Documente Academic
Documente Profesional
Documente Cultură
Section
A
Project Information
Notice To Bidders ................................................................................................................. A1
Bid Instructions...................................................................................................................... A3
City Programs and Policies ................................................................................................. A12
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.
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
http://www2.oaklandnet.com/oakca1/groups/contracting/documents/webcontent/oak039337.pdf
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
*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
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.
Bid Instructions
A9
A10
Bid Instructions
A11
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.
A13
A14
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.
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.
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.
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
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
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.
A21
SECTION B
Bid Submittal Documents
CONTRACTORS BID
TO THE CITY OF OAKLAND, CALIFORNIA
PUBLIC WORKS DEPARTMENT
For
EXPIRATION: ________________________
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.
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
302-1
37,200
SF
300-1.3.1.1
80
TONS
300-1.3.1.1
2,300
TONS
309-4
LS
Monuments and
Benchmarks
302-5.9
37,200
SF
302-5.9
6,200
SF
10
302-6.8
750
SF
Concrete Pavement
11
303-5.9
8,150
SF
12
303-5.9
940
LF
13
303-11.20
2,250
SF
Stone Paving
14
303-11.20
1,153
SF
15
303-11.19
940
LF
Item Description
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
20
303-5.9
610
SF
21
303-5.9
218
LF
22
303-5.9
155
LF
23
303-5.9
EA
24
303-5.9
6,300
SF
Concrete Sidewalk
25
303-5.9
120
LF
26
303-5.9
685
LF
27
303-5.9
685
LF
28
303-5.9
710
LF
29
303-5.9
35
LF
30
303-5.9
15
EA
31
303-5.9
38
LF
Trench Drain
Item Description
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
34
306-9.5
EA
35
306-9.5
EA
36
306-9.3
EA
37
306-9.3
EA
Sewer Cleanout
38
5-8
LS
39
306-1.6
350
LF
40
306-1.6
75
LF
41
308-8.3
550
SF
42
303-5.9
195
LF
Concrete Planter/Seatwall
43
303-11.19
195
LF
44
308-8.1
60
CY
45
308-8
810
SF
46
308-8.1
200
CY
47
308-8
1,800
SF
Item Description
Unit Price
Total Amount
B5
Item
No.
Spec Section
Quantity
Unit of
Measure
48
308-8.4
13
EA
49
308-8.2
70
CY
Structural Soil
50
304-6
EA
Interpretive Signs/Artwork
51
308-9.19
LS
52
308-10.11
LS
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
57
304-5.4
EA
58
304-5.4
EA
Trash Receptacle
59
307-1.2
LS
60
307-1.2
LS
61
307-1.2
LS
62
307-1.2
LS
63
307-1.2
LS
Item Description
Unit Price
Total Amount
B6
Item
No.
Spec Section
Quantity
Unit of
Measure
64
307-1.2
LS
65
307-1.2
LS
66
307-1.2
LS
67
307-1.2
EA
68
307-12.6
650
LF
Interconnect System 3
Conduit
69
307-11.3
EA
70
307-17.5.5.8
2480
LF
71
307-17.5.5.8
210
LF
72
307-17.5.5.8
EA
73
307-17.5.5.8
EA
Edge Switch
74
304-7.5
EA
Item Description
75
310-5.6
LS
Remove Pavement
Markings, Traffic Striping,
and Pavement Markers
76
310-7.2
1,786
SF
77
310-5.6
460
LF
Curb Paint
78
310-6.4
6,165
LF
Thermoplastic Traffic
Striping
Unit Price
Total Amount
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
LS
Lump Sum
80
7-3
LS
Lump Sum
81
7-3
LS
Lump Sum
Item Description
Item 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
1,200
LF
83
30711.3
EA
Unit Price
Item Total
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.)
Sign
Here
Signature and Title of Bidder
Date __________________________________
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
Item
No.
Quantity
Unit of
Measure
21,100
SF
Demo/Remove AC Pavement
14,620
SF
1,835
LF
420
SF
EA
LS
LS
EA
Tree Protection
EA
LS
Item Description
Unit Price
Total Amount
B10
Item
No.
