Top Banner
503

shattuck reconfiguration and pedestrian safety project ...

Feb 03, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: shattuck reconfiguration and pedestrian safety project ...
Page 2: shattuck reconfiguration and pedestrian safety project ...
Page 3: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[INDEX]

INDEX NOTICE TO BIDDERS BIDDER'S PROPOSAL EXHIBIT 12-G Required Federal-Aid Contract Language BIDDER'S AND CONTRACTOR'S CHECK LIST EXPERIENCE AND FINANCIAL QUALIFICATIONS TAXPAYERS IDENTIFICATION REPORT NON-DISCRIMINATION POLICY: Memorandum of Understanding Agreement for Change in Sub-contractors Oppressive States Resolution Disclosure Form Nuclear Free Zone Disclosure Form Equal Benefits Ordinance Notice Equal Benefits Ordinance Disclosure Form Certificate of Compliance with Equal Benefits Ordinance (Form EBO-1)

Workforce Composition Form PERFORMANCE BOND FORM COMMERCIAL GENERAL AND AUTOMOBILE LIABILITY ENDORSEMENT RIGHT TO AUDIT CLAUSE GENERAL PROVISIONS SPECIAL PROVISIONS APPENDICES

Appendix A – Monument Reference Guidelines Appendix B – (Not Used) Appendix C – City of Berkeley Standard Details Appendix D – BART Plaza Bus Shelter Drawings Appendix E – Clear Channel Bus Shelter Drawings Appendix F – BART Insurance Requirements Appendix G – State and Federal Prevailing Wage Rates Appendix H – Example Traffic Control Plans Appendix I – Traffic Control Plans for Other Concurrent Projects Appendix J – Existing Commercial Loading Zones Appendix K – City of Berkeley Guidelines and Tree Protection Requirements Appendix L – Pedestrian Access During Construction Projects Appendix M – City of Berkeley Quality Assurance Program

Page 4: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

-1- [NOTICE.BID]

NOTICE TO BIDDERS 1. Sealed bids will be received by the Finance Department – General Services Division in their office, 2180 Milvia Street, 3rd Floor, Berkeley, California up to the hour of:

2:00 P.M., Tuesday, September 11, 2018 at which time bids will be publicly opened and read by the General Services Manager for the SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT provided for in the plans and specifications. Proposals must be submitted, on forms prepared for this purpose furnished by the City, in an envelope marked SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT, SPECIFICATION NO. 17-11090-C. Pre-Award Conference: The apparent low bidder will be invited to a pre-award conference scheduled for 3:00 P.M. on Wednesday, September 19, 2018 at 1947 Center Street, 4th Floor, Berkeley, CA. Pre-Bid Meeting: A Pre-Bid Meeting will be held on Tuesday, August 21, 2018 at 10:00 am, in the Cypress Conference Room, located at 2180 Milvia Street, 1st Floor, Berkeley, CA. Attendance at the Pre-Bid Meeting is not mandatory. 2. Scope of Work and Engineer’s Estimate: The work of the project is divided into two parts:

Base Bid (Part A work) and Bid Alternate (Part B work). The work to be performed under these specifications generally includes but is not limited to: development of a construction phasing plan and traffic control plans; rehabilitation of asphalt concrete pavements; installation of Portland cement concrete pavement; construction of sidewalk, curb and gutter, and roadway medians; reconstruction of curb ramps, demolition and removal of concrete sidewalk, curb, and gutter; installation of temporary and permanent traffic signals and/or lighting; landscaping; drainage improvements; installation of thermoplastic pavement markings; installation of traffic signs; and traffic control.

Bidders are hereby advised that the work in the Shattuck Avenue business district requires adherence to strict construction phasing and traffic control requirements to allow public access at all times. In particular, bidders are referred to Section 40 of the Special Provisions, “Traffic Handling Requirements, Guidance, & Processes”, and the descriptions for Bid Items 2 and 115, “Construction Phasing and Traffic Control” in the Technical Provisions for detailed requirements. Bidders are strongly advised to visit the project site prior to bidding.

The Engineer’s estimate for the work is $6 million for Base Bid and $7.2 million for Base Bid + Bid Alternate.

3. California Contractor License Classification required: A - General Engineering

Page 5: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

-2- [NOTICE.BID]

4. Location: The work is generally located on both legs of Shattuck Avenue (West and East), between University Avenue and Allston Way in the City of Berkeley. The limits of work are shown on the project plans.

5. Project plans and specifications may be obtained online at the City of Berkeley’s Public

Works website under Current Construction Project Bid Opportunities: https://www.cityofberkeley.info/Public_Works/Bids_-_Contracts/Current_Construction_Project_Bid_Opportunities.aspx

Bidders are responsible for notifying Kenneth Jung, Associate Civil Engineer by email at [email protected] to be included on the Planholders List.

6. It is the Contractor’s responsibility to check for any addenda on the City of Berkeley’s

website at http://www.cityofberkeley.info/Public_Works/Bids_-_Contracts/Current_Construction_Project_Bid_Opportunities.aspx

7. The DBE contract goal for this project is 13.0%. 8. Time of Work: Notice to Proceed is anticipated to be issued by December 12, 2018. The

Contractor is anticipated to mobilize and begin work on site by January 7, 2019. The Contractor shall commence work of construction under the contract within fifteen (15) working days following the Notice to Proceed being issued by the City. The Notice to Proceed will be issued when the contract is fully executed.

This work shall be diligently prosecuted to completion before the expiration of 340 WORKING DAYS for Base Bid (Part A) work, or 400 WORKING DAYS for Base Bid + Bid Alternate (Part A + Part B) work, whichever is applicable, beginning on the effective date of the Notice to Proceed.

9. BUY AMERICA: This project is subject to the "Buy America" provisions of the

Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991.

10. PREVAILING WAGE RATES: Pursuant to Section 1773 of the Labor Code, the

general prevailing wage rates in the County of Alameda, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project and are available from the California Department of Industrial Relations’ Internet web site at: http://www.dir.ca.gov

The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Contract Documents that may be examined at the offices described above where the Contract Documents may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of Contract Documents. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates and are also available at: http://www.wdol.gov/index.aspx

Page 6: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

-3- [NOTICE.BID]

Attention is directed to the Federal minimum wage rate requirements in the Contract Documents. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The City will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.

Labor Compliance Requirements (Prevailing Wage, SB854 Etc.) Contractor/ Vendor shall comply with all labor compliance requirements including but not limited to prevailing wage requirements, SB 854, Labor Code sections 1771.1(a) & 1725.5, Public Works Contractor Registration Program, Electronic Certified Payroll Records to Labor Commission Notice P2r, and other requirements on the direct links provided in the document ‘Labor Compliance Requirements (Prevailing Wages, SB 854 Etc.)’ posted on the City Purchasing’s website. The Contractor will be required to maintain and distribute certified payroll records in compliance with Section 1776 of the California Labor Code. Notice is also hereby given that all Bidders may be required to furnish a sworn statement of their financial responsibility, technical ability and experience before award is made to any particular Bidder. The successful Contractor will be required to obtain a business license from the City and pay related fees.

11. No contractor or subcontractor may be listed on a bid proposal for a public works project

(submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

No contractor or subcontractor may be awarded a contract for public work on a public works

project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

This project is subject to compliance monitoring and enforcement by the Department of

Industrial Relations. 12. Each proposal must be accompanied by an unconditionally certified or cashier's check or bid

bond made payable to the City of Berkeley, and such check or bond shall be in an amount

Page 7: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

-4- [NOTICE.BID]

equal to at least 10% of the amount of the bid. 13. Pursuant to City Council Resolution No. 59,853-N.S., each proposal must include a signed

copy of the Oppressive States Resolution Disclosure Form regarding the Contractor’s relationships with certain entities in Oppressive States.

