted by the City of Oakland or other public agencies that apply and may
restrict the hours of operation.
No work shall be undertaken on any street listed in Attachment 7 "HOLIDAY RESTRICTED STREETS"
shown at the end of this subsection from October 31st to January 2 unless otherwise directed in writing by
the Engineer.
A street designated by the Oakland City Council as a LIMITED OPERATIONS AREA (see Attachment
8) shall have the following additional restrictions, unless specifically waived by the Special Provisions:
I
No work that will interfere with traffic shall be performed in any public street or roadway during
the hours of 7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m. (except Sundays and Holidays).
II No equipment, construction materials or excavated material that will interfere with traffic shall be
stored on any public street or roadway during the hours noted above.
III All trenches and excavations in any public street or roadway shall be backfilled and opened to
traffic, or covered with suitable non-skid securely placed and opened to traffic, at all times except
during actual construction operations, or where otherwise permitted in writing by the Engineer.
IV Each work section of work shall be completed or temporarily paved and open to traffic in not
more than five days after commencing work unless otherwise permitted in writing by the City
Engineer.
In the event the Contractor cannot maintain the minimum number of unobstructed traffic lanes required
or the project impacts traffic beyond the limits of these Provisions, the Contractor shall submit for approval
five sets of plans for each proposed detour to the Engineer at least seven calendar days prior to its
implementation. This language does not relieve the Contractor of responsibility to maintain traffic as set forth
in these specifications and/or the Provisions as directed by the Engineer.
7-10.1.3 Existing Traffic Signals, Street Signs, Regulatory Signs. The Contractor shall properly
maintain all existing Agency signs within the work limits and shall not temporarily remove any signs without
Project Special Provisions

D-27

Bid Documents: August 26, 2014 Update

the Engineers prior approval. Any signs removed by the Contractor shall be properly stored and reinstalled
as directed by the Engineer prior to the completion of contract work.
All pavement markings removed or damaged by work shall be replaced before allowing any traffic back
on the pavement area. If the markings cannot be immediately replaced, temporary markings may be used
as directed by the Engineer.
The Contractor shall not proceed with any work requiring traffic signal modifications or shutdown without
the Engineers written approval at least seven calendar days prior to the desired shutdown date.
ADD NEW SUBSECTION TO READ:
7-10.1.4 Vehicular Traffic.
The Contractor shall conduct operations in such a manner as to provide
public convenience and safety and according to the provisions in this subsection. The provisions shall not be
modified or altered without written approval from the Engineer.
Standard traffic control devices shall be placed at the construction zone according to the latest edition of
the Work Area Traffic Control Handbook or Caltrans Traffic Manual, Chapter 5 Traffic Controls for
Construction and Maintenance Work Zone, or as directed by the Engineer.
All trenches and excavations in any public street or roadway shall be back filled and opened to traffic, or
covered with suitable steel plates securely placed and opened to traffic at all times except during actual
construction operations unless otherwise permitted by the Engineer.
Each section of work shall be completed or temporarily paved and open to traffic in not more than 5 days
after commencing work unless otherwise permitted in writing by the Engineer.
Where construction encroaches into the sidewalk area, a minimum of 5 feet of unobstructed sidewalk
shall be maintained at all times for pedestrian use. Pedestrian barricades, shelter, and detour signs per
Caltrans standards may be required.
The contractor shall conduct its operation in such a manner as to leave the following traffic lanes
unobstructed and in a condition satisfactory for vehicular travel during the Obstruction Period. At all times
traffic lanes will be restricted and reopened to travel. Emergency access shall be provided at all times.
CHANGE SUBSECTION 7-10.2 TO READ:
7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials may not be stored
in streets, roads, or highways for more than five days after unloading. All materials or equipment not
installed or used in the construction within five days after unloading shall be stored elsewhere by the
Contractor at its expense unless the Engineer authorizes additional storage time.
Construction equipment shall not be stored at the work site before its actual use, nor for more than five
days after it is no longer needed on the work. The Engineer may authorize additional storage time when
necessary for repair or assembly of equipment.
Excavated material, except that to be used as backfill in the adjacent trench, shall not be stored in
private properties, public streets, roads, or highways for any period of time and shall be removed and
disposed of immediately from the site. Only Engineer-approved excavated backfill material shall be allowed
to be stored. Such material storage at the work site or elsewhere shall only be allowed for a period not
exceeding five calendar days after excavation. The storage site shall be subject to the Engineers approval.
After the backfill is placed, all excess material shall be removed from the site and disposed of immediately.
The Contractor shall maintain the flow of any surface runoff waters obstructed by the storage and/or
materials stored in public streets in accordance with the above provisions and 7-8.6.
CHANGE SUBSECTION 7-10.3 TO READ:
7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State,
County and City requirements for street closures.
The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons and watch
persons in order to advise the public of detours and construction hazards. The Contractor shall also be
responsible for compliance with additional public safety requirements that may arise during construction.
The Contractor shall furnish and install, and upon completion of the work, promptly remove all signs and
warning devices.
All material and work related to pedestrian and vehicular traffic control including, but not limited to, the
location and size of signs, lighting and lighted traffic control devices shall comply with the "Work Area Traffic
Control Handbook, (WATCH book) latest edition, or the California Manual on Uniform Traffic Control
Devices, Part 6 Temporary Traffic Control, latest edition, except as modified by the Engineer.
Temporary construction traffic signs (such as DETOUR, ROAD CLOSED, LOCAL ACCESS ONLY, etc.)
installed by the Contractor shall be of commercial quality on metal with reflective paint. The lettering shall be
commercially printed, silk-screened or professionally hand-lettered. At the Engineers request, the
Contractor shall remove all temporary signage not meeting the above stated requirements from the site.
During night operations construction barricades, signs, etc. shall be properly illuminated and reflective of
Project Special Provisions

D-28

Bid Documents: August 26, 2014 Update

existing light or vehicular light.


The Contractor may place signs prohibiting parking and stopping at those locations approved by the
Engineer. Such signs shall be placed, moved and removed at the Engineers discretion. The Contractor
may obtain from the Engineer the required signs for the prohibition of parking and stopping at a cost
established by the current Master Fee Schedule.
No work shall be started until necessary signs and barricades are at the job site. A partial or complete
street closure by the Contractor without proper detour signing complete in place shall be cause for
suspending the work in accordance with 6-3.
The Contractor shall notify Police, Fire, Traffic Engineering departments of jurisdictional agencies
involved, and local transit agencies, and comply with their requirements in advance of closing, or partially
closing, or of reopening, any street, alley, or other public thoroughfare; and, according to the following:
Oakland Fire Services Agency
2 hours
(510) 238-3331
Oakland Police Services Agency
48 hours
(510) 238-3357
AC Transit
72 hours
(510) 891-4909
When necessary to detour traffic, the Contractor shall, at the direction of the Engineer, remove detour
striping in accordance with 300-1.3.3 of these Special Provisions.
ADD NEW SUBSECTION 7-10.3.1 TO READ:
7-10.3.1 UNIFORM SAFETY STANDARDS. The purpose of these standards is to provide for safe work
areas and to control pedestrian and vehicular traffic around construction sites after working hours. In each of
the cases presented, specific site conditions dictate the amount and type of protective devices to be
implemented. All work must comply with WATCH Handbook requirements. The Contractor shall provide
detour signage per the WATCH book when applicable.
All provided ramping and detour routes must be constructed of non-slippery materials that provide a
secure surface during or after wet weather.
The Contractor shall submit a traffic control plan for all construction at a minimum of 10
working days before construction begins. Contractor shall allow 10 working days for City review and
comment of traffic control plan for each submittal. This plan shall show how the Contractor will keep
the public out of the excavated area. This plan will also show how pedestrians and vehicles will be
routed around the excavated area.
The sheets of the traffic control plan shall display the title, phase identification, name of the firm
preparing the plan, name and stamp of the Registered Traffic or Civil Engineer, approval block for City of
Oakland, north arrow, sheet number, and number of sheets comprising the traffic control plan. General notes
and symbol definitions shall be included when required. Adequate dimensioning shall be provided to all for
proper field installation.
The traffic control plan shall be drawn to a 1 inch = 40 feet scale on 11 inches x 17 inches sheets.
The Contractor can construct curb ramps and ancillary work in no more than two corner areas of one
intersection at a time. These corners must be diagonal to each other across the intersection so that
pedestrians can be safely routed through the intersection. Excavation work must also be in accordance with
Oakland Municipal Code Section 12.12.110(a) GENERAL REGULATIONS IN THE PERFORMANCE OF
EXCAVATION WORK [OMC Section 12.12.110(a)].
CASE 1: Short-Term Shallow Excavation in Sidewalk Area. Shallow is defined as six inches or
less. Short term is defined as 48 hours or less.
1.
Place Type I barricades at each end of excavated site. Place Type I barricades at face of curb
fronting excavated area.
2.
Maintain access to private/business property by ramping at finished grade level.
CASE 2: Long-Term Shallow Excavation in the Sidewalk Area. Long term is defined as greater than 48
hours. Shallow is defined as six inches or less in depth.
1.
Span excavated area with plywood sub-flooring (not to exceed six linear feet). Place temporary
surfacing (cutback) at point of contact with existing sidewalk and plywood to eliminate tripping
hazard.
2.
Construct 5' wide walkway in parking lane with barricades per the Watch Book to divert
pedestrians around excavated area.
3.
Maintain access to private/business property with ramping at finished grade level.
CASE 3: Short-Term Deep Excavation in the Sidewalk Area. Short term is defined as 48 hours or
less. Deep is defined as greater than six inches in depth.
1.
Span excavated area with plywood sub-flooring (not to exceed six linear feet). Place temporary
surfacing (cutback) at point of contact with existing sidewalk and plywood to eliminate tripping
hazard.
2.
Construct 5' wide walkway in parking lane with barricades per the Watch Book to divert
Project Special Provisions

D-29

Bid Documents: August 26, 2014 Update

pedestrians around excavated area.


CASE 4: Long-Term Deep Excavation in the Sidewalk Area. Long term is defined as greater than 48
hours. Deep is defined as greater than six inches in depth.
1.
Span excavated area with plywood sub-flooring (not to exceed six linear feet). Place temporary
surfacing (cutback) at point of contact with existing sidewalk and plywood to eliminate tripping
hazard.
2.
Construct 5' wide walkway in parking lane with barricades per the Watch Book to divert
pedestrians around excavated area. (OMC Section 12.12.110(a) Article 1, Section 14 of
Excavation Regulations).
CASE 5: Shallow Excavation in Street Area. Shallow is three inches or less depth.
1.
Close affected lane(s) of vehicular traffic in accordance with WATCH Handbook. Use Type III
barricades.
2.
Cover excavation with steel plating in accordance with (OMC Section 12.12.110(a) Article 2,
Section 13 of Excavation Regulations).
OR
3.
Fill excavated area with temporary surfacing in accordance with (OMC Section 12.12.110(a)
Article 3, Section 10 of Excavation Regulations).
CASE 6: Deep Excavation in Street Area. Deep is defined as greater than three inches.
1.
Close affected lane(s) or vehicular traffic in accordance with WATCH Handbook. Use Type III
barricades.
2.
Place concrete K Rails around excavated site when excavation is greater than one foot deep,
traffic flow is heavy, and excavation activity is continuous.
3.
Place Type III barricades around perimeter of excavation in low traffic volume locations.
4.
Install steel bridging over excavated area in accordance with OMC Section 12.12.110(a) Article
3, Section 10 of Excavation Regulations.
CASE 7: Special Circumstances such as Excavation in Central Business District or other High
Commercial or High Volume Areas. Contractor shall give the inspector a specific proposal to make
construction site safe during and after working hours. Contractor should consider using a combination of
measures outlined in Cases 1 through 6.
ADD NEW SUBSECTION 7-10.3.2 TO READ:
7-10.3.2 Payment.
The Bid Item Traffic Control will be paid as a Lump Sum and shall be full compensation to furnish all labor,
materials, tools, equipment, and incidentals for doing all the work involved in work area control, developing
and implementing the traffic control plan, and maintaining uniform safety standards, complete in place, in
accordance with the Plans, Specifications and Standard Details.

7-10.4 Safety.
7-10.4.1 Safety Orders.
ADD THE FOLLOWING SENTENCE AT THE END OF THE FIRST PARAGRAPH:
The Contractor shall have a Competent Person, as described by CAL/OSHA regulations, present at the
worksite at all times during construction.
REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING:
Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the
Engineer showing the design of shoring, bracing, sloping, or other provisions to be made for the workers
protection from the hazard of caving ground during the excavation of such trench. The Contractor shall
submit the shoring plan in advance of any excavation. If such plan varies from the shoring system standards
established by the Construction Safety Orders for the Division of Industrial Safety of the State of California,
the plan shall be prepared by a registered civil or structural engineer licensed to practice in California. The
Contractor is responsible for site safety. Nothing in this requirement shall be deemed to allow the use of
shoring, sloping, or protective system less effective than that required by the Construction Safety Orders.
Nothing in this requirement shall be construed to impose tort liability on the City of Oakland or any of its
employees.
ADD THE FOLLOWING NEW PARAGRAPH AFTER THE SECOND PARAGRAPH:
The Contractor shall provide positive ventilation during work in existing sewerage facilities or while
making connections to existing sewerage facilities. The Contractor's employees working in said facilities
shall be provided with safety lines, harnesses, gas detectors, and other protective equipment as required by
OSHA and CAL/OSHA.
Project Special Provisions

D-30

Bid Documents: August 26, 2014 Update

7-10.4.3 Special Hazardous Substances and Processes.


ADD THE FOLLOWING TWO PARAGRAPHS TO THE END OF SUBSECTION 7-10.4.3:
Hazard Communication and Material Safety Data Sheets. The Contractor shall provide copies of
current Material Safety Data Sheets (MSDS) to the Engineer for all chemical products used, handled, stored
or transported to City property or project sites. The Contractor shall provide updated copies of such MSDS
to the Engineer within 15 days of the Contractors receipt of such updated copies.
Asbestos and Lead-Based Paint. The contract documents indicate the locations of any known or
presumed asbestos-containing materials and lead-based paint in proposed work areas. Only those Contractors
with the required Cal/OSHA training, certification and permits for asbestos abatement and removal and/or lead
abatement and removal will be allowed to handle these materials.
7-10.4.4 Confined Spaces.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 7-10.4.4:
d) Additional City of Oakland Requirements: The following are considered confined spaces for the
purposes of 7-10.4: all manholes, lift stations, tanks, vaults, pipelines, some trenches and excavations, or
other enclosed or partially enclosed spaces. Contractors are prohibited from entering such confined spaces
for any reason and at any time, unless specifically authorized to do so in written contractual agreements.
The Contractor is responsible for compliance with Cal/OSHA standards and regulations pertaining to
confined space entries. The Contractor shall provide any required air monitoring equipment, safety
equipment and emergency rescue devices for confined space entry. Contractors shall ensure that
emergency rescue services are provided for their employees who may be involved in confined space entry
and that such emergency services comply with applicable Cal/OSHA requirements.
ADD NEW SUBSECTION 7-10.4.5 TO READ:
7-10.4.5 Compliance with Laws. The Contractor will perform the Work and any other obligations under
this Agreement in strict compliance with all applicable local, state and Federal laws, codes, standards and
regulations.
7-10.4.5 a. Security. The Contractor shall maintain a daily log of all employees and Subcontractors
present on-site. This log shall be used in an emergency to identify missing personnel. Contractor
employees and Subcontractors must be logged in and out of the site each day.
A visitor is defined as any person not covered by contractual agreements with the City, excluding
regulatory inspectors and compliance officers. Visitors may include vendors, tour groups or guests of the
City of Oakland or the Contractor. All visitors to City facilities or properties must have prior written
authorization from the Engineer. Visitors must be escorted by a Contractor supervisor or manager, or by
City of Oakland personnel, at all times while on-site. Visitors are prohibited from contact with hazardous
substances or materials on-site and are also prohibited from entering any area of the work site that requires
personal protective equipment (PPE), respirators, or specialized safety equipment, medical monitoring or
safety training.
Contractors shall immediately notify the Engineer of any other party who requests entry to City facilities
or property. This includes requests from county, state or Federal government agencies.
7-10.4.5 b. Supervision. The Contractor will at all times be solely responsible for all means, methods,
techniques, sequences and procedures of the Work, and the acts and omissions of all employees,
Subcontractors and agents, and all other persons performing any of the Work.
7-10.4.5 c. Employee Training and Qualifications. The Contractor will provide only properly trained and
qualified personnel to perform work under this Contractor Agreement. The Contractor will provide only
employees who are trained in both general safe work practices and all applicable specific hazards of the
Work.
7-10.4.5 d. Environmental, Health and Safety Requirements. The Contractor agrees that Contractor has
been retained by the City of Oakland for reasons that include, but are not limited to, the Contractors
expertise with regard to safety and health hazards associated with the work to be performed by Contractor.
The Contractor agrees that it has, and will have, sole responsibility for the health, safety, and welfare of its
employees, Subcontractors, and agents performing Work under this Agreement. The Contractor has the
authority and responsibility to control, and/or correct all hazards associated with the work to be performed by
Contractor. If the Contractor becomes aware of a hazard that the Contractor contends was created or
caused by the City, the Contractor must notify the City immediately in the case of an imminent hazard, and
no later than five working days in all other cases. If the Contractor fails to do so, the Contractor agrees to
assume all responsibility to control and/or correct the hazard as if the Contractor were the creator or the
cause of the hazard.
1. Safety Equipment. Contractors must provide their own first aid supplies and emergency response
equipment. The Contractor must certify that at least one employee on each work shift has current
Project Special Provisions

D-31

Bid Documents: August 26, 2014 Update

training in emergency first aid and cardiopulmonary resuscitation (CPR). The City does not supply
air monitoring or sampling equipment, respiratory protection, personal protective equipment (PPE),
fall protection equipment or other safety equipment to persons who are not City of Oakland
employees. Contractors are required to provide their own tools and equipment and maintain their
own PPE, respiratory protection, breathing air supplies, breathing air distributions systems, fall
protection and other safety equipment and supplies.
2. Lockout/Tagout and Control of Hazardous Energy. At the pre-construction meeting the Contractor
shall provide the Engineer with copies of its lockout and tagout procedures for control of hazardous
energy related to City equipment and utilities involved in the Contractors scope of work. The
Contractor shall obtain permission and authorization from the Engineer before placing any lockout or
tagout on City of Oakland equipment. Contractor employees must have their own individual locks and
tags assigned to each employee for use in locking out and tagging out equipment required for their
assigned work tasks, regardless of whether the City of Oakland also applies its own lockouts and
tagouts. The Contractors shall ensure that lockout and tagout activities and control of hazardous
energy comply with Cal/OSHA standards pertaining to these activities.
3. Equipment and Utilities. Contractors are prohibited from starting, stopping, or otherwise accessing or
operating City of Oakland owned or leased equipment and utilities, unless specifically authorized to do
so in written, contractual documents.
The City of Oakland will provide the Contractor with information, if any is in the Citys
possession, regarding the location of underground or above ground mechanical, electrical, gas,
telephone, sewers, storm drains, water lines and other utilities that may be impacted by the nature of
the Work; provided, however, that the City makes no warranty regarding the sufficiency or accuracy
of such information. The Contractor will promptly inform the City in writing if the Contractor believes
any information provided by the City is inaccurate in any material respect, or if the Contractor
encounters unexpected or previously unknown site conditions. The Contractor will become
thoroughly familiar with the tolerances, dimensions and location of all such utilities. If necessary, the
Contractor will contact representatives of utility companies and public agencies, and review plans
and information, if any, provided by such representatives and agencies about the Work site.
The Contractor will be solely responsible for any damage done by Contractor to such utilities
during the Work. No repair of such damage will be included in the cost of the Work unless the
Contractor could not have located such utilities prior to such damage by conducting the investigation
required by this Agreement. In such event, the repair of such damage may be included in the cost of
the Work by Change Order, as set forth in this Agreement.
4. Welding and Other Hot Work. Contractors are prohibited from welding, burning, cutting, or performing
other hot work unless specifically authorized to do so in written contractual agreements. All hot
work must comply with Cal/OSHA standards for these work activities, including those standards
pertaining to hot work permits and safe handling of compressed gases.
5. Injury and Illness Prevention Plan. The Contractor shall develop and implement a written Injury and
Illness Prevention Plan (IIPP) and Code of Safe Practices that specifically apply to the Contractors
scope of work and anticipated work activities. The IIPP and Code of Safe Practices must comply
with Cal/OSHA standards, as applicable. Copies of the IIPP and Code of Safe practices must be
provided at the pre-construction meeting..
7-10.4.5 e. Prohibited Acts. Contractor employees and Subcontractors are prohibited from bringing
firearms, knives and weapons of any kind into City of Oakland facilities or onto City property, unless
specifically authorized to do so in written contractual documents. The Contractor shall remove any person
found in unauthorized possession of such devices on City facilities and property.
Threats and acts of violence or vandalism in the workplace are strictly prohibited. This includes, but is not
limited to, threats to City personnel or vandalism/property damage to City of Oakland facilities, equipment,
supplies or properties.
Contractor and Subcontractors are prohibited from scavenging or otherwise salvaging or removing any
City of Oakland equipment, tools, waste materials or other property unless specifically authorized to do so in
written contractual agreements.
7-10.4.5 f. Work Site, Material Storage and Disposal. The Contractor will perform the Work without
interfering with City of Oakland employees or operations in areas around the Work site. The Contractor shall
secure and store all materials and supplies in a safe manner in accordance with local, state and Federal
laws, standards and regulations. Contractors will on a daily basis, at their own expense, keep the Work site
and areas immediately adjacent thereto in an orderly and neat condition, clean and free from accumulation
of waste materials and rubbish. Upon completion or termination of the Work, the Contractor will remove all
waste materials, rubbish, temporary structures, tools, equipment and surplus materials from the Work site.
Contractors are prohibited from using or accessing City of Oakland waste disposal systems unless
specifically authorized to do so in written contractual documents. Contractors shall provide their own waste
Project Special Provisions

D-32

Bid Documents: August 26, 2014 Update

storage and disposal containers, store and dispose of all waste materials in a timely manner and in
accordance with local, state and Federal environmental, health and safety laws, standards and regulations.
7-10.4.5 g. Incident Reporting. The Contractor shall immediately notify the Engineer of any occupational
injury or illness, employee exposure to hazardous substances, vehicle accidents, property damage, or
environmental spills or releases regardless of the severity of such incidents. The Contractor shall provide a
written incident report to the Engineer within 24 hours of any such occurrence. The City of Oakland reserves
the right to review Contractor incident investigations and/or perform the Citys own investigation(s), for the
sole purpose of verifying facts and protecting City of Oakland personnel and property.
REPLACE SUBSECTION 7-11 WITH THE FOLLOWING:
7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in the Bid all patent fees or royalties on
any patented article or process that may be furnished or used in the work.
The Contractor agrees to hold the City harmless from and to indemnify the City against any and all
costs, attorneys' fees, and damages arising out of or connected with any claim, demand, action, lawsuit,
judicial determination or judgment concerning infringement upon the rights of others, including patent rights,
by the use of any article or process which may be furnished or used in the work. In the event of any such
infringement claim, the Contractor shall notify the City within ten days of such claim, and keep the City
advised of all developments. The Contractor shall comply with all reasonable requests by the City for
information and data in defense of such suit. The Contractor shall agree to defend any and all such claims,
demands, actions and suits.
In the event that any equipment or process furnished or used in the work is determined by the City or by
a Court to infringe upon the rights of a third party, the City shall in addition have the option of:
1. Replacing the equipment with non-infringing equipment;
2. Modifying the equipment or process to the extent required to avoid such infringement;
3. Continuing to use the equipment or process;
4. Receiving as partial compensation the refund of all monies paid to the Contractor.
In the event of replacement or modification, the amounts spent on such replacement or modification
shall be charged against and be recoverable from the Contractor. Final payment to the Contractor by the
City will not be made while any suit or claim remains unsettled.
The City may itself defend any such claim, demand, action or suit, and settle or take any other action it
deems necessary or advisable in connection with any such claim, demand, action or suit.
7-12 ADVERTISING.
ADD NEW SUBSECTION 7-12.1 TO SUBSECTION 7-12:
7-12.1 Contract Information Signs. The Contractor shall supply, erect, and maintain four Construction
Information Signs and one Barricade Sign per construction location according to the plans and specifications
as directed by the Engineer. Attachment 9 and Attachment 9A at the end of these Special Provisions
shows the requirements for these signs. Signs not conforming to these requirements will be rejected. These
project signs shall be erected at locations as directed and approved by the Engineer prior to beginning
construction. These signs shall be relocated, if necessary, as construction proceeds according to the
Engineers direction.
Payment: The unit price bid for each Construction Information Sign with unlimited Barricade Signs shall
include full payment for all construction information signs, including material, labor, and incidentals and for
relocation and any changes to the signs due to project time extension(s) and printing error.
7-13 LAWS TO BE OBSERVED.
ADD THE FOLLOWING TO THE END OF SUBSECTION 7-13:
Before submitting bids, all Contractors shall be licensed in accordance with the provisions of Chapter 8 of
Division III of the Business and Professions Code of the State of California. The Contractor must be properly
licensed as a contractor from contract award through Contract acceptance (Public Contract Code 10164.)
ADD NEW SUBSECTION 7-15:
7-15 Violations and Fines. Contractor shall be subject to fines for any violations and/or breach of contract
provisions such as, but not limited to, improper traffic control, unapproved working hours, violations of BMPs
for erosion control and storm drain protection, failure to maintain site cleanliness and dust control,
construction safety and environmental health issues, improper construction staging and material storage,
etc. Fines shall range from $250 to $2,500 per violation per day and will be determined at the sole discretion
of the Resident Engineer. All assessed fines shall be deducted from the Contractors Progress Payments.
All other provisions of the contract plans and specifications are independent of this subsection and
remain applicable.
Project Special Provisions

D-33

Bid Documents: August 26, 2014 Update

SECTION 9 - MEASUREMENT AND PAYMENT


9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK.
9-1.1 General.
DELETE THE WORD "pipe" FROM THE 2nd SENTENCE OF THE FIRST PARAGRAPH OF SUBSECTION
9-1.1.
9-3 PAYMENT.
REPLACE SUBSECTION 9-3.2 WITH THE FOLLOWING:
9-3.2 Partial and Final Payment. The Engineer will, after award of contract, establish a monthly closure
date for the purpose of making monthly progress payments. The Contractor may request in writing that such
monthly closure date be changed. The Engineer may approve this request if it is compatible with the
Agencys payment procedures.
Each month, the Engineer will make an approximate measurement of the work performed up to the
closure date and as a basis for making monthly payments, estimate its value based on the contract unit
prices or as provided for in 9-2. No such monthly estimate or payment shall be required to be made when, in
the Engineers judgment, the work is not proceeding in accordance with the contract provisions, or when the
total value of the work done by the Contractor since the last monthly estimate amounts to less than One
Thousand Dollars ($1,000).
When the work has been satisfactorily completed, the Engineer will determine the quantity of work
performed and prepare the final estimate.
From each progress estimate, five percent (5%) will be deducted and retained by the Agency, and the
remainder less the amount of all previous payment will be paid to the Contractor.
As provided for in Section 4590 of the California Government Code and Section 10263 of the California
Public Contract Code, the Contractor may substitute securities for any monies withheld by the City to ensure
contract performance. At the request and expense of the Contractor, securities equivalent to the amount
withheld shall be deposited with the City, or with a State or federally chartered bank as the escrow agent,
who shall pay such moneys to the Contractor upon satisfactory contract completion. Securities eligible for
investment under this subsection shall include those listed in Section 16430 of the Government Code, or
bank or savings and loan certificates of deposit.
The Contractor shall be the beneficial owner of any securities substituted for moneys by the City. These
securities shall contain, as a minimum, the following provisions:
1. The securities amount to be deposited;
2. The terms and conditions of conversion to cash in case of the Contractors default; and
3. Escrow termination upon contract completion.
The City shall value any Contractor-deposited securities. The Citys decision on the securities value shall be
final.
No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated
damages under 6-9.
9-3.2.1 Subcontractor Release of Retention. A Local Business Enterprise (LBE) Subcontractor may
request full release of their portion of the General Contractors retention held by the City of Oakland upon
completion and tentative approval of all the LBE Subcontractors work on the project. This provision shall be
contingent upon the following conditions:
1. Payment and Performance Bonds remain in full force until completion and acceptance of the project
as defined by the Standard Specifications for Public Works Construction and Special Provisions.
2. The LBE Subcontractors work must be complete and conditionally approved by the Engineer. The
LBE Subcontractors work is deemed complete and approved if:
a. The General Contractor was allowed to advance the project beyond the LBE Subcontractors
work. For example, advancing from grading to paving or from asbestos abatement to painting
and;
b. The LBE Subcontractor has complied with all provisions in the City of Oakland and
Redevelopment Agency Small Local Business Enterprise Program, and the City of Oakland and
Redevelopment Agency Local Employment Program for Public Works Contracts.
c. All work, including punch list work, is in full compliance with all applicable codes, contract plans
and contract specifications.
Project Special Provisions

D-34

Bid Documents: August 26, 2014 Update

3. Completion and conditional approval for purposes of this provision shall not signify acceptance of the
work by the City of Oakland. The LBE Subcontractors work shall continue to be subject to contract
provisions covering warranty, and incomplete or defective work.
4. Release of any portion of the General Contractors retention shall not constitute a release of any
contract provisions governing the work.
To initiate the release of their retention, the LBE Subcontractor shall apply by letter to the General
Contractor. The letter must include:
A statement certifying that the LBE Subcontractors work is complete and complies with all
applicable codes, contract plans and contract specifications.
The dollar value and the scope of work of the LBE Subcontractors contract with the General
Contractor.
The dollar value of the LBE Subcontractors retention held by the General Contractor.
A payment summary indicating that full payment, except the Citys retained amount, has been made
to each of the LBE Subcontractors subcontractors and suppliers. After the General Contractor
verifies and certifies the above items, the General Contractor shall make a request to the City of
Oakland to release a portion of the General Contractors retention, as stated in 9-3.2 of the Standard
Specifications for Public Works Construction, equal to the dollar value of the LBE Subcontractors
retained amount. Upon the City of Oaklands approval of this request, the retention will be released
in the next scheduled progress payment. The General Contractor shall have three (3) business days
after receipt to forward these funds to the LBE Subcontractor.
9-3.2.2 Subcontractor/Subconsultant/Supplier Payment Certification. The Contractor shall certify in
writing that all subcontractors/ subconsultants/ suppliers have been paid for work and materials from
previous progress payments received (less any retention) by the Contractor prior to receipt of any further
progress payments. In the event the Contractor is unable to pay a subcontractor/sub-consultant/supplier until
they receive a progress payment from the City, the Contractor shall pay all subcontractors/ subconsultants/
suppliers funds due from said progress payments within forty-eight hours of receipt of payment from the City.
During and upon completion of the contract, the City may request monthly documentation to certify payment
to subcontractors/ subconsultant/ suppliers. The City reserves the right to issue joint checks payable to both
the Contractor and the subcontractor/ subconsultant/ supplier to insure proper payment. This provision in no
way creates any contractual relationship between any subcontractor/ subconsultant/ supplier and the City or
any liability on the City for the Contractor's failure to make timely payment to the subcontractor/
subconsultant/supplier.
In order for the City of Oakland to verify that all subcontractors, equipment owners and suppliers have
been paid for work and materials from previous progress payments received, it will be necessary for the
Contractor to fill out the monthly progress payment for Subcontractors, Equipment Owner Operators &
Suppliers Form. This form must be attached to the Contractor's monthly request for payment invoice.
Failure to do so will delay the progress payment to the Contractor. One copy of the form must also be sent
to the City Administrators Office, Contracts and Compliance Unit, Contract Compliance Division, Oakland,
CA 94612. Telephone (510) 238-2970. These forms are available at the Contract Compliance Office.
The Engineer is authorized to withhold an amount from progress and final payments from Contractors
who do not submit certified payroll reports for themselves or their subcontractors or are in non-compliance
with the City of Oakland and Redevelopment Agency's Local Construction Employment Program and
Resolution No. 57103 C.M.S. governing the payment of prevailing wages. The Contract Compliance Officer
shall determine the withholding amounts.
9-3.2.3 Submittal of Certified Payrolls. It is required that contractors and their subcontractors submit
weekly certified electronic payroll reports for all crafts covered under the contract provisions within five
working days of the end of the payroll period. For tracking purposes the certified payroll records shall show
the ethnic and gender breakdown of the workforce. The Contractors failure to submit the required
information may result in a monetary penalty in an amount not to exceed $1,000 or one percent (1%) of the
amount of the contract, whichever is less, for each working day of non-compliance, regardless of the number
of separate acts of non-compliance by the contractor or subcontractor existing on a particular day.
As a condition to receiving progress payments, final payment and payment of retention on any and all
projects on which the payment of prevailing wages is required, the contractor shall have provided to the City,
along with its request for payment, all applicable and necessary certified payrolls and other required
documents for the time period covering such payment request. The City shall withhold any portion of a
payment, including the entire payment amount, until certified payroll forms and other required LCP
documents are properly submitted. In the event that certified payroll forms do not comply with the
requirements of Labor Code Section 1720 et seq., or wage violations are identified by the City, the City will
continue to hold sufficient funds to cover estimated wages and penalties under the contract.
Project Special Provisions

D-35

Bid Documents: August 26, 2014 Update

9-3.2.4 Required Job Site Waste Reduction and Recycling Summary Report Form. The Contractor
shall submit the proper form referenced in Subsection 4-1.1.3 Required Construction and Demolition Waste
Reduction and Recycling. Failure to provide this report within 5 days of contract completion will result in
withholding up to 5% of the contract amount to the Contractor.
9-3.2.5 Prompt Payment Transmittal Form. The Contractor shall provide a completed Prompt Payment
Transmittal form with each payment request. A copy of this form is included in the Department of
Contracting
and
Purchasing
website
under
the
heading
"Forms
and
Schedules"
http://www2.oaklandnet.com/Government/o/CityAdministration/d/CP/s/FormsSchedules/index.htm.
REPLACE SUBSECTION 9-3.3 WITH THE FOLLOWING:
9-3.3 Delivered Materials. In determining the amounts of a progress payment, the City may consider the
invoiced value of acceptable materials delivered on the site or furnished and stored off the site, if such
storage is within a 25-mile radius of the Oakland City Hall, Oakland, California, except for plant (nursery)
material, for which said radius shall be 40 miles. In either case, the Contractor shall furnish evidence
satisfactory to the City: (1) of the value of such materials; and (2) that such materials are under the
exclusive control of the Contractor and have been paid for. Only materials to be incorporated in the project
will be considered for purposes of partial payment. Partial payment shall not be construed as acceptance of
such materials, nor relieve the Contractor from sole responsibility for the care and protection of such
materials, nor relieve the Contractor from risk of loss to such materials from any cause including, but not
limited to, theft, casualty, act of God, vandalism or levy by creditors, nor as a waiver of the right of the City to
require fulfillment of all terms of the contract.
The Contractor shall submit, upon demand, invoices, bills of lading and other documentary evidence
regarding material involved in progress payments, indicating thereon that such material is specifically
assigned to this work, and shall submit documentary evidence of acceptable fire and extended coverage
insurance for such material or acceptable certification that material is in storage in a bonded warehouse or at
the approved site.
Payment will not be made for materials wasted or disposed of in a manner not called for under the
Contract. This includes all rejected material either unloaded, or not unloaded, from vehicles. No
compensation will be allowed for disposing of rejected or excess material.
All material covered by partial payment made shall thereupon become the sole property of the City, but
this provision shall not be construed as relieving the Contractor from the sole responsibility for the proper
storage, transportation, care, maintenance and protection of materials upon which payments have been
made or the restoration of any damaged material, or as a waiver of the Citys right to require the fulfillment of
all contract terms.
9-3.4 MOBILIZATION.
REPLACE SECTION WITH THE FOLLOWING :
The work under this Bid Item consists of preparatory work including, but not limited to, work necessary for
the mobilizing and furnishing at the site, equipment, materials, supplies and incidentals; for the establishment
of all offices, buildings and other temporary facilities necessary for work on the project; cost for pre-paid
bonds and insurances; and for all other work and operations which must be performed or costs incurred to
begin work on the various Bid Items at the project site. Compensation for mobilization includes, but is not
limited to, the following principal items:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.

Moving onto the site of all Contractors equipment required for operations.
Installing temporary construction power and wiring.
Developing and installing construction water supply.
Providing all on-site communication facilities, including telephones.
Providing on-site sanitary facilities and potable water facilities
Arranging for and erection of Contractors work and storage yard(s).
Obtaining and paying for all required bonds and insurances including the bond
required by Article 2.4 of the Public Works Code.
Obtaining and paying for all permits required to perform work in each jurisdiction.
Posting all OSHA-required notices and establishing safety programs.
Having the Contractors superintendent at the job site full time, whenever
construction is in progress.
Submitting preconstruction submittals

Contractor is alerted to the condition that the maximum amount to be listed for mobilization work of this
Section under the Bid Item Mobilization shall not exceed three percent (3%) of the appropriate bid price
sub-total, excluding the Mobilization bid item itself.
Project Special Provisions

D-36

Bid Documents: August 26, 2014 Update

The Bid Item Mobilization will be paid as a Lump Sum over the course of the project based on percent
completion of the work.
% Bid Item Mobilization Payment

% Project Completion

25%

2%

50%

5%

75%

10%

100%

20%

Any extension of the contract time that may be granted will not of itself constitute grounds for a claim for
additional payment under the Bid Item Mobilization.

ADD THE FOLLOWING SUBSECTION:


9-4 AS-BUILT DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set
of paper prints that shall be corrected daily and shall show every change, in accordance to Section 6-8, from the
original contract Drawings and Specifications and the exact "as-built" locations, kinds and sizes of material and
equipment. This set of prints shall be kept on the job site and shall be used only as a record set.
Final As-Built Drawings: On completion of the work, the Contractor shall provide the final, complete, marked
up set of as-built drawings to the Resident Engineer within 10 days of construction acceptance. If it is determined
that the as-built drawings are not complete, the City may withhold final payment until the acceptance of the final
as-built drawings by the Resident Engineer.
The City will inspect "as-built" Drawings at the time of the monthly payment review. If it is determined that
"as-built" Drawings are not properly maintained, the City may withhold 5% of the contract price from the
Contractor, in addition to any other withheld amounts.

Project Special Provisions

D-37

Bid Documents: August 26, 2014 Update

PART 2 - CONSTRUCTION MATERIALS


Part 2 of the Special Provisions shall conform to Part 2 of the Standard Specifications except as modified
herein.
Building materials containing asbestos are prohibited. Any specialized materials where asbestos is
necessary shall be submitted to the City along with the Material Request Form for approval.

SECTION 200 -- ROCK MATERIALS


200-2 UNTREATED BASE MATERIALS.
200-2.2 Crushed Aggregate Base.
ADD THREE NEW PARAGRAPHS TO END OF SUBSECTION 200-2.2:
Aggregate may include or consist of material processed from reclaimed asphalt concrete, portland
cement concrete, lean concrete base, cement treated base or a combination of any of these materials.
Untreated reclaimed asphalt concrete and portland cement concrete will not be considered to be treated
with lime, cement or other chemical material for the purposes of performing the Durability Index test.
Payment: Full compensation for labor material, equipment and incidentals to deliver and compact the
aggregate base to the limit specified in the plans and special provisions for Class 2 aggregate base shall be
paid for other bid items of work involved, and no additional compensation will be allowed therefor.
200-2.4 Crushed Miscellaneous Base.
REVISE SUBSECTION 200-2.4.2 TO READ:
200-2.4.2 Grading. The material shall be uniformly graded and shall conform to the gradation of crushed
aggregate base in 200-2.2.
200-2.4.3 Quality Requirements.
REVISE THE 1ST AND 2ND LINES OF TABLE 200-2.4.3 (A) TO READ:
TEST
TEST METHOD
REQUIREMENTS
R-Value1
California 301
78 min.
Sand Equivalent
California 217
26 min.
200-2.5 Processed Miscellaneous Base.
ADD THE FOLLOWING SENTENCE TO SUBSECTION 200-2.5 TO READ:
Processed Miscellaneous Base shall have an aggregate grading of 3/4" maximum, coarse.
200-2.5.3 Quality Requirements.
REVISE THE 1ST AND 2ND LINES OF TABLE 200-2.5.3 (A) TO READ:
TEST
TEST METHOD
REQUIREMENTS
R-Value1
California 301
55 min.
Sand Equivalent
California 217
25 min.
200-2.6 Select Subbase.
200-2.6.3 Quality Requirements.
REVISE TABLE 200-2.6.3 (A) TO READ:
TEST
TEST METHOD
R-Value1
California 301
Sand Equivalent
California 217

REQUIREMENTS
40 min.
15 min.

SECTION 201 -- CONCRETE, MORTAR AND RELATED MATERIALS


201-1 PORTLAND CEMENT CONCRETE.
201-1.1.4 Concrete Specified by Compressive Strength.
ADD THE FOLLOWING BETWEEN THE 5TH AND 6TH PARAGRAPHS OF SUBSECTION 201-1.1.3:
When directed by the Engineer in lieu of field-testing, a testing laboratory selected by the Engineer shall
evaluate mix designs. Laboratory batch samples shall be made in accordance with ASTM C 192. The
Contractor shall supply and deliver adequate samples of all material proposed for use at no cost to the
Engineer. Mix designs shall be submitted to the Engineer at 35 days in advance of proposed use when
laboratory evaluation is performed. At least six test cylinders shall be molded from laboratory trial batches.
Cylinder testing shall be performed as follows:
Project Special Provisions

D-38

Bid Documents: August 26, 2014 Update

one at 7 days

one at 14 days

two at 28 days

The remaining two cylinders shall be tested at the Engineers direction.


Concrete used for sidewalks, driveways, curbs, gutter and curb ramp construction shall be 2,500 psi mix
in accordance with subsection 201-1. Concrete shall contain lampblack in the amount of one pound per
cubic yard.
Concrete used for slabs below concrete interlocking pavers and stone pavers shall be a minimum 3,000
psi mix in accordance with subsection 201-1.

Payment: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing
all work involved for concrete tests of all concrete construction as shown on the plans, as required by the
Standard Specifications and these Special Provisions, or as directed by the Engineer, shall be considered as
included in the price bid for the other bid items, and no additional compensation shall be allowed therefor.

201-1.4 Mixing.
201-1.4.3 Transit Mixers.
ADD NEW ITEM TO LIST IN 7TH PARAGRAPH OF SUBSECTION 201-1.4.3:
h) Time and date of batching and Revolution counter reading at time of batching and at time of
discharge.
201-2 STEEL REINFORCEMENT FOR CONCRETE.
201-2.2.3 Wire Mesh Reinforcement.
ADD THE FOLLOWING PARAGRAPH TO SUBSECTION 201-2.2.3:
Wire mesh used as reinforcement shall only be a flat sheet. Rolled mesh shall be permitted only when
authorized by the Engineer.
ADD NEW SUBSECTION 201-8 TO READ AS FOLLOWS:
201-8 MANHOLES, CLEANOUTS AND APPURTENANT MATERIALS.
Material quality, the manufacture process, and the finished sections shall be subject to the Engineers
inspection and approval. Such inspection may be made at the manufacture place and/or on the job site after
delivery. The materials shall be subject to rejection at any time for failure to meet any of the Specification
requirements even though samples may have been accepted as satisfactory at the manufacture place.
Materials rejected after delivery to the job site shall be marked for identification and shall be removed at once
from the job site. All materials damaged after delivery and prior to project acceptance by City shall be
rejected, even if installed. The Engineer's judgment on the materials shall be final. The Contractor may
attempt to make acceptable repairs on installed material(s), if the Engineer so agrees. However, the
Engineer's judgment on the repairs acceptability will be final. Unsatisfactory material shall be removed and
replaced with satisfactory material entirely at the Contractor's expense. The Engineer may accept a
certification indicating compliance with the specifications in lieu of inspection.
201-8.1. Materials.
201-8.1.1 Rock Base. Rock base shall conform to the requirements of 200-1.2 and shall be the inch mix
according to table 200-1.2 (A).
201-8.1.2 Cement Mortar. Cement mortar shall conform to the requirements of 201-5.
201-8.2 Manholes
201-8.2.1 Cast-In-Place Concrete Manholes. Materials used in cast-in-place concrete manholes shall be
as shown on the plans and in accordance with the applicable requirements of 201.
201-8.2.2 Pre-cast Manhole Sections. Pre-cast manhole sections, where not otherwise modified in the
Plans, shall conform to ASTM C478 and meet the following requirements:
a. The wall thickness shall not be less than 4 1/8 inches.
b. All sections shall be fully cured and shall not be shipped nor subjected to loading until the design
compressive strength has been reached.
c. Pre-cast base sections shall have the base slab integral with the sidewalls. Pre-cast base sections may
only be used if the invert plan and base alignment of the sewer connections exactly match the fieldmeasured angles between the connecting sewers.
201-8.2.3 Manhole Bases. Materials used in cast-in-place concrete manhole bases shall be in accordance
with the applicable requirements of Section 201. At the Contractors option and with the Engineers
approval, pre-cast base sections with integral floor conforming to ASTM C478 may be used.

Project Special Provisions

D-39

Bid Documents: August 26, 2014 Update

201-8.2.4 Plastic Pipe Connections. Plastic pipe connections to manholes shall have a rubber waterstop
tightly banded to the pipe and cast into the manhole base. Banding materials shall be 316 stainless steel or
other approved corrosion resistant materials secured with Type 305 stainless steel nuts and bolts.
201-8.2.5 Manhole Extensions. Concrete grade rings for extensions shall be a maximum of six inches
thick. In general, manhole extensions will be used on all manholes in roads, streets or other locations where
a subsequent change in existing grade may be likely. Extensions will be limited to a maximum height of 18
inches.
201-8.2.6 Jointing Manhole Sections. Male and female joints of manhole sections shall be sealed with a
round rubber "O" ring gasket or a preformed flexible joint sealant. The "O" ring shall conform to ASTM C443.
The preformed flexible joint sealant shall conform to Federal Specifications SS-S00210, and be Kent Seal
No. 2 as manufactured by Hamilton-Kent; Ram-Nek as manufactured by K. T. Snyder Company; or equal.
The size of the preformed joint sealant shall be as recommended by the manufacturer of the pre-cast
manhole sections.
201-8.3 Cleanouts. Cleanouts shall be as shown on the Plans or the Standard Details and shall be the
same material type as approved for use in main sewer or house connection sewer construction.
201-8.4 Lampholes. Lampholes shall be as shown on the Plans or the Standard Details and shall be the
same material type as approved for use in main sewer or house connection sewer construction.
201-8.5 Appurtenant Materials.
201-8.5.1 Pipe and Fittings. Pipefittings, including material for drop connections at the manhole, shall be
the type and dimensions as shown on the Standard Details or as specified in these Special Provisions.
201-8.5.2 Pipe Stubouts For Future Sewer Connections. Pipe stubouts shall be the same type as
approved for use in lateral, main, or trunk sewer construction. Strength classifications shall be same class
as in adjacent trenches. Where there are two different pipe classes at a manhole, the higher strength pipe
will govern strength classification. Rubber-gasketed watertight plugs shall be furnished with each stub-out
and shall be adequately braced against all hydrostatic or air pressures.

ADD NEW SUBSECTION 201-10 TO READ AS FOLLOWS:


SECTION 201-10 - Sheet Waterproofing
201-10.1 General
201-10.1.1 Performance Requirements. Provide a cold-adhesive-applied modified bituminous sheet
waterproofing and flashing system that prevents the passage of water.
201-10.1.2 Submittals
201-10.1.2.1 Product Data. Include manufacturer's written instructions for evaluating, preparing, and
treating substrate, technical data, and tested physical and performance properties of waterproofing, and the
following:
a. Manufacturer's standard details for substrate joints and cracks, sheet flashings, penetrations, inside and
outside corners, and other termination conditions.
201-10.1.2.2 Installer Certificates. Signed by manufacturer certifying that installers comply with
requirements.
201-10.1.2.3 Sample Warranty. Copy of special waterproofing manufacturer's and installer's warranty
stating obligations, remedies, limitations, and exclusions.
201-10.1.3 Quality Assurance. Begin installation in the presence of the manufacturer's representative.
201-10.1.3.1 Mockup. Conduct test of adhesion to existing waterproofing, in presence of manufacturer's
representative.
201-10.1.3.2 Installer Qualifications. Qualified firm that is approved, authorized, or licensed by
waterproofing manufacturer to install waterproofing and that is eligible to receive waterproofing
manufacturer's warranty.
201-10.1.3.3 Source Limitations. Obtain modified sheet waterproofing system materials through one
source from a single manufacturer.
201-10.1.3.4 Pre-Installation Meeting. Conduct meeting at Project site. Meet with Contractor's site
foreman, waterproofing manufacturer's technical representative, Owner's representative, Project Architect,
and Owner's Waterproofing Consultant. Review requirements for waterproofing, including:
a. Construction schedule and availability of materials.
b. Installer's personnel, equipment, and facilities needed to make progress and avoid delays.
c. Site use, access, and set-up location limitations.
d. Surface preparation and substrate condition and pretreatment.
e. Installation procedures.
f. Special details and sheet flashings.
Project Special Provisions

D-40

Bid Documents: August 26, 2014 Update

g. Minimum curing period.


h. Forecast weather conditions.
i. Testing and inspection requirements.
j. Site protection measures.
k. Governing regulations if applicable.
201-10.1.4 Delivery, Storage, and Handling. Deliver materials to Project site in original containers with
seals unbroken, labels intact and legible, labeled with waterproofing manufacturer's name, product brand
name and type, date of manufacture, lot number, and direction for storing and mixing with other components.
Keep materials out of mud and debris by placing on pallets or platforms and do not allow materials to be
exposed to soiling or water damage during transportation, storage, handling, and installation.
Store materials in original, undamaged containers in clean, dry, cool, shaded, protected location on raised
platforms with breathable, weather-protective coverings, within temperature range required by waterproofing
manufacturer. Waterproofing manufacturer's standard packaging and covering is not considered adequate
weather protection.
Reject and remove from Site new materials that exhibit evidence of soiling or other damage during delivery,
storage, handling or application. Conspicuously mark damaged or opened containers or containers with
contaminated materials, promptly separate them from undamaged, uncontaminated materials, and remove
from Site as soon as possible.
201-10.1.4.1 Shipping Cartons - Roll Goods
a. Shipping cartons are to be stored flat.
b. Shipping cartons are to be stored no more than five rows high.
c. Cover only with light-colored canvas tarpaulin; never use non-breathing cover materials; never use heatabsorptive cover materials.
d. Rolls of waterproofing sheets are to be removed from their shipping cartons only when ready to use.
Remnants (shorts) of rolls intended to be used later are to be returned to their cartons for storage.
201-10.1.4.2 Adhesive - Drums and Pails
a. Store containers on pallets off the ground away from construction activities.
b. Store away from any potential fire hazard.
c. If containers have been dented or stored longer than one week in hot weather or two weeks in cold
weather, closely examine containers for a tight seal.
d. Do not change the viscosity, etc. of the adhesive without prior written approval by the waterproofing
manufacturer's technical department.
201-10.1.4.3 Protection Boards. Store all protection boards off ground on pallets and covered with lightcolored canvas tarpaulins. Allow for circulation of air to resist entrapping moisture beneath the covering.
201-10.1.5 Project Conditions. Verify existing dimensions and details prior to installation of materials. Notify
Owner's Waterproofing Consultant of conditions found to be different than those indicated in Contract
documents.
Observe Owner's limitations and restrictions for site use and accessibility.
Environmental Limitations: Apply waterproofing within the range of ambient and substrate temperatures
recommended by waterproofing manufacturer. Do not apply waterproofing to a wet substrate. The substrate
shall be no wetter than saturated-surface dry at the time of application.
a. Do not apply waterproofing in rain or mist.
b. Do not apply waterproofing to surfaces with curing agents. Remove curing agents, if present.
Maintain adequate ventilation during preparation and application of waterproofing materials.
201-10.1.6 Warranty
201-10.1.6.1 Waterproofing Manufacturer's Warranty. Manufacturer's twenty year warranty warranting
materials and workmanship including coverage of installed waterproofing and accessories that fail to achieve
complete waterproofing assembly.
201-10.1.6.2 Contractor's Warranty. Provide two year labor warranty, which shall warrant waterproofing
work to be free of defects in materials and workmanship.
201-10.2 MATERIALS
201-10.2.1 Manufacturers. Laurenco Systems as manufactured by Laurenco Incorporated, Garrettsville,
Ohio.
201-10.2.2 Waterproofing Materials
201-10.2.2.1 Waterproof Sheet Material. Waterproofing Sheet 50 mils thick plus or minus 10% with
chloroprene and butyl modified asphalt filmed onto a woven glass fabric, ASTM D 1668 with modified asphalt
treatment.
a. Product: Laurenco Waterproofing Sheet.
b. Approved Equal
201-10.2.2.2 Adhesive. Semi-viscous liquid composed of synthetic rubbers to modify the asphalt in cut back
form, ASTM D 4479-93, Type 1.
Project Special Provisions

D-41

Bid Documents: August 26, 2014 Update

a. Product: Laurenco Adhesive.


b. Approved Equal
201-10.2.2.3 Cold Applied Rubberized Flashing Coating. Trowel or roller grade neoprene/butyl rubber
modified asphalt liquefied with V.M. & P. Rule 66 Naphtha and UV inhibitor and appropriate talc fillers which
meet and exceed ASTM D 4479, Type 1.
a. For use as a top protective coating for flashings, tie-offs, and other terminations.
b. Product: Laurenco Rubberized Membrane Flashing Coating.
c. Approved Equal
201-10.2.2.4 Cold Applied Butyl Sealant Tape. Color, black and supplied in ribbon or square design in rolls
with silicone coated release paper and consisting of butyl rubber modified with UV inhibitors and appropriate
talc fillers.
a. For use as a flexible joint seal for dowels, control and shrinkage joints. Application areas are to be
primed coated with Laurenco Adhesive.
b. Product: Laurenco Butyl Sealant Tapes.
c. Approved Equal
201-10.2.3 Flashing Products
201-10.2.3.1 Termination Bars.
a. Stainless steel with pre-punched holes at 8 inches o.c. minimum.
b. Non-corrosive expansion anchors for use in predrilled holes.
201-10.2.3.2 Anchor Sealant.
a. One-component urethane sealant.
201-10.2.4 Accessory Products
201-10.2.4.1 Protection Board. Semi-rigid sheets of fiberglass or mineral-reinforced asphaltic core,
pressure laminated between two asphalt-saturated fibrous liners, as recommended by waterproofing
manufacturer and as follows:
a. Thickness: 1/8-inch, nominal for two-ply applications.
b. Adhesive: As recommended by waterproofing manufacturer for type of protection course.

SECTION 202 MASONRY MATERIALS

ADD NEW SUBSECTION 202-4 TO READ AS FOLLOWS


202-4 Stone Paving and Stone Curbing
202-4.1 General. This section addresses stone pavers, curbing, and seating slab set in mortar setting
bed, setting bed and mortar, and grout.
202-4.2 References.
1. ASTM International (ASTM):
a. ASTM A 82 Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.
b. ASTM A 185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for
Concrete.
c. ASTM C 97 Standard Test Method for Absorption and Bulk Specific Gravity of Dimension
Stone.
d. ASTM C 99 Standard Test Method for Modulus of Rupture of Dimension Stone.
e. ASTM C 170 Standard Test Method for Compressive Strength of Dimension Stone.
f. ASTM C 241 Standard Test Method for Abrasion Resistance of Stone Subjected to Foot
Traffic.
g. ASTM C 615 Standard Specification for Granite Dimension Stone.
h. ASTM C 880 Standard Test Method for Flexural Strength of Dimension Stone.
i. ASTM C 1028 Standard Test Method for Determining the Static Coefficient of Friction of
Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull-Meter Method.
j. ASTM D 1056 Standard Specification for Flexible Cellular Materials Sponge or
Expanded Rubber.
k. ASTM D 1752 Standard Specification for preformed Sponge Rubber Cord and Recycled
PVC Expansion Joint Fillers for Concrete Paving and Structural Construction.
2. American National Standards Institute (ANSI):
Project Special Provisions

D-42

Bid Documents: August 26, 2014 Update

a. ANSI A118.3 Chemical Resistant Water Cleanable Tile-Setting and Grouting Epoxy and
Water Cleanable Tile-Setting Epoxy Adhesive.
b. ANSI A118.7 Polymer Modified Cement Grouts for Tile Installation.
c. ANSI A118.10 Installation of Grout in Tilework.
3. Masonry Standards Joint Committee (MSJC):
a. ACI 530.1/ASCE 6/TMS 602 Specification for Masonry Structures; Cold and hot weather
requirements for mortar and grout.
202-4.4 Materials Stone.
1. Basalt Stone Pavers
a. Stone Paver: Black basalt pavers, made from stone complying with ASTM C 615.
b. Dimensions: 12 inches by 24 inches by 1 inch thick (band and trim areas); 4 inches by 4
inches by 1 inch thick (fountain oval and other stone paving field areas); 12 inches by 72
inches (poem/text panels)
c. Finish: Thermal slip-resistant top, split sides, saw-cut bottom for 12 by 24 inch and 4 by 4
inch units; thermal slip-resistant top, split sides, saw cut-bottom and saw-cut end joints for
12 by 72 inch units
2. Stone Planter Curb
a. Stone Curb: White granite curb, made from stone complying with ASTM C 615.
b. Dimensions: 6 inches by 8 inches by 48 inches
c. Finish: Split top and sides,
3. Stone Seating Slab
a. Stone Seating Slab: White granite slab, made from stone complying with ASTM C 615.
b. Dimensions: 18 inches by 48 inches by 4 inches thick. Some lengths vary for curved pieces,
tip, and to accommodate different lengths of planter sides. See Drawings.
c. Finish: Thermal top, split sides, saw-cut bottom and joints
4. Performance Requirements
a. Modulus of Rupture: 1,900 psi per ASTM C 99.
b. Compressive Strength: 15,000 psi per ASTM C 170.
c. Flexural Strength: 3,000 in.lb. per ASTM C 880.
d. Absorption: 0.65% per ASTM C 97.
e. Density: 160 lbs/cu.ft. per ASTM C 97.
f. Static Coefficient of Friction: 0.62 in.lb. per ASTM C 1028.
g. Abrasion Resistance: 70.92 in.lb. per ASTM C 241.
5. Select stone for intended use to prevent fabricated units from containing cracks, seams, and starts that
could impair structural integrity or function. Stone unit edges shall be straight, with minor variations
typical for split face material.
6. Fabricate stone to comply with requirements indicated and with the following references:
a. Granite: NBGQA's "Specifications for Architectural Granite/Stone.
b. Cut stone to produce pieces of thickness, size, and shape indicated, including details on
Drawings and Shop Drawings.
202-4.5 Materials Accessories.
1. Joint Filler
a. Cork Joint Filler: Preformed strips complying with ASTM D 1752, Type II, for use against
building face where pavers are placed against building wall.
b. Compressible Foam Filler: Preformed strips complying with ASTM D 1056, Grade 2A1, for
use in the field of paver installation for control or expansion joints. This filler holds stone
pavers in place while mortar and grout cure, after which the filler is removed and joint
sealant is installed.
c. Sealant per manufacturer recommendation.
2. Mortar Setting-Bed Materials
a. Mortar Bed: Laticrete 226 Thick Bed Mortar gauged with Laticrete 3701 Mortar Admixture as
manufactured by Laticrete International, Inc.. or equal.
b. Bond Coat: Laticrete 254 Platinum as manufactured by Laticrete International, Inc., or equal.
c. Water: Potable.
3. Grout Materials
a. Polymer-Modified Tile Grout: ANSI A118.7, sanded.
i. Product: Subject to compliance with requirements, provide Polymer Modified Tile Grouts
Project Special Provisions

D-43

Bid Documents: August 26, 2014 Update

for Tile/Stone Installation: Laticrete Tri-Poly Fortified Sanded Grout (1500 Series) gauged
with Laticrete 1776 Admix Plus, as manufactured by Laticrete International, Inc., or
approved equal.
b. Polymer Type: Ethylene-vinyl acetate or acrylic additive in dry, redispersible form;
prepackaged with other dry ingredients.
c. Grout Color(s): Dark Gray for basalt paving, white for porphyry, and white for white granite.
d. Water: Potable.
4. Mortar and Grout Mixes
a. General: Comply with referenced standards and with manufacturers' written instructions.
Discard mortars and grout if they have reached their initial set before being used.
b. Mortar-Bed Bond Coat: Mix polymer modified thin-set mortar and water to a creamy
consistency, per manufacturers recommendations.
c. Polymer-Modified, Portland Cement Setting-Bed Mortar: Comply with written instructions of
polymer-additive manufacturer and as necessary to produce stiff mixture with a moist
surface when bed is ready to receive pavers.
d. Packaged Grout Mix: Proportion and mix grout ingredients according to grout manufacturer's
written instructions.
e. Mortar Pigments: Natural and synthetic iron oxides. Use only pigments with a record of
satisfactory performance in mortar and containing no carbon black.
5. Membranes
a. Refer to Waterproofing specifications and the project plans for waterproofing at basement
areas.
202-4.6 Substrate Requirements.
1. Concrete slab shall provide a minimum compressive strength of 3,000 psi prior to applying the setting
and leveling course.
202-4.7 Source Quality Control.
1. Cut stone to produce pieces of thickness, size, and shape indicated, including details on Drawings and
Shop Drawings. Material samples shall be provided and shall be inspected by Engineer or Engineers
Representative at Contractor expense and approved by Engineer prior to shipping.
2. Fabrication Tolerances:
a. Maximum variations in stated thickness: plus or minus 1/4 inch.
b. Split edge pavers width tolerance: plus or minus 1/4 inch.
c. Sawn edge pavers width tolerance: plus or minus 1/8 inch.
202-4.8 Stone Supplier.
1. American Soil & Stone, 2121 San Joaquin Street, Richmond, California, 94804, 510.685.300,
www.americansoil.com.
2. ASN Natural Stone, 2415 17th Street, San Francisco, California, 94110, 415.626.2616,
www.asnstone.com.
3. Approved equal to suppliers listed above.

ADD NEW SUBSECTION 202-5 TO READ AS FOLLOWS


202-5

Interlocking Concrete Pavers

202-5.1 General. This section addresses concrete pavers, bedding and joint sand, aggregate base,
bituminous setting bed, and edge restraints.
202-5.2 Related Sections.
1. These related sections refer to standard specifications available from the City of Oakland or highway
agency or from major specification writing agencies such as the Federal Highway Administration
(FHWA), the National Stone Association (NSA), the American Concrete Pavement Association (ACPA),
the National Asphalt Producers Association (NAPA), the National Institute of Building Sciences (NIBS),
National Master Specifications (NMS), the American Society for Testing and Materials (ASTM), the
Project Special Provisions

D-44

Bid Documents: August 26, 2014 Update

Canadian Government Standards Board (CGSB), the Ontario Provincial Standard Specifications
(OPSS), etc.
a. Curbs and Drains.
b. Aggregate Base.
c. Cement Treated Base.
d. Asphalt Treated Base
e. Overlays of Asphalt and Concrete Pavements.
f. Bitumen and Neoprene Setting Bed, Acrylic Fortified Mortar Setting Bed.
g. Geotextiles.
h. Unshrinkable Fill
202-5.3 References. Street pavement thicknesses should be in accordance with established
flexible pavement design procedures, and in accordance with Interlocking Concrete Pavement
Institute Technical Bulletins.
1. American Society of Testing and Materials (ASTM) (latest edition):
a. C 33 Specification for Concrete Aggregates.
b. C 136 Method for Sieve Analysis for Fine and Coarse Aggregate.
c. C 140 Sampling and Testing Concrete Masonry Units.
d. C 144 Standard Specifications for Aggregate for Masonry Mortar.
e. C 936 Specifications for Solid Interlocking Concrete Paving Units.
f. C 979 Specification for Pigments for Integrally Colored Concrete.
g. D 698 Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures
Using a .5 lb (24.4 N) Rammer and 12 in. (305 mm) drop.
h. D 1557 Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures
Using a 0-lb (44.5 N) Rammer and 18 in. (457 mm) drop.
i. D 2940 Graded Aggregate Material for Bases or Subbases for Highways or Airports.
j. C 29 Bulk Density and Voids in Aggregate Materials.
202-5.4

Interlocking Concrete Pavers.

1. Holland paving stone, 6 x 12, 4 thickness, color charcoal, by Hanover Architectural Products, 5000
Hanover Road, Hanover, Pennsylvania, 1.800.426.4242, www.hanoverpavers.com.
2. City Stone Rectangular paving stone, 6 x 12, 80 mm thickness, color charcoal, by Pavestone
Company LLC, 4835 LBJ Freeway, Suite 700, Dallas, Texas; local office: 7600 County Road 90
Winters, California, 95674, 1.530.795.4400, www.pavestone.com.
3. Approved equal to the products listed above.
Pavers shall meet the minimum material and physical properties set forth in ASTM C 936, Standard
Specification for Interlocking Concrete Paving Units.
a. Average compressive strength 8000 psi (55MPa) with no individual unit under 7,200 psi (50
MPa).
b. Average absorption of 5% with no unit greater than 7% when tested according to ASTM C
140.
c. Resistance to 50 freeze-thaw cycles, when tested according to ASTM C 67, with no
breakage greater than 1.0% loss in dry weight of any individual unit. This test method shall
be conducted not more than 12 months prior to delivery of units.
d. Pigment in concrete pavers shall conform to ASTM C 979. ACI Report No. 212.3R provides
guidance on the use of pigments.
202-5.5 Granular Subbase.
The granular subbase material shall consist of granular material graded in
accordance with ASTM D 2940, as presented in Table 1.

Project Special Provisions

D-45

Bid Documents: August 26, 2014 Update

TABLE 1
SUBBASE MATERIAL
GRADING REQUIREMENTS
ASTM D 2940
Sieve Size

Percentages Passing

2 in. (50 mm)

100

1 in. (37.5 mm)

90 to 100

in. (19 mm)


3/8 in. (9.5 mm)
No. 4 (4.75 mm)

30 to 60

No. 30 (600 m)
No. 200 (75 m)

0 to 12 *

202-5.5 Concrete Base.


The concrete base shall be designed by a qualified civil engineer to sustain the
traffic loads that the pavement will be subjected to.
202-5.6

Bituminous Setting Bed.

1. Bituminous setting bed for concrete pavers shall be made from the following materials:
a. Asphalt cement to be used in the bituminous setting bed shall conform to ASTM D 946 with
a penetration at 77 degrees F. 100G., 5 sec of minimum 85 millimetres and a maximum of
100 millimetres.
b. The fine aggregate to be used in the bituminous setting bed shall be clean, hard sand free of
organic matter and alkali salts. It shall be uniformly graded from course to fine and all
aggregate shall pass the No. 4 sieve size. Aggregate must meet the gradation requirements
when tested in accordance with the standard method of testing for sieve and screen analysis
of fine and course aggregates ASTM C 136.
2. The dried fine aggregate shall be combined with hot asphalt cement, and the mix shall be heated to
approximately 300 degrees F. at an asphalt plant. The approximated proportion of materials shall be
approximately 7% asphalt cement and 93% fine aggregate. Each ton shall be proportioned by weight in
the approximate ratio of 145 lbs asphalt to 1,855 lbs sand.
3. Setting bed primer/adhesive for adhesion to concrete base material: Cut Back Asphalt Specification
(Rapid Curing Type), per ASTM D 2028 and AASHTO M-81.
4. Neoprene-Modified Asphalt Adhesive for bonding Concrete Pavers to Bituminous Bedding Material:
Standard neoprene modified asphalt adhesive containing oxidized asphalt combined with 2% neoprene
and 10 percent long fibered mineral fibres with a softening point of 155 degrees F.
5. Preformed Asphalt Joint Filler: ASTM D 994, inch thick, for expansion joints which are detailed.
202-5.7 Joint Sand.
Joint sand shall be shall be Techniseal RG+ Polymeric Jointing Sand for Pavers, http://www.techniseal.com/,
1.800.465.7325, or approved equal.
202-5.8 Edge Restraints.
1. The provision of suitable edge restraints is critical to the satisfactory performance of interlocking
concrete block pavement. The pavers must abut tightly against the restraints to prevent rotation under
load and any consequent spreading of joints. The restraints must be sufficiently stable that, in addition
to providing suitable edge support for the paver units, they are able to withstand the impact of
temperature changes, vehicular traffic and/or snow removal equipment.
2. Curbs, gutters or curbed gutter, constructed to the dimensions of municipal standards (noting that these
standards generally refer to cast-in-place concrete sections), are considered to be acceptable edge
restraints for heavy duty installations. Where extremely heavy industrial equipment is involved such as
container handling equipment, the flexural strength of the edge restraint should be carefully reviewed,
Project Special Provisions

D-46

Bid Documents: August 26, 2014 Update

particularly if a section that is flush with the surface is used and may be subjected to high point loading.
Edge restraints shall be used along all unrestrained paver edges and supported on a minimum of 6 in.
(150mm) of aggregate base.

ADD NEW SUBSECTION 202-6 TO READ AS FOLLOWS


202-6.1 General.
and grout.

This section addresses brick pavers set in mortar setting bed, setting bed and mortar,

202-6.2 References.
4. ASTM International (ASTM):
l. ASTM A 82 Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.
m. ASTM A 185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for
Concrete.
n. ASTM C67 Method of Sampling and Testing Brick and Structural Clay Tile.
o. ASTM C 241 Standard Test Method for Abrasion Resistance of Brick Subjected to Foot
Traffic.
p. ASTM C902 Standard Specification for Pedestrian And Light Traffic Paving Brick
q. ASTM C 1028 Standard Test Method for Determining the Static Coefficient of Friction of
Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull-Meter Method.
r. ASTM D 1056 Standard Specification for Flexible Cellular Materials Sponge or
Expanded Rubber.
s. ASTM D 1752 Standard Specification for preformed Sponge Rubber Cord and Recycled
PVC Expansion Joint Fillers for Concrete Paving and Structural Construction.
5. American National Standards Institute (ANSI):
d. ANSI A118.3 Chemical Resistant Water Cleanable Tile-Setting and Grouting Epoxy and
Water Cleanable Tile-Setting Epoxy Adhesive.
e. ANSI A118.7 Polymer Modified Cement Grouts for Tile Installation.
f. ANSI A118.10 Installation of Grout in Tilework.
6. Masonry Standards Joint Committee (MSJC):
b. ACI 530.1/ASCE 6/TMS 602 Specification for Masonry Structures; Cold and hot weather
requirements for mortar and grout.
202-6.4 Materials Clay Brick
7. Clay Brick Pavers
d. Clay Brick Paver: must comply with ASTM C 902, Class SX
e. Dimensions: Solid Paver, Modular Size 3 x 2 x 7
i. Verify mortar and waterproofing clearance relative to brick thickness at basement
areas prior to purchase.
ii. Size 3 x x 7 to be provided for vault hatch cover areas
f. Color and Texture: H.C. Muddox Modular Brick Pavers, or approved equal
i. 50% Monterey Bay Flash with Set Marks Wire-Cut, and
ii. 5% Ebony Wire-Cut, 45% Custom Blend of Burnt Rose, Old Town Red, Mission, and
Mt. Rose Wire-Cut
th
iii. To match Old Oakland pavers at Washington and 9 Streets
iv. Color samples to be assembled per submittal requirements and approved prior to
purchase
2. Pavers shall meet the following requirements set forth in ASTM C 902 Specification for Pedestrian
and Light Traffic Paving Brick
a. Minimum average compressive strength of 8,000 psi.
b. The average cold water absorption shall not be greater than 6% with no individual unit
testing greater than 7%. Absorption test results may not be achieved through the use of
sealers or other products applied to the clay paver.
c. Resistance to 50 freeze-thaw cycles, when tested in accordance with ASTM C67. In addition,
Project Special Provisions

D-47

Bid Documents: August 26, 2014 Update

the clay paver must pass CSA-A231.2 freeze thaw test in saline solution without the use of
sealers or other chemical treatments. A test report must be submitted by the manufacturer if
required.
d. Dimensional tolerances should meet the PX standard. The dimensional tolerances around
the mean values for length, width, and depth shall be 1/16". Pavers with the Antique edge
finish will meet a PX Standard for dimensional tolerances and a PA Standard for Maximum
Permissible Extent of Chippage from Edges and Corners due to the tumbled nature of this
product.
e. The pavers should be solid units without core holes or other perforations.
f.

The contractor shall ensure that the manufacturer conducts a statistically-representative, ongoing sampling of current production to maintain compliance with dimensional and water
absorption requirements. This sample shall be representative of the color blend in the typical
package and selected on a consistent basis.

202-6.5 Materials Accessories.


6. Joint Filler
d. Cork Joint Filler: Preformed strips complying with ASTM D 1752, Type II, for use against
building face where pavers are placed against building wall.
e. Compressible Foam Filler: Preformed strips complying with ASTM D 1056, Grade 2A1, for
use in the field of paver installation for control or expansion joints. This filler holds brick
pavers in place while mortar and grout cure, after which the filler is removed and joint
sealant is installed.
f. Sealant per manufacturer recommendation.
7. Mortar Setting-Bed Materials
d. Mortar Bed: Laticrete 226 Thick Bed Mortar gauged with Laticrete 3701 Mortar Admixture as
manufactured by Laticrete International, Inc. or approved equal.
e. Bond Coat: Laticrete 254 Platinum as manufactured by Laticrete International, Inc., or
approved equal.
f. Water: Potable.
8. Grout Materials
e. Polymer-Modified Tile Grout: ANSI A118.7, sanded.
i. Product: Subject to compliance with requirements, provide Polymer Modified Tile Grouts
for Tile/Brick Installation: Laticrete Tri-Poly Fortified Sanded Grout (1500 Series) gauged
with Laticrete 1776 Admix Plus, as manufactured by Laticrete International, Inc., or
approved equal.
f. Polymer Type: Ethylene-vinyl acetate or acrylic additive in dry, redispersible form;
prepackaged with other dry ingredients.
g. Grout Color(s): Dark Gray for basalt paving, white for porphyry, and white for white granite.
h. Water: Potable.
9. Mortar and Grout Mixes
f. General: Comply with referenced standards and with manufacturers' written instructions.
Discard mortars and grout if they have reached their initial set before being used.
g. Mortar-Bed Bond Coat: Mix polymer modified thin-set mortar and water to a creamy
consistency, per manufacturers recommendations.
h. Polymer-Modified, Portland Cement Setting-Bed Mortar: Comply with written instructions of
polymer-additive manufacturer and as necessary to produce stiff mixture with a moist
surface when bed is ready to receive pavers.
i. Packaged Grout Mix: Proportion and mix grout ingredients according to grout manufacturer's
written instructions.
j. Mortar Pigments: Natural and synthetic iron oxides. Use only pigments with a record of
satisfactory performance in mortar and containing no carbon black.
10. Membranes
b. Refer to Waterproofing specifications and the project plans for waterproofing at basement
areas.
202-6.6 Substrate Requirements.
Project Special Provisions

D-48

Bid Documents: August 26, 2014 Update

2. Concrete slab shall provide a minimum compressive strength of 3,000 psi prior to applying the setting
and leveling course.
202-6.7 Source Quality Control.
3. Cut brick to produce pieces of thickness, size, and shape indicated, including details on Drawings and
Shop Drawings. Material samples shall be provided and shall be inspected by Engineer or Engineers
Representative at Contractor expense and approved by Engineer prior to shipping
4. Fabrication Tolerances:
d. Maximum variations in stated thickness: plus or minus 1/4 inch.
202-6.8 Brick Supplier.
4. H.C. Muddox, 4875 Bradshaw Road, Sacramento, CA, 95827, 1-800-776-1244.
5. Approved equal to suppliers listed above.

SECTION 203 BITUMINOUS MATERIALS


The following PG asphalt mixes shall be used unless otherwise specified:
Upper Course (Top 2 of AC) or AC OVERLAY: Maximum Aggregate, Type C2 Mix from Table
203-6.4.3 (A) Bituminous Pavement Mixture PG64-10 with 15% reclaimed asphalt pavement (RAP)
Lower Course(s) (more than 2 below surface) or AC BASE REPAIR: 3/4 Maximum Aggregate, Type
B Mix from Table 203-6.4.3 (A) - Bituminous Pavement Mixture PG64-10 with 15% reclaimed
asphalt pavement (RAP)
203-7.6 RAC Mixing.
203-7.6.1 General.
ADD TO THE END OF 203-7.6.1 TO READ:
Uniformity of binder distribution will be determined by an extraction test made in accordance with any of the
following test methods or other published test methods approved by the Engineer.
ASTM D 2172
California Test Method 382
ASTM D 4125
203-10.2 LATEX MODIFIED ASPHALT CONCRETE.
REVISE SUBSECTION 203-10.2.1 TO READ:
203-10.2.1 Paving Asphalt.
Paving asphalt to be mixed with the latex and aggregate shall be
Performance Grade PG 64-10 conforming to 203-1, or as specified in the Special Provisions.
203-10.2.4 Composition and Grading.
CHANGE THE FIRST PARAGRAPH OF 203-10.2.4 TO READ:
The mix shall be C2 unless otherwise specified on the Plans or in the Special Provisions. Where Alternate
Rock Products-Type S, Section 400, are specified, the class and grade shall be Type III-C3-PG 64-10 or as
specified in the Special Provisions.

SECTION 206 MISCELLAEOUS METAL ITEMS


ADD NEW SUBSECTION 206-7 TO READ AS FOLLOWS:
206-7 Roadside Signs
206-7.1 General Requirements. Roadside signs shall conform to the following reference standards:
A. American Association of State Highway and Transportation Officials (AASHTO):
1. AASHTO M268 Retroreflective Sheeting for Traffic Control
2. American Standards for Testing and Materials (ASTM):
3. ASTM A653 Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the
Hot Dip Process
4. ASTM B209 Specification for Aluminum and Aluminum-Alloy Sheet and Plate
5. ASTM B449 Practice for Chromates on Aluminum
Project Special Provisions

D-49

Bid Documents: August 26, 2014 Update

B. Federal Highway Administration (FHA):


1. FHA FP85 Visual Color Tolerance Charts
C. 2012 California Manual on Uniform Traffic Control Devices (MUTCD)
D. 2010 Caltrans Standard Specifications:
1. Section 56, Roadside Signs
206-7.2 Submittals. Certificate of compliance shall be provided for all products and materials proposed to
be used under this section.
206-7.3 Sign Plates. Roadside sign faces shall be High Intensity retro-reflective sheeting material adhered
to 0.080 gauge (minimum) anodized aluminum blank. The size, shape, color and legend of the sign shall
conform to the current Section 56, Signs, of the 2010 Caltrans Standard Specifications.
206-7.4 Other Sign Materials. Sign Posts and Hardware: As approved by the Engineer and specified in
Section 56-2, Roadside Signs, of the Caltrans Standard Specifications.

SECTION 207 PIPE


ADD THE FOLLOWING TO THE SECTION HEADING:
The Contractor shall have the option to use alternative pipe materials for the construction or replacement
of sanitary sewer work according to the table shown below unless specifically stated otherwise on the plans.
Except for irrigation water line, pipes and fittings made with Polyvinyl Chloride (PVC) are not allowed. If
specific pipe materials are shown in the plans, Contractor shall not have the option of using other pipe
materials.
The Contractor shall state the pipe type planned for use and supply any certification required by the
specifications no later than the project pre-construction meeting. Only one pipe type shall be used on a
reach between sewer structures.
PIPE COVER AND MATERIAL REQUIREMENTS
PIPE DIAMETER
(inches)

LESS THAN 3 FEET

8 TO 15

DIP
VCP w/ concrete encasement*

VCP

VCP w/concrete bedding*


RCP Class IV

18 TO 36

VCP w/ concrete encasement*


RCP Class V

VCP
RCP Class III

VCP w/concrete bedding*


RCP Class IV

DIP
VCP
RCP
*

3 TO 15 FEET

15 FEET PLUS

Ductile Iron Pipe, Class II/52 as per AWWA A H3-65


Extra Strength Vitrified Clay Pipe as per ASTM C-700
Reinforced Concrete Pipe with rubber gasket joint
Concrete encasement or bedding shall be included in the unit price of VCP installed.