Quantity
Unit of
Measure
EA
EA
Standard Type 18
EA
EA
EA
10
EA
EA
EA
EA
EA
EA
EA
EA
EA
Backplate
EA
Pullbox 6
EA
Pullbox 6E
EA
1,230
LF
6,310
LF
Conductor Cable
30
LF
Item Description
Unit Price
Total Amount
B11
405
LF
Conduit: 3
EA
EA
EA
EA
490
LF
AA
EA
BB
190
LF
CC
EA
DD
EA
Sign on Pole
EE
EA
FF
LS
Removals
Item
No.
Quantity
Unit of
Measure
EA
EA
EA
EA
EA
EA
Item Description
Unit Price
Total Amount
B12
EA
Backplate
EA
Pullbox 6
590
LF
Conductor Cable
100
LF
75
LF
Conduit: 3
LS
Removals
Item
No.
Quantity
Unit of
Measure
EA
EA
EA
EA
EA
EA
EA
EA
EA
Backplate
EA
Pullbox 6
EA
Pullbox 6E
EA
Item Description
Unit Price
Total Amount
B13
330
LF
2,285
LF
Conductor Cable
85
LF
215
LF
Conduit: 3
LF
Conduit: 4
EA
EA
EA
EA
150
LF
LS
Removals
Item
No.
Quantity
Unit of
Measure
EA
Standard Type 17
EA
Standard Type 16
EA
EA
EA
EA
EA
Item Description
Unit Price
Total Amount
B14
EA
EA
EA
Backplate
EA
Pullbox 6
EA
Pullbox 6E
EA
385
LF
2,095
LF
Conductor Cable
290
LF
Conduit: 3
EA
EA
EA
EA
205
LF
EA
LS
Removals
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: ______________
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
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
Position
By
By
B17
FORM 1
*If any Bid Alternates are required, please indicate the subcontractor and/or supplier cots associated with each bid alternate on a separate line.
B18
Alternate*
Trucker
Supplier
Dollar Amount of
Subcontractors
Work
VSLBE
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.
B19
FORM 2-1
Phone Number
Date
Time
Follow-up Methods
Date
Time
Results
Contract #
Contract Name
Prime Contractor
B20
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
Name of Subcontractors
or Suppliers Selected
Over the Rejected
LBE/SLBE/VSLBE
Assistance Extended to
LBE/SLBE/VSLBE to
Remedy Deficiency in
Sub-bid
B21
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:
B22
FORM 5
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
Firm Name
Firm Name
(
)
Telephone
Date
(
)
Telephone
Date
Firm Name
Firm Name
( )_
Telephone
Date
(
)
Telephone
Date
B23
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT
Principal and
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
B24
ACKNOWLEDGMENT OF SURETY
State of California
County of
On
, before me,
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
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:
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,
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.
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.
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,
Page 2
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)
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)
Date
Date
CITY OF OAKLAND
(a municipal corporation)
Director
Date
Date
Page 4
Page 5
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:
[Seal]
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
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.
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
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.
D-1
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.
D-2
D-3
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
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
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
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.
D-7
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
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
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
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
D-12
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
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
D-14
D-15
D-16
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)
D-17
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.
D-18
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
D-20
D-21
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
2.
3.
4.
5.
6.
7.
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
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
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
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
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
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
D-29
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
D-31
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
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
D-34
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
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
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.
D-37
REQUIREMENTS
40 min.
15 min.
D-38
one at 7 days
one at 14 days
two at 28 days
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.
D-39
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.
D-40
D-41
D-42
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
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.
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
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
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.
D-45
TABLE 1
SUBBASE MATERIAL
GRADING REQUIREMENTS
ASTM D 2940
Sieve Size
Percentages Passing
100
90 to 100
30 to 60
No. 30 (600 m)
No. 200 (75 m)
0 to 12 *
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
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.
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
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.
D-48
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.
D-49
8 TO 15
DIP
VCP w/ concrete encasement*
VCP
18 TO 36
VCP
RCP Class III
DIP
VCP
RCP
*
3 TO 15 FEET
15 FEET PLUS
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
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
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.
D-52
3.
4.
5.
6.
7.