14. Each proposal must include a signed copy of the Nuclear Free Zone Disclosure Form. 15. Each proposal must include a signed copy of the Equal Benefits Ordinance Disclosure Form. 16. Prior to starting work, the Contractor must furnish the following: a. Faithful Performance Bond in an amount not less than 100% of the amount of the

contract, executed on the City of Berkeley Standard Performance Bond agreement form.

b. Labor and Material Bond in the sum of not less than 100% of the amount of the contract.

c. A certificate of Worker's Compensation Insurance with waiver of subrogation in favor of the City of Berkeley.

d. Commercial general liability insurance coverage is $2 million each occurrence Bodily Injury and $2 million each occurrence Property Damage, with defense costs payable in addition to policy limits.

e. Automobile liability insurance is $2 million each occurrence Bodily Injury and $2 million each occurrence Property Damage.

f. Insurance policies shall contain an endorsement naming the City, their employees, representatives and agents as additional insureds, but only with respect to liability arising out of the activities of the named insured.

g. The policies shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company's liability.

h. Written notice of cancellation or of any limits reduction or change in said policy shall be mailed to the City and the Project Manager thirty (30) days in advance of the effective date thereof. Insurance policies shall contain a Notice of Cancellation endorsement.

i. Contractor's insurance shall be primary insurance and no other insurance or self insured retention carried or held by City shall be called upon to contribute to a loss covered by insurance for the named insured.

17. In accordance with California State Labor Code, the wage scale is on file with the

Engineering Office, or is attached herewith. 18. Award will be made by the City Council at a meeting within 75 days subsequent to the date

set for bid opening. The Council reserves the right to reject any or all bids or any combination of bids.

19. Contractor shall submit all Contract Documents in a timely manner. Notice to Proceed is

anticipated to be issued by December 12, 2018. The Contractor is anticipated to mobilize

Page 8: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

-5- [NOTICE.BID]

and begin work on site by January 7, 2019. 20. All forms and insurance certificates must have original signatures in BLUE INK. 21. General information or plan holder’s list: (510) 981-6400.

Questions concerning the anticipated work or scope of the project should be directed to Kenneth Jung, Associate Civil Engineer, via email at [email protected], no later than 10:00 A.M. on September 6, 2018.

Page 9: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 1 of 22 [BIDDERS]

BIDDER'S PROPOSAL

Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project. Any proposal not complying with all these requirements may be rejected. TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Pursuant to the provisions of the plans, specifications and contract documents, the undersigned proposed to perform the work as described therein a manner satisfactory to the responsible City official. All material, equipment, tools, labor and services necessary to the work will be furnished. All laws and ordinances relating to the work will be complied with, and a business license to do business in the City will be obtained. The undersigned declares that the plans, specifications, contract documents and the site of the work have been thoroughly examined and that this proposal is made without collusion with any person, firm, or corporation. Execution of the proposal by the undersigned bidder shall become a binding contract on the parties when the award of a contract pursuant to said proposal is authorized by resolution of the City Council, where required by the Charter of the City by the City Manager, or an officer who is his/her authorized representative. The undersigned agrees that when his proposal is executed he will furnish specified bonds and insurance, and he will begin work within the time specified, and complete work within the contract period or agree to the assessment of liquidated damages, all as stipulated in the attached pages of the Bidder's Proposal. As a guaranty that the terms of this proposal will be complied with, the undersigned submits herewith a proposal guaranty for an amount equal to at least Ten Percent (10%) of his total bid. All subcontractors who will perform work for the bidder on this project in the amount in excess of one-half of one percent (0.5%) of the total bid, including labor, materials and equipment, or work specifically fabricated off the job site according to detailed drawings contained in the plans, shall be listed, pursuant to Sections 4100 to 4113, inclusive of the California Government Code.

Page 10: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 2 of 22 [BIDDERS]

Name of Subcontractor and address: Subcontractor License No.

Type of Work $ Amount

Contractor’s California License Number: License Expiration Date: I declare that representations made in this bid are under penalty of perjury. Signature Title

Page 11: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 3 of 22 [BIDDERS]

Part A: BASE BID Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 1 MOBILIZATION 1 LS $ $ 2 CONSTRUCTION PHASING AND TRAFFIC CONTROL 1 LS $ $ 3 CONTRACTOR INFORMATION SIGN 2 EA $ $ 4 CONSTRUCTION AREA SIGN 20 EA $ $ 5 PROJECT IDENTIFICATION SIGN 2 EA $ $ 6 PORTABLE CHANGEABLE MESSAGE SIGN 12 EA $ $ 7 STORMWATER POLLUTION CONTROL (NP) 1 LS $ $ 8 TEMPORARY STORM DRAIN INLET PROTECTION 28 EA $ $ 9 LAYOUT 1 LS $ $ 10 EXCAVATION SAFETY 1 LS $ $ 11 ROADWAY EXCAVATION (F) 1074 CY $ $ 12 SUBGRADE REPAIR 1700 SF $ $ 13 REMOVE CONCRETE SIDEWALK 10987 SF $ $ 14 REMOVE CONCRETE BUS PAD 2551 SF $ $ 15 REMOVE CONCRETE CURB 1845 LF $ $ 16 REMOVE CONCRETE MEDIAN 590 SF $ $ 17 REMOVE CONCRETE BLOCK 1 EA $ $ 18 RESET TRASH RECEPTACLE 6 EA $ $ 19 REMOVE BOLLARDS 6 EA $ $

Page 12: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 4 of 22 [BIDDERS]

Part A: BASE BID (cont.) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 20 REMOVE METER POST 26 EA $ $ 21 REMOVE BIKE RACK 11 EA $ $ 22 REMOVE BENCH 1 EA $ $ 23 REMOVE METAL BANNER POLE 2 EA $ $ 24 REMOVE AND SALVAGE METAL PLAQUES 1 EA $ $ 25 REMOVE BACKFLOW PREVENTER (NP) 1 EA $ $ 26 REMOVE BUS SHELTER 1 EA $ $ 27 RELOCATE EXISITNG ART WORK (TUNING FORK) (NP) 1 EA $ $ 28 RELOCATE EXISTING ART WORK (TOKI STRUCTURE) (NP) 1 EA $ $ 29 REMOVE TRAFFIC STRIPES - YELLOW 169 LF $ $ 30 REMOVE TRAFFIC STRIPES - WHITE 406 LF $ $ 31 REMOVE PAVEMENT MARKING 399 SF $ $ 32 COLD PLANE ASPHALT CONCRETE PAVEMENT 9017 SY $ $ 33 HMA (TYPE A) 3350 TON $ $ 34 DIGOUT 2000 SF $ $ 35 STRESS ABSORBING MEMBRANE INTER- LAYER (SAMI-R) (NP) 74671 SF $ $ 36 CONCRETE PAVEMENT 5060 SF $ $ 37 CONCRETE SIDEWALK 12702 SF $ $ 38 CONCRETE SIDEWALK REPAIR 2000 SF $ $

Page 13: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 5 of 22 [BIDDERS]

Part A: BASE BID (cont.) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 39 CONCRETE ISLAND AND PASSAGEWAY 1032 SF $ $ 40 CONCRETE BUS PAD 288 SF $ $ 41 UNIT PAVING 332 SF $ $ 42 CONCRETE CURB (TYPE A1-6) 775 LF $ $ 43 CONCRETE CURB (TYPE A2-6) 949 LF $ $ 44 CONCRETE CURB (TYPE D-6) 57 LF $ $ 45 TACTILE DOMES WARNING SYSTEM PAVERS (NP) 276 SF $ $ 46 REMOVE STORM DRAIN PIPE 43 LF $ $ 47 REMOVE DRAINAGE INLET 9 EA $ $ 48 DRAINAGE INLET (NP) 10 EA $ $ 49 STORM DRAIN MANHOLE (NP) 6 EA $ $ 50 12-INCH HDPE STORM DRAIN PIPE 53 LF $ $ 51 ADJUST SD MANOLE COVER TO GRADE (NP) 12 EA $ $ 52 ADJUST SS MANHOLE COVER TO GRADE (NP)18 EA $ $ 53 ADJUST CLEANOUT COVER TO GRADE (NP) 5 EA $ $ 54 EXTEND SIDEWALK UNDERDRAIN (NP) 9 EA $ $ 55 SHORTEN SIDEWALK UNDERDRAIN (NP) 6 EA $ $ 56 SURVEY MONUMENT REPLACEMENT (NP) 1 EA $ $ 57 TRAFFIC STRIPING - DETAIL 8 1985 LF $ $ 58 TRAFFIC STRIPING - DETAIL 21 745 LF $ $ 59 TRAFFIC STRIPING - DETAIL 24 120 LF $ $

Page 14: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 6 of 22 [BIDDERS]