1. The following table shall be used for establishing pipe strengths for reinforced concrete pipe:
Pipe Class
Minimum Ultimate D-Load
lbs/ft of diameter/lf

II

III

IV

1,200

1,500

2,000

3,000

3,750

2. Where Ductile Iron Pipe (DIP) is specified in the plans for sanitary sewer pipe, the Contractor shall use
Protecto 401 (or approved equal) Ceramic Epoxy-Lined DIP Class II/52 with a minimum of 40 mils
thickness lining. DIP shall have mechanical joints.
3. Existing six-inch sewer mains shall be replaced with eight-inch sewer pipe, except as shown on the
Plans or when directed by the Engineer.
4. Lining an existing six-inch sewer main is not permitted unless shown on the plans.
Project Special Provisions

D-50

Bid Documents: August 26, 2014 Update

5. Where pipe rehabilitation type 1, 2, 3 and 4 are specified in the plans, the following methods shall be
used:
Type <1>: Rehabilitate existing sanitary sewer pipe by installing CIPP liner in accordance with
Subsection 500-1.4.
Type <2>: Rehabilitate existing sanitary sewer pipe with SDR 17 HDPE pipe by pipe-expanding in
accordance with Subsection 500-1.6.
Type <3>: Replace existing sanitary sewer by OpenTrench Excavation in accordance with Section 3061.
Type <4>: Construct new sanitary sewer by OpenTrench Excavation in accordance with Section 306-1.
207-1 NONREINFORCED CONCRETE PIPE.
DELETE THE SUBSECTION.
207-9 IRON PIPE AND FITTINGS.
207-9.2 Ductile Iron Pipe for Water and Other Liquids.
207-9.2.4 Lining and Coating.
CHANGE THE LAST SENTENCE OF SUBSECTION 207-9.2.4 TO READ:
Where Ductile Iron Pipe (DIP) is specified in the plans for sanitary sewer pipe, the Contractor shall use
Protecto 401 (or approved equal) Ceramic Epoxy Lined DIP Class II/52 with a minimum of 40 mils thickness
lining. The DIP shall have mechanical joints. The inside and outside surfaces of cast iron and ductile iron
pipe and fittings for general use shall be coated with a bituminous coating 1 mil (0.0254mm) thick in
accordance with ANSI A21.51.
207-16 ABS OR PVC COMPOSITE PIPE.
DELETE ALL REFERENCES TO PVC PIPE OR FITTINGS.
207-17 PVC Plastic Pipe.
DELETE THE SUBSECTION.
207-19 POLYETHYLENE (PE) SOLID WALL PIPE.
207-19.1 General.
ADD THE FOLLOWING TWO SENTENCE TO THE END OF THE SUBSECTION:
HDPE pipe used for direct burial shall be SDR 11. HDPE pipe used for the pipe-expanding method of
Subsection 500-1.6 shall be SDR 17.
REPLACE SUBSECTION 207-19.3 WITH THE FOLLOWING:
207-19.3 Pipe or Liner Acceptance. When manufactured, each lot of pipe, liner, and fittings shall be
inspected for defects and tested in accordance with ASTM D3350. The liner or pipe shall be homogeneous
throughout, uniform in color, free of cracks, holes, foreign materials, blisters or deleterious faults.
The Contractor shall supply written certification by the manufacturer that materials used in the manufacture
of the pipe and the pipefittings conform to these specification requirements. The Contractor shall also supply
written certification that all resins/pellets used are from a single producer. Failure to meet this requirement
will result in rejection of the pipe or liner during shop drawing review.
For testing purposes, a production lot shall consist of all pipe or liner having the same marking number. It
shall include any and all items produced during any given work shift and must be so identified as opposed to
previous or ensuing production.
ADD NEW SUBSECTION 207-25 TO READ AS FOLLOWS:
207-25 POLYETHYLENE (PE) LARGE DIAMETER PROFILE WALL PIPE.
207-25.1 General. Polyethylene (PE) profile wall pipe and fittings for use in gravity flow sanitary sewers and
storm drains, and for use as liners for sanitary sewers shall comply with ASTM F894.
207-25.2 Material Composition. Pipe fittings shall be made from a plastic compound meeting the
requirements of type III, class C, category 5, grade P 34 as defined in ASTM D 1248 and with established
hydrostatic design basis (HDB) of not less than 1250 psi for water at 73.4 degrees F determined in
accordance with method ASTM D2837. Materials meeting the requirements of cell classification PE 334433
C or higher cell classification in accordance with ASTM D 3350 are also suitable.
Materials other than those specified above may be used as part of the profile construction (for example, as a
core tube to support the shape of the profile during the processing, provided that these materials are
compatible with the PE material, are completely encapsulated in the finished product, and in no way
compromise the performance of the PE pipe product in the intended use.
Materials shall meet the chemical resistance tests of 210-2.3.3.
Project Special Provisions

D-51

Bid Documents: August 26, 2014 Update

207-25.3 Test Requirements. Pipefittings shall meet the requirements of the section titled "Requirements"
of ASTM F 894. The Engineer will require certification by the manufacturer that the test results comply with
specifications requirements. Sampling and inspection shall meet the requirements of the section titled
"Sampling, Inspection, and Retest" of ASTM F 894.
207-25.4 Marking. Each standard and random length of pipe shall be clearly marked with the following
information: the nominal pipe size (in inches); the legend PE sewer and drain pipe; the RSC classification;
the material designation: P-34 grade or cell classification; the manufacturer's name; the production code and
plant location; and manufacture date.
207-25.5 Dimensions. Pipe dimensions shall comply with dimensions given in Table I of ASTM F 894.
Pipe shall have a RSC as shown on the Plans. RSC is defined in ASTM F 894.

SECTION 209 -- STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS


209-1 GENERAL.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-1 TO READ:
Before any work is started the Contractor shall file with the Engineer the names, addresses and
telephone numbers of at least three people capable of responsible action in the event of any emergency
outside of regular working hours. The locations of electrical system elements shown are approximate.
The locations of electrical system elements shown are approximate; the Engineer determines the final
location.
209-3 MATERIALS.
209-3.1 City furnished material list
ADD NEW SUBSECTION 209-3.1 TO READ:
City of Oakland Electrical Services Dept will furnish splice chamber part #s A27, A28, A29, and F24 per
standard detail drawing E-57. All other materials required shall be supplied by the Contractor.
209-3.2 Anchor bolts, Nuts, and Washers.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-3.2 TO READ:
City standard street light pole anchor bolts shall be the type and size shown on plans and according to
City standard detail drawing E-21. Anchor bolts for signal standard shall conform to 2010 Caltrans Standard
Plans and Specifications.
209-3.3 Standards.
209-3.3.1 General.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-3.3.1 TO READ:
The signal standard shall conform to Caltrans Standard Plans and Specifications. Rectangular corrosionresistant metal identification tags conforming to Caltrans Standard Provision shall be attached on all
standards and poles. Street light poles shall conform to City of Oakland street light design manual.
209-3.3.3.2 Steel Standards.
REPLACE SUBSECTION 209-3.3.3.2 WITH THE FOLLOWING:
Unless otherwise specified in the Special Provisions, steel standards shall comply with Caltrans
Standard Provision Section 86-2.04. All standards shall be galvanized unless other specified.
209-3.3.4 Fiberglass Standards.
DELETE SUBSECTION 209-3.3.4 Fiberglass Standards.
209-3.4 Mast Arms.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-3.4 TO READ:
The signal mast arm shall conform to Caltrans Standard Plans and Specifications.
209-3.5 Conduit.
209-3.5.1 General.
ADD NEW PARAGRAPH AT THE END OF SUBSECTION 209-3.5.1 TO READ:
City conduits shall be HDPE unless otherwise notes and of the following sizes:
1. Street Lighting 2-inch HDPE Schedule 80 Conduit
2. Traffic Signal 3-inch HDPE Schedule 80 Conduit
Project Special Provisions

D-52

Bid Documents: August 26, 2014 Update

3.
4.
5.
6.
7.
8.
9.
10.
11.

Interconnect 3-inch HDPE Schedule 80 Conduit


Inductive Loop Detector Lead-In-Cable - 2-inch HDPE Schedule 80 Conduit
Between Street Light Foundation and City #5 Curb Box 2-inch Rigid Steel Conduit (RSC)
Between Traffic Signal mast arm pole foundation and City #6 Curb Box 3-inch Rigid Steel
Conduit (RSC)
Between Traffic Signal (non signal mast arm) foundation and City #6 Curb Box - 2-inch Rigid
Steel Conduit (RSC)
Between Controller Cabinet Foundation and City #6 Curb Box two (2) 3-inch HDPE Schedule
80
Between Tesco Foundation and City #6 Curb Box one (1) 3-inch HDPE Schedule 80
Between Tesco Foundation and PG&E Service Box one (1) 3-inch PVC Schedule 80.
Contractor is responsible for verifying and providing the PG&E conduits per their requirements.
Riser on PG&E pole and stub into City Curb Box or PG&E Service Box Contractor is
responsible for verifying and providing the PG&E risers and conduits per their requirements.

209-3.7 Pull Boxes.


ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-3.7 TO READ:
All non-traffic rated curb boxes shall be precast, non-concrete fibrelyte, conforming to Electrical Standard
Drawing E-9.
Pull boxes for street lighting circuits only shall be City standard #5 per standard drawing E-9. Pull box
covers to be installed in low-voltage lighting systems shall be inscribed CITY OF OAKLAND STREET
LIGHTING.
Pull boxes for traffic signal circuits shall be City standard #6 per standard drawing E-9. Pull box covers
to be installed in signal systems or combined signal and low-voltage lighting systems shall be inscribed
CITY OF OAKLAND TRAFFIC SIGNAL.
Pull box covers to be installed in fiber optic cable only lines shall be inscribed CITY OF OAKLAND
INTERCONNECT.
Curb boxes located within travel roadway or otherwise noted on plans must be traffic rated. Traffic rated
curb boxes shall be in accordance with Caltrans Standard Specifications 86-2.07, Traffic Pull Boxes.
209-3.8 Splice Insulation.
209-3.8.1 General.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 209-3.8.1 TO READ:
Splicing for street light circuit shall conform to Electrical Standard Detail E-29.
209-3.12 Service Pedestal.
ADD NEW SUBSECTION 209-3.12 TO READ:
Circuit breakers shall be the cable-in/cable-out type, mounted on non-energized clips. All circuit
breakers shall be mounted vertically with the up position of the handle being the ON position.
Each service shall be provided with up to two main circuit breakers, which shall disconnect ungrounded
service entrance conductors. Where the Main circuit breaker consists of two circuit breakers as shown on
the plans or required in the special provisions, each of the circuit breakers shall have a minimum interrupting
capacity of 10,000 A, rms.
The neutral conductor shall run from the service equipment enclosure to the controller Cabinet without
splicing to any other neutral conductor.
Contractor to furnish and install ground rod at Tesco panel foundation.
Service Pedestal shall conform to Caltrans Electrical Systems Service Equipment.
209-3.12.1 Single Meter Service Pedestal
ADD NEW SUBSECTION 209-3.12.1 TO READ:
Single Meter Type III-AF, 120/240 V, 100 A, service pedestal (Tesco Controls, Inc model # 26-100 or
approved equal) for unmetered street light and metered traffic signal. Exterior shell of service pedestal shall
be galvanized steel painted Silver (PEB 18994) unless otherwise noted in plans.
209-3.12.2 Dual Meter Service Pedestal
ADD NEW SUBSECTION 209-3.12.2 TO READ:
Dual Meter Type III-CF, 120/240 V, 100 A, service pedestal (Tesco Controls, Inc model # 28-102 or
approved equal) for unmetered street light, metered traffic signal, metered irrigation controls, and holiday
lights, etc. Exterior shell of service pedestal shall be galvanized steel painted Silver (PEB 18994) unless
otherwise noted in plans.
Project Special Provisions

D-53

Bid Documents: August 26, 2014 Update

209-4 STREET LIGHTING SYSTEM MATERIALS.


209-4.2 Wire/Conductors.
209-4.2.1 General.
REPLACE FIRST SENTENCE OF PARAGRAPH WITH THE FOLLOWING:
Unless otherwise noted in plans, street light wire (both underground and pole riser) shall be No. 6 AWG
single, stranded copper conductors insulated with 60 mils THWN OR THHN insulation rated at 600 volts as
shown on plans (Black, Red, Green).
209-4.3.2 Fuse Splice Connectors.
REPLACE SUBSECTION 209-4.3.2 WITH THE FOLLOWING:
In-line water tight fuseholder and fuse in the adjacent curb box as follows:
Fuseholder shall be waterproof, 600V, 30A to accept 13/32 dia. X 1-1/2 long fuse. Reference: Buss Tron
HEX-AA fuse.
Fuse shall be 250VAC 5 Amp 13/32 dia. X 1-1/2 long: Reference: Buss KTK-5
For 120 V Street Light, video cameras (if not individually protected through 5 Amp circuit breakers in
controller cabinet), and IISNS, Fuseholder HEB-AA, Fuse 5A KTK
For 240 V Street Light, Fuseholder HEX-AA, Fuse 5A KTK
209-4.7 Photoelectric Control.
ADD NEW SUBSECTION 209-4.7 TO READ:
Photoelectric control shall be Type IV.
Photoelectric controls shall conform to the provisions in Section 86-6.07 Photoelectric Controls, of the
State Standard Specifications and these special provisions.
209-4.9 Light Emitting Diode (LED) Luminiares.
ADD NEW SUBSECTION 209-4.9 TO READ:
The LED Cobra Head street Light shall be the new City standard as follows:
209-4.9.1 General
The complete luminaire designated shall be a LED Series roadway luminaire, to operate one or more
optimized LED arrays from a nominal (specify 120, 208, 240, 277, 347, 480, 120-277 or 347-480) volt, 60 Hz
power source and shall be capable of starting and operating the light engine(s) within the limits specified by
the LED manufacturer.
The luminaire shall contain completely prewired integral drivers and optical assembly Light Engine(s)
that shall provide a distribution type (specify according to photometric type table). Labeling shall be in
accordance with ANSI standards. All units shall be UL/cUL Certified.
Manufacturer must have a minimum of a 15-year history of designing and manufacturing outdoor
luminaires and at least 10 years of LED design history in some form of outdoor application which can include
signage, traffic signals or roadway/parking fixtures.
The fixture offering shall range from 3,000 total lumens at 4000K and 43 watts to 22,000 total lumens at
5700K and 270 watts in the 120-277 volt range (no more than 5% additional watts at 480V). There shall be
options for various photometrics to include a minimum offering of Narrow Asymmetric Medium, Asymmetric
Short and Asymmetric Medium. The photometric options shall be able to offer solutions that are based on
both Illuminance and luminance. The fixture shall have a minimum street side coefficient of utilization of
74% (maximum of 26% for House Side). The contoured Cobraheadshape housing shall closely resemble
representative HID/LED Cobrahead fixtures that exist today.
209-4.9.2 Optical/LED Array
On units that contain more than one light engine, there shall be a provision to specify that at least
one light engine unit (closest to the electrical cavity) can offer photometry in the house side direction.
Aluminum clad metal core printed circuit board assembly, designed to operate as a class I circuit.
There shall be a separate, single precision die cast removable bezel to hold a glass lens in place,
covering the entire optical enclosure.
The circuit board shall be attached to a machined surface on the precision casting so as to maximize
heat transfer and mechanical adherence over the life of the fixture.
Each fixture shall contain one single translucent tempered glass lens designed to maximize
efficiency of light output and minimize the effect of dirt depreciation.
The lens shall have a single long life silicon gasket.
The silicon gasket shall be channeled so as to form around both sides of the glass lens.
There shall be no caulk of any kind used to seal any parts of the fixture optical enclosure for IP65
applications.
Project Special Provisions

D-54

Bid Documents: August 26, 2014 Update

209-4.9.3 Luminaire Requirements


Off-state power draw of 0 watts (excluding PE or remote control devices).
3-prong locking ANSI C136.10 photocell receptacle with tool-less orientation.
A minimum system power factor of 0.90 tested and specified at 120v input and maximum load
conditions.
Maximum THD < 20% tested and specified at 120v input and maximum load conditions.
Nominal LED forward current of 525 mA as the standard, with options for 350mA and 700mA typical.
Driver life expediency 100,000 hours.
Operating temperature range of -40 C to 50 C.
UL Class 1 power supply units (i.e. drivers) operating in DC constant current mode.
Drivers shall be pre-wired to the light engine and have a quick pinch disconnect from the power
door.
Mode supplying DC forward current for LED operation (no pulsed operation allowed).
EMI compliance with FCC 47 CFR Part 15 Class A.
Class A sound rating.
The luminaire shall contain the factory-installed driver supplied with the light engine.
The light engine assembly and housing shall be from the same manufacturer.
The drivers shall reliably start and operate the light engine at ambient temperatures from -40C to
50C
Surge Protection
For the 120-277 VAC single phase luminaire, the standard protection for the electrical system shall
survive 120 repetitive surge events of "B2" (B2 - 4kV/1.2 x 50uS, 2kA/8 x 20uS) waveforms at 1
minute or less intervals. B2 waveforms are as defined in IEEE/ANSI C62.41.-1991, Scenario 1
Location Category B2. Events shall be 5 of each phase/polarity (45, 90, 270 - Positive, 90, 225, 270
- Negative) and mode (L1-L2, L1-G, L2-G, L1/L2-G).
Power Door Assembly
The fixture shall have a precision die-cast aluminum power door .
There shall be a secondary retention latch to avoid the power door from dropping down once the
screw is backed out but prior to the operator/installer needing the door open. The latch can be
easily pushed by the operator/installer to allow the power door to swing down.
Shall contain hinge latches that do not require any tools to remove from the fixture.
Warranty shall not be affected by opening the power door and/or accessing the electrical cavity.
Shall have all of the needed electrical and electronic components for the fixture attached to it with
quick disconnect connectors that can be squeezed and pulled apart. The exception to this is for the
high capacity surge protection which will be inside the cavity due to the size.
Must have terminal block shall be lineman friendly and angled within the electrical cavity so as to
allow for easy wire connections.
Mechanical Construction
The luminaire shall be comprised of precision die-cast aluminum housing, scaled to the appropriate
wattage and lumen requirement output.
The housing construction will incorporate heat sink fins that are integrally cast with the housing to
maximize heat transfer and minimize thermal impacts of environmental conditions such as debrisclogged fins.
The luminaire shall meet ANSI 2G vibration standards with an option to meet 3G vibration standards.
Slipfitter in the housing shall not pass through the housing and tighten from the arm directly to mount
on 1.66 to 2.375 O.D. horizontal tenons, and provide +/- 5 degrees of tilt adjustment.
The effective Projected Area (EPA) shall not to exceed 1.4 square foot maximum.
209.4.9.4 Photometric Requirements
High brightness LEDs.
A nominal Correlated Color Temperature (CCT) of 4000 K and 5700 K typical binned per ANSI
C78.377-2008.
A typical Color Rendering Index (CRI) 70.
An IESNA TM-15 UL/UH rating of 0.
A minimum initial Luminaire Efficacy 74 Im/W with a typical at 80 lm/W depending on CCT

Project Special Provisions

D-55

Bid Documents: August 26, 2014 Update

209.4.9.5 Performance Claims


LED performance claims shall be independently verified from the LED manufacturer. Verification
shall include lumen output, life and color properties.
CCT and CRI and shall be tested and measured in accordance with LM-79. Lumen depreciation
data shall be measured in accordance with LM-80.
Lumen Maintenance projections shall not exceed 6X of the available system-level lumen
depreciation test data.
A normal operation temperature from -40 C to 50 C.
Substitution of a non-approved driver shall result in void of warranty.
System shall be rated at L85 for no less than 50,000 hours.
LED module(s)/array(s) shall deliver at least 85% of initial lumens, when installed for a minimum of
50,000 hours.
209.4.9.6 Measurement/Performance/Safety Standards:
1. LM-79-08 Approved Method: Electrical and Photometric Measurements of Solid-State Lighting
Products.
2. LM-80-08 Approved Method: Measuring Lumen Maintenance of LED Light Sources.
3. Luminaire is UL Listed to UL1598.
4. LM-79 tests and reports shall be available and be performed in accordance with IESNA standards.
5. Shall be UL/cUL listed, suitable for wet locations.
6. Shall be IP 65 rated optical enclosure per ANSI C136.25-2009.
7. Shall be RoHS compliant.
209-4.10 Candelbara Lamp LED Luminaires
New Double Candelabra Lamps and Existing Lamps on Double Candelabra Lamps shown to be
replaced on plans shall utilize the following:
STERNBERG A850SR LED OLD TOWN SERIES: Model #6ARC45T3R-MDL05 (Type 3R Optics)
209-4.11 Specialty Lighting
209-4.11.1 Traditional White String of Lights.
Traditional white strings of lights shall be:
1. Commercial exterior grade and weatherproof.
2. 120 volts.
3. Lamp sockets spaced every 24" on center.
4. Standard 2 prong plug
5. Black wire & sockets
6. Lamps: TCP 8AO3CL COLD CATHODE LAMP, 3W EA.
7. Contractor to provide (20) spare lamps.
8. Capable of plugging end to end.
The Contractor shall furnish the complete
209-4.11.2 Programable Color Changing String of Lights.
LED-based lighting system as described in the architectural details. It shall be manufactured by Philips Color
Kinetics. All products associated with installation and control of the LED system, including peripheral devices
and software, are to be provided by a single manufacturer. Manufacturer shall provide mechanical, electrical,
network communication, and environmental specifications along with system wiring diagrams and installation
instructions. Manufacturer shall provide the option of a factory-trained applications engineer for on-site
supervision of start-up and/or programming and shall provide 24-hour technical support. Manufacturer shall
have at least ten years of experience designing, selling, and supporting intelligent LED systems, and shall be
able provide a reference listing installations using its intelligent LED-based systems. LED fixtures must have
a minimum 3 year manufacturers warranty.
209-4.11.2.1 LED Light Characteristics and Photometrics.
All LEDs used in the LED fixture shall be
high brightness and of proven quality from established and reputable LED manufacturers.
Manufacturer shall utilize an advanced production LED binning process such as Optibin from Philips
Color Kinetics to deliver a common and repeatable color point to maintain color consistency from fixture to
fixture and project to project over time, while ensuring a reliable supply of LEDs from the supplier.
Manufacturer shall provide optical performance, polar diagrams, and photometric data in various formats
including IES file format in accordance with IES LM-79-08. Photometric data shall be based on test results
Project Special Provisions

D-56

Bid Documents: August 26, 2014 Update

from an independent NIST traceable testing lab. IES data must be available and downloadable from
manufacturers Web Site.
Fixture shall provide a lumen output equal to X (see data sheet or spec sheet), and be capable of at
least 8-bit control of red, green, and blue LEDs to produce 16.7 million colors.
209-4.11.2.3 LED Fixture and Technology.
Fixture shall consume 50W per 50-node strand maximum at full output at 24VDC input voltage.
Fixture shall be a Class 2 LED product.
Fixture housing shall be IP66-rated polycarbonate.
Fixture shall have multiple lens options clear flat and translucent dome. Optional marquee lenses
available in clear, semi-frosted, and translucent.
The LED system should be digitally driven using noise-shaping pulse width modulation (PWM)
techniques, and use integral and differential nonlinear control.
Fixture shall use Chromacore and Chromasic technology, and be able to receive an individual light
address per node controllable via DMX 512 or KiNET Ethernet protocol, which is compatible with standard
Ethernet hardware.
The system should achieve a Power factor correction of at least 0.99 into every fixture.
LED fixture and its interface shall be able to be controlled by manufacturer controller or other third-party
controllers.
Fixture technology shall allow interface and LED fixtures be connected by unified power/data cable to
eliminate the need for extra data cables and accessories
209-4.11.2.3 Compliance. Manufacturer shall ensure that products undergo and successfully meet
appropriate design and manufacturability testing, including Design FMEA, Process FMEA, environmental
engineering considerations, and laboratory tests. Manufacturer shall be able to provide documentation
supporting the products compliance with third-party regulations.
All LED fixtures shall undergo a minimum 24-hour burn-in test during manufacturing. The LED fixture
shall be operated at constant and carefully regulated current levels. LEDs shall not be designed to be driven
beyond their specified nominal voltage and current.
High-power LED fixtures shall be thermally protected using metal core board, gap pad, and/or internal
monitoring firmware thermal management techniques. LED fixture housing shall be designed to transfer heat
from the LED board to the outside environment. All hardwired connections to LED fixture shall be reversepolarity protected and shall provide high-voltage protection in the event that connections are reversed or
shorted during installation.
Outdoor LED fixtures shall pass temperature range operational testing from 40 C to 50 C, pass hightemperature operating testing up to 50 C, meet lumen maintenance standards as defined in IESNA LM-8008, pass water ingress testing, and pass general endurance testing.
LED fixture shall be UL listed or UL/cUL classified, CE certified.

209-4.11.3 String of Lights-Support and Installation.


1. Use black band clamps/straps when attaching strings to street light poles. All materials to be
commercial exterior grade. Drilling into poles is strictly prohibited.
2. String of lights to be installed at a consistent height of 14'-0" above grade. Allowable sag to be 12".
3. All measurements are approximate. Contractor shall field verify and calculate proper lengths prior to
purchasing materials.
4. Contractor shall plug lights into electrical outlet located at the top of poles.
5. Contractor shall allow for adequate strain relief at plug-in connections to prevent disconnection from
tension.
6. Contractor shall attach string lights to poles as instructed in the field by city representatives during
pre-construction meeting.
7. City approval is required before performing tree trimming.
8. Commercial exterior grade black messenger wire. Gage shall be able to support longest span.
209-4.11.4 In-Grade LED Up Lights.
1. Fixture Housing
Corrosion-free composite, made from high strength, thermo-formed, sheet molded polyester
compound. Glass reinforced, flame retardant and UV stabilized. (2) bottom-entry, 3/4" NPT female
conduit entries with knockout plugs and (4) side flats for 1/2" or 3/4" conduit adapters.
Project Special Provisions

D-57

Bid Documents: August 26, 2014 Update

2. Stability Flange
Corrosion-free composite flange to project into installation sub-strate and reinforce housing stability.
Integral REBAR saddles to simplify installation onto concrete form. (4) Orthogonal bosses to permit
use of 1/2" PCV conduit or EMT to simplify vertical position and leveling of housing. Preset selftapping screws to anchor housing at proper elevation.
3. Aiming
Dual axis OptiLock stainless steel aiming bracket rotates 360 and provides vertical adjustment up to
15 from nadir. Positive lock action to ensure optical orientation.
4. BKSSL
Integrated solid state system with X technology is scalable for field upgrade. Modular design with
electrical quick disconnects permit field maintenance.
5. Wiring / Connectors
Teflon coated wire, 18 gauge, 600V, 250C rated and certified to UL1659standard. Gear tray quick
disconnects. HydroLock system with anti-siphon valve wireway.(3)Water-Tight connectors supplied for
line connection. Maximum (2) #10 & (1) #18.Minimum (1) #12 & (1) #18.
6. Water Management
Self Evacuating airtight lamp module. IP-68 rated, vacuum sealed enclosure. Anti-condensation valve
to eliminate condensation from optical chamber. High temperature silicone O Ring at faceplate. Antisiphon valve to prevent wicking through conductor insulation.
7. Lens
High heat, shock resistant, tempered 1/4" borosilicate flat glass lens. Suitable for walk-over and driveover applications to 35,000 lbs.
8. Fixtures to be installed per manufacturer's instructions & recommend practices for proper drainage.
209-4.11.5 Submittals. Contractor shall submit full manufacturer specifications & exact model numbers
demonstrating that the scheduled lighting fixtures will be purchased. Or, the contractor shall submit to full
manufacturer specifications & exact model numbers which demonstrate that the proposed alternative (as
Equal) fixture fully meets the specifications of the scheduled lighting fixture
209-5 TRAFFIC SIGNAL MATERIALS.
209-5.1 Steel Pedestrian Standards and Pedestals for Controller Cabinets.
ADD NEW PARAGRAPHS AT THE BEGINNING OF SUBSECTION 209-5.1 TO READ:
Push button post shall be 46 tall Caltrans Type 1-B standard and comply with Caltrans Standard
Specifications Section 2.04.
209-5.3 Conductors and Cable.
209-5.3.1 General.
ADD NEW PARAGRAPHS AT THE END OF SUBSECTION 209-5.3.1 TO READ:
Traffic signal cable shall consist of 12, No. 14 AWG conductors. Conductors shall be solid and conform
to the requirements of ASTM Designation B3. The conductors shall be individually insulated with
polyethylene compound. Cable shall comply with IMSA Specification 19-1. The insulation shall be approved
as Type TW Underwriters' Laboratories, Inc.
Traffic signal conductor identification, numbering, and color coding shall conform to City standard
drawing E-34.
Mast arm traffic signal heads shall be connected with 5-conductor, No. 14 AWG cable between head
and terminal block inside traffic signal mounting adapter. The cable shall meet the above specifications for
12-conductor cable.
CHANGE A SENTENCE IN THE THIRD PARAGRAPH OF SUBSECTION 209-5.3.1 TO READ:
From conforming to IMSA 9-1 to IMSA Specification 19-1.
209-5.3.4 Fiber Optic Cable
REPLACE SECTION 209-5.3.4 WITH THE FOLLOWING TO READ:
209-5.3.4.1 General All cable shall be in accordance to these specifications and to the latest City of
Oakland Telecommunications Standards. Submittals specified in the standard specifications and in the latest
City of Oakland Telecommunications Standards shall be submitted for approval following the procedure set
forth in Section 2-5.3 of the standard specifications.
All fiber optic cable shall be armored, loose tube, gel-free, single-mode fiber optic (SMFO) cable with a
wavelength of 1,310/1,550nm and a maximum attenuation of 0.35/0.2dB/km. All fiber optic cable shall be
manufactured by Corning, or approved equal. 12-strand SMFO cable shall be used as the branch cable to
connect the main trunk cable to the field devices as shown on the Plans.
Project Special Provisions

D-58

Bid Documents: August 26, 2014 Update

209-5.3.4.2 SMFO Trunk Cable


Each length of cable shall be permanently identified by specifying the manufacturer and type of cable at
intervals not greater than 6 feet along the outside of the outer jacket. Each length of cables shall be
permanently marked with length marking intervals not greater than 3 feet.
The Contractor shall submit certification from the manufacturer that the above requirements have been
met by the cable supplied to the project. Documentation of factory results shall be provided to the Project
Engineer prior to shipping.
209-5.3.4.3 12 SMFO Branch Cable
Furnish and install 12 SMFO branch cable that has factory terminated Male SC-type connectors on all
twelve fibers at one end of the cable. The end opposite the connectors shall be left bare for fusion splicing in
a fiber optic splice box. Branch cable shall meet or exceed the applicable provisions of the following
documents:
CFR 1755.900, RUS Specification for Filled Fiber Optic Cables;
ANSI, C8.47-1983, American National Standard for Armored Polyolefin-insulated Thermoplastic
Jacketed Communication Cables;
EIA-455-27A, Method of Measuring (Uncoated) Diameter of Optical Waveguide Fibers;
EIA-455-28B, Method for Measuring Tensile Failure Point of Optical Waveguide Fibers;
EIA-455-34, Interconnection Device Insertion Loss Test;
EIA/TIA-455-82A, Water Penetration Test;
EIA-455-95, Absolute Optical Power Test for Optical Fibers and Cables;
EIA-455-103, Buffered Fiber Bend Test; and
EIA-359-A-1, Special Colors.
209-5.3.4.4 Fiber Optic Jumper Cable
Furnish and install jumper cables that meet the following requirements:
250 m buffering of each fiber
900 m buffering of each fiber applied after the initial 250m buffering
Maximum factory measured insertion loss of 0.5 dB per EIA/TIA 455-171
Less than 0.2 dB loss when subjected to EIA/TIA-455-1B, 300 cycles, 1.1 lbs
Aramid yarn strength member
Rugged 0.12 inch (approximate) PVC sheathing
Minimum bend radius of 12.5" following installation, 25" during installation
Minimum tensile strength of 100 lbf
ST connectors as needed, factory terminated with strain relief
Comply with NEC requirements for indoor cable when used indoors
Rated by the manufacturer for use in outdoor field cabinets
Use either single fiber or duplex jumper cables. Provide permanent markings on duplex jumper cables
that provide a visual distinction between the two fibers. Provide strain relief for jumper cables at both ends
and elsewhere as needed. Adhere to manufacturer recommended installation and minimum bend radius
requirements.
209-5.3.4.5 Fiber Optic Pigtails
Fiber optic pigtails shall meet the requirements for jumper cable, except as amended by this subsection.
Pigtails need not have a 0.12 inch PVC jacket. Use pigtails that have a factory installed male SC type
connector on one end. Leave the other end of the pigtail bare for splicing to fiber.
209-5.3.4.6 Underground Fiber Splice Closures
Underground fiber splice closures shall be butt-end style, corrosion resistant, watertight, and meet the
latest requirements of GR-771-CORE. Underground splice closures shall seal, bond, anchor, and provide
efficient routing, storage, organization, and protection for fiber optic cable and splices. The splice closure
shall provide an internal configuration and end cap with a minimum of two express ports for entry and exit of
backbone cable and a minimum of three additional ports for distribution and branch cables. Splice closures
shall have a reliable dual seal design with both the cable jackets and core tubes sealed, without the use of
water-blocking material. The splice closures shall be capable of being opened and completely resealed
without loss of performance.
The fiber splice closures shall be equipped with splice trays that are designed specifically for housing
single-mode fusion splices protected by heat-shrink sleeves, are easy to install and remove, and have
provisions for a minimum number of splices accommodated by the splice closure. At a minimum, the splice
Project Special Provisions

D-59

Bid Documents: August 26, 2014 Update

closure shall accommodate 48 splices. The splice closure maximum dimensions shall not exceed 17L x
9W x 7.5H.
209-5.3.4.7 Fiber Termination Panel.
The fiber termination panel shall be REALM Distribution System (RDS) 1RU Patch and Splice Panel or
approved equal. The panel shall be of:
1) 1.75 in height and 17.5 in width
2) Allows for 3 adapter plates and up to 72 fibers using LC duplex adapters (Per rack unit)
3) Dual sliding tray system allows front panel slide out access without straining rear mounted cable
4) Mounts in 19 or 23 racks or cabinets
5) Can be pre-loaded with adapter plates, adapters, pigtails or splice cartridges
6) Custom or standard loading options available
7) Front door locking option available
The fiber splice cartridge shall be of:
1) From 6 to 24 fiber configurations
2) Based on standard footprint of 118mm between mounting holes
3) Cartridge is available to include: laser safety smoked polycarbonate cover, bulkhead adapters, color
coded pigtails, splice sleeve holder and splice sleeves
4) Pigtails can be 900um tight or loose buffered (900um loose buffer saves space & allows for easy
splicing of 250um-250um fiber in loose tube cable
5) Pigtail end can be configured with ribbon fiber
6) Back side of cartridge has port ID chart for up to 24 terminations
7) Provision of optional MPO style connector/s at the rear port for quick plug & play applications
8) Heavy duty cable clamp and waterfalls included
9) Optional screw down metal cover
209-5.3.4.8 Ethernet Edge Switch.
The Ethernet Edge Switch shall be a Cisco IE-3000-8TC (Layer 2) or approved equal which has
successfully been installed and operated in the City of Oakland for a period of one year as determined by the
City of Oakland IT Division.
Cisco IE-3000-8TC shall include the following items:
100Mbps Single Mode Rugged SFP (2 fibers per port)
Field hardened power transformer
The Edge Switch shall be environmentally hardened and intended for industrial applications and shall
meet or exceed the NEMA TS2 2003 environmental requirements. The switch shall meet, at a minimum, the
following requirements:
A minimum of two (2) 100BASE-FX ports (transmit and receive) capable of transmitting Ethernet
data at 100 Mb/s over singlemode fiber, full duplex (SFP ports)
A minimum of six (6) autosensing 100BASE-TX / 10BASE-T RJ45 ports capable of transmitting
Ethernet data at 10 or 100 Mb/s, full duplex.
Switch shall be capable of operating using an input voltage of 120VAC at 60Hz with a maximum
power consumption of 20 watts, or shall come equipped with power supplies capable of doing so.
Switch ports shall comply with the following standards:
IEEE 802.3 10Base-T
IEEE 802.3u 100Base-TX
IEEE 802.3u 100Base-FX
IEEE 802.3ab 1000Base-T
IEEE 802.3z 1000Base-SX and 1000Base-LX
IEEE 802.1P priority queuing
IEEE 802.3X flow control
Wire speed switching on all ports simultaneously, non-blocking
IEEE 802.1Q VLAN Tagging 4 port trunking groups with up to 2~4 ports per group with support for
256 VLANS
Meets Bellcore GR-63-CORE vibration and shock specifications for NEBS Level III compliance
(optional)
Operating temperature = -34 to +74 degrees Celsius
Relative humidity = 10% - 90%, non-condensing
UL listed (UL1950), cUL, CE
Project Special Provisions

D-60

Bid Documents: August 26, 2014 Update

Emissions meet FCC Part 15, Class A


Minimum MTBF of 8 years (Bellcore Method)
Packet Filtering and Port Security Destination MAC
MAC address learning with a minimum of 1028 MAC addresses and 1028 static MAC addresses
IEEE 802.1p QoS Classification based on: Port based priority VLAN Priority field in VLAN tagged
frame DS/TOS field in IP packet UDP/TCP logical ports
IEEE 802.1w Rapid Spanning Tree Algorithm
IP Multicast Filtering through IGMP Snooping
Support Telnet, SNMP v1 & v2, RMON, Web Browser, Port Mirroring (RFC 1757, TFTP, FTP and
CLI management tools
MIB statistics counters for all ports
Management and configuration shall be able to be performed through an integrated web interface
Support remote reset and remote management
Support remote turn on/off of 10/100 Base-T ports
The switch shall have a minimum MTBF of 60,000 hours. The MTBF shall be calculated in accordance
with the methods described in Mil-Std HDBK 217F for a temperature of 55C for naval sheltered.

209-5.4 Controllers.
209-5.4.1 General.
ADD TO THE END OF SUBSECTION 209-5.4.1 TO READ:
Unless otherwise noted in the plan, the controller shall be the lite version Model 2070L (Caltrans Rack
Mount type) ATC traffic controller per California Department of Transportations (Caltrans) Specification,
shall be registered on the current Caltrans Pre-Qualified Product List (QPL). The controller shall be
equipped with the following modules:
2070-1B
CPU with 8MB RAM and Ethernet Port
2070-2A
Field I/O Module for 332 cabinets
2070-3B
8x40 Line Display and dual keyboard panel
2070-4B
Heavy-Duty 3A Power Supply Module
2070-7A
Dual Serial Port Card, RS-232
OS-9
Microware OS9 v3.2 or higher operating system
Firmware shall be the latest version of Trafficware software with remote traffic responsive functionality.
Two copies of the software operations manual shall be provided with each Model 2070L controller
delivered.
209-5.4.1a Central Control System Seat License
ADD NEW SECTION 209-5.4.1a TO READ:
Expand the controller field connection licenses for the existing Citys Advanced Traffic Management
System (ATMS) software, Naztec ATMS.now, to accommodate the field controller(s) added or replaced by
the project.
The new field controllers being added to this project are at the following intersections:
th
o Telegraph Ave 16 St
o Telegraph Ave 17th St
209-5.4.1b GPS-Based Time Source Receiver
ADD NEW SECTION 209-5.4.1b TO READ:
The GPS-based time source data receiver shall meet the environmental requirements of NEMA TS2,
and include mounting hardware and weather gaskets for top-of-cabinet installation. The GPS time source
shall include fused power connections to the 24VDC Model 206 cabinet power supply, and a 4800-baud RS232 data connections cable to the controller unit (CU) Model 2070-7A serial port communications card. An
NMEA standard GPS-based time source receiver unit supplied shall be a Garmin International Model GPS16A, or City approved equal, with Model 2070-7A controller data and power supply cables. If GPS time
source is installed in a cabinet with a controller other than a Model 2070, the GPS time source shall be
compatible with the existing controller, and it shall be approved by the City.
209-5.4.3 Cabinets.
209-5.4.3.1 General.
ADD TO THE BEGNINNING OF SUBSECTION 209-5.4.3.1 TO READ:
Unless otherwise noted in the plan, the controller cabinet assembly shall be Model 332 and wired with all
auxiliary equipment required to control the system and shall conform to 2010 Caltrans Standard
Project Special Provisions

D-61

Bid Documents: August 26, 2014 Update

Specifications.
209-5.5 LED Vehicle Signal Faces and Signal Heads.
ADD THE FOLLOWING TO THE BEGINNING OF SECTION 209-5.5 TO READ:
The traffic signal faces and signal heads shall comply with the following specifications:
1. Signal module shall be 12-inch and of Dialight Corp or approved equal which has successfully
operated in the City of Oakland for a period of one year as determined by the City of Oakland
Electrical Services Division.
2. Each traffic signal shall be complete with metal housing, glass lenses, metal or glass reflectors,
sockets visors and other parts, all in accordance with these specifications. Tabs shall be located at
45-135-225-315 degree positions of the visor.
3. The signal heads shall conform to the specifications of the Institute of Traffic Engineers (ITE)
Technical Report Number 1, 1970 Revision. Visor shall also conform to the ITE Publication ST008B.
4. Each Signal head, as a minimum, shall display three round colored lenses arranged vertically with
Red on top, Yellow in the middle and Green at the bottom in addition to the following:
The 3-section mast arm signal shall include a MV_1 (Caltrans MAS) plumbizer.
The RED Circular and Arrow indications shall be the Dialight Corporation LED modules or
approved equal. The catalog numbers are as follows:
12-inch Red Arrow LED module Model #435-1314-001 Tinted
12-inch Red Circular LED module Model #433-1210-003 Tinted
The GREEN Circular and Arrow indications shall also be the Dialight Corporation LED modules
or approved equal. The catalog numbers are as follows:
12-inch Green Arrow LED module Model #435-2324-001 Tinted
12-inch Green Circular LED module Model #433-2220-001 Tinted
The YELLOW Circular and Arrow indications shall also be the Dialight Corporation LED
modules or approved equal. The catalog numbers are as follows:
12-inch Yellow Arrow LED module Model #435-3334-001 Tinted
12-inch Yellow Circular LED module Model #433-3230-001 Tinted
209-5.6 Countdown LED Pedestrian Signals.
REPLACE SECTION 209-5.6 WITH THE FOLLOWING TO READ:
Pedestrian module shall be Dialight Corps LED countdown head (#430-6479-001X) or approved equal
which has successfully operated in the City of Oakland for a period of one year as determined by the City of
Oakland Electrical Services Division.
209-5.7 Signal Mounting Assemblies.
REPLACE SECTION 209-5.7 WITH THE FOLLOWING TO READ:
Signal mounting assemblies shall confirm with Caltrans Standard Plans and Specifications. All pole
mounted signal mounting assemblies shall be Caltrans with terminal compartment type.
209-5.8 Detectors.
209-5.8.4 Video Detection Camera.
ADD NEW SUBSECTION 209-5.8.4 TO READ:
Unless otherwise specified, the video detection camera shall be Vantage RZ-4 Advanced WDR by Iteris,
Inc. or approved equal which has successfully been installed and operated in the City of Oakland for a period
of one year as determined by the City of Oakland Electrical Services Division.
The video detection camera shall be a complete functioning system with color cameras, processors, all
necessary video and power cabling, mounting brackets, lightning and surge protection as recommended by
the manufacturer, video detection processors, 17 rack mounted video monitor at each controller cabinet and
extension modules capable of processing the number of cameras and phase combination video sources
shown on the plans. Ethernet remote communications module and Windows XP-based remote access
software shall be provided.
209-5.9 Accessible Pedestrian Signal (APS) Push Button Assemblies.
REPLACE SUBSECTION 209-5.9 WITH THE FOLLOWING TO READ:
Unless otherwise specified, APS Push Button Assemblies shall be Polara Navigator 2-wire ENAV
system, or approved equal which has successfully operated in the City of Oakland for a period of one year
as determined by the City of Oakland Electrical Services Division.
APS Push Button Assemblies shall be in accordance with Caltrans Standard Specifications 86-5.02,
Project Special Provisions

D-62

Bid Documents: August 26, 2014 Update

California Manual on Uniform Traffic Control Devices (California MUTCD), Americans with Disabilities Act
(ADA) and Institute of Transportation Engineers.
The Contractor shall furnish metal type housing pedestrian push button (PPB) including sign with
appropriate arrow indication. Sign shall be in accordance with California MUTCD Sign R10-4b. The sign
shall fit completely within the assembly frame. Braille shall not be provided. The sign shall be fabricated
from aluminum with Type III High Intensity sheeting.
Pedestrian Push Button shall be in accordance with Caltrans Standard Specifications Section 86-5.02,
Pedestrian Push Button Assemblies, and these special provisions.
209-5.10 Splice Chamber
ADD NEW SUBSECTION 209-5.10 TO READ:
City Electrical Services Dept will furnish Splice Chamber part #s A27, A28, A29, and F24 per standard
detail drawing E-57. All other splice chamber parts/components shall be furnished by the Contractor.
209-5.11 Internally LED Illuminated Street Name Sign (IISNS)
ADD NEW SUBSECTION 209-5.11 TO READ:
IISNS shall be Temple Edge Lit model R409, or approved equal which has successfully operated in the
City of Oakland for a period of one year as determined by the City of Oakland Electrical Services Division.
209-5.12 Pan-Tilt-Zoom (PTZ) Closed Circuit Television (CCTV) Camera System.
ADD NEW SUBSECTION 209-5.12 TO READ:
The pan-tilt-zoom (PTZ) camera a system shall consist of an IP-based camera with pan/tilt and dualmode (day/night), receiver/driver, connectors, mounting hardware, and weather-tight enclosure. The camera
shall be installed in a dome enclosure with traffic signal pole mounting bracket. The camera system shall be
furnished as a complete unit. The PTZ CCTV Camera shall be shall be Axis Q6034-E or approved equal
which has successfully been installed and operated in the City of Oakland for a period of one year as
determined by the City of Oakland Transportation Services Division.
209-5.13 Emergency Vehicle Premption (EVP)/Transit Signal Priority (TSP) System.
ADD NEW SUBSECTION 209-5.13 TO READ:
The Contractor shall furnish and install, where shown on the Plans, GTT Opticom Multimode priority
control system or equivalent approved by the City of Oakland Electrical Services Division, functional with
existing City systems, and conforming to the Alameda County Transportation Commissions East Bay
SMART Corridors and AC Transit Rapid Bus Program.
A. General.
The equipment as referred to in these Special Provisions shall include, but not be limited to, of
the following:
1. Optical Detection Unit and Mounting
2. GPS-based Detection Assembly
3. Discriminator Module
4. System Chassis
5. Card Rack
6. Green Sense Harness
7. Optical Detector Cable
8. Radio/GPS Cable
9. All associated power cables, accessories, and components recommended by the
manufacturer and/or necessary to accomplish a fully functional EVP installation.
B. Functional Capabilities.
The EVP and TSP intersection equipment furnished by this project shall provide traffic signal
priority to transit vehicles and preemption to emergency vehicles by sending a priority/preemption
request to the traffic signal controller. The EVP and TSP System equipment shall be installed at
project intersections, as shown on plans, and shall trigger signal preemption requests by both optical
(Infrared) and GPS based detection technologies. To ensure priority control system integrity,
operation, and compatibility, all installed components shall be from the same manufacturer.
The Contractor is not responsible for furnishing any on-board emitter assemblies to AC Transit
as a part of this project. However, the Contractor is required to supply the necessary emitter
assemblies units required for testing purposes to demonstrate that the systems perform as specified.
The Contractor shall conduct the test in the presence of the Engineer as described below under
System Operation during the signal test period. The Contractor shall give the Engineer a minimum
Project Special Provisions

D-63

Bid Documents: August 26, 2014 Update

of two working days notice prior to performing the tests.


The system shall establish a priority of Class II vehicle (Emergency Vehicle) signals over Class I
vehicle (Transit Vehicle) signals, and shall conform to the requirements in Section 25352, of the
California Vehicle Code.
C. Optical Detection\Discriminator Assembly.
Optical detection\discriminator assembly shall conform to the following:
i) General.
Each optical detection\discriminator assembly shall consist of one or more optical
detectors, connecting cable and a discriminator module. Each such assembly, when
used with standard emitters, shall have a range of at least 300 m for Class I signals and
1800 (550 m) for Class II signals. Standard emitters for both classes of signals shall be
available from the manufacturer of the system. Range measurements shall be taken
with all range adjustments on the discriminator module set to "maximum".
ii) Optical Detector.
Each optical detector shall be a waterproof unit capable of receiving optical energy
from two separately aimable directions. The horizontal angle between the two directions
shall be variable from 180 degrees to 5 degrees. The reception angle for each photocell
assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the
assembly. Measurements, of reception angle will be taken at a range of 1000 (300 m)
for a Type I emitter and at a range of 1800 (550 m) for a Type II emitter.
All internal circuitry shall be solid state, and electrical power shall be provided by the
associated discriminator module.
Each optical detector shall be contained in a housing, which shall include two
rotatable photocell assemblies, an electronic assembly, and a base. The base shall
have an opening to permit its mounting on a mast arm or a vertical pipe nipple, or
suspension from a span wire. The mounting opening shall have female threads for Size
21 conduit. A cable entrance shall be provided which shall have male threads and
gasketing to permit a waterproof cable connection. Each detector shall have mass of
less than 2.4 lb (1.1 kg) and shall present a maximum wind load area of 35.6 in2 (230
cm2). The housing shall be provided with weep holes to permit drainage of condensed
moisture.
Each optical detector shall be installed, wired and aimed as specified by the
manufacturer.
iii) Cable.
Optical detector cable (EV-DLC) shall meet the requirements of IPCEA S 61402\NEMA WC 5, Section 7.4, 600-V control cable, 170F (75C), Type B, and the
following:
a. The cable shall contain 3 conductors, each of which shall be No. 20 (7 x 28)
stranded, tinned copper with low-density polyethylene insulation. Minimum
average insulation thickness shall be 0.025 (0.63 mm). Insulation of individual
conductors shall be color coded: 1 yellow, 1 blue, 1 orange.
b. The shield shall be either tinned copper braid or aluminized polyester film with a
nominal 20 percent overlap. Where the film is used, a No. 20 (7 x 28) stranded,
tinned, bare drain wire shall be placed between the insulated conductors and
the shield and in contact with the conductive surface of the shield.
c. The jacket shall be black polyvinyl chloride with minimum ratings of 600 V and
175F (80C) and a minimum average thickness of 0.04 (1.1 mm): The jacket
shall be marked as required by IPCEA\NEMA.
d. The finished outside diameter of the cable shall not exceed 0.35 (8.9 mm).
e. The capacitance, as measured between any conductor and the other
conductors and the shield, shall not exceed 157 pf per meter at 1000 Hz.
f. The cable run between each detector and the controller cabinet shall be
continuous without splices or shall be spliced only as directed by the detector
manufacturer.
D. Intersection GPS Based Detection/Discriminator Assembly
i) General.
GPS receiver and antenna shall obtain the intersection position from the GPS
satellite system operated by the DoD. The time information from the GPS satellites shall
be used to synchronize the frequency hopping of the 2.4 GHz radio and to time stamp
Project Special Provisions

D-64

Bid Documents: August 26, 2014 Update

the activity log. The GPS receiver and the GPS antenna shall reside inside of the
radio/GPS module.
A 2.4 GHz spread spectrum/frequency hopping radio shall provide the
communications from the intersection to the vehicle as well as from intersection to
intersection. The radio shall have a maximum transmit power of not more than 1 watt.
The radio shall have an unobstructed range of at least 2,500 feet (762 m). The radio will
meet FCC Part 15 rules. The radio and the radio antenna will reside inside of the
radio/GPS module.
The radio/GPS module shall be housed in a white, impact resistant polycarbonate
housing that will include a water resistant wire entry point. It will contain a water resistant
access cover to facilitate cable termination.
The radio/GPS module shall be mounted on signal poles and mast arms as shown
in project plans. Mounting hardware shall be per radio/GPS module manufacturers
recommendations.
The radio/GPS module shall communicate to the phase selector via a radio/GPS
cable up to a maximum of 250 feet (76 m) in length.
The radio/GPS module shall have dimensions of no greater than 4.5 inches (11.4
cm) wide by 2.75 inches (7.0 cm) high by 8.0 inches (20.3 cm) long.
ii)

Radio/GPS Cable
The radio/GPS cable will deliver sufficient power from the phase selector to the
radio/GPS module and will deliver the necessary quality signal from the radio/GPS
module to the phase selector over a maximum distance of 250 feet (76 m). The cable
shall not have any intermediate splices. Use of coaxial cable is not permitted for this
cable.
The outside diameter of the cable will not exceed 0.4 inches (10.16 mm).
The insulation rating of the cable will be 300 volts minimum.
The temperature rating of the detector cable will be -40F (-40C) to +194F
(+90C).
The conductors will be AWG #20 (7x28) stranded and individually tinned. The cable
will be shielded and have a drain wire to provide signal integrity and transient protection.
The radio/GPS cable wires shall be color coded as follows:
a.
b.
c.
d.
e.
f.

Yellow/Yellow-Black dot for Radio transmit.


Blue/Blue-White dot for Radio receive.
Orange/Orange-Green dot for Radio clock.
Brown/Brown-White dot for GPS power and common.
Violet/Violet-White dot for Radio power and common.
Bare for shield drain.

When the aluminum enclosure version of the radio/GPS module is used, a


radio/GPS cable assembly using the above cable with a 15-pin connector that will mate
with the connector on the radio/GPS module will be used.

E. Discriminator Module.
Each discriminator module shall be designed to be compatible and usable with a Model 2070L
controller unit and to be mounted in the input file of a Model 332 or Model 336 controller cabinet, and
shall conform to the requirements of Chapter I of the State of California, Department of
Transportation, "Traffic Signal Control Equipment Specifications".
Each discriminator module shall be capable of operating two channels, each of which shall
Project Special Provisions

D-65

Bid Documents: August 26, 2014 Update

provide an independent output for each separate input.


Each discriminator module, when used with its associated detectors, shall be capable of:
a. Receiving Class I signals at a range of up to 1000 (300 m) and Class II signals at a range of
up to 1800 (550 m).
b. Decoding the signals, on the basis of frequency, at 9.639 Hz 0.119 Hz for Class I signals
and 14.035 Hz 0.255 Hz for Class II signals.
c. Establishing the validity of received signals on the basis of frequency and length of time
received. A signal shall be considered valid only when received for more than 0.50 second.
No combination of Class I signals shall be recognized as a Class II signal regardless of the
number of signals being received, up to a maximum of ten signals. Once a valid signal has
been recognized its effect shall be held by the module in the event of temporary loss of the
signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5
seconds 0.5 second and 10 seconds 0.5 second.
d. Providing an output for each channel that will result in a "low" or grounded condition of the
appropriate input of a Model 2070L controller unit. For Class I signals the output shall be a
6.25 Hz 0.1 percent, rectangular waveform with a 50 percent duty cycle. For Class II
signals the output shall be steady.
e. Being assigned up to 25 different radio channels.
Each discriminator module shall receive electric power from the controller cabinet at either 24
VDC or 120 VAC.
Each channel together with its associated detectors shall draw not more than 100 mA at 24 VDC
nor more than 100 mA at 120 VAC. Electric power, one detector input for each channel and one
output for each channel, shall terminate at the printed circuit board edge connector pins listed below:
BOARD EDGE CONNECTOR PIN ASSIGNMENT
A
DC ground
B
+24 VDC
P
C
(NC)
D
Detector input, Channel A
R
E
+24VDC to detectors
S
F
Channel A output (C)
T
U
H
Channel A output (E)
V
J
Detector input, Channel B
W
K
DC Ground to detectors
X
L
Chassis ground
Y
M
ACZ
N
AC+

(NC)
(NC)
(NC)
(NC)
(NC)
(NC)
Channel B Output (C)
Channel B Output (E)
(NC)
(NC)

(C) Collector, Slotted for Keying


(E) Emitter, Slotted for Keying
(NC) Not connected, cannot be used by manufacturer for any purpose.
Two auxiliary inputs for each channel shall enter each module through the front panel connector.
Pin assignment for the connector shall be as follows:
a. Auxiliary detector 1 input, Channel A
b. Auxiliary detector 2 input, Channel A
c Auxiliary detector 1 input, Channel B
d. Auxiliary detector 2 input, Channel B
Each channel output shall be an optically isolated NPN open collector transistor capable of
sinking 50 mA at 30 V and shall be compatible with the Model 2070L controller unit inputs.
Each discriminator module shall be provided with means of preventing transients received by the
detector from affecting the Model 2070L controller assembly.
Each discriminator module shall have a single connector board and shall occupy one slot width
of the input file. The front panel of each module shall have a handle to facilitate withdrawal and
the following controls and indicators for each channel:
a. Three separate range adjustments each for both Class I and Class II signals.
b. A 3-position, center-off, momentary contact switch, one position (down) labeled for test
operation of Class I signals, and one position (up) labeled for test operation of Class II
signals.
c. A "signal" indication and a "call" indication each for Class I and for Class II signals. The
"signal" indication denotes that a signal above the threshold level has been received. A
Project Special Provisions

D-66

Bid Documents: August 26, 2014 Update

"call" indication denotes that a steady, validly coded signal has been received. These two
indications may be accomplished with a single indication lamp; "signal" being denoted by a
flashing indication and "call" with a steady indication.
d. In addition, the front panel shall be provided with a single circular, bayonet-captured, multipin connector for two auxiliary detector inputs for each channel. Connector shall be a
mechanical configuration equivalent to a MIL C-26482 with 10 4 insert arrangement, such as
Burndy Trim Trio Bantamate Series, consisting of:
1. Wall mounting receptacle, G0B10-4PNE with SM20M-1S6 gold plated pins.
2. Plug, G6L10-4SNE with SC20M-1S6 gold plated sockets, cable clamp and strain relief
that shall provide for a right angle turn within 2.56 (65 mm) maximum from the front panel
surface of the discriminator module.
F. Auxiliary Interface Panel
The auxiliary panel shall provide additional preemption outputs if needed. It shall also provide a
connection point for the phase selector to monitor the status of the intersections green lights (green
sense). The panel shall provide an additional RS-232 communication port. The auxiliary interface
panel shall contain outputs to drive confirmation lights and time sync output.
G. Cabinet Wiring.
The Model 332 cabinet has provisions for connections between the optical detectors, the
discriminator module and the Model 2070L controller unit.
Wiring for a Model 332 cabinet shall conform to the following:
a. Slots 12 and 13 of input file "J" have each been wired to accept a 2 channel module.
b. Field wiring for the primary detectors, except 24-VDC power, shall terminate on either
terminal board TB 9 in the controller cabinet or on the rear of input file "J", depending on cabinet
configuration. Where TB 9 is used position assignments shall be as follows:
Position
4
5
7
8

Assignment
Channel A detector input, 1st module (Slot J-12)
Channel B detector input, 1st module Slot J-12)
Channel A detector input, 2nd module (Slot J-13)
Channel B detector input, 2nd module (Slot J-13)

The 24 VDC cabinet power will be available at Position 1 of terminal board TB 1 in the controller
cabinet.
All field wiring for the auxiliary detectors shall terminate on terminal board TB O in the controller
cabinet. Position assignments are as follows:
FOR MODULE 1 (J-12)
Position
Assignment
1
+24VDC from (J-12E)
2
Detector ground From (J-12K)
3
Channel A auxiliary detector input 1
4
Channel A auxiliary detector input 2
5
Channel B auxiliary detector input 1
6
Channel B auxiliary detector input 2

FOR MODULE 2 (J-13)


Position
Assignment
7
+24VDC from (J-13E)
8
Detector ground from (J-13K)
9
Channel A auxiliary detector input 1
10
Channel A auxiliary detector input 2
11
Channel B auxiliary detector input 1
12
Channel B auxiliary detector input 2

H. Interface Software
Interface software shall be provided to manage the multimode phase selector through a laptop
while on-site at the intersection.
The interface software shall be provided on CD-ROM or via download from the vendors website.
The interface software shall be supported on Windows XP and Windows 7 operating
systems.
The vendor shall provide minimum hardware configuration information for computer(s)
The interface software shall allow the user to:
a. View and update all programmable configuration parameters of the multimode
phase selector.
b. Provide intersection name and approach names for each of the four channels
and store these as part of the multimode phase selector configuration.
Project Special Provisions

D-67

Bid Documents: August 26, 2014 Update

c.
d.

e.
f.
g.
h.
i.
j.
k.

View and update valid and blocked vehicle codes for the multimode phase
selector.
Create preemption zones directly on a GIS map. Provided the map data is
complete, it shall not be necessary to drive a vehicle to create the preemption
zones. In areas where map data is incomplete or incorrect, it shall be possible to
record points to be used as a reference to create the preemption zones.
Save the configuration from the multimode phase selector to a file.
Restore the configuration for a multimode phase selector from a saved
configuration file.
Print the multimode phase selector configuration.
View the activity log from the multimode phase selector.
To save the activity log to a file.
Print the activity log.
Update firmware for all upgradable modules of the multimode phase selector.

The interface software shall display current status of all vehicles within range of the multimode
phase selector, both in table format and displayed on a GIS map (GPS Vehicles only). The following
details shall be tracked (Fields will vary by vehicle type):
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.

The approach channel


Vehicle code
Priority level
Preempt / priority status
No preempt cause
Turn signal status
Signal strength
Unit ID
Radio channel
ETA, distance, heading and velocity of vehicles in approach corridor
Source of the call: vehicle or intersection
Green phase monitoring with information on the current greens
Active preemption / priority output
Noise levels
Intensity
Primary or Auxiliary detector

The interface software shall display current status of all other intersections within radio range of
the multimode phase selector. The following details shall be tracked:
a.
b.
c.
d.
e.
f.
g.
h.

Name
Radio channel
Signal strength
Number of vehicle tracked
Number of satellites heard
Fix type
Horizontal and position dilution
Unit ID

The interface software shall display current status of visible GPS satellites. The following details
shall be tracked:
a.
b.
c.
d.

Intersection latitude and longitude


Fix type
Horizontal and position dilution
Satellite number, elevation, and azimuth

H. Installation.
The Contractor shall install the detector unit(s), mounting hardware, cabling, discriminator
unit(s), system chassis, auxiliary interface panel, card rack(s), and green sense harness and shall
coordinate with manufacturer representative for programming and calibration of the detector and
Project Special Provisions

D-68

Bid Documents: August 26, 2014 Update

discriminator units. The Contractor shall follow step-by-step instructions provided by the equipment
manufacturer and supplier to provide a fully functional installation.
G. System Operation.
The Contractor shall demonstrate that all of the components of each system are compatible and
will perform satisfactorily as a system. Satisfactory performance shall be determined using the
following test procedure during the functional test period:
Each system to be used for testing shall consist of an optical emitter assembly, an optical
detector, optical detector cable and a discriminator module.
The discriminator modules shall be installed in the proper input file slot of the Model 2070L
controller assembly.
Two tests shall be conducted; one using a Class I signal emitter and a distance of 1000 (300 m)
between the emitter and the detector, the other using a Class II signal emitter and a distance of
1800 (550 m) between the emitter and the detector. All range adjustments on the module shall be
set to "Maximum" for each test.
Each above test shall be conducted for a period of one hour, during which the emitter shall be
operated for 30 cycles, each consisting of a one minute "on" interval and a one minute "off" interval.
During the total test period (1) the emitter signal shall cause the proper response from the Model
2070L controller unit during each "on" interval and (2) there shall be no improper operation of either
the Model 2070L controller unit or the monitor during each "off" interval.

SECTION 210 -- PAINT AND PROTECTIVE COATINGS


210-1 PAINT.
210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking.
210-1.6.5 Reflective Material.
REPLACE THE LAST PARAGRAPH OF SUBSECTION 210-1.6.5 WITH THE FOLLOWING TWO
PARAGRAPHS:
Thermoplastic traffic striping shall be reflectorized material applied to the road surface in a molten state by
extrusion method or as approved by the Engineer. It shall have surface application of glass beads, which
upon cooling to normal pavement temperature shall produce an adherent reflectorized stripe of the specified
thickness and width, and shall be resistant to deformation by traffic. Thermoplastic material shall conform to
State Specification PTH-02ALKYD (Alkyd Binder). Glass beads to be applied to the surface of the molten
thermoplastic material shall conform to the requirements of State Specification 8010-004.
Thermoplastic striping application shall conform to Section 84.2.04 of State Specifications and the
requirements included herein. Thermoplastic material shall be applied at a thickness of 0.125 to 0.188 inch.
Glass beads shall be applied immediately to the surface of the molten thermoplastic material by an
automatic bead dispenser closely behind the striped line. The glass bead dispenser shall be equipped with
an automatic cut-off control that shall be synchronized with the cut-off of the thermoplastic material. Beads
shall be applied at the rate of not less than 10 pounds per 100 square feet.
210-2 PLASTIC LINER.
DELETE ALL SUBSECTIONS OF SECTION 210-2 EXCEPT FOR SUBSECTION 210-2.33 Chemical
Resistance Test (Pickle Jar Test).
210-5 POLYVINYL CHLORIDE (PVC) COATINGS.
DELETE THE SUBSECTION.
ADD SUBSECTION 210.6 TO READ AS FOLLOW:
210-6 Graffiti Resistant Coating
210-6.1 Summary
1) Section Includes: Provide sacrificial-type anti-graffiti coating on architectural precast concrete planters
and architectural precast bas-relief panels.
2) Manufacturer: Defacer Eraser SC-1 by ProSoCo or approved equal sacrificial coating type product for
the control of graffiti in form of clear, water-based liquid for spray application to porous and textured
Project Special Provisions

D-69

Bid Documents: August 26, 2014 Update

surfaces. PROSOCO, Inc., 3741 Greenway Circle, Lawrence, KS 66046. Phone: (800) 255-4255; Fax:
(785) 830-9797. E-mail: CustomerCare@prosoco.com. Product shall be a California volatile organic
compounds (VOC) compliant product. Non-glossy form of product shall be used for planters; glossy form
shall be used for planter bas-relief panels.
3) Related Section: Precast Concrete
210-6.2 Submittals
1) Product Data: Submit manufacturers product data, specifications, and installation instructions for each
material required. Include the physical, chemical, and graffiti-resistant properties including independent
test results verifying performance claims.
2) Samples: Submit 8" X 10" samples of coatings on specified precast concrete samples. Samples shall be
made from actual coating to be used on actual material.

SECTION 211 - MATERIAL TESTS


REPLACE SUBSECTION 211-1.1 TO READ:
211-1.1 Laboratory Maximum Density. Laboratory maximum density shall be determined by California
Test Method No. 216, Part II.
REPLACE SUBSECTION 211-1.2 TO READ:
211-1.2 Field Density. Field density shall be determined by California Test Method 231.
ADD NEW SUBSECTION 211-4 TO READ:
211-4 IMPORT FILL MATERIAL.
The following subsection shall be used for all City projects where fill material is imported for any purpose.
211-4.1 Definitions.
(1) Import Material: Any fill identified for import to the project site from an offsite location, including
but not limited to: soil, gravel, crushed rock, rock dust, crushed concrete, sand, compost and
biosolids (organic matter recycled from sewage).
(2) Source Area: The location from which the Import Material originated.
(3) Chemical of Concern: Any chemical identified for analysis per 211-4.2.2.
(4) Pathogen of Concern: Any pathogen identified for analysis per 211-4.2.2.
211-4.2 General.
1. Import Material Certification. The Contractor shall submit an original, signed copy of the Import
Material Certification Form (Attachment 12 at the end of these Special Provisions) to the Engineer at
least 15 working days prior to delivering Import Material to the construction site. A separate form shall
be submitted for each separate Import Material and Source Area. The Contractor shall attach the
following documentation to the Import Material Certification Form:
c. Chemical and Pathogen of Concern analysis results for the Import Material, including laboratory data
sheets, chain-of-custody documentation, description of sample collection methods, and any
additional information pertinent to assessing the potential for the Import Material to be contaminated
by Chemicals or Pathogens of Concern;
d. Class A (pathogen reduction), Exceptional Quality (low heavy metals concentrations) documentation
if the Import Material is biosolids.
2. Sampling and Analysis of Import Material. Unless otherwise agreed to in writing by the Engineer, the
Contractor shall comply with the sampling, handling and analytical protocol outlined below.
1. The Contractor shall collect samples per the frequency outlined in Table 211-4.2(A).
Table 211-4.2(A). Sampling Frequency for Import Material Characterization1
Volume of Import Material
Sampling Frequency
< 1,000 cubic yards
1 sample per 250 cubic yards
1,000 to 5,000 cubic yards
Project Special Provisions

4 samples for first 1,000 cubic yards + 1 sample for each


additional 500 cubic yards

D-70

Bid Documents: August 26, 2014 Update

>5,000 cubic yards

12 samples for first 5,000 cubic yards + 1 sample for each


additional 1,000 cubic yards

Source: Department of Toxic Substances Control, Information Advisory: Clean


Imported Fill Material, October 2001.
All samples shall be representative of Import Material conditions at the time of import. Composite
samples shall be considered acceptable unless analysis for volatile organic compounds (VOCs) is
required, in which case individual discrete samples shall be submitted for analysis. Composite
samples shall consist of no more than four discrete samples. All compositing of samples must be
performed by a California State-certified laboratory. The sampling, handling, and preservation shall
be completed in accordance with the procedures outlined in EPA Document SW-846.

2. All analyses of chemicals and pathogens shall be performed by a California State-certified


laboratory.
Table 211-4.2(B) outlines, by Source Area land use history, the Chemicals of Concern and
prescribed analytical methods to be followed for characterization of Import Material that is soil or
aggregate (not recycled).
Table 211-5.2(B). Required Analyses by Source Area Land Use History
Soil and Aggregate (Not Recycled)
Source History
Chemicals of Concern + Analytical Methods
Virgin, undeveloped property
heavy metals (EPA methods 6010B and 7471A); asbestos
(OSHA method ID-191)
History of residential use

heavy metals (EPA methods 6010B and 7471A); asbestos


(OSHA method ID-191); TPH (modified EPA method 8015)

History of agricultural activity

heavy metals (EPA methods 6010B and 7471A); asbestos


(OSHA method ID-191); TPH (modified EPA method 8015);
organo-chlorine pesticides (EPA method 8081A or 8080A);
organo-phosphorus pesticides (PEA method 8141A);
chlorinated herbicides (EPA method 8151A)

History of commercial / industrial


activity

heavy metals (EPA methods 6010B and 7471A); asbestos


(OSHA method ID-191); TPH (modified EPA method 8015);
VOCs (EPA method 8021 or 8260B, as appropriate, and
combined with collection by EPA method 5035); semi-VOCs
(EPA method 8270C); PCBs (EPA method 8082 or 8080A)1

For railroad properties, the Contractor must also analyze Import Material for chlorinated
herbicides per EPA method 8151A.
If the Contractor is unable to determine a complete land use history of the Source Area to the
satisfaction of the Engineer, the Contractor shall be obliged to undertake all the analyses listed in
Table 211-4.2(B).
Table 211-4.2(C) prescribes the analytical methods to be followed for characterization of Import
Material that consists of the following recycled products: aggregate (e.g., crushed concrete, asphalt,
etc.); compost; and biosolids.
Table 211-4.2(C). Required Analyses Recycled Material
Import Material
Chemicals/Pathogens of Concern + Analytical Methods
Recycled aggregate
heavy metals (EPA methods 6010B and 7471A); asbestos
(OSHA method ID-191); TPH (modified EPA method 8015);
PCBs (EPA method 8082 or 8080A)
Compost

Project Special Provisions

heavy metals (EPA methods 6010B and 7471A); organochlorine pesticides (EPA method 8081A or 8080A); organophosphorus pesticides (PEA method 8141A); chlorinated

D-71

Bid Documents: August 26, 2014 Update

herbicides (EPA method 8151A); fecal coliform (EPA method


1680); salmonella (EPA method 1682)1
Biosolids2

heavy metals (EPA methods 6010B and 7471A); semi-VOCs


(EPA method 8270C); PCBs (EPA method 8082 or 8080A)

List of required analyses based on Compost Quality Standards and Testing Protocol,
Alameda County Waste Management Authority (2006)
2
Biosolids must also have been designated Class A for pathogen reduction.
In addition to meeting the screening criteria outlined in 211-4.3 for the chemicals of concern listed in
Table 211-4.2(C) above, all biosolids must:
(1) be designated Class A per 40 CFR 503.8 (i.e., no detectible concentrations of the following
pathogens: enteric viruses, fecal coliform, helminth ova, and salmonella); and
(2) be designated Exceptional Quality (i.e., low heavy metals concentrations per Table 3 of 40
CFR 503.13).
The Contractor may use sewage plant data to confirm the Class A designation. For Chemicals of
Concern, the Contractor must provide data from analyses run on stockpile samples of the actual
material to be imported (i.e., general sewage plant data for the Chemicals of Concern listed in Table
211-4.2(C) above are insufficient).
3. Verification by City: The City may, at its option and at any time, collect samples of Import Material to
verify that it meets the specifications outlined in 211-4. The Contractor shall fully cooperate in the
collection of the samples.
If the resulting chemical or pathogen analyses indicate that the material does not meet the specifications
outlined in 211-4, the Contractor shall be responsible for providing, to the satisfaction of the Engineer,
subsequent sampling and analyses at the Contractors sole expense to determine the extent of out-ofspecification material delivered to the construction site.
If the Contractor uses Import Material that is, or is found to be, not in accordance with the specifications
of 211-4, the Contractor shall promptly remove all out-of-specification Import Material. The Contractor
shall verify, to the satisfaction of the Engineer, that all out-of-specification Import Material has been
removed and any effects from its placement at the site have been mitigated sufficiently. The subsequent
disposal of the out-of-specification Import Material shall be the sole responsibility and at the sole
expense of the Contractor. The City shall not be liable for, nor will it pay, any additional costs incurred
by the Contractor for the characterization, removal, disposal, or replacement of the out-of-specification
Import Material.
211-4.3 Screening Levels for Import Material.
1. All Chemicals of Concern, Except Lead. No Import Material with one or more Chemicals of Concern
at a concentration greater than the current San Francisco Bay Region Water Quality Control Board
Environmental Screening Level (ESL) available at www.waterboards.ca.gov/sanfranciscobay/esl.htm
shall be accepted (Screening for Environmental Concerns at Sites with Contaminated Soil and
Groundwater, Table A).
2. Lead. No Import Material with total lead concentrations at or greater than ten times the Soluble
Threshold Limit Concentration (STLC) published in Title 22 of the California Code of Regulations shall
be accepted. (As of January 1, 2008, the acceptable total lead concentration is <50 mg/kg.)
3. Pathogens of Concern. No Import Material with one or more Pathogens of Concern at detectable
levels shall be accepted.

SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS


REPLACE SUBSECTION 212-1 TO READ:
212-1 Landscape Materials
212-1.1 Submittals. Submit the following or approval:

Project Special Provisions

D-72

Bid Documents: August 26, 2014 Update

A. Import Soil: 0.5 cubic foot bag


B. Soil Amendment: 0.5 cubic foot bag
C. Mulch: 0.5 cubic foot bag
D. Crushed Rock: 0.5 cubic foot bag
E. Soil Analysis: 0.5 cubic foot sample of each representative import soil. Contractor shall submit soil
samples to Soil and Plant Lab, 352 Matthew Street, Santa Clara, CA 95050 (408) 727-0330. Request
test No. A 05, including: soil fertility - pH, salinity, nitrate, ammonium, phosphate, calcium, magnesium;
agricultural suitability - boron, sodium, absorption ration (SAR); particle size appraisal - organic content,
USDA particle size distribution; soil amendment and fertilizer recommendations.
E. Prior to planting submit copies of all trucking or packaging tags to Engineer for all soil amendment,
fertilizer and other additives so that quantities may be verified.
212-1.2 Quality Control. Ten work days time period prior to the following events, notify the Engineer.
A.
B.
C.
D.
E.

Cross ripping of planting areas and incorporation of soil amendments.


Racking, rock removal, and finish grading.
Delivery of each shipment of plant materials to the site.
Delivery of the shipment of Biobarrier II.
Spotting of containers/staking of plant locations.

212-1.3

Soil Preparation

212-1.3.1 Import Soil. Imported soil shall be as approved by soils analysis report, capable of sustaining
healthy plant life, without admixture of subsoil, free of rocks, sticks and other foreign matter. Submittal of
import soil sample shall include a soil fertility test and amendment/fertilizer recommendations as specified in
Section SP-212-1.1.
212-1.5 Trees, Shrubs and Ground Covers
A. Species and size as indicated on Drawings, nursery-grown in conformance to the State of California
Grading Code of Nursery Stock, No. 1 Grade. Label plants by species and variety.
B. Plants shall be vigorously healthy and of uniform size, with a root system that is established throughout
the container, yet not overgrown nor root bound. Plants shall not be pruned prior to delivery and
inspection.
212-1.6 Landscape Components
A. SOIL AMENDMENT: Soil amendment, unless otherwise specified in the soils fertility test results, shall
consist of nitrogen treated sawdust (six (6) cubic yards/1000 square feet), incorporated into the planting
area to a depth of from six (6) to 12 inches.
B. COMMERCIAL FERTILIZER
1) Container Plant Material: Agriform tablets (20-10-5) at following Rates
- 1 gallon - (1) 21 gram tablet;
- 5 gallon - (3) 21 gram tablets;
- 15 gallon - (5) 21 gram tablets;
2) Groundcover: Complete, nitrogen-phosphorus-potassium, 6-20-20, 30#/1000 SF and iron sulfate,
10#/1000 SF, 9" deep.
C. MULCH
Mulch for planting areas shall be shredded fir or redwood, depth as specified in these Specifications.
D. STAKING AND TREE PROTECTOR MATERIALS
Project Special Provisions

D-73

Bid Documents: August 26, 2014 Update

1) Stakes: Peeled, smooth, lodgepole pine, factory treated, (and/or metal pipe), diameter and lengths
as required on Drawings.
2) 24" x 1" hard rubber ties. attached to stakes or tree guards as shown on Drawings.
3) Guy Wire: Triple strand, 10 gauge twisted.
4) Hose Collars: Fabric reinforced rubber hose. Color: green.
5) Tubing: 1/2-inch diameter, polyethylene. Color: opaque white.
6) Turnbuckles: Galvanized 6-inch open. Eye and fittings: 4-1/4 inches take-up, 5/16 inches in
diameter.
E. HERBICIDES
Biobarrier II: Preemergence weed control system, as manufactured by REEMAY, (800) 284-2780, and
available from Reed & Gram, Inc. Sacramento, California (916) 381-9900. Only Biobarrier II is to be
used on this project. No other pesticide or herbicide will be allowed/used in the construction, plant
establishment or maintenance period of this project. Follow all manufacturer's product specifications,
insuring product has minimum mulch coverage.
F. IRRIGATION SUPPLEMENT
Rainbird Irrigation Supplement: Irrigation supplement gel packs, as manufactured by RAIN BIRD
CORPORATION, 970 W. Sierra Madre Avenue, Azusa, CA, 91702, (626) 812-3400. Follow all
manufacturers product specifications for use with irrigated tree, shrub, and groundcover plant materials.

212-1.7 Structural Soil for Street Trees


212-1.7.1 General
Structural soil mix for use at street trees as manufactured by Sheldon Transfer. 1996 Old Oakland Road,
San Jose, California, 1 (408) 432-9040 or approved equal licensed by Amereq Inc. to distribute Structural
Soil according to the Cornell University patent.
212-1.7.2 Components
These components shall conform to the following specification:
Crushed granite stone shall be 3/4" to 1-1/2" crushed granite quarry rock of angular, sharp texture
conforming to ASHTO #4. Stone shall be clean, sharp and free of other stone other than granite. Stone
shall be angular in shape with a maximum average length, width and depth ration of 2:1:1. Stones with
visible fracture lines will be rejected. Stones shall have a pH between 6.0 and 7.0, and soluble salt levels
less than 300 ppm.
Clay loam soil shall be brown friable soil free from subsoil, refuse, roots stones larger than 1 inch, noxious
seeds, sticks, brush litter and other deleterious substances. Gradation Limits: Coarse Sand: 10 to 15
percent.
Medium Sand: 15 to 20 percent.
Fine Sand 0 to 5 percent.
Clay 27 to 35 percent and Silt 25 to 35 percent.
Chemistry Limits: pH between 5.5 and 7.0, and soluble salt levels less than 300 ppm.
Hydrogel: Cross linked potassium copolymer hydrogel as manufactured by Gelscape by Amereq Corp.,
th
Congers NY 10920 or Broadleaf P4 1041 W. 18 Street #A103 Costa Mesa, CA 92627,
1 (800) 628-7374, or approved equal.
Filter Fabric: Non-woven continuous filament polyester fabric. Weight 113.4g per square yard, min. Grab
strength 45.4K, Water flow rate 6.72 L/s Delivered in 4.57m wide rolls minimum. Geolon N 40 as
manufactured by Nicolon Corp, Valparariso, FL or approved equal.

Project Special Provisions

D-74

Bid Documents: August 26, 2014 Update

212-1.7.3 Suppliers and Mix


Suppliers for Structural Soil Mix. All structural soil mix mixing shall be performed by an agreed upon supplier
using appropriate soil measuring, mixing and shredding equipment of sufficient capacity and capability to
assure proper quality control and consistent mix ratios. No mixing of engineered soil mix at the project site
shall be permitted. Mix suppliers include: Shelton Transfer (408) 432-9040 or approved equal licensed by
Amereq Inc. to distribute Structural Soil Mix according to the Cornell University patent.
Mix supplier shall have available at the mixing site sufficient equipment, instrumentation including qualified
technicians to determine the weights and water content of the mix components immediately prior to the
mixing procedure. The Contractor shall monitor these critical elements throughout the mixing process to
provide adequate quality control. The supplier shall maintain a quality control log of material weight, water
content and mix proportions for every 15 Tonne of material mixed. Maintain adequate moisture content
during the mixing process. Soil and mix components shall easily shred and break down without clumping.
Soil clods shall easily break down into a fine crumbly texture. Soil shall not be overly wet or dry. The
supplier shall measure and monitor the amount of soil moisture at the mixing site periodically during the
mixing process.
Submit crush granite stone and clay loam soil tests analysis reports from an approved testing laboratory.
The testing laboratory shall have a minimum of 5 years experience with the test protocols of the United
States Golf Association - Green Section. Test soil and stone separately. Contractor shall submit the test
results and samples for approval.
Provide particle size analysis of the clay loam soil using the following gradient chart of mineral content:
Designation
Coarse Sand
Medium Sand
Fine Sand
Very Fine Sand
Silt
Clay

Size in mm
0.5 - 1 mm
0.25 - 0.5 mm
0.1 - 0.25 mm
0.05 - 0.1 mm
0.002 - 0.5 mm
Minus 0.002 mm

Provide a chemical analysis including pH, percent organic content by weight, nutrient levels including
nitrogen, phosphorus and potassium and soluble salt in ppm. Test analysis should include
recommendations to alter soil fertility including fertilizers or pH adjustment required for healthy plant growth.
Fertility amendment recommendations shall include amounts and types of amendments.
Mix Proportions. Approved proportion of materials in Structural Soil Mix shall be as follows:
Component
Crushed Granite Stone
Clay Loam Soil
Hydrogel
Water

Other Amendments

by units of weight
100 dry weight
15 - 18 dry weight
0.03 dry weight
10 +
(includes water in other
ingredients)
As recommended by test
analysis

by percentage
74.97% 77.97%
22 - 25%
0.03%

During compaction, too much soil will separate stones and remove air spaces - too little soil will not provide
adequate water retention.
Based on samples and test analysis, the Engineer and the Contractor will jointly determine the ratio of
components to meet required test results for drainage, compaction and any project specific requirements.
More than one mix ratio may be required to satisfy project specific requirement. Submit the labeled samples
of the test mixes with the test results. The Engineer may request additional Structural Soil Mix test mix
samples to be tested in the event that further refinement of the mix is necessary.
Project Special Provisions

D-75

Bid Documents: August 26, 2014 Update

All tests will be performed with the sample compacted to 45 foot pounds at 40 cm of moisture retention
where applicable. All tests will be at the expense of the Contractor. If the test results of any Structural Soil
Mix fail to meet the mix criteria, the mix ratio shall be adjusted and the mix retested.