8.
9.
10.
11.
D-53
D-54
D-55
D-56
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.
D-57
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
D-59
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
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
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
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
D-64
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.
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
(NC)
(NC)
(NC)
(NC)
(NC)
(NC)
Channel B Output (C)
Channel B Output (E)
(NC)
(NC)
D-66
"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
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
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 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.
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
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.
D-69
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.
D-70
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
heavy metals (EPA methods 6010B and 7471A); organochlorine pesticides (EPA method 8081A or 8080A); organophosphorus pesticides (PEA method 8141A); chlorinated
D-71
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.
D-72
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
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.
D-74
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
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.
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
(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
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.
D-77
D-78
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.
D-79
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.
D-80
D-81
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.
D-82
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.
D-83
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
END OF SECTION
D-85
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.
D-86
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
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
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.
D-89
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.
D-90
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
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
D-92
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
D-93
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
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
D-95
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
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
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
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.
D-99
D-100
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
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
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.
D-103
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
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.
D-105
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.
D-106
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
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
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
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.
D-110
D-111
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
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.
D-113
D-114
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.
D-115
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
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
BICYCLE O RACKS
D-118
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
D-120
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.
D-121
D-122
D-123
D-124
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
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.
D-126
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.
D-127
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
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
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:
D-130
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.
D-131
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
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.
D-133
D-134
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.
D-135
D-136
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
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
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
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
D-140
D-141
D-142
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
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.
D-144
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
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.
D-146
D-147
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.
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
D-148
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.
D-149
See 300-1.6 Historical Materials Demolition, Salvage and Protection for related
D-150
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
D-152
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
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.
D-154
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:
D-155
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
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.
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
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
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
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
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
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
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:
D-160
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. 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.
D-161
D-162
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.
D-163
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.
D-164
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
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
D-167
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.
D-168
D-169
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