Part A: BASE BID (cont.) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 60 TRAFFIC STRIPING - DETAIL 37B 164 LF $ $ 61 TRAFFIC STRIPING - DETAIL 38A 984 LF $ $ 62 TRAFFIC STRIPING - DETAIL 39 8 LF $ $ 63 TRAFFIC STRIPING - DETAIL 39A 80 LF $ $ 64 TRAFFIC STRIPING - DETAIL 40 36 LF $ $ 65 TRAFFIC STRIPING - 6" WHITE THERMOPLASTIC 1235 LF $ $ 66 TRAFFIC STRIPING - 12" WHITE THERMOPLASTIC 553 LF $ $ 67 TRIPLE FOUR CROSSWALK (12" WHITE THERMOPLASTIC) 1103 LF $ $ 68 PAVEMENT MARKING (WHITE THERMOPLASTIC) 854 SF $ $ 69 BLUE RETROREFLECTIVE FIRE HYDRANT MARKER 10 EA $ $ 70 WHITE CHANNELIZER (SURFACE MOUNTED) 29 EA $ $ 71 PAVEMENT COATING 2033 SF $ $ 72 CURB PAINT 1659 LF $ $ 73 REMOVE ROADSIDE SIGN 10 EA $ $ 74 ROADSIDE SIGN (NP) 51 EA $ $ 75 RELOCATE ROADSIDE SIGN 5 EA $ $ 76 RESET STREET NAME SIGN 22 EA $ $ 77 REMOVE STREET LIGHTS (NP) 10 EA $ $

Page 15: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 7 of 22 [BIDDERS]

Part A: BASE BID (cont.) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 78 STREET LIGHTS: SHATTUCK AVENUE (BASE) (NP) 1 LS $ $ 79 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE AND SHATTUCK AVENUE 1 LS $ $ 80 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND SHATTUCK AVENUE 1 LS $ $ 81 TRAFFIC SIGNAL MODIFICATION, CENTER STREET AND SHATTUCK AVENUE 1 LS $ $ 82 TRAFFIC SIGNAL MODIFICATION, ALLSTON WAY AND SHATTUCK AVENUE 1 LS $ $ 83 REMOVE TREE 9 EA $ $ 84 EXPANDED TREEWELL 528 SF $ $ 85 TREE PROTECTION 45 EA $ $ 86 BIKE RACKS - SURFACE MOUNT (NP) 46 EA $ $ 87 SHORT BACKLESS BENCH (NP) 4 EA $ $ 88 LONG BACKLESS BENCH (NP) 3 EA $ $ 89 CHAIR WITH BACK (NP) 7 EA $ $ 90 SHORT BENCH WITH BACK (NP) 18 EA $ $ 91 BENCH WITH BACK (NP) 10 EA $ $ 92 BOLLARD (NP) 44 EA $ $ 93 PLANTER TYPE SMALL (NP) 78 EA $ $ 94 PLANTER TYPE LARGE (NP) 4 EA $ $ 95 SELF WATERING SYSTEM - SMALL PLANTER 78 EA $ $ 96 SELF WATERING SYSTEM - LARGE PLANTER 4 EA $ $

Page 16: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 8 of 22 [BIDDERS]

Part A: BASE BID (cont.) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 97 TREE PLANTING (36" BOX) 10 EA $ $ 98 TREE PLANTING (24" BOX) 4 EA $ $ 99 SHRUB PLANTING (15 GALLON) 9 EA $ $ 100 SHRUB PLANTING (5 GALLON) 82 EA $ $ 101 SHRUB PLANTING (2 GALLON) 78 EA $ $ 102 SHRUB PLANTING (1 GALLON) 32 EA $ $ 103 SHRUB PLANTING (4") 390 EA $ $ 104 SOIL PREPARATION 700 SF $ $ 105 LANDSCAPE GRADING 700 SF $ $ 106 DECOMPOSED GRANITE PAVING 1300 SF $ $ 107 SOFT LANDSCAPING 2330 SF $ $ 108 ROCK MULCH 1096 SF $ $ 109 INSTALL BUS SHELTER (STANDARD TYPE) (NP) 2 EA $ $ 110 LANDSCAPE MAINTENANCE (NP) 1 LS $ $ 111 TEMPORARY TRAFFIC SIGNAL SYSTEM, UNIVERSITY AVENUE AND SHATTUCK AVENUE 1 LS $ $ 112 TEMPORARY TRAFFIC SIGNALSYSTEM, ADDISON STREET AND SHATTUCK AVENUE 1 LS $ $ 113 TEMPORARY TRAFFIC SIGNAL SYSTEM, CENTER STREET AND SHATTUCK AVENUE 1 LS $ $ 114 REMOVE EXISTING IRRIGATION SYSTEM 1 LS $ $ TOTAL PART A (BASE BID) $

Page 17: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 9 of 22 [BIDDERS]

Part B: BID ALT Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 115 CONSTRUCTION PHASING AND TRAFFIC CONTROL 1 LS $ $ 116 ROADWAY EXCAVATION 762 CY $ $ 117 REMOVE CONCRETE SIDEWALK 1235 SF $ $ 118 REMOVE CONCRETE CURB 528 LF $ $ 119 RESET TRASH RECEPTACLE 1 EA $ $ 120 COLD PLANE ASPHALT CONCRETE PAVEMENT (1341) SY $ $ 121 HMA (TYPE A) 414 TON $ $ 122 STRESS ABSORBING MEMBRANE INTER- LAYER (SAMI-R) (NP) (12075) SF $ $ 123 CONCRETE SIDEWALK (2399) SF $ $ 124 CONCRETE BUS PAD 168 SF $ $ 125 UNIT PAVING 6200 SF $ $ 126 CONCRETE CURB (TYPE A2-6) 540 LF $ $ 127 INSTALL CIL PLAQUE (NP) 1 EA $ $ 128 REMOVE DRAINAGE INLET (NP) 1 EA $ $ 129 DRAINAGE INLET (NP) 1 EA $ $ 130 STORM DRAIN MANHOLE (NP) 1 EA $ $ 131 12-INCH HDPE STORM DRAIN PIPE (NP) 10 LF $ $ 132 ADJUST SD MANOLE COVER TO GRADE (NP) 1 EA $ $ 133 ADJUST SS MANHOLE COVER TO GRADE (NP) 2 EA $ $ 134 ADJUST CLEANOUT COVER TO GRADE (NP) 1 EA $ $

Page 18: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 10 of 22 [BIDDERS]

Part B: BID ALT (continued) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 135 EXTEND SIDEWALK UNDERDRAIN (NP) 6 EA $ $ 136 TRAFFIC STRIPING - 6" WHITE THERMOPLASTIC (39) LF $ $ 137 TRAFFIC STRIPING - 12" WHITE THERMOPLASTIC (62) LF $ $ 138 TRIPLE FOUR CROSSWALK (12" WHITE THERMOPLASTIC) (62) LF $ $ 139 WHITE CHANNELIZER (SURFACE MOUNTED) (29) EA $ $ 140 PAVEMENT COATING (2033) LF $ $ 141 CURB PAINT 64 LF $ $ 142 RELOCATE ROADSIDE SIGN 5 EA $ $ 143 RESET STREET NAME SIGN 1 EA $ $ 144 REMOVE STREET LIGHTS (NP) 39 EA $ $ 145 STREET LIGHTS: SHATTUCK AVENUE (BID ALT) (NP) 1 LS $ $ 146 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE AND SHATTUCK AVENUE (BASE BID) (1) LS $ $ 147 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE AND SHATTUCK AVENUE (BID ALT) 1 LS $ $ 148 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND SHATTUCK AVENUE (BASE BID) (1) LS $ $ 149 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND SHATTUCK AVENUE (BID ALT) 1 LS $ $

Page 19: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 11 of 22 [BIDDERS]

Part B: BID ALT (continued) Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 150 BIKE RACKS - SURFACE MOUNT (NP) (12) EA $ $ 151 BIKE RACKS - CONCRETE EMBED (NP) 12 EA $ $ 152 INSTALL BUS SHELTER (STANDARD TYPE) (NP) (2) EA $ $ 153 FURNISH AND INSTALLL BUS SHELTER (BART PLAZA TYPE) (NP) 2 EA $ $ 154 REMOVE BIKE RACKS 2 EA $ $ 155 SOFTSCAPE LANDSCAPING 100 SF $ $ 156 SHRUB PLANTING (1 GALLON) 41 EA $ $ TOTAL PART B (BID ALT) $ GRAND TOTAL (TOTAL PART A + TOTAL PART B) $ TOTAL COST OF PART A (BASE BID) IN WORDS AND FIGURES: ____________________

_________________________________________________________________________

________________________________________________________________________ _

Dollars and Cents ($ ).