ADD THE FOLLOWING SUBSECTIONS TO READ


212-1.8 Biotreatment and Bioretention Soil
212-1.8.1 General
Bioretention soil shall achieve a long-term, in-place infiltration rate of at least 5 inches per hour, support
vigorous plant growth, and consist of the following mixture of fine sand and compost, measured on a volume
basis: 60%-70% sand; 30%-40% compost.
These regional biotreatment soil specifications were approved by the Regional Water Board on November
28, 2011, are provided on the following pages. The soil specifications are included in Attachment L of the
Municipal Regional Stormwater Permit (MRP), as amended. Effective December 1, 2011, stormwater
biotreatment measures are required to use the Water Board-approved specifications. Alternative
biotreatment mixes that achieve a long-term infiltration rate of 5 to 10 inches per hour, and are suitable for
plant health, may be used in accordance with the requirements described in Appendix L of the Alameda
Countywide Clean Water Program - C.3 Stormwater Technical Guidance Handbook under the heading
Verification of Alternative Bioretention Soil Mixes.
212-1.8.2 Components
Components shall conform to the following:
Sand for Bioretention Soil shall be free of wood, waste, coating such as clay, stone dust, carbonate, etc., or
any other deleterious material. All aggregate passing the No. 200 sieve size shall be nonplastic. Sand for
Bioretention Soils shall be analyzed by an accredited lab using #200, #100, #40, #30, #16. #8, #4, and 3/8
inch sieves (ASTM D 422 or as approved by municipality), and meet the following gradation:
Sieve Size
3/8 inch
No. 4
No. 8
No. 16
No. 30
No. 40
No. 100
No. 200

Percent Passing (by weight)


Min
Max
100
100
90
100
70
100
40
95
15
70
5
55
0
15
0
5

Note: all sands complying with ASTM C33 for fine aggregate comply with the above
gradation requirements.
Composted Material shall be a well decomposed, stable, weed free organic matter source derived from
waste materials including yard debris, wood wastes or other organic materials not including manure or
biosolids meeting the standards developed by the US C Composting Council (USCC). The product shall be
certified through the USCC Seal of Testing Assurance (STA) Program (a compost testing and information
disclosure program). Before delivery of the soil, the supplier shall submit a copy of lab analysis performed by
a laboratory that is enrolled in the US Composting Councils Compost Analysis Proficiency (CAP) program
and using approved Test Methods for the Evaluation of Composting and Compost (TMECC). The lab report
shall verify:
(1) Feedstock Materials shall be specified and include one or more of the following:
landscape/yard trimmings, grass clippings, food scraps, and agricultural crop residues.
(2) Organic Matter Content: 35% - 75% by dry wt.
(3) Carbon and Nitrogen Ratio: C:N < 25:1 and C:N >15:1
(4) Maturity/Stability: shall have a dark brown color and a soil-like odor. Compost
exhibiting a sour or putrid smell, containing recognizable grass or leaves, or is hot
Project Special Provisions

D-76

Bid Documents: August 26, 2014 Update

(120F) upon delivery or rewetting is not acceptable. In addition any one of the following
is required to indicate stability:
(i) Oxygen Test < 1.3 O2 /unit TS /hr
(ii) Specific oxy. Test < 1.5 O2 / unit BVS /
(iii) Respiration test < 8 C / unit VS / day
(iv) Dewar test < 20 Temp. rise (C) e.
(v) Solvita > 5 Index value
(5) Toxicity: any one of the following measures is sufficient to indicate non-toxicity.
(i) NH4- : NO3-N < 3
(ii) Ammonium < 500 ppm, dry basis
(iii) Seed Germination > 80 % of control
(iv) Plant Trials > 80% of control
(v) Solvita > 5 Index value
(6) Nutrient Content: provide analysis detailing nutrient content including N-P-K, Ca, Na,
Mg, S, and B.
(i) Total Nitrogen content 0.9% or above preferred.
(ii) Boron: Total shall be <80 ppm; Soluble shall be <2.5 ppm
(7) Salinity: Must be reported; < 6.0 mmhos/cm
(8) pH shall be between 6.5 and 8. May vary with plant species.
Compost for bioretention soils shall be analyzed by an accredited lab using #200, 1/4 inch, 1/2 inch, and 1
inch sieves ASTM D 422 or as approved by municipality), and meet the following gradation:
Sieve Size
1 inch
1/2 inch
1/4 inch
No. 200

Percent Passing (by weight)


Min
Max
99
100
90
100
40
90
2
10

Bulk density: shall be between 500 and 1100 dry lbs/cubic yard
Moisture content: shall be between 30% - 55% of dry solids.
Inerts: Compost shall be relatively free of inert ingredients, including glass, plastic and paper, < 1 % by
weight or volume.
Weed seed/pathogens: provide proof of process to further reduce pathogens (PFRP). For example, turned
windrows must reach min. 55C for 15 days with at least 5 turnings during that period.
Select Pathogens: Salmonella <3 MPN/4grams of TS, or Coliform Bacteria <10000 MPN/gram.
Trace Contaminants Metals (Lead, Mercury, Etc.): Product must meet US EPA, 40 CFR 503 regulations.
Mulch is recommended for the purpose of retaining moisture, preventing erosion and minimizing weed
growth. Projects subject to the States Model Water Efficiency Landscaping Ordinance (or comparable local
ordinance) will be required to provide at least two inches of mulch. Aged mulch, also called compost mulch,
reduces the ability of weeds to establish, keeps soil moist, and replenishes soil nutrients. Aged mulch can be
obtained through soil suppliers or directly from commercial recycling yards. It is recommended to apply 1" to
2" of composted mulch, once a Year, preferably in June following weeding.

Project Special Provisions

D-77

Bid Documents: August 26, 2014 Update

REPLACE SUBSECTION 212-2 TO READ:


212-2 - Irrigation Materials
212-2.1 Main Lines Main lines (constant pressure) 1/2 inch to 1-1/2 inches (constant pressure) shall be PVC
1120 - schedule 40. At changes in direction of branch mains, use appropriate Schedule 40 PVC fittings as
approved by the Uniform Plumbing Code. Connections between main lines and RCV's shall be of schedule
80 PVC (threaded both ends) nipples and fittings.
212-2.2 Lateral Lines and Risers Lateral lines (non-pressure) shall be 1120-200 psi PVC plastic pipe with
schedule 40 Type 1, Grade 1 PVC solvent weld fittings. Risers Shall be Schedule 80 nipples and ells as
shown in the construction details. Offset risers shall be flexible couplings as manufactured by Cobra.
212-2.3 Quick Coupler VALVES Quick coupler valves shall be as listed on the Construction Drawings.
212-2.4 Controller Controller and valves shall be as listed on the Construction Drawings. Provide conduit
and wire and connect to 120 volt switch accessible to controller for ease of maintenance.
212-2.5 Control Wire Control wire shall be copper with UL approval for direct burial in ground, size #14-1.
Common ground wire shall be #12 and shall have white insulating jacket; control wire shall have jacket of
color other than white. Splices shall be made with 3M #3570 Scotchlock seal packs.
212-2.6 Boxes
A. Boxes for remote control valves shall be Carson 1419 with plastic bolt-down lids. Boxes for gate valves
shall be 10 inches diameter, Carson 910, or equal.
B. ID Tags for Valve boxes: Attach a laminated fiberglass tag to each valve box lid that identifies each valve
by number or type. Minimum tag size: 4.5" x 2.25" x1/8". Face color shall be black. Each tag shall have
4-3/16" holes at each comer and shall be attached to the valve box lid with 1/8""pop rivets or stainless
steel bolts or sheet metal screws. Tags shall have a 20 year warrantee. The top part of the tag shall be
lettered "IRRIGATION VALVE" in 24 pt. Helvetica letters, the valve number or type in the center (ie, "B17"; "QUICK COUPLER"). Tags available through Best Mrg. Co. 1-800-235-2378. Provide identification
tags on all valves indicating zone and valve number. Do not identify boxes or valves until identification
system has been accepted.
212-2.7 Sprinkler Heads Sprinkler heads shall be as listed on the Drawings.
212-2.8 Remote Control Valves Remote control valves shall be as listed on the drawings.
212-2.9 Gate Valves 2-1/2 inch and smaller shall be bronze construction with
operating wheel and screwed connections. Install in 10 inch diameter box.
212-2.10 Backflow Prevention Device Backflow prevention device shall be as listed on the Drawings.
212-2.11 Controller Enclosure Controller enclosure shall be as shown on the drawings. Unless controller is
shown to be wall-mounted, either indoors or outdoors, or controller is to be located in a box enclosure,
provide appropriate pedestal for specified controller.
212-2.12 Sleeves
A. Sleeves under streets: Schedule 40 galvanized steel pipe. No substitutions.
B. Sleeves for wiring and under driveways, and paved areas less than 8'-0" wide:
Schedule 40 PVC.
212-2.13 Miscellaneous Installation Materials
A. Solvent cement and primer for solvent weld joints shall be of make and type approved by manufacturers)
of pipe and fittings. Cement shall be maintained at proper consistency throughout use.
Project Special Provisions

D-78

Bid Documents: August 26, 2014 Update

B. Lubricant for assembling rubber ring seal joints shall be of make and type approved by manufacturer of
pipe.
C. Pipe joint compound shall be teflon paste or approved equal.
212-2.14 Other Equipment and materials not listed here such as sprinkler heads, backflow prevention
device, quick coupler valves, etc., shall be as listed on the Drawings. Also provide to the Engineer, at
completion of the maintenance period, three (3) each of all operating and servicing keys and wrenches
required for complete maintenance and operation of all heads and valves. Include all wrenches necessary
for complete disassembly of all heads and other elements.

SECTION 213-ENGINEERING FABRICS


213-1 PAVEMENT FABRIC.
NO PAVEMENT FABRIC SHALL BE USED, DELETE SUBSECTION

Project Special Provisions

D-79

Bid Documents: August 26, 2014 Update

PART 3 - CONSTRUCTION METHODS


Part 3 of the Special Provisions shall conform to Part 3 of the Standard Specifications except as modified
herein.

SECTION 300-EARTHWORK
300-1 CLEARING AND GRUBBING.
300-1.2 Preservation of Property.
ADD THE FOLLOWING TO THE END OF THE SUBSECTION:
Contractor shall exercise extreme caution and care in the vicinity of all existing basements that underlie
sidewalk within the project area. Heavy machinery shall not be used in areas where existing sidewalk is
above or immediately adjacent existing basement structures. Construction staging and materials storage
shall not be allowed in areas above or immediately adjacent to existing basement structures. Contractor shall
coordinate with all property owners when conducting construction activities near or above basements.
Contractor shall assume responsibility for all damages to basement structures as a result of construction
activities, at no additional cost to the project.
Prior to start of work, the Contractor shall be responsible for positively identifying the depth to and
extents of the basements within the Project Limits. No work above or in the vicinity of the basements until the
basements have been positively located.
The Contractor shall adhere to the provisions in 300-1.6 of these Special Provisions when performing
demolition around all historical features within the project area, including the Latham Fountain and the
terrazzo tile on the west side of the Cathedral Building.
300-1.3 Removal and Disposal of Materials.
ADD THE FOLLOWING PARAGRAPH TO THE BEGINNING OF SUBSECTION 300-1.3:
Sawcuts through bituminous pavement shall be six inches. Sawcuts through concrete pavement shall
be full depth. No stomping of concrete pavement will be allowed. Where bituminous pavement overlies
concrete pavement, the sawcut depth shall be to the bottom edge of the concrete.
ADD NEW SUBSECTION TO READ:
300-1.3.1.1 Hazardous Materials
The City has conducted surface soil sampling and chemical analysis of the project area to evaluate potential
contamination from past uses. A copy of this soil sampling data is included in Attachment 18 . The accuracy
of the detected chemical concentrations is not guaranteed in that conditions at the present time and at other
locations on the site may vary. It is the responsibility of the Contractor to become familiar with chemicals
present in the onsite soils and implement appropriate practices to maintain the health and safety of workers
and the public; and prevent ecological impacts from onsite construction activities.
Based on the soil sampling report, the site soils appear to be impacted by lead and petroleum hydrocarbons.
An engineering estimate prepared by the City based on the soil data and the project design estimated
approximately 2300 tons of Class II non-hazardous soils and approximately 80 tons of Class I California
Hazardous soils need to be excavated and off-hauled from the project area. The Contractor is responsible
for all labor, materials, tools, equipment, and incidentals necessary to handle, transport, and dispose of
Class I or Class II soils 7-8.6
as specified herein, including, but not limited to, all supervision, permits and licenses, insurance, preparing
and implementing a health and safety plan, staging, safety equipment, preparing and submitting necessary
documentation to the transporter and the disposal facility in accordance with local, state, and federal
regulations.
Payment: The unit price provided in the Bid Schedule for handling, transporting and disposing of Class I
and Class II material shall be considered full compensation for all labor, material, tools, equipment, and
incidentals necessary to handle, transport and dispose of Class I material as specified herein, including, but
not limited to, all supervision, permits and licenses, insurance, preparing and implementing a health and
safety plan, preparing and implementing a work plan, staging, safety equipment, preparing and submitting
necessary documentation to the transporter and the disposal facility in accordance with local, state, and
federal regulations. The Contractor shall submit invoices, landfill weight tickets, waste manifests, and other
documentary evidence of offsite hauling and disposal of excavated materials.

300-1.3.2 (a) Bituminous Pavement.


Project Special Provisions

D-80

Bid Documents: August 26, 2014 Update

DELETE THE SECOND SENTENCE OF THE SUBSECTION.


300-1.3.2 (b) Concrete Pavement.
DELETE THE SECOND SENTENCE OF THE SUBSECTION.
300-1.3.2. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections.
REPLACE THE FIRST SENTENCE OF THE PARAGRAPH WITH THE FOLLOWING:
Concrete shall be removed to neatly sawed edges.
REPLACE THE LAST SENTENCE OF THE PARAGRAPH WITH THE FOLLOWING:
Curb and gutter shall be sawed on a neat line at right angles to the curb.
ADD THE FOLLOWING SENTENCE TO THE END OF THE SUBSECTION:
Sawcutting for curb ramps shall be to the exterior dimensions of the proposed ramp only. No
demolition work for sidewalks or curb ramps may be performed on a Friday, unless approved in
writing by the Resident Engineer prior to demolition.

ADD NEW SUBSECTION TO READ:


300-1.3.3 Removal of Traffic Striping and Pavement Markings.
Traffic striping and pavement markings shall be removed before any change is made in the traffic
pattern. Traffic Striping and pavement markings shall be removed to the fullest extent possible from the
pavement by abrasive methods.
Any "shadows" left after the removal of pavement arrows, STOP legends or YIELD legends shall form a
rectangle perpendicular to the streets center line. This rectangle shall be of sufficient size to encompass the
totality of the pavement arrows and legends removed. Sand or other material deposited on the pavement
shall be removed as the work progresses. Accumulations that might interfere with drainage or constitute a
hazard to traffic will not be permitted.
Removal of traffic striping will be measured and paid for by the liner foot. Double or triple traffic stripes
will be measured as two or three traffic stripes, respectively. Each square foot pavement markings removed
will be considered as three liner feet of traffic stripe. In measuring traffic striping, a deduction will be made
for gaps in broken stripings. All paint evident in these gaps shall be removed to the fullest extent possible as
part of the traffic striping removal.
If no item is shown in the Proposal, the Engineer shall establish payment for required traffic striping and
pavement markings removal in accordance with 3-2.
ADD NEW SUBSECTION TO READ:
300-1.6 Historical Materials Demolition, Salvage and Protection
300-1.6.1 Summary. Section includes general protection procedures for demolition, removal and
protection of designated historic features and surfaces of the Water Feature (Latham Memorial Fountain),
including:
1. Preparation of Salvage Plan as part of Historic Treatment Program
2. Extent of selective demolition work is identified in specifications and shall be confirmed during pre-bid
walkthrough.
3. Selective Demolition requires the removal of the following:
a. Removal of existing plants and landscape material and soil in planter basin on top of central
column.
b. Removal of designated ferrous plumbing drain pipes (4) in floor of basin and common pipe
manifold with gate valve (1) in crawl space below basins.
c. Protection of existing bronze equalizer pipes (2) in basin wall and overflow drains (2) in wall
of central column.
4. Field engineering to determine bracing and shoring requirements of Water Feature for underground
excavation and piping installation.
5. Document the Work with digital photographs prior to dismantling, and at points during dismantling
showing connection conditions.
6. Dismantle and salvage of basin skirt panels and wall anchorage materials as identified by Documents.
Basin skirt panels (2) have been removed from the Water Feature and are in Owners storage facility.
7. Removal of poured in place concrete contacting granite plinth. Concrete is concealing side elevation of
four piece base. Protection of granite plinth edge and surface, as revealed during concrete removal
process.
8. Catalog, Storage and Retrieval: Handle, catalog and package salvaged historic items identified by the
Documents and as directed by the Owners Representative, or conditions of the Contract.
9. Protection of existing to remain items and transport of salvage materials in an approved manner and as
Project Special Provisions

D-81

Bid Documents: August 26, 2014 Update

deemed accepted by conservation practices to prevent damage.


10. Storage of Salvage Materials:
Salvaged items shall be stored for the duration of the Contract. Contractor is responsible for transport
and reinstallation.

300-1.6.2

Definitions See 308-9.2 Historical Water Feature Treatment Procedures for related definitions.

Building Fabric - The physical materials of a building, structure or object in completed form. Original fabric
is the fabric remaining from the original construction, especially with architectural or artistic value.
Conservator - A person with advanced training in science, studio arts and art history, and with experience in
applying manual skills and theoretical knowledge towards the preservation of artistic and historic works.
Demolition (Demo) - If not identified to be salvaged, scrap items as directed by Owners Representative.
Dismantle - To disassemble and detach items from existing construction using approved tools and
equipment so as to protect historic fabric and finishes in a condition to be reinstalled and refinished.
Dismantling Specialist - A person with training and experience in applying manual skills and knowledge of
the means and methods to disassemble plumbing assemblies with minimal damage to the historic
feature. A dismantling specialist must have experience in dismantling plumbing materials found on this
Work.
Salvage Plan - A written part of the Historic Treatment Program that describes methods and materials to be
used in the dismantling, cataloging, transport, protection and storage of each salvaged feature.
Remove and Salvage - Items identified to be salvaged will remain the Owners property. Remove, transport
and store items identified to be salvaged; catalogue, pack or crate to protect against damage; identify
contents of containers; deliver to the locations identified.
Existing to Remain - Construction or items identified to remain shall be protected against damage during
demolition operations. With the Owners Representatives permission, the Contractor may elect to move
items to a storage location during demolition and then clean and reinstall the items.

300-1.6.3 Materials Ownership. Items found on the Water Feature site are historic fabric. The Owners
Representative will provide the final determination of specific items that will be demolished.

300-1.6.4

Submittals.

1. Construction Schedule for Salvage Operations: Indicate for entire Work the following for each activity to
be performed in historic space and on historic surfaces:
2. Qualifications Data: For each historic removal and dismantling specialists field supervisor and
qualification data requested in individual specification sections, see 308-9.5.
3. Demolition Photographs: Submit photographs taken before, during and following Water Feature
restoration. The photographs are required as evidence to Owner and Secretary of Interior that the Work
has been done, per the Secretary of Interiors Standards.
a. Digital photographs shall be color photographs.
b. Digital photographs shall be 5 megapixels and sized to be not smaller than 500k per photo,
in JPEG format.
c. Digitally photograph the Water Feature prior to start of demolition.
d. Provide photographs with full views as well as detailed view of each type of disassembly.
Provide six (6) photos of each type of disassembly.
e. Provide a before and after photograph of each item salvaged feature.
f. Provide photographs on labeled and dated disk(s) to Owners Representative.
4. Salvage Plan: After acceptance of the site and prior to commencing the Work, submit Salvage Plan to
the Owners Representative for approval, a written description of methods and materials to be used in
the demolition, dismantling, cataloging, transport, protection and storage of each salvaged feature.
Salvage Plan, as part of Approved Historic Treatment Program, to include specific protection of existing
to remain items.
5. Salvage Inventory: Prepare inventory of existing to remain items AND salvaged materials. Provide a
written copy to the Owners Representative.

Project Special Provisions

D-82

Bid Documents: August 26, 2014 Update

300-1.6.5

Quality Assurance

1. Work shall comply with The Secretary of Interiors Standards for the Treatment of Historic Properties
(1995)
2. Historic Removal and Dismantling Specialist Qualifications: A qualified Historic Treatment Specialist.
General selective demolition experience is NOT sufficient experience for historic removal and
dismantling work. See 308-9.5
3. With the assistance of the Dismantling Specialist, dismantle and salvage in an orderly and careful
manner. Remove and undertake dismantling and salvage in a deliberate and systematic manner,
recording of materials and systems encountered and providing digital photographs and drawings before
and during the dismantling process.
4. Using the approved Salvage Plan as a guide, ensure that no existing construction is dismantled,
demolished or removed without knowing specifically what impact on existing construction, structure and
services the removal or demolition shall have.
5. Questions concerning the disposition of existing construction encountered, notify the Owners
Representative in writing before proceeding.
6. Mockups: Prepare mockups of specific historic treatment procedures to demonstrate aesthetic effects
and to set quality standards for materials and execution.
a. Basin skirt panels removal: Task has been completed by Owner. Panels are now in
Owners off-site storage and will be reassigned to Contractor for restoration, see 308-9.10.
b. Basin skirt panel anchorage removal: Remove existing anchor bolt and expansion shields
from granite basin wall.
c. Basin drain pipe removal: Remove ferrous pipe length and mortar packing in granite basin
floor holes (3).
d. Concrete removal in contact with Granite Plinth: Remove poured in place concrete
surrounding Water Feature plinth pads.
7. Historic Treatment Program - Preconstruction Conference: Conduct at Work site.
a. Review means and methods related to demolition, disassembly and protection of historic
features.
b. Review qualifications of disassembly personnel.
c. Review work included in Salvage Plan.
d. Review areas where existing construction is to remain and requires protection.
e. Inspect and discuss conditions of construction to be removed or dismantled.
f. Review requirements of Work that relies on substrates exposed by removal and dismantling.
300-1.6.6 Examination. Examine construction to be removed or dismantled to determine best methods to
effectively perform work. Provide explorations, probes and inquiries to determine conditions of construction
and location of utilities and services to remain hidden by construction that is to be removed or dismantled.
300-1.6.7

Protections

1. Provide barricades, perimeter fence, scaffolding and forms of protection for the Owners personnel and
general public from injury due to Work.
2. Remove barricades, perimeter fence, scaffolding and protection at completion of Work.
3. Design, construct and maintain shoring, bracing and supports to ensure stability of Work.
300-1.6.8

Execution

1. Coordinate with Owners Representative and utilities for marking of location of underground piping,
conduit, active and abandoned utilities.
2. Provide pot-hole of utilities to confirm location and depth in preparation for microtunneling.
3. Verify that active utilities have been located, marked, disconnected and capped. Disconnect and seal
utilities to be abandoned.
4. Survey existing conditions and correlate with plans and specifications to determine extent of demolition.
5. Provide DRAFT Historic Treatment Program. See 308-9.7
6. Verify actual conditions to determine in advance whether removal, demolition or microtunneling to install
pipes underground, shall result in structural deficiency, overloading, failure, or unplanned collapse. See
306-8.

Project Special Provisions

D-83

Bid Documents: August 26, 2014 Update

300-1.6.9

Demolition

1. Demolished or removed items and materials are historic fabric except for those identified as non-historic.
Confirm specific ferrous and bronze plumbing items to be removed as scrap with Owners
Representative.
2. Historical items, relics and items encountered in the course of demolition shall remain the Owners
property. Notify the Owners Representative if such items are encountered. Obtain the Owners
Representatives and the Owners acceptance of removal methods and salvage these items for the
Owner.
3. Perform selective demolition in a systematic manner. Complete Work identified in Specifications in
accordance with demolition schedule and governing regulations.
4. Fabricate cuts straight and true to the material being cut. Wavy and broken edges are NOT cut.
5. Aggressive or destructive cleaning methods and materials, e.g. rotary wire wheels, grinding and
sandblasting, will NOT be allowed
6. Perform selective demolition using methods that do no damage to items to remain and provide surface
for patching.
7. Protect or demolish utilities as identified by the civil, plumbing, mechanical and electrical plans.
8. Coordinate demolition of utilities or part thereof with construction documents.
300-1.6.10 Removal Tools.
1. Use only hand-held tools, or as approved by Owners Representative on a case-by-case basis. Impact
tools shall be minimized and shall only be used as approved by Owners Representative.
2. When working on historic fabric items to remain, pneumatic, roto-hammer drill, or PERCUSSION TOOLS
ARE PROHIBITED and shall NOT be used within SIX INCHES of existing historic fabric.
3. On non-historic materials such as paving, sidewalk or curbs, LIGHT jackhammers are permitted, subject
to Owners Representative approval. LARGE air hammers are NOT permitted.
4. Use cutting tools and methods to minimize vibration impact to the existing historic fabric.
5. Pry bars more than 18 inches long and hammers weighing more than 2 pounds are NOT permitted for
dismantling work.
6. Keep equipment that is NOT permitted for historic removal or dismantling work away from the vicinity of
Work.
300-1.6.11 Pollution Controls
1. Control the spread of dust and dirt from selective demolition.
2. Do not allow improvements to remain to become soiled by flooding or demolition operations.
3. Prevent solids such as stone or mortar residue from entering the drainage system. Protect drains from
pollutants. Block drains or filter out sediments, allowing only clean water to pass.
300-1.6.12 Removing and Dismantling Items - Historic Surfaces.
1. Use only dismantling tools and procedures within SIX inches of historic surface. Do NOT use pry bars.
Protect historic surfaces from contact with or damage by tools.
2. Unfasten items to be removed, in the opposite order from installed.
3. Support each item loosened to prevent stress and damage to the historic surface.
4. Dismantle and remove anchorages.
300-1.6.13 Disposal of Demolished Materials. Promptly transport and legally dispose of materials
resulting from demolition operations. Do not allow materials to accumulate on site.
300-1.6.14 Cleanup and Repair.
1. Upon completion of demolition, remove tools, equipment and demolition materials from site.
Remove protections and leave site broom clean.
2. Repair demolition performed in excess of approved. Repair and restore structures and surfaces of
items to remain to condition existing prior to commencement of selective demolition. Repair
construction or surfaces soiled or damaged by selective demolition activity.
300-1.6.15 Payment. Work is integral to performance of Historical Water Feature Treatment Procedures,
and payment included under 308-9
Project Special Provisions

D-84

Bid Documents: August 26, 2014 Update

END OF SECTION

SECTION 301 - TREATED SOILS, SUBGRADE, PREPARATION


AND PLACEMENT OF BASE MATERIALS
301-1 SUBGRADE PREPARATION.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 301-1:
On paving jobs, the Contractor shall lower all structures (e.g. manholes, water valves, etc.) to the
grading depth if it is expected that the surface will be graded and remain unpaved for more than five working
days.
301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 301-1.6:
Concrete grade rings for extensions shall be a maximum of six inches thick. Extensions will be limited to a
maximum height of 18 inches. All structures shall be clearly marked or referenced, covered with building
paper, and paved over. Adjustment of manholes shall be made after overlay resurfacing has been
completed.
301-2 UNTREATED BASE.
301-2.4 Measurement and Payment.
ADD THE FOLLOWING TO THE END OF THE SUBSECTION TO READ:
Crushed Aggregate Base Payment: Full compensation for labor material, equipment and incidentals to
deliver and compact the crushed aggregate base to the limit specified in the plans and special provisions for
crushed aggregate base shall be paid for other bid items of work involved, and no additional compensation
will be allowed therefor.
Processed Miscellaneous Base Payment: Full compensation for labor material, equipment and
incidentals to deliver and compact the processed miscellaneous base to the limit specified in the plans and
special provisions for processed miscellaneous base shall be paid for other bid items of work involved, and
no additional compensation will be allowed therefor.

SECTION 302 - ROADWAY SURFACING


302-1 COLD MILLING OF EXISTING PAVEMENT
302-1.1 General
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 302-1.1
The milled pavement shall not remain unpaved no longer than 5 working days. For each consecutive
calendar day in excess of the 5 working days, the Contractor shall pay to the City or the City may deduct
from monies due the Contractor, the sum of $500.00 per paving segment per day, unless otherwise provided
in the contract documents.
REVISE SUBSECTION 302-5.4 TO READ:
302-5.4 Tack Coat.
CHANGE THE FIRST SENTENCE OF THE FIRST PARAGRAPH TO READ:
If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a
tack coat of PG64-10 paving asphalt at an approximate rate of 0.25 L/m (0.05 gallon per square yard) or
SS-1 h emulsified asphalt at an approximate rate of 0.25 L/m to 0.45 L/m (0.05 to 0.10 gallon per square
yard) shall be uniformly applied upon the existing pavement preceding the placement of the asphalt
concrete.
CHANGE THE THIRD PARAGRAPH TO READ:
The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted
with either Grade SS-1h emulsified asphalt or PG64-10 paving asphalt immediately before the adjoining
asphalt concrete is placed.
302-5 ASPHALT CONCRETE PAVEMENT
302-5.9 Measurement and Payment
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 302-5.9

Project Special Provisions

D-85

Bid Documents: August 26, 2014 Update

Asphalt Concrete Overlay will be paid for at the Contract Unit Price per square foot, as shown in the Bid.
Such price shall constitute full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in installing asphalt concrete overlay, complete in place, as
shown on the plans, as specified in the Standard Specification and these Special Provisions, or as directed
by the Engineer.
302-7 PAVEMENT FABRIC.
302-7.2 Placement.
302-7.2.2 Tack Coat.
CHANGE THE FIRST SENTENCE OF THE FIRST PARAGRAPH TO READ:
The tack coat shall be PG 64-10 paving asphalt.

SECTION 303 CONCRETE AND MASONRY CONSTRUCTION


303-5
CONCRETE CURBS, WALKS, GUTTERS, EDGE BANDS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS.
ADD THE FOLLOWING TO THE END OF SECTION 303-5:
Concrete for sidewalks, curb and gutters, access ramp, curb ramps, and driveways shall conform to 2011, "Portland Cement Concrete." Sawcutting for curb ramps shall be to the exterior dimensions of the curb
ramp.
Expansion joints, 1/4 inch wide, shall be installed in curb, gutter, and sidewalks at each side of a
structure (e.g. curb ramps) and at the ends of curb returns. Weakened plane joints 1-inch deep shall be
placed in the curb, gutter and sidewalks at 10-foot intervals.
303-5.1 Requirements.
303-5.1.1 General.
ADD THE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 303-5.1.1:
If the sidewalk curb return area is disturbed by the Contractors operations, a curb ramp in accordance
with the latest State of California, Department of Transportation, Standard Specifications and Standard Plans
shall be constructed with the Engineers approval. It shall be the Contractors responsibility to coordinate the
relocation or readjustment of interfering utility boxes.
Installation of underground facilities, such as building sewer, water and gas services, utility boxes, etc.,
shall be completed in the sidewalk area before constructing sidewalks, driveways or curb ramps.
At locations where sidewalk and driveways are to be constructed having unsatisfactory subbase material
as determined by the Engineer, said material shall be removed to a depth of four inches (4") minimum and
replaced with ATSM C 131 Test Grading B crushed miscellaneous base conforming to the Standard
Specifications and no separate payment shall be made. Crushed miscellaneous base shall be compacted in
accordance with the Standard Specifications. The Contractor shall remove unsuitable subbase material as
part of demolition operations and no separate payment shall be made.
Sidewalk, curb and gutter construction or repairs may be required at locations adjacent to project curb
ramps. All repairs will be performed within Citys right-of-way, unless directed otherwise by the Engineer.
The Contractor shall construct or repair concrete sidewalk, curb, and gutter at various locations as
directed by the Engineer. Unless directed otherwise by the Engineer, the Contractor shall remove defective
concrete by saw cutting along existing score lines, and as marked in white paint by the Engineer. Concrete
shall be cut full depth with a power driven concrete saw acceptable to the Engineer as hereinafter specified
and removed so as to have a vertical joint between the existing and new concrete. Demolition, removal and
disposal of material required to complete the work is included in the price bid for the various bid items of
work and no additional compensation shall be allowed therefore. Existing concrete, not scheduled for
removal but damaged by the contractors operations shall be replaced in accordance with these
Specifications and no separate payment shall be made.
Areas next to new sidewalk, back of curb and driveway where forms have been removed shall be back
filled with Class A imported topsoil as specified in Section 212-1 and 308-2 of the Standard Specifications
and these Special Provisions and mechanically compacted to ninety percent (90%) relative compaction to
the level of existing sidewalk, driveway and curb. Class A imported topsoil shall be included as part of
concrete curb and gutter work and no separate payment shall be made.
Expansion joints shall be constructed in the concrete curb and gutter at each side of driveways,
returns and structures. Expansion joint material shall be the same as for sidewalk expansion joint filler
Project Special Provisions

D-86

Bid Documents: August 26, 2014 Update

material. Weakened plane joints 3/4" deep and 1/4" wide shall be constructed at regular intervals not to
exceed ten (10) linear feet. The exposed surfaces of the curb and gutter shall be troweled to a smooth
surface and shall be scored transversely and broom finished to the Engineers satisfaction.
Number 4 steel rebars shall be doweled into existing curb and gutter at saw-cut locations and no
separate payment shall be made.
PROVIDE NEW SUBSECTION 303-5.1.1.1 TO READ:
303-5.1.1.1 Curb Ramp Requirement for Contractor-Damaged Curb Return Areas. If the sidewalk curb
return area is disturbed by the Contractors operations for trenching or other work not related to sidewalk
repair or curb ramp installation, a curb ramp in accordance with City Standards shall be constructed under
the Engineers direction. It shall be the Contractors responsibility to coordinate the relocation or
readjustment of interfering utility boxes. The cost of this curb ramp shall be included in the price paid for the
related work, and no additional payment shall be made.
PROVIDE NEW SUBSECTION 303-5.1.1.2 TO READ:
303-5.1.1.2 Detectable Warnings. The detectable warning shall provide sound attenuation different than
the adjacent paving and be federal yellow in color. The material used to provide color shall be an integral
part of the walking surface. Detectable dome warning tiles or strips shall be made of polymer plastic or
approved equal. The closest corner of the bottom left and bottom right truncated dome tile shall be set 6"
from flowline.
PROVIDE NEW SUBSECTION 303-5.1.1.3 TO READ:
303-5.1.1.3 Replacement of Damaged Utility Boxes for Curb Ramp Work. The Contractor is responsible
for coordinating with the various utilities for relocation or readjustment of the various utility boxes within the
new curb ramp locations. Should the Contractor choose to readjust existing utility boxes within the plane of
the new curb ramp, the Contractor shall protect the existing improvements as required by 7-9.
The Request for Replacement Utility Box for Curb Ramp Work form (Attachment 10 at the end of
these Special Provisions) lists utility companies that have agreed to provide free replacement utility boxes for
those previously damaged or unavoidably broken during construction of curb ramps. Existing utility boxes
damaged as a result of the Contractors negligent construction activities will not be replaced free of charge.
The Contractor shall complete and sign this form, and provide it (and a photocopy) to the Engineer for
signature for each requested utility box replacement. The Contractor is then responsible for transmitting this
form to the respective utility. This form provides written certification to the utility companies that a free
replacement box is requested because either the existing utility box was broken, or the Contractor exercised
due diligence when excavating for the new curb ramp and the existing box was unavoidably damaged.
In certain cases the replacement boxes may be delivered to the curb ramp site. In that case the
Contractor must coordinate with the utility company in order to be present when the box is delivered. In
other cases the Contractor may be able to pick up replacement boxes from the utility yard. Because it may
take up to one or two days for the Contractor to receive replacement boxes, the Contractor shall properly
barricade the excavated curb ramp in accordance with 7-10.
Payment: Full compensation for providing the labor and materials for the replacement of damaged utility
boxes shall be considered as included in the price paid for the bid items of work involved, and no additional
compensation will be allowed therefor.
PROVIDE NEW SUBSECTION 303-5.1.1.4 TO READ:
303-5.1.1.4 Extra Wide Ramps to Accommodate City Utility Boxes within Curb Ramp Areas. Many
City utility boxes are located within the curb return area at intersection corners. To facilitate curb ramp
construction, it is intended that as many City utility boxes as possible remain in the curb ramp area and be
incorporated into the new curb ramps. In order to accomplish this objective, existing City utility boxes may
remain if their lids can be reset in the plane of the new ramps. Similarly, the central ramp portions of curb
ramps may be constructed wider than the required four feet in order that existing City utility boxes may
remain in place with their lids reset in the plane of the new ramps. (In this case, the width of the detectable
warning dome paver area shall equal the width of the revised ramp.) With the Engineers approval, vertical
obstructions may remain in the two wings of the type E ramp, provided there is a four-foot path of travel
behind the curb ramp. (See also 307-2.4.1 for relocation of City utility boxes in curb ramp areas.)
Payment: The unit price for each curb ramp includes up to 125 square feet of concrete pavement as
described in Subsection 303-5.9g. The Contractor shall be compensated for the additional cost of
constructing curb ramps with more than 125 square feet of concrete ramp area. The unit prices for sidewalk,
curb gutter and detectable warning dome pavers shall be used for additional quantities of these items
because of the larger ramp areas needed to accommodate City utility boxes within curb return areas.
Project Special Provisions

D-87

Bid Documents: August 26, 2014 Update

ADD NEW SUBSECTION 303-5.1.1.5 TO READ:


303-5.1.1.5 Ancillary Work for Concrete Sidewalk, Driveway, and Curb and Gutter Construction.
All repairs will be performed within Citys right-of-way, unless directed otherwise by the Engineer.
The Contractor shall repair or construct concrete sidewalk, curb, and gutter at various locations as
directed by the Engineer. Unless directed otherwise by the Engineer the Contractor shall remove defective
concrete by saw cutting along existing score lines, and as marked in white paint by the Engineer. Concrete
shall be cut full depth with a power driven concrete saw acceptable to the Engineer as hereinafter specified
and removed so as to have a vertical joint between the existing and new concrete. Demolition, removal and
disposal of material required to complete the work is included in the price bid for the various bid items of
work and no additional compensation shall be allowed therefore. Existing concrete, not scheduled for
removal but damaged by the contractors operations shall be replaced in accordance with these
Specifications and no separate payment shall be made.
a. Concrete Saw Cutting: Defective sidewalk, driveway, curb and gutter marked for removal shall be first
cut with a power driven concrete saw acceptable to the Engineer. The concrete shall be saw cut in a
straight line along existing score lines to the full depth of the existing concrete section. Sawcutting shall
be full depth. No stomping shall be allowed.
Cutting of concrete with picks or pneumatic pavement breakers will not be permitted. If for any
reason the concrete does not break on the line marked out by the Engineer, the Contractor shall saw
out the broken portion and new concrete shall be placed in this area without payment. The Contractor
shall not allow silt-laden water, generated from his saw cutting operations to flow into the public storm
system or be deposited into the public right-of-way. The Contractor shall be responsible for removing
silt material from the job site.
b. 1-Wide Asphalt Concrete Plug: Removal of one feet of adjacent AC pavement will be necessary in
order to construct the forms for concrete curb ramps and gutters. After the concrete forms have been
removed, the Contractor must provide a 1-wide AC plug between the new concrete gutter and/or curb
ramp construction and the existing asphalt concrete roadway. The contractor may elect to provide a
temporary AC Plug with cutback and provide permanent plugs for many locations at a subsequent date.
The Asphalt concrete plug pavement shall be a minimum of six inches in thickness. The asphalt
concrete mix for permanent AC plugs shall be Maximum Aggregate, Medium Type A Bituminous
Pavement Mixture PG64-10 with 15% reclaimed asphalt pavement (RAP). The
Contractor
shall
furnish originals of certified weigh master certificates indicating the actual net weight of asphalt concrete
placed on the job site at the end of each workday.
c.

Asphalt Concrete Pavement Regrading More than Three Feet from Flowline: Where directed by the
Engineer, AC pavement adjacent to curb ramps shall be regraded so as to provide a maximum grade of
five percent (5%) within the four feet next to the flowline of the curb ramp. This work may entail grinding
of the existing AC pavement to meet the ADA required grades should the work quality be acceptable to
the Engineer. Alternatively, this work may entail sawcutting and excavating to remove AC pavement and
regrading with sufficient AC to meet the required ADA grade. The permanent asphalt concrete mix for
this AC regrading shall be Maximum Aggregate, Medium Type A Bituminous Pavement Mixture
PG64-10 with 15% reclaimed asphalt pavement (RAP). The Contractor shall furnish originals of
certified weigh master certificates indicating the actual net weight of asphalt concrete placed on the job
site at the end of each workday.
In some areas the adjacent AC pavement may be underlain with portland cement concrete (PCC)
pavement. In most cases it will be sufficient to remove the overlying AC pavement layers to permit
regrading with new AC pavement overlay to the required ADA slopes. Should it be required to remove
PCC pavement to provide the required ADA slopes, payment for the PCC removal shall be paid for with
a negotiated change order.

d. Remove Concrete Gutter: Concrete gutter shall be removed where directed by the Engineer.
Removal, off-hauling and disposal of existing concrete gutter shall occur at locations where concrete
curb has been overlain by asphalt concrete pavement. Concrete gutter shall not be reconstructed where
it has been overlain.
e. Unclassified Excavation for Concrete Work: Material that is unsuitable beyond a depth of four inches
(4) for sidewalk, driveway, curb and gutter repairs shall be excavated and disposed of as directed by the
Engineer. The Engineer shall determine the limits and depth of excavation in the field.
Project Special Provisions

D-88

Bid Documents: August 26, 2014 Update

f.

Processed Miscellaneous Base for Concrete Work: Where directed by the Engineer or at locations
where unsuitable material was excavated, the Contractor shall place processed miscellaneous base.
Processed miscellaneous base material shall conform to Section 200-2.5 of the Standard Specifications.
Processed miscellaneous base shall be compacted in accordance with Sections 301-1.3 and 306-1.3.2
of the Standard Specifications.

g. Tree Stump Removal: Where directed by the Engineer, the Contractor shall remove street tree stumps.
Stump removals shall be performed by a Vermeer 665-A stump cutter or approved equal. Stump
diameter shall be measured at breast height, four and a half feet (4.5) above grade. Stump removal
includes: removing up to four (4) vertical feet of trunk above grade; grinding stump and root crown to a
depth of twenty-four inches (24") below finished top of curb grade; grinding any root crown/buttress roots
within three feet (3') horizontally of the side of the trunk (measured at thirty-six inches (36)" above grade
if possible) to a depth of twenty-four (24") below finished top of curb grade. Any and all roots must be
removed from the planting strip and opened sidewalk, driveway, curb, gutter and street paved area.
All debris generated by stump/root removal shall be removed from the job site by the Contractor as
part of his stumping operation and no separate payment shall be made. The area beneath the sidewalk,
curb, gutter and street pavement section voided by removal of debris generated by stump/root removal
shall be replaced with crushed miscellaneous base. Placement of crushed miscellaneous base shall be
considered as part of stump removal work and no separate payment shall be made.
The planter strip area, located between the sidewalk and back of curb, voided by removal of debris
generated by stump/root removals shall be back-filled with Class A Imported Topsoil, as specified in
Section 212-1 and 308-2 of the Standard Specifications and these Special Provisions and compacted to
ninety percent (90%) relative compaction, and level with the sidewalk. Class A imported topsoil shall
be included as part of stump removal work and no separate payment shall be made.
All organic material generated by street tree stump/root removal shall be cleaned from the street and
sidewalk and left in a neat pile at curb side and the area made safe until it can be removed by the
contractor.
The Contractor must move all debris, soil, etc., if needed, for City staff to inspect stump grinding
locations or any other necessary inspections.
h. Tree Root Pruning: The Contractor shall demolish and remove all defective sidewalk, driveway, curb,
gutter and street pavement damaged by street tree roots as directed by the Engineer. The tree root
pruning area shall consist of the entire area where sidewalk is removed, or as directed by the Engineer.
Where directed by the City Arboricultural inspector, the Contractor shall prune street tree surface roots
with approved hand tools or a Rayco model RG 1635A root grinder, or approved equal. Root pruning
shall involve grinding the entire soil area exposed by the demolition, except where directed by the City
Arboricultural inspector to use hand tools, to a depth of twelve inches (12") below finished sidewalk
grade in demolished side walk areas and to a depth of twenty-four (24) inches below finished sidewalk
grade in demolished curb, gutter, or street pavement areas. All debris generated by root pruning shall
be removed from the job site by the Contractor as part of his root pruning operation and no separate
payment shall be made. The Contractor must move grindings, soil, etc., if needed, for staff to evaluate
trees during stress testing, or any other necessary inspections.
The area beneath the sidewalk, curb, gutter and street pavement section voided by removal of debris
generated by root pruning shall be replaced with crushed miscellaneous base. Placement of crushed
miscellaneous base shall be considered as part of root pruning work and no separate payment shall be
made.
The planter strip area, located between the sidewalk and back of curb, voided by removal of debris
generated by street tree root pruning shall be back-filled with Class A Imported Topsoil, as specified in
Section 212-1 and 308-2 of the Standard Specifications and these Special Provisions and compacted to
ninety percent (90%) relative compaction, and to the level of the sidewalk. Class A imported topsoil
shall be included as part of root pruning work and no separate payment shall be made.
The City of Oakland shall provide staff to, (a) define the size of the new tree well that will be created
when the sidewalk is repaired, (b) ensure that mechanical equipment does not damage trees or
protected root zones, (c) stress test trees for stability once root cutting is done, and (d) ensure tree wells
and planting strips are filled to grade and not left as tripping hazards.
THE CONTRACTOR MUST PROVIDE STAFF TO ASSIST CITY STAFF WITH TREE STABILITY
TESTING. The Contractors staff must be on site and readily available each day.
i.

Asphalt Concrete Pavement: Where directed by the Engineer, asphalt concrete paving shall be placed
between new concrete curb and/or gutter construction and the existing asphalt concrete roadway.

Project Special Provisions

D-89

Bid Documents: August 26, 2014 Update

Asphalt concrete paving shall be six (6) inches in thickness and mechanically compacted with a Wacker,
BS 60Y vibratory rammer with an eleven (11") inch by thirteen (13") inch shoe or approved equal. The
Contractor shall furnish originals of certified weigh master certificates indicating the actual net weight of
asphalt concrete placed on the job site at the end of each workday.
j.

Repair & Replace Water Service: Where directed by the Engineer, the Contractor shall replace
domestic water service installations damaged by normal construction operations resulting from, but not
limited to, encasement of service lines in concrete sidewalk, deteriorated water service but functional
due to pressure of concrete walk, and damage caused by intrusion of street tree roots. The Contractor
shall replace damaged water services from the meter connections to the property line. Damaged water
services shall be immediately shut off at the meter location and replaced with 3/4" galvanized or copper
conduit with approved couplings. The occupants of properties affected shall be notified by the
Contractor before the discontinuance of water service. If occupant or property owner is not home the
Contractor shall leave a note, acceptable to the Engineer, securely fastened to the front door, notifying
the resident of the water service shut off and the repair work made. The replacement/repair of domestic
water services shall conform to the latest edition of the Uniform Plumbing Code.
Damage to domestic water services caused by the Contractors negligence will be repaired at the
Contractors expense and no separate payment shall be made.

k.

Sidewalk Trench Drain: Drains shall be constructed as shown on the project plans or as directed by the
Engineer.
Trench grate shall be 12 Wide Model TWS Series Trench Grates manufactured by FairWeather Site
Furnishings, or approved equal. Trench grate shall be ADA compliant, and shall be powder coated.

l.

Repair & Replace Underdrain: Drains shall be constructed beneath the sidewalk to connect building
drains to curb outlets and to serve low areas on adjacent property as shown on City Standard Detail D13 or as directed by the Engineer.
The drain shall be a 3-inch diameter pipe for a 6-inch curb face, and a 4-inch diameter pipe for an 8inch curb face or greater. The invert of the drain shall be located -inch above the gutter flow line. The
drainpipe shall have a minimum 2-inch clearance from top of curb and be laid on a straight grade with a
minimum slope of 1/8 inch per foot and terminate 1 inch back of the curb face.
The curb drain may be constructed using pipe materials specified in City Standard Detail D-13 or
other pipe materials approved by the Engineer. The pipe shall be suitably joined in accordance with the
manufacturers standard jointing system.

m. Remove Hazard by Grinding:


At locations selected by the Engineer, raised concrete sidewalk
hazards shall be removed by grinding. Before grinding commences, the Engineer will clearly mark the
approved limits of removal for the Contractor. No more than one and one half inches (1-1/2 inches) in
thickness shall be removed from a sidewalk slab by grinding. Contiguous areas removed by grinding
shall be no larger than ten square feet (10 SF).
The Contractor shall not allow the dispersal of rock or dust during the grinding process. Gutters and
inlets shall be protected and cleaned of silt resulting from the Contractor's grinding operation.
n. Pedestrian Barricades: At locations selected by the Engineer, the Contractor shall install pedestrian
barricades in accordance with City Standard Detail M-1.
o. Bituminous Repairs: Where directed by the Engineer, preliminary repair shall consist of:
The removal and disposal of broken sidewalk, driveway, curb and gutter, then patching of
defective and hazardous conditions.
Ramping and/or patching of defective and hazardous conditions.
Temporary bituminous repair shall be mechanically compacted in place on a surface free of water,
foreign material and dust. Upon completion, the bituminous repair shall be true to grade and free of
surface irregularities. Where ramping is effected, the finished grade slope shall be not less than 1:12
(rise: run ratio).
The bituminous mixture used for temporary repair shall conform to Type III, Class D Asphalt
Concrete as specified in Subsection 400-4.3, and of bitumen conforming to Grade AR-4000 as
specified in Subsection 203-1.2 of the Standard Specifications. A tack coat of either AR-1000 paving
asphalt, applied at an approximate rate of 0.05 gallon per square yard or Type SS-1 emulsified asphalt
applied at an approximate rate 0.05 to 0.10 gallon per square yard shall be applied to the defective
surface prior to placement of the temporary bituminous surfacing.
Project Special Provisions

D-90

Bid Documents: August 26, 2014 Update

303-5.4 Joints.
303-5.4.2 Expansion Joints.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 303-5.4.2:
One-quarter inch (6.4mm) expansion joints shall be placed in the curb and gutter at each side of
structures, driveways and curb returns. Expansion joints shall also be placed in the sidewalks on each side
of driveways. If slipform equipment is used in curb and gutter construction, weakened plane joints 1-inch
deep at 10-foot intervals may be substituted for expansion joints, if approved by the Engineer.
303-5.5 Finishing.
303-5.5.1 General.
ADD THE FOLLOWING TO THE END OF SUBSECTION 303-5.5.1:
303-5.5.2 Curb.
ADD THE FOLLOWING TO THE END OF SUBSECTION 303-5.5.2:
Concrete curb shall be constructed or repaired where directed by the Engineer. Unless otherwise
directed by the Engineer, the defective concrete shall be sawed with a concrete saw as hereinafter specified
and removed in sections so as to have a vertical joint between the old and the new concrete.
At locations where sidewalk and driveways are to be constructed having unsatisfactory subbase
material as determined by the Engineer, said material shall be removed to a depth of four inches (4")
minimum and replaced with ATSM C 131 Test Grading B crushed miscellaneous base conforming to the
Standard Specifications and no separate payment shall be made. Crushed miscellaneous base shall be
compacted in accordance with the Standard Specifications.
The Contractor shall remove unsuitable
subbase material as part of demolition operations and no separate payment shall be made.
Areas next to new sidewalk, back of curb and driveway where forms have been removed shall be back
filled with Class A imported topsoil as specified in Section 212-1 and 308-2 of the Standard Specifications
and these Special Provisions and mechanically compacted to ninety percent (90%) relative compaction to
the level of existing sidewalk, driveway and curb. Class A imported topsoil shall be included as part of
concrete curb and gutter work and no separate payment shall be made.
Expansion joints shall be constructed in the concrete curb and gutter at each side of driveways, returns
and structures. Expansion joint material shall be the same as for sidewalk expansion joint filler material.
Weakened plane joints 3/4" deep and 1/4" wide shall be constructed at regular intervals not to exceed ten
(10) linear feet. The exposed surfaces of the curb and gutter shall be troweled to a smooth surface and shall
be scored transversely and broom finished to the Engineers satisfaction.
No. 4 steel rebars shall be doweled into existing curb and gutter at saw-cut locations and no separate
payment shall be made.
If replaced curbs featured color painted curbs, the Contractor shall paint new curbs to match previous
paint color.
303-5.5.3 Walk.
ADD THE FOLLOWING TO THE END OF SUBSECTION 303-5.5.3:
Where integrated new concrete sidewalk and concrete driveway is constructed, the transverse slope of
the sidewalk shall be downward toward the curb at the rate of 1/4 inch per foot, except at street intersections
where the intersecting streets have different sidewalk widths or different curb grades at the curb returns, in
which case, the slope shall be varied as directed by the Engineer. In all cases, the transverse slope shall be
such that if continued to the curb, the walk will meet the grade at the top of the curb. Where a portion of the
existing concrete sidewalk and concrete driveway is to remain in place, the areas to be removed will be
marked out by the Engineer. The new sidewalk shall be constructed between the existing concrete sidewalk
and the new curb as directed by the Engineer.
The sidewalk surface shall be scored as directed by the Engineer so that the area within scored
sections does not exceed 15 square feet (1.39 square meter)and fine-hair broom finished to the Engineers
satisfaction. Score lines and surface treatments constructed in concrete sidewalks and/or driveways shall
match existing score lines and surface treatments contiguous to the new and/or replacement work.
Concrete sidewalk may be constructed monolithically with curb or with curb and gutter only if indicated on
the plans or in the Special Provisions or upon written approval of the Engineer. The concrete mix for the
entire monolithic construction shall contain lampblack in the amount of one pound (0.45kg.) per cubic yard
(.765 cubic meter). A score line parallel to the curb face shall be made at normal locations such as the back
of curb. Templates acceptable to the Engineer shall be used to set curb face forms and to check grading.
The Contractor shall provide templates for the Engineer for use, if so requested. If in the opinion of the
Engineer, unsatisfactory results are obtained, monolithic construction shall be discontinued and the
Project Special Provisions

D-91

Bid Documents: August 26, 2014 Update

remaining sidewalk shall be constructed separately from the curb and gutter using lampblack in the concrete
for sidewalk, curb and gutter.
Expansion joint material 1/4" thick conforming to the Standard Specifications shall be placed at each side
of driveways, returns and structures. Expansion Joint filler materials shall be fiber matrix, saturated with
bitumen previously cut to proper dimensions and contours. Weakened plane joints 3/4" deep and 1/4" wide
shall be constructed at regular intervals not to exceed ten (10) linear feet.
Installation of underground facilities, such as building sewers, water and gas services, etc., shall be
completed in the sidewalk area before constructing concrete sidewalk, concrete driveways and curb ramps.
The Contractor shall protect all completed work from acts of vandalism, damage and, in particular, guard
against damage to the pavement edge of recently constructed concrete gutter. Vandalized and/or damaged
work shall be replaced by the Contractor at no cost to the City.
303-5.5.4 Gutter.
ADD THE FOLLOWING TO THE END OF SUBSECTION 303-5.5.4:
Concrete gutter shall be constructed or repaired where directed by the Engineer. Unless otherwise
directed by the Engineer, the defective concrete shall be sawed with a concrete saw as hereinafter specified
and removed in sections so as to have a vertical joint between the old and the new concrete.
At locations where sidewalk and driveways are to be constructed having unsatisfactory subbase
material as determined by the Engineer, said material shall be removed to a depth of four inches (4")
minimum and replaced with ATSM C 131 Test Grading B crushed miscellaneous base conforming to the
Standard Specifications and no separate payment shall be made. Crushed miscellaneous base shall be
compacted in accordance with the Standard Specifications.
The Contractor shall remove unsuitable
subbase material as part of demolition operations and no separate payment shall be made.
Areas next to new sidewalk, back of curb and driveway where forms have been removed shall be back
filled with Class A imported topsoil as specified in Section 212-1 and 308-2 of the Standard Specifications
and these Special Provisions and mechanically compacted to ninety percent (90%) relative compaction to
the level of existing sidewalk, driveway and curb. Class A imported topsoil shall be included as part of
concrete curb and gutter work and no separate payment shall be made.
Expansion joints shall be constructed in the concrete curb and gutter at each side of driveways,
returns and structures. Expansion joint material shall be the same as for sidewalk expansion joint filler
material. Weakened plane joints 3/4" deep and 1/4" wide shall be constructed at regular intervals not to
exceed ten (10) linear feet. The exposed surfaces of the curb and gutter shall be troweled to a smooth
surface and shall be scored transversely and broom finished to the Engineers satisfaction.
No. 4 steel rebars shall be doweled into existing curb and gutter at saw-cut locations and no separate
payment shall be made.
303-5.9 Measurement and Payment.
CHANGE SUBSECTION 303-5.9 TO READ:
303-5.9 Measurement and Payment.
a. Measurement for concrete sidewalk, driveways, curbs, gutters, tree well curb bands, concrete paver
edge bands, median surface paving segments, base slab for stone paving, poured-in-place
planter/seatwall, and curb ramps shall be made in horizontal planes.
b. These payment sections include two payment methods for curbs and gutters. Item Concrete Curb and
Gutter below pays for curb and gutter together by the linear foot. In contrast, Item Concrete Curb is for
curbs (measured by the linear foot) and Item Concrete Gutter is for gutters (measured by the square
foot.)
c.

Payment for median surface paving segments and stone paving base slabs shall be measured by the
square foot,

d. Unless a separate item is included in the bid sheet for concrete saw cutting, the payment for Concrete
Saw Cutting shall be included in the price paid for related concrete items, and no additional payment
will be made.
e. Unless a separate item is included in the bid sheet for concrete tinting, the payment for Concrete Tinting
shall be included in the price paid for related concrete items, and no additional payment will be made.
f.

Unclassified Excavation for Concrete Work shall occur only at locations shown on the plans or where
the Engineer determines the sub-base material to be unsuitable. Unclassified Excavation shall be
measured for payment by the cubic yard. The price paid per cubic yard for unclassified excavation to

Project Special Provisions

D-92

Bid Documents: August 26, 2014 Update

remove unsuitable material, shall include full compensation for furnishing all labor, material, tools,
equipment, and incidentals, and for doing all work involved in excavation operation, and including,
loading and off-hauling of excavated material, as shown on the plans, as specified in the Standard
Specification and these Special Provisions, or as directed by the Engineer.
g. Processed Miscellaneous Base for Concrete Work shall occur only at locations shown on the plans
or where the Engineer determines the sub-base material to be unsuitable. Processed miscellaneous
base shall be measured for payment by the cubic yard. The price paid per cubic yard for processed
miscellaneous base shall include full compensation for furnishing all labor, material, tools, equipment,
and incidentals, and for doing all work involved, and compaction, as shown on the plans, as specified in
the Standard Specification and these Special Provisions, or as directed by the Engineer.
h. 1- Wide Asphalt Concrete Plug, both temporary and permanent, shall be performed in accordance
with the Standard Specifications and these Special Provisions at locations shown on the plans or
approved and marked in the field by the Engineer. Asphalt concrete plugs, temporary and permanent,
within one foot of the flow line shall be included in the price paid for related concrete items (e.g.,
concrete gutter, curb ramps etc.) and no additional payment shall be made.
i.

Asphalt Concrete Pavement Regrading More than Three Feet from Flowline shall be performed in
accordance with the Standard Specifications and these Special Provisions at locations shown on the
plans or approved and marked in the field by the Engineer. Asphalt concrete pavement regrading more
than one foot distant from the flowline shall be measured and paid for by the square foot. The price paid
per square foot for Asphalt Concrete Pavement Regrading More than Three Feet from Flowline shall
include full compensation for furnishing all labor, material, tools, equipment, and incidentals, and for
doing all work involved including removing AC pavement by grinding or sawcutting/excavating, removal
and disposal of spoils, compacting underlying surface and placing AC pavement, as shown on the plans,
as specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.
The removal of PCC pavement, if necessary to accomplish this work, shall be paid for by a negotiated
change order.

j.

Concrete Curb Ramps, All Types shall be constructed as shown on the latest State of California,
Department of Transportation, Standard Specifications and Standard Plans.
Where curb ramps are to be constructed within new concrete curb and gutter and concrete sidewalk
areas that require replacement due to the Contractors trenching or other operations, full compensation
shall be considered as included in the unit prices paid for the various items of work involved and no
additional compensation will be allowed therefor.
New or replacement curb ramps not constructed as a result of the Contractors trenching or other
operations shall be paid for by the unit price paid per each curb ramp. The price bid shall be considered
to include full payment for all materials, labor, equipment and incidentals required to construct the curb
ramps in accordance with the latest State of California, Department of Transportation, Standard
Specifications and Standard Plans.
Such compensation shall include Extra-wide curb ramps
constructed to allow existing City utility boxes to remain in the new curb ramp shall also be paid for by
the unit price for each curb ramp with no additional compensation allowed. (See Subsection 3035.5.3.2.)
The price per each concrete curb ramp, including Type C or Type E, or modified versions of Type C
or Type E, and protruding curb ramps shall be for each ramp constructed in place and shall be the same,
regardless of the curb ramp type. The curb ramp area shall include up to 160 square feet of concrete,
i.e., the central ramp portion, the two adjacent wings, the modified curb, a two foot gutter adjacent to the
curb ramp, the 1-wide border band outside the ramp area and a 4x4 level landing area above the
central ramp portion.
Sawcutting for curb ramps shall be to the nearest score lines outside the curb ramp. Concrete
sidewalk replacement within these score lines shall be included in the 160 square feet of concrete paid
for each curb ramp. Replacement of damaged sidewalk outside the score lines mentioned in this
paragraph shall be paid for by the square foot of concrete sidewalk.
All new curb ramps shall be installed with a detectable warning surface, in accordance with the 2010
State of California, Department of Transportation, Standard Specifications and Standard Plans, and
these Special Provisions.
The contract price paid per each concrete curb ramp shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals for doing all the work involved in constructing concrete
curb ramps (including demolition work, off-hauling of concrete, formwork, 160 square feet of concrete
work, detectable warning surface, drainage pipe if required, stripping of formwork, utility box realignment

Project Special Provisions

D-93

Bid Documents: August 26, 2014 Update

or replacement, relocating signs, removal and disposal of existing asphalt, concrete and dirt, preparation
of subgrade, and placement of Class II aggregate base compacted to 90%, and temporary 12 AC plug).
These concrete curb ramps shall be constructed as designed on the project plans, complete in place, as
specified in the Standard Specifications and these Special provisions, or as directed by the Engineer.
Some curb ramp installations will require additional concrete work in excess of the 160 square feet
included in the curb ramp pay item. In these cases the Contractor shall be paid for additional sidewalk,
curb and gutter in accordance with their respective unit prices.
Refer to Subsection 303-5.1.1.1 for curb ramps installed to mitigate the effects of the Contractors
trenching or other operations in the curb return area.
k.

Construct new or remove and replace Concrete Sidewalk only at locations shown on the plans or
approved and marked in the field by the Engineer. Concrete sidewalk shall be measured for payment by
the square foot. The price paid per square foot for remove and replace or construct new concrete
sidewalk, shall include full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in removing and replacing concrete sidewalk, and including
all demolition work, off-hauling of concrete, and formwork, utility box realignment or replacement,
concrete placement, stripping of formwork, and backfilling behind forms, complete in place, as shown on
the plans, as specified in the Standard Specification and these Special Provisions, or as directed by the
Engineer.

l.

Construct new or remove and replace Concrete Alley Sections only at locations shown on the plans or
approved and marked in the field by the Engineer. Concrete alley sections shall be measured for
payment by the square foot. The price paid per square foot for concrete alley sections, shall include full
compensation for furnishing all labor, material, tools, equipment, and incidentals, and for doing all work
involved in removing and replacing or constructing new concrete alley sections, and including all
demolition work, off-hauling of concrete, and formwork, utility box realignment or replacement, concrete
placement, stripping of formwork, and backfilling behind forms, complete in place, as shown on the
plans, as specified in the Standard Specification and these Special Provisions, or as directed by the
Engineer.

m. Construct new or remove and replace Concrete Curb and Gutter shall occur only at locations shown on
the plans or approved and marked in the field by the Engineer. Concrete curb and Gutter shall be
specified on the plans as to type per City Standard Detail S-1 and shall be measured for payment by the
linear foot. Concrete curb and gutter (transition sections at returns and inlets included) shall be
combined as a unit as shown on bid items and will be measured for payment by the linear foot along the
curb line. When the gutter transitions from one width to another around a curb return, the measurement
for each width will be made to the center of the curb return unless noted otherwise on the plans.
The price paid per linear foot for concrete curb and gutter, shall include full compensation for
furnishing all labor, material, tools, equipment, and incidentals, and for doing all work involved in
removing and replacing concrete curb and gutter, and including all demolition work, off-hauling and
disposal of concrete, formwork, utility box realignment or replacement, concrete placement, stripping of
formwork, backfilling behind forms and painting curbs to match color of previous curbs, complete in
place, as shown on the plans, as specified in the Standard Specification and these Special Provisions, or
as directed by the Engineer. The removal and replacement of concrete curb and gutter adjacent to new
curb ramps shall be included as part of construction of concrete curb ramps, and no separate payment
shall be made.
n. Construct new or remove and replace Concrete Curb shall occur only at locations shown on the plans
or approved and marked in the field by the Engineer. Concrete curb shall be measured for payment by
the linear foot. The price paid per linear foot for concrete curb, shall include full compensation for
furnishing all labor, material, tools, equipment, and incidentals, and for doing all work involved in
removing and replacing concrete curb, and including all demolition work, off-hauling and disposal of
concrete, formwork, utility box realignment or replacement, concrete placement, stripping of formwork,
backfilling behind forms and painting curbs to match color of previous curbs, complete in place, as
shown on the plans, as specified in the Standard Specification and these Special Provisions, or as
directed by the Engineer. The removal and replacement of concrete curb adjacent to new curb ramps
shall be included as part of construction of concrete curb ramps, and no separate payment shall be
made.
o. Construct new Steel Faced Concrete Curb shall occur only at locations shown on the plans or
approved and marked in the field by the Engineer. Concrete curb shall be measured for payment by the
Project Special Provisions

D-94

Bid Documents: August 26, 2014 Update

linear foot. The price paid per linear foot for concrete curb, shall include full compensation for furnishing
all labor, material, tools, equipment, and incidentals, and for doing all work involved in removing and
replacing concrete curb, and including all demolition work, off-hauling and disposal of concrete,
formwork, utility box realignment or replacement, concrete placement, steel curb facing, stripping of
formwork, backfilling behind forms and painting curbs to match color of previous curbs, complete in
place, as shown on the plans, as specified in the Standard Specification and these Special Provisions, or
as directed by the Engineer. The removal and replacement of concrete curb adjacent to new curb ramps
shall be included as part of construction of concrete curb ramps, and no separate payment shall be
made.
p. Construct new or remove and replace Concrete Gutter shall occur only at locations shown on the plans
or approved and marked in the field by the Engineer. Concrete gutter shall be measured for payment by
the square foot. The price paid per square foot for concrete gutter, shall include full compensation for
furnishing all labor, material, tools, equipment, and incidentals, and for doing all work involved in
removing and replacing concrete gutter, and including all demolition work, off-hauling of concrete,
formwork, concrete placement, stripping of formwork, and backfilling behind forms, including temporary
AC plug, complete in place, as shown on the plans, as specified in the Standard Specification and these
Special Provisions, or as directed by the Engineer. The removal and replacement of concrete gutter
adjacent to new curb ramps shall be included as part of construction of concrete curb ramp, and no
separate payment shall be made. However, the unit cost for curb ramps does not include payment for
concrete gutters wider than two feet; the additional square feet of gutters wider than 2 next to the curb
ramp shall be paid for at the square foot unit price bid for concrete gutters.
q. Retrofit Detectable Warning Dome Surface shall occur only at locations shown on the plans or
approved and marked in the field by the Engineer. Existing ramps without a detectable warning surface
shall require retrofitting with new Detectable Warning Dome Surface. Retrofit Detectable Warning
Dome Surface shall be measured for payment by each. The price paid by each to provide retrofit
detectable warning dome surface at existing curb ramps shall include full compensation for furnishing all
labor, material, tools, equipment, and incidentals, and for doing all work involved in installing retrofit
warning dome surface, complete in place, as specified in the Standard Specifications, these Special
Provisions and the Project Plans, or as directed by the Engineer.
r.

Median Paving Segments shall occur only at locations shown on the plans or approved and marked in
the field by the Engineer. Median Paving Segment shall be measured and paid per square foot of
median paving installed and shall include full compensation for furnishing all labor, material, tools,
equipment, and incidentals, and for doing all work involved in installing the concrete curb band, complete
in place, as specified in the Standard Specifications, these Special Provisions and the Project Plans, or
as directed by the Engineer.

s.

Stone Paving Base Slab shall occur only at locations shown on the plans or approved and marked in
the field by the Engineer. Stone paving base slab shall be measured and paid per square foot of stone
paving base slab installed and shall include full compensation for furnishing all labor, material, tools,
equipment, and incidentals, and for doing all work involved in installing the stone paving base slab,
complete in place, as specified in the Standard Specifications, these Special Provisions and the Project
Plans, or as directed by the Engineer.

t.

Stone Curbing Base Slab shall occur only at locations shown on the plans or approved and marked in
the field by the Engineer. Stone curbing base slab shall be measured and paid per linear foot of stone
curbing base slab installed and shall include full compensation for furnishing all labor, material, tools,
equipment, and incidentals, and for doing all work involved in installing the stone curb base slab,
complete in place, as specified in the Standard Specifications, these Special Provisions and the Project
Plans, or as directed by the Engineer.

u. Treewell/Planter Concrete Edge Band shall occur only at locations shown on the plans or approved
and marked in the field by the Engineer. Treewell/Planter Concrete Edge Band shall be measured and
paid per linear foot of edge band and shall include full compensation for furnishing all labor, material,
tools, equipment, and incidentals, and for doing all work involved in installing the concrete edge band,
complete in place, as specified in the Standard Specifications, these Special Provisions and the Project
Plans, or as directed by the Engineer.
v.

Concrete Planter/Seatwall shall occur only at locations shown on the plans or approved and marked in

Project Special Provisions

D-95

Bid Documents: August 26, 2014 Update

the field by the Engineer. Concrete Planter/Seatwall shall be measured and paid per linear foot of
planter/seatwall and shall include full compensation for furnishing all labor, material, tools, equipment,
and incidentals, and for doing all work involved in installing the planter/seatwall, complete in place, as
specified in the Standard Specifications, these Special Provisions and the Project Plans, or as directed
by the Engineer.
w. Tree Root Pruning shall be performed in accordance with the Standard Specifications and these
Special Provisions at locations shown on the plans or approved and marked in the field by the Engineer.
Root pruning shall be measured for payment by the square foot. The price paid per square foot for root
pruning, shall include full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in root pruning, and including all root removal in sidewalk,
driveway, curb and gutter, and street paved area, root pruning debris removal, and backfilling void areas
with crushed miscellaneous base or imported topsoil, complete in place, as shown on the plans, as
specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.
Liquidated damages may be assessed in accordance with subsection 6-9.1 for delays in placement of
topsoil.
x.

Tree Stump Removal shall occur only at locations shown on the plans or approved and marked in the
field by the Engineer. Stump removal shall be measured for payment by diameter inches. The price
paid per diameter inches for stump removal, shall include full compensation for furnishing all labor,
material, tools, equipment, and incidentals, and for doing all work involved in stump removal, and
including all root removal in sidewalk, driveway, curb and gutter, and street paved area, debris removal,
and backfilling void areas with crushed miscellaneous base or imported topsoil, complete in place, as
shown on the plans, as specified in the Standard Specification and these Special Provisions, or as
directed by the Engineer.

y.

Remove Hazard by Grinding shall be performed in accordance with the Standard Specifications and
these Special Provisions at locations shown on the plans or approved and marked in the field by the
Engineer. Remove hazard by grinding shall be measured for payment per each location. The price paid
per each location for remove hazard by grinding, shall include full compensation for furnishing all labor,
material, tools, equipment, and incidentals, and for doing all work involved in remove hazard by grinding,
complete in place, as shown on the plans, as specified in the Standard Specification and these Special
Provisions, or as directed by the Engineer.

z.

Repair and Replace Water Service shall be performed in accordance with the Standard Specifications
and these Special Provisions. Repair and replace water service shall be measured for payment per
each location. The price paid per linear foot for repair and replace of water service, shall include full
compensation for furnishing all labor, material, tools, equipment, and incidentals, and for doing all work
involved in repair and replacement of water service, complete in place, as shown on the plans, as
specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.

aa. Repair and Replace Sidewalk Underdrain shall be performed in accordance with the Standard
Specifications and these Special Provisions. Repair and replace underdrain shall be measured for
payment per linear foot. The price paid for each repair and/or replacement of sidewalk underdrain, shall
include full compensation for furnishing all labor, material, tools, equipment, and incidentals, and for
doing all work involved in repair/replacement of cast iron drain (including placement within a new curb),
complete in place, as shown on the plans, as specified in the Standard Specification and these Special
Provisions, or as directed by the Engineer.
bb. Sidewalk Trench Drain shall be performed in accordance with the Standard Specifications and these
Special Provisions. Sidewalk trench drain shall be measured for payment per linear foot. The price paid
for each installation of sidewalk trench drain, shall include full compensation for furnishing all labor,
material, tools, equipment, and incidentals, and for doing all work involved in installing of cast iron trench
drain, including placement of surrounding curb and gutter, complete in place, as shown on the plans, as
specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.
cc. Bituminous Repair shall be performed in accordance with the Standard Specifications and these
Special Provisions at locations shown on the plans or approved and marked in the field by the Engineer.
Bituminous repair shall be measured for payment per square foot. The price paid per square foot for
bituminous repair, shall include full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in bituminous repair, complete in place, as shown on the
Project Special Provisions

D-96

Bid Documents: August 26, 2014 Update

plans, as specified in the Standard Specification and these Special Provisions, or as directed by the
Engineer.
ADD NEW SUBSECTION 303-9 TO READ AS FOLLOWS:
303-9 INSTALLATION OF MANHOLES, CLEANOUTS AND APPURTENANCES.
303-9.1 General.
303-9.1.a Structure Excavation and Backfill. Structure excavation and backfill shall conform to the
applicable requirements of 300-3 and 306-1.
303-9.1.b Rock Base. Prior to placing the concrete manhole base, a minimum of eight inches of rock base
or crushed rock approved by the Engineer shall be placed upon the earth subgrade and compacted to 90
percent (90%) relative compaction by mechanical means.
303-9.1.c Concrete Manhole Base. Concrete manhole base shall be constructed as shown on the Plans
and Standard Details and shall conform to the applicable requirements of Section 303. The concrete shall
be vibrated to density and screened so that the first precast manhole section will be placed on a level
uniform bearing surface for the full circumference. An approved metal forming ring shall be used to form a
level joint groove in the fresh concrete of the manhole base to receive the first precast manhole section.
Sufficient mortar or Ramnede shall be deposited on the base to assure a watertight seal between base and
manhole wall or the first precast manhole section shall be placed on the concrete base before the concrete
has set. The first section shall be properly located and plumbed.
303-9.1.d Placing Precast Manhole Sections. Precast manhole sections shall be carefully inspected prior
to installation. Sections with chips or cracks in the tongue shall not be used. The ends of precast manhole
sections shall be cleared of foreign materials.
The precast sections shall be installed in a manner that will result in a watertight joint. Rubber "O" Ring
gaskets or preformed flexible joint sealant shall be installed in strict conformance with the manufacturer's
recommendations. Only pipe primer furnished by the gasket manufacturer will be approved. If leaks appear
in the manholes, the inside joint shall be caulked with non-shrink epoxy mortar to the satisfaction of the
Engineer.
303-9.1.e Manhole Channels. Manhole channels shall be constructed as shown on the Plans and Standard
Details and with smooth transitions to ensure unobstructed flow through the manhole. All sharp edges or
rough sections that tend to obstruct flow shall be removed. Where a full section of pipe is laid through a
manhole, a neatly cut half pipe shall be laid to form the channel. The exposed edge of the pipe shall be
completely covered with mortar. All mortar surfaces shall be troweled smooth. Breaking out the top half
section of pipe after installation is not acceptable.
303-9.1.f Drop Manholes/Drop Connection Manholes. Drop manholes and drop connection manholes
shall be constructed at locations indicated and as shown on the plans. The drop assembly shall be
connected to the sewer pipe with an approved adapter. The lower elbow shall be supported by concrete
poured monolithically with the manhole base.
303-9.1.g Flexible Joints. Flexible joints shall be provided not more than 1-1/2 feet from manhole walls.
Pipes entering manholes shall be laid out on firmly compacted base rock or crushed rock approved by
Engineer.
303-9.1.h Pipe Stubouts For Future Sewer Connections. Manhole stubouts for future sewer connections
shall be installed as shown or required by the Engineer. Maximum and minimum length outside the manhole
wall shall be shown on the Standard Details. Pipes in precast walls or manhole base shall be constructed in
accordance with details shown on the Plans. Compacted base rock or crushed rock approved by Engineer
as specified herein before shall be placed upon the earth under all stubouts.
Semi-permanent plugs shall be installed in the stubout ends with gasket joints similar to the sewer pipe
being used. Plugs shall be capable of withstanding all internal or external pressures without leakage. All
plugs shall be adequately braced to prevent blowoffs.
303-9.1.i Permanent Plugs. Interior contact surfaces of all pipes to be cut off or abandoned shall be
cleaned. Concrete plugs shall be constructed in the end of all pipe 18 inches or less in diameter. Minimum
length of concrete plugs shall be 8 inches. For pipe 21 inches and larger, the plugs may be constructed of
common brick or concrete block. The exposed face of block or brick shall be plastered with mortar. All plugs
shall be watertight and capable of withstanding all internal and external pressures without leakage.
303-9.1.j Manhole Extensions. Extensions shall be installed in conformance with the details shown on the
Plans and to a height to match finished grade. Grade rings shall be lined in mortar with the sides plumb and
tops level. Joints shall be sealed as specified for manhole sections. Extensions shall be watertight.
303-9.1.k Manhole Frames and Covers. Frames and covers shall be installed on top of manholes to
prevent all infiltration of surface water or groundwater into manholes. Frames shall be set in a bed of mortar
with mortar carried over the flange of the ring as shown on the Plans. Frames shall be set so cover tops are
flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. Concrete
manhole collars shall be provided and installed as shown on the Standard Details.
Project Special Provisions

D-97

Bid Documents: August 26, 2014 Update

303-9.1.l Watertight Manholes. Watertight manholes shall be constructed where shown or specified.
Watertight manhole frames and covers shall be prevented from blowing off during sewer surcharging by
installation of watertight manhole frames with bolted lids as shown. Bearing surfaces shall be sealed with a
neoprene gasket.
303-9.1.m Manhole Steps. Manhole steps shall be installed as shown on the Standard Details.
303-9.1.n Manhole Over Existing Sewers. Manholes shall be constructed over existing operating
sewerlines at locations indicated. Excavation shall be as specified. Flow through existing sewerlines shall
be maintained at all times. New concrete and mortar work shall be protected for a period of seven days after
concrete has been placed. The Contractor shall advise Engineer of plans for diverting sewage flow and
obtain the Engineer's approval before starting. The Engineer's approval shall not relieve the Contractor of
the responsibility for maintaining adequate flow capacity at all times and adequately protecting new and
existing work.
The new manhole base shall be constructed under and around the existing sewer as specified herein. The
top half of the existing pipe shall be neatly removed within the new manhole, the edges covered with mortar,
and troweled smooth.
303-9.1.o Connection to Existing Manholes. Sewers shall be connected to existing manholes at locations
indicated. The Contractor shall provide all diversion facilities and perform all work necessary to maintain
sewage flow in existing sewers during connection to the manholes. The Contractor shall break out existing
manhole bases or grouting as necessary and regrout to provide smooth flow into and through existing
manholes.
303-9.1.p Special Manholes. Special manholes shall be constructed in conformance with the applicable
requirements of Section 303 and as shown on the Plans.
303-9.1.q Sewer Cleanouts. Cleanout construction shall be as shown on the Plans and Standard Details.
The cleanout shall be the same material as the main line sewer unless approved otherwise by the Engineer.
303-9.2 Structure Testing.
303-9.2.a Vacuum Testing. All project manholes shall be vacuum tested. The Contractor shall furnish all
materials, equipment and labor for making a vacuum test. Vacuum test procedures and requirements shall
be as follows:
1. After completion of the manhole barrels but prior to backfilling and grade ring installation, all manhole
openings shall be sealed with plugs and a rubber ring "donut" type plug inserted inside the cone
opening.
2. A small vacuum pump shall be attached to a hose connected to the plug and 4 psi of vacuum shall be
applied.
3. The vacuum shall be permitted to stabilize at 3.5 psi for one minute; then the test shall begin.
4. The manhole must maintain vacuum such that no greater then 0.5-psi of vacuum shall be lost during the
specified test period.
5. The specified test period is as follows:
Manhole Depth (Ft.) Test Period (Min.)
0-5
4.5
5-10
5.5
10-15
6.0
Greater than 15
6.5
6. Manholes failing the test shall be patched as required and re-tested.
7. A vacuum regulator shall be provided on the vacuum pump such that no pressure greater than 10 psi
can be applied to the manhole during the test. All manholes not meeting the leakage test or are
unsatisfactory from a visual inspection shall be repaired to the Engineers satisfaction.
303-9.2.b Hydrostatic Testing. At the Contractors option and with the Engineers approval, hydrostatic
testing may be substituted for vacuum testing. The test shall consist of plugging all inlets and outlets and
filling the manhole with water to a height determined by the Engineer. Leakage in each manhole shall not
exceed 0.1 gallon per hour per foot of head above the invert. All manholes that do not meet the leakage test
or are unsatisfactory from a visual inspection shall be repaired to the Engineers satisfaction.
303-9.3 Payment. The unit prices in the Bid shall include full compensation for furnishing all labor,
materials, tools and equipment for doing all work, including any rework, involved in, or appurtenant to each
item as shown on the Plans or in the Specifications.
Manholes, including new manholes or replacement of existing manholes, regardless of depth, will be
paid for at the unit price bid for each manhole complete in place. Such payment shall include excavation;
removal of existing manholes; replacing or installing drop connection manhole; the disposal of excavated
Project Special Provisions

D-98

Bid Documents: August 26, 2014 Update

material and debris; the removal and disposal of contaminated material not paid by separate item; supplying
and placement of backfill material or special backfill material; constructing inverts; furnishing and installing
castings; HDPE manufactured or in-placed lining whenever specified in the plans; trench shoring; providing
sewer by-pass flow; saw-cutting; reconnection work to existing or new pipe or conduit; restoration of the
street surface, including permanent and temporary resurfacing; traffic striping not paid by separate item and
all other work necessary to complete the work.
Special manholes constructed, complete in place, will be paid for at the respective unit prices bid for
each. Appurtenances shown or specified will be considered part of the manhole and no direct or additional
payment will be made therefor.
Drop connections for manholes, regardless of size and depth, constructed complete, in place, if
specified in a bid item, will be paid for at the unit price bid for each.
Sewer cleanouts or lampholes, regardless of size and depth, constructed complete, in place will be
paid for at the unit price bid for each.