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
NO.
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
CONTR
SUPPL
Backfill
200-2.2
CONTR
SUPPL
Backfill
200-2.4
CONTR
SUPPL
Subbase
Selected Subbase
200-2.6
CONTR
SUPPL
Steel Reinforcement
201-2
CONTR
SUPPL
Concrete
201-8
CONTR
SUPPL
Concrete
201-9
CONTR
SUPPL
Waterproofing
Materials
201-10.2
CONTR
SUPPL
Masonry Materials
202-4.4
CONTR
SUPPL
Masonry Materials
202-4.5
CONTR
SUPPL
Masonry Materials
202-5.4
CONTR
SUPPL
Masonry Materials
202-5.5
CONTR
SUPPL
Masonry Materials
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
D-171
200-1.2.1
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
203-6
CONTR
SUPPL
Paving Materials AC
Lower Courses
203-6
CONTR
SUPPL
Paving Materials
203-7
CONTR
SUPPL
Paving Materials
Asphalt Paint
203-8
CONTR
CONTR
SUPPL
SUPPL
Paving Materials
Pipe
Sealcoat
203-9
207-2
CONTR
SUPPL
Pipe
207-8
CONTR
SUPPL
Pipe
207-9
CONTR
SUPPL
Pipe
207-19
CONTR
SUPPL
Pipe
207-25
CONTR
SUPPL
CONTR
SUPPL
Electrical Components
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
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
CONTR
SUPPL
Electrical Components
Signal Cable
209-5.3
CONTR
SUPPL
Electrical Components
209-5.3.4
CONTR
SUPPL
Electrical Components
209-5.3.4.7
CONTR
SUPPL
Electrical Components
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
209-5.4.1b
CONTR
SUPPL
Electrical Components
209-5.5
CONTR
SUPPL
Electrical Components
209-5.6
CONTR
SUPPL
Electrical Components
209-5.7
CONTR
SUPPL
Electrical Components
Video Detection
209-5.8.4
CONTR
SUPPL
Electrical Components
209-5.9
CONTR
SUPPL
Electrical Components
Splice Chamber
209-5.10
CONTR
SUPPL
Electrical Components
IISNS
209-5.11
D-172
CONTR
SUPPL
Electrical Components
PTZ Camera
209-5.12
CONTR
SUPPL
Electrical Components
EVP
209-5.13
CONTR
SUPPL
Paint
210-1.6
CONTR
SUPPL
Paint
210-1.6.5
CONTR
SUPPL
210-6
CONTR
SUPPL
Imported Materials
Certification Form
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
212-1.8.2
SUPPL`
Landscaping
Irrigation Materials
212-2
CONTR
Hazardous Materials
300-1.3.1.1
CONTR
Historical Materials
Demolition
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
302-2
CONTR
SUPPL
Roadway Surfacing
Tack Coat
302-5.4
CONTR
SUPPL
Roadway Surfacing
Pavement Fabric
302-5.4
CONTR
SUPPL
Expansion Joints
303-5.4.2
CONTR
SUPPL
Manhole Components
303-8.1
CONTR
SUPPL
Masonry Materials
303-13.5
CONTR
SUPPL
304-5
CONTR
SUPPL
Underground Conduit
Imported Backfill
306-1.3.1
CONTR
Electrical As-Builts
307-1.1
CONTR
307-2.1
CONTR
SUPPL
Landscaping
308-2.5
CONTR
SUPPL
Landscaping
Biotreatment Soil
308-2.6
CONTR
Landscape and
Irrigation
308-6.4a
CONTR
Historical Water
Feature
308-9.3
CONTR
Historical Water
Feature
308-9.3
CONTR
Historical Water
Feature
Prototype Samples
308-9.3
D-173
Historical Water
Feature
308-9.3
CONTR
Historical Water
Feature
308-9.4
CONTR
Historical Water
Feature
308-9.5
CONTR
Historical Water
Feature
308-9.7
CONTR
Historical Water
Feature
Construction Schedule
308-10.2.1
CONTR
SUPPL
CONTR
SUPPL
Historical Water
Feature
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
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.
D-174
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.
Date: __________
Submittal Review
Comments:
Reviewer:
Date:
D-175
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.
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?
D.
E.
b.
e. Samples
c.
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:
Title:
D-176
Date:
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/
Notary Public
My Commission Expires
*****
D-177
Attachment 5
As-Built Plans Certification Form
Section 6-8
Date:
_____________________
To:
Re:
Project No.:
___________
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:
______________________________________________
______________________________________________
D-178
__________
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
D-179
Attachment 7:
HOLIDAY RESTRICTED STREETS
Subsection 7-10.1.2
D-180
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
COURTNEY RUBY
CITY COUNCIL
REBECCA KAPLAN
DAN KALB
PATRICIA KERNIGHAN
LYNETTE MCELHANEY
LIBBY SCHAAF
NOEL GALLO
DESLEY BROOKS
LARRY REID
HENRY GARDNER
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
BROOKE A. LEVIN
D-182
Section 7-12.1
Attachment 9
City Project Information Sign
(510) 238-3051
XXXXX
XXXXX
D-183
Attachment 10
Request for Replacement Utility Box for Curb Ramp Work
Subsection 303-5.1.1.a
TO:
Intersection Location:
_______________________________________________________________________
Corner (i.e. N, NE, etc.) ___________
Utility Box Dimensions: _________________________________
Sketch or Comments:
____________________________________________________________________
Contractors Representative
____________
Date
__________________________________________
Approved by
City of Oakland Resident Engineer
Date
D-184
D-185
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
SPECIFICS
Quantity (in cubic yards): ________________
__________________________________________________________________________________________
.
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: _______________________________________
D-186
Schedule Q
Section 0.0
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:
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:
Section 1.0
Section 1.1
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
Primary Coverage:
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:
d.
Excess Limits:
e.
Premium Payments:
By City
f.
Deductible:
* * A single aggregate applies for the products/completed operations coverage part and
does not reinstate.
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.
Page 2 of 12
Rev121114
Section 1.2
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.
Page 3 of 12
Rev121114
Page 4 of 12
Rev121114
The retroactive date must be shown and must be before the date of the contract or
the beginning of work.
II.
III.
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
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
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
Page 8 of 12
Rev121114
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.
Submitting policy rating pages for Workers Compensation, General Liability, and Excess
Liability with Form A and B.