TOTAL COST OF PART A (BASE BID) +PART B ( BID ALT) IN WORDS AND FIGURES:

_________________________________________________________________________

________________________________________________________________________ _

Dollars and Cents ($ ).

Page 20: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 12 of 22 [BIDDERS]

BASIS OF AWARD OF CONTRACT:

Determination of the lowest responsible bidder will be based on TOTAL A (BASE BID).

The City reserves the right to award all, none, or any combination of the various bid items.

Notes: (F) FINAL PAY (NP) NON-PARTICIPATING FOR FEDERAL FUNDING (#) Indicates a deductive (negative) quantity.

Page 21: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 13 of 22 [BIDDERS]

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION

The bidder_________________________________________________________________, proposed subcontractor

_______________________________________________, hereby certifies that he has ___ , has not , participated

in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,

11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of

Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's

Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor

(41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

Page 22: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 14 of 22 [BIDDERS]

PUBLIC CONTRACT CODE

PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,

conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of,

or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as

defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the

California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible

managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.

Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above

Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following

questionnaire:

Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever

been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government

project because of a violation of law or a safety regulation?

Yes _____ No _____ If the answer is yes, explain the circumstances in the following space.

Page 23: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 15 of 22 [BIDDERS]

PUBLICCONTRACTCODE10232STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no

more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor

within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal

court which orders the Contractor to comply with an order of the National Labor Relations Board.

Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire.

Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

Page 24: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 16 of 22 [BIDDERS]

Noncollusion Affidavit (Title 23 United States Code Section 112 and

Public Contract Code Section 7106)

To the CITY of BERKELEY DEPARTMENT OF PUBLIC WORKS.

In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder

declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,

company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the

bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has

not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a

sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,

sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other

bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure

any advantage against the public body awarding the contract of anyone interested in the proposed contract; that

all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted

his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative

thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization,

bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

Page 25: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 17 of 22 [BIDDERS]

DEBARMENT AND SUSPENSION CERTIFICATION

TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated

therewith in the capacity of owner, partner, director, officer, manager:

• is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any

Federal agency;

• has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within

the past 3 years;

• does not have a proposed debarment pending; and

• has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent

jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall

also constitute signature of this Certification.

Page 26: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 18 of 22 [BIDDERS]

NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS

The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

(l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person

for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.

Page 27: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 19 of 22 [BIDDERS]

DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352

1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year ____ quarter _________ f. loan insurance date of last report ___________

4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime:

Prime Subawardee

Tier _______ , if known Congressional District, if known Congressional District, if known

6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable ____________________

8. Federal Action Number, if known: 9. Award Amount, if known:

10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary)

11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply)

$ _____________ actual planned a. retainer

b. one-time fee

12. Form of Payment (check all that apply): c. commission

a. cash d. contingent fee

b. in-kind; specify: nature ______________ e deferred

value ______________ f. other, specify __________________________

14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary)

15. Continuation Sheet(s) attached: Yes No

Page 28: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 20 of 22 [BIDDERS]

16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature: _________________________________________ Print Name: _______________________________________ Title: _____________________________________________ Telephone No.: ____________________ Date: ___________

Authorized for Local Reproduction

Federal Use Only: Standard Form - LLL

INSTRUCTIONS FOR COMPLETION OF SF-LLL,

DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.

1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action.

2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information

previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.

5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known.

6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.

8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action.

(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.

12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment.

13. Check the appropriate box. Check all boxes that apply. If other, specify nature.

Page 29: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 21 of 22 [BIDDERS]

14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted.

15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90«ENDIF»

Page 30: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

BIDDER'S PROPOSAL (continued)

Page 22 of 22 [BIDDERS]

The undersigned bidder agrees to accept payment in full for the work at the price set forth above in accordance with provisions of the specifications and agrees to start within Fifteen (15) calendar days following issuance of the Notice to Proceed and to complete all work specified in the contract documents (for Part A) in accordance with the plans and specifications within THREE HUNDRED FORTY (340) WORKING DAYS. If the Bid Alternate (Part A + Part B) is awarded, construction time shall be FOUR HUNDRED (400) WORKING DAYS. The Notice to Proceed will be issued when the contract is fully executed. The contract construction time is inclusive of the time for delivery of materials. By execution of this contract the City and the Bidder do hereby agree that the value of damage associated with the delay of the work is difficult to ascertain. Therefore the Bidder agrees further to the assessment of liquidated damages in the amount of Two Thousand Dollars ($2,000.00) for each working day that the construction work remains incomplete beyond the above construction time. The term of the contract (for Part A) is Three Hundred Sixty (360) WORKING days, which includes an additional Twenty (20) WORKING days for project closeout beyond the above construction time. If the Bid Alternate (Part A + Part B) is awarded, the term of the contract is Four Hundred Twenty (420) WORKING days which includes an additional Twenty (20) WORKING days for project closeout beyond the above construction time. Company Address

By

Title Phone ( )

Taxpayer I.D. No. Date

Corporation Yes [ ] No [ ]

(The following spaces to be used by the City)

Pursuant to City of Berkeley Council Resolution No. N.S. adopted on , the City of

Berkeley agrees to pay the prices set forth above for the Total Bid Items in the

amount of ($ ), in

accordance with the terms and conditions set forth in Specification No. 17-11090-C. The contractor shall

complete all work specified in the contract documents in accordance with the plans and specifications within

( ) working days from the date established in the Notice to Proceed. CITY OF BERKELEY

Dated: By: City Manager

Registered By: Auditor

Attested By: City Clerk

Page 31: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 1 of 22 [EXHIBIT-12G]

EXHIBIT 12-G REQUIRED FEDERAL-AID CONTRACT LANGUAGE (For Local Assistance Construction Projects)

The following language must be incorporated into all Local Assistance Federal-aid construction contracts. The following language, with minor edits, was taken from the Code of Federal Regulations.

MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION

1.  DISADVANTAGED BUSINESS ENTERPRISES (DBE)………………………………………………………......2 

A.  DBE COMMITMENT SUBMITTAL……………………………………………………………………....2 

B.  GOOD FAITH EFFORTS SUBMITTAL…………………………………………………………………..2 

C.  EXHIBIT 15-G - CONSTRUCTION CONTRACT DBE COMMITMENT……………………………..3 

D.  SUBCONTRACTOR AND DISADVANTAGED BUSINESS ENTERPRISE RECORDS……………..3 

E.  PERFORMANCE OF DISADVANTAGED BUSINESS ENTERPRISES……………………………….4 

2.  BID OPENING………………………………………………………………………………………………….……...5 

3.  BID RIGGING…………………………………………………………………………………………………….…....5 

4.  CONTRACT AWARD………………………………………………………………………………………….……...5 

5.  CONTRACTOR LICENSE……………………………………………………………………………………….…...5 

6.  CHANGED CONDITIONS…………………………………………………………………………………….……...5 

A.  DIFFERING SITE CONDITION…………………………………………………………………………....5 

B.  SUSPENSIONS OF WORK ORDERED BY THE ENGINEER…………………………………………..5 

C.  SIGNIFICANT CHANGES IN THE CHARACTER OF WORK………………………………………...6 

7.  BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES……………….………..6 

8.  BUY AMERICA…………………………………………………………………………………………….…………..6 

FURNISH STEEL AND IRON MATERIALS TO BE INCORPORATED INTO THE WORK WITH CERTIFICATES OF COMPLIANCE. STEEL AND IRON MATERIALS MUST BE PRODUCED IN THE U.S. EXCEPT.…………………………………………….……..6 

9.  QUALITY ASSURANCE……………………………………………………………………….……………………...7 

10.   PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS…………………….………………..7 

11.   FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS.……………....7 

12. FEMALE AND MINORITY GOALS……………………………………………………………………………..…18

13. TITLE VI ASSURANCE…………………………………………………………………………………….…...…...20

14. USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT)…………………………….…...21

15. FEDERAL TRAINEE PROGRAM…...……………………………………………………………………….….….22

Page 32: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 2 of 22 [EXHIBIT-12G]

1. DISADVANTAGED BUSINESS ENTERPRISES (DBE)

Under 49 CFR 26.13(b):

The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26).

To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a goal for DBEs.

Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers.

Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal.

It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find_certified.htm.

All DBE participation will count toward the California Department of Transportation’s federally mandated statewide overall DBE goal.

Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner:

100 percent counts if the materials or supplies are obtained from a DBE manufacturer.

60 percent counts if the materials or supplies are obtained from a DBE regular dealer.

Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer."

You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6).

a. DBE Commitment Submittal

Submit the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid.

If the DBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening.

Other bidders do not need to submit the DBE Commitment form unless the Agency requests it. If the Agency requests you to submit a DBE Commitment form, submit the completed form within 5 calendar days of the request.

Submit written confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract.

If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive.

b. Good Faith Efforts Submittal

If you have not met the DBE goal, complete and submit the DBE Information - Good Faith Efforts, Exhibit 15-H, form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by DBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening.

If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met.

Page 33: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 3 of 22 [EXHIBIT-12G]

Good faith efforts documentation must include the following information and supporting documents, as necessary:

1. Items of work you have made available to DBE firms. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms.

2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond.

3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection.

4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements.

5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate.

8. Any additional data to support demonstration of good faith efforts.

The Agency may consider DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal.

c. Exhibit 15-G - Construction Contract DBE Commitment

Complete and sign Exhibit 15-G Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported.

Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the Agency encourages you to submit a copy of the joint venture agreement.)

d. Subcontractor and Disadvantaged Business Enterprise Records

Use each DBE subcontractor as listed on Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE) and Exhibit 15-G Construction Contract DBE Commitment form unless you receive authorization for a substitution.

The Agency requests the Contractor to:

1. Notify the Engineer of any changes to its anticipated DBE participation

2. Provide this notification before starting the affected work

3. Maintain records including:

Name and business address of each 1st-tier subcontractor

Page 34: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 4 of 22 [EXHIBIT-12G]

Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier

Date of payment and total amount paid to each business

If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work.

Before the 15th of each month, submit a Monthly DBE Trucking Verification form.

If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form. Submit the form within 30 days of contract acceptance.

Upon work completion, complete Exhibit 17-F Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form.

e. Performance of Disadvantaged Business Enterprises

DBEs must perform work or supply materials as listed in the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid.

Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency.

The Agency authorizes a request to use other forces or sources of materials if it shows any of the following justifications:

1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project.

2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements.

3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law.

4. Listed DBE fails or refuses to perform the work or furnish the listed materials.

5. Listed DBE's work is unsatisfactory and not in compliance with the contract.

6. Listed DBE is ineligible to work on the project because of suspension or debarment.

7. Listed DBE becomes bankrupt or insolvent.

8. Listed DBE voluntarily withdraws with written notice from the Contract

9. Listed DBE is ineligible to receive credit for the type of work required.

10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.

11. Agency determines other documented good cause.

Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include:

1. One or more of the reasons listed in the preceding paragraph.

2. Notices from you to the DBE regarding the request.

3. Notices from the DBEs to you regarding the request.

If a listed DBE is terminated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet the DBE goal.

Page 35: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 5 of 22 [EXHIBIT-12G]

The substitute DBE must be certified as a DBE at the time of request for substitution Unless the Agency authorizes (1) a request to use other forces or sources of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Exhibit 15-G Construction Contract DBE Commitment form unless it is performed or supplied by the listed DBE or an authorized substitute.

2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors.

3. BID RIGGING The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous.. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

4. CONTRACT AWARD If the Agency awards the contract, the award is made to the lowest responsible and responsive bidder.

5. CONTRACTOR LICENSE

The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code § 10164).

6. CHANGED CONDITIONS

a. Differing Site Conditions

1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed.

2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice.

4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.)

b. Suspensions of Work Ordered by the Engineer

1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment.

2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed.

Page 36: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 6 of 22 [EXHIBIT-12G]

4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract.

c. Significant Changes in the Character of Work

1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered.

2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable.

3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract.

4. The term “significant change” shall be construed to apply only to the following circumstances:

When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or

When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.

7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES

The Contractor shall begin work within 15 calendar days after the issuance of the Notice to Proceed.

This work (for the BASE BID only) shall be diligently prosecuted to completion before the expiration of THREE HUNDRED AND FORTY (340) WORKING DAYS beginning on the fifteenth calendar day after the date shown on the Notice to Proceed. If the BID ALTERNATE is awarded the total number of working days will increase to FOUR HUNDRED (400) WORKING DAYS. An additional Twenty (20) WORKING DAYS shall be added to the applicable number of working days above for project closeout activities.

The Contractor shall pay to the City of Berkeley the sum of $ 2,000.00 per day, for each and every calendar days’ delay in finishing the work in excess of the number of working days prescribed above.

8. BUY AMERICA

Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. Steel and iron materials must be produced in the U.S. except:

1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];

2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, materials produced outside the U.S. may be used.

Production includes:

1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition;

2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials.

Page 37: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 7 of 22 [EXHIBIT-12G]

9. QUALITY ASSURANCE

The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract.

You may examine the records and reports of tests the Agency performs if they are available at the job site.

Schedule work to allow time for QAP.

10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS

The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS

(Excluding ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS)

Page 38: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 8 of 22 [EXHIBIT-12G]

FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS

FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. No segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution

Control Act X. Compliance with Government wide Suspension and Debarment

Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each

construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections,

these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required

Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the

contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal

Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following

statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

Page 39: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 9 of 22 [EXHIBIT-12G]

FHWA-1273 -- Revised May 1, 2012 2. EEO Officer: The contractor will designate and make known to the contracting officers and EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting and active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office

employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining

agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement

providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer

minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid

within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions

in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged

discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing

the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for

employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 40: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 10 of 22 [EXHIBIT-12G]

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO

clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral

practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a

reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and

suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

FHWA-1273 -- Revised May 1, 2012 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT’s U.S.

DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the

basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group

members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women.

b. The contractors and subcontractors will submit an annual report

to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

Page 41: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 11 of 22 [EXHIBIT-12G]

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

FHWA-1273 -- Revised May 1, 2012

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 42: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 12 of 22 [EXHIBIT-12G]

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and

FHWA-1273 -- Revised May 1, 2012

current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

Page 43: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 13 of 22 [EXHIBIT-12G]

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

FHWA-1273 -- Revised May 1, 2012

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

FHWA-1273 -- Revised May 1, 2012

Page 44: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 14 of 22 [EXHIBIT-12G]

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract

work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to

workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of

the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the

work of the leased employees; (3) the prime contractor retains all power to accept or exclude

individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the

payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that

requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

FHWA-1273 -- Revised May 1, 2012

Page 45: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 15 of 22 [EXHIBIT-12G]

(1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or

supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise

disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements

VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply

with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of

each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that

the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the

Secretary under Section 107 of the Contract Work Hours and

Safety Standards Act (40 U.S.C.3704).

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act.

2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

FHWA-1273 -- Revised May 1, 2012 X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,

Page 46: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 16 of 22 [EXHIBIT-12G]

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below

will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact

upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written

notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting

this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered

transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require

the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its

knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

(2) Have not within a three-year period preceding this proposal

been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly

charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this

application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

FHWA-1273 -- Revised May 1, 2012 b. Where the prospective participant is unable to certify to any of

the statements in this certification, such prospective participant

Page 47: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 17 of 22 [EXHIBIT-12G]

2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact

upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate

written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting

this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a

certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

shall attach an explanation to this proposal.

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to

any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * *

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3.The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which

FHWA-1273 -- Revised May 1, 2012

exceed information of participant is not required to exceed that which is $100,000 and that all such recipients shall certify and disclose accordingly.

Page 48: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 18 of 22 [EXHIBIT-12G]

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and normally possessed by a prudent person in the ordinary course of business dealings.

Page 49: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 19 of 22 [EXHIBIT-12G]

12. FEMALE AND MINORITY GOALS

To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000:

The nationwide goal for female utilization is 6.9 percent.

The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:

For the last full week July during which work is performed under the contract, you and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15.

13. TITLE VI ASSURANCES

During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows:

(1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.

(2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations.

(3) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub-agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin.