ADD NEW SUBSECTION 303-11 TO READ AS FOLLOWS


303-11 Stone Paving, Stone Curbing, Stone Seating Slab
303-11.1 General. The work involves:
1. Stone pavers, planter curbing, and seating for use in special plaza area: all labor, materials, equipment
and services necessary to complete installation of stone elements as indicated or specified.
2. Medium set mortar bed and grouting.
3. Edging.
303-11.2 Quality Assurance.
1. Installer shall have a minimum 10 years of experience with similar materials and shall have a record of
successful projects of comparable size. The Contractor for stone paving shall provide conclusive proof
that he/she is qualified to and has previously produced stone paving installations and can comply with
the provisions specified herein and shown on the plans. Proof shall be in three high quality installations,
similar in scope to that specified herein, and located within a 50 mile radius of the City of Oakland,
California. Evidence that the Contractor is qualified to comply with the requirements specified herein
shall be submitted to and be subject to the approval of the Engineer.
2. The contractor shall provide a job site sample (referee sample) using approved stone pavers including
related accessories of 100 square feet (10 feet by 10 feet) minimum to be approved by the Engineer
prior to the start of construction. The contractor shall provide a job site sample (referee sample) using
approved stone seating slab including curved and straight segments 18 inches wide by 4 inches thick by
4 feet length, each, to be approved by the Engineer prior to the start of construction. Said samples shall
be the standard for the balance of the work installed, and shall be protected against damage until final
approval from the Engineer. The mock-up may be used a part of the work at discretion of the Engineer.
3. A pre-installation meeting shall be held prior to start of stone paving installation. Attendees shall include
at a minimum Contractor, Installer, Engineer and/or Engineers Representative, and
manufacturer/suppliers designated representative. The meeting shall review all related project
requirements and submittals, status of substrate work and preparation, areas of potential conflict and
interface, availability of stone materials and related components, installers qualifications, equipment,
and coordinate methods, procedures and sequencing requirements for full and proper installation,
integration and protection.
4. The Contractor shall provide grout and mortar manufacturers standard warranty of installation systems,
including adhesives, grouts and mortars, for a period of 10 years. Warranty shall cover materials and
labor.
303-11.3 Qualified Installers.
1. Installer is certified as Five-Star Contractor by the National Tile Contractors Association and/or a Trowel
of Excellence Contractor according to the Tile Contractors Association of America.
2. Installer employs Ceramic Tile Education Foundation Certified Installers or installers recognized by the
Project Special Provisions

D-99

Bid Documents: August 26, 2014 Update

U.S. Department of Labor as Journeymen.


303-11.4 Delivery, Storage, and Handling.
1. Store and handle materials to prevent deterioration or damage:
a. Stone shall be carefully packed and loaded for shipment using reasonable care and
customary precautions against damage in transit. Material, which may cause staining or
discoloration shall not be used for blocking or packing.
b. The stone shall be stacked on timber or platforms at least 4 inches above the ground. Care
shall be taken to prevent staining or discoloration during storage.
c. If storage is to be for a prolonged period, polyethylene or other suitable plastic film shall be
placed between wood and finished surfaces of completely dry stone.
2. Properly store cementitious materials. Do not use damp cementitious materials.
303-11.5 Submittals for Review.
1. See submittals section of specifications for procedures for submittals.
2. Product Data: Provide characteristics of paver unit, dimensions, special shapes, and test results data.
Mortar and Grout: Manufacturer's recommendations for mixing, and application.
3. Samples: Submit four (4) sample sets of each stone paver size and color, illustrating style, size,
maximum color range and surface texture of units being provided prior to mock-up. Submit two (2)
samples of each curb and seat slab segment illustrating style, size, color range and surface texture of
units being provided prior to mock-up. Samples shall be minimum 12 x 12 or full size, whichever is
smaller.
4. Provide grout samples for review and approval. Dark gray for basalt paving, white for white granite.
5. Manufacturer's Installation Instructions: Indicate substrate requirements, and installation methods.
6. Mock Up: The contractor shall provide a job site sample (referee sample) using approved stone pavers
including related accessories of 25 square feet (5 feet by 5 feet) minimum for 4 inch by 4 inch stone
pavers, and 24 square feet (3 feet by 8 feet) minimum for 12 inch by 24 inch stone pavers, to be
approved by the Engineer prior to the start of construction. The contractor shall provide a job site sample
(referee sample) using approved stone seating slab including curved and straight segments 18 inches
wide by 4 inches thick by 4 feet length, each, to be approved by the Engineer prior to the start of
construction. Said samples shall be the standard for the balance of the work installed, and shall be
protected against damage until final approval from the Engineer. The mock-up may be used as part of
the work at discretion of the Engineer.
303-11.6 Extra Materials.
1. Provide ten percent extra of each stone paving material size and color, measured by square feet, and
provide ten percent extra of each for stone curbing and seat slab material size and color, measured by
linear feet, with sufficient grout material for installation of these quantities. Provide two oversize 4 feet by
8 feet stone seat slab material size and color pieces that allow for future fabrication of any individual
piece(s) that may require replacement, with sufficient grout material for installation of this quantity.
Deliver to City of Oakland Maintenance Division, 7101 Edgewater Drive, Oakland, California, 94621.
303-11.7 Project Conditions.
1. Cold-Weather Protection: Do not use frozen materials or build on frozen subgrade or setting beds.
2. Weather Limitations for Mortar and Grout:
a. Cold-Weather Requirements: Comply with cold-weather construction requirements
contained in ACI 530.1/ASCE 6/TMS 602.
b. Hot-Weather Requirements: Comply with hot-weather construction requirements contained
in ACI 530.1/ASCE 6/TMS 602. Do not apply mortar when substrate temperatures exceed
100 degrees F.
3. Maintain temperatures not less than 50 degrees F or more than 100 degrees F during installation and for
a minimum of seven (7) days after completion.
303-11.8 Examination.
1. Examine surfaces indicated to receive stone.
Project Special Provisions

D-100

Bid Documents: August 26, 2014 Update

2. Verify that concrete slab on grade work is complete and adequately cured per the requirements of Castin-Place Concrete. Verify that substrate is level or to correct gradient, smooth, capable of supporting
pavers and imposed loads, and ready to receive work of this Section. Shape grade and cross section
with an allowable tolerance of 1/4 inch relative to specified dimensions below finish design elevation
within a 10 foot straight edge.
3. Deliver pavers bound such that no damage occurs during shipping, handling, unloading and storage.
4. Visually inspect units. Units shall be sound and free of defects that would interfere with proper placing of
unit, or impair the strength or permanence of the construction, or negatively affect the appearance of the
project.
5. In the event the shipment fails to conform to the specified requirements, and new test units may be
selected at random by the Owner's Representative from the lot. These units shall be retested. If testing
shows failure to conform to specified requirements, the entire lot shall be rejected.
6. Verify that waterproofing membrane work is complete and ready for the work of this Section.
7. Proceed with installation only after unsatisfactory conditions have been corrected.
303-11.9 Preparation.
1. Sweep concrete substrates to remove dirt, dust, debris, and loose particles.
2. Remove substances from concrete substrates that could impair mortar bond.
3. Clean dirty or stained stone surfaces before setting.
a. Scrub with fiber brushes; drench with clear water.
b. Use mild cleaning compounds.
4. Comply with surface preparation recommendations from mortar manufacturer.
303-11.10 Mortar Installation.
1. Use the recommended notched trowel with sufficient depth to achieve coverage in accordance with
applicable ANSI specifications and TCA guidelines for exterior stone installation.
2. Using the flat edge of the trowel, spread a thin, pressure-applied coat to the substrate. Then apply
additional material and comb the surface using the notched side of the trowel to achieve an even setting
bed. Do not spread more material than can be covered with stone within 5 to 10 minutes, maximum.
3. Wipe the back side of stone with a damp cloth to remove any residue or dust left over from the
manufacturing process.
4. Set granite stone firmly into position with a slight twisting motion before skinning occurs. Should skinning
occur, scrape off the skinned mortar and replace it with fresh mortar.
5. Follow immediately with proper and thorough beat-in procedure to flatten the ridges or notches into a
continuous setting bed, allowing at least 25% of the thickness of pavers to be embedded in the mortar.
Check pieces periodically to ensure that there is sufficient mortar contact with the reverse side of stones.
6. Make all alignments and adjustments immediately after beat-in (within 30 to 40 minutes). Place stone
pavers to match paving pattern as indicated on plans, from straight reference edge.
a. Place granite stone pavers in such a manner that the desired pattern is maintained and the
joints between the pavers are nominally 1/4 inch with no individual gap exceeding one half
inch.
b. Use strings to hold all patterns true.
c. Lines shall not deviate more than 1/2 inch in 100 linear feet.
d. Place half units or special shaped units at edge and interruptions. Maintain tight and evenly
spaced joints.
e. Extend expansion joints through mortar bed. Expansion joints shall follow the outline of the
pavers and shall follow a sawtooth or other pattern as needed; i.e. pavers shall not be cut to
accommodate typical expansion joints.
f. Gaps at the edge of the paver surface shall be filled with standard pavers or with pavers cut
to fit. No pavers shall be installed which are less than 1/3 of the original unit's surface area.
g. Cut pavers using a double headed breaker or a masonry saw. Leave a maximum 1/4 inch
underbite.
h. When cutting precision designed areas, as directed by the Owner's Representative, use a
masonry saw.
i. Finished elevation of pavers shall not deviate more than 1/4 inch within a 10 foot
straightedge.
j. Select pavers alternately from at least four (4) pallets, working from top to bottom of each
pallet.
k. Clean joints and wipe smudges from granite stone paver face with a damp towel before
Project Special Provisions

D-101

Bid Documents: August 26, 2014 Update

material hardens. Wash tools and hands with water while material is still fresh.
303-11.11 Installation Directly over Concrete Slab.
1. Saturate concrete with clean water several hours before placing setting bed. Remove surface water
about one hour before placing setting bed.
2. Apply mortar-bed bond coat to damp concrete and broom to provide an even coating that completely
covers the concrete. Do not exceed 1/16-inch (1.5-mm) thickness. Limit area of mortar-bed bond coat to
avoid its drying out before placing setting bed.
3. Mix and place the overall thickness of the finished mortar bed and embed reinforcing mesh into mortar
bed, lapped at joints by at least one full mesh and supported so mesh becomes embedded in middle of
setting bed. Hold edges back from vertical surfaces about 1/2 inch (13 mm).
4. Extend expansion joints through mortar bed.
5. Mix and place the remaining thickness of the mortar bed over reinforcing mesh. Place only that amount
of mortar bed that can be covered with pavers before initial set. Before placing pavers, cut back, bevel
edge, and remove and discard setting-bed material that has reached initial set.
6. Place pavers before initial set of mortar bed occurs. Immediately before placing pavers on mortar bed,
apply uniform 1/16-inch- thick bond coat to mortar bed or to back of each paver with a flat trowel.
7. Tamp or beat pavers with a wooden block or rubber mallet to obtain full contact with setting bed and to
bring finished surfaces within indicated tolerances. Set each paver in a single operation before initial set
of mortar; do not return to areas already set or disturb pavers for purposes of realigning finished
surfaces or adjusting joints.
8. Spaced Joint Widths: Provide 1/4-inch nominal joint width with variations not exceeding plus or minus
3/16 inch.
9. Rake out joints to depth required to receive grout or pointing mortar as units are set.
10. Point joints after setting.
11. Contractors Option: Installation of pavers in the wet-set method with Portland cement mortar as
described above (per ANSI A108.1A), or installation on a cured Portland cement mortar setting bed with
dry-set or latex-portland cement mortar. All applicable portions of sections 303-11.1 through 303-11.11
are a part of these installation specifications for wet-set and dry-set installation.
303-11.12 Expansion and Control Joints.
1. Provide for expansion and control joints where indicated on the plans.
2. Pavers over Waterproofing: Exercise care in placing pavers and setting materials over waterproofing so
protection materials are not displaced and waterproofing is not punctured or otherwise damaged.
3. Joints at building perimeter: Provide cork joint filler at locations and of widths indicated. Install joint filler
before setting pavers. Make top of joint filler same level as grout joint relative to top of pavers.
4. Expansion and Control Joints: Locate and install according to Drawings and Shop Drawings. Provide for
sealant-filled joints at locations and of widths indicated. Provide compressible foam filler as backing for
sealant-filled joints unless otherwise indicated; where unfilled joints are indicated, provide temporary filler
until paver installation is complete. Install joint filler before setting pavers. Extend expansion joint through
mortar bed.
303-11.13 Grouting.
1. Grouted Joints: Grout paver joints complying with ANSI A108.10.
2. Do not disturb, grout, or walk over granite stone pavers for at least 2.5 hours after installation. When
material is installed in cooler temperatures, a longer curing time may be required before grouting. Allow
granite stones pavers to reach a firm set then grout.
3. Grout joints must be clean and free of standing water, dust, dirt and foreign matter. Remove excess
mortar from the joint area so that 2/3 of the depth of the granite stone is left available for grouting. Clean
stone surface thoroughly to remove dust, dirt or other contaminants which may cause grout
discoloration.
4. Before mixing the grout with water, dry blend the product to avoid color variation in the finished grout,
which may arise from pigment settling during shipment. If two or more bags or cartons are to be used,
blend all the contents together.
5. Mix grout with cool clean water only, and in proportions recommended by grout manufacturer for
application.
6. Use a low speed mixer, approximately 300 RPM. Pour the required measured amount of water first into
the clean mixing container and gradually add in the grout proportionately while slowly mixing. To avoid
Project Special Provisions

D-102

Bid Documents: August 26, 2014 Update

7.

8.

9.

10.

shade variation of the finished joint, always add the powder to the water and be very consistent in the
mixing process and the quantity of water used from batch to batch. Mix thoroughly to a smooth and
homogeneous stiff paste consistency and a uniform shading of the colored grout is obtained.
Avoid air entrapment and prolonged mixing, which will shorten pot life. Allow the grout to slake (sit in the
container) for about 10 minutes. Remix without adding any more liquid or dry powder. Some stiffening
may occur before all material is used (within approximately one hour at room temperature). If so, remix,
but do not add any liquid.
Grouting: Grout joints as soon as possible after initial set of setting bed. Slightly moisten the stone
surface with a damp sponge just prior to application, to aid in spreading. Do not flood paving stones or
allow water to stand in ungrouted joint areas.
a. Force the grout into the joints with a rigid rubber float, taking care not to smear grout on
adjoining surfaces.
b. Make sure all joints are well compacted and free for voids and gaps.
c. Remove excess grout from granite surface, moving the float diagonally to the joints while the
grout is still fresh. The grout surface should be flush with the stone edge.
d. Tool exposed joints as indicated on plans when thumbprint hard.
Allow the grout to firm up in the joint sufficiently to avoid damaging the grout surface, usually 15 to 30
minutes, depending on the humidity and absorption rate of the stone. Use clean water for cleaning and
rinsing the stone and grout joints per manufacturer's recommendations.
Cure grout by maintaining in a damp condition for seven days unless otherwise recommended by grout
manufacturer.

303-11.14 Waterproofing Installation


303-11.14.1 Surface Preparation. Clean and prepare substrate according to ASTM D5295 and
manufacturer's written recommendations. Provide clean, dust-free substrate for waterproofing application.
Substrate shall be no wetter than saturated-surface dry.
a. Mask off adjoining surfaces not receiving waterproofing to prevent spillage or overspray affecting other
construction.
b. Remove poorly adhered existing waterproofing, grease, oil, bitumen, form-release agents, paints, curing
compounds, and other penetrating contaminants or film-forming coatings from concrete.
c. As recommended by manufacturer, repair all holes more than the size and depth of a U.S. Nickel, any
honeycombs, tie holes, and cracks more than 1/16 inch wide.
d. Remove remaining loose material and clean surfaces according to ASTM D 4258 dry methods.
e. Remove fins, ridges, and other projections by scraping. Avoid grinding concrete.
f. Produce surface texture equal to ICRI CSP 3 or 4.
303-11.14.2 Substrate Examination. Examine substrates, areas, and conditions, with installer present, for
compliance with requirements and other conditions affecting performance.
Installing waterproofing constitutes acceptance of substrate conditions by installer
a. Verify that repairs at abandoned substrate penetrations have been completed and fully cured.
b. Verify that concrete has cured and aged for minimum time period recommended by waterproofing
manufacturer.
c. Verify that new concrete finish texture is as required by manufacturer.
d. All penetrations shall be set into concrete and grouted to smooth and tight surface configuration.
e. All interior and exterior corners shall be smooth, clean angles. Do not use chamfers or rounded
treatments for the corners. Do not use corner fillers such as fillets or cants.
f. Verify that substrate is no wetter than saturated-surface dry.
g. Proceed with installation only after unsatisfactory conditions have been corrected.
303-11.14.3 Waterproofing Installation. For installation of waterproofing, follow installation guidelines in
ASTM D 6769.
a. Apply adhesive on substrate and on waterproofing plies at rate of 1-1/4 to 1-1/2 gallons per 100 square
feet and as accepted by manufacturer in mock-up.
b. Provide waterproofing system meeting requirements of Contract Documents, as indicated by final
reviewed submittals for work, and meeting instructions and recommendations of manufacturer. Consult
with waterproofing manufacturer for conditions not covered by printed instructions.
c. Do not use primer unless manufacturer recommends it as a corrective procedure for concrete surface.

Project Special Provisions

D-103

Bid Documents: August 26, 2014 Update

303-11.14.3.1 Flashing and Reinforcement. Install all flashings and reinforcements prior to application of
waterproofing to meet details and instructions of manufacturer for each condition, and not less than indicated
on Drawing. Each flashing and reinforcement condition shall be two plies of waterproofing adhered and
coated with adhesive.
303-11.14.3.2 Cold (Construction) Joints and Cracks Over 1/16 Inch Wide. Apply a 6"-wide single ply
flashing strip centered over crack/joint, installed with adhesive.
303-11.14.3.3 Penetrations. Pipe, duct, and similar penetrations cover juncture of vertical pipe and concrete
slab surface with two plies of waterproofing sheet cut to height of design as a collar and pig-eared to extend
6 inches first ply and 8 inches second ply onto substrate. Refer to manufacturer's standard details for pipe
penetrations. Place all field sheets cut to fit over pig-ears and to snugly fit around each penetration. Apply
adhesive coat at junctions between field surfaces and penetrations.
303-11.14.3.3 Transitions. Refer to manufacturer's standard details for treatment of interior and exterior
corners.
303-11.14.4 Field Quality Control.
303-11.14.4.1 Flood Testing. Flood test each deck area and waterproofing repair for leaks, according to
recommendations in ASTM D 5957, after completing waterproofing but before protection board and drainage
composite are placed. Install temporary containment assemblies, plug or dam drains, and flood with potable
water. Do not allow dam fasteners to penetrate waterproofing.
a. Notify Waterproofing Consultant five days in advance of testing.
b. Flood each area to two inches minimum depth for 48 hours.
c. Maintain 1 inch of clearance below top of flashings.
d. If water intrusion into or through waterproofing is detected repair leaks, repeat flood tests, and make
further repairs until waterproofing installation is watertight.
303-11.14.4.2 Alternate: Electronic Leak Detection. Electronic leak detection may be performed in lieu of
flood testing. Notify Waterproofing Consultant five days in advance of testing.
303-11.14.5 Protection Board Installation. Cover top waterproofing ply with adhesive top coat at rate of 13/4 gallons per 100 square feet and embed firmly the first layer of protection board with tightly butted joints.
Cover first layer of protection board with adhesive top coat at rate of 1-3/4 gallons per 100 square feet and
embed firmly the second layer of protection board with tightly butted joints. Offset joints in second layer of
protection board from joints in first layer of protection board, 6 inches minimum.
303-11.14.6 Protection and Cleaning. Protect waterproofing from damage and wear during remainder of
construction period. Clean spillage and soiling from adjacent construction using cleaning agents and
procedures recommended by manufacturer of affected construction.
303-11.15 Protection.
1. Prohibit traffic from installed stone for a minimum of 72 hours or until mortar bed and grout have fully
cured. Comply with manufacturer's recommendations for protection of completed installation.
2. Protect during construction with non-staining kraft paper, and cover with a layer of untreated plywood
where adjoining areas require construction work access.
3. Protect Portland cement based mortars and grouts from direct sunlight, radiant heat, forced ventilation
(heat & cold), and drafts until cured to prevent premature evaporation of moisture.
303-11.16 Adjusting.
1. Remove and replace stone not matching final samples and mockups.
2. Remove and replace stone not complying with requirements.
3. Replace non-complying stone to match final samples and mockups, comply with specified requirements.
Replacement stone shall show no evidence of replacement.
4. Patching: Minor patching in small areas may be acceptable if the repair does not distract from the overall
appearance of the finished project as determined by the Engineer.
303-11.17 Cleaning.
Project Special Provisions

D-104

Bid Documents: August 26, 2014 Update

1. Clean stone as work progresses. Remove mortar, sealant, and stains before tooling joints.
2. Final Cleaning: Clean stone as recommended by fabricator or stone producer.
a. Clean all finished stonework with a mild detergent using a fiber brush.
b. After cleaning, rinse with clean water.
c. Do not use acid or other caustic materials.
d. Remove temporary protective coating as recommended by coating manufacturer and as
acceptable to paver supplier and grout manufacturers.
3. When cleaning is completed, remove temporary protection.
303-11.18 Sealing. Apply impregnating stone sealer to stone paving, stone curbing, and stone seat slab per
stone supplier and sealer manufacturer recommendation. Provide product information to Engineer for review
and approval.
303-11.19 Stone Engraving. Contractor shall provide submittal for engraving stone pavers and engraving
stone seat slab for review and approval by Engineer. Submittal shall depict font, height, letter spacing, depth,
and channel section of engraved letters. Contractor shall submit one full size sample/mock-up of engraved
stone paver for review and approval. Approved sample/mock up may be installed at discretion of Engineer.
Contractor shall submit one sample/mock-up of four letters of engraved seat slab stone for review and
approval.
303-11.20 Measurement and Payment.
1. Measurement for stone paving shall be made in horizontal planes. Measurement for stone curbing and
seating slab shall be made in linear feet.
2. Construct new or remove and replace stone paving only at locations shown on the plans or approved
and marked in the field by the Engineer. Stone paving shall be measured for payment by the square
foot. Stone curbing and stone seating slab shall be measured for payment by the linear foot measured
along the centerline of the material. The price paid per square foot or linear foot to construct new stone
paving shall include full compensation for furnishing all labor, material, tools, equipment, and incidentals,
and for doing all work involved in acquiring, shipping, receiving, preparing, placing, cutting, mortaring, as
needed to complete in place, as shown on the plans, as specified in the Standard Specification and
these Special Provisions, or as directed by the Engineer.
3. Construct new or remove and replace stone paving with water proofing only at locations shown on the
plans or approved and marked in the field by the Engineer. Stone paving with water proofing shall be
measured for payment by the square foot. The price paid per square foot to construct new stone paving
with water proofing shall include full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in acquiring, shipping, receiving, preparing, placing, cutting,
mortaring, including waterproofing, as needed to complete in place, as shown on the plans, as specified
in the Standard Specification and these Special Provisions, or as directed by the Engineer.
4. Measurement and payment for Engraved Lettering in Paving Stone and in Stone Seat Slab shall be paid
in lump sum upon completion and approval of installation by Engineer. Engraving shall be made as
shown on the plans or as approved by the Engineer. The price paid for engraving shall include full
compensation for furnishing all labor, material, tools, equipment, and incidentals, and for doing all work
involved in Engraving Lettering in Paving and Seat Slab stone.

ADD NEW SUBSECTION 303-12 TO READ AS FOLLOWS


303-12 Interlocking Concrete Pavers
303-12.1 General. The work involves:
1. Concrete pavers for roadway paving: all labor, materials, equipment and services necessary to complete
installation of stone elements as indicated or specified.
2. Medium set bituminous bed and sand joint fill.
3. Edging.
303-12.2 Quality Assurance.
1. Installation shall be by a contractor and crew with at least ten years of experience in placing interlocking
Project Special Provisions

D-105

Bid Documents: August 26, 2014 Update

concrete unit pavers on projects of similar nature and dollar cost within fifty miles of Oakland, California.
2. The Contractor shall conform to all local, state/provincial licensing and bonding requirements.
3. Contractor shall provide a copy of Subcontractors current certificate from the Interlocking Concrete
Pavement Institute Concrete Paver Installer Certification program.
4. Contractor shall provide job references from projects of a similar size and complexity. Provide
Owner/Client/General Contractor names, postal address, phone, fax, and email address.
303-12.3 Submittals.
1. Shop or product drawings and product data shall be submitted. Manufacturers catalog product data,
installation instructions, and material safety data sheets for the safe handling of the specified materials
and products.
2. Full size samples of concrete paving units shall be submitted to indicate color and shape selections.
Color will be selected by Owner or Owners Representative from available colors. Four representative
full-size samples of each paver type, thickness, color, finish that indicate the range of color variation and
texture expected in the finished installation. Color(s) selected by Engineer from manufacturers available
colors. Accepted samples become the standard of acceptance for the work.
3. Test results shall be submitted from an independent testing laboratory for compliance of paving unit
requirements to ASTM C 936 or other applicable requirements.
4. The layout, pattern, and relationship of paving joints to fixtures and project formed details shall be
indicated. Indicate perimeter conditions, relationship to adjoining materials and assemblies, expansion
and control joints, concrete paver layout patterns, installation and setting details.
303-12.4 Mock-Ups.
1.
2.
3.
4.
5.

A 10 ft. x 10 ft. paver area shall be installed as described per Installation in 303-12.12 below.
This area will be used to determine joint sizes, lines, laying pattern(s), color(s), and texture of the project.
This area shall be the standard from which the work will be judged.
Subject to acceptance by owner, mock-up may be retained as part of finished work.
If mock-up is not retained, remove and properly dispose of mock-up.

303-12.6 Delivery, Storage, and Handling.


1. Comply with manufacturers ordering instructions and lead-time requirements to avoid construction
delays.
2. Deliver materials in manufacturers original, unopened, undamaged containers packaging with
identification labels intact. Coordinate delivery and paving schedule to minimize interference with normal
use of buildings adjacent to paving.
3. Concrete pavers shall be delivered to the site in steel banded, plastic banded, or plastic wrapped cubes
capable of transfer by fork lift or clamp lift. The pavers shall be unloaded at the job site in such a manner
that no damage occurs to the product.
4. Joint sand shall be covered with a secure waterproof covering to prevent exposure to rainfall or removal
by wind. Insure the covering is secured in place.
5. Delivery and paving schedules shall be coordinated in order to minimize interference with normal use of
buildings adjacent to paving.
6. Unload pavers at job site in such a manner that no damage occurs to the product.
7. Store materials protected such that they are kept free from mud, dirt, and other foreign materials. Store
concrete paver cleaners and sealers per manufacturers instructions.
8. Cover bedding sand and joint sand with waterproof covering if needed to prevent exposure to rainfall or
removal by wind. Secure the covering in place.
303-12.7 Environmental Conditions.
1. Do not install pavers during heavy rain or snowfall, or if subbase is saturated.
303-12.8 Maintenance.
2. Extra Materials: Provide five percent of area additional material for use by owner for maintenance and
repair. Deliver to City of Oakland Maintenance Division, 7101 Edgewater Drive, Oakland, California,
Project Special Provisions

D-106

Bid Documents: August 26, 2014 Update

94621.
3. Extra pavers shall be from the same production run as installed materials.
303-12.9

Examination.

1. Verify that subgrade preparation, compacted density and elevations conform to the specifications.
Note: Compaction of the soil subgrade to at least 95% Standard Proctor Density per ASTM D 698 is
recommended. Higher density or compaction to ASTM D 1557 (Modified Proctor Density) may be
necessary for areas subject to vehicular traffic. Stabilization of the subgrade and/or base material may
be necessary with weak or saturated subgrade soils. The Architect/Engineer should inspect subgrade
preparation, elevations, and conduct density tests for conformance to specifications.
2. Verify that geotextiles, if applicable, have been placed according to specifications and drawings.
3. Verify that aggregate subbase materials, thickness, compaction, surface tolerances and elevations
conform to the specifications.
Note: Local aggregate base materials typical to those used for flexible pavements are recommended, or
those conforming to ASTM D 2940. Compaction to not less than 95% Proctor Density in accordance with
ASTM D 698 is recommended for pedestrian areas. Compaction to not less than 98% Modified Proctor
Density according to ASTM D 1557 is recommended for vehicular areas.
Note: Mechanical tampers (jumping jacks) are recommended for compaction of soil subgrade and
aggregate base around lamp standards, utility structures, building edges, curbs, tree wells and other
protrusions. Areas not accessible to roller compaction equipment should be compacted to the specified
density with mechanical tampers. CAUTION - Care shall be taken around the perimeters of excavations,
buildings, curbs, etc. These areas are especially prone to consolidation and settlement. Wedges of
backfill should not be placed in these areas. If possible, backfilling and compacting in these areas
particularly should proceed in shallow lifts, parallel to the finished surface.
4. Verify the proper installation of the concrete curbing, in terms of location, elevation, and adherence to
the specifications.
5. Verify that the concrete base is ready to install the bituminous bedding layer.
6. Beginning the installing of the bituminous bedding layer and paver installation shall signify acceptance of
the concrete base and concrete curb edge restraints.
303-12.10 Site Preparation.
1. The site must be stripped of all topsoil and other objectionable materials to the grades specified.
2. All subdrainage of underground services within the pavement area must be completed in conjunction
with subgrade preparation and before the commencement of subbase construction.
3. After trimming to the grades specified, the pavement is to be proof rolled to 100 percent Standard
Proctor Density in the presence of the Consultant, with soft spots or localized pockets of objectionable
material excavated and properly replaced with approved granular material.
4. The subgrade shall be trimmed to within 0 to in. (0 to 10mm) of the specified grades. The surface of
the prepared subgrade shall not deviate by more than 3/8 in. (10mm) from the bottom edge of a 39 in.
(1m) straight edge laid in any direction.
5. The Contractor shall ensure that the prepared subgrade is protected from damage from inundation by
surface water. No traffic shall be allowed to cross the prepared subgrade. Repair of any resulting
damage shall be the responsibility of the Contractor and shall be repaired.
6. Under no circumstances shall further pavement construction proceed until the subgrade has been
inspected by the Owner or the Consultant.
303-12.11 Granular Subbase & Concrete Base Installation.
1. The subbase shall be placed in uniform lifts not exceeding 6 inches (150 mm) loose thickness and
compacted to at least 100 percent Standard Proctor Maximum Dry Density as per ASTM C 698-00ae1.
Subbase thickness shall be 6 inches.
2. After proper construction of the concrete curb edge restraints for the interlocking pavement as per
Section 3.04, and upon approval by the Consultant, the concrete base shall be installed per
specification. Concrete base thickness shall be 4 inches.
3. The concrete base shall be finished to within 0 to 3/8 in. (0 to 10 mm) of the specified grade. The
surface of the prepared concrete base shall not deviate more than 3/8 in. (10 mm) from the bottom edge
of a 10 ft. (3 m) straight edge laid in any direction.
4. Before placing the bituminous bedding course and the placement any Unilock concrete pavers, the
concrete base shall be inspected by the Owner or the Consultant.
Project Special Provisions

D-107

Bid Documents: August 26, 2014 Update

Note: The concrete base should be installed according to the specifications and requirements of the
designing civil engineer. Recommended concrete base surface tolerance should be 0 to 3/8 in. (10mm)
over a 10 ft (3 m) straight edge. The surface of the concrete base shall note deviate by more that 3/8 in.
(10mm) from the bottom of the straight edge. The Engineer should inspect geotextile materials and
placement (if applicable), base preparation, surface tolerances, elevations and conduct density tests for
conformance to specifications
303-12.12 Edge Restraints.
1. Adequate concrete edge restraint shall be provided along the perimeter of all paving as specified. The
face of the concrete edge restraint, where it abuts pavers, shall be vertical down to the subbase.
2. All concrete edge restraints shall be constructed to dimensions and level specified and shall be
supported on a compacted subbase not less than 6 in (150 mm) thick.
3. Concrete used for the construction of the edge restraints shall be air-entrained and have a minimum
compressive strength as specified. All concrete shall be in accordance with ASTM C 94 requirements.
303-12.13 Installation.
1. Preparing the bituminous setting bed material prior to the installation of the concrete paving stones:
a. Apply setting bed primer/adhesive to concrete base according to manufacturers direction, to
bond the bituminous bedding material to the concrete base.
Note: Utilize Cut Back Asphalt Specification (Rapid Curing Type), per ASTM D 2028-97
(2004) and AASHTO M-81.
2. Install the setting bed over the base surface (typically prepared by others), place 1 deep control bars
directly over the concrete base. If grade must be adjusted, set thin wooden shims under the depth
control bars to adjust the proper grade. Set two bars parallel to each other approximately eleven (11)
feet apart to serve as guides for the striking boards (12 ft long x 2 in x 6 in board). The depth control
bars must be set carefully to bring the bedding material to proper grade, to insure proper paving stone
finished height.
3. Place bituminous bedding material between the parallel control bars. Pull this bedding material with the
striking board over the depth control bars several times. After each passage, any void must be filled with
fresh bituminous material to produce a smooth, firm and even setting bed. As soon as this initial panel is
completed, advance the first depth control bar to the next position, in readiness for striking the next
panel. Carefully fill any voids that remain, after removing the depth control bars and any wooden
adjustment shims.
4. The setting bed shall be rolled with a power roller. The roller (check with the manufacturer for proper
machinery specifications) should be equipped with a water tank and have the capacity to fully
consolidate the bituminous bedding mixture to a nominal depth of inch, while still hot. The setting bed
thickness shall be adjusted so that the concrete pavers will be at the required finished grade.
(Adjustments in the setting bed should be performed to keep the setting bed thickness at inches or as
close as possible.) Proper attention to elevations during the construction of the concrete base material
will insure maintaining the required nominal inch thick bituminous setting bed.
5. After the setting bed material has cooled, a coating of two (2) percent Neoprene-Modified Asphalt
Adhesive is applied by mopping, squeegeeing or troweling over the top surface of the bituminous setting
bed to provide a bond between the pavers and the bituminous setting bed. If utilizing the troweling
method, the trowel shall have a serrated edge that does not exceed one sixteenth (1/16) of an inch.
6. Installing paving stones: After the application of the 2% Neoprene-Modified Asphalt Adhesive, allow 2-3
hours open air time or until the adhesive material becomes tacky and just skins over prior to laying the
paving stones. Once the 2% Neoprene-Modified Asphalt Adhesive is ready for use, carefully place the
paving stones by hand in straight courses with hand tight joints and uniform top surface. Good
alignment must be kept, and the pattern shall be that shown on the plans.
7. Joint Treatment: Hand tight joints will be placing paving stones in contact with their spacer bars or if the
paving stones have no spacer bars shall read from 1/16 to 1/8. Sweep dry properly graded sand into
concrete paver joints.
303-12.14 Other Conditions.
1. Base (typically constructed by others): The preferred base (minimum of 4 inches thick) is constructed of
concrete and designed by a qualified engineer to sustain the required traffic loads. An alternative base
material which also must be designed by a qualified engineer, is an asphalt binder mix (minimum of 4
inches thick), which can be obtained from a local asphalt plant. The base materials must be designed
Project Special Provisions

D-108

Bid Documents: August 26, 2014 Update

2.

3.
4.

5.
6.
7.
8.
9.

10.
11.

12.

13.

14.

15.

and constructed in accordance with state and local road specifications. Drainage should be incorporated
into the pavement design by the engineer to facilitate the removal of any water that might migrate into
the base area of the pavement. French drains and weep holes are examples of drainage design
possibilities.
Vehicular traffic: If there is to be vehicular traffic over the concrete pavers, apply a primer/adhesive to the
concrete base and between the bituminous bedding course. Use a Cut Back Asphalt Specification
(Rapid Curing Type), per ASTM D 2028 and AASHTO M-81.
Curbs (constructed by others): Concrete curbs are required to contain the paving stones under vehicular
applications.
Lay pavers in pattern(s) shown on drawings. Place units hand tight without using hammers. Make
horizontal adjustments to placement of laid pavers with rubber hammers and pry bars as required. Note:
Contact manufacturer of interlocking concrete paver units for recommended joint widths.
Provide joints between pavers between [1/16 in. and 3/16 in. (2 and 5 mm)] wide. No more than 5% of
the joints shall exceed [1/4 in. (6 mm)] wide to achieve straight bond lines.
Joint (bond) lines shall not deviate more than 1/2 in. (15 mm) over 50 ft. (15 m) from string lines.
Fill gaps at the edges of the paved area with cut pavers or edge units.
Cut pavers to be placed along the edge with a double blade paver splitter or masonry saw.
Adjust bond pattern at pavement edges such that cutting of edge pavers is minimized. All cut pavers
exposed to vehicular tires shall be no smaller than one-third of a whole paver. Cut pavers at edges as
indicated on the drawings.
Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and
joint sand.
Use a low-amplitude plate compactor capable of at least minimum of 4,000 lbf (18 kN) at a frequency of
75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace
with new units.
Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will
require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft (2 m) of unrestrained
edges of paving units.
All work within 6 ft. (2 m) of the laying face must shall be left fully compacted with sand-filled joints at the
end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete
areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent
exposed bedding sand from becoming saturated from rainfall.
Allow excess joint sand to remain on surface to protect pavers from damage from other trades. Remove
excess sand when directed by Engineer. Do not allow vehicular traffic on pavers with sand on top of the
surface.
Surface shall be broom clean after removal of excess joint sand.

303-12.15 Field Quality Control. Note: Surface tolerances on flat slopes should be measured with a
rigid straightedge. Tolerances on complex contoured slopes should be measured with a flexible
straightedge capable of conforming to the complex curves on the pavement surface.
1. The final surface tolerance from grade elevations shall not deviate more than 3/8 in. (10 mm) under a
10 ft (3 m) straightedge.
2. Check final surface elevations for conformance to drawings.
Note: For installations on a compacted aggregate base and soil subgrade, the top surface of the pavers
may be1/8 to 1/4 in. (3 to 6 mm) above the final elevations after compaction. This helps compensate for
possible minor settling normal to pavements.
3. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets,
concrete collars or channels.
4. Lippage: No greater than 1/8 in. (3 mm) difference in height between adjacent pavers.
Note: Cleaning and sealing may be required for some applications. See ICPI Tech Spec 5, Cleaning and
Sealing Interlocking Concrete Pavements for guidance on when to clean and seal the paver surface, and
when to stabilize joint sand. Delete article below if cleaners, sealers, and or joint sand stabilizers are not
applied.
303-12.16 Joint Sand Stabilization.
1. Apply joint sand stabilization materials between concrete pavers in accordance with the manufacturers
written recommendations.
2. Joint sand shall be Techniseal RG+ Polymeric Jointing Sand for Pavers, http://www.techniseal.com/,
1.800.465.7325, or approved equal.
Project Special Provisions

D-109

Bid Documents: August 26, 2014 Update

303-12.17 Protection.
1. After work in this section is complete, the General Contractor shall be responsible for protecting work
from damage due to subsequent construction activity on the site.
303-12.18 Measurement and Payment.
1. Measurement for interlocking unit paving shall be made in horizontal planes.
2. Interlocking paving shall be measured for payment by the square foot. The price paid per square foot to
construct new interlocking unit paving shall include full compensation for furnishing all labor, material,
tools, equipment, and incidentals, and for doing all work involved in acquiring, shipping, receiving,
preparing, placing, cutting, setting, including concrete base, sand-asphalt setting bed, prime coat,
aggregate base, joint sand, weep holes, as needed to complete in place, as shown on the plans, as
specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.

ADD NEW SUBSECTION 303-13 TO READ AS FOLLOWS


303-13.1 General. The work involves:
4. Brick pavers for use in special plaza area: all labor, materials, equipment and services necessary to
complete installation of brick elements as indicated or specified.
5. Medium set mortar bed and grouting.
6. Edging.
303-13.2 Quality Assurance.
5. Installer shall have a minimum 10 years of experience with similar materials and shall have a record of
successful projects of comparable size. The Contractor for brick paving shall provide conclusive proof
that he/she is qualified to and has previously produced brick paving installations and can comply with the
provisions specified herein and shown on the plans. Proof shall be in three high quality installations,
similar in scope to that specified herein, and located within a 50 mile radius of the City of Oakland,
California. Evidence that the Contractor is qualified to comply with the requirements specified herein
shall be submitted to and be subject to the approval of the Engineer.
6. The contractor shall provide a job site sample (referee sample) using approved brick pavers including
related accessories of 100 square feet (10 feet by 10 feet) minimum to be approved by the Engineer
prior to the start of construction. Said sample shall be the standard for the balance of the work installed,
and shall be protected against damage until final approval from the Engineer. The mock-up may be used
a part of the work at discretion of the Engineer.
7. A pre-installation meeting shall be held prior to start of brick paving installation. Attendees shall include
at a minimum Contractor, Installer, Engineer and/or Engineers Representative, and
manufacturer/suppliers designated representative. The meeting shall review all related project
requirements and submittals, status of substrate work and preparation, areas of potential conflict and
interface, availability of brick materials and related components, installers qualifications, equipment, and
coordinate methods, procedures and sequencing requirements for full and proper installation, integration
and protection.
8. The Contractor shall provide grout and mortar manufacturers standard warranty of installation systems,
including adhesives, grouts and mortars, for a period of 10 years. Warranty shall cover materials and
labor.
303-13.3 Qualified Installers.
3. Installer is certified as Five-Star Contractor by the National Tile Contractors Association and/or a Trowel
of Excellence Contractor according to the Tile Contractors Association of America.
4. Installer employs Ceramic Tile Education Foundation Certified Installers or installers recognized by the
U.S. Department of Labor as Journeymen.
303-13.4 Delivery, Storage, and Handling.
Project Special Provisions

D-110

Bid Documents: August 26, 2014 Update

3. Store and handle materials to prevent deterioration or damage:


d. Brick shall be carefully packed and loaded for shipment using reasonable care and customary
precautions against damage in transit. Material, which may cause staining or discoloration shall
not be used for blocking or packing.
e. The brick shall be stacked on timber or platforms at least 4 inches above the ground. Care shall
be taken to prevent staining or discoloration during storage.
f. If storage is to be for a prolonged period, polyethylene or other suitable plastic film shall be
placed between wood and finished surfaces of completely dry brick.
4. Properly store cementitious materials. Do not use damp cementitious materials.
303-13.5 Submittals for Review.
7. See submittals section of specifications for procedures for submittals.
8. Product Data: Provide characteristics of paver unit, dimensions, special shapes, and test results data.
Mortar and Grout: Manufacturer's recommendations for mixing, and application.
9. Samples: Submit four (4) samples of each brick paver size and color, illustrating style, size, maximum
color range and surface texture of units being provided prior to purchase and mock-up.
th
10. Provide mortar sample for review and approval: off-white to match existing brick installation at 9 and
Washington Streets, Oakland.
11. Manufacturer's Installation Instructions: Indicate substrate requirements, and installation methods.
12. Mock Up: The contractor shall provide a job site sample (referee sample) using approved brick pavers
including related accessories of 100 square feet (10 feet by 10 feet) minimum to be approved by the
Engineer prior to the start of construction. Said sample shall be the standard for the balance of the work
installed, and shall be protected against damage until final approval from the Engineer. The mock-up
may be used a part of the work at discretion of the Engineer.
303-13.6 Extra Materials.
2. Provide five percent extra of each brick paving material size and color, measured by square feet, with
sufficient grout material for installation of this quantity. Deliver to City of Oakland Maintenance Division,
7101 Edgewater Drive, Oakland, California, 94621.
303-13.7 Project Conditions.
4. Cold-Weather Protection: Do not use frozen materials or build on frozen subgrade or setting beds.
5. Weather Limitations for Mortar and Grout:
c. Cold-Weather Requirements: Comply with cold-weather construction requirements contained in
ACI 530.1/ASCE 6/TMS 602.
d. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in
ACI 530.1/ASCE 6/TMS 602. Do not apply mortar when substrate temperatures exceed 100
degrees F.
6. Maintain temperatures not less than 50 degrees F or more than 100 degrees F during installation and for
a minimum of seven (7) days after completion.
303-13.8 Examination.
8. Examine surfaces indicated to receive brick.
9. Verify mortar and waterproofing clearance relative to brick thickness at basement areas.
10. Verify that concrete slab on grade work is complete and adequately cured per the requirements of Castin-Place Concrete. Verify that substrate is level or to correct gradient, smooth, capable of supporting
pavers and imposed loads, and ready to receive work of this Section. Shape grade and cross section
with an allowable tolerance of 1/4 inch relative to specified dimensions below finish design elevation
within a 10 foot straight edge.
11. Deliver pavers bound such that no damage occurs during shipping, handling, unloading and storage.
12. Visually inspect units. Units shall be sound and free of defects that would interfere with proper placing of
unit, or impair the strength or permanence of the construction, or negatively affect the appearance of the
project.
13. In the event the shipment fails to conform to the specified requirements, and new test units may be
selected at random by the Owner's Representative from the lot. These units shall be retested. If testing
shows failure to conform to specified requirements, the entire lot shall be rejected.
14. Verify that waterproofing membrane work is complete and ready for the work of this Section.
Project Special Provisions

D-111

Bid Documents: August 26, 2014 Update

15. Proceed with installation only after unsatisfactory conditions have been corrected.
303-13.9 Preparation.
5. Sweep concrete substrates to remove dirt, dust, debris, and loose particles.
6. Remove substances from concrete substrates that could impair mortar bond.
7. Clean dirty or stained brick surfaces before setting.
c. Scrub with fiber brushes; drench with clear water.
d. Use mild cleaning compounds.
8. Comply with surface preparation recommendations from mortar manufacturer.
303-13.10 Mortar Installation.
7. Use the recommended notched trowel with sufficient depth to achieve coverage in accordance with
applicable ANSI specifications and TCA guidelines for exterior brick installation.
8. Using the flat edge of the trowel, spread a thin, pressure-applied coat to the substrate. Then apply
additional material and comb the surface using the notched side of the trowel to achieve an even setting
bed. Do not spread more material than can be covered with brick within 5 to 10 minutes, maximum.
9. Wipe the back side of brick with a damp cloth to remove any residue or dust left over from the
manufacturing process.
10. Set brick firmly into position with a slight twisting motion before skinning occurs. Should skinning occur,
scrape off the skinned mortar and replace it with fresh mortar.
11. Follow immediately with proper and thorough beat-in procedure to flatten the ridges or notches into a
continuous setting bed, allowing at least 25% of the thickness of pavers to be embedded in the mortar.
Check pieces periodically to ensure that there is sufficient mortar contact with the reverse side of bricks.
12. Make all alignments and adjustments immediately after beat-in (within 30 to 40 minutes). Place brick
pavers to match paving pattern as indicated on plans, from straight reference edge.
l. Place brick pavers in such a manner that the desired pattern is maintained and the joints
between the pavers are nominally 3/8 inch with no individual gap exceeding one half inch.
m. Use strings to hold all patterns true.
n. Lines shall not deviate more than 1/2 inch in 100 linear feet.
o. Place half units or special shaped units at edge and interruptions. Maintain tight and evenly
spaced joints.
p. Extend expansion joints through mortar bed. Expansion joints shall follow the outline of the
pavers and shall follow a sawtooth or other pattern as needed; i.e. pavers shall not be cut to
accommodate typical expansion joints.
q. Gaps at the edge of the paver surface shall be filled with standard pavers or with pavers cut to
fit.
r. Cut pavers using a double headed breaker or a masonry saw. Leave a maximum 1/4 inch
underbite.
s. When cutting precision designed areas, as directed by the Owner's Representative, use a
masonry saw.
t. Finished elevation of pavers shall not deviate more than 1/4 inch within a 10 foot straightedge.
u. Select pavers alternately from at least four (4) pallets, working from top to bottom of each pallet.
v. Clean joints and wipe smudges from brick paver face with a damp towel before material
hardens. Wash tools and hands with water while material is still fresh.
303-13.11 Installation Directly over Concrete Slab.
12. Saturate concrete with clean water several hours before placing setting bed. Remove surface water
about one hour before placing setting bed.
13. Apply mortar-bed bond coat to damp concrete and broom to provide an even coating that completely
covers the concrete. Do not exceed 1/16-inch (1.5-mm) thickness. Limit area of mortar-bed bond coat to
avoid its drying out before placing setting bed.
14. Mix and place the overall thickness of the finished mortar bed and embed reinforcing mesh into mortar
bed, lapped at joints by at least one full mesh and supported so mesh becomes embedded in middle of
setting bed. Hold edges back from vertical surfaces about 1/2 inch (13 mm).
15. Extend expansion joints through mortar bed.
16. Mix and place the remaining thickness of the mortar bed over reinforcing mesh. Place only that amount
of mortar bed that can be covered with pavers before initial set. Before placing pavers, cut back, bevel
edge, and remove and discard setting-bed material that has reached initial set.
Project Special Provisions

D-112

Bid Documents: August 26, 2014 Update

17. Place pavers before initial set of mortar bed occurs. Immediately before placing pavers on mortar bed,
apply uniform 1/16-inch- thick bond coat to mortar bed or to back of each paver with a flat trowel.
18. Tamp or beat pavers with a wooden block or rubber mallet to obtain full contact with setting bed and to
bring finished surfaces within indicated tolerances. Set each paver in a single operation before initial set
of mortar; do not return to areas already set or disturb pavers for purposes of realigning finished
surfaces or adjusting joints.
19. Spaced Joint Widths: Provide 3/8-inch nominal joint width with variations not exceeding plus or minus
3/16 inch.
20. Rake out joints to depth required to receive grout or pointing mortar as units are set.
21. Point joints after setting.
22. Contractors Option: Installation of pavers in the wet-set method with Portland cement mortar as
described above (per ANSI A108.1A), or installation on a cured Portland cement mortar setting bed with
dry-set or latex-portland cement mortar. All applicable portions of sections 303-13.1 through 303-13.11
are a part of these installation specifications for wet-set and dry-set installation.
303-13.12 Expansion and Control Joints.
5. Provide for expansion and control joints where indicated on the plans.
6. Pavers over Waterproofing: Exercise care in placing pavers and setting materials over waterproofing so
protection materials are not displaced and waterproofing is not punctured or otherwise damaged.
7. Joints at building perimeter: Provide cork joint filler at locations and of widths indicated. Install joint filler
before setting pavers. Make top of joint filler same level as mortar joint relative to top of pavers.
8. Expansion and Control Joints: Locate and install according to Drawings and Shop Drawings. Provide for
sealant-filled joints at locations and of widths indicated. Provide compressible foam filler as backing for
sealant-filled joints unless otherwise indicated; where unfilled joints are indicated, provide temporary filler
until paver installation is complete. Install joint filler before setting pavers. Extend expansion joint through
mortar bed.
303-13.13 Mortaring Rigid Brick Paving
1.
2.
3.
4.
5.

5.
6.
7.
8.
9.

Mix mortar according to ASTM C-270 or to latex-modified mortar manufacturers recommendations.


Place wet mortar setting bed to thickness indicated on drawings, but no greater than .
Before mortar setting bed has set, install brick pavers in the pattern(s) as indicated on the drawings.
Fill in all mortar joints and tool to concave appearance per plans when thumbprint hard.
Joints must be clean and free of standing water, dust, dirt and foreign matter. Remove excess mortar
from the joint area so that 2/3 of the depth of the brick is left available for grouting. Clean brick surface
thoroughly to remove dust, dirt or other contaminants which may cause grout discoloration.
For material type and location of expansion joint material refer to BIA Technical Note 14 and the the BIA
Brick Paver Installation Guides.
Do not clean pavers until mortar is cured.
Clean soiled surfaces with cleaning solution approved by paving brick manufacturer.
Protect adjacent construction and landscaping from cleaning agents.
Rinse all surfaces with potable water. Pressure not to exceed 120 lbs. per square inch.

303-13.14 Waterproofing Installation


303-13.14.1 Surface Preparation. Clean and prepare substrate according to ASTM D5295 and
manufacturer's written recommendations. Provide clean, dust-free substrate for waterproofing application.
Substrate shall be no wetter than saturated-surface dry.
a. Mask off adjoining surfaces not receiving waterproofing to prevent spillage or overspray affecting other
construction.
b. Remove poorly adhered existing waterproofing, grease, oil, bitumen, form-release agents, paints, curing
compounds, and other penetrating contaminants or film-forming coatings from concrete.
c. As recommended by manufacturer, repair all holes more than the size and depth of a U.S. Nickel, any
honeycombs, tie holes, and cracks more than 1/16 inch wide.
d. Remove remaining loose material and clean surfaces according to ASTM D 4258 dry methods.
e. Remove fins, ridges, and other projections by scraping. Avoid grinding concrete.
f. Produce surface texture equal to ICRI CSP 3 or 4.
303-13.14.2 Substrate Examination. Examine substrates, areas, and conditions, with installer present, for
compliance with requirements and other conditions affecting performance.
Project Special Provisions

D-113

Bid Documents: August 26, 2014 Update

Installing waterproofing constitutes acceptance of substrate conditions by installer


h. Verify that repairs at abandoned substrate penetrations have been completed and fully cured.
i. Verify that concrete has cured and aged for minimum time period recommended by waterproofing
manufacturer.
j. Verify that new concrete finish texture is as required by manufacturer.
k. All penetrations shall be set into concrete and grouted to smooth and tight surface configuration.
l. All interior and exterior corners shall be smooth, clean angles. Do not use chamfers or rounded
treatments for the corners. Do not use corner fillers such as fillets or cants.
m. Verify that substrate is no wetter than saturated-surface dry.
n. Proceed with installation only after unsatisfactory conditions
o. have been corrected.
303-13.14.3 Waterproofing Installation. For installation of waterproofing, follow installation guidelines in
ASTM D 6769.
a. Apply adhesive on substrate and on waterproofing plies at rate of 1-1/4 to 1-1/2 gallons per 100 square
feet and as accepted by manufacturer in mock-up.
b. Provide waterproofing system meeting requirements of Contract Documents, as indicated by final
reviewed submittals for work, and meeting instructions and recommendations of manufacturer. Consult
with waterproofing manufacturer for conditions not covered by printed instructions.
c. Do not use primer unless manufacturer recommends it as a corrective procedure for concrete surface.
303-13.14.3.1 Flashing and Reinforcement. Install all flashings and reinforcements prior to application of
waterproofing to meet details and instructions of manufacturer for each condition, and not less than indicated
on Drawing. Each flashing and reinforcement condition shall be two plies of waterproofing adhered and
coated with adhesive.
303-13.14.3.2 Cold (Construction) Joints and Cracks Over 1/16 Inch Wide. Apply a 6"-wide single ply
flashing strip centered over crack/joint, installed with adhesive.
303-13.14.3.3 Penetrations. Pipe, duct, and similar penetrations cover juncture of vertical pipe and concrete
slab surface with two plies of waterproofing sheet cut to height of design as a collar and pig-eared to extend
6 inches first ply and 8 inches second ply onto substrate. Refer to manufacturer's standard details for pipe
penetrations. Place all field sheets cut to fit over pig-ears and to snugly fit around each penetration. Apply
adhesive coat at junctions between field surfaces and penetrations.
303-13.14.3.3 Transitions. Refer to manufacturer's standard details for treatment of interior and exterior
corners.
303-13.14.4 Field Quality Control.
303-11.14.4.1 Flood Testing. Flood test each deck area and waterproofing repair for leaks, according to
recommendations in ASTM D 5957, after completing waterproofing but before protection board and drainage
composite are placed. Install temporary containment assemblies, plug or dam drains, and flood with potable
water. Do not allow dam fasteners to penetrate waterproofing.
e. Notify Waterproofing Consultant five days in advance of testing.
f. Flood each area to two inches minimum depth for 48 hours.
g. Maintain 1 inch of clearance below top of flashings.
h. If water intrusion into or through waterproofing is detected repair leaks, repeat flood tests, and make
further repairs until waterproofing installation is watertight.
303-11.14.4.2 Alternate: Electronic Leak Detection. Electronic leak detection may be performed in lieu of
flood testing. Notify Waterproofing Consultant five days in advance of testing.
303-13.14.5 Protection Board Installation. Cover top waterproofing ply with adhesive top coat at rate of 13/4 gallons per 100 square feet and embed firmly the first layer of protection board with tightly butted joints.
Cover first layer of protection board with adhesive top coat at rate of 1-3/4 gallons per 100 square feet and
embed firmly the second layer of protection board with tightly butted joints. Offset joints in second layer of
protection board from joints in first layer of protection board, 6 inches minimum.

Project Special Provisions

D-114

Bid Documents: August 26, 2014 Update

303-13.14.6 Protection and Cleaning. Protect waterproofing from damage and wear during remainder of
construction period. Clean spillage and soiling from adjacent construction using cleaning agents and
procedures recommended by manufacturer of affected construction
303-13.15 Protection.
4. Prohibit traffic from installed brick for a minimum of 72 hours or until mortar bed and grout have fully
cured. Comply with manufacturer's recommendations for protection of completed installation.
5. Protect during construction with non-staining kraft paper, and cover with a layer of untreated plywood
where adjoining areas require construction work access.
6. Protect Portland cement based mortars and grouts from direct sunlight, radiant heat, forced ventilation
(heat & cold), and drafts until cured to prevent premature evaporation of moisture.
303-13.16 Adjusting.
5. Remove and replace brick not matching final samples and mockups.
6. Remove and replace brick not complying with requirements.
7. Replace non-complying brick to match final samples and mockups, comply with specified requirements.
Replacement brick shall show no evidence of replacement.
8. Patching: Minor patching in small areas may be acceptable if the repair does not distract from the overall
appearance of the finished project as determined by the Engineer.
303-13.17 Cleaning.
4. Clean brick as work progresses. Remove mortar, sealant, and stains before tooling joints.
5. Final Cleaning: Clean brick as recommended by fabricator or brick producer.
e. Clean all finished brickwork with a mild detergent using a fiber brush.
f. After cleaning, rinse with clean water.
g. Do not use acid or other caustic materials.
h. Remove temporary protective coating as recommended by coating manufacturer and as
acceptable to paver supplier and grout manufacturers.
6. When cleaning is completed, remove temporary protection.
303-13.18 Sealing
Apply impregnating brick sealer to brick paving per brick supplier and sealer manufacturer recommendation.
Provide product information to Engineer for review and approval.
303-13.19 Measurement and Payment.
1. Measurement for brick paving shall be made in horizontal planes.
2. Construct new or remove and replace brick paving only at locations shown on the plans or approved and
marked in the field by the Engineer. Brick paving shall be measured for payment by the square foot. The
price paid per square foot to construct new brick paving shall include full compensation for furnishing all
labor, material, tools, equipment, and incidentals, and for doing all work involved in acquiring, shipping,
receiving, preparing, placing, cutting, mortaring, as needed to complete in place, as shown on the plans,
as specified in the Standard Specification and these Special Provisions, or as directed by the Engineer.
3. Construct new or remove and replace brick paving with water proofing only at locations shown on the
plans or approved and marked in the field by the Engineer. Brick paving with water proofing shall be
measured for payment by the square foot. The price paid per square foot to construct new brick paving
with water proofing shall include full compensation for furnishing all labor, material, tools, equipment, and
incidentals, and for doing all work involved in acquiring, shipping, receiving, preparing, placing, cutting,
mortaring, including waterproofing, as needed to complete in place, as shown on the plans, as specified
in the Standard Specification and these Special Provisions, or as directed by the Engineer.

SECTION 304 METAL FABRICATION AND CONSTRUCTION


ADD NEW SUBSECTION 304-5 TO READ AS FOLLOWS:
304-5 Metal Site Furniture
304-5.1 Site Furniture
Project Special Provisions

D-115

Bid Documents: August 26, 2014 Update

Manufacturers Data: Provide catalog cut sheets with pertinent technical literature for all site equipment
and components: bench and anchors; bike rack; trash receptacles, tree grates and frames, etc. The
Contractor shall coordinate with the product manufacturer as necessary to accommodate field conditions.
The Contractor shall provide the necessary safeguards and shall exercise caution against injury or
defacement of existing improvements and plantings, and shall be responsible for the damage resulting from
operations described in the Section. Trash receptacles shall be provided and installed per the plans and
details and per City standards. Bike racks and mounting hardware shall be provided by City and installed
per the plans and details and per City standards. Layout, core drilling for footings and concrete for footings
shall be included. All materials throughout the system shall be new and in perfect condition. Erect
furnishings in the proper location, plumb, level, square, in true alignment, and firmly anchored in place as
shown on drawings.
All components and materials shall be produced according to Quality control programs, ASTM
Specification Reports, and the current ADA, California Title 24, and California Park Service requirements.
304-5.2 Submittals for Review
A. General: Submittals shall be submitted per requirements for submittals. Submittals shall be reviewed by
Contractor for compliance with this Section prior to submission. Submittals shall include the following
product data:
1)
2)
3)
4)

Shop drawings
Installation instructions and/or diagrams
Manufacturer recommended maintenance instructions
Manufacturer recommended graffiti cleaning instructions

B. Full Size Samples: Submit one full size sample of each item, with finishes, color and texture as specified
herein.
1) Steel and Stainless Steel Litter Receptacle with Recycler Module
2) Aluminum Bench
3) Stainless Steel O Bicycle Rack
C. Color Samples:
1) Submit one 6 inch by 6 inch sample of finish color for each substrate.
2) Tnemec or other approved finish coatings: Submit manufacturer's recommendations for
preparation of substrate, chemical analysis, and recommended application rates, clean up
instructions and data.
D. Manufacturer Information
1) Provide overview literature describing manufacturers overall scope of products and manufacturing
capabilities.
2) Provide URL for manufacturers web site; web site must provide access to technical data, images
and general product information.
3) Provide manufacturers address and toll-free telephone number for product support.
E. Manufacturer Qualifications
1) Minimum ten years experience in stainless steel fabrication.
2) Minimum ten years experience in the manufacture of litter and/or recycling receptacles for public
space environments.
3) Minimum ten years experience manufacturing products with powdercoat and other specified finishes.
4) Manufacturing facilities equipped for water jet cutting, laser cutting, MIG welding, roll-forming and
304-5.1.3 Delivery, Storage, and Protection
A. Handle products in accordance with manufacturers instructions.
B. Handle units carefully to position consistent with shape and design. Lift and support only from support
Project Special Provisions

D-116

Bid Documents: August 26, 2014 Update

points.
C. Blocking and Lateral Support During Transport and Storage: Clean, non-staining, without causing harm
to exposed surfaces. Provide temporary lateral support to prevent bowing and warping.
D. Protect units to prevent staining, chipping, or spalling of precast concrete, or damage to finished
surfaces.
E. Mark units with date of production in location not visible to view when in final position.
F. Wrap and protect finished products from damage during shipment, delivery, storage and installation.
Replace products damaged prior to installation.
G. Deliver products to job site factory assembled, plumbed, and ready for installation.
H. Store products covered, in clean dry area, elevated from the ground or floor. Products shall be labeled
by type and installation location.
I.

Deliver touch-up finish coating materials in manufacturer's labeled containers. Store per manufacturer's
instructions.

304-5.1.4 Warranty
A. Provide manufacturers warranty, minimum shall be three years against defects in materials and
workmanship.
304-5.1.5 Products
A. Litter Receptacle with Recycler Module
1. Manufacturer
1) Basis-of-design product: provide litter receptacles with integrated recycler module based on the
product named. Subject to compliance with requirements, provide either the named product or approved
equal from another manufacturer.
2) Urban Renaissance Receptacle with Urban Recycler by Forms+Surfaces, 6395 Cindy Lane,
Carpinteria, CA 93013, www.forms-surfaces.com, or approved equal. Perforation design:
Forms+Surfaces Fan.
3) Anchors: Provide Hilti Quick Bolts or approved equal, 3/8 inch long by 5 inch long anchor bolts.
Verify bolts are type and quantity recommended by waste receptacle manufacturer for anchoring.
Verify anchor bolt mounting locations with factory prior to mounting, installation, or preparation.
B. Bench
1. Manufacturer: Landscape Forms, Inc., 800-430-6209, or approved equal.
B. Bench Model: Plainwell shall have cast aluminum end frames, arms, and center arms, and aluminum
extrusion seat and back. End frames, arms, and center arms shall be one piece heavy wall cast
aluminum alloy 319 per ASTM 826-85.
C. Anchors: Provide with in-ground mounting embed, integral with casting, and with opening for rebar
anchors, as recommended by manufacturer.
D. Finish for Bench: Powdercoat as provided by manufacturer, or paint, per Engineer or Engineers
representative. If paint:
1) Primer: Type recommended by manufacturer and compatible with both substrates and finish paint.
Primer: Tnemec Series 69, color of primer shall match finish paint color or equal.
2) Finish Paint: Type recommended by manufacturer and compatible with the primer and top coat:
Tnemec Series 74 "Endura-Shield IV, Aliphatic Acrylic Polyurethane or equal per Engineer to match
Project Special Provisions

D-117

Bid Documents: August 26, 2014 Update

other metal work in Latham Square project.


3) Top Coat: Type recommended by manufacturer and compatible with finish paint. Tnemec Series 76
"Endura-Clear Aliphatic Acrylic Polyurethane or equal.
C

BICYCLE O RACKS

A. Manufacturer: Palmer Group, LLC. 415-333-6428, or approved equal.


B. Bicycle Rack Model: Welle Circular Rack Model WCR02-SQ-SF, or other model per Engineer or
Engineers Representative, stainless steel pipe, shall be one piece 2 x 2 square schedule 40 pipe,
0.188 wall thickness, with square stainless steel mounting flange containing 9/16 anchoring holes.
C. Anchors/Fasteners: Stainless steel as provided by and/or recommended by manufacturer.
304-5.2 Furniture Layout and Installation Instructions.
Furnish anchors, bolts, sleeves and templates required for installation to ensure proper fit and
accurate placement. Erect furnishings in the proper location, plumb, level, square, in true
alignment, and firmly anchored in place as shown on drawings. All furniture and equipment
shall be fully operational after installation.
The Contractor shall properly locate and install all equipment in a safe, fully operational manner as
detailed as per manufacturers instructions and approved installation shop drawings. The Manufacturers
installation instructions shall take precedence over details to insure that warranties will be honored in the
future.
The Contractor shall provide security fencing and Caution tape around the equipment during
installation so that partly-installed equipment will be protected from all would-be users, including the visually
impaired. The area shall remain protected until the equipment is in place and approved.
The Contractor shall remove all debris at the end of each workday. All holes shall be filled quickly.
All footings and parts shall be supplied to ensure sound footings. Concrete shall not be poured after
1:00 p.m. of each workday.
The Contractor shall adhere to the manufacturers complete assembly instructions.
Furniture units specified may be shipped fully assembled and finished above ground.
Footings shall be as detailed and as specified per 2003 Greenbook and the 2002 City of Oakland
Standard Details. The Contractor shall patch or repair the surrounding pavement as required in neat
rectangles.
Trash Receptacles: Place in proper locations, coordinated with Layout Plans and Engineer. Set
firmly in place without rocking and plumb, use galvanized shims as necessary, and anchor each leg as
shown on plans.
Bike Racks: Confirm locations of bike racks with the Engineer. Set in concrete footings and/or bolt
to sidewalk or stone paving base slab as shown on drawings. Set bike racks plumb and in the correct
orientation as shown on the drawings and detail.
Check-out: Check all bolts, nuts and other connections for proper fit and tightness. Check
components for proper alignment, fit and tolerances. Check all finishes for damage. Replace damaged
components. Touch up scratches to finishes in accordance with manufacturers recommendations. Prior to
field touch-ups, surfaces must be sanded to provide mechanical adhesion.
304-5.3 Site Cleanup and Repair:
Upon completion of site improvements, and prior to beginning the maintenance period, all surplus
material and other debris shall be removed from the site. At project acceptance, remove fertilizer, cement
and other stains from pavement Examine valve boxes and quick couplers for damage at end of maintenance
period, repair and replace as deemed necessary by the Citys Representative.
Immediately prior to acceptance, remove all protective coverings, clean all exposed surfaces free of soil
and discoloration. Follow the recommendations of each component manufacturer for cleaning methods and
materials.
Clean exposed surfaces to field connections, unpainted areas adjacent to field connections and
damaged areas in the shop coat to the same standards as required for the shop coat paint with the same
primer used in the shop coat.
Replace all necessary planting, structures and paving for one year following completion and acceptance.
304-5.4 Payment: The contract price paid for furnishings (i.e. Bench, Trash Receptacle) shall be per each
Project Special Provisions

D-118

Bid Documents: August 26, 2014 Update

unit and shall include full compensation for furnishing all labor, material, shipping, tools, equipment, concrete
and all incidentals for doing all the work involved in installing the furnishings, per the project documents and
the Engineer. Measurement shall be per each and quantities shall be based on field measurements.
The contract price paid for each Trash Receptacle shall include full compensation for furnishing all labor,
materials, tools, equipment, incidentals, including touch-ups, provisioning of temporary trash receptacles,
sealants and for doing all the work involved. Measurement shall be per each and quantities shall be based
on field measurements.
The contract price paid for each Bike Rack shall include full compensation for furnishing all labor,
materials, tools, equipment, incidentals, and for doing all the work involved in installing bike racks. The cost
includes preparation of subgrade and furnishing and installation of the required aggregate base and concrete
footing. Measurement shall be per each and quantities shall be based on field measurements. Contractor
shall pick up city-supplied rack and installation hardware.
304-6 Interpretive Sign/Artwork
304-6.1 Submittals. Contractor shall provide submittal for fabricated sign structure for review and approval
by Engineer. Submittal shall include an engineered shop drawing depicting sign structure materials,
attachments, welds, gages, finishes, coatings, footing and other features consistent with the Plans.
Contractor shall provide one full size sample/mock-up of sign structure for review and approval. Approved
sample/mock up may be installed at discretion of Engineer.
Contractor shall coordinate installation of graphic sign panels/artwork for interpretive signs with
Engineer. Contractor shall provide one full size sample/mock-up of graphic sign panel/artwork for review and
approval. Approved sample/mock up may be installed at discretion of Engineer.
304-6.2 Measurement and Payment. Measurement and payment for sign structure shall be paid per
installation of each sign structure with associated graphic sign panel/artwork, including concrete footing and
all related fixtures and attachments. The price paid for Interpretive Signs/Artwork shall include full
compensation for furnishing all labor, material, tools, equipment, and incidentals, and for doing all work
involved in fabricating and installing Interpretive Signs and Artwork.
ADD NEW SUBSECTION 304-7 TO READ AS FOLLOWS:
304-7 Roadside Signs
304-7.1 General. This section includes, removal of existing roadside signs, relocation of existing roadside
signs, and the installation of roadside signs.
304-7.2 Remove Roadside Signs. Existing signs and sign posts shall be removed as shown on plans.
Contractor shall coordinate with the Engineer to determine signs to be salvaged and the signs shall be
transported to a City corporation yard as directed by the Engineer. Contractor shall dispose of all bus stop
flag signs that are not salvaged.
Contractor shall notify the Engineer 72 hours prior to sign and sign posts delivery.
Existing roadside signs shall not be removed until replacement signs have been installed or until the
existing signs are no longer required for the direction of public traffic, unless otherwise directed by the
Engineer.
304-7.3 Install New Roadside Signs. Existing roadside signs shall be removed and relocated at new
locations shown on the plans. Each roadside sign shall be installed at the new location on the same day the
sign is removed from its original location.
304-7.4 Installation. The Contractor shall install new and relocated roadside signs on new posts and with
new hardware and footings. Holes resulting from removed sign posts shall be patched to match the existing
surface. Install new and relocated roadside signs as shown on the project Plans, as indicated in these
Special Provisions and as directed by the Engineer.
Prior to installation of new posts, the Contractor shall locate existing facilities, pothole, and maintain
existing utilities
Install posts in concrete footing at locations indicated on the Contract Drawings. Do not drive post into
ground.
304-7.5 Payment. New Roadside Sign, shall be paid on a per each basis and include full compensation for
furnishing all labor, equipment, tools, materials, and incidentals, and for doing all work involved in furnishing
and installing roadside signs on new posts, including sign post installation, sign mounting, and sign post
foundation, as shown on the plans and specified in the Standard Specifications and these special
provisions.
Project Special Provisions

D-119

Bid Documents: August 26, 2014 Update

SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION


306-1 OPEN TRENCH OPERATIONS.
306-1.1 Trench Excavation.
306-1.1.1 General.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 306-1.1.1:
Where directed to pothole to verify the depths of underground utility crossings, the Contractor shall
excavate to locate said underground utility crossings and relay this depth information to the Resident
Engineer. Unless there is a bid schedule shown for this work, payment for this work shall be considered
included in sewer pipe rehabilitation work. No additional payment shall be made.
The work for pothole shall include full compensation for signage, traffic control, excavation, backfill with
standard compaction, temporary and permanent resurfacing, etc., and providing all labor, equipment and
materials incidental to this work.
REPLACE SUBSECTION 306-1.1.2 WITH THE FOLLOWING:
306-1.1.2 Maximum Length of Open Trench. Except with the Engineers written permission, the
maximum length of open trench at any one time shall be 300 feet (91 meters).
REPLACE SUBSECTION 306-1.1.3 WITH THE FOLLOWING:
306-1.1.3 Maximum and Minimum Width of Trench.
a) Rigid Pipe. For rigid pipe, the minimum and maximum width of trench permitted shall be as
indicated on the Plans or Standard Details.
Additional payments or deductions from the Contract Unit Price for trench excavation for conduits will be
based upon a calculated volume. The width used in calculating the excavation volume for prefabricated
conduit will be the maximum width of trench shown on the Plan and measured at the top of pipe. In the case
of sewers or storm drains formed and cast in place, such excavation volume will be based upon the outside
width of the structure being constructed plus three feet (0.9m).
Additional payment or deductions from Contract Price for trench resurfacing will be based upon an area
determined by the maximum trench width as specified herein.
If the maximum trench width is exceeded, the Contractor shall provide additional bedding, another
bedding type, or higher pipe strength, as shown on Plans or approved by the Engineer, at no additional cost
to the Agency.
b) Flexible Thermoplastic Pipe. For flexible thermoplastic pipe, trench width shall be in accordance
with ASTM D 2321 or as indicated on the Plans.
306-1.1.5 Removal and Replacement of Surface Improvements.
ADD THE FOLLOWING THREE PARAGRAPHS TO THE END OF THE SUBSECTION 306-1.1.5:
The existing pavement (i.e. asphalt concrete, and/or concrete) within the area of a sanitary sewer trench
may be greater in thickness or of different materials than the trench resurfacing section specified in 3061.5No extra payment will be made for removal of asphalt concrete that differs in thickness by 2" (plus or
minus) from the approximate existing pavement thickness shown on the plans.
Bituminous pavement, concrete pavement, curbs, gutters, sidewalks or driveways shall be sawcut prior
to trenching and excavation for point repairs, sewer rehabilitation, sewer replacement and relief sewer
installation. Sawcutting shall be 6 deep for bituminous pavement and full depth for concrete. Stomping of
concrete pavement will not be allowed.
Where approved by the Engineer to extend a point repair excavation, the Contractor may precut the
pavement edge for the excavation with a jackhammer. Prior to replacement of surface improvements, the
pavement edges shall be neatly trimmed by saw cutting.
ADD NEW SUBSECTION 306-1.1.7 TO READ:
306-1.1.7 Removal and Replacement of Building Sewers. Building sewers conflicting in grade with the
construction of pipe conduits shall be re-laid to clear the pipe conduit in accordance with applicable
provisions of the Standard Specifications or the Special Provisions or as directed by the Engineer. Payment
shall be made at the unit price bid per linear foot of building sewer.
ADD NEW SUBSECTION 306-1.1.8 TO READ:
306-1.1.8 Payment for Contaminated Material Disposal.
Project Special Provisions

D-120

Bid Documents: August 26, 2014 Update

a. Class I Material Disposal: The unit price provided in the Bid Schedule for handling, transporting and
disposing of Class I material shall be considered full compensation for all labor, material, tools,
equipment, and incidentals necessary to handle, transport and dispose of Class I material as specified
herein, including, but not limited to, all supervision, permits and licenses, insurance, preparing and
implementing a health and safety plan, preparing and implementing a work plan, staging, safety
equipment, environmental monitoring, and dust control measures.
b. Class II Material Disposal: The unit price provided in the Bid Schedule for handling, transporting and
disposing of Class II material shall be considered full compensation for all labor, material, tools,
equipment, and incidentals necessary to handle, transport and dispose of Class II material as specified
herein, including, but not limited to, all supervision, permits and licenses, insurance, preparing and
implementing a health and safety plan, preparing and implementing a work plan, staging, safety
equipment, environmental monitoring, and dust control measures.
c. Class III Material Disposal: The unit price provided in the Bid Schedule for handling, transporting and
disposing of sludge shall be considered full compensation for all labor, material, tools, equipment, and
incidentals necessary to handle, transport and dispose of sludge as specified herein, including, but not
limited to, all supervision, permits and licenses, insurance, preparing and implementing a health and
safety plan, preparing and implementing a work plan, staging, safety equipment, environmental
monitoring, and dust control measures.
306-1.1.10 Plugging and Diversion of Sewage Flow.
306-1.2 Installation of Pipe.
306-1.2.1 Bedding.
REPLACE THE THIRD PARAGRAPH OF SUBSECTION 306-1.2.1 WITH THE FOLLOWING:
Bedding material shall first be placed so that the pipe is supported for the full length of the barrel with full
bearing on the bottom segment of the pipe to a minimum of two-fifths times the outside diameter of the
barrel. If the pipe is to be laid in a rock cut, at least four inches (100mm) of bedding shall be provided below
the pipe before the remainder of the bedding is placed. Bedding shall be compacted by hand or mechanical
tampers prior to backfilling per 306-1.3.2. Unless the sheeting or shoring is to be cut off and left in the place,
densification of pipe bedding shall be accomplished after the sheeting or shoring has been removed from the
bedding zone. The material in the compaction zone shall be placed and densified by mechanical
compaction. Jetting will not be permitted.
DELETE THE FOURTH PARAGRAPH OF SUBSECTION 306-1.2.1.
REPLACE THE FIFTH PARAGRAPH OF SUBSECTION 306-1.2.1 WITH THE FOLLOWING:
Except where otherwise specified, bedding material shall be crushed rock in accordance with Section
200-1.2, Crushed Rock and Rock Dust, Table 200-1.2 (A), 3/4" Sieve Size. Except where otherwise
specified, bedding material shall be crushed rock in accordance with 200-1.2 or broken/crushed portland
cement concrete. Bedding material shall be free from organic matter and other deleterious substances
such as brick, glass, metal, etc and shall conform to the quality requirements of Table 200-1.2 (B).
The maximum size for bedding material shall be as follows:
a. 3/8-inch or -inch for HDPE or coated pipe.
b. 3/4-inch maximum for other pipe with the following gradation:

Sieve Size
% Passing Sieve
1 1/2"
--1"
100
3/4"
80-100
1/2"
20-60
3/8"
0-20
No. 4
0-5
No. 8
--The maximum asphalt content shall not exceed two percent (2%) by weight of the material.
For bedding for metallic or concrete pipe, the water-soluble chloride content shall not exceed 300 ppm
and the water-soluble sulfate content shall not exceed 1,000 ppm. Resistivity shall be greater than 3,000
ohm-cm and the pH shall be greater than 6.0. Testing shall be done in accordance with the following:
a. Water-Soluble Chloride:
Caltrans Method 532/EPA 300.0
b. Water-Soluble Sulfate:
Caltrans Method 532/EPA 300.0
c. Resistivity:
ASTM 657/Caltrans Method 532
d. pH:
SW 9045.

Project Special Provisions

D-121

Bid Documents: August 26, 2014 Update

Bedding concrete shall be Class 450-B-2500 as specified in 201-1.

306-1.2.2 Pipe Laying.