Including all OCIP provisions in all subcontract contracts with lower tier
subcontractors.
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
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
Section 2.0
Section 2.1
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.
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.
III.
Page 11 of 12
Rev121114
Section 2.2
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
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
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
D-191
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
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
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
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.
(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.
EIA/TIA TSB-75
EIA/TIA-455-21
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
TIA/EIA-568-B.2-5
TIA/EIA-569-A
TIA/EIA-569-A-1
TIA/EIA-569-A-2
TIA/EIA-570-A
UL 467
UL 497
UL 514C
UL 910
UL 969
UL 1286
UL 1581
UL 1666
UL 1863
1.2
DEFINITIONS
1.3
SYSTEM DESCRIPTION
A.
1.4
B.
The horizontal system includes the cabling and pathway between the IDF
and the work area telecommunications outlet.
C.
D.
The backbone system shall be wired in a star topology with the MDF at
the center or hub of the star.
E.
F.
G.
H.
I.
SUBMITTALS
A.
1.4.2 Drawings
A.
Telecommunications Drawings
B.
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.
D.
1.4.3 Statements
A.
Installer qualifications
B.
Test plan
C.
Professional References
D.
Labeling Scheme
B.
C.
B.
1.4.7 Schedules
A.
1.5
PART 2 PRODUCTS
2.1
COMPONENTS
A.
2.2
2.3
B.
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.
B.
10
C.
D.
Overall diameter of four pair cable shall not exceed 0.25 inches.
E.
F.
G.
H.
I.
J.
K.
Cable shall be plenum rated and shall comply with NFPA 70, UL 444, and
UL 910.
L.
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.
11
2.4
B.
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.
B.
IDF cabinets shall be wall mount/swing out type and provide 19 rack
mounting.
C.
D.
E.
12
Provide panel for maintenance and cross connecting of fiber optic cables.
B.
C.
D.
E.
F.
These units will terminate the fiber optic cables, provide a place for
jumper cables and will provide room to terminate additional optics.
G.
H.
The fiber optic patch panel connections shall provide 0.4 dB or less
insertion loss.
I.
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.
G.
Stenciled lettering for voice and data circuits shall be provided using
thermal ink transfer process.
H.
RACEWAY
A.
B.
C.
D.
BACKBOARDS
A.
B.
14
2.8
2.9
FIRESTOPPING MATERIAL
A.
PART 3 EXECUTION
3.1
INSTALLATION
A.
B.
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.
E.
F.
15
G.
H.
The City reserves the right of local jurisdiction for final approval.
3.1.1 Cabling
A.
B.
Cabling installation shall comply with EIA TSB40-A and EIA TSB-36.
C.
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.
G.
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.
B.
When not run in surface mounted raceway or conduit, utilize cable hooks
above suspended ceilings and in all ceiling spaces.
C.
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.
B.
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.
3.2
A.
B.
TESTING
B.
3.2.1.1 Inspection
A.
Visually inspect UTP and OFN jacket materials for UL or third party
certification markings.
B.
Perform 100 MHz near end cross talk (NEXT) and attenuation tests for
Category 5E systems installations.
B.
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.
4.0
A.
Perform verification tests for UTP and OFN systems after the complete
telecommunications cabling and workstation jacks are installed.
B.
C.
Final test results shall include summary pages for each IDF/MDF as
required.
D.
PATHWAY INSTALLATIONS
19
4.1
A.
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.
E.
F.
G.
Install no more than two 90-degree bends for a single horizontal cable run.
H.
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 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.
D.
E.
Ground boxes and pull boxes shall not be placed in areas subject to
flooding.
20
F.
G.
2.
3.
4.
5.
Exterior pull boxes shall have 16 gauge steel bodies and 14 gauge
steel doors.
6.
7.
8.
Exterior pull boxes shall be equipped with a hasp and staple for
padlocking
9.
10.
11.
12.
21
13.
4.2
a.
UL 508 Type 4
b.
c.
d.
CSA Type 4
e.
4.2.1 Trenches
A.
B.
C.
D.
E.
F.
G.
Slurry fill trenches to within three inches (3) of finished grade whenever
crossing paved areas. Two Sack slurry shall be used.