MINORITY UTILIZATION GOALS

Economic Area Goal

(Percent)

176

San Francisco-Oakland-San Jose, CA: SMSA Counties: 7120 Salinas-Seaside-Monterey, CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA CA Santa Clara, CA 7485 Santa Cruz, CA CA Santa Cruz 7500 Santa Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito

28.9

25.6

19.6

14.9

9.1

17.1

23.2

Page 50: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 20 of 22 [EXHIBIT-12G]

(4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information.

(5) Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to:

(a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or

(b) cancellation, termination or suspension of the Agreement, in whole or in part.

(6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States.

14. USE OF UNITED STATES-FLAG VESSELS

The CONTRACTOR agrees-

1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

2. To Furnish within 20 days following the date of loading for shipments originating within the United State or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. 15. FEDERAL TRAINEE PROGRAM

For the Federal training program, the number of trainees or apprentices is ONE (1).

This section applies if a number of trainees or apprentices is specified in the special provisions.

As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved.

You have primary responsibility for meeting this training requirement.

If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor.

Include these training requirements in your subcontract.

Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training.

Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area.

Page 51: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 21 of 22 [EXHIBIT-12G]

Before starting work, submit to the City of Berkeley:

1. Number of apprentices or trainees to be trained for each classification

2. Training program to be used

3. Training starting date for each classification

Obtain the City of Berkeley’s approval for this submitted information before you start work. The City of Berkeley credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program.

The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training.

Do not employ as an apprentice or trainee an employee:

1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman

2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training

Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions.

In your training program, establish the minimum length and training type for each classification. The City of Berkeley and FHWA approves a program if one of the following is met:

1. It is calculated to:

Meet the your equal employment opportunity responsibilities

Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period

2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts

Obtain the State's approval for your training program before you start work involving the classification covered by the program.

Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training.

The City of Berkeley reimburses you 80 cents per hour of training given an employee on this contract under an approved training program:

1. For on-site training

2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and you do at least one of the following:

Contribute to the cost of the training Provide the instruction to the apprentice or trainee Pay the apprentice's or trainee's wages during the off-site training period

3. If you comply this section.

Each apprentice or trainee must:

1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill

Page 52: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

Page 22 of 22 [EXHIBIT-12G]

2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program

Furnish the apprentice or trainee:

1. Copy of the program you will comply with in providing the training

Page 53: shattuck reconfiguration and pedestrian safety project ...

Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment

Page 1 of 2 July 23, 2015

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT

1. Local Agency: City of Berkeley 2. Contract DBE Goal: 13.0%

3. Project Description: Shattuck Avenue Reconfiguration and Pedestrian Safety Project

4. Project Location: Berkeley, CA

5. Bidder's Name: 6. Prime Certified DBE: 7. Bid Amount:

8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors:

10. Bid Item

Number

11. Description of Work, Service, or Materials Supplied

12. DBE Certification

Number

13. DBE Contact Information (Must be certified on the date bids are opened)

14. DBE Dollar

Amount

Local Agency to Complete this Section

15. TOTAL CLAIMED DBE PARTICIPATION

$ 21. Local Agency Contract Number: City of Berkeley

22. Federal-Aid Project Number: STPL-5057(045) %

23. Bid Opening Date:

24. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation of each listed DBE is required.

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate.

25. Local Agency Representative's Signature 26. Date 16. Preparer's Signature 17. Date

27. Local Agency Representative's Name 28. Phone 18. Preparer's Name 19. Phone

29. Local Agency Representative's Title 20. Preparer's Title

DISTRIBUTION: 1. Original – Local Agency

2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. Include additional copy with award package.

ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-

3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 54: shattuck reconfiguration and pedestrian safety project ...

Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment

Page 2 of 2 July 23, 2015

INSTRUCTIONS – CONSTRUCTION CONTRACT DBE COMMITMENT

CONTRACTOR SECTION

1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder’s Name - Enter the contractor’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors – Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors – Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor’s name and phone number, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column. %: Enter the total DBE participation claimed (“Total Claimed DBE Participation Dollars” divided by item “Bid Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer’s Signature - The person completing the DBE commitment form on behalf of the contractor’s firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor’s preparer. 18. Preparer’s Name - Enter the name of the person preparing and signing the contractor’s DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 20. Preparer’s Title - Enter the position/title of the person signing the contractor’s DBE commitment form. LOCAL AGENCY SECTION

21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 26. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 27. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the contractor’s DBE commitment form. 28. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 29. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor’s DBE commitment form.

Page 55: shattuck reconfiguration and pedestrian safety project ...

Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort

Page 15-1 OB 12-04 June 29, 2012

EXHIBIT 15-H DBE INFORMATION —GOOD FAITH EFFORTS

DBE INFORMATION - GOOD FAITH EFFORTS Federal-aid Project No. STPL-5057(045) Bid Opening Date ___________________ The City of Berkeley established a Disadvantaged Business Enterprise (DBE) goal of 13.0% for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the “Local Agency Bidder DBE Commitment” form indicates that the bidder has met the DBE goal. This will protect the bidder’s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the “Local Agency Bidder DBE Commitment” form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special Provisions:

A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication):

Publications Dates of Advertisement

_________________________________________________________________ _________________________________________________________________ _________________________________________________________________

B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and

the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):

Names of DBEs Solicited Date of Initial

Solicitation Follow Up Methods and Dates

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

Page 56: shattuck reconfiguration and pedestrian safety project ...

Exhibit 15-H Local Assistance Procedures Manual DBE Information -Good Faith Effort

Page 15-2 June 29, 2012 OB 12-04

C. The items of work which the bidder made available to DBE firms including, where appropriate,

any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms.

Items of Work Bidder Normally

Performs Item (Y/N)

Breakdown of Items

Amount ($)

Percentage Of

Contract

______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________

D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's

rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE:

Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection

of the DBEs: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________

Names, addresses and phone numbers of firms selected for the work above: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________

E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any

technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs:

_______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________

Page 57: shattuck reconfiguration and pedestrian safety project ...

Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort

Page 15-3 OB 12-04 June 29, 2012

F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or

related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________

G. The names of agencies, organizations or groups contacted to provide assistance in contacting,

recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.):

Name of Agency/Organization Method/Date of Contact Results

____________________________________________________________________________________ ____________________________________________________________________________________

H. Any additional data to support a demonstration of good faith efforts (use additional sheets if

necessary): ______________________________________________________________________________ ______________________________________________________________________________

NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.

Page 58: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[CHEKLIST.BID]

BIDDERS AND CONTRACTORS CHECKLIST Items Required at Bid Opening: 2:00 P.M., Tuesday, September 11, 2018, at Finance Department – General Services Division, 2180 Milvia Street, 3rd Floor, Berkeley, California Bidder's Proposals (One Full Set of Originals and 2 Additional Original Signature Pages) Addenda (if any) Experience and Financial Qualifications Taxpayer Identification Report Oppressive States Resolution Disclosure Form Nuclear Free Zone Disclosure Form Equal Benefits Ordinance Disclosure Form Bid Guarantee - 10% of Total Base Bid Exhibit 15-G DBE Commitment Exhibit 15-H DBE Good Faith Effort (if DBE goal not achieved) Non-Collusion Affadavit (Exhibit 12-H) Items Required at Pre-Award Conference: 3:00 P.M., Wednesday, September 19, 2018, at 1947 Center Street, 4th Floor, Berkeley, California Memorandum of Understanding Agreement for Change in Sub-Contractors Work Force Composition Certificate of Compliance with Equal Benefits Ordinance (Form EBO-1) Items Required After Contract Award and Prior to Construction: Copy of City of Berkeley Business License Work Schedule Worker's Compensation Insurance - Statutory Amount Liability Insurance - $2,000,000 Performance Bond - 100% (executed on enclosed Performance Bond form) Labor and Material Bond- 100% Commercial General and Automobile Liability Endorsement form Submittals required at preconstruction meeting Right to Audit Form Items Required During Construction: Work Schedule Updates Weekly Payroll Statement (Fed Form WH-347 or equivalent) Employer Interview Exhibit 16-N Federal-Aid Annual EEO Report Exhibit 16-O Monthly DBE Trucking Verification Exhibit 16-Z1 Items Required Upon Completion of Project: Guarantee Bond - 10% As-Built Drawings Final Report-Utilization of Disadvantaged Business Enterprises (DBE) Exhibit 17-F

Page 59: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[EXP.FIN]

EXPERIENCE AND FINANCIAL QUALIFICATIONS The bidder has been engaged in the contracting business under State License Number ______________ for a period of _________________ years. The bidder's three most recently completed contracts are:

I II III Title of Project

Owner

Address

Telephone No.