CHANGE THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SUBSECTION 306-1.2.2 TO READ:
Any adjustments in line or grade that may be necessary to accomplish the intent of the plans will be made.
ADD ONE SENTENCE TO THE END OF THE EIGHTH PARAGRAPH TO READ:
The Engineer shall approve the method used to control the pipe prior to start of construction.
306-1.2.3 Field Jointing of Clay Pipe.
ADD NEW SUBSECTION 306-1.2.3 (d) TO READ:
(d) Special Joints. Type "D" joints shall be used to join sections of pipe of dissimilar material.
306-1.2.6 Field Jointing of Iron Pipe.
DELETE THE ENTIRE PARAGRAPH 306-1.2.6 (b) Cement Joints.
306-1.2.9 Field Jointing of Solvent-Welded ABS and PVC Pipe.
DELETE ALL REFERENCES TO PVC PIPE.
306-1.2.10 Field Jointing of Gasket-Type ABS and PVC Pipe.
DELETE ALL REFERENCES TO PVC PIPE.
306-1.2.11 Field Jointing of Injection-Sealed PVC Pipe.
DELETE THE SUBSECTION.
306-1.2.12 Field Inspection for Plastic Pipe and Fittings.
DELETE ALL REFERENCES TO PVC PIPE.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 306-1.2.12:
Proof rings for verification of mandrel diameters shall be available at all times during mandrel tests.
These rings shall be a standard product of the mandrel manufacturer. The Contractor shall correct all
mandrel obstructions at no cost to the Agency. The Contractors method to correct obstructions shall be
subject to the Engineer's approval prior to implementation. The use of a re-rounder to force pipe into round is
prohibited. Any pipe that has been re-rounded shall be removed and replaced.
306-1.2.13 Installation of Plastic Pipe and Fittings.
DELETE ALL REFERENCES TO PVC PIPE AND FITTINGS.
306-1.3 Backfill and Densification.
306-1.3.1 General.
REPLACE THE 7TH THROUGH 11TH PARAGRAPHS OF SUBSECTION 306-1.3.1 WITH THE
FOLLOWING:
Trench backfill material shall consist of either crushed aggregate base conforming to 200-2 or
broken/crushed portland cement concrete conforming to the requirements of Section 26 of the State of
California Standard Specification for 3/4 inch, Class 2, aggregate base. Trench backfill material shall be free
from organic material, trash, debris, rubbish, and other deleterious substances such as brick, glass, metal,
etc. The maximum asphalt content shall not exceed two percent (2%) by weight of the material. Whenever
practical, the contractor is required to use trench-excavated material for trench backfill, provided that such
excavated material meets the above requirements. For restriction on storage of excavated material refer to
7-10.3.
306-1.3.2 Mechanically Compacted Backfill.
DELETE THE LAST SENTENCE OF THE FIRST PARAGRAPH OF SUBSECTION 306-1.3.2.
306-1.3.3 Jetted Backfill.
ADD THE FOLLOWING PARAGRAPH TO THE BEGINNING OF SUBSECTION 306-1.3.3:
Flooding or jetting of backfill shall be allowed only when indicated on the drawings or specifically
provided for in the Special Provisions. Resurfacing of a jetted or flooded trench shall not be done until the
day after water densification, unless otherwise approved by the Engineer.
REPLACE SUBSECTION 306-1.3.6 WITH THE FOLLOWING:
306-1.3.6 Mechanical Compaction Requirements. Except as specified otherwise, trench backfill material
shall be densified to the following minimum relative compaction:
90 Percent Relative Compaction:
a. From the pipe bedding zone upwards to the finish grade within native material or unimproved areas.
b. From the pipe-bedding zone upwards to three feet below the pavement surface (or finish grade
where there is no pavement), within the existing or future traveled way, shoulders, sidewalks, and
other paved areas (or areas to receive pavement).
Project Special Provisions

D-122

Bid Documents: August 26, 2014 Update

c. Within engineered embankments.


d. Where lateral support is required for existing or proposed structures.
95 Percent Relative Compaction for three feet below the pavement surface (or finish grade where
there is no pavement), within the existing or future traveled way, shoulders, sidewalks, and other paved
areas (or areas to receive pavement).
306-1.3.7 Imported Backfill.
CHANGE THE FIRST PARAGRAPH OF SUBSECTION 306-1.3.5 TO READ:
306-1.3.7 Imported Backfill. The Contractor will use imported backfill materials at those locations and
limits where the Engineer determines the use of native excavated material would not be to the best interest
of the City. Imported backfill material shall consist of material conforming to 306-1.3.1
ADD NEW SUBSECTION 306-1.3.9 TO READ:
306-1.3.9 Special Backfill. Special backfill shall be in those areas as shown on the plans, as directed by
the Engineer, or as specified herein, and shall be imported backfill in accordance with the provisions of 3061.3.7. Where the construction areas of pipe conduit are in reserves on the downhill side of an existing
building foundation, or where such pipe conduit construction is 10 feet (3.05m) or closer to an existing
building foundation, the Contractor shall use the following special backfill procedure:
a. Trench excavation, pipe conduit laying, and backfill compaction to the original ground surface shall be
completed in the same working day;
b. Backfill material shall be placed in uniform layers not to exceed four inches (101mm) before compaction;
c. Sufficient water shall be applied to compact the 4-inch (101mm) layer readily with mechanical
compaction equipment approved by the Engineer;
d. Ponding or jetting of the backfill material in areas of special backfill will not be allowed;
The City shall take at least one compaction test in each area of special backfill. All special backfill herein
described shall be compacted to not less than ninety-five percent (95%) relative compaction as determined
by California Test Method No. 216 or California Test Method No. 231.
Measurement and Payment. Measurement of pipe conduit with special backfill shall be by the linear
foot and measured in accordance with the provisions of 306-1.6 for pipe and conduit. Payment for pipe and
conduit with special backfill shall be made at the unit price bid per linear foot of pipe or conduit with special
backfill. Such payment shall include full compensation for all material, labor, tools, equipment, and doing all
the work necessary to construct the pipe or conduit with special backfill complete in place as specified
herein.
306-1.4 Testing Pipelines.
REPLACE SUBSECTION 306-1.4.1 WITH THE FOLLOWING:
306-1.4.1 General. All project pipelines shall be tested for leakage as specified herein. Before any
pipelines are tested, they shall be cleaned in accordance with 306-1.4.7 All leakage tests shall be completed
and approved prior to placing of permanent resurfacing.
For pipelines with building sewer connection(s), where lower lateral replacement is not required, leakage
testing shall also encompass stub-outs and connection tees, wyes, taps, saddles, etc. A tee connector may
be installed to facilitate testing. All connections made by the Contractor shall be considered temporary until
all leakage testing has been completed and approved. Leakage tests shall be completed and approved prior
to backfilling the building sewer connections.
When leakage or infiltration exceeds the amount allowed by the specifications, the Contractor at its
expense shall locate the leaks and make the necessary repairs or replacements in accordance with the
Specifications to reduce the leakage or infiltration to the specified limits. Any individually detectable leaks
shall be repaired, regardless of the test results. Leakage tests shall be made on completed pipelines as
follows:
Storm Drains: Not required unless called for on Plans or in Specifications.
Gravity Sanitary Sewers 24 inches (or 600mm) or less in diameter where difference in elevation
between inverts of adjacent manholes is 10 feet (3m) or less: Water exfiltration test or air pressure
test as directed by Engineer.
Gravity Sewer 24 inches (or 600mm) or less in diameter where difference in elevation between
inverts of adjacent manholes is greater than 10 feet (3m): Air pressure test.
Gravity Sewer greater than 24 inches (or 600mm in diameter):
Air pressure test or water
exfiltration test, as directed by Engineer.
Pressure Sewer (force mains): Water pressure test at 150 percent of maximum operating pressure.
Water Pipelines - Water pressure test: Pipe specified by pressure classification, 50 psi (350 kPa)
over pressure classification. Other type of pipe, 120 percent of maximum operating pressure.
306-1.4.4 Air Pressure Test.
Project Special Provisions

D-123

Bid Documents: August 26, 2014 Update

REPLACE THE 5TH THROUGH 7TH PARAGRAPHS WITH THE FOLLOWING:


1. Sewer flow control, as required, shall be provided in accordance with 500-1.1.4.
2. The pressure exerted on the pipe by the average adjacent groundwater shall be determined as specified
in 500-5.2. Air shall be introduced into the pipeline until 4.0-psi (27kPa) gage pressure has been
reached or if groundwater is present, 4.0 psi (27kPa) above the computed pressure exerted by the
average adjacent groundwater. Reduce the flow of air and maintain the air pressure within plus or minus
0.5 psi (3kPa) for at least two minutes to allow the internal air pressure to reach equilibrium.
3. The pipeline pressure shall be constantly monitored by a gage and hose arrangement separate from the
hose used to introduce air into the line. A blow-off valve shall be provided on the test apparatus to
prevent over pressurizing the pipeline.
4. After the temperature has stabilized and no air leaks at the plugs have been found, the air pressure shall
be permitted to drop until the internal pressure has reached 3.5 psi (24kPA) gage pressure or when
groundwater is present, 3.5 psi (24kPa) above the computed pressure exerted by the average adjacent
groundwater. A stopwatch or sweep-second-hand watch shall be used to determine the time lapse
required for the air pressure to decrease an additional 1.0-psi (7kPa).
5. If the time (T) in seconds required for the air pressure to decrease the additional 1.0-psi (7kPa) exceeds
that shown in Table 306-1.4.4 (A), the pipe shall be presumed to be within acceptance limits for leakage.
(Reference to pipe diameter in the table is to the inside diameter. For pipe or liner diameters not shown
in this table, the time requirement for the next larger diameter pipe listed in the table shall be met.)
6. If the time lapse is less than that shown in the table, the Contractor shall make necessary corrections to
reduce the leakage to acceptance limits without additional compensation.
ADD NEW SUBSECTION 306-1.4.7 TO READ:
306-1.4.7 Sewer Line Cleaning. After all backfilling is complete and structure frames and covers have
been set, and prior to the performance of leakage tests, closed circuit television inspection, and acceptance
of the work, the Contractor shall, in the presence of the Engineer and in a manner approved by the Engineer,
clean and flush all pipe sewers.
A temporary sand trap of a design approved by the Engineer shall be securely placed within the outlet
pipe of the next lower manhole of the pipe sewer section to be flushed and cleaned. The sand trap shall
catch all debris flushed and cleaned. The sand trap shall catch all debris flushed downstream and prevent it
from being carried into the pipe sewer below. The Contractor shall carefully remove all debris collected by
the sand trap from the manhole.
The Contractor shall not remove any sand trap installation without first receiving the Engineer's approval.
Where sewers have been flushed without a sand trap, the City will inspect and clean existing downstream
public sewers to an extent necessary to remove material and debris at the Contractor's expense.
Cleaning and flushing shall be done either by a rubber ball or by means of a high-pressure jet of water
fed through the entire length of the line. The rubber ball manufactured for this purpose shall be inflated to fit
snugly into the pipe, and propelled through the line only by flush water introduced into the structure in back
of the ball.
The Contractor shall conduct a closed circuit television (CCTV) inspection of all storm and sanitary
sewer pipe installation, replacement and pipe rehabilitation projects in accordance with 500-1.1.5.
Such
DVD(s) shall clearly show the post-construction condition of project pipelines and sewer structures.
Manholes shall show the manhole walls plus the sewer inflow and outflow pipe-to- manhole connections.
Pipeline cleaning shall be performed prior to CCTV inspection in accordance with 500-1.1.4. The original
DVD(s) and accompanying video log reports of the CCTV inspection shall be submitted to the Engineer. The
project shall not be deemed complete and acceptance granted until the video and log reports have been
reviewed and their contents approved by the Engineer.
306-1.5 Trench Resurfacing.
306-1.5.1 Temporary Resurfacing.
REPLACE THE SECOND PARAGRAPH OF SUBSECTION 306-1.5.1 TO READ:
Temporary resurfacing shall conform as to materials, mixing and testing with applicable provisions of
400-4, Asphalt Concrete for Type III, Class F, Grade SC 800, except the asphalt percent shall be 6.0% to
7.0% of the dry aggregate weight.
Section 12.12.110, C, 4 of the Oakland Municipal Code requires that the replacement of permanent
paving shall be effected within twenty-one days of the placement of the temporary surfacing (weather
permitting).
306-1.5.2 Permanent Resurfacing.
ADD THE FOLLOWING THREE PARAGRAPHS TO THE END OF SUBSECTION 306-1.5.2
All existing pavement markings, traffic striping, and pavement markers removed or damaged as a result
of construction operations shall be replaced in accordance with 310-5.6.
Project Special Provisions

D-124

Bid Documents: August 26, 2014 Update

Permanent resurfacing materials, mixing and testing shall conform to 400-4 and shall be : 3/4
Maximum Aggregate, Medium 15% recycled Asphalt, Type A, PG64-10 asphalt concrete with a finish
surface lift of one-inch (2.5cm) maximum conforming to Maximum Aggregate, Medium 15% recycled
Asphalt, Type A, PG64-10.
Permanent resurfacing type shall be as shown on plans.
REPLACE SUBSECTION 306-1.6 WITH THE FOLLOWING:
306-1.6 Basis of Payment for Open Trench Installations.
306-1.6.1 Measurement.
306-1.6.1.a Pipe sewers shall be measured in horizontal planes from structure center to structure center.
Payment shall be made on horizontal measurement. At manholes for sewers 36 to 75 inch diameter, pay
lengths will be measured to a point two feet (0.61m) from the manhole center. (For payment purposes, the
cover center shall be considered as the structure center.)
306-1.6.1.b Building sewers shall be measured in horizontal planes from the wall of the main trench
penetrated by the building sewers to the reconnection point to the existing building sewer or to the two-way
cleanout.
306-1.6.2 Payment.
306-1.6.2.a Payment for Pipe and Conduit.
1) The price per linear foot for pipe and conduit in place shall be considered full compensation for the
pipe or conduit material, all wyes, tees, bends, and special details shown on the plans; the closing or
removing of abandoned conduit structures; the sawcutting of bituminous pavement, concrete
pavement, curbs, gutters, sidewalks, and driveways; the excavations of the trench; trench shoring,
the removal of interfering portions of existing sewers, storm drains, and improvements; the disposal
of the excavated material; the removal and disposal of contaminated material not paid by separate
item; the control and discharge of ground and surface waters not paid by separate item; the control
and bypass of the existing pipe sewer and/or conduit flows, water pollution control work as specified
in 7-8.6 unless paid by a separate bid item; the preparation of subgrade; placing and joining pipe,
supplying and placement of bedding material; supplying and placement of imported backfill material
or special backfill material; reconstruction of existing structure channels with new pipe sewer;
removing and replacing storm drain pipes including all necessary work to adjust the inlets to make
the storm drain pipes flow properly; permanent and temporary resurfacing; removal and replacement
of pavement markings, traffic striping, and pavement markers not paid by separate bid item;
replacement of curbs, gutters, sidewalks, traffic island/median and driveways; landscape restoration;
protecting and restoring all improvement as specified in section 7-9; fence replacement; removal of
debris and materials; pipeline cleaning; leakage testing; removal and replacement streetlights and
traffic signals loops; removing and replacing street and traffic signs; CCTV acceptance inspection of
the completed pipeline; and all work necessary to install the pipe or conduit, complete in place.
2) The price for each building sewer connection or reconnection to a new or rehabilitated sewer main
shall be considered full compensation for all labor, materials, and equipment to reconnect or connect
the existing building sewer to the new or rehabilitated sewer main, including new building sewer pipe
from the sewer main and beyond the trench walls as necessary. Such work shall include wyes, tees,
bends, and special details shown on the plans; the closing or removing of abandoned conduit
structures; the saw-cutting of bituminous pavement, concrete pavement, curbs, gutters, sidewalks,
and driveways; the excavations of the trench; trench shoring, the removal of interfering portions of
existing sewers, storm drains, and improvements; the disposal of the excavated material; the
removal and disposal of contaminated material not paid by separate item; the control of ground and
surface waters and the control of the existing pipe sewer and/or conduit flows, water pollution control
work as specified in 7-8.6 unless paid by a separate bid item; the preparation of subgrade; placing
and joining pipe, supplying and placement of bedding material; supplying and placement of imported
backfill material; reconstruction of existing structure channels with new pipe sewer; permanent and
temporary resurfacing not paid by separate bid item; traffic control, removal and replacement of
pavement markings, traffic striping, and pavement markers; replacement of curbs, gutters,
sidewalks, traffic island/median, and driveways; landscape restoration, fence replacement, removal
of debris and materials, pipeline cleaning; leakage testing; removal and replacement streetlights and
traffic signals loops; removing and replacing street and traffic signs; CCTV acceptance inspection of
the completed pipeline; and all work necessary to connect or reconnect the building sewer to the
new or rehabilitated sewer main, complete in place.
3) Payment for pipe sewers shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals for the design, installation and removal of the trench shoring, bracing,
and sheeting system.
Project Special Provisions

D-125

Bid Documents: August 26, 2014 Update

306-1.6.2.b Payment for Sawcut Pavement. Payment for all sawcutting shall be considered included in
pipe rehabilitation or other work and no additional payment shall be made.
306-1.6.2.c Payment for Type 2 Concrete Bedding. Payment for concrete bedding shall be considered
included in pipe rehabilitation or other work and no additional payment shall be made. Payment for
sawcutting shall include full compensation for supplying, installing and compacting of Type 2 Concrete
Bedding at locations shown in the plans/specifications or as directed by the Engineer.
306-1.6.2.d Payment for Concrete Low-Strength Material (CLSM). Payment for CLSM be considered
included in pipe rehabilitation or other work and no additional payment shall be made. CLSM installation
shall include full compensation for supplying, installing and compacting of CLSM at locations shown in the
plans/specifications or as directed by the Engineer.
306-1.6.2.e Payment for Import Backfill. Payment for imported backfill shall be considered included in
pipe rehabilitation or other work and no additional payment shall be made. Full compensation includes
supplying, installing and compacting of import backfill at locations shown in the plans/specifications or as
directed by the Engineer.
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES.
ADD THE FOLLOWING PARAGRAPH TO THE END OF THE SECTION:
Payment for Removal of Existing Structures. The plugging, abandonment and removal of conduit
and structures, unless paid by a separate bid item, shall be considered part of the pipeline construction or
rehabilitation work or part of other work and no additional payment shall be made.
ADD NEW SUBSECTION 306-9 TO READ:
306-9 PIPE SEWER AND/OR STORM DRAIN STRUCTURES.
306-9-1. General. Pipe sewer and/or storm drain structures (such as manholes, lampholes, and inlets) shall
be constructed at the locations shown on the plans or where directed by the Engineer in accordance with the
Standard Details, as specified herein, or as directed by the Engineer.
306-9-2. Existing Manholes to Remain. Where designated on the plans "Existing Manhole to Remain,"
the Contractor shall form a new channel in the manhole by removing the existing channel and laying new
pipe sewer and/or storm drain through the manhole and imbedding the new pipe in Class "C" mortar made
with Type V cement. All work shall be done as directed by the Engineer and in accordance with 303-8.
306-9-3. Lines Terminating in Cleanout. Where designated on the plans to "Construct Cleanout" at the
termination of a pipe sewer, the line may be lengthened or shortened to provide for the reconnection of all
existing building sewers to the new pipe sewer.
306-9-4. Storm Drain Inlet Trash Screen. The Contractor shall furnish and install a catch basin insert and
a curb inlet screen in all new storm drain inlets shown on the plans. Catch basin inserts and curb inlet
screens shall be a San Francisco Bay Regional Water Quality Board approved device. Approved devices
may be found at http://www.sfestuary.org/approved-trash-capture-devices/. Catch Basin Inserts shall be a
Advanced Solutions StormTek Catch Basin Insert, or approved equal. Curb inlet screen shall be an
automatic retractable curb inlet screen
306-9-5. Payment. Payment for pipe sewer and/or storm drain structures (such as manholes, catch basins,
area drains, lampholes and inlets) shall be made at the price bid for each structure and shall be full payment
for each structure complete in place, including excavating, backfilling, constructing inverts, furnishing frames
and covers and/or grates (unless otherwise provided in the Special Provisions), furnishing catch basin
inserts and trash screens, installing frames and covers and/or grates, installing catch basin inserts and trash
screens, restoring the street surface and all other work, excluding temporary resurfacing, necessary to
complete the work.

SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS


307-1 GENERAL.
ADD NEW SENTENCE AFTER THE FIRST SENTENCE OF SUBSECTION 307-1 TO READ:
The work shall include trenching, backfilling, foundations (street light, traffic signal, Tesco Panel), anchor
bolts, conduits, curb boxes, pull ropes, street lights and traffic signals, and the restoration of street surfaces:
sidewalk, roadway, curb and gutter, ADA ramps, tree wells, etc. Work shall also include modification to
existing foundations, as well as extension and connection to existing conduits, boxes and foundations. The
contractor shall safe-guard all its installation until the City accept and utilize the work.
ADD NEW PARAGRAPH AT THE END OF SUBSECTION 307-1 TO READ:
Project Special Provisions

D-126

Bid Documents: August 26, 2014 Update

All materials furnished and used shall be new and conform to the requirements shown in the standard
drawings, except such used materials as may be specifically provided for on the plans. The materials shall
be manufactured, handled, and used in a workman like manner to insure complete work in accordance with
the plans and specifications.
The location of signals, standards, signs, controls, services and appurtenances are shown on the plans.
Any relocation required due to obstructions shall be done under the Engineers direction.
All systems shall be complete and in satisfactory operating conditions at the time of contract acceptance.
The contractor shall contact the City of Oakland Electrical Department at (510) 615-5438 at least five
working days prior to start working for field markings of all City electrical and traffic signal facilities.
All salvaged equipment removed by the Contractor shall be delivered to the Maintenance Service Yard
of the City of Oakland. The Contractor shall notify the Engineer 48 hours in advance before delivering any
salvage material. The address and contact of the Maintenance Service Yard is:
City of Oakland; Department of Public Works Maintenance Service Yard
7101 Edgewater Drive; Oakland, CA 94621
Attn: James Womack; Tel: (510) 615-5435
307-1.1 Equipment List and Drawings.
ADD NEW SENTENCE AT THE END OF THE FIRST PARAGRAPH OF SUBSECTION 307-1.1 TO READ:
Where the Contractor installs electrical equipment as detailed on the plans, the submission of detailed
drawings and diagrams will not be required.
REPLACE THE LAST PARAGRAPH OF SUBSECTION 307-1.1 WITH THE FOLLOWING:
Upon completion of the Work, the Contractor shall submit two complete sets of as-built Plans showing
in detail all construction changes. Specifically one of these two sets shall be delivered to OPW Electrical
Services. Further, a reduced set of 11x17 shall be made of the as-built Plans and delivered to OPW
Electrical Services.
307-1.2 Measurement and Payment.
Traffic Signal Modifications shall be measured and paid for on a lump sum basis per location. The
contract lump sum prices paid for traffic signal modifications shall include full compensation for furnishing all
labor, materials, tools, equipment and incidental for doing all work involving the traffic signal modifications as
shown on the project Plans, as specified in the Standard Plans and Specifications and as directed by the
Engineer. The work shall include, but not be limited to the removal of existing traffic signal pole and
equipment, pull box, vehicular signal head, and traffic signal controller cabinet assembly; abandonment of
existing pole foundation, detector loops and conduits; relocation of existing signal equipment; connection to
existing pull boxes, connection and realignment of existing conduit into pull boxes; furnishing and installing
controller cabinet assembly, controller, controller firmware, cabinet communications equipment, service
pedestal, traffic signal pole, pedestrian push button post, concrete foundation, traffic signal head, pedestrian
signal head, pedestrian push button, mountings, video detection equipment, video detection camera, LED
luminaires, emergency vehicle and transit signal priority system, street name signs, detectors, splice
chamber, cables, conductors, pull box, anchor bolts, conduit, and grout; testing, controller programming,
system integration, (including adding intersection location into Citys central traffic signal control software),
network and firewall configuration, all connecting cables and functions, testing and acceptance, City
coordination, and pothole investigation, complete in place, and no additional payment will be allowed
therefor.
Plaza Pedestrian Lighting System shall be measured and paid for on a lump sum basis. The contract
lump sum prices paid for Plaza Pedestrian Lighting System shall include full compensation for furnishing all
labor, materials, tools, equipment and incidental for doing all work involving the plaza pedestrian lighting as
shown on the Project Plans E-1, as specified in the Standard Plans and Specifications and as directed by the
Engineer. The work shall include, but not be limited to the removal of existing street light poles and
luminaires in Plaza and on Telegraph Avenue; abandonment of existing street lighting conduits;
modifications to existing street light circuits; furnishing and installing pull boxes, plaza pedestrian light poles
and foundation, anchor bolts, luminaires, conduits, cables, conductors and grout; splicing, service
connection, submittals to City, City coordination, and pothole investigation, complete in place, and no
additional payment will be allowed therefor.

Project Special Provisions

D-127

Bid Documents: August 26, 2014 Update

String Lighting System shall be measured and paid for on a lump sum basis. The contract lump sum
prices paid for string lighting shall include full compensation for furnishing all labor, materials, tools,
equipment and incidental for doing all work involving with the installation of string lighting on the project
Plans, as specified in the Standard Plans and Specifications and as directed by the Engineer. The work shall
include, but not be limited to the furnishing and installing string lighting equipment, , lighting controller
equipment, pull boxes, mounting hardware and mounting cables, conduits, cables, and conductors; splicing,
service connection, submittals and requested calculations to City, City coordination, and pothole
investigation, complete in place, and no additional payment will be allowed therefor.
Fountain and Tree Uplighting System shall be measured and paid for on a lump sum basis. The contract
lump sum prices paid for fountain and tree uplighting include full compensation for furnishing all labor,
materials, tools, equipment and incidental for doing all work involving the uplighting as shown on the project
Plans, as specified in the Standard Plans and Specifications and as directed by the Engineer. The work shall
include, but not be limited to the furnishing and installing fountain and tree uplighting equipment, uplighting
control equipment, pull boxes, mounting hardware, conduits, cables, and conductors; splicing, service
connection, City coordination, and pothole investigation, complete in place, and no additional payment will be
allowed therefor.
The contract price paid for Traffic Signal Central System Software shall be measured and paid on a per
th
th
each basis for each new controller (Telegraph/16 , Telegraph/17 ). The work shall include full compensation
for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved with
expanding the existing ATMS.now traffic signal central system software for additional traffic signal
controllers.
Full compensation for all additional materials and labor not shown on the project Plans or specified,
which are necessary to complete the installation of the various systems, shall be considered as included in
the prices paid for the system, or units thereof, and no additional compensation will be allowed therefor.
Full compensation for hauling and stockpiling electrical material shall be considered as included in the
contract price paid for the item requiring the material to be salvaged, and no additional compensation will be
allowed therefor.
307-2 Maintenance of Existing and Temporary Systems.
ADD FIVE NEW PARAGRAPHS AT THE END OF SUBSECTION 307-2:
1. Prior to start of work, contractor shall perform functional test of existing street lighting and/or traffic signal
system and submit a repair request to Electrical Services. Contractor shall be responsible for all
maintenance and repairs of electrical systems during the entire duration of construction (up til project
completion sign off).
2. Relocation or reconnection of existing street light systems shall be completed before nightfall of the
same day.
3. All existing street lights and street light circuits shall be in operation during the regular lighting schedule
as defined by the serving utility.
4. All existing street lighting systems to be modified shall remain in operation until final connections are
made
5. Should the Contractor fail to meet the above requirements, City personnel will do any required work to
meet the above requirements at the Contractors expense. Similarly, any damage to existing electrical
facilities due to the Contractors construction activities will be repaired by City personnel and deducted
from any monies due to the Contractor.
307-2.1 Maintaining Existing Intelligent Transportation System (ITS) Elements During Construction
ADD NEW SUBSECTION 307-2.1 TO READ:
Intelligent Transportation System (ITS) elements include, but are not limited to communication system,
video vehicle detection system, microwave vehicle detection system, loop detection system, changeable
message sign (CMS) system, PTZ camera system, red light camera system, fiber optic system and wireless
communication system.
Existing ITS elements, including detection systems, shown and located within the project limits must
remain in place and be protected from damage. If the construction activities require existing ITS elements to
be nonoperational or off line, and if temporary or portable ITS elements are not shown, the Contractor must
provide for temporary or portable ITS elements. The Contractor must receive authorization on the type of
temporary or portable ITS elements and installation method.
Project Special Provisions

D-128

Bid Documents: August 26, 2014 Update

Before work is performed, the Contractor shall contact the Engineer to conduct a pre-construction
operational status check with Citys Electrical Division and Transportation Service Division staff of all ITS
elements and each element's communication status with the Traffic Management Center (TMC) including
existing ITS elements not shown and elements that may not be impacted by the Contractor's activities.
The Contractor must obtain authorization at least 72 hours before interrupting existing ITS elements and
its communication with the TMC.
If existing ITS elements are damaged or fail due to the Contractor's activity, where the elements are not
fully functional, the Engineer must be notified immediately. If the Contractor is notified by the Engineer that
existing ITS elements have been damaged, have failed or are not fully functional due to the Contractor's
activity, the damaged or failed ITS elements, excluding structure-related elements, must be repaired or
replaced, at the Contractor's expense, within 24 hours. For a structure-related elements, the Contractor must
install temporary or portable TMS elements within 24 hours. For non-structure-related ITS elements, the
Engineer may authorize temporary or portable TMS elements for use during the construction activities.
If fiber optic cables are damaged due to the Contractor's activities, the Contractor must install new fiber
optic cables from an original splice point or termination to an original splice point or termination, unless
otherwise authorized. Fiber optic cable must be spliced at the splice vaults or splice pull box. The amount of
new fiber optic cable slack in splice vaults or splice pull box and the number of new fiber optic cable splices
must be equivalent to the amount of slack and number of splices existing before the damage or as directed
by the Engineer. Fusion splicing will be required.
The Contractor must demonstrate that repaired or replaced elements operate in a manner equal to or
better than the replaced equipment. If the Contractor fails to perform required repairs or replacement work,
the City may perform the repair or replacement work and the cost will be deducted from monies due to the
Contractor.
If the pre-construction operational status check identified existing ITS elements, then the Contractor, the
Engineer, and Citys Electrical Division and Transportation Service Division staff must jointly conduct a post
construction operational status check of all existing ITS elements and each element's communication status
with the TMC. ITS elements that cease to be functional between pre and post construction status checks
must be repaired at the Contractor's expense.
The Engineer will authorize the schedule for final replacement, the replacement methods and the
replacement elements, including element types and installation methods before repair or replacement work
is performed. The final TMS elements must be new and of equal or better quality than the existing ITS
elements.
307-2.2 Scheduling of Work.
ADD NEW SUBSECTION 307-2.2 TO READ:
1. Work shall be so scheduled that each traffic signal and lighting system shall be completed and ready for
operation prior to opening the corresponding roadway section to traffic.
2. The traffic signal system shall be placed in operation for use by public traffic without the energizing of
street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction
with the traffic signals.
3. The Contractor will aim all traffic signal heads and level all luminaires under the Engineers direction
before placing either system in operation.
4. Traffic signal systems will not be placed in operation prior to the Engineers acceptance.
5. After the intersection is placed in operation, a five-day fully operational test period will begin. The
Contractor shall correct any failures or malfunctions occurring in that five-day period. After such
corrections are completed, a new five-day test will recommence.
6. Street lighting circuits shall be energized in the presence of the Engineer between normal working hours
of 9:00 a.m. to 3:00 p.m.
7. Lighting circuits shall be energized individually. After confirming circuit connections, all lighting circuits
shall be connected and shall remain energized for a period of not less than fourteen (14) days, on the
regular lighting schedule as defined by the serving utility. This period will be used as part of the
functional test provisions for street lighting. The Contractor shall correct any failures or malfunctions that
may occur in this period. After corrections have been completed, a new test period will recommence.
8. At each new/modified traffic signal intersection, based on availability, Electrical Services will schedule an
onsite traffic signal electrician during traffic signal turn ON/activation. One onsite signal turn ON will be
provided per signal intersection. Any additional onsite traffic signal support from Electrical Services staff
will be at the discretion of the resident engineer and will result in back charge of labor time to contractor.
307-7 EXCAVATION AND BACKFILL.
RD
ADD THE FOLLOWING TO THE END OF THE 3 PARAGRAPH OF SUBSECTION 307-7.1 TO READ:
Project Special Provisions

D-129

Bid Documents: August 26, 2014 Update

307-7.1. General. The work site shall be in a presentable condition at the end of the workday or at the
completion of work to the satisfaction of the City.
ADD THE FOLLOWING TO THE END OF SUBSECTION 307-7.1 TO READ:
307-7.1. General. The contractor shall provide all required tools, equipment, shoring, boring, steel plating
and traffic safety-warning devices.
307-7.2 Trenches.
ADD NEW SUBSECTION 307-7.2 TO READ:
Open trench shall be in accordance with plans and specifications and in accordance with the
requirements in Drawings D-30 and D-31 of the Standard Details for T-section.
a. All concrete and asphalt trenching shall be done using a trencher which cuts and trenches at the
same time. One lane at a time will be closed while cutting and trenching.
b. Trenching shall be done along score lines requiring complete flag removal.
c. All trenches will be filled with slurry. Backfill shall be per Section 306-1.3.4. Backfilling Narrow
Trenches. All concrete capping shall be no less than six inches thick and five inches wide.
Concrete capping shall be continuous with no mechanical reinforcement. Transit ready mix
vehicles shall be used. No hand or portable mixing shall be allowed.
d. The contractor shall properly dispose of all spoil (including concrete, asphalt or dirt) including all
contaminated soil and waste at no additional cost to the City. The contractor shall bear all costs to
remove all excavated material from the work site including transportation costs, dump fees,
permits, etc.
e. T-section repair is required for open trenching 6-inch width T-cut shall be installed on both side
of the trench in accordance with Drawing D-30 and D-31 in the Standard Details.
f.
All sidewalk replacement will match existing condition.
307-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS.
307-8.2 Foundations.
ADD NEW PARAGRAPHS AT THE END OF SUBSECTION 307-8.2 TO READ:
Foundation construction shall conform to the Standard Details, Caltrans Standard Specifications Section
86-203, or as otherwise detailed on the construction plans and specifications. Position of poles, controller
cabinet and service cabinet shall be marked and verified by the Contractor for approval by the Engineer prior
to excavation for foundations. The contractor shall verify the position by potholing to check for conflicts with
underground utilities prior to marking the locations. The Engineer shall approve the foundation location
before any concrete is poured.
When a foundation is to be abandoned in place, the top of foundation, anchor bolts, and conduits shall
be removed to a depth of not less than 0.50 feet below the surface of sidewalk or unimproved ground. The
resulting hole shall be backfilled with material equivalent to the surrounding material. Dispose of foundations
removed.
Streetlight shall be installed at designated locations according to plans and specifications and in
accordance with the requirements in Drawings E-72, E-73 and E-74.
In unpaved areas, construct a raised concrete pad around each controller cabinet, service pedestal, curb
box, and/or street light pole.
Contractor shall be responsible to adjust all existing street light foundations and traffic signal foundations
to allow 1 to 2 grout thickness between the bottom of pole baseplate and finished sidewalk grade. Based
on the utility location and depth, the Engineer shall direct the contractor on use of foundation type. Street
light foundations shall be per Detail E-72 or E-73. Traffic signal pole foundations shall be per Caltrans
standards.
307-8.2a Cast-In-Drilled-Hole Concrete Pile Foundations.
ADD NEW SUBSECTION 307-8.2a TO READ:
Materials used in reinforced Cast-In-Drilled-Hole (CIDH) concrete pile foundation shall comply with
Caltrans Standard Specifications Section 86-2.03B.
307-8.5 Measurement.
DELETE SUBSECTION 307-8.5
307-8.6 Payment.
REPLACE SUBSECTION 307-8.6 WITH THE FOLLOWING SUBSECTION 307-8.6 TO READ:

Project Special Provisions

D-130

Bid Documents: August 26, 2014 Update

Payment for foundations shall be considered as included in the Contract Unit Price or lump sum price in
the Bid for the work that required foundation.
307-10 STANDARDS, PEDESTALS AND MAST ARMS.
307-10.1 General.
REPLACE THE FIRST PARAGRAPH OF SUBSECTION 307-10.1 TO READ:
Street lighting, and traffic signal Standard, pedestals for cabinets, mast arm and other similar equipment
furnished shall be as shown on the Plans, Standard Plans, Caltrans Standard Plans and/or Caltrans
Standard Specifications and conform to 209.
307-10.3 Measurement.
DELETE SUBSECTION 307-10.3.
307-10.4 Payment.
REPLACE SUBSECTION 307-10.4 WITH THE FOLLOWING TO READ:
Payment for standards and/or mast arms shall be considered as included in the Contract Unit Price or
lump sum price in the Bid for the work that required foundation.
Payment for removal of existing poles and foundations shall be considered as included in the Contract
Unit Price or lump sum price in the Bid for the work that requires removal of existing poles and foundations.
307-11 PULL BOXES.
307-11.1 General.
ADD NEW PARAGRAPHS AT END OF SUBSECTION 307-11.1 TO READ:
In concrete areas, a minimum of four inches (4") of concrete will be integrally poured around the box.
The Contractor shall field locate all new pull box locations. The proposed locations shall be staked by the
Contractor and approved by the Engineer prior to installation.
All curb boxes indicated on the plans shall be as follows unless otherwise noted:
1. For streetlight circuit only - size No. 5.
2. For Traffic Signal circuit size No. 6
3. For Controller Cabinet home run size No. 6E
4. For Tesco Pedestal service PG&E size No. 2
5. For Traffic Signal Interconnect size No. 6 with 12-inch extension
Pull box covers to be installed in fiber optic only lines shall be inscribed CITY OF OAKLAND
INTERCONNECT.
Pull boxes shall not be installed in any part of a driveway, curb ramp or other traveled way unless
otherwise specified or approved by the Engineer.
All existing concrete and/or damaged street lighting curb boxes shall replaced with new No. 5 curb
boxes. All existing concrete and/or damaged traffic signal curb boxes shall be replaced with new No. 6 curb
boxes.
Contractor shall be responsible to adjust all new and existing electrical curb boxes to match finish
sidewalk grade.
Contractor shall be responsible to replace all existing City electrical curb boxes with new to match finish
sidewalk grade. Any existing curb box that is required to be raised/lowered shall be replaced with new.
Existing conduits shall be lengthened or shortened such that the conduit(s) enter the curb box at the proper
level as shown in City standard construction detail E-7.
All new and/or existing curb boxes worked on by the contractor shall be cleaned, adjusted, and
refreshed per City standard construction standard details. If the resident engineer or Electrical Services Dept
inspector deems a curb box as untidy, the contractor shall be responsible to overhaul each curb box until
deemed satisfactory.
307-11.3 Payment.
REPLACE SUBSECTION 307-11.3 WITH THE FOLLOWING TO READ:
Payment for pull boxes installed as part of traffic signals, roadway lighting, and pedestrian lighting shall
be considered as included in the Contract Unit Price or lump sum price in the Bid for that work.

Project Special Provisions

D-131

Bid Documents: August 26, 2014 Update

Payment for pull boxes installed as a part of the Interconnect System work shall be paid at the Contract
Unit Price in the Bid for each type. The unit price of pull boxes shall include full compensation to furnish all
labor, materials, tools, equipment, and incidentals required to install pull boxes, complete in place, in
accordance with the Plans, Specifications and Standard Details. The work includes, but not limited to,
pothole investigation, removal of existing pull box, saw cutting concrete and asphalt pavement, furnishing
and installing pull boxes, excavation and backfill, disposal of materials, restoring sidewalk, curb ramp,
pavement, stripping, and appurtenance damaged during construction.
307-12 CONDUIT.
307-12.1 General.
TH
REPLACE THE FIRST SENTENCE IN THE SIXTH (6 ) PARAGRAPH TO READ:
Inductive loop detector, telephone, or street lighting conduit shall be 2-inch (50mm) nominal size unless
otherwise specified in the Plans, Standard Details and/or Special Provisions. Interconnect, utility service, or
traffic signal conduit shall be 3-inch (75mm) nominal size unless otherwise specified in the Plans, Standard
Details and/or Special Provisions.
ADD NEW PARAGRAPHS AT THE END OF SUBSECTION 307-2.5 TO READ:
Unless otherwise approved by the Engineer, HDPE conduit shall be joined with the butt fusion
techniques.
Mandrels shall be at least three inches long and shall have a diameter that is at least eighty percent
(80%) of the inside conduit diameter. Any conduit run which will not allow the mandrel to pass will not be
accepted until the obstructions have been corrected.
Conduit laid in open trench shall not be covered nor shall any trench or inspection hole be backfilled until
the Engineer has approved the installation.
Conduits terminating in a curb box shall be brought into the box on a gradual upward sweep of up to 45
degrees. The Engineer will not permit any 90-degree bends into the box bottom. The conduit shall not
extend into the box more than 2" beyond the inside face of the box. Longitudinal conduit runs entering curb
boxes shall enter at their respective ends of the curb box. Lateral conduit runs shall enter at the respective
side.
All new and/or existing conduits located within curb boxes worked on by the contractor shall be cleaned,
adjusted, duct sealed, and neat per City standard construction standard details. Existing conduits shall be
lengthened or shortened such that the conduit(s) enter the curb box at the proper level as shown in City
standard construction detail E-7.
The conduit runs shall be as shown on the attached plans. The line to be followed by each run of
conduit, as indicated on the plans, is necessarily approximate. The Contractor shall determine and make
such deviations from the lines indicated on the plans as may be reasonably necessary in order to clear other
underground utilities or structures, subject to the Engineers approval. It is not contemplated or intended that
any existing underground pipes, conduits, or other existing underground structures shall be changed or
moved in order to permit carrying out the work covered by these specifications.
a. All conduits shall be installed beneath official sidewalk or roadway areas excepting riser conduits.
Conduit under a street or roadway shall be placed at a minimum depth of 36 inches for conduit
intended for interconnect or 24 inches for others below the roadway surface. Conduit under railroad
right-of-way shall be installed 36 inches below bottom of tie. Conduit placed in the ground under
sidewalks shall, as far as practicable, be placed at a minimum depth of 18-inches below adjacent
curb grade. Conduit under sidewalks shall be placed as near the adjacent existing curb position as
is practicable without making repeated bends to clear poles, water meters, and similar obstructions.
b. Conduit may be laid on top of the existing pavement within curbed medians being constructed on top
of said pavement.
c. Conduit shall be placed at a minimum depth of 18 inches below the roadway surface, with a
minimum 6" concrete cap on top of conduit.
The Contractor shall install as per Plans, Specifications and Standard Details and be entirely responsible
for the correct conduit installation method i.e. open trench, in pavement cuts, or in holes bored through the
ground from one excavation to another.
The following restrictions shall apply in appropriate circumstances:
a. The Contractor shall consult with the proper utility companies or agencies to determine the location
of their conduits, ducts, underground pipes, cables, sewers or other underground structures.
b. The Contractor shall open, by hand digging, test holes to locate existing conduits, cables, sewers or
other underground structures which could be damaged by the new installation.
c. No conduit shall run through catch basins, drainage ducts or other underground installations.
d. The Contractor shall have full responsibility for repairing any underground structure damaged by
operations.
Project Special Provisions

D-132

Bid Documents: August 26, 2014 Update

e. The City shall have the right to require any additional inspection holes the Engineer finds necessary.
f. Tunneling under streets or trenchless boring will be allowed in accordance with the Plans and
Specifications, and as permitted bythe Engineer. The Contractor is required to obtain video scan of
all sewer laterals before commencement of the boring and at the end of the bore and per the
direction of the Engineer.
g. Each conduit run terminating in a Pacific Gas and Electric (PG&E) Company structure shall
terminate not less than one-half (1/2) inch or more than one inch short of the inside wall, leaving a
recess which shall be grouted smooth into a funnel shape. The Contractor shall schedule and meet
with PG&E to determine the exact location where the conduit will terminate in the PG&E structure.
The Contractor shall repair any damage to the structure walls to the satisfaction of PG&E.
Extreme care must be exercised to avoid stepping on cable or supports or otherwise injuring cables. No
smoking or other open flames will be allowed in manholes.
307-12.6 Payment.
REPLACE SUBSECTION 307-12.6 WITH THE FOLLOWING TO READ:
Payment for conduit installed as part of traffic signals, roadway lighting, and pedestrian lighting shall be
considered as included in the Contract Unit Price or lump sum price in the Bid for that work.
Payment for conduit installed as a part of the Interconnect System work shall be paid at the Contract
Unit Price in the Bid for each type. The unit price of Conduit shall include full compensation to furnish all
labor, materials, tools, equipment, and incidentals required to install conduit, complete in place, in
accordance with the Plans, Specifications and Standard Details. The work includes, but not limited to,
pothole investigation, trenching and/or boring, saw cutting concrete and asphalt pavement, furnishing and
installing conduit, excavation and backfill, disposal of materials, restoring sidewalk, curb ramp, pavement,
striping, and appurtenance damaged during construction.

307-13 WIRES, CONDUCTORS AND CABLES.


307-13.1 General.
ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-13.1 TO READ:
Wire and cable shall be installed in continuous lengths from luminaire to curb box and from curb box to
curb box without intermediate splices.
The Contractor shall provide sufficient slack wire in curb boxes so that finished loops may extend at least
two feet beyond the enclosure limits.
Wire, cable and pull the tape or rope shall be carefully pulled in at the same time so that crossings and
wrapping are avoided. The conduit system is designed as a multipurpose system; additional electric system
will be installed in available conduit space.
Cable entering a curb box shall be protected from water during the construction period. The Contractor
may be required to replace part or all of a cable length when an unprotected end has been in water.
Splicing chambers and fuse kits shall be carefully assembled so that they are watertight.
The Contractor shall seal conduit ends with sealing compound after wire is installed. Sealing compound
shall be non-hardening, putty-like, adhesive material.
Water and/or a special lubricant approved by the Electrical Services Division are the only permissible
lubricants.
All wiring circuits and cables shall be tagged in service boxes and in each curb box. Circuits and cables
shall be identified using nylon zip tie type (with labeling plate) marked with permanent marking pen. Selfadhesive tape used by handheld label maker is not allowed. The circuit/cable ID and/or description shall be
printed on the labeling plate of the tag.
All wiring and cables shall be neatly bundled with zip ties and properly marked such that it is clear which
conduit each circuit/cable is entering and exiting the curb box. This also includes neatly bundling and
marking existing wiring and cabling in an event where new wiring or cables are pulled thru existing
conduit(s).
All new and/or existing curb boxes worked on by the contractor shall be cleaned, adjusted, refreshed,
and neat per City standard construction standard details. If the resident engineer or Electrical Services Dept
inspector deems a curb box as untidy, the contractor shall be responsible to overhaul each curb box until
deemed satisfactory.
All detector lead-in cables shall be tagged in the curb box where they splice to the loop and
magnetometer head lead-in and in the local controller. The tagging method shall be the same as described
for street light circuits.
307-13.2 Splices.
Project Special Provisions

D-133

Bid Documents: August 26, 2014 Update

ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-13.2 TO READ:


Street lighting splices shall generally use approved compression type devices, Burndy Type YC-C, or
equal. For "T" splices, the through conductor shall not be broken. Handmade splices may be used but
procedure must be approved before making up the splices.
The splice shall be taped to 1-1/2 times the thickness of the original insulation with 3/4" wide, 7 mil,
electrical tape, or approved equal. Each layer shall lap 1/4" over the preceding layer along the original
insulation. Apply waterproof sealer to finished splice and allow drying before placing in the box.
307-13.3 Payment.
REPLACE SUBSECTION 307-13.3 WITH THE FOLLOWING TO READ:
Full compensation for adding or reconnecting wires, conductors, cables (except fiber optic cable and
locator wire), splicing wires, splice chambers, and/or fuses shall be considered as included in the Contract
Unit Price or Lump Sum price in the Bid each item that requires new wires, conductors, cables (except fiber
optic cable and locator wire), splicing wires, splice chambers, and fuses.
307-13.4 Bonding and Grounding.
ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-13.4 TO READ:
Conduit bonding and the ground rod location in curb boxes shall conform to the Standard Plans.
Ground rods shall be installed in curb boxes and/or foundations as shown on the plans.
ADD NEW SUBSECTION 307-13.5 TO READ:
307-13.5 Restoration of Existing Wires and Cables.
All existing streetlights are fully functional and the Contractor shall not modify any of the existing
streetlight wirings. At locations where the Contractor must remove existing conductors to install the new
substructure, the Contractor is responsible for ensuring that existing wirings are reconnected exactly as
found or as specified in the plans and are left fully functional after new wires and cables are installed. The
Contractor shall restore any damages they make on the existing wirings. The Contractor shall conduct tests,
in the presence of the Engineer, to record the operational condition of existing wires and cables prior to
completion if it is suspected that such wires or cables are not currently fully functional.
307-14 SERVICES
307-14.1 General.
ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-14.1 TO READ:
Streetlight and traffic signal services shall be connected to the service utility's wires at those locations
shown on the plans. The Contractor shall be responsible for coordinating the service installation with the
serving utility.
At all new and modified service locations, the Contractor shall furnish conduit, curb box, conductors, and
all other necessary material to complete the installation to the service location in accordance with the serving
utility's rules and regulations. The Contractor shall pay all utility company connection.
Service arrangement for meter, fuses and circuit breakers are shown on the Plans, Standard Details or
Specifications.
307-14.2 Services on Utility-Owned Poles.
ADD NEW PARAGRAPH TO THE END OF SUBSECTION 307-14.2 TO READ:
Service riser conduit shall terminate with a service head or shall be sealed to prevent the entrance of
water, as approved by the serving utility.
307-14.4 Measurement.
DELETE THE SUBSECTION 307-14.4
307-14.5 Payment.
REPLACE THE SUBSECTION 307-14.5 WITH THE FOLLOWING
Payment for service shall be considered as included in the Contract Unit Price or lump sum price in the
Bid for the work that required new service.
ADD NEW SUBSECTION 307-14.6 TO READ:
307-14.6 Service Pedestal. For installation of new street lights or traffic signal system, a service pedestal
that conforms to 209-3.10.2 is required.

Project Special Provisions

D-134

Bid Documents: August 26, 2014 Update

All new and/or existing service pedestals worked on by the contractor shall be cleaned and neat. All
wiring shall be bundled with zip ties by circuit and properly marked. If the resident engineer or Electrical
Services Dept inspector deems wiring in service pedestal as untidy, the contractor shall be responsible to
overhaul the wiring until deemed satisfactory.
ADD NEW SUBSECTION 307-14.7 TO READ:
307-14.7 Payment.
Payment for service pedestal shall be considered as included in the Contract Unit Price or lump sum
price in the Bid for the work that required new service pedestal.
REPLACE SUBSECTION 307-15.1 TO READ:
307-15.1 General. Circuit breakers conforming to 209-3.11 shall be constructed at the locations shown on
the Plans. Circuit breakers used shall be enclosed in a Service Pedestal that conform to 209-3.10.2.
307-16 STREET LIGHTING CONSTRUCTION.
REPLACE SUBSECTION 307-16.2 WITH THE FOLLOWING:
307-16.2 Pull Box Covers. Pull box covers shall be inscribed CITY OF OAKLAND ELECTRICAL.
307-16.4 Wiring/Conductors.
REPLACE THE THIRD PARAGRAPH OF SUBSECTION 307-16.4 WITH THE FOLLOWING:
Each multiple lighting circuit shall be protected by a fuse mounted in a watertight inline fuse holder
installed in each ungrounded conductor. The fuses shall be located in handhole of street light pole and be
readily accessible. Fuse Splice Connectors shall meet the requirements of Special Provisions 209-4.3.2.
307-16.7 Service.
DELETE THE ENTIRE SUBSECTION.
307-16.8 Luminiares.
REPLACE THE SUBSECTION 307-16.8.1 WITH THE FOLLOWING:
307-16.8.1 General. HPS Luminiares shall conform to 209-4.4 in the General Provisions, and LED
Luminiares shall conform to 209-4.9 in the Special Provisions unless otherwise noted in the Plans and
Specifications.
307-16.8.5 Measurement.
DELETE THE SUBSECTION 307-16.8.5
307-16.8.6 Payment.
REPLACE THE SUBSECTION 307-16.8.6 WITH THE FOLLOWING
Payment for luminaires, including ballasts and photoelectric units, shall be considered as included in the
Contract Unit Price or lump sum price in the Bid for the work that required new luminaires.

307-17 TRAFFIC SIGNAL CONSTRUCTION.


307-17.1 General.
ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-17.1 TO READ:
City personnel shall energize and de-energize all traffic control circuits as needed and make any
necessary changes to the existing controller.
The Contractor shall deliver the controller and/or controller cabinet assembly to Citys Electrical Services
Division for testing and/or programming. The Contractor shall notify the Engineer 48 hours in advance before
delivering any material to the following address:
City of Oakland; Department of Public Works Maintenance Service Yard
7101 Edgewater Drive; Oakland, CA 94621
Attn: James Womack; Tel: (510) 615-5411
When testing and/or programming is/are done, the Contractor will be notified to pick up the controller
and/or controller cabinet assembly for installation.
307-17.2.5 Measurement.
DELETE THE SUBSECTION 307-17.2.5
307-17.2.6 Payment.
Project Special Provisions

D-135

Bid Documents: August 26, 2014 Update

REPLACE THE SUBSECTION 307-17.2.6 WITH THE FOLLOWING


Payment for controllers, cabinets, and auxiliary equipment shall be considered as included in the
Contract Unit Price or lump sum price in the Bid for the work that required controllers, cabinets, and auxiliary
equipment.
The contractor shall deliver salvaged existing controller and/or controller cabinet assembly to The City of
Oakland Municipal Service Yard.
307-17.3 Pull Box Covers.
REPLACE SUBSECTION 307-17.3 WITH THE FOLLOWING:
Pull box covers to be installed in signal systems or combined signal and low-voltage lighting systems
shall be inscribed CITY OF OAKLAND TRAFFIC SIGNAL.
307-17.5 Wiring, Conductors and Cable.
307-17.5.1 General.
ADD TO THE END OF THE THIRD PARAGRAPH OF SUBSECTION 307-17.5.1:
and approved splicing chambers.
DELETE THE SECOND LAST PARAGRAPH OF THIS SUBSECTION.
ADD NEW PARAGRAPH AT THE END OF SUBSECTION 307-17.5.1 TO READ:
Traffic signal cables shall be spliced in watertight splicing chambers. City Electrical Services Dept will
furnish Splice Chamber part #s A27, A28, A29, and F24 per standard detail drawing E-57. All other splice
chamber parts/components shall be furnished by contractor.
Each traffic signal circuit shall be protected by a fuse mounted in a watertight inline fuse holder installed
in each ungrounded conductor. The fuses shall be located in the curb boxes as shown on the plans. Fuse
kit requirements are shown in the Standard Details.
307-17.5.5 Fiber Optic Cable.
307-17.5.5.1 General
ADD NEW PARAGRAPHS TO THE END OF SUBSECTION 307-17-5.5.1 TO READ:
Fiber optic cable shall be furnished, installed, spliced, terminated, and tested by the Contractor per the
standard specifications and the latest City of Oakland Telecommunications Standards. A No. 10 AWG
orange jacketed locator wire shall be installed in conduit along with the SMFO cable(s).
Following splicing, the Contractor shall ensure that the underground splice closures are sealed
watertight and secure.
307-17.5.5.2 Installation.
REPLACE THE LAST PARAGRAPH OF SUBSECTION 307-17.5.5.2 WITH THE FOLLOWING:
The contractor shall perform all final length measurements and order cable accordingly.
Installation procedures shall conform to the procedures specified by the cable manufacturer for the
specific cable being installed, and these Special Provisions. All existing cables in existing conduit shall be
removed prior to new cable installation and shall be reinstalled with new cable, if required.
All cable installation work shall be carried out in accordance and consistent with the highest standards
of quality and craftsmanship in the communication industry with regard to the electrical and mechanical
integrity of the connections; the finished appearance of the installation; as well as the accuracy and
completeness of the documentation.
The Contractor shall make a physical survey of the project site for the purpose of establishing the exact
cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber
optic materials. The fiber shall be continuous and only be spliced at the locations shown on the Plans unless
otherwise approved by the Project Engineer.
All work areas shall be clean and orderly at the completion of work and at times required by the Project
Engineer during the progress of work.
Installation of the fiber optics cable shall not cause damage to the environment from release of toxic
chemicals and gasses over the life expectancy of the cable, and the materials utilized shall be non-toxic to
the installers.
The City shall be given at least a 48-hour notice prior to the installation of fiber optic cable into any
existing conduit. All installations within conduit shall be performed in the presence of an inspector. Any
existing communication conduit and related infrastructure damaged by the Contractors operation shall be
restored within 48 hours at no additional cost to the City.
The Contractor shall monitor the supply reel during installation to prevent violation of the bend radius
due to back wrapping, improper winding of the cable on the reel, or loosening of the cable on the reel. At all
Project Special Provisions

D-136

Bid Documents: August 26, 2014 Update

times, the Contractor shall use the proper tools and techniques for the installation of fiber optic cable. A fiber
optic cable lubricant, compatible with the jacket material of the cable, shall be utilized during the installation
into the conduit. Service loops shall be provided in pull boxes and splice vaults as shown on the Plans.
Cable utilizing water-blocking gels shall be capped to prevent the gel from flowing out of the cable. Fibers
and buffer tubes shall be protected at all times to prevent accidental damage or breakage.
Neatly and separately coil each slack fiber optic cable in pull boxes or vault and secure each coil to the
hook and rack assembly. See Plans for splice pull box installation details. The Contractor will provide 50 feet
of fiber optic cable slack at each splice location and 10 feet of slack in all other pull boxes and at the base of
each cabinet.
No. 10 AWG orange jacketed locator wire shall be installed into the conduit along with the SMFO cable.
The No. 10 AWG orange jacketed locator wire shall be connected at each pull box using wire nuts to form a
continuous circuit for the length of the installed fiber cable.
307-17.5.5.2a Installation in Conduit Occupied by Existing SIC
ADD NEW SUBSECTION 370-17.5.5.2a TO READ:
When new fiber cable is to be installed in conduit occupied by signal interconnect cable (SIC) to be
removed and salvaged, the Contractor shall first remove existing SIC according to Section 86 and the
Caltrans Standard Specifications. The Contractor shall then clean the conduit with a mandrel or wire brush
before pulling the new fiber cable through the existing conduit. After cleaning the existing conduit,
Contractor shall install fiber cable in the existing conduit according to the procedures specified by the cable
manufacturer for the specific cable being installed and these Special Provisions. All trunk fiber cable shall be
installed with an insulated locator wire or equal unless approved otherwise by the Engineer.
All existing SIC removed by the Contractor shall be salvaged and delivered to the City of Oakland unless
approved otherwise by the Engineer. The Contractor shall notify the Engineer 48 hours in advance before
delivering any salvage material. Contractor shall deliver the salvaged SIC to the following address:
City of Oakland; Department of Public Works Maintenance Service Yard
7101 Edgewater Drive; Oakland, CA 94621
Attn: James Womack; Tel: (510) 615-5435
307-17.5.5.2b Installation in Conduit Occupied by Existing Traffic Signal Cables and Other Cables
ADD NEW SUBSECTION 370-17.5.5.2b TO READ:
When new fiber cable is shown by the Project Plans for installation in conduit occupied by traffic signal
conductors and or other cables, the Contractor shall remove the existing cables and reinstall them along with
the new cable in accordance with Section 86 of the Caltrans Standard Specifications. At the Contractors
option, subject to Engineers approval, the Contractor may install a type of conduit divider or inner duct to
separate the existing conductors from the new cables or conductors. If approved by the Engineer, the
Contractor may pull new cable over existing conductors. If power-pulling equipment is used to pull new
cable over existing cable, then the following requirements apply:
Use a silicon-based lubricant without micro-roller spheres such as Polywater Silicon NN-128 or
approved equal, when pulling new cable over existing cable. Use 1.5 times the manufacturers
recommended amount of lubricant.
Do not exceed 0.75 times the new cable manufacturers recommended pulling tension when
installing new cable over existing cable.
After installation of new cable in conduit occupied by existing cable, verify that the existing cable
continues to function as it did prior to installation. Correct or replace any existing cable that does not
function properly following Contractors activities.
The Contractor shall be responsible for any damage to existing cable as a result of Contractors
operations. In addition, the Contractor is responsible for documenting and reconnecting existing cable and
wiring as found, and ensuring that it is left fully functional after new cables are installed.
The Contractor may elect to inspect and conduct tests of existing cable prior to removal, in the presence
of the Engineer, to record the operational condition of existing wires. The Contractor will not be held
responsible for any cable damage found, documented, and noted by the Engineer, as part of the preremoval inspection and testing.
307-17.5.5.3 Splicing of Fiber Optic Cable.
ADD THE FOLLOWING TO THE END OF SUBSECTION 370-17.5.5.3 TO READ:
The Contractor shall install underground splice closures in 6E pull boxes or vault as shown on the
Project Plans.
The Contractor shall make splices and terminate branch cable at locations shown on the Plans, as
approved by the Project Engineer.
Project Special Provisions

D-137

Bid Documents: August 26, 2014 Update

The Contractor shall make all splices as shown on the Plans in accordance with the splicing details.
Trunkline splicing shall be performed to provide continuity between similar strands (i.e., splice strand 1 of
upstream cable to strand 1 of downstream cable). Lateral splicing shall be made to splice the trunk cable to
the 12-strand branch cables at the individual field devices as shown on the fiber splice diagram in the plan
set. Intermediate splices may be made for convenience to connect cable segments between designated
splice locations, but no such splices shall be less than 3,300 feet apart without the approval of the Project
Engineer. The Contractor must receive approval from the Project Engineer before performing any splices
that are not indicated on the Plans.
All connectors shall be factory or factory-approved installed SC or SC-compatible connectors. All
connector bodies shall be metallic and all ferrules shall be ceramic. Connectors shall have a maximum
insertion loss of 0.50 dB and a back reflection of greater than 35 dB. After installation, all connectors shall
be cleaned with alcohol wipes and a compressed cleaning gas.
The fiber optic cable splices shall be the fusion type and shall not exceed 0.05 dB loss per splice.
Splice losses shall be measured and recorded by the splicing equipment. This measurement shall not be
used in lieu of OTDR testing of the fiber. All splices shall be tested in accordance with the requirements of
the following subsection of these specifications.
Splices shall be housed in a splice tray in a splice enclosure and in underground splice closures or fiber
termination units as shown on the Plans or specified herein. All splices shall be protected with a thermal
shrink sleeve. The Contractor shall perform all outdoor splices within a tent, truck or trailer. If the Contractor
wishes to use another type of facility for splicing, it must be approved by the Project Engineer on a day-byday basis.
Cable routed through a fiber optic splice box that requires no splicing shall have 50 feet of cable coiled
within that pull box to accommodate future splicing. Cable shall be coiled in all other pull boxes and cabinets
per Plans.
Only those fibers that are to be spliced shall be removed from the cable and buffer tubes. All other
fibers shall remain in their tubes and shall be suitably protected. The Contractor shall seal all cables where
the cable jacket is removed. The cable shall be sealed per the cable manufacturers recommendation with
an approved blocking material.
Contractor shall submit to the Project Engineer for approval the resumes with references of people who
will be performing splices. Splices shall be performed only by experienced personnel with experience
including successful completion of no less than 2000 fusion splices. Only those individuals approved by the
Project Engineer shall be allowed to make fiber optic splices.
Prior to splicing or connectorizing the fiber optic cable, the cable shall be prepared in accordance with
the method described below:
Remove jacket without damaging buffer tubes.
Expose fibers without damaging by removing buffer tube with purpose built tool.
Clean fibers and buffer tubes using a solvent designed to remove all water blocking gel from each
exposed fiber.
Solvent must not remove any color from individual fibers or buffer tubes and must not be harmful to
the MDPE cable jacket.
Cleave tools shall be used during splicing to cut the individual fibers as close to a perfect 90 angle
as possible, thus allowing the highest core to core alignment and therefore the lowest dB splice loss.
The manufacturers of cleave tools have established "end angle" cleave averages that are based on
a minimum of 150 cuts utilizing a minimum of 10 cutters. Based on these test results, the City shall
allow cleave tools that have minimum end angle averages as follows: Less than 0.70 average with
no cut of the 150 cleaves exceeding 1.5. Prior to the splicing of any fiber cable, the Contractor shall
submit to the Project Inspector the part number and manufacturer of the cleave tool along with an
"end angle" distribution chart that demonstrates the actual 150 cut end angles.
307-17.5.5.4 Fiber Optic Pigtails.
ADD NEW SUBSECTION 370-17.5.5.4 TO READ:
Fiber strands terminating at cabinets and communications hubs shall be terminated with a connectorized
pigtail. Pigtails shall be factory assembled with SC connectors with an insertion loss of 0.5dB or less.
Pigtails shall be constructed with an outer jacket and dielectric strength member. Pigtails shall of a suitable
length to be routed from fiber splice trays to the fiber termination panels. Splice bare end of the pigtail to
fiber. Match the color of single fiber pigtails with the color of the fiber to which it is spliced. Alternatively,
single fiber pigtails may be routed through colored fan-out tubing that matches the fiber to which it is spliced.
307-17.5.5.5 Splice And Cable Logging/Cable Identification
ADD NEW SUBSECTION 370-17.5.5.5 TO READ:
Project Special Provisions

D-138

Bid Documents: August 26, 2014 Update

The Contractor shall keep accurate detailed records of each splice and each splice location. These
records shall include the date each splice was made, the name of the splicer, splice location, splice loss,
fiber and tube color codes, splice tray number and position of the fiber within the tray. For each splice
closure, the Contractor shall provide the Project Engineer with a chart indicating the source and destination
of every fiber spliced in that enclosure, and indicating the tray and position within each tray. This also
applies to fibers terminated at patch panels.
To log the fiber routes, terminations and splices, the Contractor shall use a series of numbers and
letters to describe the cable, tube, fiber and location of the termination or splice. The following naming
convention shall be used as a guide to developing your documentation:
Intersection Name Sequential #
Segment Name # Strands
Buffer Tube Color Strand Color
The Contractor shall also provide identification and labeling for all new fiber optic cables. The contractor
shall submit permanent identification tags or labels and the method of attachment, for approval by the
Engineer. The cables shall be labeled at all pull boxes where cable is exposed and at the near the end at all
cable termination points. As a minimum, the labels shall state; City of Oakland, city contact phone number,
fiber strand count, fiber type, and To/From locations. Labeling shall be by mechanical methods and labels or
tags shall be non-metallic type.
307-17.5.5.7 Ethernet Edge Switch
ADD NEW SUBSECTION 370-17.5.5.7 TO READ:
The contractor shall label each switch with its intended location and deliver all switches to the City of
Oakland, Traffic Management Center (TMC) or to location directed by the Engineer for configurations prior to
installation. When configurations are completed, the contractor will be notified to pick up the switches for
installation.
The switches shall be installed in the field cabinet or on racks in a communication room. When the
switches are installed in the field controller cabinet, field devices shall be connected to the switch in the
following manner:
Port #1: Traffic Signal Controller
Port #2: Remote Communication Module of Video Detection Camera System
Port #3: PTZ Camera
The contractor shall furnish and install interface cabling and interface standard adapters needed to
interconnect the equipment with the existing devices to be interfaced. Provide all jumper cables, power
supplies/cables, GBIC and all necessary equipments required to connect to existing communication network.
Labeling shall be done in a neat, professional manner using permanent methods and products
approved by the Engineer. The Contractor shall label cables with all necessary information to properly
identify the cable and its mating connection(s).
307-17.5.5.8 Payments.
ADD NEW SUBSECTION 370-17.5.5.8 TO READ:
SMFO Trunk with Locator Wire shall be measured on a linear foot basis measured horizontally from
center of pull box to center of pull box or center of pull box to center of cabinet or termination location. The
contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment,
labeling, and for performing and coordinating the work involved in placing fiber optic cable with No. 10 AWG
orange locator wire in new and/or existing conduit, terminating cables (including furnishing and installing
termination panels, connectors and jumper/patch cables), splicing and testing cable, removing, storing,
transporting, replacing and disposing of components as specified in these Special Provisions. Slack/coil
required in pull boxes shall be incidental to the pull box installation and will not be measured or paid
separately. Removal and reinstallation of all other cables in existing conduit shall be incidental to the new
cable installation and will not be measured or paid separately.
12 SMFO Branch with Locator Wire shall be measured on a linear foot basis measured horizontally
from center of pull box to center of pull box or center of pull box to center of cabinet or termination location.
The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment,
labeling, and for performing and coordinating the work involved in placing, fiber optic cable with No. 10 AWG
orange locator wire in new and/or existing conduit, terminating cables (including furnishing and installing
termination panels, connectors and jumper/patch cables) splicing and testing cable, removing, storing,
transporting, replacing and disposing of components as specified in these Special Provisions. Slack/coil
required in pull boxes shall be incidental to the pull box installation and will not be measured or paid
separately. Removal and reinstallation of all other cables in existing conduit shall be incidental to the new
cable installation and will not be measured or paid separately.
Project Special Provisions

D-139

Bid Documents: August 26, 2014 Update

Underground Fiber Splice Closure shall be measured by each unit. The contract unit price bid shall
include full compensation for furnishing all labor, materials, tools, equipment, and incidentals as shown in the
Project Plans, specified in these Special Provisions, or as directed by the Engineer.
Edge Switch shall be measured by each unit. This shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals for doing all work involved in furnishing, installing, settingup, cabling, labeling, coordinating, testing, mounting hardware, and submittal as shown on the plans,
specified in the Standard specifications and these special provisions, and as directed by the Engineer.
307-17.6 Signal Heads.
307-17.6.1 General.
REPLACE THE THIRD PARAGRAPH WITH THE FOLLOWING:
All indications shall be 12 inches.
ADD TO THE LAST PARAGRAPH OF SUBSECTION 307-17.6.1 TO READ:
Side-mounted adapters shall be mounted on the standard quadrant facing the property line.
Engineer must approve locations for traffic signal mounting before drilling.

The

307-17.6.2 Signal Head Mountings.


REPLACE SUBSECTION 307-17.6.2 WITH THE FOLLOWING:
Signal head mounting assemblies shall be installed as shown on the plans and Standard Details.
Replaced signal mounting hardware shall be salvaged and delivered to the Maintenance Service Yard of the
City of Oakland.
307-17.6.5 Measurement.
DELETE THE SUBSECTION 307-17.6.5
307-17.6.6 Payment.
REPLACE THE SUBSECTION 307-17.6.6 WITH THE FOLLOWING
Payment for signal heads, including mountings, visors, and louvers, shall be considered as included in
the Contract Unit Price or lump sum price in the Bid for the work that required signal heads.
ADD NEW SECTION 307-17.7.5
307-17.7.5 Video Detection Camera. The Contractor shall furnish and install video detection camera and
all components as specified in these Special Provisions. The video detection shall be mounted at best
possible locations with approval from the Engineer.
The video detection complete system shall be installed and tested by supplier factory-certified installers
and as recommended by the supplier. Proof of factory certification shall be provided.
The supplier of the vide detection system shall program and configure all equipment and components for
the intended detection zones. The supplier shall work with the City to develop the detection zone
requirements, program the detection zone and test the performance of the system.
Run coaxial cable serving the cameras shall be un-spliced between the camera and controller cabinet,
with ten feet of slack provided in the controller cabinet.
307-17.7.6 Measurement.
DELETE THE SUBSECTION 307-17.7.6
307-17.7.7 Payment.
REPLACE THE SUBSECTION 307-17.6.6 WITH THE FOLLOWING:
Payment for all detectors shall be shall be considered as included in the Contract Unit Price or lump sum
price in the Bid for the work that required detectors.
307-17.8.3 Measurement.
DELETE THE SUBSECTION 307-17.8.3
307-17.8.4 Payment.
REPLACE THE SUBSECTION 307-17.8.4 WITH THE FOLLOWING:
Payment for all pedestrian signals and pedestrian push buttons, including mountings, shall be
considered as included in the Contract Unit Price or lump sum price in the Bid for the work that required
pedestrian signals and pedestrian push buttons.
REPLACE SUBSECTION 307-19 WITH THE FOLLOWING:
Project Special Provisions

D-140

Bid Documents: August 26, 2014 Update

307-19 PAINTING AND GALVANIZING.


1. Upon receipt of the lighting standards, the Contractor shall spot-prime all damaged areas with a high
quality automotive gray enamel primer equal to Sherwin Williams primer #B50N2.
2. Pole finish shall be galvanized or painted with an alkyd resin automotive enamel of one of the following
four standard colors, as per the City Outdoor Lighting Standards: a) RAL 6011 Boxwood Green, b) RAL
6009 Dark Green, c) RAL 5020 Teal Green, and d) RAL 9004 Signal Black. The thickness of the finish
enamel shall be 1.5-mil minimum.
3. Application shall be by brush or by spray without runs or holidays. The drying time between paint layers
shall be as recommended by the manufacturer.
4. When completed, the lighting standard shall have a uniformly glossy appearance with a minimum of 2.5
mils of paint on the pole and an average thickness not less than 3 mils taken at five random points on
the pole.
5. Before painting, all standards and pedestals shall be installed on their foundations and shall be painted
with the standard bolted in place.
6. Standards used for streetlight and traffic signals shall have the bottom 10 feet painted with two coats of
enamel. If a traffic signal mast arm is installed, it also shall have two coats of this enamel.
7. The traffic signal standards and controller cabinets shall be painted with two coats of enamel. Base
covers and signal head mounting brackets shall be painted to match traffic signal head color.
8. After final painting has been accepted, the pole number shall be affixed on the quadrant facing traffic.
Numbers shall read from top to bottom with the bottom numeral five (8) feet six (6) inches above
sidewalk grade as per Standard Details.
9. Previously painted standards that are relocated shall be spot-primed and repainted with two coats of
finished enamel applied as specified above.
10. Refer to Standard Details for painting colors and configurations.
11. Do not paint galvanized streetlight or traffic signal standards, galvanized mast arms or intermediate
metal conduit standards.
307-20 SALVAGE.
ADD NEW PARAGRAPH AT THE END OF SUBSECTION 307-20 TO READ:
Where an existing system is to be modified, the existing material shall be reused in the revised system,
or removed and returned to the City. The Contractor shall notify the Engineer 48 hours in advance before
delivering any salvage material. The Contractor shall unload the salvage material in an area designated by
the Engineer.
ADD NEW SECTION 307-21
307-21 Global Positioning System (GPS) Time Source
307-21.1 General. The Contractor shall furnish and install GPS Time Source per manufacturers
recommendations in providing a fully functional unit.
307-21.2 Payment. Payment for all GPS Time Source units shall be considered as included in the Contract
Unit Price or lump sum price in the Bid for the work that required GPS Time Source units.
ADD NEW SECTION 307-22
307-22 Internally Illuminated Street Name Sign (IISNS)
307-22.1 General. The Contractor shall furnish and install IISNS per manufacturers recommendations and
according to details in the Plans and these Special Provisions to make the assembly completely operational.
307-22.1 Payment. Payment for IISNS units shall be considered as included in the Contract Unit Price or
lump sum price in the Bid for the work that required internally illuminated street name signs.

Project Special Provisions

D-141

Bid Documents: August 26, 2014 Update

ADD NEW SECTION 307-23


307-23 Pan-Tilt-Zoom (PTZ) Closed Circuit Television (CCTV) Camera System
307-23.1 Installation.
The Contractor shall furnish and install CCTV camera assemblies per
manufacturers recommendations and according to details in the Plans and these Special Provisions to make
the assembly completely operational. All cables shall be concealed inside the pan-tilt unit, pole standard,
and other mounting hardware.
After all cameras are installed and tested, the Contractor shall arrange an interactive session with the
Project Engineer to fine tune the aiming and other adjustments at cameras, including the stop points and
presets for moveable cameras. This session shall enable the Project Engineer to observe the images at the
Oakland TMC while being in verbal communication with the Contractor at the camera. The Contractor shall
make adjustments as directed by the Project Engineer to establish up to 4 preset views at each camera. The
Project Engineer will continue to observe the image while adjustments are made and will direct further
adjustments as needed during this session to achieve the desired view and picture quality. A representative
of the Contractor shall accompany the Project Engineer in the TMC during this procedure.
The placement of equipment in traffic signal cabinets shall be as shown in the Plans and directed by the
Project Engineer on a cabinet-by-cabinet basis. Equipment may be placed on shelves or attached to the
underside of shelves or the wall of the cabinet.
All setup, configuration, and permanent data entry shall be performed by the Contractor with directions
from the Engineer prior to entry. Installation and configuration of video equipment and cameras shall be
performed by personnel experienced in the installation and configuration of similar systems. Such personnel
shall be particularly experienced with CCTV, fiber optic cable termination equipment, and interfaces between
such equipment.
Cameras shall use the electrical power supply 60 Hz signal for synchronization. After installation, the
Contractor shall adjust the phase setting to synchronize all cameras, and other video sources where
possible.
307-23.2 Payment. Payment for PTZ CCTV camera system shall be considered as included in the Contract
Unit Price or lump sum price in the Bid for the work that required PTZ CCTV camera systems.

SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION


ADD NEW SUBSECTION 308-2.5 TO READ AS FOLLOWS:
308-2.5 Structural Soil for Street Trees
308-2.5.1 Submittals
The ratio of the approved mix(es) shall be used as the standard(s) for preparing the Structural Soil Mix. After
the mix(es) has been approved and during the mixing process, the Contractor shall take two - 0.03 m3
quality control samples per 300 m3 of production from the final Structural Soil Mix. The samples shall be
take at random from locations in the numbered stockpiles or during production. Each sample shall be tested
for comparison to the approved mix for particle size analysis and chemical analysis with results submitted for
review and approval.
In the event that the quality control samples vary significantly from the approved Structural Soil Mix sample,
as determined by the Engineer, the Contractor shall remix and retest any lot of soil that fails to meet the
correct analysis making adjustments to the mixing ratios and procedures to achieve the approved
consistency.
308-2.5.2 Mixing
Spread the crushed stone on a paved surface to maximum depth of 6". Mix the Hydrogel and sufficient water
into a slurry and spray over the crushed stone. After the stone is uniformly wetted by the slurry, spread clay
loam evenly over the crushed stone. Spray the remaining water over the soil and mix with a loader of other
device until the mix obtains an even consistency. Do not over mix or over wet. If the mix begins to form balls
or pellets of soil around the aggregate discard the batch. Any palletized soil will be rejected.
Structural Soil Mix may alternatively be mixed in a commercial pug mill or other equipment approved by the
Engineer. Mixing should include any required soil amendments to alter soil fertility including fertilizers or pH
adjustment. After completion of the mixing and prior to installation, protect the Structural Soil Mix stockpile(s)
from rain and mix separation through erosion and excessive vibration during handling and placement. Cover
the stockpile at all times with plastic sheeting.
Project Special Provisions

D-142

Bid Documents: August 26, 2014 Update

Contractor shall procure sufficient quantities of Structural Soil Mix in advance of the time needed at the job
site to allow adequate time for final quality control testing as required by the progress of the work. Structural
Soil Mix shall be stored in piles no larger than 300 m3 and each pile shall be numbered for identification and
quality control purposes. Storage piles shall be protected from drying out, rain and erosion by covering with
plastic sheeting.
Prior to any delivery of Structural Soil Mix, Contractor shall hold a preconstruction meeting with the Engineer,
mixers and operators and submit a logistics plan to discuss schedules, methods and techniques for mixing,
delivery and installation of the material.
308-2.5.3 Delivery
Do not deliver or place soils in wet, muddy or frozen conditions. Materials shall be delivered at or near
optimum compaction moisture content as determined by ASTM D 698 (AASHTO T99). Do not deliver or
place materials in an excessively moist condition (beyond 2% above optimum compaction moisture content
as determined by ASTM D698 (AASHTO T 99). Protect Structural Soil Mix from drying out, absorbing
excess water and from erosion at all times. Do not store materials unprotected from large rainfall events.
Do not allow excess water to enter site prior to compaction. If water is introduced into material after grading,
allow material to drain or aerate to optimum compaction moisture content. Engineered Soil stored longer
than 2 days shall be inspected for water content, rehydrated and remixed as required to meet optimum
compaction moisture content.
308-2.5.4 Installation
Do not proceed with installation of Structural Soil Mix material until all subsurface drainlines, walls, curb
footings, irrigation lines and utility work in the area have been installed. For site elements dependent on
Structural Soil Mix for foundation support, postpone installation until immediately after the installation of
Structural Soil Mix. All subsurface drainage systems shall be operational prior to the installation of
Structural Soil Mix.
Excavate and compact the proposed sub-grades to depths, slopes and widths as shown on drawings. Bring
any conflict, such as underground utility lines, to the attention of the Engineer. Maintain all required angles
of repose of the adjacent materials as shown on the drawings. Do not over excavate compacted subgrades
of adjacent pavement or structures. Confirm that the subgrade is at the proper elevation and compacted as
required. Subgrade elevations shall slope parallel to the finish grade or toward subsurface drain lines.
Excavate existing native soil so that the finish grade of the bottom of the structural soil will be the same
grade as the bottom of the planted tree or minimum depth of 24", whichever depth is deeper. Contractor to
verify with tree nursery the depths of the proposed tree rootballs, submit average depths of rootballs to the
Engineer so that final depth of excavation can be determined.
Clean the excavation of all construction debris, trash, rubble and any foreign materials. In the event that
fuels, oils, concrete washout silts or other material harmful to plants have been spilled into the subgrade
material, excavate the soil sufficiently to remove the harmful material. Fill any over-excavation with
approved fill and compact to the required subgrade compaction.
Protect adjacent walls, walks and utilities from damage or staining by soil. Clean up all trash and any soil or
dirt spilled on any paved surface at the end of each working day. Any damage to the paving or architectural
work caused by the installation of Structural Soil Mix shall be repaired or replaced by the Contractor at no
additional cost. Maintain silt and sediment control devices, and provide adequate methods to assure that
trucks and other equipment do not track soil from the site.
Install Structural Soil Mix in 6" lifts and compact every 12" to 18" as required. Compact all materials to 95%
peak dry density as defined by ASTM D 698 (standard AASHTO compaction curve AASHTO T 99). Hand
tamp as necessary to protect utilities, irrigation lines and other subsurface features. Compaction testing
procedures and equipment shall be calibrated for non-cohesive soils. No compaction shall occur when
moisture content exceeds maximum as listed therein. Delay compaction 24 hours if moisture content
exceeds maximum allowable and protect Structural Soil Mix during delays in compaction with plastic or
plywood as directed by the Engineer.
The Structural Soil Mix shall be able to maintain drainage of water at 3/4" per hour after completion of
Project Special Provisions

D-143

Bid Documents: August 26, 2014 Update

compaction. Test the completed installation with a minimum of one random percolation test per 27.87 m2 of
area as follows. Dig a hole in the compacted Structural Soil Mix 10" in diameter and 10" deep. Fill with
water and let it drain completely. Immediately refill with water and time the rate of fall of the water in the
hole. The water shall recede at a minimum rate of 3/4" per hour. All testing shall be done in the presence of
the Engineer. In the event that the installation fails to percolate at the required rate, the soil in the area shall
be re-tested to determine if it meets the particle size distribution specified. Material that does not meet the
specifications shall be removed at no extra cost to the Engineer.
Bring Structural Soil Mix to finished grades as shown on the drawings. Immediately protect the Structural
Soil Mix material from contamination by toxic materials, trash, debris, water containing cement, clay, silt or
materials that will alter the particle size distribution of the mix. After the Structural Soil Mix is installed, do not
significantly delay, schedule or phase the progress or installation of the next layer of paving and planting
above/in the Structural Soil Mix.
The Engineer may periodically check the material being delivered and installed at the site for color and
texture consistency with the approved sample provided by the Contractor as part of the submittal for
Structural Soil Mix. In the event that the installed material varies significantly from the approved sample, the
Engineer may request that the Contractor test the installed Structural Soil Mix. Any soil that varies
significantly from the approved testing results, as determined by the Engineer, shall be removed and new
Structural Soil Mix installed that meets these specifications.
After the initial placement and rough grading of the Structural Soil Mix but prior to the start of fine grading,
the Contractor shall request review of the rough grading by the Engineer. The Contractor shall set sufficient
grade stakes for checking the finished grades. Adjust the finish grades to meet field conditions as directed.
Provide smooth transitions between slopes of different gradients and direction. Fill all dips and remove any
bumps in the overall plane of the slope. The tolerance for dips and bumps in Engineered Soil areas shall be
a 3" deviation from the plane in 10'. All fine grading shall be inspected and approved by the Engineer prior
the installation of other items to be placed on the Structural Soil Mix.
After the installation is completed and reviewed by the Engineer, install Filter Fabric on top of all Engineered
Soil in all areas that will be located below paving. Cut off excess fabric at the edge of the Structural Soil Mix.
308-2.5.5 Clean-Up
Upon completion of Structural Soil Mix installation, clean areas. Remove all excess fill soils, mix stockpiles
and legally dispose of all waste materials trash and debris. Sweep, do not wash, all paving and other
exposed surfaces of dirt and mud until the final paving has been installed over the mix. Avoid washing the
area until all paving has been completed.

Project Special Provisions

D-144

Bid Documents: August 26, 2014 Update

ADD THE FOLLOWING SUBSECTIONS TO READ


308-2.6 Biotreatment Soil for Biofiltration Planting Area
308-2.6.1 Submittals
The Contractor shall submit to the City Representative for approval:
1. A sample of mixed bioretention soil.
2. Certification from the soil supplier or an accredited laboratory that the Bioretention Soil
meets the requirements of this guideline specification.
3. Grain size analysis results of the fine sand component performed in accordance with ASTM D
422, Standard Test Method for Particle Size Analysis of Soils.
4. Quality analysis results for compost performed in accordance with Seal of Testing Assurance
(STA) standards, as specified in 4.
5. Organic content test results of mixed Bioretention Soil. Organic content test shall be
performed in accordance with by Testing Methods for the Examination of Compost and
Composting (TMECC) 05.07A, Loss-On-Ignition Organic Matter Method.
6. Grain size analysis results of compost component performed in accordance with ASTM
D 422, Standard Test Method for Particle Size Analysis of Soils.
7. A description of the equipment and methods used to mix the sand and compost to
produce Bioretention Soil.
8. Provide the name of the testing laboratory(s) and the following information:
(1) Contact person(s)
(2) Address(s)
(3) Phone contact(s)
(4) E-mail address(s)
(5) Qualifications of laboratory(s), and personnel including date of current certification
by STA, ASTM, or approved equal
The compost supplier will test all compost products within 120 calendar days prior to application. Samples
will be taken using the STA sample collection protocol. (The sample collection protocol can be obtained from
the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone:
631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent STA Program
approved lab. The compost supplier will pay for the test.
Bioretention soils not meeting the above criteria shall be evaluated on a case by case basis.
Alternative bioretention soil shall meet the following specification: Soils for bioretention
facilities shall be sufficiently permeable to infiltrate runoff at a minimum rate of 5 inches per
hour during the life of the facility, and provide sufficient retention of moisture and nutrients to
support healthy vegetation.
308-2.6.2 Excavating
Avoid spreading fines of the soils on the bottom and side slopes. Remove any smeared soiled surfaces and
provide a natural soil interface into which water may percolate. Minimize compaction of existing soils. Protect
from construction traffic. Protect the area from construction site runoff. Runoff from unstabilized areas shall
be diverted away from biotreatment facility.