H.
4.2.2 Conduit
A.
1.
2.
3.
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.
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.
B.
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.
G.
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.
B.
C.
24
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.
F.
B.
C.
Sealtight flex conduit lengths shall not exceed 24, unless approved by
City.
D.
E.
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.
B.
C.
The TGB shall be grounded to the nearest access to the building ground
with a #6 AWG insulated conductor.
D.
1.
2.
3.
26
B.
1.
2.
3.
6.0
6.1
B.
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.
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.
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.
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.
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.
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.
2.
Quality Assurance:
1.
2.
3.
E.
References: Comply with the provisions and recommendations of the
following documents, except where more stringent documents are indicated.
1.
2.
29
F.
Submittals.
1
G.
b.
c.
2.0
PRODUCTS
2.01
LAN Electronics
A.
3.0
EXECUTION
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
3.02 INSTALLATION
A.
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.
2.
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.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
32
3.05
3.06
3.07
16.
17.
18.
19.
ACCEPTANCE TESTING
A.
B.
A.
B.
INSTALLATION REQUIREMENTS
A.
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.
B.
C.
D.
E.
MAINTENANCE REQUIREMENTS
A.
B.
35
Mean Time Between Failure (MTBF) statistics in their response for the
equipment bid.
C.
D.
E.
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.
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.
Max.
Attn.(dB/Km)
Min. Bandwidth
(Mhz*Km)
850
3.0
200
1,300
0.9
500
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.
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
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.
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
D-192
Attachment 16
Pothole Results Report
D-193
Location:
Oakland
Technologies Corporation
PH #
Street
Conc.
Utility
Comments
Material
Depth
Concrete duct
31"
117" North from face of curb. 21" East from edge of crosswalk.
1'x1'
5"
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.
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"
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
Location:
Oakland
Technologies Corporation
PH #
P3
P5
P4
Street
1540 Broadway
Broadway at Water
Fountain
1'x1'
1'x1'
Conc.
11"
7"
1'x1'
4"
6"
P9
1'x1'
14"
P11
1'x1'
5"
P6
1'x1'
5"
6"
Comments
Soil
Utility
Material
Depth
Base rock,
sand
2" Gas
Steel
30.5"
Elec HV
Concrete duct
57"
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"
Dirt
Top of basement
Concrete
7"
181" North from face of curb. 98" West from street light.
Dirt, rocks,
sand
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
Attachment 17
Construction Staging - Proposed License Agreement
D-194
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
D-195
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
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:
SECTION 1.
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.
SECTION 2.
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,
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)
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
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)
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)
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.
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)
2)
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.
FORM 1
*If any Bid Alternates are required, please indicate the subcontractor and/or supplier cots associated with each bid alternate on a separate line.
Alternate*
Trucker
Supplier
Dollar Amount of
Subcontractors
Work
VSLBE
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.
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:
FORM 2-1
Contract #
Phone Number
Date
Time
Follow-up Methods
Contract Name
Prime Contractor
Date
Time
Results
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
Name of Subcontractors
or Suppliers Selected
Over the Rejected
LBE/SLBE/VSLBE
Assistance Extended to
LBE/SLBE/VSLBE to
Remedy Deficiency in
Sub-bid
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:
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
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: $
%
SLBE Goal Achieved
%
Signature
IMPORTANT! THIS FORM MUST BE SUBMITTED TOGETHER WITH EACH MONTHLY PROGRESS PAYMENT
Date
FORM 4-1
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
Firm Name
Firm Name
(
)
Telephone
Date
Telephone
Date
Firm Name
Firm Name
(
)
Telephone
(
Date
)
Telephone
Date
FORM 4-2
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
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
Firm Name
Firm Name
(
)
Telephone
(
Date
)
Telephone
Date
Firm Name
Firm Name
(
)_
Telephone
(
Date
)
Telephone
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.
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.
Exhibit C
Page 2 of 3
1.
2.
3.
a)
b)
B.
C.
Exhibit C
Page 3 of 3
with federal and state law.
5.
Special Provisions
A.
B.
C.
D.
*
(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).
SECTION F
Bid Drawings
bound separately