Engineer in Charge

Date Accepted

Reference is hereby made to the following Bank or Banks as to the financial responsibility of the bidder:

Name of Bank _____________________ Address ______________________ _____________________ ______________________

Reference is hereby made to the following Surety Companies as to the financial responsibility and general reliability of the bidder:

Company _______________________ Address _______________________ _______________________ _______________________

_________________________________________________________________ Signature of Bidder

Page 60: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[TAX.ID]

TAXPAYER IDENTIFICATION REPORT

COMPANY NAME _______________________________________

_______________________________________

MAILING ADDRESS

_______________________________________

_______________________________________

SOCIAL SECURITY NUMBER: ______________________________ OR EMPLOYER IDENTIFICATION NUMBER: ______________________________

My Company is a Corporation [ ] My Company is not a Corporation [ ] I certify that the above information is true and correct:

_______________________________ Name

______________________________ Title

The Tax Equity and Fiscal Responsibility Act of 1982 (Public Law 97-248) requires the above reporting information be furnished to the City. Persons who do not furnish their tax information numbers become subject to backup withholding by the City at a rate of 20% from each disbursement made to the recipient.

Page 61: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

5/2011 [NON-DISCRIMINATION FORMS]

CITY OF BERKELEY MEMORANDUM OF UNDERSTANDING (MOU)

1. In the performance of this contract the Contractor (and all Sub-contractors) agree not to discriminate pursuant to Section 13.26 of the Berkeley Municipal Code. 2. In the performance of this contract the Contractor agrees that he/she is also responsible for his/her Sub-Contractors' Compliance with Section 13.26 of the Berkeley Municipal Code. 3. The Contractor agrees to submit periodic employment and wage reports to the City's Contract Compliance Officer upon reasonable request. ________________________________ ___________________________________ Contractor City Engineer or designee _______________________________ __________________________________ Date Date

Page 62: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

10/2010 [NON-DISCRIMINATION FORMS]

AGREEMENT FOR CHANGE IN SUB-CONTRACTORS I agree to use the Subcontractor(s) listed in the signed contract with the City of Berkeley. If it should become necessary to change Subcontractors, I will notify the Public Works Engineering Division by completing the following information:

Current Subcontractor(s) Alternate Subcontractors Reason for Change Date

Signed by: Verified by: ______________________ _______________________ ___________________________________ Prime Contractor Subcontractor City of Berkeley City Engineer or designee Date: ________________ Date: _________________ Date: ________________

Page 63: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

1/2000 [NON-DISCRIMINATION FORMS]

CITY OF BERKELEY Oppressive States Compliance Statement for Personal Services

The undersigned, an authorized agent of__________________________________________________(hereafter "Vendor"), has had an opportunity to review the requirements of Berkeley City Council Resolution No. 59,853-N.S. (hereafter "Resolution"). Vendor understands and agrees that the City may choose with whom it will maintain business relations and may refrain from contracting with those Business Entities which maintain business relationships with morally repugnant regimes. Vendor understands the meaning of the following terms used in the Resolution: "Business Entity" means "any individual, firm, partnership, corporation, association or any other commercial organization, including parent-entities and wholly-owned subsidiaries" (to the extent that their operations are related to the purpose of the contract with the City). "Oppressive State" means: Tibet Autonomous Region and the Provinces of Ado, Kham, and U-Tsang, “Personal Services” means “the performance of any work or labor and shall also include acting as an independent contractor or providing any consulting advice or assistance, or otherwise acting as an agent pursuant to a contractual relationship.” Contractor understands that it is not eligible to receive or retain a City contract if at the time the contract is executed, or at any time during the term of the contract it provides Personal Services to:

a. The governing regime in any Oppressive State. b. Any business or corporation organized under the authority of the governing regime of any

Oppressive State. c. Any person for the express purpose of assisting in business operations or trading with any

public or private entity located in any Oppressive State. Vendor further understands and agrees that Vendor's failure to comply with the Resolution shall constitute a default of the contract and the City Manager may terminate the contract and bar Vendor from bidding on future contracts with the City for five (5) years from the effective date of the contract termination. The undersigned is familiar with, or has made a reasonable effort to become familiar with, Vendor's business structure and the geographic extent of its operations. By executing the Statement, Vendor certifies that it complies with the requirements of the Resolution and that if any time during the term of the contract it ceases to comply, Vendor will promptly notify the City Manager in writing. Based on the foregoing, the undersigned declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Printed Name: ___________________________________Title:________________________________________ Signature: _______________________________________ Date:_______________________________________ Business Entity: ______________________________________________________________________________ I am unable to execute this Statement; however, Vendor is exempt under Section VII of the Resolution. I have attached a separate statement explaining the reason(s) Vendor cannot comply and the basis for any requested exemption. Signature: _______________________________________ Date:_______________________________________ Contract Description/Specification No.: SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT / SPECIFICATION NO. 17-11090-C Attachment D

Page 64: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

1/2000 [NON-DISCRIMINATION FORMS]

CITY OF BERKELEY Nuclear Free Zone Disclosure Form I (we) certify that: 1. I am (we are) fully cognizant of any and all contracts held, products made or otherwise handled

by this business entity, and of any such that are anticipated to be entered into, produced or handled for the duration of its contract(s) with the City of Berkeley. (To this end, more than one individual may sign this disclosure form, if a description of which type of contracts each individual is cognizant is attached.)

2. I (we) understand that Section 12.90.070 of the Nuclear Free Berkeley Act (Berkeley Municipal

Code Ch. 12.90; Ordinance No. 5784-N.S.) prohibits the City of Berkeley from contracting with any person or business that knowingly engages in work for nuclear weapons.

3. I (we) understand the meaning of the following terms as set forth in Berkeley Municipal Code

Section 12.90.130: "Work for nuclear weapons" is any work the purpose of which is the development, testing,

production, maintenance or storage of nuclear weapons or the components of nuclear weapons; or any secret or classified research or evaluation of nuclear weapons; or any operation, management or administration of such work.

"Nuclear weapon" is any device, the intended explosion of which results from the energy released

by reactions involving atomic nuclei, either fission or fusion or both. This definition of nuclear weapons includes the means of transporting, guiding, propelling or triggering the weapon if and only if such means is destroyed or rendered useless in the normal propelling, triggering, or detonation of the weapon.

"Component of a nuclear weapon" is any device, radioactive or non-radioactive, the primary

intended function of which is to contribute to the operation of a nuclear weapon (or be a part of a nuclear weapon).

4. Neither this business entity nor its parent nor any of its subsidiaries engages in work for nuclear

weapons or anticipates entering into such work for the duration of its contract(s) with the City of Berkeley.

Based on the foregoing, the undersigned declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Printed Name: ___________________________________Title:________________________________ Signature: _______________________________________Date:________________________________ Business Entity: ______________________________________________________________________ Contract Description/Specification No. SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT /SPECIFICATION NO. 17-11090-C Attachment C

Page 65: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[NON-DISCRIMINATION FORMS]

NOTICE

REGARDING

THE

EQUAL BENEFITS ORDINANCE As a condition of being awarded a contract with the City of Berkeley, the selected Contractor shall be required, during the performance of the agreement, to comply with the City’s non-discrimination provisions of the Equal Benefits Ordinance (EBO) as set forth in Berkeley Municipal Code, Chapter 13.29. The EBO requires that during the performance of a contract, the Contractor shall provide equal benefits to its employees with spouses and employees with domestic partners. The EBO is applicable to the following employers:

For-profit employers that have a contract with the City for the purchase of goods, services, public works or improvements, and other construction projects in the amount of $25,000 or more

Non-profit employers that have a contract with the City for the purchase of goods, services, public works or improvements,

and other construction projects in the amount of $100,000 or more

Lessees of public property, licensees, concessionaires, and franchises that generate $350,000 or more in annual gross receipts

Entities which receive a grant agreement of $100,000 or more Contractors who are subject to the EBO must certify to the City that they are in compliance with the EBO and post this notice in a conspicuous place where all employees can see it. Subject contractors must also allow authorized City representatives access to records so the City can verify compliance with the Ordinance. Compliance with the EBO If a Contractor has not received a waiver from complying with the EBO and the timeframe within which it can delay implementation has expired but it has failed to comply with the EBO, the Contractor may be deemed to be in material breach of the City agreement. In such cases, the City may cancel, terminate or suspend the City agreement, in whole or in part. The City also may deem the Contractor an irresponsible bidder and disqualify the Contractor from contracting with the City for a period of five years. In addition, the City may assess liquidated damages against the Contractor which may be deducted from money otherwise due the Contractor, and pursue any other remedies available at law or in equity.