ADD NEW SUBSECTION 308-4.4.1 TO READ AS FOLLOWS:


308-4.4.1 Street Tree Installation Street Trees shall be Platanus x acerifolia Columbia London Plane
Tree Columbia and Acer rubrum "Red Sunset -- Red Maple "Red Sunset", as noted on the plans.
A.

During planting, plant shall be picked up only by strings of root ball or bottom of root ball.
Under no circumstances shall plant be picked up by the stem. Rootball shall be irrigated by
slowly dripping hose to be sure root ball is moist but not muddy before installation.
Condition shall be checked by soil probe to be sure moisture level is maintained; overly wet
soil is more damaging than dry soil.

B. Plant box shall be lifted into prepared hole, soil depth checked, and if depth is not correct, lifted out while
soil depth is adjusted. After box is set in hole, sides are removed and bottom is left on. Cut bands and
remove box sides. If the root ball is thoroughly rooted, tip it and pull the bottom of the box from beneath
it. If it is not thoroughly rooted, leave the box bottom beneath the root ball in the planting pit.
Project Special Provisions

D-145

Bid Documents: August 26, 2014 Update

C. Fill tree pit to half full with fill soil. Fill the hole full with water. Distribute twelve (12) pounds of Osmocote
15-9-12 or equal on the fill soil in a band 3 inches wide, immediately adjacent to the root ball, not over
the entire soil surface. Fill tree pit to the top, full, with fill soil. Form a saucer the same size as the root
ball. Fill with a mixture of Agua-Gro liquid, or equal, wetting agent at 32 ounces per 100 gallons of
water.
D. Install staking per Drawings. Plant at time designated by Engineer.

ADD NEW SUBSECTION 308-4.5.1 TO READ AS FOLLOWS:


308-4.5.1 Tree and Shrub Planting.
A. Finished surfaces in planting areas shall be smooth, true to slopes and grades. Areas to be planted shall
be free of weeds, rocks, debris and heavy construction traffic. Place trees and shrubs in designated
locations and secure Engineer's approval before excavating pits, making such adjustments as may be
required.
B. Dig pits circular in outline with vertical sides as detailed on Drawings. After pits are dug, break sides to
open wall of pit for root penetration. Install perforated pipe watering tubes if shown in the plans and
details.
C. Backfill in planting holes shall be a mixture of loose soil in a finely divided condition free from rocks,
clods or lumpy material, thoroughly mixed with an equal volume of soil amendment. Fertilize Trees and
Shrubs with Agriform tablets at the rates specified in Section 212-1.5 of these Specifications. Plants shall
be set in backfill mixture, in flat bottom holes, to such depth that the top of the plant ball will be two (2)
inches above finish grade.
D. Backfill shall be watered until the backfill is saturated to the full depth of the hole. Build basins around
plants except trees in paving areas. Basins shall be formed with level bottoms and walls as detailed.
Mulch basins with wood chips, depth as specified in Drawings, and thoroughly water.
E. All trees shall be staked unless otherwise indicated on plans. Stakes shall be driven alongside rootball.
Tie trees as detailed. Place three (3) inch mulch in all shrub areas between plants. Cut leader stakes so
that top of stakes do not wear on trees. Alternatively, with permission of Engineer, leader stakes may be
removed.

308-5 IRRIGATION SYSTEM INSTALLATION.


ADD THE FOLLOWING SUBSECTIONS TO 308-5.1:
308-5.1.1 Prints On Site The Contractor shall maintain in good order in the field office one (1) complete
set of prints of all sprinkler Drawings which form a part of the Contract, showing all water lines, quick
couplers, sprinklers, valves, controllers and stub-outs. In the event any work is not installed as indicated on
the Drawings, such work shall be corrected and dimensioned accurately from the building walls on these
record Drawings.
308-5.1.2 Underground Stub-Outs All underground stub-outs for future connections, gate valves, remote
control valves and Quick Couple Valves shall be located and dimensioned accurately from two (2)
permanent features on all record Drawings.
308-5.1.3 As-Built Drawings Upon completion of the work, obtain reproducible prints from the Engineer and
neatly correct the prints to show the as-built conditions. After completing drawings, deliver them to the
Engineer.
308-5.4.3.1 Emitters And Drip Irrigation Equipment Thoroughly flush lateral lines before installing caps,
spaghetti or emitters. Thoroughly flush spaghetti before installing emitters. Locate emitters as shown in the
details. Stake emitters to ground with 6-inch wire staples. In areas visible from walkways or roads, hide
lateral lines under mulch to deter vandalism. Check emitters to prevent clogging.

Project Special Provisions

D-146

Bid Documents: August 26, 2014 Update

308-6 MAINTENANCE AND PLANT ESTABLISHMENT


ADD THE FOLLOWING SUBSECTIONS TO 308-6:
308-6.1 Preliminary Inspection and Approval Contractor shall request a preliminary inspection of planting
work upon completion of all planting. Inspection and approval of the completed work shall establish the
beginning of the maintenance period. No partial approvals will be given.
308-6.3 Plant Establishment for Trees and Other Plants. Plant Establishment shall be as specified
below; shall immediately follow, coincide with and be continuous with and during the planting operations; and
shall continue for the number of calendar days designated below after all planting is complete and accepted.
Keep areas free of undesirable weeds and grasses by hand pulling, if necessary, as specified in Sections
212-1.5 and 308-4.1.1. Maintain trees by watering, weeding, replanting, fertilizing and other necessary
operations to establish vigorous growth. Protect areas against all damage, including erosion and trespass,
and provide safeguards. Replant damaged areas and plants promptly as specified.
Maintain groundcover as specified after acceptance in a vigorous, thriving condition by watering, pruning,
cultivating, spraying and other necessary operations. Protect from damage by erosion or trespass and
provide proper safeguards. Replace unhealthy, damaged or dead material as specified.
308-6.4 Clean-Up and Final Inspection
A. Final inspection for approval and acceptance shall be made at the conclusion of the maintenance period.
Written notice requesting such inspection shall be submitted at least ten (10) days before anticipated
date.
B. Prior to being considered ready for inspection, Contractor shall have made all corrections and repairs
and have the job cleared of all weeds and debris and presented in a neat, orderly fashion.

308-8 MEASUREMENT AND PAYMENT


ADD THE FOLLOWING SUBSECTIONS TO READ:
308-8.1 Import Soil, Preparation and Fine Grading The contract price paid per cubic yard for import soil
shall be considered as full compensation for importing and placing soil, soil preparation and fine grading,
related to all work shown on the plans, specified herein and directed by the Engineer including delivery and
spreading of soil amendments and fertilizers in plant areas, fine grading and clean-up. The contract price
paid per cubic yard for import soil shall be considered as full compensation for importing and placing soil and
no additional compensation will be allowed.
308-8.2 Structural Soil, Preparation and Placement The contract price paid per cubic yard for structural
soil shall be considered as full compensation for importing and placing soil, soil preparation and fine grading,
related to all work shown on the plans, specified herein and directed by the Engineer including delivery and
spreading of soil amendments and fertilizers in plant areas, fine grading and clean-up.
308-8.3 Biofiltration Planting Area Preparation and Materials Placement The contract price paid per
square foot for biofiltration planting soil shall be considered as full compensation for importing and placing
soil, filter aggregate, waterproof liner, filter fabric, and for soil and aggregate preparation and fine grading,
related to all work shown on the plans, specified herein and directed by the Engineer, including delivery and
spreading of soil amendments and fertilizers in plant areas, fine grading and clean-up.
308-8.4 Tree 48-inch Box The unit contract price paid for planting each 48-inch box tree shall be
considered full compensation for performing all work shown on the plans, specified herein and directed by
the Engineer including delivery of tree to project site, crane rental, excavation of plant pit, installation of
backfill materials including amendments and fertilizers, placing of tree at proper grade and plumb,
installation of BioBarrier and mulch, clean-up, coordination with other trades and installations, and pruning at
1 year.
308-8.5 1- or 2- or 5-Gallon Shrub or Groundcover. The unit contract price paid for planting each shrub,
Project Special Provisions

D-147

Bid Documents: August 26, 2014 Update

at either one or two or five gallon size or groundcover as indicated on the plans, shall be considered full
compensation for performing all work shown on the plans, specified herein and directed by the Engineer
including delivery or shrub to project site, excavation of plant pit, installation of backfill materials including
amendments, fertilizers, and mulch, placing of shrub at proper grade and plumb, clean-up, coordination with
other trades and installations.
308-8.6 Plant Establishment for Street Trees and Plants The contract price paid for installing street trees
and other plants shall include performing plant establishment duties for street trees and other plants for 60
calendar days, as specified and shown on the plans, and shall include full compensation for performing all
work including watering, weeding, trash removal, pruning as directed by the Engineer, replacing dead or
dying plants as directed by the Engineer, staking and guying trees, maintaining and adjusting the irrigation
system.
308-8.7 Extended Landscape Establishment and Maintenance for Street Trees and Other Plant
Materials The contract price paid for performing extended plant establishment duties for street trees three
(3) years beyond items SP-308-8.4 for a total of 38 calendar months, as specified and shown on the plans,
shall be considered full compensation for performing all work including watering, weeding, trash removal,
pruning as directed by the Engineer, replacing dead or dying plants as directed by the Engineer, staking and
guying trees, maintaining and adjusting the irrigation system.
The landscape establishment and maintenance period shall be or a period of three (3) years and shall begin
upon acceptance and approval of the planting work by the Engineer. All warranty repair and/or replacement
items during the establishment period shall be covered under the Installing Contractors Warranty, for the
duration of the contract. Trees and plant material shall be guaranteed to be healthy and actively growing at
the end of three (3) years from the date of final acceptance by the Engineer.
The Service Scope of Work shall consist of: irrigation system management, weed prevention and removal,
spraying as needed (pest/disease control), pruning, and fertilization. Repair of damage caused by
vandalism, such as severely damaged trees, irrigation systems, erosion, etc., to be done at additional cost,
unless incidental, or covered under the Installing Contractors Warranty, with approval of the Engineer.
1. Maintenance Activities: The Contractor shall recognize that these guidelines are provided for
his convenience and shall be responsible for maintaining plants in a manner that will maintain
plant health and vigor and promote plant establishment growth, including, but not limited to:
a.

Assessment of Plant Conditions: Contractor shall examine conditions of plants, plant


watering basins, staking, watering tubes, weed growth, and mulch a minimum of every
two weeks.

b.

Irrigation: Contractor shall inspect, adjust, and maintain automatic irrigation system to provide water
as needed for plant health. Contractor shall examine the soil moisture around plants to ensure
adequate moisture and adjust/repair irrigation system as necessary to maintain optimum level of
moisture. Watering of plant materials should encourage deep rooting by watering in a manner that
the soil profile is wetted to a continuous depth of at least three inches when tested with a soil probe.

c.

Weed and Debris Control: Keep all planting areas free from weeds, paper, glass, debris, and trash
during the entire duration of the contract. Contractor shall clear the planting areas a minimum of
every two weeks. Weeds within planting areas shall be controlled by hand pulling. Use no chemical
weed killers without prior approval. No gas powered edgers or leaf blowers will be operated before
9:00 a.m. All debris trash, branches, green waste, and ground cover trimmings generated by
Contractors activities shall be hauled away from the site and disposed of properly.

d.

Pruning: Do not top trees. All pruning shall be to the standards set by the International
Society of Arboriculture (ISA) and American National Standards Institute (ANSI) to maintain
adequate clearance for vehicles, as well as upon directed by the Engineer. All pruning shall be
reviewed by the Engineer prior to work being done.

e.

Trees Fertilization: Fertilize trees with complete fertilizer as recommended by soils report as soon
as planting is complete. Coordinate watering with fertilization to water thoroughly immediately
following completion of fertilization application. Contractor to sweep all fertilizer granules from
sidewalks and driveways, as well as prevent its application on adjacent private properties. Repeat

Project Special Provisions

D-148

Bid Documents: August 26, 2014 Update

as recommended by soils report adjusting as required by the growth of the plant materials and
approval of the Engineer.
f.

Pest Control: Monitor all plant materials for insects, pests, and disease on a twicemonthly basis, and establish acceptable levels of Integrated Pest Management with the Engineer.
Utilize the least toxic method of effective control. All use of chemicals shall be by qualified, licensed
personnel following State regulations and manufacturers instructions and safety recommendations.

g.

Clean Up: Contractor shall, at the end of maintenance work day, inspect and clean sidewalks and
other areas within the limits of work of soil, other debris or materials originating from the landscaped
area or resulting from their planting establishment maintenance activities. Contractor is not
responsible for general cleaning of sidewalks other than as related to this work.

2. Frequency of Maintenance: Planting shall be reviewed/maintained on a minimum of every


two week basis. More frequent maintenance periodically may be required to maintain the
healthy condition of the plants.
3. Review of Work: Contractor shall meet with the Engineer on a quarterly basis during the
Plant Establishment Period to review the work. Periodic unscheduled inspections may be
made by the Engineer to ensure that proper maintenance is being conducted. Contractor
will be given three (3) calendar days to provide any corrective action.
Thirty calendar days prior to the end of the Plant Establishment Period, Contractor shall
request in writing a final review of the work by the City. If, upon review, the plant material
is in good, healthy condition of active growth and all landscaped areas are weed free and in a
neat and orderly condition, final acceptance shall be given effective at the end of the
designated period.
4. Additional Services: Contractor shall notify Engineer of severe damage of plant materials
or irrigation system due to vandalism. Repair of such vandalism shall be paid on time and
material basis upon approval of the Engineer.
308-8.8 Irrigation System The contract price paid for installation of the irrigation system shall be considered
as full compensation for performing all work shown on the plans, specified herein, and directed by the
Engineer, including:
1. Irrigation Point of Connection, Back Flow Prevention Unit, Controller, Gate Valve: Connection of main line
to meter, installation and connections of gate valve and installation of back flow prevention unit, installation
of irrigation controller, connection of electrical power to controller and connection of valve control wires to
controller.
2. Irrigation Lines: Saw-cutting and removing existing paving, trenching, and installing irrigation sleeves,
lines and wire, backfill, compaction and re-paving to match adjacent pavement finishes and colors.
3. Main Line and Gate Valves: Installation of main line and gate valves, including trenching, installation and
connection of irrigation line and wire, backfill, and compaction.
4. Remote Control Valves: Installation of valves, connection to main lines and laterals, connection to control
wires, and installation of valve boxes.
5. Laterals: Trenching, installation and connection of irrigation lateral lines, backfill, and compaction.
6. Heads: Installation and connection of heads, whether spray, drip, bubbler, or other, setting heads to
proper grade, and adjustment of head for proper functioning and coverage.
7. Quick Coupler Valves: Installation and connection of quick coupler valve and setting valve to proper
grade.

ADD THE FOLLOWING SUBSECTIONS TO READ


Project Special Provisions

D-149

Bid Documents: August 26, 2014 Update

308-9 HISTORICAL WATER FEATURE TREATMENT PROCEDURES.


308-9.1 Summary. General protection and treatment procedures for Historical Water Feature (Latham
Memorial Fountain) and surfaces.
1. Historic Treatment Specialist (Conservator)
2. Submit a DRAFT Historic Treatment Program (HTP) for Owners approval.
3. Work includes restoration and reinstallation of basin skirt panels (4), granite surfaces and ornamental
metal (bronze) surfaces.
4. Materials, accessories and equipment for the complete installation and treatment of these features.
308-9.2 Definitions.
definitions.

See 300-1.6 Historical Materials Demolition, Salvage and Protection for related

1. Consolidate: To strengthen loose or deteriorated materials in place.


2. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic
cement, fly ash and pozzolans, ground granulated blast furnace slag and silica fume.
3. Formed Patches: Patches made by pumping a cementitious material into a void formed by the existing
structure and form boards installed to retain the plastic cementitious material until hardened.
4. Mortar Patches: Patches formed in place by hand applied or form and pour methods.
5. Historic: Surfaces, materials, finishes and overall appearance that are important to the successful
preservation and rehabilitation as determined by Owners Representative. Designated historic elements
and surfaces are identified on plans and schedule, see Section 308-9.11.
6. Historic Treatment Program (HTP): Written document that identifies historic fabric to be encountered and
describes the means and methods used to salvage and restore historic features. Submitted as DRAFT,
for Owner review/approval. Upon Owner acceptance, serves as quality control document for work.
7. In-Kind Replication: An exact copy of an original feature. Reproductions shall match size, material and
details.
8. Match: To blend with construction and manifest no apparent difference in material type, species, cut,
form, detail, color, grain, texture or finish; as approved by Owners Representative.
9. Mock-up: An example of a repair or replicated element intended to be used in the work or example of a
repair.
10. Patina: Surface appearance acquired by a building element or work of art over time, especially when
exposed to the elements.
11. Reconstruct: To remove existing item, replicate damaged or missing components, and reinstall in
original position.
12. Refinish: To remove existing finishes to base material and apply new finish to match original, or as
identified.
13. Reinstall: To protect removed or dismantled item, repair and clean as identified for reuse and reinstall in
original position, or where identified.
14. Repair: To correct damage and defects, retaining existing materials, features and finishes while
employing new. Includes patching, piecing-in, splicing, consolidation, or reinforcing or upgrading
materials.
15. Replace: To remove, duplicate and reinstall entire item with new material. The original item is the
pattern for creating duplicates.
16. Replicate: To reproduce in exact detail, materials and finish.
17. Reproduce: To fabricate a new item, in detail to the original, in material as the original.
18. Restoration: The act or process of depicting the form, features and character of a salvaged historic item
as appeared at a particular period of time by means of the removal of features from periods in history,
and reconstruction of missing features from the restoration period.
The limited and sensitive upgrading of mechanical, electrical and plumbing systems and code-mandated
work to produce salvaged historic items functional is accepted within a restoration Work.
19. Restore: To consolidate, replicate, reproduce, repair and refinish, to achieve the identified results.
20. Retain: To keep existing items that are not to be removed or disassembled.
21. Reversible: New construction work, treatments, or processes that allow removal in the future, without
damaging historic materials.
22. Stabilize: To provide structural reinforcement of deteriorated items while maintaining the basic form at
present; also, to reestablish a weather resistant enclosure.
23. Strip: To remove existing finish down to base material.
Project Special Provisions

D-150

Bid Documents: August 26, 2014 Update

24. Spray Pressure Levels: Spray pressure prescribed in specifications shall be defined as follows:
a. Very Low Pressure Spray: Under 100 psi, 0-4 gpm.
b. Low-Pressure Spray: 100-400 psi: 4-6 gpm.
c. Medium-Pressure Spray: 400-800 psi; 4-6 gpm.
308-9.3 Action Submittals.
1. Construction Schedule for Historic Treatment Work: Provide starting and ending dates, coordinated with
Owners continuing operations and work in progress.
2. Off-Site Shop: Indicate when items shall be shipped and returned from off-site shops.
3. DRAFT Historic Treatment Program: Submit for approval before work begins. See 308-9.7
4. Product Data: For each type of product identified in the Historic Treatment Program. Include
recommendations for application and use. Include test data substantiating that products comply with
requirements.
5. Inventory of Salvaged Items: Establish an inventory that tracks the receipt and location of Owner
provided and salvaged items. Provide written update (monthly) of inventory to Owners Representative.
6. Photographs: Provide digital photographs taken before, during and following treatment. The
photographs are required as evidence to Owner and Secretary of the Interior that the Work has been
done, per the Secretary of Interiors Standards.
a. Digital photographs shall be color photographs.
b. Digital photographs shall be 5 megapixels and sized to be not smaller than 500k per photo,
in JPEG format.
c. Digitally photograph the Water Feature prior to start of treatment.
d. Provide photographs with full views as well as detailed view.
e. Provide a before and after photograph of each item salvaged feature.
f. Provide photographs on labeled and dated disk(s) with printed index proof sheet, to Owners
Representative.
7. Prototype Samples: Provide wax modeling of basin skirt surface/hole repairs for review and approval by
Owner.
8. Shop Plans: For repair and replacement of cast ornamental metal items and components. Show
methods of attachment, indicating materials, accessory items and finishes. Include field verified
dimensions and the following:
a. Template and directions for installing anchor bolts and reuse of existing anchorages holes.
b. Identification of new cast metal items with concealed Notice of Reproduction Information
Label and location on the Water Feature in annotated plans and elevations. See 308-9.12
308-9.4 Informational Submittals.
1. Qualification Data: For each historic treatment specialist, historic removal and dismantling specialists
field supervisors, specialty replication, and qualification data requested in individual specification
sections.
2. Preconstruction Test Reports: Testing of historic materials to confirm materials, the nature of
deterioration, and test reports for proposed treatment means and methods.
308-9.5 Materials Maintenance Submittals.
1. Provide extra material that match products installed and that are packaged with protective covering for
storage. Identify products with labels describing contents, including material, finish, source and location
on Work.
308-9.6 Quality Assurance.
1. Work shall comply with Secretary of the Interiors Standards for the Treatment of Historic Properties
(1995)
2. Salvage, storage, restoration and reinstallation of historic items shall comply with the American Institute
for Conservation of Historic and Artistic Works Code of Ethics and Standards of Practice (Latest
Edition)
3. Aggressive or destructive cleaning methods and materials will NOT be allowed.
4. Removal Tools: see 300-1.6.10
5. Historic Treatment Specialist (Conservator) Qualifications:
Project Special Provisions

D-151

Bid Documents: August 26, 2014 Update

a. Professional Conservator in practice for a minimum of 10 years. The professional


Conservator has most likely attended one of the very few graduate programs in conservation
where they focused on the diagnosis and treatment of outdoor sculpture, monuments or
architectural materials and has since either worked for an cultural institution or conservation
practice conducting treatments on stone, metals and other materials in a public setting.
b. The Owner recognizes that there are significant differences in the training, knowledge and
work experience brought to the Work by conservators working with team of professional
restorers, when compared to services provided by general maintenance contractors only.
The Owner is NOT looking for a maintenance company or general contractor to conduct
these treatments. The definition of a Conservator is well described by both the AIC
(American Institute for Conservation of Historic and Artistic Works) and the National Park
Service (NPS Essential Competencies for an Architectural Conservator).
c. A senior Conservator that is a Professional Associate or Fellow, long-time member-in-goodstanding, of the AIC (American Institute for Conservation of Historic and Artistic Works)
fully conversant and compliant with the AIC Code of Ethics and the AIC Standards of
Practice. The senior Conservator ranked by the Owner as a senior member of the
conservation profession not by age or title, but by proven track-record.
d. A continuous history of professional development utilizing workshops, seminars,
conferences, committee activities and publication opportunities to both keep up with trends
and discoveries in the field and to contribute knowledge to others.
e. Direct experience working on outdoor monuments, stone and metals and meeting strict
public standards in projects that are physically and administratively complex, and where
teamwork, proper sequencing and reliability are critical.
f. Available to coordinate the treatments in a critical amount of time and with a reasonable
amount of flexibility and cooperation with allied professionals and on-site needs. Local
Conservators may receive preference.
g. Qualifications will be met by individuals only, not firms. The qualified Conservator must be
on-site supervising treatments at all times that treatments are being performed by
professional restorer or assistant conservators.
h. Provide a professional resume or CV and three clients or project managers as references for
projects of a similar nature.
i. Field Supervisor Qualifications: Full time supervisor experienced in historic treatment work
similar in nature, material, design and extent to this work. Supervisor shall be on Work site
during times that historic treatment work is in progress.
j. Dismantling Specialist Qualifications: May be the same as Historic Treatment Specialist
(Conservator). Record of three verifiable projects with a record of successful in-service
performance.
k. Listed specialty contractors have shown qualifications for the work in this project.
l. Conservator:
Molly Lambert
Architectural Conservation, Inc.
510-849-3811 lambert@there.net
Tracy Powers
Tracy Powers Objects Conservation
415-824-8762 tracybpower@gmail.com
Emy Kim
Emy Kim Objects Conservation
646-283-0027 info@emykim.com
Rosa Lowinger
Rosa Lowinger & Assoc.
310-383-4710 rlowinger@rosalowinger.com
Linnaea Dix-Dawson
Silverlake Conservation, Inc.
323-936-9519 silverlakecons@mindspring.com
Donna Williams
Williams Art Conservation, Inc.
Project Special Provisions

D-152

Bid Documents: August 26, 2014 Update

323-462-2346 wacincconserve@sbcglobal.net
m. Stone Repair and Cleaning:
Sullivan Masonry & Restoration, Inc.
415-543-0750
Quarry House, Inc.
415-482-9094 www.quarryhouseinc.com
n. Bronze Restoration, Casting and Patina and Field Repairs:
ArtWorks Foundry, Inc.,
510-644-2735 www.artworksfoundry.com
Historical Arts & Casting, Inc
800-225-1414 www.historicalarts.com
o. Or approved qualified specialist.
308-9.7 Historic Treatment Program.
1. Submit a written DRAFT Historic Treatment Program for approval thirty (30) days before start of Work.
Approved program to include each phase or process, protection of materials during operations, control of
runoff during cleaning and treatment processes. Describe in detail materials, methods, and equipment
to be used for each phase of work. Provide written program, product and equipment list with schedule
for routine maintenance of stone and metal materials, post restoration. Show compliance with identified
methods and procedures related to historic treatment.
2. Review manufacturers written instructions for precautions and effects of historic treatment procedures
on materials and components.
3. Review and finalize historic treatment construction schedule; verify availability of materials, equipment
and facilities.
4. Review qualifications of personnel assigned to the work and assign duties.
5. Review material application, work sequencing, tolerances and perimeter fencing protection and
scaffolding for treatment program.
6. Approved Historic Treatment Program, confirming schedule, product data and personnel assignments
are required before start of Work.
308.9.8 Storage and Protection of Historic Materials.
1. Existing Historic Materials to Remain:
a. Enclose the Work with a perimeter fence.
b. Protect existing items to remain against damage and soiling from historic treatment
procedures and construction work.
c. Use covering materials and masking agents that are waterproof, UV resistant, and shall not
stain or leave residue on applied surfaces.
d. Do NOT deface or remove existing materials.
e. Do NOT attach protection to historic surfaces except as identified as part of the Historic
Treatment Program and approved by Owners Representative.
2. Salvage Inventory: Maintain a catalog record system identifying salvaged features by number,
description, original location and digital photograph of item. Update on a monthly basis and distribute to
Owners Representative. Catalog shall track each feature through construction to completion and status
of restoration.
3. Storage and Retrieval: When removed from existing location or transferred from Owners storage facility,
catalog and store historic items within a weather tight enclosure where protected from theft, rain,
condensation or groundwater.
308.9.9 Protection and Installation.
1. Salvaged features shall be protected throughout construction to substantial completion.
2. Salvaged features that are scratched, marred, stained, discolored or damaged, as determined by
Owners Representative review, where touch-up cannot be accomplished, shall be replicated in kind by
the Contractor.
3. Repair and clean historic items as identified and to functional condition for reuse. Protect items from
damage during transport and storage.
Project Special Provisions

D-153

Bid Documents: August 26, 2014 Update

4. Reinstall items in original locations. Coordinate with installation requirements for new materials and
equipment. Provide connections, supports, and miscellaneous materials to produce functional item for
use intended.
5. Weather Limitations: Proceed with historic treatment of ornamental metal only when existing and
forecast weather conditions are within the environmental limits set by each manufacturers written
instructions and specific requirements.
Provide enclosures as needed if forecast conditions are at variance with the scheduled work causing a
delay in the progress of the work or at variance with the curing of materials.
308.9.10 General Requirements for Water Feature Restoration.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

11.

12.

Halt the process of deterioration and stabilize conditions.


Retain existing materials. Repair and consolidate rather than replace.
Use reversible processes.
Use historically based repair and replacement materials and techniques.
Record existing work before each procedure preconstruction and progress during the work with digital
photography.
Storage or sale of removed or dismantled items on site is NOT permitted.
When missing features are identified to be repaired or replaced, provide features whose designs are
based on historical duplications rather than on conjectural designs, subject to approval of Owner.
Salvaged items used as Models for Replication shall be kept for the duration of the Work. At
completion, all Models for Replication shall be returned to the Owner.
Replications shall match the historic original in kind.
In preparing salvaged or reproduced items for reinstallation in the Water Feature, the general objective
shall be to clean, consolidate and patch areas of loss and replace missing elements to provide a uniform
and consistent appearance among items as would have been when the Water Feature was in use during
1913.
Salvaged historic items shall be treated in a manner that shall retain visual evidence of age patina.
The desired appearance after treatment for salvaged historic items shall be that of items retaining the
integrity of original aesthetic character without subsequent overt damage by vandalism, neglect or
invasive refurbishing.
Restoration Materials:
a. Select and use restoration materials and equipment in accordance with accepted
conservation practices to prevent scratching, marring, defacing, staining, discoloring or
degrading surfaces being restored.
b. Materials used in restoration shall conform to Standard Conservation Practices and Archival
Preservation Standards as specified. The selection of specific materials shall be dependent
upon the condition of the features and the results of job site tests and sampling conducted
by the Contractor.
c. Conservation Concept of Reversibility shall be employed where supportive of the desired
outcome and shall be waived in those specific instances where adherence to the standard
prevents restoration of the historic appearance of the feature. In these instances, the
Contractor shall submit notice of deviation from the standard to the Owners Representative
for approval with a description of the alternative practice and reason for its use.
d. Use restoration materials only on surfaces that are recommended by the restoration material
manufacturer or accepted conservation practices.
e. Contractor shall inspect and confirm that materials used in the restoration process are in
compliance with codes and regulations.

308-9.11 Shop Plans - Basin Skirt Panels.


1. Provide full size molds with complete dimensions for new metal components, animal details and
concealed anchorage mounts.
2. Templates and directions for installing concealed anchorages for each skirt panel location
3. Modification of panel wax molds to accommodate existing hole repairs. Provide features with designs
based on historical duplications rather than on conjectural designs, subject to approval of Owner.
4. Return original Basin Skirt Panel castings (2) to Owner in condition that was accepted. Remove foreign
substances added during moldmaking and handling.
308-9.12 Samples for Verification.
Project Special Provisions

D-154

Bid Documents: August 26, 2014 Update

1. Provide wax casting used for mold making for Owner inspection, prior to manufacturing.
2. Incorporate Notice of Reproduction Information label on concealed interior surface of each wax casting.
Text lettering, 18 pt height, to include:

LATHAM MEMORIAL FOUNTAIN


CITY OF OAKLAND
REPRODUCTION BY (FOUNDRY NAME)
DATE _________
3. Provide two (2) casting of each original panel, with approved patina color ready for installation. Target
color will be Dark Black-Green with Blue Highlights. Provide sample panels (3x6) for field review and
Owners approval. Casting to be silicon bronze Everdur art bronze alloy.
4. Anchor bolt shall be integral to the casting, non-corrosive and compatible with each metal material
anchored.
308-9.13 Specific Features Restoration- Granite.
1. Granite shell form basins, plinth base pads, central column, and abacus cap slab.
a. Protect granite: The conservation work shall use the gentlest means possible to treat (clean,
compensate and reintegrate) the granite without causing short or long term damage or
deterioration to the stone.
b. Prohibited cleaning materials and methods include: Power washing (100 PSI), power driven
abrasives, polishers, buffers, coarse or damaging abrasives, acids of ANY dilution, acidic
products at ANY dilution.
c. Provide cleaner product and solution to reduce metallic staining, mineral accretions and
grime. Any poultices containing chelators must use chelators specific to the metal ion being
removed (copper) and must not be damaging to the stone matrix (silicates).
d. It may not be possible to safely remove all soiling or staining from the stone. In those cases,
the Owner prefers to allow age value of the stone to remain rather than risk damage.
e. Repoint mortar cracks and holes in existing mortar. Mortars used for filling losses in the
stone, pipe holes or in the repointing will be lime based and match the historic materials in
composition and appearance.
f. Patch existing drain holes in basin floor and embed new drain pipes installed in granite
basins. Produce water resistant plug with non-shrink, nonmetallic grout or hydraulic
controlled expansion cement formulation.
308-9.14 Specific Features Restoration- Bronze.
1. Bronze lettering, figures, florets, swags, planter bowl, and basin skirt panels.
a. Protect bronze: The conservation work shall use the gentlest means possible to treat (clean,
remove or reduce corrosion products) without causing short or long term damage or
deterioration to the metal.
b. Power washing (100 PSI), walnut shell based blasting media or other form of nondestructive
media may be used for selective cleaning of metal surfaces on the fiqures and planter bowl,
with approval of Owners Representative.
c. Patching materials match existing in-kind.
d. Preserve existing stable Dark Black-Green patina. Coordinate matching of field applied
patina with color work performed in off-site studio.
e. Excavate active pits of chloride corrosion, chemically passivate with museum conservationbased treatment.
f. On lettering and other small elements, clean loose corrosion with hand methods. It may not
be possible to safely remove all soiling or staining from the metal. In those cases, the
Owner prefers to allow age value of the metal patina to remain as foundation for the finish
patina color rather than risk damage.
g. Repair structural cracks in bronze using TIG welding methods with local heat isolation to
minimize damage to surfaces.
Project Special Provisions

D-155

Bid Documents: August 26, 2014 Update

h. On exposed bare metal locally repatinate to further passivate.


i. Test fit anchor holes and provide shims as required to stabilize fit and alignment of panels.
Install Basin Skirt Panels (4) concealed anchor rods with epoxy cement.
j. Apply protective hot wax and visually integrate surface using tinted cold wax coating.
k. Prohibited cleaning materials include alkaline materials or products.
308-9.15 Execution.
1.
2.
3.
4.

5.
6.

7.
8.

Enclose Work with perimeter fence and install scaffolding for access to Water Feature surfaces.
Protect surfaces from historic treatment procedures.
Protect existing drains from pollutants, debris and blockage.
Protect existing historic materials during application of chemicals.
a. Cover surfaces with chemical resistant protective materials.
b. Collect and dispose of runoff from chemical operations.
Supervisory personnel attendance on site when historic treatment work is in progress.
Notify Owners Representative of visible changes in the intergrity of materials or components whether
due to environmental causes including biological attack, UV degradation, freezing, thawing; or due to
structural defects including cracks, movement or distortion.
a. Do not proceed with the work in question until directed by Owners Representative.
When Work requires existing features to be removed or dismantled and reinstalled, perform these
operations without damage to the material itself, to surrounding materials, or the substrate.
Identify new and replacement material and features with permanent marks hidden in the completed
work. Record a legend of identification marks and the locations of the items on record Drawings.

308-9.16 Historic Removal and Dismantling Schedule. The following work items shall be part of the
Historical Treatment Program (HTP) and overlap with installation of the Water Feature mechanical work see
308-10. Scheduling, coordination and protection of work in the restricted space of the Water Feature shall
be a primary requirement.
1. Existing items to be removed by the Historic Treatment Program work.
a. Basin plumbing manifold, ferrous, 2 inch
b. Basin gate valve, bronze, 2 inch
c. Basin floor drain pipes, ferrous, 1.5 inch
(Plumbing shall be replaced as part of new mechanical system.
Coordination for installation and packing of new drain
Pipes by HTP, prior to installation of new schedule 40 PVC drain manifold)
d. Skirt Panel Anchor Shields in Granite
(New Anchor hardware shall be installed with new (4) panels)
2. Existing items to be replicated and reinstalled by Historic Treatment work
a. Basin Skirt Panel #1 Lotus and Acanthus Leaves
b. Basin Skirt Panel #2 Calla Lily and Cattails
(Replicate and repair as approved, (2) of each design. Installation of new drain manifold
scheduled before new HTP skirt panels will be installed.)
c. Bronze equalizer pipe on basin wall rim, 1
(Replace missing bronze pipe segment and regrout)
d. Bronze overflow drain and grate, 2
(Clean and install existing grates and screws)
3. Existing items to remain after Historic Treatment cleaning
a. Granite plinth base slab, 4
b. Granite shell form basins, 4
c. Granite central column and cap, 1
d. Granite carving, Lion Head, 1
e. Granite carving, Bear Head, 1
f. Bronze lettering Dedication Text
g. Bronze spout, Lion Head, 1
h. Bronze spout, Bear Head, 1
i. Bronze plaque on central column, 1
j. Bronze florets on corners of central column, 4
Project Special Provisions

D-156

Bid Documents: August 26, 2014 Update

k. Bronze swag on central column, 1


l. Bronze equalizer pipe in basin rim, 2
m. Bronze figures and planter on top of central column abacus cap slab
308-9.17 Cleanup and Repair.
1.
2.
3.
4.
5.
6.

Upon completion of restoration, remove tools, equipment and materials from site.
Repair construction or surfaces soiled or damaged by restoration activities.
Clean surfaces of work from marks, mortar and grout residue and construction stains.
Broom clean adjoining public surfaces.
Clean planting areas of demolition materials and debris.
Remove perimeter fence, barriers and scaffolding.

308-9.18 Final Inspection


1. Following completion of all work as prescribed in the documents and Historic Treatment Program,
inspect stone and ornamental metal surfaces for damaged finishes. Provide repairs.
308-9.19 Payment. The contract price paid for Historical Water Feature Procedures shall be considered as
full compensation for performing all work shown on the plans, specifications and directed by the Engineer.

ADD THE FOLLOWING SUBSECTIONS TO READ

308-10 HISTORICAL WATER FEATURE SYSTEM INSTALLATION


308-10.1 Summary. General installation procedures and materials for Historical Water Feature (Latham
Memorial Fountain) mechanical systems.
1. Materials, accessories and equipment for the complete installation of these nonpotable water
recirculation, filtration and storage systems.
2. Coordinate installation of mechanical systems with ongoing Historical Treatment Program (HTP) and
protection of historical surfaces.
3. The Drawings are essentially diagrammatic and indicate the desired location, size, routes, connection
points, etc. and are to be followed as closely as possible. The exact finish location and elevation of
remote valves and enclosures shall be field verified with Owners Representative.
308-10.2

Action Submittals:

1. Construction Schedule for Water Feature Work: Provide starting and ending dates, coordinated with
Owners continuing operations and Historic Treatment Program work in progress.
2. Fountain Equipment Shop Drawings: Submit for approval before work begins. Incorporate manufacturer
installation drawings and maintenance instructions. Fountain installation drawings to include complete
fountain hydraulic, mechanical and electrical design, equipment details and installation notes.
Engineer stamped/sealed drawings of direct burial pump vault system and underground storage tank are
the sole responsibility of the purchaser.
3. Product Data: For each product identified in the Water Feature Drawings and Schedule, see 308-10.7.
Include product data substantiating that products comply with requirements. Provide URL for
manufacturers website. Website or printed literature must provide access to technical data, images and
general product information. Provide manufacturers address and telephone number for product
support.
4. Photographs: Provide digital photographs taken before, during and following installation. The
photographs are evidence to Owner that the Work has been done.
a. Digital photographs shall be color photographs.
b. Digital photographs shall be 5 megapixels and sized to be not smaller than 500k per photo, in
JPEG format.
c. Provide photographs on labeled and dated disk(s) with printed index proof sheet, to Owners
Representative.
Project Special Provisions

D-157

Bid Documents: August 26, 2014 Update

5. Video: Provide video tape record with soundtrack of Operation & Maintenance Training session for
Owner staff at completion of installation
6. O&M Manual: Provide draft version of O&M Manual for review and editing by Owners Representative
and Water Feature Design Consultant. After approval of draft, provide PDF copy and three (3) printed
copies of Operations & Maintenance Manual, incorporating text and graphic files by manufacturers.
Individual Plan, PLC Program Notes and Diagram pages (8.5x11) of Field Copy (#1) to be fully
laminated and bound with printed loose leaf pages of text/manual documents, in moisture resistant 3
ring binder with cover/wrapper. Office copies (#2-#3) to be loose leaf pages of plans, diagrams, text and
manual documents, bound in 3-ring binder.
308-10.3

Quality Assurance

1. Qualification Data: The contractor performing the work of this Section shall have successfully engaged in
the respective trade for at least five (5) years immediately prior to commencement of the Work.
2. The equipment shown on the Drawings represents the first listed items in the specifications.
3. Contractor shall be responsible for all field coordination and installation of approved equal product to
provide a fully working and warranted system.
4. Contractor shall submit detailed shop drawings for product used other than the first listed specified
items. Shop drawings shall include details and quality equal to the original plans and construction
documents.
5. Contractor shall provide engineering for structural and anchorage requirements for proposed equipment
not the first listed specified equipment.
6. Contractor is responsible to provide a factory certified representative to start-up and provide on-site
training for Owner staff on water feature mechanical equipment.
308-10.4

Delivery, Storage and Protection

1. Handle products per manufacturers instructions.


2. Handle units carefully to position consistent with shape and design. Lift and support only from
designated support points.
3. Blocking and lateral support during transport and storage. Use clean, non staining materials, without
causing harm to exposed surfaces. Provide temporary lateral support to prevent bowing and warping.
4. Mark units with date of production in location not visible to view when in final position.
5. Wrap and protect finished products from damage during shipment, delivery, storage and installation.
Replace products damaged prior to installation.
6. Deliver products to site factory assembled, plumbed, and ready for installation.
7. Store products covered, in dry area, elevated from the ground. Products shall be labeled by type and
installation location.
8. Deliver touch-up finish coating materials in manufacturers labeled containers. Store materials per
manufacturers instructions.
308-10.5

Warranty

1. Provide manufacturers warranty, shall be one (1) year against defects in materials and workmanship.
308-10.6

Product Quality

1. Materials and equipment shall be new, of the best quality for the purpose intended, and shall be clearly
marked with the manufacturers name, nameplate, data, stamp or rating.
2. As far as practicable, materials and equipment shall be of one (1) manufacturer.
308-10.7

Water Feature Equipment

1. Direct Burial Pump Vault, Custom #RDP-2 Special, Roman Fountains Corp. 800-794-1801
www.RomanFountains.com
a. Vault: 1) 4-0 x 46 x 32 deep, heavy duty FRP vault with white gelcoat interior and brown
gelcoat exterior. Vault fabrication includes wall transition pipe fittings for integral floor sump,
ventilation, electrical conduit, makeup water and suction/return lines, per custom equipment
layout.
b. Vault Access: Furnished with Tile-Set Vault Hatchway, consisting of an extruded aluminum
Project Special Provisions

D-158

Bid Documents: August 26, 2014 Update

frame (1) with built in perimeter anchor flange. 1 deep fillable aluminum pan w/ reinforced
galvanized wire mesh for field applied bedding of architectural flooring material. Heavy duty
Type 316 continuous stainless steel piano hinge, compression shocks to be factory
adjusted/rated for specified flooring material weight, automatic hold open arm and 0.5 frame
drain line.
c. Hatch with standard slam lock (Type 316 SS), removable exterior turn/lift handle with a spring
loaded ball detent, flush gasketed removable screw plug for key wrench and separate cylinder
lock. Hardware zinc plated and chromate sealed. Aluminum pan 0.25, rated for 300 PSF live
load.
d. Equipment: 1) #RWS-VS300 self- priming variable speed pump (Pentair VFD) with integral
suction strainer; 1) #RCCF-075 cartridge filter (75sf); 1) 80 watt UV sterilizer; 1) sump pump
(1/3 hp) with integral float switch; 1) #RMS-075-NS fill manifold assembly; 1) 250 CFM vent fan
with 4 duct transition; 3) CPVC (Jandy Neverlube #4716) 2-2.5 2 way Valves and 1) 2.5-3 3
way remote inground CPVC valve (Jandy #4719), with 24VAC activator (Jandy #2444), per plan.
e. Electrical System: 1) #RPCP/RLCP U.L. 508 listed control panel in NEMA 4 enclosure. Control
panel includes; main disconnect; pump starter with circuit breaker, contactor and adjustable solid
state overload, single channel programmable programmable time switch(s), HOA switch(s),
lighting contactors, GFCI breaker(s) and water level/low level cutoff control circuit. 1)
programmable logic controller (PLC) with 16 output memory module; 1) thermostat switch for
vent fan; and 1) vault service light.
f. Assembly/Testing: Unit pre-wired, pre-plumbed and factory tested, prior to shipment. Power
requirement: 120/208 V, 1-Phase.
2. Site Plumbing, Accessory to Installation of Direct Burial Pump Vault Fabricated by Contractor
a. Vent Cap: 2) #RVC-400 Cast Iron Vent Cap, epoxy coated DUCO cast iron with recessed allen
socket set screws, vandal resistant design. Install on 4 inch air ducts installed by Contractor.
Source: Roman Fountains
b. Control Valve: 2) True Union Ball Valve, schedule 80 PVC, EPDM seats and seals. 1 TUBVE-SxT. Spears True Union #I-2000, Asahi Duo-Bloc , or equal.
Requires 10x17 rectangular utility box, see 308-5.
c. Site Piping: Installation of schedule 40 PVC pipe and fittings as required for completion of
recirculation system. Transition fittings required for existing bronze and galvanized pipes
serving existing central column overflow drains and wall spouts. New schedule 40 PVC drain
manifold connecting Basin Drains to basket filter and storage tank.
d. 3 Way Valve: 1) 2.5-3 3 way remote inground CPVC valve (Jandy #4719), with 24VAC
activator (Jandy #2444), inch conduit/cable connection to equipment vault and PLC control
system, per plan. Requires 10x17 rectangular utility box, see 308-5.
3. Storage Tank, Underground, 1,000 Gallon, Custom: #TBD Blue Bruiser Septic Tank NORWESCO
800-328-3420 www.Norwesco.com
a. Tank: 1) 102 L x 60 W x 58H, HDPE rotationally molded, seamless one piece construction,
UV stabilized polyethylene plastic, ANSI/NSF Standard 61 approved for storage of potable
water. 2) 4 inlet/outlet connections and 2) 20 dia manways with lids. Tank to be vented.
Notice - Single compartment tank, without internal baffle. Delete factory installed 4 septic outlet
fitting to allow site fitting of pump suction line and foot valve. Factory install 4 double threaded
tank adapter, polypropylene (#62171 or equal) at both 4 ports to accept schedule 40 PVC
fittings.
b. Manway: 20 dia Manway Extension #62396 (24)
Field cut for adjustment to final site depth conditions.
Source: NORWESCO
c. Vent Cap: 1) #RVC-400 Cast Iron Vent Cap, epoxy coated DUCO cast iron with recessed allen
socket set screws, vandal resistant design.
Source: Roman Fountains
d. Manway Access: 1) #RBH-TS-30 Tile-Set Vault Hatchway, 30x30.
Source: Roman Fountains
Furnished with Tile-Set Vault Hatchway, consisting of an extruded aluminum frame (1) with built
in perimeter anchor flange. 1 deep fillable aluminum pan w/ reinforced galvanized wire mesh
for field applied bedding of architectural flooring material.
Heavy duty Type 316 continuous stainless steel piano hinge, compression shocks to be factory
adjusted/rated for specified flooring material weight, automatic hold open arm and 0.5 frame
drain line
Hatch with standard slam lock (Type 316 SS), removable exterior turn/lift handle with a spring
loaded ball detent, flush gasketed removable screw plug for key wrench and separate cylinder
Project Special Provisions

D-159

Bid Documents: August 26, 2014 Update

lock. Hardware zinc plated and chromate sealed. Aluminum pan 0.25, custom upgrade, rated
for 300 PSF live load.
e. Tank Level Sensor: 1) #RCOM-RNF Remote Location Sensor Housing Makeup/Low Level
Cutoff Control unit with sch 80 PVC housing, 2) suspension type float switches with integral 6 ft
long float cable. 100 ft/4 conductor sensor cable, 0.5 (F) NPT conduit connection and stainless
steel fasteners.
Source: Roman Fountains
4. Universal Basket Filter, Light Traffic Rated
GRAF US Adaptation by RainHarvest Systems, 770-889-2533 www.RainHarvest.com
a. Basket Filter: 1) #340021 Universal 3 Filter w/ cast iron cover. Inline filter for 4 gravity flow
from Basin Drains. Removable basket filter protects 4 flow to storage tank. Overflow port (4)
allows excess water to flow to drainage system.
308.10.6

General Requirements for Water Feature Installation

1. Water feature drawings shall be read in conjunction with architectural and engineering drawings
2. Overall layout dimensions of the water feature are to be as shown on hardscape and layout drawings.
All dimensions relating to existing conditions to be field verified.
3. Pipe layouts on these plans are diagrammatic. Where pipe location is not shown on the Drawings, route
in a manner avoiding obstruction of access ways.
4. Site pipe layout routing and trenching shall be coordinated to avoid interference. Gravity piping shall
have priority over pressurized piping in all cases.
5. Pump shall operate with foot check valve protected suction at Storage Tank
6. Maximum suction side velocity is 4.5 FPS for PVC.
7. Maximum discharge side velocity is 5.0 FPS for copper and 4.5 FPS for PVC.
8. Gravity drain pipes to slope with a scouring velocity of 5.0 FPS.
9. Pipe sizes, fittings and all other size calculations are based upon the use of standard North American
schedule 40 PVC pipe (ASTM D1785-06) and PVC fittings (ASTM D2466).
10. All water feature hardware to be stainless steel (type 304/316) unless otherwise noted.
11. All water feature components to be grounded and bonded per the National Electrical Code, in full
compliance with Article 680.
308-10.7
1.
2.
3.
4.
5.

6.

7.

8.

9.

10.

11.

Execution:

Enclose Work with perimeter fence.


Protect surfaces from historic treatment procedures.
Protect existing drains from pollutants, debris and blockage.
Protect existing historic surfaces during installation.
a. Cover surfaces with chemical resistant protective materials.
Notify Owners Representative of visible changes in the intergrity of Historic Water Feature materials or
components observed during installation of mechanical systems.
a. Do not proceed with the work in question until directed by Owners Representative.
When Work requires existing historic features to be removed or dismantled and reinstalled, coordinate
these operations with Conservator. Goal is to complete work without damage to the historic surfaces, to
surrounding materials, or the substrate.
All underground vault dimensions, penetrations and sleeve locations are approximate. If final installation
tolerances, elevations, locations, positions are critical, confirm layouts in Shop Drawing stage and
contact the equipment vault and underground tank manufacturer(s) prior to finalizing trenching depths,
certification of actual finished equipment dimensions, excavation and anchor slab placement.
Microtunneling under the existing granite plinth slabs to install two new overflow pipes, two new
pressurized pipes and one gravity drain line. Potholing of subsurface and plinth foundation materials
has NOT been performed and subsurface data for the Water Feature foundation is not available. See
306-8
Fabrication of the access hatch door assembly shall require coordination with the manufacturer to insure
door hardware and compression springs are properly sized and installed to accommodate the actual
weight of stone veneer to be installed in field.
Installation, support and backfill requirements for each underground component are specific to the
individual product and manufacturer. Refer to Manufacturers written instructions for installation
procedures and materials.
Plumbing materials as noted on drawings. See 308-5 for installation and testing of system.

Project Special Provisions

D-160

Bid Documents: August 26, 2014 Update

308-10.8

Water Feature Coordination Schedule. The following work items shall be ongoing as part of
the Historical Treatment Program (HTP) and shall overlap with installation of the Water
Feature mechanical work. Scheduling, coordination and protection of work in the restricted
space of the Water Feature shall be a primary requirement.

1. Existing items to be removed by Historic Treatment Program work, see 308-9.16


a. Basin plumbing manifold, ferrous, 2 inch
b. Basin gate valve, bronze, 2 inch
c. Basin floor drain pipes, ferrous, 1.5 inch
(Plumbing shall be replaced as part of new mechanical system. Coordination for installation and
packing of new drain pipes by HTP, prior to installation of new drain manifold)
d. Skirt Panel Anchor Shields in Granite
(New Anchor hardware shall be installed with new (4) panels)
2. Existing items to be replicated and reinstalled by Historic Treatment work
a. Basin Skirt Panel #1 Lotus and Acanthus Leaves
b. Basin Skirt Panel #2 Calla Lily and Cattails
(Replicate and repair as approved, (2) of each design.
Installation of new drain manifold before new
HTP skirt panels will be installed.)
c. Bronze equalizer pipe on basin wall rim, 1
(Replace missing bronze pipe segment and regrout.)
d. Bronze overflow drain and grate, 2
(Clean and install existing grates and screws)
3. Existing items to remain after Historic Treatment cleaning
a. Granite plinth base slab, 4
b. Granite shell form basins, 4
c. Granite central column and cap, 1
d. Granite carving, Lion Head, 1
e. Granite carving, Bear Head, 1
f. Bronze lettering Dedication Text
g. Bronze spout, Lion Head, 1
h. Bronze spout, Bear Head, 1
i. Bronze plaque on central column, 1
j. Bronze florets on corners of central column, 4
k. Bronze swag on central column, 1
l. Bronze equalizer pipe in basin rim, 2
m. Bronze figures and planter on top of central column abacus cap slab
308-10.9

Cleanup and Repair

1. Upon completion of water feature mechanical systems installation, remove tools, equipment and
materials from site.
2. Repair construction or surfaces soiled or damaged by installation activities.
3. Clean surfaces of work from marks, residue and construction stains.
4. Broom clean adjoining public surfaces.
5. Clean planting areas of installation materials and debris.
308-10.10 Final Inspection
1. Following completion of all work as prescribed in the documents, inspect plumbing, stone and
ornamental metal surfaces for damaged finishes. Provide repairs.
308-10.11 Payment. The contract price paid for installation of the Water Feature Mechanical System shall
be considered as full compensation for performing all work shown on the plans, specified
and directed by the Engineer.

308-11 PROCUREMENT OF STREET TREES.


Project Special Provisions

D-161

Bid Documents: August 26, 2014 Update

308-11.1 Plant Inspection and Selection.


A. Platanus x acerifolia Columbia: London Plane Tree Columbia
1) Size: 48 inch box minimum.
2) Caliper: 3.5 inch minimum. The caliper shall be measured 12 inches above the crown
roots.
3) Height: 16 feet minimum. The height shall be measured from the root crown to the last division of the
terminal leader with the branches in a normal position.
4) Branch Spread: 10 feet minimum.
5) Branching Height: 7 feet minimum.
6) Provide trees of equivalent characteristics grown from the same lot.
7) Tree shall stand erect without support.
8) Tree shall have a consistent, well-branched canopy on all sides.
9) Tree shall have dominant trunk at the base, with major branches medium height to give tree natural
appearance.
10) Tree branches shall not be cracked, particularly at the base, during shipping and handling.
11) Tree shall have been container grown for a minimum of eighteen months. Rootball shall have
healthy young roots radiating out to the edge of container. No roots larger than one half the diameter
shall circle root ball.
12) Tree shall have produced 8-12 inches of annual shoot growth for at least three (3) years, including
the most recent year.
13) Printed label must be present on tree which states cultivar of tree.

308-11.2 Delivery, Storage, and Handling.


A. Deliver trees on a flatbed trailer with double covers of 50 percent shade Saran cloth or equivalent. Root
balls shall be moist when loaded at the nursery.
B. For identifications and inspection, durable, legible labels, bearing the plant's name in water resistant ink,
shall be attached to all nursery stock or container or stock delivered to the Project Site. The common
and scientific names of plants shall conform to the approved names in the current edition of American
Standard for Nursery Stock published by the American Association of Nurserymen, Inc., or an annotated
checklist of Woody Ornamental Plants, University of California, Publication 4091.
C. Delivery of Trees: Receive delivery of plant life materials immediately prior to placement: Keep plants
moist during preparation, unloading, and planting.
1) Unloading shall take place at location where trees are to be installed.
2) Unload trees with fork lift. Spacing of forks shall be 40 to 48 inches apart for 48 inch trees. Lifting
shall be by forklift of by two persons carrying the binding straps.
3) Avoid snagging wire or plastic root ball containers during unloading. Do not "roll" rootballs; avoid
fracturing root balls.
4) Unload trees one at a time. Unload in an upright position.
5) Take care to avoid hooking canopy of one tree with another during unloading.
6) Trees shall not be handled of lifted by the trunk during any part of the loading, delivery, or unloading.
D. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer.
E. Protect and maintain plant life until planted.
308-11.3 Tree Pruning.
A. Prune trees to Western Chapter of ISA - Pruning Specifications for Shade Trees.
B. Pruning shall be as directed by the Engineer for openness, clearance, and for true shape of trees.
Perform pruning with company specializing in pruning trees with proof of WCISA Certification.
C. One year after Final Acceptance, provide first annual pruning of street trees. Notify Engineer one week
Project Special Provisions

D-162

Bid Documents: August 26, 2014 Update

prior to annual pruning. Annual pruning shall be as directed by Engineer, and may require removal of
approximately one third of leaf surface. This process shall comply with the requirements of Western
Chapter ISA pruning instructions.
D. Immediately remove prunings from site.
E. Tree Pruning Platanus x acerifolia: Occasional. No maintenance pruning shall be done during the first
year after planting. No topping shall be allowed. Try to retain original shape. Avoid excessive pruning,
remove no more than 10-20 percent of the foliage in any one year. Avoid pruning in the spring and late
winter. Except for the removal of weak, hazardous, diseased, damaged or dead branches, mature trees
require little pruning. Light thinning to open the foliage canopy to more sunlight or to lighten heavy
branch ends is permitted.
1) Any pruning operations which are not specified above must adhere to the general recommendations
of the following publications:
a) American National Standard for Tree Care Operations: Tree. Shrubs and Other Woody Plant
Maintenance - Standard Practices. (ANSI A300-1995) American National Standards Institute. New
York.
b) International Society of Arboriculture: Tree-Pruning Guidelines. (1995) International Society of
Arboriculture, Savoy, Illinois.
c) American National Standard for Tree Care Operations: Pruning. Trimming. Repairing. Maintaining,
and Removing Trees, and Cutting Brush - Safety Reguirements. (ANSI Z133.1 -1994) American
National Standards Institute. New York.

SECTION 309 - MONUMENTS


REPLACE SUBSECTION 309-1 WITH THE FOLLOWING:
309-1 DESCRIPTION.
This work shall consist of furnishing, adjusting, removing, replacing, and conforming survey monuments and
benchmarks as shown on the Plans, and as directed by the City Surveyor.
REPLACE SUBSECTION 309-4 WITH THE FOLLOWING:
309-4 Payment.
The Monuments and Benchmarks shall be measured and paid for on a lump sum basis and shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all work
involved including constructing monuments, constructing benchmarks, providing official copies of the
countys corner records to the City Surveyor, removing or replacing an existing City Monument or
Benchmark, adjusting an existing Monument or Benchmark, and necessary excavation and backfill as shown
on the Plans, and as directed by the Engineer.

SECTION 310 PAINTING


310-5 PAINTING VARIOUS SURFACES.
310-5.6 Painting for Traffic Striping, Pavement Markings, and Curb Markings.
310-5.6.1 General.
ADD THE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 310-5.6.1 TO READ:

Project Special Provisions

D-163

Bid Documents: August 26, 2014 Update

a. The Contractor shall replace all existing pavement marking, traffic striping and pavement markers
removed or damaged as a result of construction operations in accordance with 7-9 of the Special
Provisions and the Standard Specifications. Repairs and replacements shall match or exceed the
existing in quality and finish, and shall match existing dimensions. Such replacements and repairs shall
be completed within FIVE working days of completing the permanent pavement resurfacing. If the
permanent pavement resurfacing is staged over time, the Engineer may direct the replacement of
pavement markings, traffic striping and pavement markers to be similarly staged. With temporary
resurfacing, the Contractor shall be required to install temporary markings, markers and striping or other
devices as directed by the Engineer at the end of each workday.
b. All removed or damaged pavement markings such as crosswalks, stop bars, symbols, legends or
arrows; traffic striping such as center lane, or edge lines; and pavement markers shall be replaced in
accordance with the following:
Existing Material
Paint
Thermoplastic material
Pre-cut plastic
Raised ceramic or reflective materials

Replacement Materials
Extruded Thermoplastic or permanent type pre-cut plastic
Extruded Thermoplastic material
Permanent type pre-cut plastic
Replace in kind

c.

All removed or damaged paint shall be replaced in conformance with 210-1.6. All removed or damaged
pavement markers shall be replaced in conformance with Sections 214 and 312.
d. Permanent type pre-cut plastic shall be 3M Stamark Pliant Polymer Pavement Tape, Series 5760 for
white and Series 5761 for yellow, or approved equal. The application method for the 3M tapes shall be
per manufacturers recommendations.
e. Unless separate pay items are provided in the Bid Schedule, payment for removing and replacing
pavement markings, traffic striping and pavement markers shall be included in the price paid for other
project work and no other payment will be allowed.

ADD NEW SUBSECTION 310-6 TO READ:


310-6 Pavement Traffic Striping Replacement.
310-6.1 General. The Contractor shall construct pavement marking and striping as it currently exists unless
shown otherwise on the construction plans, or as directed by the Engineer. The traffic striping shall be
placed in accordance with the latest State Department of Transportation Standard plans.
The Contractor shall perform all the work necessary (including power cleaning the grinding areas
and layout work) to install satisfactory lines for traffic stripes.
After traffic striping is removed either by removal for slurry sealing and microsurfacing or by milling of
pavement, temporary striping shall be installed immediately. The contractor shall also install temporary
striping immediately after any pavement rehabilitation, including but not limited to, slurry sealing,
microsurfacing and overlay. The Contractor shall maintain temporary striping and construction signage such
as uneven surface on a daily basis to ensure safe and proper lane delineations and markings are visible
until installation of final striping or as directed by the Engineer.
The contractor shall cat track the proposed marking locations no later than 14 calendar days after paving
for inspections by the City of Oakland Traffic Services Division. The Contractor shall coordinate with the
Engineer to schedule inspections at least 24 hours in advance. Upon written notice by the Engineer the
Contractor shall install permanent striping no later than 14 calendar days after cat track approval. The
contractor shall not place the finished markings until locations have been inspected and approved.
For each consecutive calendar day in excess of the time specified to complete and maintain the
temporary striping, cat track, or permanent striping, the Contractor shall pay to the City or the City may
deduct from monies due the Contractor, the sum of $500.00 per paving segment per day per paving
segment per day, unless otherwise provided in the contract documents.
ADD NEW SUBSECTION 310-6.1.1 TO READ:
310-6.1.1 As-Built Striping and Marking Plans. At the Pre-Construction meeting the City will provide the
Contractor with one set of full-size color 1=40 project plans and electronic files of the project plans. The
location of City monuments shall be indicated on the project plans.
All existing pavement markers, pavement markings and traffic striping (except crosswalk striping as
Project Special Provisions

D-164

Bid Documents: August 26, 2014 Update

noted in the paragraph below), shall be replaced at their existing locations in accordance with the approved
plan (unless otherwise directed in the field by the Engineer) after the pavement resurfacing operations are
concluded.
The parallel distance between existing 12 crosswalk lines shall replicate existing conditions, unless
otherwise directed by the City during the plan review process. All 12 crosswalk lines shall be white in color,
except those crosswalk lines adjacent to schools shall be yellow. The interior crosswalk lines shall be joined
with a diagonal crosswalk segment with 60 spacing between the gutter flow line and the crosswalk line per
modified City Details S-4 and S-5, which are included in the project plans.
Payment: Full compensation for preparing the As-Built Striping and Marking Plans that reference
existing pavement delineation (i.e. traffic striping, pavement markers, pavement markings, etc. excluding
monument locations) shall be considered in other bid items, and no additional compensation will be allowed
therefore.
310-6.2 Preformed Traffic Striping.
310-6.2.1 General. The preformed traffic striping shall consist of white or yellow materials as designated,
with pigments selected and blended to conform to standard highway colors throughout the expected life of
the striping. Glass beads shall be incorporated to provide immediate and continuing retroreflection.
The traffic striping shall be capable of being adhered to asphalt concrete or portland cement concrete be a
pre-coated pressure sensitive adhesive. A primer may be used to precondition the pavement surface. The
traffic striping shall conform to pavement contours by the action of traffic. The traffic striping shall be capable
of application on new, dense graded asphalt concrete wearing courses during the paving operation in
accordance with the manufacturers instructions. After placement, the traffic striping shall be immediately
ready for traffic.
310-6.2.2 Classification. The preformed traffic striping shall be a durable retro reflective pliant polymer
material designed for longitudinal striping subjected to high traffic volumes and severe wear conditions such
as shear action from crossover or encroachment on typical longitudinal configurations.
310-6.2.3 Requirements.
1) Composition: The retro reflective pliant polymer traffic striping shall consist of a mixture of high quality
polymeric materials, pigments and glass beads distributed throughout its base cross-sectional area, with
a reflective layer of beads embedded into the patterned surface.
2) Reflectance: The white and yellow traffic striping shall have the following initial expected reflectance
values as measured in accordance with the testing procedures of ASTM D4061. The photometric
quantity to be measured shall be Specific Luminance (SL), and shall be expressed as millicandelas per
square foot per foot-candle. The metric equivalent shall be expressed as millicandelas per square meter
per lux. The test distance shall be 50 feet (15 meters) and the sample size shall be a 2.0 feet by 2.5 feet
rectangle (0.61m X 0.76m)

Entrance Angle
Observation Angle
Specific Luminance

White
86.0
86.5
0.2
1.0
700
400

Yellow
86.0
86.5
0.2
1.0
500
300

Specific Luminance values indicate initial expected values, and are not intended to represent minimum
values.
310-6.2.4 Beads.
1) Index of refractions: The glass beads on the surface of the material shall have a minimum index of
refraction of 1.70 when tested using the liquid oil immersion method. The glass beads mixed into the
pliant polymer shall have minimum index of refraction of 1.50 when tested by the oil immersion method.
The size and quality of the beads shall be such that the performance requirements for the retro reflective
pliant polymer shall be met.
2) Bead Adhesion: Shall be such that beads are not easily removed when the film surface is scratched
firmly with a thumbnail.
3) Acid Resistance: The beads shall show resistance to corrosion of their surface after exposure to a one
percent solution (by weight) of sulfuric acid. The one percent acid solution shall be made by adding
5.7cc of concentrated acid into 1000cc of distilled water. CAUTION: always add the concentrated acid
into the water not the reverse. The test shall be performed as follows:
a. Take a one-inch by two-inch sample, adhere it to the bottom of a glass tray and place just
enough acid solution to completely immerse the sample. Cover the tray with a piece of glass to
prevent evaporation and allow the sample to be exposed for 24 hours under these conditions.
Project Special Provisions

D-165

Bid Documents: August 26, 2014 Update

b. Then decant the acid solution (do not rinse, touch, or otherwise disturb the bead surfaces) and
dry the sample while adhered to the glass tray in a 150 F (66 C) oven for approximately 15
minutes.
c. Microscopic examination (20X) shall show no more than 15 percent of the beads having a
formation of a very distinct opaque white corroded layer on their entire surface.
310-6.2.5 Skid Resistance. The surface of the retro reflective pliant polymer traffic striping shall provide an
initial minimum skid resistance value of 45 BPN when tested according to ASTM E 303.
310-6.2.6 Thickness. The material without adhesive shall have a minimum caliper of 0.06 inch (1.524 mm)
at the thickest portion of the cross-section and a minimum caliper of 0.02 inch (0.508 mm) at the thinnest
portion of the cross-section.
310-6.2.7 Performance Requirements & Material Replacement Obligations.
1) Field performance requirements and manufacturers replacement obligations:
a. Before installation, a manufacturers written warranty for compliance with the following
conditions shall be provided the City of Oakland.
b. For a period of 48 months from the date of installation, regardless of conditions, the
manufacturer shall provide replacement material for any material used as longitudinal
striping which (1) fails to retain the minimum reflectance values as shown in the table below
(minimum Replacement Zone is 360 feet of road length) or (2) fails due to loss of adhesion
or complete wear through.
White
Yellow
Entrance Angle
86.5
86.5
Observation Angle
1.0
1.0
Specific Luminance
100
100
*All reflectance measurements shall be made using an ECOLUX), or equal brand
retroreflectometer.
2) The warranty covers material replacement only.
310-6.3 Thermoplastic Traffic Striping and Reflective Pavement Markers.
310-6.3.1 General. Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the
provisions in the Sections 84-1, General, and 84-1. Thermoplastic Traffic and Pavement Markings, and
Section 85 Pavement Markers of the latest State Department of Transportation Standard Specifications
and these special provisions.
310-6.3.2 Thermoplastic Material. All project traffic striping and pavement markings shall installed with the
Thermoplastic material specified in this section.
Thermoplastic traffic striping and pavement markings shall be a reflectorized material to the road surface
in a molten state by extrusion method or as approved by the Engineer. It shall have surface application of
glass beads, which upon cooling to normal pavement temperature, will produce an adherent reflectorized
stripe of the specified thickness and width and will be resistant to deformation by traffic. Thermoplastic
material shall conform to State Specifications 8010-21C-19 (ALKYD BINDER). Glass beads to be applied to
the surface of the molten thermoplastic material shall conform to the requirements of State Specification
8010-51J-22 (Type II).
State Specifications for thermoplastic material and glass beads may be obtained from Transportation
Laboratories, P.O. Box 19128, Sacramento, CA. 95819, (916) 739-2400.
310-6.3.3 Application. Thermoplastic Traffic Striping application shall conform to Section 84.204 of State
Department of Transportations Standard Specifications and the following provisions:
Thermoplastic material for traffic striping shall be applied at a thickness of 0.125 to 0.188 inch. Glass
beads shall be applied immediately to the surface of the molten thermoplastic material by an automatic bead
dispenser closely behind the striped line. The glass bead dispenser shall be equipped with an automatic cutoff control synchronized with the cut-off of the thermoplastic material. Beads shall be applied at the rate of
not less than 10 pounds per 100 square feet.
310-6.3.4 Reflective Pavement Markers. Reflective pavement markers shall be furnished and placed at
the locations as shown on the Standard Details or as directed by the Engineer.
Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all
the work involved in furnishing and placing reflective pavement markers when they are included as part of a
Caltrans striping detail, shall be considered as included in the unit prices bid for traffic striping and no
additional compensation will be allowed therefor.
310-6.4 Measurement and Payment.
a. Continuous Stripes will be continuous except at break points as shown on the construction
plans. Measurement and payment will be by linear foot of traffic striping, regardless of the
Project Special Provisions

D-166

Bid Documents: August 26, 2014 Update

number of stripes or pavement markers per measured foot.


b. Caltrans Traffic Striping Details featuring one or more traffic stripe type and/or pavement
markers will be continuous except at break points as shown on the construction plans.
Measurement and payment will be by linear foot of traffic striping detail, regardless of the
number of stripes or markers per measured foot.
c. Subsection 312-4 provides for the measurement and payment for individual pavement markers
that are not installed as part of a Caltrans striping detail.
ADD NEW SECTION 310-7 TO READ:
310-7 Crosswalks, Limit Lines, and Pavement Markings.
310-7.1 General. Thermoplastic pavement markings shall be applied as shown on the State Department of
Transportation Standard Plans, A-24 A, B, and C and shall conform to the applicable provisions in Section
310-5.6 and these special provisions. Thermoplastic material for crosswalks, limit lines, and pavement
markings shall be applied at a thickness of 0.125 to 0.188 inch. Glass bead shall be applied immediately to
the surface of the molten thermoplastic material at a rate of not less than 10 pounds per 100 square feet.
310-7.2 Measurement and Payment. Crosswalks, limit lines, and pavement markings will be measured
and paid by the square foot for the actual area covered. The price paid per square foot for pavement
markings shall include full compensation for furnishing all labor, material, tools, equipments and incidentals
and for doing all the work involved in furnishing and placing the pavement markings, complete in place as
specified herein and as directed by the Engineer.
ADD NEW SECTION 310-8 TO READ:
310-8 Graffiti Resistant Coating
310-8.1 Quality Assurance
1) Applicator Qualifications: Installation shall be performed by applicator with satisfactory experience in the
application of the material to be used and shall be certified by the manufacturer of the coating material.
2) Coordination: Coordinate related trades for installation of the Work. Advise concrete trade on proper
finish, curing, and protection of concrete for successful application of graffiti-resistant coating.
3) Field Sample: Before proceeding with the work, do a test panel at the job site on an actual sample of
precast concrete using same application method as required for actual application. Test a minimum 4 ft.
by 4 ft. area on each type of masonry. Use manufacturers application instructions. Let the test area
protective treatment cure before inspection. Keep test panels available for comparison throughout the
cleaning project.
310-8.2 Application
1) Before applying, read Protect and Precautionary Measures sections in the Manufacturers Product
Data Sheet for Sacrificial Coating SC-1. Do not dilute or alter.
2) Spray surface lightly from top to bottom. Use an overlapping horizontal spray pattern. (Follow up with a
vertical stroke for deep vertical recesses). Avoid flooding the surface or creating heavy rundowns and/or
marks, laps, runs, and skipped or missed areas. Do not apply with roller or brush.
3) Let treatment penetrate for one to two minutes. Remove buildups using a damp brush or roller.
4) Let previous coat dry to touch (20 to 30 minutes). Lightly apply subsequent coats. Will dry thoroughly in
one to two hours. SC-1 is made for spray application but may be applied with a brush or roller.
5) Apply coating to exposed precast concrete and to 24 inches below finish grade soil surface. Apply to top
surface of grout fill on tip of clocktower. Apply after joint sealers have been installed, and other coatings
and finishes have been applied.
6) Protect adjacent surfaces, factory finishes and equipment, and protect painted surfaces from stains,
spatters, or other defacements until surface has dried sufficiently to resist damage.
310-8.3 Cleanup and Protection
1) Cleanup: During the progress of the Work, remove from the site all discarded coating materials, rubbish,
cans and rags at the end of each work day.
Project Special Provisions

D-167

Bid Documents: August 26, 2014 Update

2) Upon completion of the work, clean coating-splattered surfaces. Remove spattered coating by proper
methods of washing, using care not to scratch or otherwise damage finished surfaces.
3) Protection: Protect work of other trades, whether to be painted or not, against damage by coating work.
Correct all damage by cleaning, repairing or replacing, and repainting, as acceptable to the Engineer.
4) Remove temporary protective wrappings for protection of adjacent work after completion of coating
operations.
310-8.4 Removing Graffiti: Remove graffiti or other surface stains using high-pressure hot water.
1) Equip sprayer with a fan spray tip (15 degrees to 25 degrees). Sprayer should deliver three to six gallons
of heated water 180 degrees F (minimum) per minute at a pressure of 500 to 1500 psi.
2) Apply pressure spray from top to bottom, allowing warm water to flow over the graffiti-stained area. Rinse
thoroughly. Shadows/residues that remain in some surfaces may be removed using Defacer Eraser
Graffiti Wipe.
3) When surface appears dry, reapply SC-1 to restore protection. If high-pressure hot water spray
equipment is not available, remove graffiti and the SC-1 coating using Defacer Eraser Graffiti Wipe.
Apply Graffiti Wipe and allow to remain for three to five minutes. Remove with cold pressure-water rinse
or stiff-bristled brush and garden hose. Rinse thoroughly.
4) Re-apply graffiti-resistant coating per manufacturer recommendations.

SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL


312-4 MEASUREMENT AND PAYMENT.
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 312-4:
The contract unit price for each reflective and non-reflective pavement marker placed or removed shall
include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all work involved in each placement or removal of reflective and non-reflective pavement marker, and
performing all the incidental work connected therewith as herein specified.

PART 4 -- ROCK PRODUCTS


SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND
CEMENT CONCRETEAND UNTREATED BASE MATERIAL
400-4 ASPHALT CONCRETE.
REVISE SUBSECTION 400-4.1 TO READ:
400-4.1 General. Asphalt concrete shall be mixture of mineral aggregate and paving or liquid asphalt
mixed at a central mixing plant.
This material will be designated by the type of asphalt concrete, class and grade i.e., III-B2-PG 64-10.
Unless otherwise otherwise specified on the plans or in the Special Provisions, III-B3-PG64-10 shall be
used.

PART 5 PIPELINE SYSTEM REHABILITATION


NO CHANGES

PART 6 MODIFIED ASPHALTS


NO CHANGES

Project Special Provisions

D-168

Bid Documents: August 26, 2014 Update

**************THE END **************

Project Special Provisions

D-169

Bid Documents: August 26, 2014 Update

ATTACHMENTS

No.
1
2
3
4
5
6
7
8
9
9A
10
11
12
13
14
15
16
17
18

Attachment Name
Submittal List
Material Submittal
Material or Product or Method Substitution Request
Contractors Claim Submittal Form
As-Built Plans Certification Form
Operation Hours
Holiday Restricted Streets
Limited Operation Areas
Project Information Sign
Barricade Sign
Request for Replacement Utility Box for Curb Ramp Work
Door Hangers (Not Required for this Project)
Imported Materials Certification Form
Schedule Q Insurance Requirements
Telecommunications Wiring Standards
2010 Revised Standard Plan RSP A87A, A88A, A88B, A90A,
A90B
Pothole Results Report
Construction Staging- Proposed License Agreement
Soil Sampling Results

Project Special Provisions

D-170

Ref. Section
2-5.3.3
2-5.3.3
3-1.1
3-7
6-8
7-10.1.2
7-10.1.2
7-10.1.2
7-12.1
7-12.1
303-5.1.1.a
N/A
211-5
7-3
209-5.3.4.1
General
General, Plans
2-8
300-1.3.1.1

Bid Documents: August 26, 2014 Update

Attachment 1 Submittal List

NO.

CONTR=Contractor; SUPPL= Supplier


REQUIRED
ITEM
SIGNATURES
CONTR

TYPE

Subsection 2- 5.3.3
SPECIFICATION
NO.
2-5.3.5

CONTR

Submittal Schedule
Recycled Materials
Report
Waste Reduction and
Recycling Plan
Certification of
Compliance
Construction Schedule

CONTR

As-Built Plans

6-8

CONTR
CONTR
CONTR

SUPPL

4-1.1.2
4-1.1.3
4-1.5
6-1

Weekly Payroll
Records (Electronic)
Electrical Workers
Safety Requirement
Dewatering and Site
Water Management
Plan
Traffic Control Plan
Injury and Illness
Prevention Plan
Trench Shoring

CONTR
CONTR
CONTR
CONTR
CONTR
CONTR

7-2.2
7-2.2.2
7-8.6.4
7-10.3.1
7-10.4.5.d
7-10.4.1

CONTR

SUPPL

Screenings

Cover aggregate for Chip Seal


Screenings

CONTR

SUPPL

Backfill

Crushed Aggregate Base

200-2.2

CONTR

SUPPL

Backfill

Misc. Aggregate Base

200-2.4

CONTR

SUPPL

Subbase

Selected Subbase

200-2.6

CONTR

SUPPL

Steel Reinforcement

Steel Reinforcement for Concrete

201-2

CONTR

SUPPL

Concrete

Sidewalks, curbs, gutters, ramps,


sewer structures, etc.

201-8

CONTR

SUPPL

Concrete

Sidewalk Color Samples

201-9

CONTR

SUPPL

Waterproofing
Materials

Sheet Waterproofing, Adhesive,


Flashing, Sealant Tape, etc.

201-10.2

CONTR

SUPPL

Masonry Materials

Stone Pavers, Curb, Slabs, etc.

202-4.4

CONTR

SUPPL

Masonry Materials

Joint Filler, Mortar, Grout,


Membranes, etc.

202-4.5

CONTR

SUPPL

Masonry Materials

Interlocking Concrete Pavers

202-5.4

CONTR

SUPPL

Masonry Materials

Granular and Concrete Subbase

202-5.5

CONTR

SUPPL

Masonry Materials

Bituminous Setting Bed

202-5.6

CONTR

SUPPL

Masonry Materials

Joint Sand

202-5.7

CONTR

SUPPL

Masonry Materials

Edge Restraints

202-5.8

CONTR

SUPPL

Paving Materials

Paving Asphalt

203-1

CONTR

SUPPL

Paving Materials

Liquid Asphalt

203-2

CONTR

SUPPL

Paving Materials

Emulsified Asphalts

203-3

Project Special Provisions

D-171

200-1.2.1

Bid Documents: August 26, 2014 Update

CONTR

SUPPL

Paving Materials

Emulsion-Aggregate Slurry

203-5
203-6

CONTR

SUPPL

Paving Materials

Asphalt Concrete

CONTR

SUPPL

Paving Materials AC
Top Course or AC
Overlay

Maximum Aggregate, Medium


15% recycled Asphalt, Type C2,
PG64-10

203-6

CONTR

SUPPL

Paving Materials AC
Lower Courses

3/4 Maximum Aggregate, Medium


15% recycled Asphalt, Type B,
PG64-10

203-6

CONTR

SUPPL

Paving Materials

Recycled AC Hot Mixed

203-7

CONTR

SUPPL

Paving Materials

Asphalt Paint

203-8

CONTR
CONTR

SUPPL
SUPPL

Paving Materials
Pipe

Sealcoat

203-9

Reinforced Concrete Pipe

207-2

CONTR

SUPPL

Pipe

Vitrified Clay Pipe

207-8

CONTR

SUPPL

Pipe

Cast Iron Pipe

207-9

CONTR

SUPPL

Pipe

PE Solid Wall Pipe

207-19

CONTR

SUPPL

Pipe

PE Large Diameter Profile Wall


Pipe

207-25

CONTR

SUPPL

Joints, Fittings &


Couplings

CONTR

SUPPL

Electrical Components

Anchor Bolts, Nuts and Washers

209-3.2

CONTR

SUPPL

Electrical Components

Standards

209-3.3

CONTR

SUPPL

Electrical Components

Conduit

209-3.5

CONTR

SUPPL

Electrical Components

Pull Box

209-3.7

CONTR

SUPPL

Electrical Components

Splice Insulation

209-3.8

CONTR

SUPPL

Electrical Components

Service Pedestal

209-3.12

CONTR

SUPPL

Electrical Components

Wire/Conductors

209-4.2

CONTR

SUPPL

Electrical Components

Fuse Splice Connectors

209-4.3.2

CONTR

SUPPL

Electrical Components

Photocell

209-4.7

CONTR

SUPPL

Electrical Components

LED Luminaire

209-4.9

CONTR

SUPPL

Electrical Components

Specialty Lighting

209-4.9.11.5
209-5.1

208

CONTR

SUPPL

Electrical Components

Steel Pedestrian Standards and


Pedestals for Controller Cabinets

CONTR

SUPPL

Electrical Components

Signal Cable

209-5.3

CONTR

SUPPL

Electrical Components

Fiber Optic Cable

209-5.3.4

CONTR

SUPPL

Electrical Components

Underground Fiber Splice


Closures

209-5.3.4.7

CONTR

SUPPL

Electrical Components

Ethernet Edge Switch

209-5.3.4.8

CONTR

SUPPL

Electrical Components

Hub Switch

209-5.3.4.9

CONTR

SUPPL

Electrical Components

Controllers

209-5.4

CONTR

SUPPL

Electrical Components

GPS Based Time Source Receiver

209-5.4.1b

CONTR

SUPPL

Electrical Components

LED Signal Heads

209-5.5

CONTR

SUPPL

Electrical Components

LED Countdown Ped Heads

209-5.6

CONTR

SUPPL

Electrical Components

Signal Mounting Assemblies

209-5.7

CONTR

SUPPL

Electrical Components

Video Detection

209-5.8.4

CONTR

SUPPL

Electrical Components

Polara Push Button

209-5.9

CONTR

SUPPL

Electrical Components

Splice Chamber

209-5.10

CONTR

SUPPL

Electrical Components

IISNS

209-5.11

Project Special Provisions

D-172

Bid Documents: August 26, 2014 Update

CONTR

SUPPL

Electrical Components

PTZ Camera

209-5.12

CONTR

SUPPL

Electrical Components

EVP

209-5.13

CONTR

SUPPL

Paint

Traffic Striping, Curb Marking, etc.

210-1.6

CONTR

SUPPL

Paint

Reflective Traffic Striping

210-1.6.5

CONTR

SUPPL

Paint and Protective


Coating

Graffiti Resistant Coating

210-6

CONTR

SUPPL

Imported Materials
Certification Form

Subbase, Aggregate Base, Fill,


Topsoil, etc.

211-5

CONTR

SUPPL

Landscaping

Import Soil

212-1a

CONTR

SUPPL

Landscaping

Soil Amendment

212-1b

CONTR

SUPPL

Landscaping

Mulch

212-1c

CONTR

SUPPL

Landscaping

Crushed Rock

212-1d

CONTR

SUPPL

Landscaping

Soil Analysis

212-1e

CONTR

SUPPL

Landscaping

Verification of Receipt

212-1f

SUPPL

Landscaping

Composted Material Lab Analysis

212-1.8.2

SUPPL`

Landscaping

Irrigation Materials

212-2

CONTR

Hazardous Materials

Class I and Class II Material


Disposal

300-1.3.1.1

CONTR

Historical Materials
Demolition

Schedule for Salvage Operations

300-1.6.4.1

CONTR

Historical Materials
Demolition

Demolition Photographs

300-1.6.4.3

CONTR

Historical Materials
Demolition

Salvage Plan

300-1.6.4.4

CONTR

Historical Materials
Demolition

Salvage Inventory

300-1.6.4.5

CONTR

CONTR

SUPPL

Chip Seal

Chip Seal Materials

302-2

CONTR

SUPPL

Roadway Surfacing

Tack Coat

302-5.4

CONTR

SUPPL

Roadway Surfacing

Pavement Fabric

302-5.4

CONTR

SUPPL

Concrete and Masonry

Expansion Joints

303-5.4.2

CONTR

SUPPL

Manhole Components

Ram-Nek for Sealing MH Sections

303-8.1

CONTR

SUPPL

Masonry Materials

Clay Brick Paving

303-13.5

CONTR

SUPPL

Metal Fabrication and


Construction

Metal Site Furniture

304-5

CONTR

SUPPL

Underground Conduit

Imported Backfill

306-1.3.1

CONTR

Street Lighting and


Traffic Signals

Electrical As-Builts

307-1.1

CONTR

Street Lighting and


Traffic Signals

Electrical Repair Request

307-2.1

CONTR

SUPPL

Landscaping

Structural Soil for Street Trees

308-2.5

CONTR

SUPPL

Landscaping

Biotreatment Soil

308-2.6

CONTR

Landscape and
Irrigation

Request for Inspection

308-6.4a

CONTR

Historical Water
Feature

Construction Schedule for Historic


Treatment Work

308-9.3

CONTR

Historical Water
Feature

Off-Site Item Shipment Schedule

308-9.3

CONTR

Historical Water
Feature

Prototype Samples

308-9.3

Project Special Provisions

D-173

Bid Documents: August 26, 2014 Update

Historical Water
Feature

Cast Ornamental Item Shop Plans

308-9.3

CONTR

Historical Water
Feature

Preconstruction Test Reports

308-9.4

CONTR

Historical Water
Feature

Materials Maintenance and Extra


Materials

308-9.5

CONTR

Historical Water
Feature

Historic Treatment Program

308-9.7

CONTR

Historical Water
Feature

Construction Schedule

308-10.2.1

CONTR

SUPPL

CONTR

SUPPL

Historical Water
Feature

Fountain Equipment Shop


Drawings

308-10.2.2

CONTR

SUPPL

Historical Water
Feature

Product Data

308-10.2.3

CONTR

Historical Water
Feature

Construction Photographs

308-10.2.4

CONTR

Historical Water
Feature

Construction Video

308-10.2.5

CONTR

Historical Water
Feature

O&M Manual

308-10.2.6

CONTR

SUPPL

Repair Sleeve

HDPE Repair Sleeve

500-1.3.6

CONTR

SUPPL

Pipe Saddles

Polyethylene

500-1.3.8

*All specification designations refer to the Standard Specifications for Public Works Construction (Green
Book), 2009 Edition; these Special Provisions; and the City of Oakland Standard Details for Public Works
Construction, 2002 Edition. This list is intended to be comprehensive, but no claim for their completeness is
implied, and submittal of each and every item on the lists shall not relieve the Contractor of supplying all
information needed, or of complying with any of the other requirements of the specifications. Revised lists
may be issued and items may be added to the list supplied.

Project Special Provisions

D-174

Bid Documents: August 26, 2014 Update

Attachment 2
Material Submittal
Subsection 2-5.3.3

Supplier/Manufacturer:_____________________________________________________
Address:________________________________________________________________
Telephone:____________________________ Fax: ______________________________
Item Description: __________________________________ Spec. #: ________________
Use of Item: _____________________________________________________________
Note to the Supplier: The attached project special provisions modify the 2009 Standard
Specifications for Public Works Construction (Green Book). These special provisions detail the
requirements for the proposed material. Please review the special provisions, the Green Book and
the text in the box below to ensure that the proposed material meets the project specifications.
Include this signed form with all necessary documents for the material submittal.
I certify that the proposed material is in compliance with the contract specifications

with no exceptions.
with exceptions as noted.

Signature of Suppliers Representative:

Submittal Item Number _____


(Use numbering system from Attachment
1.)

____________________________ Date: __________

Signature of Contractors Representative: ____________________________

Date: __________

Submittal Review

No exceptions taken Exceptions taken as Noted Reviewed


Rejected
Revise and Resubmit
Review Not Required
Submit Specified Item
__________________________________________________
Review is only for the general conformance with the project design concept and general compliance with the
information provided in the Contract Documents. The Contractor is responsible for conformance with all
requirements of the Contract Documents, including, but not limited to, dimensions that shall be field verified,
fabrication processes and construction techniques, coordination of work, and satisfactory performance of all work.
Deviations from the Contract Documents are not reviewed unless specifically requested by the Contractor in writing.
Review on resubmission will only cover designated changes on this submittal and other changes specifically
identified by the Contractor.
CITY OF OAKLAND OPW, Bureau of Engineering and Construction

Comments:

Reviewer:

Project Special Provisions

Date:

D-175

Bid Documents: August 26, 2014 Update

Attachment No. 3
MATERIAL OR PRODUCT OR METHOD SUBSTITUTION REQUEST
Subsection 3-1.1

NOTE: Provide six sets of this completed form and attachments for each separate substitution
request.
To: City of Oakland

Project Number:

Project Name:
A. We hereby submit for your consideration the following product instead of the specified item:
1.
Section
Sub-article

B.

2.

Specified Item

3.

Proposed Substitution (Mfr., Type, Model, Rehabilitation, etc.)

Complete all of the following:


1.
We propose providing the City a cost credit (including costs for changes by other trades) of $
____. Does this substitution offer earlier delivery or less construction time?
(Yes____)
(No____)
How much and why?
(hours/days/weeks)

2.

How does this substitution affect any dimensions, layouts, profiles or details of other
trades/methods as shown on the drawings?

3.

Has this substitution been coordinated with the remainder (or other portions being affected) of the
project?

4.

What are the specific differences between this substitution and the specified item?

C. Attach the following items as applicable. Check box

D.
E.

if item is attached to this substitution request.

a. Manufacturer technical data

d. Drawings & description of changes


required by other trades

b.

Laboratory test or performance results

e. Samples

c.

Drawings & diagrams of the proposed


product / method

f. Manufacturers guarantee &


maintenance instructions

The undersigned agrees to pay for all design, testing, changes to the Contract Documents, and
construction costs incurred as a result of the acceptance of this substitution, at no cost to the City.
Submitted by (Firm):
Signature:

Project Special Provisions

Title:

D-176

Date:

Bid Documents: August 26, 2014 Update

Attachment 4
Contractors Claim Submittal Form
Section 3-7

*****
Under penalty of law for perjury or falsification and with specific reference to the
California False Claims Act, Government Code Section 12650 et. Seq., the
undersigned,

Name

Title

Company

hereby certifies that the claim for additional compensation or time, if any, made
herein for the work on this contract is a true statement of the actual costs incurred
and time sought, and is fully documented and supported under the contract
between the parties.
Dated
/s/

Subscribed and sworn before me this _____ day of _________________, 200__.

Notary Public
My Commission Expires

*****

Project Special Provisions

D-177

Bid Documents: August 26, 2014 Update

Attachment 5
As-Built Plans Certification Form
Section 6-8

Date:

_____________________

To:

OPW , Construction and Field Services Division


Attn: __________________________
250 Frank H. Ogawa Plaza, Suite 4344
Oakland, Ca 94612

Re:

Project No.:

___________

Project Title: _____________________________________________________


_____________________________________________________
_____________________________________________________
_____________________________________________________

The enclosed As-Built plans are submitted as required by Section 6-8 Completion and
Acceptance of the contract specifications.
As the representative of
_____________________________________, the General
Contractor for the above referenced project, I hereby certify that all improvement work for
said project has been completed in conformance with the original plans and specifications
and changes noted on these As-Built plans.
Signed:

______________________________________________

Title:

______________________________________________

Contractors License Number: _____________________________

______________________________________________

Project Special Provisions

D-178

__________

Bid Documents: August 26, 2014 Update

Attachment 6:
OPERATION HOURS
Subsection 7-10.1.2

North Bound

South Bound

East Bound

West Bound

Street Name
Broadway

Work Period
9 AM4 PM

9 AM4 PM

9 AM4 PM

9 AM4 PM

9 AM4 PM

Telegraph

9 AM4 PM

9 AM4 PM

9 AM4 PM

9 AM4 PM

9 AM4 PM

The Contractor shall also:


a) Provide five copies of the traffic control plan to the Engineer for review 10 working days before
construction.
b) Maintain at least one open lane for each direction of travel at all times, unless otherwise shown
on the plans or as approved by the Engineer.
c) Restore and reopen all traffic lanes outside of the Work Period shown above.
d) Provide emergency vehicle access at all times.
e) Provide flagger control as required.

Project Special Provisions

D-179

Bid Documents: August 26, 2014 Update

Attachment 7:
HOLIDAY RESTRICTED STREETS
Subsection 7-10.1.2

Antioch St: All


Bancroft Ave: 57th to 75th Ave.
Broadway: All
Clay St: 7th St. to San Pablo
College Ave: All
Dimond Ave: Montana to MacArthur
Frank Ogawa Plaza: All
El Embarcadero: All
Foothill Blvd: Lakeshore to 73rd Ave.
Franklin St: 7th St. to Broadway
Fruitvale Ave: E 12th to E 22nd
& School St. to Lyman Rd.
Grand Ave: All
Harrison St: 5th St. to 27th St.
Havenscourt Blvd: Camden to MacArthur
Jack London Square: All
Lake Park Ave: All
Lakeside Dr: All
Lakeshore Dr: 12th St. to Prince
LaSalle Ave: N End to Moraga Ave.
MacArthur Blvd: Excelsior to High St.;
& Seminary to 76th Ave.
Medau Place: All
Montana St: MacArthur Blvd. to Fruitvale
Mountain Blvd: Moraga to Colton Blvd.
Park Blvd: E 18th St. to 5th Ave.
& Hampel to Glendora
Piedmont Ave: Broadway to Pleasant Valley
Pleasant Valley: All
Seminary Ave: Avenal to Monadnock
Telegraph Ave: All

Project Special Provisions

Webster St: 6th St. to Broadway


West Grand: Broadway to Telegraph
West MacArthur: Harrison to Manila
Williams: MLK Jr. Way to Telegraph
5th St: Market to Broadway
7th St: Broadway to Madison
8th St: MLK Jr. Way to Madison
9th St: MLK Jr. Way to Madison
10th St: MLK Jr. Way to Madison
11th St: Brush to 12th St. Dam
12th St: Brush to 1st Ave.
13th St: Broadway to Harrison
14th St: Brush St. to 12th St. Dam
15th St: Broadway to Harrison
16th St: Clay to Telegraph
17th St: Brush to Lakeside Dr.
18th St: Brush to Telegraph
19th St: Castro to Lakeside Dr.
20th St: Castro to Harrison St.
21st St: MLK Jr. Way to Harrison
22nd St: MLK Jr. Way to Harrison
1st Ave: E 12th St. to Foothill
3rd Ave: E 18th St. to Park Blvd.
35th Ave: San Leandro St. to E 15th St.;
& Suter St. to Kansas St.
68th Ave: Foothill to MacArthur
73rd Ave: E 14th St. to MacArthur
East 14th St: 1st Ave. to San Leandro Limits
East 18th St: Lakeshore to 8th Ave.

D-180

Bid Documents: August 26, 2014 Update

Attachment 8: LIMITED OPERATION AREAS


Adeline St: 1st St. to 7th St.
Ardley Ave: E 31st St. to MacArthur
Bancroft: 42nd Ave. to San Leandro Limits
Bancroft Way: E14th St. to 47th Ave.
Bayo Vista Ave: Harrison to Oakland Ave.
Beaumont Ave: 14th Ave. to Park Blvd.
Bond St: 42nd Ave. to Bancroft Ave.
Broadway: All
Broadway Terrace: Broadway to Glenbrook Dr.
Brush St: 5th St. to W Grand
Camden St: Foothill to Seminary
Castro St: 5th St. to San Pablo Ave.
Chatham Rd: Beaumont Ave. to Park Blvd.
Chester St: 5th St. to 7th St.
Claremont Ave: All
College Ave: All
Coliseum Way: High St. to 50th Ave.
Doolittle Dr: All
Edes Ave: Hegenberger to 98th Ave.
Edwards Ave: All
El Embarcadero: All
Foothill Blvd: 1st Ave. to MacArthur
Franklin St: 7th St. to Broadway
Fruitvale Ave: Alameda Limits to Whittle
Grand Ave: Broadway to Mandana
International Blvd/14th Ave: All
Northgate Ave: All
Harold St: All
Harrison St: 5th St. to Bayo Vista Ave.
Havenscourt Blvd: All
Hawley St: 69th Ave. To 73rd Ave.
Hegenberger Rd: All
High St: All
International Blvd: All
Keith Ave: College to Broadway
Lakepark Ave: Grand to Wesley Ave.
Lakeshore Ave: 12th St. to Mandana
Lakeside Dr: Harrison St. to Oak St.
Lincoln Ave: All
MacArthur Blvd: Fairmount Ave. to Seminary
& 73rd Ave. to San Leandro City Limits
Madison St: 5th St. to Lakeside Dr.
Mandana Blvd: Grand to Lakeshore
Mandela Parkway: All
Market St: 5th St. to Aileen St.
Miles St: Forest St. to Patton St.
MLK Jr. Way: All
Montana St: MacArthur to Coolidge
Moraga Ave: All
Mountain Blvd: Thornhill to Park Blvd.
Oak St: Lakeside Dr. to 5th St.
Oakland Ave: All
Park Blvd: All
Peralta St: 5th St. to 8th St.

Project Special Provisions

Subsection 7-10.1.2
Piedmont Ave: All
Pleasant Valley Ave: All
Redwood Rd: 35th Ave. To Skyline
San Leandro St: All
San Pablo Ave: All
Snake Rd: Mountain Blvd. to Shepherd Canyon Rd.
Seminary Ave: San Leandro St. to MacArthur
Shattuck Ave: All
Telegraph Ave: All
Thornhill Dr: Moraga Ave. to Mountain Blvd.
Webster St: 7th St. to Broadway
W Grand Ave: All
W MacArthur Blvd: All
1st Ave: All
5th Ave: All
14th Ave: All
22nd Ave: Foothill Ave. to 23rd Ave.
23rd Ave: All
29th Ave: Estuary Bridge to International Blvd.
33rd Ave: E 12th St. to E 14th St./ Intl Blvd.
34th Ave: E 12th St. to E 14th St.
35th Ave: San Leandro St. to Redwood Rd.
37th Ave: San Leandro St. to E 12th St.
42nd Ave: E 14th St./ International Blvd. to Foothill
46th Ave: E 12th St. to E 14th St./Intl Blvd.
66th Ave: Oakport Rd. to E 14th St./Intl Blvd.
69th Ave: San Leandro St. to Hawley St.
73rd Ave: All
81st Ave: San Leandro St. to E 14th St.
98th Ave: All
E 8th St: All
E 12th St: 1st Ave. to 46th Ave.
E 14th St. (International Blvd): All
E 15th St: 1st Ave. to 14th Ave.
E 18th St: Lakeshore Ave. to 14th Ave.
5th St: Oak to Market & Mandela to Peralta
6th St: Oak to Jackson & Broadway to Market
7th St: 7th Ave. To 7th St. Maritime Terminal
11th St: Market St. to Oak St.
12th St: Broadway to Fallon St.
12th St. Dam: All Roadway Facilities
14th St: Market St. to Oak St.
17th St: Harrison St. to Brush St.
18th St: Market St. to MLK Jr. Way
19th St: MLK Jr. Way to Harrison St.
20th St: San Pablo Ave. to Lakeside Dr.
27th St: San Pablo Ave. to Harrison St.
27th St: San Pablo Ave. to MLK Jr. Way
35th St: Market St. to MLK Jr. Way
36th St: Market St. to MLK Jr. Way
40th St: All
51st St: Telegraph to Broadway
52nd St: MLK Jr. Way to Telegraph

D-181

Bid Documents: February 4, 2014 Update

MAYOR JEAN QUAN


BARBARA PARKER
CITY ATTORNEY

COURTNEY RUBY

CITY COUNCIL
REBECCA KAPLAN
DAN KALB
PATRICIA KERNIGHAN
LYNETTE MCELHANEY
LIBBY SCHAAF
NOEL GALLO
DESLEY BROOKS
LARRY REID

HENRY GARDNER

CITY PROJECT NO. C464560

CITY AUDITOR

AT LARGE
DISTRICT 1
DISTRICT 2
DISTRICT 3
DISTRICT 4
DISTRICT 5
DISTRICT 6
DISTRICT 7

FUNDED BY:
Proposition 1C California Department of Housing and Community Development
Infill Infrastructure Grant
Alameda County Transportation Commission 2000 Measure B Funded Capital
Projects Program Downtown Oakland Streetscape Improvements

SCHEDULED COMPLETION: SUMMER 2015


CONSTRUCTION INFORMATION: (510) 238-3051

BROOKE A. LEVIN

INTERIM CITY ADMINSTRATOR OPW DIRECTOR

Project Special Provisions

D-182

Bid Documents: August 26, 2014 Update

Section 7-12.1

LATHAM SQUARE PEDESTRIAN PLAZA

Attachment 9
City Project Information Sign

OAKLAND PUBLIC WORKS DEPARTMENT

Attachment 9A: Barricade Sign

OAKLAND PUBLIC WORKS DEPARTMENT


BUREAU OF ENGINEERING AND CONSTRUCTION

PARDON OUR DIGGING


WE ARE FIXING
THE STREET
C464560

(510) 238-3051
XXXXX
XXXXX

1. SIGN SHALL BE WHITE EXCEPT FOR TREE ICON AND BORDER.


2. TREE ICON AND 0.1 THICK BORDER SHALL BE GREEN.
3. FONT STYLE SHALL BE ARIAL.
4. SIGN SHALL BE SECURED TO TYPE I BARRICADE.
5. SIGN SHALL BE LAMINATED ON CARD STOCK.
6. CITY PROJECT NUMBER, CONSTRUCTION INFORMATION, CONTRACTOR
AND PHONE TEXT SHALL BE 0.3.

Project Special Provisions

D-183

Bid Documents: August 26, 2014 Update

Attachment 10
Request for Replacement Utility Box for Curb Ramp Work
Subsection 303-5.1.1.a

TO:

AT&T: Otis Thompson (510) 645-7007


EBMUD North Yard: Everything North of Broadway to the Berkeley/Emeryville Border; Rick
Pinguelo (510) 287-0831; fax (510) 758-6038
EBMUD South Yard: Everything South of Broadway to San Leandro Border, John Hyden tel
(510) 287-0837 / 287-0838 / 287-0839; fax (510) 276-5643
PG&E Electric: Mark Augustin; tel (415) 716-7714; fax (510) 437-2289
PG&E Gas: Mark Augustin; tel (415) 716-7714; fax (510) 437-2289

Intersection Location:
_______________________________________________________________________
Corner (i.e. N, NE, etc.) ___________
Utility Box Dimensions: _________________________________

Contractor Name and Telephone #: __________________________ (____)______________


I certify that a free replacement utility box is needed because

either the existing box was damaged (pre-existing condition), or

the existing box was unavoidably damaged by my crew while


exercising due diligence to protect the existing improvements.

Sketch or Comments:

____________________________________________________________________

Contractors Representative

____________

Date

__________________________________________
Approved by
City of Oakland Resident Engineer

Project Special Provisions

Date

D-184

Bid Documents: August 26, 2014 Update

Attachment 11 -- Door Hangers


Not Required for this Project

Project Special Provisions

D-185

Bid Documents: August 26, 2014 Update

Attachment 12
Imported Materials Certification Form
Subsection 211-4
PROJECT INFORMATION
Number: ____________ Name: ______________________________________________________________
Location or Street Address: ___________________________________________________________________
CONTRACTOR / SUBCONTRACTOR IMPORTING MATERIAL
Name: ______________________________ Street Address: _______________________________________
City: _______________________ State: ____ Zip Code: ___________ Phone No.: ___________________
Fax No. ____________________ Email: ________________________________________________________
SOURCE AREA OWNER
Name: ______________________________ Street Address: _______________________________________
City: _______________________ State: ____ Zip Code: ___________ Phone No.: ___________________
Fax No. ____________________ Email: ________________________________________________________
IMPORT MATERIAL TYPE (Select One)
Soil
Aggregate Not Recycled Specify Type: _________________________________________________
Recycled Aggregate Specify Type and Past Uses: __________________________________________
______________________________________________________________________
Biosolids
Compost
SOURCE AREA LAND USE HISTORY (Check all current and past uses)
Residential
Agricultural
Commercial / Industrial

None (i.e., virgin undeveloped)

SPECIFICS
Quantity (in cubic yards): ________________

Placement and Use: _____________________________

__________________________________________________________________________________________
.

I hereby certify that the Import Material identified above meets the City of Oakland specifications of Section
211-4 Import Fill Material. I further certify that if the Import Material is determined not to be in compliance with
these specifications that I will immediately and diligently remove all out-of-specifications Import Material and
dispose of it in accordance with all applicable laws and regulations, conduct necessary sampling to verify that
all out-of-specification Import Material has been removed, and verify to the satisfaction of the City and
appropriate regulatory agencies that any adverse impacts to surrounding soils, waters or other materials have
been mitigated sufficiently. I agree to conduct these activities at my sole expense with no cost to the City.
I declare under penalty of perjury that I am authorized to execute this certification and that the foregoing
information is correct.
Signature: ______________________________________________ Date: ____________________________
Printed Name: ________________________________ Title: _______________________________________

Project Special Provisions

D-186

Bid Documents: August 26, 2014 Update

Schedule Q

CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS


(Revised 12/11/14)

Section 0.0

Introduction of the Owner-Controlled Insurance Program

The City of Oakland (City) has implemented an Owner-Controlled Insurance Program (OCIP)
for its construction projects. With few exceptions, the OCIP will be provided on all construction
projects. The OCIP will provide the following insurance for all contractors enrolled the
program, regardless of tier:

Commercial General Liability


Workers Compensation/Employers Liability
Excess Liability

Enrollment into the OCIP is required for all eligible contractors but is not automatic. Contractors
must complete the enrollment forms and participate in the enrollment process for OCIP coverage
to apply. For complete details about the enrollment process, refer to the OCIP Procedures
Manual available from the City or OCIP Administrator upon request.
Some trades are ineligible for the OCIP. Contractors that are ineligible for enrollment are
required to maintain their own insurance. They include:

Contractors involved in hazardous material abatement or handling such as asbestos


remediation or environmental cleanup operations.
Suppliers/vendors that merely make deliveries to or from the job site, sales persons,
tower-crane erection contractors, and truckers.
The City reserves the right to exclude any party even if otherwise eligible.

Section 1.0

Insurance Requirements for Potential OCIP Projects

Section 1.1

Insurance Coverage Provided by OCIP

The following summaries are provided for general informational purposes in the event that the
City elects to provide an OCIP. The actual terms and conditions of the coverage provided are
contained in the OCIP insurance policies, and the General Contractor and others shall not rely
upon this summary in lieu of the actual policies. It is the responsibility of all contractors to
review the policies. Copies of the policies are available upon request to all contractors that will
potentially participate in the OCIP.

Page 1 of 12

Rev121114

Section 1.1.1 Commercial General/ Excess Liability Insurance


(General Aggregate Limit Reinstates Annually)
a.

Primary Coverage:

Limits for Bodily Injury, including death resulting therefrom


and Property Damage. Limits are shared across all City
projects and amongst participants.
$2,000,000
$4,000,000
$4,000,000
$10,000
$300,000

Each Occurrence
Completed Operations Aggregate*
General Annual Aggregate
Medical Payments- any one person
Fire Legal Liability any one fire

b.

Policy Limits:

c.

Policy Form:

Commercial General Liability


Occurrence Form

d.

Excess Limits:

Minimum $25 million per Occurrence/Aggregate

e.

Premium Payments:

By City

f.

Deductible:

Any OCIP deductible will be paid by City.


The deductible will apply only to loss covered by insurance
policies in the OCIP.
The deductible does not impose upon the City any duties of
an insurer toward OCIP Participating Contractor.

* * A single aggregate applies for the products/completed operations coverage part and
does not reinstate.

Section 1.1.2 Workers Compensation and Employers Liability Insurance

Coverage A- Statutory Benefits


Liability imposed by the Workers Compensation and/or Occupational Disease statute of
the State in which the work is performed and any other state or governmental authority
having jurisdiction or if related to the work performed on the project.

Limits of $1,000,000 bodily injury per accident/employee; $1,000,000 bodily injury per
disease/employee; $1,000,000 policy limit by disease.

USL&H (where applicable) Statutory Benefits

Page 2 of 12

Rev121114

Section 1.2

Insurance Coverage Required of Contractors

Contractor shall procure, prior to commencement of service, and keep in force for the term of
this contract, at Contractor's own cost and expense, the following policies of insurance or
certificates or binders as necessary to represent that coverage as specified below is in place with
companies doing business in California and acceptable to the City. If requested, Contractor shall
provide the City with copies of insurance policies evidencing coverage shown below. The
insurance listed hereunder shall be considered minimum requirements and any and all insurance
proceeds in excess of the requirements shall be made available to the City. Unless otherwise
noted, the insurances listed below are required of all contractors working on the project,
regardless of OCIP eligibility. The requirement to provide General Liability and Workers
Compensation/Employers Liability shall only apply to off-site operations for those contractors
that are enrolled in the OCIP.
Contractor shall also comply with requirements set forth in Section E, Exhibit C of these Project
Bid Documents pertaining to Bay Area Rapid Transit (BART) insurance requirements.
Contractors that are enrolled in the OCIP may utilize the coverages provided through the OCIP
to satisfy Section 4A and 4C requirements within Exhibit C.
A. Commercial General Liability insurance shall cover Bodily Injury, Property Damage
and Personal Injury for Premises Operations, Products and Completed Operations,
Independent Contractors and Contractual Liability. Coverage shall be at least as broad as
Insurance Services Office Commercial General Liability coverage (occurrence Form CG
00 01).
I.

II.

Coverage afforded on behalf of the City, Councilmembers, directors, officers,


agents, employees, and volunteers shall be primary insurance. Any other
insurance available to the City, Councilmembers, directors, officers, agents,
employees, and volunteers under any other policies shall be excess insurance
(over the insurance required by this Contract).
Limits of Liability:
Contractors Ineligible for OCIP
Contractor shall maintain commercial general liability (CGL) and, if necessary,
commercial umbrella insurance with a limit of not less than $2,000,000 each
occurrence, $2,000,000 general aggregate, and $2,000,000 products/completed
operations aggregate. The general aggregate limit shall apply separately to this
location/project or the general aggregate limit shall be twice the required
occurrence limit.
Contractors Enrolled in OCIP
Commercial general liability insurance shall be required of contractors enrolled in
the OCIP for off-site operations only with a limit of not less than $1,000,000 each
occurrence and $2,000,000 general aggregate.

Page 3 of 12

Rev121114

B. Automobile Liability Insurance. Contractor shall maintain automobile liability


insurance for bodily injury and property damage liability with a limit of not less than
$1,000,000 each accident. Such insurance shall cover liability arising out of any auto
(including owned, hired, and non- owned autos). Coverage shall be at least as broad as
Insurance Services Office Form Number CA 00 01.

Page 4 of 12

Rev121114

C. Workers Compensation insurance as required by the laws of the State of California.


Coverage shall include Employers Liability coverage with limits not less than $1,000,000
each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each
employee bodily injury by disease. The Contractor certifies that he/she is aware of the
provisions of Section 3700 of the California Labor Code, which requires every employer
to provide Workers' Compensation coverage, or to undertake self-insurance in
accordance with the provisions of that code. The Contractor shall comply with the
provisions of Section 3700 of the California Labor Code before commencing
performance of the work under this Contract and thereafter as required by that code.
Contractors Enrolled In OCIP
Workers Compensation insurance shall be required of contractors enrolled in the OCIP
for off-site operations only.
D. Professional Liability/Errors and Omissions insurance as appropriate for design/build
operations with limits not less than $2,000,000 each claim and $2,000,000 aggregate. If
the professional liability/errors and omissions insurance is written on a claims made
form:
I.

The retroactive date must be shown and must be before the date of the contract or
the beginning of work.

II.

Insurance must be maintained and evidence of insurance must be provided for at


least three (3) years after completion of the contract work.

III.

If coverage is cancelled or non-renewed and not replaced with another claims


made policy form with a retroactive date prior to the contract effective date, the
contractor must purchase extended period coverage for a minimum of three (3)
years after completion of work.

E. Builders Risk/Course of Construction Insurance (CP 10 30) covering all risks of loss
in an amount equal to the completed value form with no coinsurance penalty provisions
and in an amount equal to the initial contract sum, subject to subsequent modification of
the contract sum. The insurance shall apply on a replacement cost basis. The insurance
shall name as insured the City of Oakland, the Contractor and all subcontractors in the
work. The insurance shall cover the entire work at the site identified in the Scope of
Work, including reasonable compensation for architects services and expenses made
necessary by an insured loss. Insured property shall include portions of the work located
away from the site but intended for use at the site and shall also cover portions of the
work in transit. The policy shall cover the cost of removing debris, including demolition
as may be made legally necessary by the operation of any law, ordinance or
regulation. The insurance shall be maintained in effect until the project has been
accepted as substantially complete. The insurer shall waive all rights of subrogation
against the City.

Page 5 of 12

Rev121114

Section 1.3

Terms Conditions and Endorsements

The aforementioned insurance shall be endorsed and have all the following conditions:
A. Insured Status (Additional Insured): Contractor shall provide insured status using ISO
endorsement CG 20 10 or its equivalent naming the City of Oakland, its
Councilmembers, directors, officers, agents employees and volunteers as insureds in the
Commercial General Liability policy for both ongoing and completed operations. If
Contractor submits the ACORD Insurance Certificate, the insured status endorsement
must be set forth on a CG 20 10 (or equivalent). A STATEMENT OF ADDITIONAL
INSURED STATUS ON THE ACORD INSURANCE CERTIFICATE FORM IS
INSUFFICIENT AND WILL BE REJECTED AS PROOF OF MEETING THIS
REQUIREMENT; and
B. Cancellation Notice: Contractor shall immediately provide written notice to the City of
any notice of cancellation, notice of non-renewal, or any other material modification of
the insurance coverages required to be provided under this Contract.
C. The Workers Compensation policy shall be endorsed with a waiver of subrogation in
favor of the City for all work performed by the contractor, its employees, agents, and
subcontractors.
D. Certificate holder is to be the same person and address as indicated in the Notices
section of this Contract; and
E. Insurer shall carry insurance from an admitted company with a Best Rating of A VII or
better.
Section 1.4

Deductibles and Self-Insured Retentions

Any deductible or self-insured retention must be declared to and approved by the City. At the
option of the City, either: the insurer shall reduce or eliminate such deductible or self-insured
retentions as respects the City, its Councilmembers, directors, officers, agents, employees and
volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Section 1.5

Replacement of Coverage

In the case of the breach of any of the insurance provisions of this Contract, the City may, at the
City's option, take out and maintain at the expense of Contractor, such insurance in the name of
Contractor as is required pursuant to this Contract, and may deduct the cost of taking out and
maintaining such insurance from any sums which may be found or become due to Contractor
under this Contract.

Page 6 of 12

Rev121114

Section 1.6

Insurance Interpretation

All endorsements, certificates, forms, coverage and limits of liability referred to herein shall have
the meaning given such terms by the Insurance Services Office as of the date of this Contract.
Section 1.7

Proof of Insurance

Contractor will be required to provide proof of all insurance required for the work to the City
prior to execution of the contract, including copies of Contractors insurance policies. In
addition, when the Contractor is enrolled into the OCIP program, they will receive a Certificate
of Insurance from the OCIP Administrator evidencing their coverage under the
OCIP. Contractor shall provide the OCIP certificate of insurance to the City upon receipt from
the OCIP Administrator.
Contractors enrolled in the OCIP shall also provide proof of insurance for Commercial General
Liability (off-site operations only), Workers Compensation (off-site operations only),
Automobile Liability, Professional Liability (Design-Build projects), Builders Risks, and other
coverages as determined by the City. Failure to provide the insurance proof requested or failure
to do so in a timely manner shall constitute ground for rescission of the contract award.
Section 1.8

Subcontractors

Should the Contractor subcontract out the work required under this agreement, they shall include
all subcontractors as insureds under its policies or shall maintain separate certificates and
endorsements for each subcontractor. As an alternative, the Contractor may require all
subcontractors to provide at their own expense evidence of all the required coverages listed in
this Schedule. If this option is exercised, both the City of Oakland and the Contractor shall be
named as additional insured under the subcontractors General Liability policy. All coverages
for subcontractors shall be subject to all the requirements stated herein. The City reserves the
right to perform an insurance audit during the course of the project to verify compliance with
requirements.
Section 1.9

Waiver of Subrogation

Contractor waives all rights against the City of Oakland and its Councilmembers, officers,
directors, and employees for recovery of damages to the extent these damages are covered by the
forms of insurance coverage required above.
Section 1.10 Evaluation of Adequacy of Coverage
The City maintains the rights to modify, delete, alter, or change these requirements, with not less
than ninety (90) days prior written notice.

Page 7 of 12

Rev121114

Section 1.11 Higher Limits of Insurance


If the Contractor maintains higher limits than the minimums shown above, the City shall be
entitled to coverage for the higher limits maintained by the Contractor.
Section 1.12 Bid Instructions for OCIP-covered Projects
Each bidder is required to exclude from the bid price its normal cost for the insurance coverages
provided by the OCIP.
The Cost of OCIP Coverages is defined as the amount of Contractors reduction in insurance
costs due to eligibility for OCIP Coverages. The Cost of OCIP Coverages includes reduction in
insurance premiums, related taxes and assessments, markup on the insurance premiums and
losses retained through the use of the self-funded program, self-insured retention, or deductible
program. The Cost of OCIP Coverages must include expected losses within any retained risk.
Contractor must deduct the Cost of OCIP Coverages for all lower tier subcontractors, in addition
to its own Cost of OCIP Coverages.
Upon award of a contract, Contractor will receive access to the OCIP Administrators website,
for online data submission. Contractor shall submit their Insurance Cost Worksheet to the OCIP
Administrator, including copies of their Workers Compensation, General Liability and Excess
Umbrella rate and declaration pages. They must include any deductible or Self-Insured
Retention (SIR) amounts for Costs of OCIP Coverage verification purposes. Up to five years of
loss runs may also be required when a large deductible program is in place with the Contractor.
The City reserves the right to a deductive change order if it discovers at any time that a
Contractor of any tier has included the cost of any insurance provided by the City in its bid price,
time and material rates, change order or unit prices.
In the event the City elects not to include a Contractor of any tiers work under the OCIP, the
standard terms and conditions regarding insurance listed in this Schedule Q will then apply. The
OCIP Administrator will advise a Contractor of any tier which has submitted an enrollment form
if they are excluded from the OCIP.
Contractor shall cooperate fully with the OCIP Administrator in providing the necessary
insurance data and information as required in the bid specifications and associated documents
furnished by the City and/or OCIP Administrator during the duration of the project or until Cityfurnished insurance coverages are terminated.
Section 1.13 Bidders Insurance Requirements
For an explanation on bidders insurance requirements, please refer to the Insurance Coverage
Required of Contractors Section of this Schedule Q

Page 8 of 12

Rev121114

Section 1.14 Loss Control and Claims Responsibilities

All contractors of every tier must exercise every reasonable action to prevent work
related injuries, property and equipment damage at the project site, as well as minimize
the exposure of risk to the public and third party property.

All contractors must conduct loss control prevention practices according to those
requirements set by federal, state and city laws, statutes and specific project procedures
developed for the site.

All contractors must conform to insurer mandated safety requirements which include:
Drug Free Work Environment and full fall protection beginning at six feet for all trades.

In the event of an accident, it is the responsibility of contractors of any tier to see that
injured workers or members of the public are provided immediate medical treatment.

Contractor shall immediately provide claim notices with the insurance administrator who
will report all claims under the OCIP to the insurance carrier.

Section 1.15 Summary of Contractor OCIP Responsibilities


Contractors of any tier are required to cooperate fully with the City and its OCIP Administrator
in all aspects of OCIP operation and administration. All eligible Contractors of any tier will be
required to provide information necessary to bind coverage under the OCIP on a per contract
basis. Responsibilities of the Contractor include:

Identifying the cost of insurance excluded from bids.

Submitting the Contractor Enrollment Form (Form A) prior to commencing work.

Submitting the Contractors Insurance Cost Worksheet (Form B) prior to


commencing work.

Submitting policy rating pages for Workers Compensation, General Liability, and Excess
Liability with Form A and B.

Submitting a Certificate of Insurance required by this Schedule Q prior to


commencing work.

Including all OCIP provisions in all subcontract contracts with lower tier
subcontractors.

Notifying the OCIP Administrator of all awarded subcontracts.

Obtaining all required OCIP forms from lower tier subcontractors prior to their start of
work and providing to the OCIP Administrator.

Maintaining and reporting monthly payroll records by the 10th of every month

Cooperating with the OCIP Administrators requests for information

Complying with insurance, claim, and safety procedures

Page 9 of 12

Rev121114

Excluding the cost of coverages provided by the OCIP from all bids, contracts,
subcontracts, purchase orders, change orders, time and material rates and unit prices.

Notifying the OCIP Administrator immediately of any insurance cancellation or nonrenewal of contractor-required insurance

Notifying the OCIP Administrator immediately of any actual or potential insurance


claims
<< END OF SECTION 1.0 >>

Section 2.0

Insurance Requirements for Non-OCIP Projects

Section 2.1

Insurance Coverage Required of Contractors

Contractor shall procure, prior to commencement of service, and keep in force for the term of
this contract, at Contractor's own cost and expense, the following policies of insurance or
certificates or binders as necessary to represent that coverage as specified below is in place with
companies doing business in California and acceptable to The City. If requested, Contractor shall
provide the City with copies of insurance policies evidencing coverage shown below. The
insurance listed hereunder shall be considered minimum requirements and any and all insurance
proceeds in excess of the requirements shall be made available to the City.
A. Commercial General Liability insurance shall cover Bodily Injury, Property Damage
and Personal Injury for Premises Operations, Products and Completed Operations,
Independent Contractors and Contractual Liability. Coverage shall be at least as broad as
Insurance Services Office Commercial General Liability coverage (occurrence Form CG
00 01).
I.

II.

Coverage afforded on behalf of the City, Councilmembers, directors, officers,


agents, employees and volunteer shall be primary insurance. Any other insurance
available to the City, Councilmembers, directors, officers, agents, employees and
volunteers under any other policies shall be excess insurance (over the insurance
required by this Contract.
Limits of liability:
Contractor shall maintain commercial general liability (CGL) and, if necessary,
commercial umbrella insurance with a limit of not less than $2,000,000 each
occurrence, $2,000,000 general aggregate, and $2,000,000 products/completed
operations aggregate. The general aggregate limit shall apply separately to this
location/project or the general aggregate limit shall be twice the required
occurrence limit.

B. Automobile Liability Insurance. Contractor shall maintain automobile liability


insurance for bodily injury and property damage liability with a limit of not less than
Page 10 of 12

Rev121114

$1,000,000 each accident. Such insurance shall cover liability arising out of any auto
(including owned, hired, and non-owned autos). Coverage shall be at least as broad as
Insurance Services Office Form Number CA 00 01.
C. Worker's Compensation insurance as required by the laws of the State of California.
Coverage shall include Employers Liability coverage with limits not less than $1,000,000
each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each
employee bodily injury by disease. . The Contractor certifies that he/she is aware of the
provisions of section 3700 of the California Labor Code, which requires every employer
to provide Workers' Compensation coverage, or to undertake self-insurance in
accordance with the provisions of that Code. The Contractor shall comply with the
provisions of section 3700 of the California Labor Code before commencing performance
of the work under this Contract and thereafter as required by that code.
D. Professional Liability/Errors and Omissions insurance as appropriate for design/build
operations with limits not less than $2,000,000 each claim and $2,000,000 aggregate. If
the professional liability/errors and omissions insurance is written on a claims made
form:
I.

The retroactive date must be shown and must be before the date of the contract or
the beginning of work.

II.

Insurance must be maintained and evidence of insurance must be provided for at


least three (3) years after completion of the contract work.

III.

If coverage is cancelled or non-renewed and not replaced with another claims


made policy form with a retroactive date prior to the contract effective date, the
contractor must purchase extended period coverage for a minimum of three (3)
years after completion of work.

E. Builders Risk/Course of Construction Insurance (CP 10 30) covering all risks of


loss in an amount equal to the completed value form with no coinsurance penalty
provisions and in an amount equal to the initial contract sum, subject to subsequent
modification of the contract sum. The insurance shall apply on a replacement cost
basis. The insurance shall name as insured the City of Oakland, the Contractor and
all subcontractors in the work. The insurance shall cover the entire work at the site
identified in the Scope of Work, including reasonable compensation for architects
services and expenses made necessary by an insured loss. Insured property shall
include portions of the work located away from the site but intended for use at the site
and shall also cover portions of the work in transit. The policy shall cover the cost of
removing debris, including demolition as may be made legally necessary by the
operation of any law, ordinance or regulation. The insurance shall be maintained in
effect until the project has been accepted as substantially complete. The insurer shall
waive all rights of subrogation against the City.

Page 11 of 12

Rev121114

Section 2.2

Terms Conditions and Endorsements

The aforementioned insurance shall be endorsed and have all the following conditions:
Insured Status (Additional Insured): Contractor shall provide insured status using ISO
endorsement CG 20 10 or its equivalent naming the City of Oakland, its Councilmembers,
directors, officers, agents employees and volunteers as insureds in the Commercial General
Liability policy for both ongoing and completed operations. If Contractor submits the ACORD
Insurance Certificate, the insured status endorsement must be set forth on a CG 20 10 (or
equivalent). A STATEMENT OF ADDITIONAL INSURED STATUS ON THE ACORD
INSURANCE CERTIFICATE FORM IS INSUFFICIENT AND WILL BE REJECTED AS
PROOF OF MEETING THIS REQUIREMENT; and
A. Cancellation Notice: Contractor shall immediately provide written notice to the City of
any notice of cancellation, notice of non-renewal, or any other material modification of
the insurance coverages required to be provided under this Contract.
B. The Workers Compensation policy shall be endorsed with a waiver of subrogation in
favor of the City for all work performed by the contractor, its employees, agents and
subcontractors.
C. Certificate holder is to be the same person and address as indicated in the Notices
section of this Contract; and
D. Insurer shall carry insurance from an admitted company with a Best Rating of A VII or
better.
Section 2.3

Deductibles and Self-Insured Retentions

Any deductible or self-insured retention must be declared to and approved by the City. At the
option of the City, either: the insurer shall reduce or eliminate such deductible or self-insured
retentions as respects the City, its Councilmembers, directors, officers, agents, employees and
volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Section 2.4

Replacement of Coverage

In the case of the breach of any of the insurance provisions of this Contract, the City may, at the
City's option, take out and maintain at the expense of Contractor, such insurance in the name of
Contractor as is required pursuant to this Contract, and may deduct the cost of taking out and
maintaining such insurance from any sums which may be found or become due to Contractor
under this Contract.

Page 12 of 12

Rev121114

Section 2.5

Insurance Interpretation

All endorsements, certificates, forms, coverage and limits of liability referred to herein shall have
the meaning given such terms by the Insurance Services Office as of the date of this Contract.
Section 2.6

Proof of Insurance

Contractor will be required to provide proof of all insurance required for the work prior to
execution of the contract, including copies of Contractors insurance policies if and when
requested. Failure to provide the insurance proof requested or failure to do so in a timely manner
shall constitute ground for rescission of the contract award.
Section 2.7

Subcontractors

Should the Contractor subcontract out the work required under this agreement, they shall include
all subcontractors as insureds under its policies or shall maintain separate certificates and
endorsements for each subcontractor. As an alternative, the Contractor may require all
subcontractors to provide at their own expense evidence of all the required coverages listed in
this Schedule. If this option is exercised, both the City of Oakland and the Contractor shall be
named as additional insured under the subcontractors General Liability policy. All coverages
for subcontractors shall be subject to all the requirements stated herein. The City reserves the
right to perform an insurance audit during the course of the project to verify compliance with
requirements.
Section 2.8

Waiver of Subrogation

Contractor waives all rights against the City of Oakland and its Councilmembers, officers,
directors, and employees for recovery of damages to the extent these damages are covered by the
forms of insurance coverage required above.
Section 2.9

Evaluation of Adequacy of Coverage

The City of Oakland maintains the rights to modify, delete, alter or change these requirements
with not less than ninety (90) days prior written notice.
Section 2.10 Higher Limits of Insurance
If the contractor maintains higher limits than the minimums shown above, the City shall be
entitled to coverage for the higher limits maintained by the contractor.
<< END OF SECTION 2.0 >>

Page 13 of 12

Rev121114

Attachment 14

Project Special Provisions

D-191

Bid Documents: August 26, 2014 Update

CITY OF OAKLAND
INFORMATION TECHNOLOGY
DIVISION
(ITD)

TELECOMMUNICATIONS
STANDARDS
21st Century Edition
March 1, 2012

Table of Contents
Data Cabling Standards and Specifications
Introduction and Special Notes
Areas of special note
Test Results
Labeling
As-Builts

1
2
2
2
2

STRUCTURED TELECOMMUNICATIONS CABLING AND PATHWAY SYSTEM


PART 1 GENERAL
1.1

REFERENCES
CALIFORNIA BUILDING STANDARDS COMMISSION
ELECTRONIC INDUSTRIES ASSOCIATION (EIA)
FEDERAL COMMUNICATIONS COMMISSION (FCC)
INSULATED CABLE ENGINEERS ASSOCIATION (ICEA)
NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)
NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)
RURAL ELECTRIFICATION ADMINISTRATION (REA)
UNDERWRITERS LABORATORIES INC. (UL)
PUBLIC WORKS STANDARDS, INC.

3
3
3
4
4
4
4
5
5
5

1.2

DEFINITIONS
1.2.1 Main Distribution Frame (MDF)
1.2.2 Intermediate Distribution Frame (IDF)

6
6
6

1.3

SYSTEM DESCRIPTION

1.4

SUBMITTALS
1.4.1 Manufacturers Catalog Data
1.4.2 Drawings
1.4.2.1 Telecommunications Drawings
1.4.2.2 Distribution Frames
1.4.3 Statements
1.4.4 Installer Qualifications
1.4.5 Test Plan
1.4.6 Professional References
1.4.7 Factory Test Reports
1.4.8 Field Test Reports
1.4.9 Operation and Maintenance Manuals
1.4.10 Schedules

7
7
8
8
8
8
9
9
9
9
9
10
10

1.5

DELIVERY AND STORAGE

10

Table of Contents
PART 2 PRODUCTS
2.1
2.2
2.3

2.4

2.5
2.6
2.7
2.8
2.9
2.10

COMPONENTS
PATHWAYS (BACKBONE AND HORIZONTAL)
TELECOMMUNICATIONS CABLING
2.3.1 Backbone Cabling
2.3.2 Horizontal Cabling
2.3.2.2 Category 5E Patch Cables
2.3.2.3 Fiber Optic Patch Cables.
DISTRIBUTION FRAMES
2.4.1 Equipment Support Cabinet
2.4.2 Copper Patch Panels
2.4.3 Fiber Optic Patch Panel
TELECOMMUNICATIONS OUTLET/CONNECTOR ASSEMBLIES
RACEWAY
BACKBOARDS
GROUNDING AND BONDING PRODUCTS
FIRESTOPPING MATERIAL
POWER STRIP

10
10
10
11
11
12
12
12
13
13
13
14
15
15
15
15
15

PART 3 EXECUTION
3.1

3.2

3.3

3.4
3.5
3.6
3.7
3.8

INSTALLATION
15
3.1.1 Cabling
16
3.1.1.1 Open Cable
17
3.1.1.2 Backbone Cable
18
3.1.1.3 Horizontal Cabling
18
3.1.2 Work Area Outlets
18
TESTING
19
3.2.1 Telecommunications Cabling Testing
19
3.2.1.1 Inspection
19
3.2.1.2 Verification Tests
19
3.2.1.3 Performance Tests
19
3.2.1.4 Final Verification Tests
20
PATHWAY INSTALLATIONS
20
3.3.1 Ground Boxes and Pull boxes
21
3.3.2 Communication Duct-Banks and Conduits
22
3.3.2.1 Trenches
22
3.3.2.2 Conduit
23
3.3.2.3 Overhead Conduit
25
3.3.2.4 Communications Entrance Conduit
25
3.3.2.5 Duct-bank locating cable (electronically detectable warning tape) 26
3.3.2.6 Pull Rope
26
BONDING AND GROUNDING
26
MDF
26
IDF Racks
27
DATA SYSTEMS LABELING PROCEDURES
27
Data Systems Labeling
28
3.8.1 Patch Panels
28
3.8.2 Outlets
28

ii

Table of Contents
DATA COMMUNICATIONS ACTIVE INFRASTRUCTURE
PART 1 GENERAL
1.1

2.1
3.1

SUMMARY
1.1.1 General.
1.1.2 Related Work
1.1.3 Products Installed Under this Section
1.1.4 Quality Assurance
1.1.5 References
1.1.6 Submittals.
1.1.7 Delivery, Storage and Handling.
1.1.8 Warranty
PRODUCTS
2.1.1 LAN Electronics
EXECUTION
3.01
SURFACE CONDITIONS
3.02
INSTALLATION
3.02
LOCATIONS
3.04
LAN ELECTRONICS
3.05
ACCEPTANCE TESTING
3.06
PROJECT RECORD DOCUMENTATION
3.07
INSTALLATION REQUIREMENTS
3.08
DOCUMENTATION REQUIREMENTS
3.09
MAINTENANCE REQUIREMENTS

29
29
29
29
30
30
30
30
31
31
31
31
31
31
32
32
34
34
34
36
36

Appendix A
Technical Specifications for the Installation of Fiber Optic Cable
(Campus, Core Facilities)
1.1 Introduction
2.1 Fiber Cable Specifications
2.1.1 Multi-mode Fiber
2.1.1.1 Performance
2.1.1.2 Cable Construction
2.1.1.3 Plenum Cable (Inside Cable)
2.1.1.4 Outside Plant Cable
2.1.1.5 Recommended Suppliers
2.1.2 Single-mode Fiber
2.1.2.1 Performance
2.1.2.2 Cable Construction
2.1.2.3 Riser or Plenum (Inside Cable)
2.1.2.4 Outside Plant Cable
2.1.2.5 Recommended Suppliers
3.1 Installation Standards
3.1.1 Underground Inter-Building Cable
3.1.2 Labeling

iii

A-1
A-1
A-1
A-1
A-1
A-2
A-2
A-2
A-2
A-2
A-3
A-3
A-3
A-4
A-4
A-4
A-4

Table of Contents
3.1.3 Conduit Assignments
4.1 Termination Standards
4.1.1 Fiber Organizers
4.1.2 Connectors and Splices
4.1.3 Miscellaneous
5.1 Testing
5.1.1 Before Installation
5.1.2 After Installation and termination

A-5
A-5
A-5
A-5
A-6
A-6
A-6
A-6

Bibliography
CITY OF OAKLAND OFFICE OF INFORMATION TECHNOLOGY
TELECOMMUNICATIONS WIRING STANDARD
February 27, 1991 Revision VI January 2000
Long Beach Unified School District Data Cabling Standards and Specifications

www.lbusd.k12.ca.us/technology/standards/datacabling.pdf
Technical Specifications for the Installation of Fiber Optic Cable (Campus, UC Berkeley)
System Installation and Wiring Guide, Oakland Unified School District
Research and Development Laboratory for Learning Technologies (Technology Services
Department), January 2, 2001, Document # 001001, Version 1.0 Beta.

iv

Data Cabling Standards and Specifications


Introduction and Special Notes
The City of Oaklands (hereafter referred to as City) Telecommunications Wiring
Standards and specifications are designed to provide building transmission requirements
that meet the operational needs of City Government. The standard is designed to support
the competitive bid process and does not unduly restrict serious providers of
telecommunications equipment or services.
This document describes the requirements governing the installation of all
telecommunications building wiring purchased and used by the City, California. For
correlation with industry, this document refers to applicable building codes in force
within the City, including the National Electrical Code (NEC). Where there is conflict
with applicable building or electrical codes the more stringent requirement shall be used.
The City may determine if equipment meets these specifications by beta testing and
evaluating a sample of the basic model/series of equipment at the testing facility at 150
Frank H. Ogawa Plaza Suite 7211, Oakland, California 94612, telephone (510) 238-4716.
Telecommunications wiring standards are required by the City to support all phases of
the City Government's voice, video, and data activities and applications.
Telecommunications activities supported involve the transportation of information within
and between buildings in urban and industrial areas of the City of Oakland, utilizing any
and all types of transmission media.
The City reserves the right to reject any transmission media if, in our professional
opinion, it fails to exhibit compliance with this standard or appears unsuitable for specific
requirements.
Comments regarding this standard should be addressed to Chief Technology Officer,
Information Technology Division, 150 Frank H. Ogawa Plaza, Suite 7335 Oakland,
California 94612, phone (510) 238-2023.

The Citys goal is to have certified cable installations at all sites. Network Contractors
are required to be certified by the appropriate manufacture(s) for the cabling plant that
exists at the campus the work is requested. Installation must include a 15-year
manufactures warranty (Section 2.1). The City will specify the required standard and
manufactures requirement for each job.

Areas of special note:


Patch Cable Requirement. The following patch cables are to be included in any
quote provided to the City for cabling installations at plaza and remote branch offices.
Sufficient patch cables to populate 100% of the installation, plus 10% spares are required
1

(Sections 2.3.2.2 & 2.3.2.3). Unless otherwise stated in the RFQ, the contractor will
deliver:

IDF (Copper) 3 feet in length, CAT5E Certified. Color will be blue (Section
2.3.2.2)
Station Cables to attach computers to network (Copper) 10 feet in length,
Cat5E Certified. Color will be Blue (Section 2.3.2.2)
IDF/MDF (Fiber) Fiber patch cables to match fiber installation. Two meters
in length (Section 2.3.2.3).

Test Results
Each port must pass the appropriate test for the type of cable installed. Test results for
each port will be delivered to the City in both printed and electronic formats. (Section
3.2-all sub-sections)

Labeling
Each port (fiber or Cat5E) must be labeled according to the standards listed in Sections
6.0, 6.1, 6.1.1, and 6.1.2.

As-Builts
As-builts are to be included for any cabling installed (Section 1.4.2.1). City requires a
laminated copy of the final as-built, plus an electronic copy of the CAD file. Electronic
drawings for the site will be provided to the contractor if they exist. If there are no
electronic as-builts, the contractor will be expected to create an original CAD drawing.
Work added to an existing as-built is to be clouded on the drawing and appropriate
notes are to be added to the legend indicating the scope, contractor, and date of
completion.
STRUCTURED TELECOMMUNICATIONS CABLING AND PATHWAY
SYSTEM
PART 1 GENERAL

1.1

REFERENCES

The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.

CALIFORNIA BUILDING STANDARDS COMMISSION


California Electrical Code (CEC) (2001) Title 24, Part 3
ELECTRONIC INDUSTRIES ASSOCIATION (EIA)

EIA/TIA TSB-75

(1996) Additional Horizontal Cabling Practices for Open


Offices

EIA/TIA-455-21

(1988) FOTP-21 Mating Durability of Fiber Optic


Interconnecting Devices
(1989) 62.5 uM Core Diameter/125 uM Cladding Diameter
Class Ia Multi-mode, Graded-Index Optical Waveguide
Fibers
(1994) Optical Power Loss Measurements of Installed
Single-mode Fiber Cable Plant
(1990) OFSTP-14 Optical Power Loss Measurements of
Installed Multi-mode Fiber Cable Plant
(Fall 2001) Commercial Building Telecommunications
Wiring Standard
(2002) Transmission Performance Specifications for 4-Pair
100 Ohm Category 6 Cabling
(2001) Commercial Building Telecommunications Cabling
Standard - Part 2: Balanced Twisted-Pair Cabling
Components - Addendum 2 (ANSI/TIA/EIA-568-B.2-22001)

EIA-492AAAA

EIA/TIA-526-7
EIA/TIA-526-14
TIA/EIA-568-B.1, B.2
TIA/EIA-568-B.2-1
TIA/EIA-568-B.2-2

TIA/EIA-568-B.2-3

(2002) Commercial Building Telecommunications Cabling


Standard - Part 2: Balanced Twisted-Pair Cabling Addendum 3 - Additional Considerations for Insertion Loss
and Return Loss Pass/Fail Determination (ANSI/TIA/EIA568-B.2-3-2002)

TIA/EIA-568-B.2-5

(2003) Commercial Building Telecommunications Cabling


Standard - Part 2: Balanced Twisted-Pair Cabling
Components - Addendum 5 - Corrections to TIA/EIA-568B.2-5 TIA/EIA-568-B.3 (2000) Optical Fiber Cabling
Components Standard (ANSI/TIA/EIA-568-B.3-2000)

TIA/EIA-569-A

(1998) Commercial Building Standard for


Telecommunications Pathways and Spaces
(ANSI/TIA/EIA-569-A-98)

TIA/EIA-569-A-1

(2000) Commercial Building Standard for


Telecommunications Pathways and Spaces, Addendum 1
(ANSI/TIA/EIA-569-A-1-2000) This addendum defines the
surface raceways contained in the work area outlets.

TIA/EIA-569-A-2

(2000) Commercial Building Standard for


Telecommunications Pathways and Spaces, Addendum 2
(ANSI/TIA/EIA-569-A-2-2000) This addendum defines the
furniture pathways and spaces contained in work areas.

TIA/EIA-570-A

(1999) Residential and Light Commercial


Telecommunications Wiring Standard TIA/EIA-606-A

(2002) Administration Standard for the


Telecommunications Infrastructure of Commercial
Buildings
TIA/EIA-607-A

(2002) Commercial Building Grounding (Earthing) and


Bonding Requirements for Telecommunications
(ANSI/JSTD607-A-2002)

FEDERAL COMMUNICATIONS COMMISSION (FCC)


FCC Part 68.5

Establishment of Telephone Premises Wiring Attestation


List

INSULATED CABLE ENGINEERS ASSOCIATION (ICEA)


ANSI/ICEA S-80-576

(1994) Communication Wire and Cable for Wiring of


Premises

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)


NEMA WC 63

(1994) Telecommunications Cables

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)


NFPA 70

(2002) National Electrical Code

RURAL ELECTRIFICATION ADMINISTRATION (REA)


REA 345-165
REA TECM 823

(1989) Digital Stored Program Controlled Central Office


Equipment (Form 522)
(1980) Electrical Protection by Use of Gas Tube Arrestors

UNDERWRITERS LABORATORIES INC. (UL)


UL 444

(1994; R 1995, Bul. 1995 and 1996) Communications


Cables

UL 467

(1993; Bul. 1994 and 1996, R 1996) Grounding and


Bonding Equipment

UL 497

(1995) Safety Protector for Paired Conductor


Communication Circuit

UL 514C

(1988; R 1989, Bul. 1993 and 1994) Nonmetallic Outlet


Boxes, Flush-Device Boxes, and Covers

UL 910

(1995; R 1995, Bul. 1995 and 1996) Flame-Propagation


and Smoke-Density Values for Electrical and Optical-Fiber
Cables Used in Spaces Transporting Environmental Air

UL 969

(1995) Marking and Labeling Systems

UL 1286

(1993) Office Furnishings

UL 1581

(1991; Bul. 1993, 1994, 1995, and 1996, R 1996) Electrical


Wires, Cables, and Flexible Cords

UL 1666

(1991; Bul. 1995 and 1996) Flame Propagation Height of


Electrical and Optical-Fiber Cables Installed in Vertical
Shafts

UL 1863

(1995) Communication Circuit Accessories

PUBLIC WORKS STANDARDS, INC.


GREENBOOK Green Book Standard Specifications For Public Works Construction
2000

1.2

DEFINITIONS

1.2.1 Main Distribution Frame (MDF)


A.

A physical concentration or central location for terminating backbone


cables to interconnect with local exchange carrier (LEC) equipment at the
activity minimum point of presence. The MDF generally includes vendor
specific components to support voice and data circuits, building surge
protector assemblies, main cross connect blocks, equipment support
frames, and plywood backboard. Depending upon local site conditions, the
MDF and IDF may be identical.

1.2.2 Intermediate Distribution Frame (IDF)


A.

1.3

An intermediate termination point for horizontal wiring and cross


connections normally within another structure separate from the MDF.
Ensure that a plywood backboard is installed in the IDFs.

SYSTEM DESCRIPTION
A.

The structured telecommunications cable and pathway distribution and


wiring system shall include permanently installed backbone and horizontal
5

cabling, horizontal and backbone pathways, workstation pathways,


telecommunications outlet assemblies, conduit, raceway, and hardware for
terminating, and interconnecting.

1.4

B.

The horizontal system includes the cabling and pathway between the IDF
and the work area telecommunications outlet.

C.

The backbone cabling and pathway system includes the interconnecting


cabling, pathway, and terminal hardware to provide connectivity between
the MDFs, and IDFs.

D.

The backbone system shall be wired in a star topology with the MDF at
the center or hub of the star.

E.

Hardware and terminating equipment shall consist of UL approved


Category 5E patch panels, jacks, and fiber optic terminating equipment at
existing City facilities and Cat 6 components in new construction sites.

F.

Backbone cable shall consist of Multi-mode fiber optic cable (OFN).


Determination for use of 62.5/125m or 50/125m will be made on a siteby-site basis.

G.

Inter-building backbone pathways will consist of 2 conduits, existing


conduits or a combination of both, as per the drawings.

H.

Horizontal pathways will consist of 2 conduits, existing conduit and


raceway, Panduit LD 5 or LD 10 or equivalent raceway or combination of
both, as per the drawings.

I.

Structured Telecommunications Cabling and Pathways Systems shall be


installed in a neat and workmanlike manner as specified by
ANSI/NECA/BICSI 568-2001 and National Electrical Code, Sections
110-12 and 800-6.

SUBMITTALS
A.

Contractor is to submit the following prior to construction for City


approval:

1.4.1 Manufacturers Catalog Data


A.

Telecommunications cabling (backbone and horizontal)

1. Fiber optic type connectors, ST for multi-mode or SC for single-mode as


required
2. Telecommunications outlet/connector assemblies RJ-45 jack
3. Equipment support rack
4. Patch Panels (Copper and Fiber optic)
5. Power Strips and UPS
6. Cable Hangers
7. Floor outlet boxes or modules
8. Firestop material
9. External mounted raceway
10. Cable tray

1.4.2 Drawings
A.

Telecommunications Drawings

B.

Distribution Frame Elevations

1.4.2.1 Telecommunications Drawings


A.

Provide registered communications distribution designer (RCDD)


approved drawings complete with wiring diagrams and details required to
prove that the distribution system shall properly support connectivity from
the MDF to the IDF to the telecommunications work area outlets.

B.

Show the layout of cabling and pathway runs, MDF, IDF and ground
system. Drawings shall depict final telecommunications cabling
configuration, including location, gage, pair assignment and patch panels
after telecommunications cable installation.

C.

Provide a plastic laminated schematic of telecommunications cable system


showing cabling, IDFs, MDFs, and equipment rooms keyed to floor
plans by room number.

D.

Provide two (2) electronic copies of As-Builds to City.

1.4.2.2 Distribution Frames


A.

Provide shop drawing showing layout of applicable equipment including


incoming IDF racks, patch panels and LAN equipment.

1.4.3 Statements
A.

Installer qualifications

B.

Test plan

C.

Professional References

D.

Labeling Scheme

1.4.3.1 Installer Qualifications


A.

Prior to installation, submit data of installers experience and


qualifications, which shall include 3 years on projects of similar
complexity. Include names and locations of two projects successfully
completed using fiber optic and copper communications cabling systems
in similar environments.

B.

Installers shall be Panduit certified or City approved equivalent. Include


written certification from users that systems have performed satisfactorily
for not less than 18 months.

C.

Include specific experience in installing and testing structured


telecommunications distribution systems using fiber optic and Category
5E or higher, cabling systems.

1.4.3.2 Test Plan


A.

Provide a complete and detailed test plan for the telecommunications


cabling system including a complete list of test equipment for the UTP and
OFN components and accessories. Include procedures for certification,
validation, and testing.

B.

Furnish factory reel tests for fiber optic cables.

1.4.3.3 Professional References


A.

Provide a list of at least five professional references for similar projects.


Include Company names, Contacts, phone numbers and a description of
project.

1.4.3 Factory Test Reports


A. Factory reel tests
1. Furnish factory reel tests for fiber optic cables.

1.4.4 Field Test Reports


A.

Telecommunications cabling testing

1.4.6 Operation and Maintenance Manuals


A.

Telecommunications cabling and pathway system

1.4.7 Schedules
A.

1.5

MS Project Construction Schedules are required for each project

DELIVERY AND STORAGE


A.

Provide protection from weather, moisture, dirt, dust and other


contaminants for telecommunications cabling and pathway equipment
placed in secured storage.

PART 2 PRODUCTS

2.1

COMPONENTS
A.

UL or third party certified. Provide a complete system of


telecommunications cabling and pathway components using star topology
and support structures, pathways, and spaces complete with conduits, pull
wires, raceways, pull boxes, outlets, cables, ground boxes, as per the
drawings. Fixed cables and pathway systems for telecommunications
systems shall be UL listed or third party independent testing laboratory
certified, and shall comply with NFPA 70. Horizontal cable and

termination equipment shall be of a manufacture, installed and certified so


as to provide a 15-year warranty:

2.2

2.3

PATHWAYS (BACKBONE AND HORIZONTAL)


A.

TIA/EIA-569-A. Pathway shall be conduit, and raceway installations.


Provide grounding and bonding as required by TIA/EIA-607-A.

B.

Pathways shall be installed in accordance with NEC Article 314 and


Article 800.51 (J), (K), or (L), as applicable, and installed in accordance
with Articles 362.24 through 362.56, where the requirements applicable to
electrical nonmetallic tubing apply.

TELECOMMUNICATIONS CABLING
A.

Cabling shall be UL listed for the application and shall comply with EIA
TSB-67, TIA/EIA-568-B.1, B.2 and NFPA 70. Cabling shall consist of
Category 5E, or 6 UTP as required and OFNP/FT6. Plenum cables shall
comply with UL 910. Provide a labeling system for cabling as required by
TIA/EIA-606-A and UL 969. Cabling manufactured more than 12 months
prior to date of installation shall not be used. OFN shall comply with UL
1581 vertical tray flame test. OFNP may be substituted for OFNR. OFNG,
OFN may be substituted for OFNP, OFNR.

2.3.1 Backbone Cabling


A.

Shall be a minimum of indoor/outdoor rated, tight-buffered 12 strand


62.5/125 multi-mode or 12-strand 50/125 multi-mode fiber optic cable.

2.3.2 Horizontal Cabling


A.

Comply with NFPA 70, NEMA WC 63, ANSI/ICEA S-80-576 and


performance characteristics in TIA/EIA-568-B.1 and B.2 UTP, four-pair
100 ohm.

B.

Provide four each individually twisted pair, 24 AWG or 22 AWG


conductors enclosed by an overall plenum-rated jacket.

10

C.

Individual pairs shall be constructed to contain minimum two twists per


foot per each pair.

D.

Overall diameter of four pair cable shall not exceed 0.25 inches.

E.

Ultimate breaking strength shall be minimum 90 pounds.

F.

Four pair cable shall withstand a bend radius of one-inch minimum at a


temperature of minus 20 degrees C maximum without jacket or insulation
cracking.

G.

Conductors shall be color coded and polarized in accordance with


TIA/EIA-568-B.1 and B.2.

H.

Enhanced performance Category 5E UTP plenum cable for local area


networks shall exceed TIA/EIA-568-B.1 and B.2 standards.

I.

Conductor shall be a 24 AWG solid annealed copper wire.

J.

Primary insulation shall be FEP fluoropolymer resin for each pair.

K.

Cable shall be plenum rated and shall comply with NFPA 70, UL 444, and
UL 910.

L.

Manufacture: Panduit or City approved equivalent Enhanced Category 5E.

2.3.2.2 Category 5E Patch Cables


A.

UTP Patch Cables. Patch cables for unshielded twisted pair cable shall be
Category 5E rated and shall be equipped with factory-attached connectors
to interconnect equipment mounted on the racks of the distribution frame
and to connect computer stations to outlet locations.

B.

Patch cords may also be used for patching applications not to exceed 20
feet. Quantity required for 100% port population with 10% spare.

C.

Manufacture: Panduit, AllenTel or City approved equivalent.

2.3.2.3 Fiber Optic Patch Cables.


A.

Fiber Optic Patch Cables shall be multi-mode or single-mode (to conform


to desired plant) patch cords pre-made to connect fiber optic equipment
with fiber optic cross connects, interconnects and outlets. Patch cables
shall be duplex and conform to properly connect to equipment.

11

2.4

B.

The patch cords (jumpers) shall be impact-resistant multi fiber cables, SC


or ST connectors as required, of the same performance characteristics as
the multi-mode fiber backbone being connected (62.5/125m or
50/125m).

C.

These fiber optic patch panel connections shall provide 0.4 dB or less
insertion loss and provide connection between the Active LAN devices
and the Fiber Optic patch panel. Quantities for 100% population plus 10%
Spares.

DISTRIBUTION FRAMES
A.

Provide intermediate distribution frames (IDFs), per each project site


walk for terminating and cross connecting permanent cabling.

2.4.1 Equipment Support Cabinet


A.

Fully enclosed, lockable, modular type steel construction and treated to


resist corrosion.

B.

IDF cabinets shall be wall mount/swing out type and provide 19 rack
mounting.

C.

Rack shall be designed to allow for left or right-hand swing. Minimal


dimensions shall be approximately 24H X 22 W X 24 D.

D.

Cabinet shall be mounted on plywood backboard in location to be


determined.

E.

In selected cases, a 48 high cabinet will be used. Larger cabinet size or 7


open rack will be determined on a project-by-project basis.

2.4.2 Copper Patch Panels


A. UTP patch panels shall be rack mounted, rated to exceed EIA/TIA Category
5E modular (8 position) patch panels each wired to terminate modular jacks
per the EIA/TIA T568A standard.
B. Quantities of jacks are based on the number of UTP cables originating at wall
outlets and terminating at the patch panel.

12

C. All voice cables to be terminated on 110 blocks on backboard.


D. All patch panels shall be grounded.
E. Manufacture: Panduit or City approved equivalent Enhanced Category 5E.
F. Wire Managers

2.4.3 Fiber Optic Patch Panel


A.

Provide panel for maintenance and cross connecting of fiber optic cables.

B.

Panel shall be constructed of 0.125-inch minimum aluminum and shall


have connectors which interface the inside plant fiber optic jumper cable
with the outside plant fiber optic cable.

C.

Panels shall be equipped with engraved laminated plastic nameplates


above each connector.

D.

Rack-mounted fiber patch panels shall be equipped to terminate or splice


the incoming inter-building fiber and any required backbone or
interconnect cables.

E.

Each cable must be properly dressed.

F.

These units will terminate the fiber optic cables, provide a place for
jumper cables and will provide room to terminate additional optics.

G.

All connectors will be types SC for single-mode or ST for multi-mode


pursuant to circumstance.

H.

The fiber optic patch panel connections shall provide 0.4 dB or less
insertion loss.

I.

All patch panels shall be grounded.

2.5 TELECOMMUNICATIONS OUTLET/CONNECTOR


ASSEMBLIES
A.

Jacks shall comply with FCC Part 68.5, and TIA/EIA-568-B.1 and B.2.

13

2.6

2.7

B.

Jacks shall accommodate UTP or OFN and work in concert with Panduit
LD 5 or LD 10 or City approved equivalent raceway.

C.

UTP jacks shall be RJ-45 designation T568A type, UL 1863 listed, eight
position, constructed of high impact rated thermoplastic housing rated for
Category 5E service.

D.

UTP jacks for data shall be Category 5E hardware and shall comply with
the attenuation requirements contained in TIA/EIA-568-B.1 and B.2.

E.

UTP jacks for voice shall be (two) RJ-11 designation type, UL 1863 listed,
four position, constructed of high impact rated thermoplastic housing rated
for Category 3 service.

F.

Telecommunications cover plates shall comply with UL 514C, and


TIA/EIA-568-B.1 and B.2; flush design constructed of high impact
thermoplastic material.

G.

Stenciled lettering for voice and data circuits shall be provided using
thermal ink transfer process.

H.

Manufacture: Panduit or City approved equivalent Enhanced Category 5E.

RACEWAY
A.

Conceal cable pathways within walls whenever possible.

B.

Unless otherwise indicate, raceway shall be three channel, Panduit LD 5


or LD 10 with all necessary hardware and equipment to install Panduit or
City approved equivalent certified UTP cable system as described above.

C.

Raceway shall be ivory in color, or to match electrical outlets on


new/remodel construction.

D.

Notching or modifications of raceway will not be permitted.

BACKBOARDS
A.

Provide fire rated plywood inch thick 8H X 4 W for mounting of IDF


cabinet.

B.

Backboards shall be painted with a white, nonconductive fire-resistant


overcoat.

14

2.8

GROUNDING AND BONDING PRODUCTS


A.

2.9

Comply with UL 467, TIA/EIA-607-A, and NFPA 70. Components shall


be identified as required by TIA/EIA-606-A.

FIRESTOPPING MATERIAL
A.

Contractor shall provide all necessary fire stopping of openings through


which cable is installed under this specification, in accordance with NFPA
70 and all local codes. This includes installation in conduits, raceways, or
bare penetrations. Provide and install UL 1479 approved (Fire Barrier
Caulk) firestop material.

2.10 POWER STRIP (Power Distribution Unit) AND UPS


A.

Install Perma Power #JT06BOB, Geist SP120-10 Surge Protector, or City


approved equal. This shall be connected to an APC Smart-UPS 2200 when
Network Equipment will be connected. A Network Management Card
(APC9617) must be included and properly configured to provide City staff
alerts if there are issues associated with the UPS.

PART 3 EXECUTION

3.1

INSTALLATION
A.

Telecommunications cabling and pathway systems, including the


horizontal and backbone cable, pathway systems, telecommunications
outlet/connector assemblies, and associated hardware shall be installed in
accordance with TIA/EIA-568-B.1, B.2, B.3, TIA/EIA-569-A, NFPA 70,
and UL standards as applicable.

B.

Cabling shall be connected in a star topology network.

C.

Contractor shall provide all necessary tools and materials not specified,
(tie wraps, D rings, screws, consumables, hardware, etc.) and
equipment, (ladders, hydraulic lifts, storage containers, etc.) necessary to
provide a complete and operating system.

D.

Installation methodologies shall adhere to manufacturer installation


procedures so as to not violate certifications (i.e. UL).

E.

All work shall be performed in a workmanship-like manner leaving each


location in the same or better condition as at the start of each project.

F.

The designated City representative shall be provided progress reports.

15

G.

Periodic on-site inspections will be done during the course of installation.

H.

The City reserves the right of local jurisdiction for final approval.

3.1.1 Cabling
A.

Install Category 5E UTP and OFN telecommunications cabling and


pathway system in accordance with TIA/EIA-568-B.1, B.2 and the
drawings.

B.

Cabling installation shall comply with EIA TSB40-A and EIA TSB-36.

C.

Screw terminals shall not be used except where specifically indicated on


plans.

D.

Do not untwist Category 5E UTP cables more than inch from the point
of termination to maintain cable geometry.

E.

Do not exceed manufacturers cable pull tensions for copper and fiber
optic cables. Provide a device to monitor cable pull tensions. Do not
exceed 25 pounds pull tension for four pair copper cables.

F.

Do not chafe or damage outer jacket materials.

G.

Use only lubricants approved by cable manufacturer.

H.

Do not over cinch cables with tie wraps or crush cables with staples.

I.

For UTP cable bend radii shall not be less than four times the cable
diameter.

3.1.1.1 Open Cable


A.

Use only where specifically indicated on plans or determined during site


surveys.

B.

When not run in surface mounted raceway or conduit, utilize cable hooks
above suspended ceilings and in all ceiling spaces.

C.

Comply with TIA/EIA-568-B.1 and B.2.

D.

Install cabling above suspended ceilings 6 to 12 inches above ceiling Tbar using cable hooks spaced on 12 to 24 inch centers and securely
attached to structural ceiling.

16

E.

Do not exceed cable pull tensions recommended by the manufacturer.


1. Plenum cable shall be used in all where applicable per code.
Plenum cables shall comply with flammability plenum
requirements of NFPA 70 and shall comply with UL 910.
2. Avoid routing copper cable in areas where there may be high
levels of electromagnetic interference (EMI). EMI is caused by AC
power lines, broadcast signals, X-ray equipment, motors,
generators, and fluorescent lights. UTP cables shall be routed at
least 5 inches away from fluorescent lighting fixtures.
3. Cables shall be placed in the support device, J-hooks located every
4 feet, as long as they are separately bundled and tie-wrapped
using Velcro ties.
4. Cabling shall be organized and identified so as to facilitate locating
and handling individual sheaths for maintenance functions.
5. Each bundle shall be neatly tied without over cinching or stressing
cable.
6. Bundles shall be clearly marked identifying the IDF and room to
which routed, the station numbers served by the bundle, and any
other information that may assist in administration.
7. Great care shall be taken to protect all cabling from physical
damage.
8. A 10 service loop shall be installed on each cable installation
where possible.

3.1.1.2 Backbone Cable


A.

Fiber Optic Backbone Cable. Install backbone OFN in pathways.

B.

Do not exceed manufacturers recommended bending radii and pull


tension.

17

C.

Prepare cable for pulling by cutting outer jacket 10 inches leaving strength
members exposed for approximately 10 inches. Twist strength members
together and attach to pulling eye.

D.

Terminate individual strands into fiber optic type connectors, SC for


single-mode or ST for multi-mode as specified.

3.1.1.3 Horizontal Cabling


A.

Install horizontal cabling and pathway as shown on drawings or as


determined at site survey, between IDF and telecommunications outlet
assemblies at workstations, in accordance with TIA/EIA-568-B.1, B.2 and
569-A. This must be determined for each project to ensure compliance.
Vendor must obtain this direction in writing (from the City) before wire is
terminated.

3.1.2 Work Area Outlets

3.2

A.

Terminate UTP cable in accordance with TIA/EIA-568-B.1, B.2 and


wiring configuration T568A. This must be determined for each project to
ensure compliance. Vendor must obtain this direction in writing (from the
City) before wire is terminated.

B.

Shall have four jacks, Data A, Data B, Voice A and Voice B.

TESTING

3.2.1 Telecommunications Cabling Testing


A.

Perform telecommunications cabling inspection, verification, and


performance tests in accordance with TIA/EIA-568-B.1 and B.2.

B.

All testing personnel shall be trained on testing equipment tools to assure


that complete and accurate testing results are obtained/provided.

3.2.1.1 Inspection
A.

Visually inspect UTP and OFN jacket materials for UL or third party
certification markings.

B.

Inspect cabling terminations in telecommunications rooms and at


workstations to confirm color code for tip and ring pin assignments, and
18

inspect cabling connections to confirm compliance with TIA/EIA-568-B.1


and B.2.
C.

Visually confirm appropriate Category marking of outlets, cover plates,


jacks, and patch panels.

3.2.1.2 Verification Tests


A.

Perform 100 MHz near end cross talk (NEXT) and attenuation tests for
Category 5E systems installations.

B.

Perform OFN end-to-end attenuation tests using an optical time domain


reflectometer (OTDR) and manufacturers recommended test procedures.
Perform tests in accordance with EIA/TIA-526-14, Method B for
horizontal, multi-mode OFN. Perform verification acceptance tests and
factory reel tests.

3.2.1.3 Performance Tests


A.

Category 5E Links. Perform UTP link tests in accordance with TIA/EIA568-B.1, B.2 and manufactures guidelines.

B.

Tests shall include wire map, length, attenuation, NEXT, FEXT and
propagation delay.

C.

OFN Links. Perform OFN end-to-end attenuation tests and reel tests at job
site.

3.2.1.4 Final Verification Tests

4.0

A.

Perform verification tests for UTP and OFN systems after the complete
telecommunications cabling and workstation jacks are installed.

B.

Provide City representative with written final tests verification within 1


week of completion of installation.

C.

Final test results shall include summary pages for each IDF/MDF as
required.

D.

Test results shall be provided in both hard and soft copy.

PATHWAY INSTALLATIONS

19

4.1

A.

Comply with TIA/EIA-569-A, NEC and CEC.

B.

Shall be installed in accordance with NEC Article 314 and Article 800.51
(J), (K), or (L), as applicable, and installed in accordance with Articles
362.24 through 362.56, where the requirements applicable to electrical
nonmetallic tubing apply.

C.

Conceal interior conduit under floor slabs and within finished walls,
ceilings, and floors where possible.

D.

Keep conduit minimum 6 inches away from parallel runs of electrical


power equipment, flues, steam, and hot water pipes.

E.

Install conduit parallel with or at right angles to ceilings, walls, and


structural members where located above accessible ceilings and where
conduit is visible after completion of project.

F.

Run conduits in crawl spaces and under floor slabs as if exposed.

G.

Install no more than two 90-degree bends for a single horizontal cable run.

H.

Run raceway as determined by site survey.

I.

Provide Pull boxes with Sealtight flex conduit only where flexible
connections are required. City approval required prior to all Sealtight
flex conduit installations.

J.

Provide all coring, patching and painting as needed for Intra-Building and
Inter-Building pathways. Caulking is not an acceptable patching method
for conduit penetrations into exterior walls. Coordinate with City for
acceptable patching methods.

Ground Boxes and Pullboxes


A.

Ground boxes shall be made of concrete and the minimum size shall be 35
x 17 x 12.

B.

Ground box covers shall be rated for traffic (type T.05) and shall be
marked communications.

C.

Metal covers shall be used in all location subject to vehicle traffic.

D.

Gravel shall be installed below all ground boxes for drainage.

E.

Ground boxes and pull boxes shall not be placed in areas subject to
flooding.

20

F.

Establish drainage to meet Public Works Construction Standards (Green


Book).

G.

Unless otherwise noted, exterior pull boxes shall have minimum


dimensions of 20 x 206.
1.

Interior pull boxes shall consist of 16 gauge steel minimum, unless


otherwise noted on plans.

2.

Indoor enclosures shall conform to NEMA Type 4, unless


otherwise noted.

3.

Size pull boxes to not less than minimum Code requirements.


Increase size above Code requirements where necessary to provide
space for pulling, racking or splicing enclosed conductors, or
where specified or indicated dimensions exceed Code
requirements.

4.

Exterior metal pull boxes exposed to weather (and not installed in


or below grade) shall be equipped with rain-tight or weatherproofhinged doors.

5.

Exterior pull boxes shall have 16 gauge steel bodies and 14 gauge
steel doors.

6.
7.

Exterior pull boxes shall be equipped with external mounting feet.


Exterior pull boxes shall be equipped with stainless steel door
clamps on three sides and a removable stainless steel continuous
hinge pin.

8.

Exterior pull boxes shall be equipped with a hasp and staple for
padlocking

9.

Enclosures installed on vertical exterior walls shall conform to


NEMA Type 3R.

10.

Enclosures installed on exterior horizontal surfaces such as


rooftops or breezeways shall conform to NEMA Type 4 unless
otherwise noted.

11.

Rain tight or weatherproof boxes shall use threaded watertight


hubs for top or side entry and may use knockout for bottom entry
only.

12.

Exterior pull boxes shall conform to these industry standards:

21

13.

4.2

a.

UL 508 Type 4

b.

NEMA/EEMAC Type 3, Type 4, Type 12, Type 13

c.

JIC standard EGP-1-1967

d.

CSA Type 4

e.

IEC 529, IP66

Tamper resistant screws shall be used on all exterior, aboveground


junction/pull boxes that are exposed to public areas.

Communication Duct-Banks and Conduits

4.2.1 Trenches
A.

All underground trenches shall be 24 wide by 30 deep.

B.

Trenches shall be back-filled at 95% compaction.

C.

Contractor shall restore surface to same or better condition.

D.

Contractor shall contact Underground Service Alert (800.227.2600 or


www.usanorth.org) a minimum of 48 hours prior to excavation to verify
the location of existing underground utilities.

E.

Modifications to pathway design may be dictated by field conditions


subject to approval by City.

F.

Compaction testing notification must be provided to the City 48 hours


prior to testing so that a City inspector may be present.

G.

Slurry fill trenches to within three inches (3) of finished grade whenever
crossing paved areas. Two Sack slurry shall be used.

H.

Pavement removal and patching shall conform to specifications and


standards listed in the Public Works Standards (Green Book 2000).

4.2.2 Conduit
A.

Underground conduit shall consist of Schedule 40 PVC - 2 inch inside


diameter or type C telephone conduit - 2 inch inside diameter (if concrete
encased)
22

1.

Innerduct, where specified, corrugated or splined (inside and


outside) flexible orange innerduct, 1 inch in diameter, riser rated,
will be placed for fiber optic cable protection.

2.

One (1) innerduct shall be placed in a 2-inch conduit. Innerducts


are to be equipped with 1/4 pull ropes.

3.

Conduit shall have a factory formed bell on one end for


interconnecting segments.

4.

Conduit located under heavy use highways or railroad rights-ofways shall be encased in steel casing consistent with the AASHTO
or AREA specifications. The thickness of the steel casing shall be
engineered for each specific application. This may vary based on
local codes.

5.

Spacers: High impact spacers shall be used in all multi-duct


systems, for both solely owned or joint telecommunications/power
construction. They shall conform to NEMA TC-2, TC-6, TC-8,
and ASTM F 512 dimensions.

6.

All fittings shall be designed specifically for use with the type of
conduit placed.

7.

All conduits shall be equipped with seal plugs in all ground boxes
and expansion rubber seal plugs within all buildings.

8.

A horizontal and vertical separation of 1 inch between the ducts


shall be maintained by installing high impact spacers with
horizontal and vertical locking intervals of ten feet.

B.

All communications conduits shall be placed in a uniform manner between


ground boxes and pull boxes. Conduit in position #1 at one ground box or
pull box shall maintain its position within the duct run and terminate in the
#1 position at the next box. The position of all conduits between ground
boxes and pull boxes shall be maintained.

C.

Long radius bends (over 30 feet) shall be used whenever possible to make
changes in direction. If it is found to be necessary to place a 90-degree
bend in the conduit run, a factory-made sweep of no less than 60-inch
radius shall be used.

D.

No conduit run shall exceed a total of 180 degrees of bend between any
two points (such as manholes or buildings) considering both vertical and
horizontal sweeps.

23

E.

Cold-formed trench bends shall have a radius of not less than 60 inches
and shall pass mandrel integrity. Bend radius criterion for 2 conduit, or
less, is 6 times the diameter of the conduit and any conduit larger than 2
is 10 times the diameter of that conduit.

F.

The length and destination of all conduits shall be identified in each


ground box, pull box and building. Embossed metal or heavy plastic tags
strapped to each conduit shall be used.

G.

After installation of communications conduits, the contractor shall prove


all conduits by pulling a mandrel with a diameter inch smaller than the
conduit and 6 inches long through each conduit end-to-end. An inspector
designated by the contractor and City shall be notified 24 hours before this
procedure. Each conduit shall be cleaned with a bristle brush to remove
any debris.

H.

Utility marking tape (see 4.2.2.3) shall be buried 12 inches below the
surface directly above the conduit.

I.

Where communications and power conduits occupy the same trench, all
conduit structures shall be built with the telecommunications conduits
placed above the power conduits and separated by a minimum of 12 of
compact earth or 3 of concrete encasement, unless otherwise called out
on the construction drawings and approved by City. If this type of
construction is required, it shall receive the prior approval of the
contractor and City.

J.

Contractor shall install new pull rope in all newly placed conduits.

4.2.2.1 Overhead Conduit


A.

Where overhead conduit is required between or within buildings,


Contractor shall utilize EMT conduit with an inside diameter of 2, unless
otherwise specified.

B.

All fittings shall be compression type connectors and couplers designed


specifically for use with the type of conduit placed.

C.

All fittings shall be watertight. Fitting types shall be pre-approved by the


designated City representative. Unless pre-approved by the designated
City representative, a qualified electrical contractor who has at least five

24

years experience in similar installations within the Northern California


area shall install all conduits.
D.

Contractor shall install conduit at roof locations utilizing the current City
approved methodology and process. City must approve all conduit
pathways and locations prior to installation.

E.

All roof penetrations must be approved by City prior to installation.

F.

Contractor shall install new pull rope in all conduits placed.

4.2.2.2 Communications Entrance Conduit


A.

To prevent shear, all inter-building conduit (either underground or aerial)


shall transition from PVC or metal to Sealtite flex conduit when attaching
to a permanent structure. The contractor and City shall determine the
placement of all entrance conduits. All applicable standards shall be
adhered to, i.e., City, NEC, BICSI or G.O. 128.

B.

Size of entrance conduit to de determined by the service Provider


(AT&T), usually a minimum of 4 diameter.

C.

Sealtight flex conduit lengths shall not exceed 24, unless approved by
City.

D.

Sealtight flex conduit may be used between adjacent buildings within 24


of one another using City approved connectors and methods. Use of Seal
Tite flex conduit between building locations beyond the 24 distance shall
require written authorization (email) from City.

E.

Contractor shall install new pull rope in all conduits placed.

4.2.2.3 Duct-bank locating cable (electronically detectable warning tape)


A.

Warning tape shall be a minimum of 3 wide, orange in color, and shall


have a non-degradable imprint as follows:
1. Caution fiber optic cable buried below
2. The tape shall be electronically detectable.

4.2.2.4 Pull Rope


A.

Pull rope shall be new polypropylene over polyester rope with a


minimum 1700 lb. Tensile strength.

25

B.

Pull rope shall be new material that is free of knots, kinks, and abrasions
and shall be placed as a single continuous length in every new conduit.

C.

Pull rope shall be secured at each end.

5.0 BONDING AND GROUNDING


5.1 MDF
A.

All MDF Racks shall be installed with a Telecommunications Grounding


Busbar (TGB)

B.

The TGB shall be installed in accordance with TIA/EIA-607-A.

C.

The TGB shall be grounded to the nearest access to the building ground
with a #6 AWG insulated conductor.

D.

1.

Building ground is identified as cold water pipe, building structural


steel, or ground rod. Gas pipes and electrical conduits are not
acceptable ground attachment points.

2.

Ground conductors are not to exceed 40. If building ground


connection is beyond 40, contractor is to install a new ground at
the nearest outside location. City shall approve ground rod location
prior to installation.

3.

Provide ohms testing for ground. Ground connections shall not


exceed 5 ohms.

Materials shall consist of:


1.

Fargo clamp: shall be cast from copper, silver-plated, and


furnished with copper bolt. Ground rod: shall be manufactured of
high strength high carbon steel, with electrolytically bonded jacket
of copper on surface, and meet UL spec. 467 and ANSI C-33.81072.

5.2 IDF Racks


A.

IDF racks shall be installed with a telecommunications grounding busbar


(TGB) the TGB shall be installed in accordance with TIA/EIA-607-A. The

26

TGB shall be grounded to the nearest building ground with a #6 AWG


insulated conductor.

B.

1.

Building ground is identified as cold water pipe, building structural


steel, or ground rod. Gas pipes and electrical conduits are not
acceptable ground attachment points.

2.

Ground conductors are not to exceed 40. If building ground


connection is beyond 40, contractor is to install a new ground
round at the nearest outside location. City shall approve ground rod
location prior to installation.

3.

Provide ohms testing for ground. Ground connections shall not


exceed 5 ohms.

Materials shall consist of:


1.

6.0

6.1

Fargo clamp: shall be cast from copper, silver-plated, and


furnished with copper bolt. Ground rod: shall be manufactured of
high strength high carbon steel, with electrolytically bonded jacket
of copper on surface, and meet UL spec. 467 and ANSI C-33.81072.

DATA SYSTEMS LABELING PROCEDURES


A.

The labeling shall be in accordance with the TIA/EIA-606-A standards for


data.

B.

The labeling shall be computer software generated and printed with


readable fonts and black ink.

C.

The ink and label shall be water and smear-proof for both indoor and
outdoor use.

D.

Samples of each type of media showing label type, labeling format, font
size and ink shall be submitted for City approval.

Data Systems Labeling


A.

The data systems labeling shall include all related equipment, cables, racks
and RJ-45 outlets.

B.

Label all cables at each end of the cable designating the rack and room
number.

C.

The labeling shall be delineated on any riser diagrams, floor plans and test
reports.
27

D.

The labeling shall be computer software generated and printed with


readable fonts and black ink.

6.1.1 Patch Panels


A.

Patch Panels will be provided with factory lettering located above the
ports with port number and factory installed field labels installed below
the ports.

B.

The field labels will identify the room address.

6.1.2 Outlets
A.

Outlets will be provided with factory installed field labels identifying IDF
and its room number and related patch panel port number. City Data
Cabling Standards and Specifications will be adhered to.

DATA COMMUNICATIONS ACTIVE INFRASTRUCTURE


PART 1 GENERAL
In general, each City facility will be built out in a single phase. Multiple facilities may be
implemented simultaneously. The project owner will specify an implementation schedule
shortly after contract award.
1.1

SUMMARY
A.
General: This section describes the data communications network
infrastructure including electronics and software needed to support Local Area
Networks and network management.
B.

Related Work
1.

Related Documents: Drawings and Specifications, including


General and Supplementary Conditions and Cabling specifications
apply to the Work in this Section.

Products Installed but not Furnished Under this Section:

28

a.
Manholes, Hand-holes, Conduits, Electrical Work, Pullstrings, Sleeves, Cores, Raceways, Cable Tray, Plywood and
associated supporting hardware.
b.
The provisioning of telephone equipment, its mainframe
cross-connects and placement of telephone instruments.
c.
Cabling systems including station copper cabling and
backbone fiber optic multi-mode cabling.

C.
Products Installed Under this Section: Only new equipment and material,
produced by manufacturers that are recognized nationally by the
telecommunications industry and approved by Underwriters Laboratory shall be
used as specified in this Section or on the Drawings.

D.

1.

All mounting hardware.

2.

All mounting brackets.

Quality Assurance:
1.

Use adequate numbers of skilled workers thoroughly trained and


experienced in the necessary crafts and completely familiar with
the specified requirements and methods needed for the proper
performance of the work of this Section.

2.

Contractor is required to provide references of three similar


installations completed in the last 12 months in the Northern
California Area.

3.

Contractor must provide a project manager who has demonstrated


the ability to supervise a project of this magnitude. The project
manager must be available to be interviewed, and must be deemed
acceptable by the City. The Project Manager must be available to
attend meetings as required. Acceptance will not be unreasonably
withheld.

E.
References: Comply with the provisions and recommendations of the
following documents, except where more stringent documents are indicated.
1.

IEEE and ANSI standards for Ethernet (10BaseTX), Fast Ethernet


(100BaseTX/FX) and Gigabit Ethernet (1000BaseSX/LX).

2.

Cisco or Enterasys installation and configuration manuals for


specified products.

29

F.

Submittals.
1

G.

Submit the following in accordance with the approved submittal


Schedule.
a.

Materials list of items proposed to be provided under the


Section;

b.

Manufacturers specifications and other data needed to


prove compliance with the drawings and specifications as
needed to depict the space required for these items, and
their interface with the work of other trades;

c.

Manufacturers recommended installation procedures


which, when approved by the Owner, will become the basis
for accepting or rejecting actual installation procedures
used on the work.

Delivery, Storage and Handling.


1.

Delivery of Materials: Deliver materials (except bulk materials) in


manufacturers unopened containers fully identified with
manufacturers name, trade name, type, class, grade, size and
color.

Storage of Materials: Store materials in unopened containers. Store


off ground and under cover, secure and protected from damage.

2.0

PRODUCTS

2.01

LAN Electronics
A.

3.0

Material - Must be rack mountable in the equipment racks specified in the


structured telecommunications cabling and pathway system standard.

EXECUTION

3.01 SURFACE CONDITIONS


A.

Examine the areas and conditions under which the work of this Section
will be performed. Correct conditions detrimental to timely and proper
completion of the Work. Do not proceed until unsatisfactory conditions

30

are corrected. Request for Information (RFIs) shall be submitted to a


designated City Representative for direction as required.

3.02 INSTALLATION
A.

Ceiling tiles broken or defaced by the contractor during the installation


and testing process shall be replaced at no cost to the Owner.

B.

Contractor will be responsible for all mounting kits and brackets for the
LAN electronics.

C.

Contractor will be responsible for patching ALL fiber and copper data
cables into LAN electronics per Owners specifications.

3.02 LOCATIONS

3.04

A.

Coordinate with other trades to assure proper and adequate provision for
the work of those trades to interface with the work of this Section.

B.

Install the work of this Section in strict accordance with the original
design, the approved drawings, pertinent requirements of governmental
agencies having jurisdiction, and the manufacturers recommended
installation procedures as approved by the owner representative, anchoring
all components firmly into position for long life under hard use.

LAN ELECTRONICS

A.

General.
1.

The Target System Configuration at all facilities will be a


collapsed backbone topology. A high capacity Gigabit Ethernet
(1000BaseTX/FX) switch located in the MDF of each core site will
be the focal point of the backbone.

2.

The switch will connect client workstations with servers


throughout the campus as well as to applications available through
the WAN. For all City departments, this switch will be an
Enterasys C2-P (C2H124-48P), Enterasys V2H-P (V2H124-24P)
both with power over Ethernet and associated module(s) for
connectivity to the Citys backbone, , Cisco model 4006 equipped
with a 4306-GB Gigabit, and a 4148-RJ, quantity as required.
Cisco WS-X4232 may be utilized as required.

31

3.

For all core sites (or where specified) the core switch shall be a
Enterasys Matrix N-Series (1, 3, 5 or 7) with associated module(s)
for connectivity to the Citys backbone or Cisco 6009 equipped
with a 6416-GBIC and 6348 RJ, quantities as required.

4.

All core switches shall be configured with all necessary control


and management modules for a complete and operational system.

5.

Each MDF Enterasys Matrix N-Series (1, 3, 5 or 7) , Cisco 4006 or


6009 switch will be configured with redundant load sharing power
supplies.

6.

Each MDF Enterasys Matrix N-Series (1, 3, 5 or 7) , 4006 or 6009


switch will be supported by an in-line UPS capable of supplying
15 minutes of power to the MDF switch at full load.

7.

The UPS will also be equipped with an SNMP agent so that a


management station is notified if the UPS is operating in battery
mode.

8.

MDF UPS power supply shall be capable of interfacing with the


Enterasys Matrix N-Series (1, 3, 5 or 7) , 4006 or 6009
management port.

9.

Provide patch cord(s) and connection(s) from switch to UPS.

10.

Smaller facilities (or portable cluster) will have one Intermediate


Distribution Frame (IDF) that will serve as wiring
closets/technology room.

11.

A chart describing the distribution of each device type per wiring


closet is contained in part C of this section.

12.

Ethernet (10/100/1000BaseTX) Switches will be located in each


closet supporting interfaces to station devices.

13.

Unshielded Category 5E Twisted Pair (UTP) wiring will connect


the switches to the station devices (PCs, printers, etc.) All
10/100/1000BaseTX interfaces will be 8-pin modular (RJ-45) type.

14.

All Gigabit interfaces connectors will be determined on a per


project basis.

15.

This switch will be a Cisco 3500 series, with 1000Base SX or LX


GBIC (as required) and C3550 stacking GBIC (as required),
modules or an Enterasys C2-P (C2H124-48P), Enterasys V2H-P

32

(V2H124-24P) both with power over Ethernet and associated


module(s) for connectivity to the Citys backbone. Quantities as
required.

3.05

3.06

3.07

16.

Multi-mode fiber optic cable (62.5/125m or 50/125m) will


connect the IDF LAN Electronics to the high capacity Ethernet
switch.

17.

The goal of the network is to allow any workstation (PC) access to


any application that the user is authorized to on the LAN or WAN.

18.

All MDF and IDF switch components must be manageable by the


existing Citys Cisco Works 2000 or Enterasys NetSight Atlas
management platform.

19.

City will provide IP addresses. The vendor will be responsible for


configuring each switch with the appropriate IP address and Citys
configuration. The console and management software is currently
installed at City offices.

ACCEPTANCE TESTING

A.

All LAN electronics specified in this document must meet manufacturers


standard tests. Testing must include the ability to successfully ping
from one device to another and to and from PC end stations and servers.
PCs must be able to connect to their appropriate servers.

B.

The Citys project manager will issue an acceptance certificate upon


successful completion of all network tests. Issuance of the certificate will
not be unreasonably withheld.

PROJECT RECORD DOCUMENTATION

A.

Prepare and submit as-builds and logical network diagrams updated to


reflect the new work completed for each campus project (i.e. site plans,
cable, pathways, MDF/IDF cabinet elevations, equipment configuration
spreadsheets, etc.)

B.

These documents must be delivered to the City 10 working days after a


project is completed.

INSTALLATION REQUIREMENTS

A.

City requires the successful contractor to provide a full suite of installation


services. A turnkey solution is expected. Specifically, this includes:

33

1. The project shall be executed under the direction of the City project
team.
2. Each contractor will be responsible to coordinate activities with other
contractors on site under the overall direction of the project team.
3. The successful contractor will appoint their own project manager who
will be responsible for the implementation of the system hardware and
software components.
4. The contractor shall provide the name and resume of their project
manager in their response to this RFP.
5. The successful contractor is expected to have their personnel perform
in a professional manner. At the end of each workday, the contractor
personnel will clean the work area. This includes removal of all
garbage, trash, food, and installation debris.
6. The contractor will submit a written report on a weekly basis to the
City Project Team. This report should contain the following
information:
a. Summary of work completed for that week.
b. Summary of work anticipated for the following week.
c. Any questions the contractor has that may materially
affect the project.
d. Any action items requested of City personnel.
e. Any deviations from the implementation schedule.
7. The contractor will be responsible for attending coordination meetings
(weekly or biweekly as needed) until the system has reached final
acceptance.
8. The contractor will be responsible for all phases of the equipment
delivery process.
9. The contractor will be responsible for all insurance, security, delivery
and staging of equipment.

34

10. The contractor will be responsible for installation of all equipment and
software identified in this RFP to insure a functional, attractive and
quality installation.
11. The contractor will coordinate installation schedules with the City
Project Team so as to minimize the impact on day-to-day operation for
each site project.
12. Turnkey installation is defined as having all networking components
including cabling, LAN electronics and LAN servers working as
individual components as well as a homogenous system.

3.08

3.09

DOCUMENTATION REQUIREMENTS

A.

Initial set-up and configuration

B.

Configuration management for adds and changes. (Including emergency


board replacement.)

C.

Problem solving and resolution procedures

D.

A custom operations manual in support of the day-to-day operations which


are unique to Citys Network.

E.

The contractor shall provide all products standard documentation in


printed and electronic format. Two copies of the printed documentation
are required for all equipment and software products proposed in this
section.

MAINTENANCE REQUIREMENTS

A.

Warranty - The contractor shall provide one-year Smart net maintenance


or similar Enterasys maintenance on all equipment and software provided
during the course of this contract. In addition, the contractor shall provide
a limited lifetime hardware and software warranty on all products
supplied. The contractor will warrant the system to perform in the
intended use as indicated in this section.

B.

The system is expected to operate 24 hours/day, 7 days/week. At a


minimum, City expects an uptime of 99 percent for any single switch
component during the hours of 7:00 a.m. to 7:00 p.m. (and 98 percent
uptime when calculated over a 24-hour day). The contractor should state

35

Mean Time Between Failure (MTBF) statistics in their response for the
equipment bid.
C.

The contractor shall commit that major component failures will be


replaced within a four-hour period. A major component shall be
considered any hub or switch component that affects fifty or more user
devices. The contractor should state Mean Time To Repair (MTTR)
statistics in their response for the equipment bid.

D.

The contractor must provide a four-hour response time to problem calls


during the Prime Period of Maintenance (PPM). For problems reported
outside of PPM, response time can occur no later than the beginning of
PPM for the next day. Response time is defined as on-site presence of
authorized maintenance personnel equipped with appropriate spare parts
and diagnostic tools.

E.

Once work has begun on repair of a critical problem, a technician shall


remain on-site until the problem has been repaired. The contractor shall be
allowed to change technicians at shift changes, however, the first
technician shall not leave the site until the second has arrived and has been
briefed on the problem.

F.

The contractor shall provide its published escalation and priority handling
procedures. This shall include the names and phone numbers, in
organizational chart format, of the technicians and management (up to the
CEO of the company) responsible for supporting the City.

G.

The contractor shall describe its policies and plans to assist the City in the
event of a catastrophic disaster to the facilities mentioned in this section.

H.

The contractor shall provide a toll-free hotline and support center to assist
City personnel in the installation, tuning, maintenance and updating of the
systems hardware and software for the term of this contract.

I.

Maintenance Charges for all equipment and software purchased from the
contractor shall rise at a rate no greater than two-thirds the annual increase
in the Consumer Price Index (CPI).

J.

The contractor shall maintain an inventory of critical spare parts that shall
be available locally, in a location approved by City, so as to ensure the
repair response times required in this section.

K.

If parts are required to fix a critical problem and are not available locally,
they shall be shipped by the fastest possible means at no cost to City.

36

L.

The contractor shall keep on-site detailed maintenance records of all


maintenance calls made to the facility.

37

Appendix A
Technical Specifications for the Installation of
Fiber Optic Cable
(Campus, Core Facilities)
1.1 Introduction
The Information Technology Division (ITD) currently specifies the installation of
62.5/125-micron multi-mode and 8.3/125 micron Single-mode fiber optic cables to
support data communication services in and between Core Facilities. For the purposes
of this document, the Frank Ogawa Plaza Campus (Plaza) will be referred to.
The following ITD specifications for the selection and installation of fiber optic cable and
associated hardware are intended to ensure a reliable and consistent fiber optic media
infrastructure for the this campus.

2.1 Fiber Cable Specifications


Fiber installed on the Plaza must meet or exceed the following specifications.

2.1.1 Multi-mode Fiber


Installed cable shall be 62.5/125micron core/cladding, enhanced grade,
multi-mode, and graded index glass fiber. All materials in the cable shall
be dielectric.
2.1.1.1 Performance
Installed fiber must meet or exceed the following
performance specifications.
Wavelength (nm)

Max.
Attn.(dB/Km)

Min. Bandwidth
(Mhz*Km)

850

3.0

200

1,300

0.9

500

2.1.1.2 Cable Construction


Installed cable must be manufactured to meet or exceed
the following specifications:
2.1.1.3 Plenum Cable (Inside Cable)
Plenum rated cable shall be used for all interior
installations. Installed cable shall meet or exceed
the following specifications:
a. Tight buffered 900 um, mechanical
strippable Teflon (for plenum
applications).

A-1

Appendix A
b. EIA/TIA -598 color coding for fiber
optic cable.
c. Aramid yarn strength member,
capable of supporting a short-term
tensile load of 400 lb. without
stretching.
d. Capable of bend radii as small as 20
x outside cable diameter (under
installation load) and 10 x outside
cable diameter (long term load).
e. Capable of a minimum crush
resistance of 850 lb./in.
2.1.1.4 Outside Plant Cable
Outside plant cable shall be used for all
applications where cable is to be run in
underground conduits. Outside plant cable
may not be used for interior applications
and shall meet the following specifications:
a. Gel filled buffer tube, 250 um,
acrylate.
b. EIA/TIA-598 color-coding for fiber
optic cable.
c. Flooded core
d. Capable of bend radii as small as 20
x outside cable diameter (under
installation load) and 10 x outside
cable diameter (long term load).
e. Capable of a minimum crush
resistance of 850 lb/in.
2.1.1.5 Recommended Suppliers
Corning and Mohawk fiber are currently recommended for
installation on campus. Cable from other manufacturers
will be considered. All cable installed must be cleared by
ITD prior to installation.

2.1.2 Single-mode Fiber


Installed cable shall be 8.3/125micron core/cladding, Single-mode, and
graded index glass fiber. All materials in the cable are to be dielectric.
2.1.2.1 Performance
Installed fiber must meet or exceed the following
performance specifications.

A-2

Appendix A
Fiber cable types

Wavelength
(nm)

Max. Attn.
(dB/Km)

Single-mode, Inside
plant

1,310

1.0

1,550

1.0

Single-mode, Outside
plant

1,310

0.35

1,550

0.2

2.1.2.2 Cable Construction


Riser or plenum rated cable shall be used for all interior
installations. Installed cable shall meet or exceed the
following specifications:
2.1.2.3 Riser or Plenum (Inside Cable)
Riser cable shall be used for all interior installations and shall meet the
following specifications:
a. Tight buffered 900 um, mechanical
strippable Teflon.
b. EIA/TIA -598 color coding for fiber
optic cable.
c. Aramid yarn strength member,
capable of supporting a short-term
tensile load of 400 lb. without
stretching.
d. Capable of bend radii as small as 20
x outside cable diameter (under
installation load) and 10 x outside
cable diameter (long term load).
e. Capable of a minimum crush
resistance of 850 lb/in.
2.1.2.4 Outside Plant Cable
Outside plant cable shall be used for all
applications where cable is to be run in
underground conduits. Outside plant cable may not
be used for interior applications and shall meet the
following specifications:
a. Gel filled buffer tube, 250 um,
acrylate.
b. EIA/TIA -598 color coding for fiber
optic cable.
c. Flooded core

A-3

Appendix A
d. Capable of bend radii as small as 20
x outside cable diameter (under
installation load) and 10 x outside
cable diameter (long term load).
e. Capable of a minimum crush
resistance of 850 lb/in.
2.1.2.5 Recommended Suppliers
Corning and Mohawk fiber are currently recommended for
installation on campus. Cable from other manufacturers
will be considered. All cable installed must be cleared by
ITD prior to installation.

3.1

Installation Standards
3.1.1 Underground Inter-Building Cable
All fiber cable is to be protected with inner duct. After installation,
inner ducts are to be permanently labeled as containing fiber optic
cable. Instruction for labeling will be provided by ITD.
All cable and inner duct are to be fully supported throughout its
entire run.
At no time shall more than 400 pounds of tension be placed on
any fiber cable while it is being pulled through tray or conduit. It is
preferred that all fiber cable be pulled with hand power only. If
power winches or mechanical advantage devices are used to pull
cable, a tension meter must be used to insure that maximum
tension is not exceeded. Alternatively, a "mechanical fuse" rated
at 350 pounds may be included in the linkage. Torsion shall be
avoided by the use of a swivel at the cable end. While under
tension, a minimum bend radius of 20 times the outside cable
diameter will be maintained through the use of pulleys and
sheaves where required. After pulling, no bend may have a
radius, at rest, of less than 10 times the outside cable diameter.
3.1.2 Labeling
Each cable and inner duct is to be permanently labeled at
each end with a unique cable number. In addition, labels
shall be affixed to the cable/inner duct at every transition of
a vault, hand hole, riser closet, or major pull box. Labels
will be in the form of ITD-Location one-Location twosequence number. For example, cable number 123 from
Wilson to Dalziel would be labeled as "ITD-Wil-Dal-123.
Each fiber optic strand shall be labeled with a unique
identifier at the ST/SC coupler in the LIU. Connectors shall
be labeled on the identifying sheets on the front of the LIU.
Each fiber shall be labeled where it enters the back of the
coupler panels. The identifier shall be in the format Cable #

A-4

Appendix A
- tube- strand. For tight-buffered cables the "tube identifier"
shall be "xx".
3.1.3 Conduit Assignments
The Berkeley Campus has a conduit management system
in force. Scopes of Work for cable installation, supplied by
ITD for each project, will specify which conduits are to be
used for cable installation.

4.1 Termination Standards


The terminal ends of all fibers cable strands shall be field connectorized. The connectors
shall be mounted on bulkheads and installed in enclosures called Light guide
Interconnect Unit (LIU). It is ITDs practice to terminate both ends of all fibers within a
fiber cable with ST for multi-mode or SC for single-mode, epoxy and polish style
connectors. Termination of older cables may be of several types including mechanical or
fusion spliced pigtails. The choice of termination method must be cleared with ITD prior
to termination.
4.1.1 Fiber Organizers
Fiber cables are to be terminated in one of two types of enclosures. ITD
may specify either wall-mounted or rack-mountable stand-alone units for
installation. Rack mounted units made by ADC, Panduit, or an equivalent,
will be acceptable. The final choice of fiber organizer shall be cleared
with ITD prior to installation.
Each enclosure shall be labeled with a machine made label with
permanent black ink on a white background. Labels shall be in the format
"LIU_NN", with the numbers, "NN", supplied by ITD. In addition, each LIU
shall be labeled on the faceplate with the identifiers of the cables it
contains.
Each fiber optic strand shall be labeled with a unique identifier at the
ST/SC coupler in the LIU. Connectors shall be labeled on the identifying
sheets on the front of the LIU. Each fiber shall be labeled where it enters
the back of the coupler panels. The identifier shall be in the format Cable
#-tube- fiber strand #. For tight-buffered cables the tube identifier shall
be xx.
4.1.2 Connectors and Splices
Fiber ends are to be terminated in ST for multi-mode or SC for singlemode, type connectors with composite ferrules. They must be of the
"epoxy and polish". Exceptions may occur when an older City of Oakland
installation is being expanded or a new site is being developed. In all
cases, ITD will specify connector requirements.
If it is necessary to splice pigtails onto an existing, partially terminated
fiber cable, the splice type utilized must conform to whatever is already in
use at that location. Clearance from ITD must be obtained before
installing any type of splice.
4.1.3 Miscellaneous

A-5

Appendix A
At each end of the cable, sufficient slack (10 20) shall be left to
facilitate reasonable future relocation of the LIU. Slack shall be mounted
on walls or upper ladder racks according to ITD direction.
5.1 Testing
5.1.1 Before Installation
It is expected that each individual fiber in a cable be tested with an OTDR
for length and transmission anomalies while on the reel before
installation.
5.1.2 After Installation and termination
5.1.2.1. All single-mode and multi-mode fiber strands shall
be tested end-to-end for bi-directional attenuation, 850nm/1300 nm for multi-mode and 1310 nm/1550 nm for
Single-mode fibers. Tests should be conducted in
compliance with EIA/TIA-526-14 or OFSTP 14, Method B,
according to the manufacturers instructions for the test set
being utilized.
5.1.2.2. Tests must ensure that the measured link loss for
each strand does not exceed the worst case allowable
loss defined as the sum of the connector loss (based on
the number of mated connector pairs at the EIA/TIA-568 B
maximum allowable loss of 0.75 dB per mated pair) and
the optical loss (based on the performance standard
above, 2.1.1 and 2.2.1).
5.1.2.3. After the cable is in place it shall be tested in the
following manner:
a. After termination, each fiber shall be tested with an
ODTR for length, transmission anomalies, and endto-end attenuation. Results are to be recorded and
supplied to ITD in the form of hard-copy printouts or
photographs of screen traces.
b. After termination and bulkhead mounting, each
terminated fiber is to be tested for end-to-end loss
with a power meter/light source. As above, results
are to be recorded and supplied to ITD.
c. The maximum allowable attenuation for any splice
or termination is 0.3 dB.

A-6

Attachment 15
2010 Revised Standard Plan RSP A87A, A88A, A88B, A90A, A90B

http://www.dot.ca.gov/hq/esc/oe/project_plans/highway_plans/stdplans_US-customaryunits_10/viewable_pdf/rspa87a.pdf
http://www.dot.ca.gov/hq/esc/oe/project_plans/highway_plans/stdplans_US-customaryunits_10/viewable_pdf/a88a.pdf
http://www.dot.ca.gov/hq/esc/oe/project_plans/highway_plans/stdplans_US-customaryunits_10/viewable_pdf/a88b.pdf
http://www.dot.ca.gov/hq/esc/oe/project_plans/highway_plans/stdplans_US-customaryunits_10/viewable_pdf/a90a.pdf
http://www.dot.ca.gov/hq/esc/oe/project_plans/highway_plans/stdplans_US-customaryunits_10/viewable_pdf/a90b.pdf

Project Special Provisions

D-192

Bid Documents: August 26, 2014 Update

Attachment 16
Pothole Results Report

Project Special Provisions

D-193

Bid Documents: August 26, 2014 Update

Utility Data prepared for


Project:

Kimley Horn - Ryan Dole


14-1084

Location:

Oakland
Technologies Corporation

PH #

Street

Cut Size Asph

Conc.

Utility

Clay, dirt, Joint trench Elec


rocks, sand
and Tele

Comments

Material

Depth

Concrete duct

31"

117" North from face of curb. 21" East from edge of crosswalk.

16th & Telegraph

1'x1'

5"

16th & Telegraph

1'x1'

11"

Base rock,
sand

Multiple 4"
ATT/Fiber optic

PVC

35"

62" North from face of curb. 222" East from ATT man hole.

15th & Broadway

1'x1'

8"

Rocky, dirt,
sand

8" Gas

Steel

53"

172" South from face of curb. 80" East from gas valve.

10

1540 Broadway

1'x1'

9"

Slurry

8" Gas

Concrete
encasement

Top: 16"
Bot: 24"

Elec

Concrete

46"

6" Water

Cast iron

27"

16" Gas

Steel

60"

15th & Broadway

1'x1'

6"

Soil

Base rock,
sand

11"

21" South from yellow divider to North edge. 124" West from crosswalk.

48" North from gas valve. 75" West from face of curb.

Foreman Yo Singh
Technician Ricardo Medina
Timesheet

Date

Hours

OT

Per
Diem

Check

Monday

Arrow Board
#1

Tuesday

Bag patch

Wednesday

Class II
Cement
mixer

Thursday

Check
Check Box
Check Box
Check Box
Check Box
Check Box

Saturday

Core drill
Core
machine

Sunday

Cutback

Check Box

Friday

6/13/14

Check Box

Equip. Rental
Generator
Pk nails &
shiners
Vibra-plate
Flat bed #
Toyota #
Vac rig # 3

~Delivering Excellence with a Sense of Urgency~

Additional Equipment/Material used


Check
Check
Check
Check
Check
Check
Check

Utility Data prepared for


Project:

Kimley Horn - Ryan Dole


14-1084

Location:

Oakland
Technologies Corporation

PH #

P3

P5

P4

Street

1540 Broadway

1600 Broadway North


side

Broadway at Water
Fountain

Cut Size Asph

1'x1'

1'x1'

Conc.

11"

7"

1'x1'

4"

6"

P9

16th & Telegraph

1'x1'

14"

P11

1615 Broadway North


side

1'x1'

5"

P6

16th & Telegraph

1'x1'

5"

6"

Comments

Soil

Utility

Material

Depth

Base rock,
sand

2" Gas

Steel

30.5"

Elec HV

Concrete duct

57"

Tele fiber optic

Slurry

Top: 8"
Bot: 20"

8" Water

Cast iron

48"

Foundation
Fountain

Concrete

Top: 7"
Bot: 14"

8" Water

Cast iron

24"

Dirt, rocks,
gravel,
debris

2-2" Elec

Steel

30"

57" West from crosswalk. 230" North from face of curb.

Dirt

Top of basement

Concrete

7"

181" North from face of curb. 98" West from street light.

Dirt, rocks,
sand

ATT fiber optic

Concrete duct

20"

140" East from face of curb. 30" South from crosswalk to North edge of
duct.

2" Gas

Steel

33"

Base rock,
gravel,
sand

Dirt, roots,
rocks

165" North from face of curb to South edge of duct. 195" West from water
valve.

70" South from face of curb to North edge of duct. 14" West from water
valve.

54" North from face of curb. 66" East from water box.

Foreman Yo Singh
Technician Ismael Obeso - 4hrs
Timesheet

Monday
Tuesday
Wednesday
Thursday

Date

Hours

6/16/14

OT

Per
Diem

Check

Arrow Board
#1
Bag patch
Class II
Cement
mixer

Check
Check Box
Check Box
Check Box
Check Box

Saturday

Core drill
Core
machine

Check Box

Sunday

Cutback

Check Box

Friday

Check Box

Equip. Rental
Generator
Pk nails &
shiners
Vibra-plate
Flat bed #
Toyota #
Vac rig # 3

~Delivering Excellence with a Sense of Urgency~

Additional Equipment/Material used


Check
Check
Check
Check
Check
Check
Check

Attachment 17
Construction Staging - Proposed License Agreement

Project Special Provisions

D-194

Bid Documents: August 26, 2014 Update

CITY OF OAKLAND
As part of the construction contract, Contractor shall have the option to enter into a License
Agreement for Construction Staging and Storage (Agreement). To exercise this option,
Contractor shall enter into a separate written Agreement with City. This Agreement, among
other provisions, shall provide for the following:
Site Location: 1911 Telegraph Ave. (Premises)
Oakland, CA 94612
(Parcel # 8-716-58)
See attached Google map
Size of Premises: + 1.04 Acres
Current Use: The Premises is vacant, with a chain link fence around the boundaries of
the Premises and a single entrance gate and curb cut on the 19th Street frontage.
License Consideration: None ($0) provided that Premises is vacated in acceptable
condition at the end of the term of the Agreement.
Administrative Processing Fee: $1,178.82 (see 2015 Master Fee Schedule changes).
Security Deposit: Amount to be determined (depending on the overall review of the
proposed transaction).
Term of Agreement: The term of the Agreement shall begin when the Notice to Proceed
(NTP) is issued and end 6 months thereafter or 10 days after the Notice of Completion
(NOC) has been issued, whichever is sooner.
Insurance: Contractor shall purchase insurance for comprehensive liability and other
coverage to satisfy Citys requirements and the name insured shall include City.
Other Requirements:
o The construction day and time restrictions described in the Project Specification
shall be applicable to the construction storage and staging of the Premises.
o Contractor shall submit a list of all items to be stored on the Premises.
o Contractor shall submit plans for the security of the Premises, environmental
protection, and spill prevention for the Premises.
o Additional requirements may be needed.

1911 Telegraph
(Parcel # 8-716-58)

1911 Telegraph
(Parcel # 8-716-58)

Attachment 18
Soil Sampling Results

Project Special Provisions

D-195

Bid Documents: August 26, 2014 Update

Table1
SoilSamplingAnalyticalResultsMetals
LathamSquare
Oakland,California

SampleID
P2
P3
P1
P5
P4
P6

Arsenic
mg/kg

<0.49
<0.51
<0.51
<0.50
<0.50
<0.51

Cobalt
mg/kg

Copper
mg/kg

Lead
mg/kg

STLC
Lead
mg/L

30
34
25
22
30
36

9.2
10
6.0
6.4
3.1
7.1

40
30
2.1
19
12
12

69
34
3.7
20
69
11

0.62

5.3

0.18
0.10
<0.018
<0.017
0.089
0.030

0.46
0.46
<0.25
0.43
<0.25
<0.25

27
37
25
22
15
20

<0.49
<0.51
<0.51
<0.50
<0.50
<0.51

0.5
0.56
<0.25
0.60
0.33
0.36

<0.49
<0.51
<0.51
<0.50
<0.50
<0.51

34
37
21
36
21
30

86
60
18
42
64
25

110

460,000

49

12,000

320

27

1,500

6,100

1,500

1,500

3.1

1,500

93,000

75

100

2,500

8,000

2,500

1,000

20

3,500

2,000

100

500

700

2,400

5,000

7.5

10
20

50
100

800

250

50
100

2
4

3,500

200

10
20

50
100

70

240

2,500

80

25

0.20

350

20

24

250

Barium
mg/kg

Beryllium
mg/kg

Cadmium
mg/kg

Chromium
mg/kg

6.8
5.5
3.2
8.9
1.9
1.8

72
92
8.2
78
62
70

0.26
0.25
0.13
0.48
0.19
0.21

0.81
0.70
0.31
0.51
0.40
0.37

120

10

61,000

180

500

500

10,000

20TimesTCLP

150

50
100

1,000
2000

STLC(mg/L)

15

100

0.75

Date
13Jun14
13Jun14
13Jun14
16Jun14
16Jun14
16Jun14

Antimony
mg/kg

HumanHealthScreeningCriteria
ESLHumanHealth(construction)

Mercury
mg/kg

Molybdenum
mg/kg

Nickel
mg/kg

Selenium
mg/kg

Silver
mg/kg

Thallium
mg/kg

Vanadium
mg/kg

Zinc
mg/kg

WasteCharacterizationScreeningCriteria
TTLC
10TimesSTLC

Notes:
=12mg/kgisanacceptedbackgroundvalueforArsenicinCalifornia

=totalchromiumassumedtobechromiumIIIgivensiteusehistory

mg/kg=milligramsperkilogram
mg/L=milligramsperlitre
TTLC=totalthresholdlimitconcentration
STLC=solublethresholdlimitconcentration
TCLP=toxicitycharacteristicleachingpotential
TTLCandSTLCwastecharacterizationlimitsarefromCaliforniaCodeofRegulations,Title22,Chapter11,Article3.
TCLPwastecharacteriza onlimitsarefromCodeofFederalRegula ons(CFR),Title40,Chapter261.24.
DetectionsareBold
<=analytenotdetectedabovelaboratorydetectionlimit
ESL=SanFranciscoBayRegionalWaterQualityControlBoardEnvironmentalScreeningLevel
redtext
=Exceedsoneormorewastecharacterizationscreeningcriteria

TerraphaseEngineeringInc.

DRAFT

Page1of1

Table2
SoilSamplingAnalyticalResultsTPH
LathamSquare
Oakland,California
TPH
TPH
Gasoline
SampleID
P2
P3
P1
P5
P4
P6

Date
13Jun14
13Jun14
13Jun14
16Jun14
16Jun14
16Jun14

mg/kg
<0.91
<0.95
<1.0
<0.93
<1.1
<1.0

HumanHealthScreeningCriteria
ESLConstruction/TrenchWorker

2,700
WasteCharacterizationScreeningCriteria
5,900

TPH
TPH
Diesel MotorOil
mg/kg
170
310
5.3
38
25
23

mg/kg

Y 730
Y 1500
Y 16
Y 240
Y 130
Y 110

900

28,000

10,000

10,000

Note:
mg/kg=milligramsperkilogram
DetectionsareBold
<=analytenotdetectedabovelaboratorydetectionlimit
TPH=totalpetroleumhydrocarbon
Y=Sampleexhibitschromatographicpatternwhichdoesnotresemblestandard
ESL=SanFranciscoBayRegionalWaterQualityControlBoardEnvironmentalScreeningLevel
Volatileorganiccompound(VOC)constituentswerenotdetectedinthesoilsamplesabovelaboratorydetectionlimits
WastescreeningcritieraforTPHfromAltamontlandfill.Mayvarydependingonspecificlandfillrequirements.

TerraphaseEngineeringInc.

DRAFT

Page1of1

For the full laboratory analytical report, contact the Project Manager, Project Resident Engineer, or City
of Oakland Environmental Services Division.

SECTION E
Additional Regulatory Requirements and Other
Project Information

City of Oakland Tree Removal Permit


ACTC Construction Attachment LBCE Program
BART Insurance Requirements 2014 Exhibit C
BART Permit

Alameda CTC Local Business Contract Equity Program

ALAMEDA COUNTY TRANSPORTATION COMMISSION


(ALAMEDA CTC)
LOCAL BUSINESS CONTRACT EQUITY PROGRAM

SPECIAL NOTICE
*

Bidders are hereby notified that this project is subject to the Alameda County Transportation
Commission (Alameda CTC) Local Business Contract Equity Program (Program), which
provides for the participation of Local Business Enterprises (LBEs), Small Local Business
Enterprises (SLBEs), and Very Small Local Business Enterprises (VSLBEs). Bidders must
comply with the Program by meeting certain goals for LBE and SLBE participation as
described further herein, OR the Bidder must meet applicable good faith efforts criteria.
The good faith efforts requirements are specified in Appendix C of the Program, which is set
forth in Section 2-1.01A of this Special Notice. By entering into a construction contract with
the City of Oakland, the awarded Contractor agrees that it will fully comply with the
provisions of the Program. Questions about the Program may be addressed to:
Seung Cho, Contracting, Administration, and Fiscal Resource Manager
Alameda CTC
1111 Broadway, Suite 800
Oakland, California 94607
Telephone: (510) 208-7472.
Alameda CTC is the sole judge of acceptable certification.
The goal for participation by LBEs (including subcontractors, suppliers and/or truckers), which
applies to all capital project contracts in excess of $50,000 funded solely by Alameda CTC
Measure B funds or a combination of Measure B and local funds, is 60% of the total contract
amount. The goal for participation by SLBEs for this contract is 20% and is included in the
60% LBE requirement. Participation by certified VSLBE subcontractors, suppliers and truckers
may also be used to meet SLBE and LBE goals.
LBE/SLBE/VSLBE firms MUST BE CERTIFIED BY ALAMEDA CTC PRIOR TO BID
OPENING. Copies of the Programs Requirements and Forms, and the list of Certified LBE,
SLBE and VSLBE firms, are available via the Alameda CTC website
(http://www.alamedactc.org/app_pages/view/4543), or can be obtained from Alameda CTCs
Local Business Contract Equity Consultant:

Alameda CTC Local Business Contract Equity Program

L. Luster and Associates


1111 Broadway, Suite 800
Oakland, California 94607
Telephone: (510) 208-7466 and (510) 208-7468
Fax: (510) 893-6489
Each Bidder shall provide individual dollar amounts contracted to LBE/SLBE/VSLBEs listed in
the Bid Proposal on the utilization form entitled LIST OF SUBCONTRACTORS AND
LBE/SLBE/VSLBE UTILIZATION (Form 1). This form shall be submitted with the bid,
along with a letter of intent signed by each Subcontractor who is included in the bid, AT
THE TIME THE BID IS SUBMITTED. The information supplied by a Bidder shall be
certified by a principal of the firm. Dollar amounts will be treated as proprietary, and will be
solely for use of City and Alameda CTC staff.
All Bidders shall also provide a Good Faith Efforts Report, conforming to the requirements of the
Program, to the City with the bid documents. The Good Faith Efforts Report (Forms 2-1 thru 23) shall contain the total dollar amount to be subcontracted, including trucking and suppliers,
and/or full documentation of the Bidders good faith efforts as detailed in this Special Notice.
The Bidder must also submit with their Bid an Affidavit of Non-Disciplinary or
Investigatory Action (Form 5) attesting that no adverse action has been taken against them by
the Equal Opportunity Commission, State of California Department of Fair Employment and
Housing, or the U. S. Department of Labor Contract Compliance Program, or provide an
explanation for any such actions, except where legal action is pending.

SECTION 1.

BID REQUIREMENTS AND CONDITIONS

1-1.01 GENERAL Each bid shall include therein the name and address of each
LBE/SLBE/VSLBE subcontractor to be used for credit in meeting the goals, and to whom
the Bidder proposes to directly subcontract portions of the work. The list of subcontractors
shall also set forth the portion of work that will be done by each subcontractor listed and the
bid amount for each subcontractor. The LIST OF SUBCONTRACTORS AND
LBE/SLBE/VSLBE UTILIZATION (Form 1) shall be used.
1-1.02 ALAMEDA CTC LOCAL BUSINESS CONTRACT EQUITY PROGRAM The
Contractor shall ensure that LBEs, SLBEs and VSLBEs have the maximum opportunity to
participate in the performance of this contract and shall take all necessary and reasonable
steps for such assurance. The Contractor shall not discriminate on the basis of race, color,
national origin, or sex in the award and performance of subcontracts. Failure to carry out
the requirements of this paragraph shall constitute a breach of contract and may result in
termination of this contract or such other remedy as the City may deem appropriate. The
Contractors attention is directed to Sections 3-1.01 Monthly LBE/SLBE/VSLBE
Utilization Report and 3-1.02 Penalties for Violation of LBE/SLBE/VSLBE Requirements
of this Special Notice regarding submittal of the MONTHLY LBE/SLBE/VSLBE
UTILIZATION REPORT FORM (Form 3) and penalties imposed for non-compliance of
LBE, SLBE and VSLBE utilization requirements.

Alameda CTC Local Business Contract Equity Program

SECTION 2.

AWARD AND EXECUTION OF CONTRACT

The required LBE, SLBE and VSLBE information shall be submitted on the utilization
form entitled "LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION"
(Form 1) included in the Bid Proposal.
It is the Bidder's responsibility to meet the goals for LBE, SLBE and VSLBE participation
or to provide information to establish that, prior to bidding, the Bidder made good faith efforts to
do so.
Failure to submit the required LBE/SLBE/VSLBE information by the time specified,
including any required documentation of good faith efforts, will be grounds for finding
the bid or proposal non-responsive.
2-1.01A LBE/SLBE/VSLBE INFORMATION
Failure to submit the LBE/SLBE/VSLBE utilization form entitled "LIST OF
SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION" (Form 1) at the time the
bid is submitted will be grounds for finding the bid or proposal non-responsive.
The Bidders Form 1 shall establish that the LBE/SLBE goals will be met or that a good faith
effort to meet the goals has been made.
All Bidders are cautioned that Bidders must submit their Good Faith Efforts Report (Forms 2-1
thru 2-3 to the City at the time of bid opening, even if a Bidders submittals appear to indicate
that they will meet the stated LBE/SLBE goals. If a bid does not meet the stated
LBE/SLBE goals, including cases in which City determines after bid submittal that a
bid does not meet the required goals, failure to submit such Forms at the time of bid
submission will deem the bid non-responsive. Forms 2-1 through 2-3 shall be accepted
only at the time of bid submission.
The information to show that the LBE/SLBE goals will be met shall include the names of
LBE/SLBE/VSLBE joint venture partners to be used, with a complete description of work or
supplies to be provided by each and the dollar value of each such LBE, SLBE and VSLBE
transaction. When an LBE, SLBE or VSLBE will perform or furnish less than 100 percent of a
contract item of work, a description of the exact portion of said work to be performed or
furnished by that LBE, SLBE or VSLBE shall be included in the LBE/SLBE/VSLBE
information, including the planned location of said work. (Note: LBE, SLBE and VSLBE
subcontractors to whom the Bidder proposes to directly subcontract portions of the work are
to be named in the bid. See Section 1-1.01, "General," of this Special Notice regarding listing of
proposed subcontractors.)
If credit for trucking by an LBE, SLBE or VSLBE trucking broker is shown on the Bidder's
information as "100 percent of the revenue to be paid by the broker is to be paid to LBE,
SLBE and VSLBE truckers," a certified roster of the broker's trucks to be used must be
included. The certified roster must indicate that all the trucks are owned by certified LBEs,

Alameda CTC Local Business Contract Equity Program

SLBEs and VSLBEs and must indicate the associated truck numbers, owner's name, Public
Utilities Commission Cal-T numbers, and the LBE, SLBE and VSLBE certification expiration
date. The roster must indicate that all revenue paid by the broker will be paid to LBEs, SLBEs
and VSLBEs listed on the certified roster.
The City shall review each bid to determine whether LBE and SLBE goals for the project have
been met. All Bidders shall submit to the City, at the time of the bid opening, a Good Faith
Efforts Report that provides evidence of their efforts to locate, communicate with, and enlist
the meaningful participation of LBE/SLBE/VSLBEs on the project. Failure to do so may deem a
bid non-responsive.
The Good Faith Efforts Report shall list the names of all LBE/SLBE/VSLBE firms
contacted by the Contractor, including the name and title of persons specifically contacted; the
dates on which contacts were attempted and made; the specific items of work whose performance
by the LBE/SLBE/VSLBE was sought; the dates that plans and specifications for the work
were made available to the LBE/SLBE/VSLBE, what technical assistance was offered to the
LBE/SLBE/VSLBE, and the reasons that the Contractor rejected the LBE/SLBE/VSLBE bids.
Copies of all correspondence between the Bidder and the LBE/SLBE/VSLBE and any other
documents relating to the Bidders good faith efforts must be submitted with the Good Faith
Efforts Report (Form 2-1 thru 2-3).
A Bidder shall be deemed to have made good faith efforts upon timely submittal of
documentary evidence demonstrating that the Bidder undertook the actions itemized below in an
effort to meet the LBE/SLBE/VSLBE goals. Failure to achieve 70 out of 100 Good Faith Effort
(GFE) points will render the bid non-responsive and will result in its rejection.
1)

Attendance at all pre-bid meetings scheduled by the City to inform all Bidders about the
Alameda CTC Local Business Contract Equity Program requirements for the project for
which the contract will be awarded. City must have a record of Prime Contractors signin on attendance sheet. (GFE Points = 5)

2)

Identification of specific items of work to be performed by LBE/SLBE/VSLBE firms in


order to increase the likelihood of meeting the LBE/SLBE goals, including breaking
down contracts into constructible units. This includes, where appropriate, breaking out
contract work items into economically feasible units to facilitate LBE/SBLE/VSLBE
participation. The Bidder must complete a Request for Potential LBE/SLBE/VSLBE
Work Break-out Analysis, the format of which will be furnished by the City as part of the
contract document. This analysis will be used in determining if the Bidder has met this
specific Good Faith Effort Criteria. (GFE Points = 15)

3)

Provision of written notice of interest and results in soliciting bids on the contract to
LBE/SLBE/VSLBEs. Written notice shall specify which items of work the Contractor
has identified pursuant to paragraph 2. This notice shall be provided to
LBE/SLBE/VSLBE firms within five (5) calendar days after the pre-bid meeting or
pursuant to the notice period set forth in the specifications for a given contract. These
solicitations shall include a description of the specific items of work to be performed by
the LBE/SLBE/VSLBE firms and all related conditions of the work. The Bidder will
also be required to provide written documentation of responses to these solicitations by

Alameda CTC Local Business Contract Equity Program

LBEs, SLBEs and VSLBEs, i.e. dates of written notice, response and results, phone logs,
meetings, conference calls, etc., as well as records of discussions with LBEs, SLBEs and
VSLBEs regarding the solicitations. (GFE Points = 15)
4)

Follow up of the written initial solicitations of interest by contacting the owner or other
manager of the LBE/SLBE/VSLBE firms to determine with certainty whether the
enterprises were interested in performing specific items of the project. The Bidder is
required to document the follow-up activities and provide written documentation stating
the date and method of contact, the reason for not using the subcontractor and copies of
all communications. (GFE Points = 15)

5)

Making the project plans, specifications, and requirements for the selected subcontracting
items or material supply work available for review by interested LBE/SLBE/VSLBEs.
The Bidder is required to document and provide proof of receipt on the names and
addresses of LBEs, SLBEs and VSLBEs whom the project information was made
available to. (GFE Points = 5)

6)

Where needed, advice and efforts made to assist interested LBE/SLBEs in obtaining lines
of credit, or required insurance. (GFE Points = 5)

7)

Negotiating in good faith with LBE SLBE/VSLBE subcontractors. The Contractor shall
provide evidence that negotiations with LBEs, SLBEs and VSLBEs were done in good
faith by documenting and providing names and addresses of LBEs, SLBEs and VSLBEs
that were considered. To the extent that the Bidder negotiated with LBEs, SLBEs and
VSLBEs and did not select such firms for the work, the Bidder shall provide written
documentation detailing why the agreement could not be reached with LBEs, SLBEs and
VSLBEs. (GFE Points = 25)

8)

Requesting assistance from City and/or Alameda CTC, identifying the


LBE/SLBE/VSLBE businesses contacted and explaining any problems securing
LBE/SLBE/VSLBE Bidders, at least fifteen (15) working days before bid opening. (GFE
Points = 5)

9)

Advertising, not less than twenty (20) calendar days before the date the bids are opened,
in one or more daily or weekly newspapers, trade association publications, trade journals,
or other media, that may be specified by Alameda CTC and/or City to solicit
LBE/SLBE/VSLBE firms that are interested in participating in the project. This
paragraph applies only if City gives public notice of the project not less than thirty (30)
calendar days prior to the date the Bids are opened. (GFE Points = 5)

10)

Documenting requests for assistance from minority and women's community


organizations, contractor's groups, local, state, or federal minority and women business
assistance offices; or other organizations that provide assistance in the recruitment and
placement of LBE/SLBE/VSLBE firms, if any are available. Documentation of this
solicitation must be provided. (GFE Points = 5)

Alameda CTC Local Business Contract Equity Program

2-1.01B AWARD OF CONTRACT


The award of contract, if it be awarded, will be to the lowest responsible Bidder whose
proposal complies with all the requirements prescribed and who has met the goals for
LBE/SLBE participation or has demonstrated, to the satisfaction of City, good faith efforts to
do so and an agreement to comply with the requirements of the Program as conditions for being
eligible for award of contract.
A "Vendor Data Record" form (available on the Caltrans website at http://caltransopac.ca.gov/doc/std204.doc) will be required in the Contract Documents to be executed by the
successful Bidder. The purpose of the form is to facilitate the collection of taxpayer
identification data. The form shall be completed and returned to the City by the successful
Bidder with the executed contract and contract bonds. For the purposes of the form, vendor
shall be deemed to mean the successful Bidder. The form is not to be completed for
subcontractors or suppliers. Failure to complete and return the "Vendor Data Record" form
to the City as provided herein will result in the retention of 20 percent of payments due the
Contractor and penalties of up to $20,000. This retention of payments for failure to complete
the "Payee Data Record" form is in addition to any other retention of payments due the
Contractor.
The successful Bidder shall submit a proposed draft copy of their contract with each
subcontractor that will be working on the project to the City within ten (10) days of their
receipt of the Notice of Award of Contract. Contractors shall submit a copy of the executed
contract with their subcontractors prior to the commencement of construction work.
SECTION 3. GENERAL
SECTION 3-1. MISCELLANEOUS
3-1.01 MONTHLY LBE/SLBE/VSLBE UTILIZATION REPORT
The Contractor shall submit a MONTHLY LBE/SLBE/VSLBE UTILIZATION
REPORT FORM (Form 3) to the Engineer, which will be included in each months request
for partial payment. The Engineer will submit such report and a copy of the approved
Contractors monthly partial payment to Citys Contract Compliance Officer. These monthly
reports shall document the work performed by certified LBE, SLBE and VSLBE firms, the
dollar value of the work performed by such firms, the percentage of the contract
completed, and the amount actually paid to the firms.
All first tier
subconsultants/subcontractors are to be listed. Lower tier subconsultants/subcontractors must be
listed if first tier subconsultants/subcontractors do not meet LBE/SLBE/VSLBE requirements.
City will monitor compliance with contract requirements for LBE/SLBE/VSLBE firms based
on the submitted monthly report.
The Contractor shall be responsible for the accuracy of the percentage and dollar values used
in the MONTHLY LBE/SLBE/VSLBE UTILIZATION REPORT FORM (Form 3). If
any monthly form indicates potential problems, such as a failure to comply with the contract
LBE and SLBE goals, the Contractor shall meet with City or its representative(s) to address

Alameda CTC Local Business Contract Equity Program

any deficiencies and appropriate corrective actions. Full compensation for conforming to the
requirements of this Section 3-1 shall be considered as included in the contract prices paid for
the various contract items of work involved and no additional compensation will be allowed
therefor.
3-1.02 PENALTIES FOR VIOLATION OF LBE/SLBE REQUIREMENTS
If City finds that a contractor or subcontractor has willfully failed to comply with any of the
applicable provisions of the Alameda CTC Local Business Contract Equity Program, City
may conduct an investigation. If, upon investigation, City finds willful non-compliance, the
investigating entity will serve the contractor with a notice of non-compliance and provide the
contractor an opportunity to be heard. City may, upon determination of bad faith noncompliance, impose the following sanctions for each violation:
1)
2)
3)
4)

impose a fine;
suspend the contract;
rescind the contract based upon a material breach of contract pertaining to
LBE/SLBE utilization; and/or
disqualify Bidder, the contractor or subcontractor from eligibility for providing
goods or services to the Alameda CTC for a period not to exceed three years.

3-1.03 LBE/SLBE RECORDS


The Contractor shall maintain records of all subcontracts entered into with certified
LBE/SLBE/VSLBE subcontractors and records of materials purchased from certified
LBE/SLBE/VSLBE suppliers. Such records shall show the name and business address of
each LBE/SLBE/VSLBE subcontractor or vendor, the date of payment, the total dollar
amount actually paid each LBE/SLBE/VSLBE subcontractor or vendor, and the date of work
performed by each LBE/SLBE/VSLBEs own forces along with corresponding dollar value
of work claimed toward the applicable goal. These records will be made available for
inspection upon request by City.
Semi-annual reports of the year to date payments made to each LBE, SLBE and VSLBE
subcontractor shall be submitted to City upon request.
Upon completion of the contract, a summary of these records shall be prepared on the Exit
Report and Affidavit form provided in this section and certified correct by the Contractor or
his or her authorized representative, and thereafter furnished to the Engineer.
3-1.04 PERFORMANCE OF LBE/SLBE SUBCONTRACTORS AND SUPPLIERS
The LBE/SLBE/VSLBEs listed by the Contractor in response to the requirements in Section 2,
"Award and Execution of Contract," of this Special Notice, which are determined by
Alameda CTC to be certified LBE/SLBE/VSLBEs, shall perform the work and supply the
materials for which they are listed unless the Contractor has received prior written
authorization to perform the work with other forces or to obtain the materials from other
sources.

Alameda CTC Local Business Contract Equity Program

The Contractor shall make its best efforts to maintain the LBE/SLBE goal level achieved at the
time the contract is awarded throughout the term of the contract. Such best efforts shall include
any increase in the amount or scope of the contract implemented by change order.
Authorization to utilize other forces or sources of materials may be requested for the following
reasons:
1)

2)
3)
4)

5)

6)

The listed LBE/SLBE/VSLBE, after having had a reasonable opportunity to do so,


fails or refuses to execute a written contract, when such written contract, based upon
the general terms, conditions, plans and specifications for the project, or on the
terms of such subcontractor's or supplier's written bid, is presented by the Contractor.
The listed LBE/SLBE/VSLBE becomes bankrupt or insolvent.
The listed LBE/SLBE/VSLBE fails or refuses to perform its subcontract or furnish the
listed materials.
The Contractor stipulated that a bond was a condition of executing a subcontract and the
listed LBE/SLBE/VSLBE subcontractor fails or refuses to meet the bond requirements of
the Contractor.
The work performed by the listed subcontractor is substantially unsatisfactory and is
not in substantial accordance with the plans and specifications, or the subcontractor is
substantially delaying or disrupting the progress of the work.
It would be in the best interest of City.

If an LBE/SLBE/VSLBE subcontractor is unable to perform successfully and the Engineer


determines that it will be replaced, the Contractor shall make its best efforts to replace the
original LBE/SLBE/VSLBE firm with another LBE/SLBE/VSLBE firm. Toward that end, the
Contractor shall use its best efforts to solicit bids for the work from three (3)
LBE/SLBE/VSLBE firms prior to selecting a new subcontractor to perform the work.
In the event there is an increase in the contract size or scope, the Contractor shall make its best
efforts to maintain the LBE/SLBE goals established at the time the contract was originally
awarded. Toward that end, the Contractor shall use its best efforts to solicit bids for the
new work from at least three (3) LBE/SLBE/VSLBE firms prior to selecting a new
subcontractor to perform the work.
The Contractor shall not be entitled to any payment for such work or material unless it is
performed or supplied by the listed LBE/SLBE/VSLBE or by other forces (including those of the
Contractor) pursuant to prior written authorization of the Engineer.
If a trucking broker, who is not an LBE, SLBE or VSLBE but was listed for LBE, SLBE or
VSLBE credit in the Contractor's LBE/SLBE/VSLBE information, fails to pay at least 20
percent to the LBEs. SLBEs or VSLBEs listed on the broker's "certified roster," the broker
will no longer be eligible for LBE, SLBE or VSLBE credit for one year.
If an LBE, SLBE or VSLBE trucking broker was listed for LBE, SLBE or VSLBE credit
in the Contractor's LBE/SLBE/VSLBE information on the basis of the broker's signed
agreements with LBE, SLBE or VSLBE truckers that the trucking will be performed by
certified LBE, SLBE or VSLBE truckers and if all the revenue paid by the broker is not paid to
the LBEs, SLBE or VSLBEs listed on the broker's "certified roster," the broker will no longer be

Alameda CTC Local Business Contract Equity Program

eligible for LBE, SLBE or VSLBE credit for one year.


The Contractor shall include the above information in the agreements made with trucking
brokers so that brokers will be aware that they may become ineligible for LBE, SLBE and
VSLBE credit.
The Contractor shall submit monthly documentation to the Engineer that shows the amount
paid to LBE, SLBE and VSLBE truckers under trucking brokers listed in the Contractor's
LBE/SLBE information. The records must confirm that no less than 20 percent was paid to
LBE, SLBE or VSLBE truckers by brokers who are not LBEs, SLBEs or VSLBEs and that
all the revenue paid by LBE, SLBE or VSLBE brokers was paid to LBE, SLBE or VSLBE
truckers if the Contractor indicated in the LBE/SLBE/VSLBE information that the broker had
signed agreements with LBE, SLBE or VSLBE truckers that the trucking will be performed by
LBE, SLBE or VSLBE truckers.
3-1.05 SUBCONTRACTING
As a part of this requirement:
1)

No substitution of an LBE/SLBE/VSLBE subcontractor shall be made at any time


without the written consent of City, and

2)

If an LBE/SLBE/VSLBE subcontractor is unable to perform successfully and is to be


replaced, the Contractor will be required to make good faith efforts to replace the
original LBE/SLBE/VSLBE subcontractor with another LBE/SLBE/VSLBE
subcontractor. Toward that end, the Contractor will use its best efforts to solicit bids
for the new work from at least three (3) LBE/SLBE/VSLBE firms prior to selecting a
new subcontractor to perform the work.

The requirement in Section 1-1.02, "Alameda CTC Local Business Contract Equity Program," of
this Special Notice, that LBEs, SLBEs and VSLBEs must be certified on the date bids are
opened, does not apply to LBE/SLBE/VSLBE substitutions made after award of the contract.
3-1.05 PROMPT PAYMENT
The Contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 10 days from the receipt of each payment the
Contractor receives from City. Any delay or postponement of payment from the above
referenced time frame may occur only for good cause following written approval of the City.
This clause applies to LBE, SLBE, and VSLBE and non- LBE, SLBE and VSLBE
Subcontractors.
The Contractor further agrees to release retainage payments to each subcontractor within 30
days after the subcontractors work is completed and accepted. Any delay or postponement of
payment from the above referenced timeframe may occur only for good cause following
written approval by the City. This clause applies to LBE, SLBE, and VSLBE and non- LBE,
SLBE and VSLBE subcontractors.

Alameda CTC Local Business Contract Equity Program


List of Subcontractors and LBE/SLBE/VSLBE Utilization

FORM 1

LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION

*If any Bid Alternates are required, please indicate the subcontractor and/or supplier cots associated with each bid alternate on a separate line.

TO BE SUBMITTED WITH BID

Alternate*

Trucker

Supplier

Dollar Amount of
Subcontractors
Work

VSLBE

Name and Address

Description of Work
Subcontracted

SLBE

Contractors
License #

LBE

The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions
in Section 2-1.01A, LBE/SLBE/VSLBE INFORMATION.
The Bidder shall also list the dollar amount of the contract and check whether the subcontractor is a LBE, SLBE or VSLBE contractor.

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report

LBE/SLBE INFORMATION DOCUMENTATION OF GOOD FAITH


EFFORTS
THIS INFORMATION SHALL BE INCLUDED WITH YOUR
DOCUMENTATION OF YOUR GOOD FAITH EFFORTS.

TELEPHONE LOG AND LIST OF REJECTED


LBEs, SLBEs and VSLBEs
Bidders shall submit the following information to demonstrate that a good faith effort to meet
the LBE/SLBE goals have been made if their LIST OF SUBCONTRACTORS AND
LBE/SLBE/VSLBE UTILIZATION (Form 1) indicates that the LBE/SLBE goal will not be
met.
Even if the Bidders LIST OF SUBCONTRACTORS AND LBE/SLBE/VSLBE
UTILIZATION (Form 1) appears to indicate that the LBE/SLBE goals will be met, Bidders
are strongly advised to submit the following information to protect their eligibility for award
of the contract. This is important because the submittal of only the LIST OF
SUBCONTRACTORS AND LBE/SLBE/VSLBE UTILIZATION (Form 1) will not normally
be sufficient information to demonstrate that a good faith effort was made. A Bidder may not
meet the LBE/SLBE goal after submittal is analyzed by City for various reasons; e.g. if the
subcontractor submitted by the Bidder was not certified on the date bids were opened, or if the
Bidder made a mathematical error. In the event of such subsequent determination that the
goals will not be met, such bid will be deemed non-responsive if the Bidder failed to submit
this good faith efforts information at the time of bid opening.

TELEPHONE LOG
1) Submit the names, dates and times of notices of all certified LBEs/SLBE/VSLBEs solicited
by telephone for this project and the dates, times and methods used for following up
initial solicitations to determine with certainty whether the LBE/SLBE/VSLBEs were
interested. Use the form provided:

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report

FORM 2-1

LBE/SLBE/VSLBE GOOD FAITH EFFORT TELEPHONE LOG


Name of LBE/SLBE/VSLBE
Solicited

Contract #

Phone Number

Date

Time

Follow-up Methods

Contract Name

Prime Contractor

TO BE SUBMITTED WITH BID

Date

Time

Results

Alameda CTC Local Business Contract Equity Program


Good Faith Effort Report

FORM 2-2

2) Provide the information requested on the following form: the names of LBEs/SLBEs/VSLBEs who submitted bids for any of the
work indicated above which were not accepted, a summary of the Bidders discussions, negotiations, or both, with them, the name
of the subcontractor or supplier that was selected for that portion of the work, and the reason for the Bidders choice. If the reasons
for rejecting a LBE/SLBE/VSLBE bid were price, give the price bid by the rejected LBE/SLBE/VSLBE and the price bid by the
selected subcontractor or supplier. Since the utilization of available LBEs/SLBEs/VSLBEs is expected, only significant price
differences will be considered as cause for rejecting such LBEs/SLBEs/VSLBEs bids.

Names of Rejected
LBEs/SLBEs/VSLBEs

Summary of
discussions and
negotiations

Reason for Rejection


of the
LBE/SLBE/VSLBE

Name of Subcontractors
or Suppliers Selected
Over the Rejected
LBE/SLBE/VSLBE

NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.


TO BE SUBMITTED WITH BID

Assistance Extended to
LBE/SLBE/VSLBE to
Remedy Deficiency in
Sub-bid

ALAMEDA CTC Local Business Contract Equity Program


Goof Faith Effort Report

FORM 2-3

3) Items of work for which the Bidder requested sub-bids or materials to be supplied by
LBEs/SLBEs/VSLBEs, the information furnished to interested LBEs/SLBEs/VSLBEs in
the way of plans, specifications and requirements for the work, and any breakdown of
items of work into economically feasible units to facilitate LBEs/SLBEs/VSLBEs
participation. Where there are LBEs/SLBEs/VSLBEs available for doing portions of the
work economically performed by the Bidder with its own forces, the Bidder will be
expected to make portions of such work into economically feasible units to facilitate
LBEs/SLBEs/VSLBEs participation. Where there are LBEs/SLBEs/VSLBEs available for
doing portions of the work normally performed by the Bidder with its own forces, the
Bidder will be expected to make portions of such work available for
LBEs/SLBEs/VSLBEs to bid on.
Items of Work:

Information Furnished:

Breakdown of Items:

4) Any additional data to support a demonstration of good faith effort, such as contact with
LBE/SLBE/VSLBE assistance agencies:

Note: Use additional sheets of paper if necessary. Appropriate documentation such as


copies of newspaper ads, letters soliciting bids and telephone logs should accompany
this form.
TO BE SUBMITTED WITH BID

Alameda CTC Local Business Contract Equity Program


Monthly LBE/SLBE/VSLBE Utilization Report Form

FORM 3

Alameda CTC
MONTHLY LBE/SLBE/VSLBE UTILIZATION REPORT FORM
Contract No.
Date:
Name & Address of Subcontractor

LBE

SLBE/
VSLBE

Contract
Item No.

Item Description

Dollar Value Previous


of Subcontract
Completed
Value / %
$
$
/ %

Completed
This Month
Value / %

Amount Paid
To Date

/ %

TOTAL$
LBE/SLBE GOALS ARE DETERMINED ON BASE CONTRACT AMOUNT
Base Contract Amount:
$
Total LBE Contract Amount: $
LBE Contract Amount X
Base Contract Amount
Total SLBE Contract Amount: $

LBE Contract Goal


100 =

SLBE Contract Goal


SLBE Contract Amount X 100 =

Base Contract Amount

Project Managers Assurance


LBE Achieved
%

%
SLBE Goal Achieved

I hereby certify that the information


included in this LBE/SLBE/VSLBE
Utilization Report form is true and
Accurate.

%
Signature

IMPORTANT! THIS FORM MUST BE SUBMITTED TOGETHER WITH EACH MONTHLY PROGRESS PAYMENT

Date

ALAMEDA CTC Local Business Contract Equity Program


Exit Report and Affidavit

FORM 4-1

EXIT REPORT AND AFFIDAVIT


To be completed by the Prime Contractor, including all joint venture partners, if any, and submitted to City with the
final progress payment application.
TRANSMITTAL

To: Project Manager

Copy: Alameda CTC Contract Compliance Office

From Contractor:

Date Transmitted:

Reporting Date:
I/We declare, under penalty of perjury under the laws of the State of California, that the information on this form is
complete, that the tabulated amounts paid to date are accurate and correct, and that the tabulated amounts owing
will be paid within a 15 days after the date of the final payment under the Contract.
Prime Contractor, including each joint venture partner, must sign this form

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

(
)
Telephone

Date

Telephone

Date

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

(
)
Telephone

(
Date

)
Telephone

Date

ALAMEDA CTC Local Business Contract Equity Program


Final Progress Payment Application

FORM 4-2

Final Progress Payment Application


Name of Firm
(List PrimeContractor, each
Joint Venture
Partner, and all
subcontractors)

TOTALS

LBE/SLBE/VSLBE
Portion Of Work
(Yes or No)

Amount
of
Progress
Payments
Paid to
Date

Amount
Owing under
Owner/Authorized
the Contract
Representative Signature
including all
(Prime Contractor, each
Change
Joint Venture Partner, and
Orders,
All Subcontractors)
Amendments
and
Modifications

FORM 5

AFFIDAVIT OF NON-DISCIPLINARY OR INVESTIGATORY ACTION


The bidder

, hereby certifies that:

no adverse action has been taken against bidder by the Equal Opportunity Commission, State of
California Department of Fair Employment and Housing or the U. S. Department of Labor Contract
Compliance Program.
adverse action has been taken, except where legal action is pending, and attached hereto is a detailed
explanation of the reason for such action, the party instituting such action and the status or outcome of such action.

Prime Contractor, including each joint venture partner, must sign this form

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

(
)
Telephone

(
Date

)
Telephone

Date

Owner/Authorized Representative (Signature)

Owner/Authorized Representative (Signature)

Name & Title (Please Print)

Name & Title (Please Print)

Firm Name

Firm Name

(
)_
Telephone

(
Date

)
Telephone

TO BE SUBMITTED WITH BID

Date

EXHIBIT "C"
Permit No. C-00.6-010-OK
Permit Description: City of Oakland Latham Square Design Project Broadway between 16th
Street and 17th Street
INSURANCE
At all times during the life of this Permit, or as may further be required by this Permit,
Permittee at its own cost and expense, shall provide the insurance specified as follows:

1.

Evidence Required

At or before execution of this Permit, Permittee shall provide District with a certificate
of insurance executed by an authorized representative of the insurer(s) evidencing
that Permittee's insurance complies with this Article, including a copy of all required
endorsements. Permit number (C-00.6-010-OK) shall be included in the space
provided on the standard Certificate of Insurance form provided.

2.

Notice of Cancellation, Renewal, Reduction or Material Change in Coverage.

All policies shall be endorsed to provide District with thirty (30) days prior written
notice of any cancellation, reduction or material change in coverage. Notices shall be
sent to the Department Manager, Insurance, San Francisco Bay Area Rapid Transit
District, P. O. Box 12688, Oakland, California 94604-2688. The Permittee shall
annually submit to the Districts Department Manager, Insurance, certifications
confirming that the insurance required has been renewed and continues in place (if
required).

3.

Qualifying Insurers

All policies shall be issued by California admitted companies which hold a current
policy holders alphabetic and financial size category rating of not less than A:VIII
according to Best's Insurance Reports.

4.

Insurance Required
A.

Commercial General Liability Insurance for bodily injury (including


death) and property damage which provides limits of not less than
Three Million Dollars ($3,000,000) per occurrence and Three Million
Dollars ($3,000,000) annual aggregate as applicable.

2014 Exhibit C (C-00.6-010-OK).ins

Exhibit C
Page 2 of 3
1.

Coverage shall include:


a)
Premises and Operations;
b)
Products/Completed Operations;
c)
Broad Form Property Damage;
d)
Blanket contractual liability coverage;
e)
Personal Injury liability; and
f)
Cross-Liability and Severability of Interests.
g)
Explosion, Collapse and Underground (XCU) *

2.

Such insurance shall include the following endorsements:

3.

a)

Inclusion of District, its directors, officers, representatives,


agents and employees as additional insured as respects
to Permittee's ongoing and completed operations in
connection with this Permit;

b)

Stipulation that the insurance is primary insurance and


that no insurance or self-insurance of District will be
called upon to contribute to a loss.

For all applications involving construction or demolition work within 50


feet, vertically or horizontally, of the BART trackway and affecting any
railroad bridge or trestle, tracks, road-beds, tunnel, underpass or
crossing, the General Liability Insurance must not exclude coverage
therein. In cases where this coverage is excluded from the policy, the
following policy coverage is required:
a)

Railroad Protective Liability for bodily injury (including


death), property damage, and physical damage, including
loss of use thereof, to railroad property with limits of not
less than TWO MILLION DOLLARS ($2,000,000) per
occurrence and SIX MILLION DOLLARS ($6,000,000) in
the aggregate annually applicable to all operations of
Permittee and its contractors or subcontractor(s) within
50 feet vertically or horizontally of BARTs trackway.
BART shall have the right to approve of the policy
wording. The named insured shall be San Francisco Bay
Area Rapid Transit District. Prior to commencing work or
entering BART property, Permittee or its contractor shall
file the original copy of the policy with BARTs
Department Manager, Insurance. This coverage shall be
maintained for the term of this Agreement (Permit).

B.

Automobile Liability for bodily injury (including death) and property


damage which provides a coverage limit of at least One Million Dollars
($1,000,000) combined single limit per occurrence applicable for all
owned, non-owned and hired vehicles.

C.

Statutory Workers' Compensation and Employer's Liability Insurance for


not less than One Million Dollars ($1,000,000) per accident applicable
to Employers Liability coverage for all employees engaged in services
or operations under this Permit. The policy shall include broad form allstates/other states coverage. Coverage shall be specifically endorsed
to include the insurers waiver of subrogation in favor of the District, its
directors, officers, representatives, agents and employees. Should any
such work be subcontracted, Permittee shall require each subcontractor
of any tier to similarly comply with this Article, all in strict compliance

2014 Exhibit C (C-00.6-010-OK).ins

Exhibit C
Page 3 of 3
with federal and state law.
5.

Special Provisions
A.

The foregoing requirements as to the types and limits of insurance


coverage to be maintained by Permittee, and any approval of said
insurance by District is not intended to and shall not in any manner limit
or qualify the liabilities and obligations otherwise assumed by Permittee
pursuant to this Permit, including but not limited to the provisions
concerning indemnification.

B.

The District acknowledges that some insurance requirements contained


in this article may be fulfilled by a funded self-insurance program of the
Permittee. However, this shall not in any way limit liabilities assumed by
the Permittee under this Permit. Any self-insurance program must be
approved by the District.

C.

Should any of the work be contracted, Permittee shall require each of


its contractors or subcontractors of any tier to provide the
aforementioned coverage.

D.

District reserves the right to terminate or suspend the Permit in the


event of non-compliance with the insurance requirements of this Article.
In no event shall any suspension entitle Permittee to an extension of
the term of the Permit specified in this Article.

*
(Note: XCU coverage (Section 4.A.1.g);Transport of hazardous material or hazardcontaining material (Section 4.B.1); and Pollution Liability Insurance (Section 4.D) are only
required when applicable (excavation, borings, etc.). Coverage limits may be increased, at
the discretion of the Districts Risk Manager, relative to risk involved).

2014 Exhibit C (C-00.6-010-OK).ins

SECTION F
Bid Drawings
bound separately

S-ar putea să vă placă și