Violations Any suspected violations of the EBO should be reported to: EBO Compliance Officer City Manager’s Office 2180 Milvia St Berkeley, CA 94704 510-981-7000

Page 66: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[NON-DISCRIMINATION FORMS]

CITY OF BERKELEY Equal Benefits Ordinance Disclosure Form

As a condition of being awarded a contract with the City of Berkeley, the selected Contractor/Vendor (“Contractor”) may be required, during the performance of the contract, to comply with the City’s non-discrimination provisions of the Equal Benefits Ordinance (“EBO”) as set forth in Berkeley Municipal Code, Chapter 13.29. The EBO requires that during the performance of a contract, the Contractor shall provide equal benefits to its employees with spouses and employees with domestic partners. Benefits include, but are not limited to, health benefits, bereavement leave, family medical leaves, membership and membership discounts, moving expenses, retirement benefits, and travel benefits. A cash equivalent payment is permitted if an employer has taken all reasonable efforts to provide domestic partner’s with access to benefits but is unable to do so. A situation in which a cash equivalent payment might be used is if the employer has difficulty finding an insurance provider that is willing to provide domestic partner benefits The EBO is applicable to the following employers:

For-profit employers that have a contract with the City for the purchase of goods, services, public works or improvements, and other construction projects in the amount of $25,000 or more

Non-profit employers that have a contract with the City for the purchase of goods, services, public works or improvements, and other construction projects in the amount of $100,000 or more

Lessees of public property, licensees, concessionaires, and franchises that generate $350,000 or more in annual gross receipts

Entities which receive a grant agreement of $100,000 or more Contractors who are subject to the EBO must certify to the City before execution of the contract by completing form EBO-1 that they are in compliance with the EBO or have been issued a waiver by the City. Contractors must also allow authorized City representatives access to records so the City can verify compliance with the Ordinance. The EBO includes provisions that address difficulties associated with implementing procedures to comply with the EBO. Contractors can delay implementation of procedures to comply with the EBO in the following situations: (1) until the first effective date after the first open enrollment process following the contract execution date, not to exceed two

years if the Contractor submits evidence of engaging in reasonable efforts to comply with the EBO; (2) until administrative steps can be taken to incorporate nondiscrimination in benefits in the contractor’s infrastructure, not to

exceed three months, unless extended at the discretion of the City Manager; and (3) until the expiration of a Contractor’s current collective bargaining agreement(s) Compliance with the EBO If a Contractor has not received a waiver from complying with the EBO and the timeframe within which it can delay implementation has expired but it has failed to comply with the EBO, the Contractor may be deemed to be in material breach of the City agreement. In the event of a material breach, the City may cancel, terminate or suspend the City agreement, in whole or in part. The City also may deem the Contractor an irresponsible bidder and disqualify the Contractor from contracting with the City for a period of five years. In addition, the City may assess liquidated damages against the Contractor which may be deducted from money otherwise due the Contractor, and pursue any other remedies available at law or in equity. By my signature below, I acknowledge that the Contractor understands that to the extent it is subject to the provisions of B.M.C. Chapter 13.29, the Contractor shall comply with this provision. Printed Name: ___________________________________Title:______________________________________ Signature: _______________________________________Date:_____________________________________ Business Entity: ___________________________________________________________________________ Contract Description/Specification No.: _ PANORAMIC HILL REHABILITATION PROJECT/18-11180-C_________ Attachment F

Page 67: shattuck reconfiguration and pedestrian safety project ...

Form EBO-1 Revised 7/1/02 Page 1

Form EBO-1

CITY OF BERKELEY CERTIFICATION OF COMPLIANCE WITH EQUAL BENEFITS ORDINANCE

If you are a contractor, return this form to the originating department/project manager. If you are a vendor (supplier of goods), return this form to the Purchasing Division of the Finance Dept.

SECTION 1. CONTRACTOR/VENDOR INFORMATION

Name: Vendor No.:

Address: City: State: ZIP:

Contact Person: Telephone:

E-mail Address: Fax No.:

SECTION 2. COMPLIANCE QUESTIONS A. The EBO is inapplicable to this contract because the contractor/vendor has no employees.

Yes No (If “Yes,” proceed to Section 5; if “No”, continue to the next question.) B. Does your company provide (or make available at the employees’ expense) any employee benefits? Yes No

If “Yes,” continue to Question C. If “No,” proceed to Section 5. (The EBO is not applicable to you.)

C. Does your company provide (or make available at the employees’ expense) any benefits to

the spouse of an employee? .................................................................................................... Yes No D. Does your company provide (or make available at the employees’ expense) any benefits to

the domestic partner of an employee? ..................................................................................... Yes No If you answered “No” to both Questions C and D, proceed to Section 5. (The EBO is not applicable to this contract.) If you answered “Yes” to both Questions C and D, please continue to Question E. If you answered “Yes” to Question C and “No” to Question D, please continue to Section 3.

E. Are the benefits that are available to the spouse of an employee identical to the benefits that

are available to the domestic partner of the employee? .......................................................... Yes No If you answered “Yes,” proceed to Section 4. (You are in compliance with the EBO.) If you answered “No,” continue to Section 3.

SECTION 3. PROVISIONAL COMPLIANCE A. Contractor/vendor is not in compliance with the EBO now but will comply by the following date:

By the first effective date after the first open enrollment process following the contract start date, not to exceed two

years, if the Contractor submits evidence of taking reasonable measures to comply with the EBO; or

At such time that administrative steps can be taken to incorporate nondiscrimination in benefits in the Contractor’s infrastructure, not to exceed three months; or

Upon expiration of the contractor’s current collective bargaining agreement(s).

B. If you have taken all reasonable measures to comply with the EBO but are unable to do so, do you agree to provide employees with a cash equivalent?* ................................................. Yes No

* The cash equivalent is the amount of money your company pays for spousal benefits that are unavailable for domestic partners.

SECTION 4. REQUIRED DOCUMENTATION At time of issuance of purchase order or contract award, you may be required by the City to provide documentation (copy of employee handbook, eligibility statement from your plans, insurance provider statements, etc.) to verify that you do not discriminate in the provision of benefits.

To be completed by Contractor/Vendor

Page 68: shattuck reconfiguration and pedestrian safety project ...

Form EBO-1 Revised 7/1/02 Page 2

SECTION 5. CERTIFICATION I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that I am authorized to bind this entity contractually. By signing this certification, I further agree to comply with all additional obligations of the Equal Benefits Ordinance that are set forth in the Berkeley Municipal Code and in the terms of the contract or purchase order with the City.

Executed this _______day of _________________, in the year __________, at __________________, _____ (City) (State) _____________________________________ ______________________________________ Name (please print) Signature

_____________________________________ ______________________________________ Title Federal ID or Social Security Number

FOR CITY OF BERKELEY USE ONLY

Non-Compliant (The City may not do business with this contractor/vendor)

One-Person Contractor/Vendor Full Compliance Reasonable Measures

Provisional Compliance Category, Full Compliance by Date: _________________________________________

Staff Name(Sign and Print): _____________________________________Date: ____________ ________________

Page 69: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

5/2011 [NON-DISCRIMINATION FORMS]

WORKFORCE COMPOSITION FORM FOR ALL CONSTRUCTION CONTRACTS This form is to be completed and submitted prior to the Non-Discrimination Conference. The Contractor and all Subcontractors who will do work valued at $3,000 or more are required to submit this form. Weekly payroll reports will be compared to this listing to monitor compliance with the City of Berkeley Municipal Code Section 13.26. A payroll printout or other listing of employees providing the same information will be accepted. Name of Contractor/Subcontractor: _______________________________________________________ Project: SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT , SPECIFICATION NO. 17-11090-C

Name

Race*

Sex**

Trade/Craft

Basic Hourly Rate

Hire Date

Employees to be used on this job

* A=Asian or Pacific Islander **M = Male

AI=American Indian **F = Female B=Afro American C=Caucasian _____________________________________________________ H=Hispanic (Mexican, Puerto Rican, Spanish, Signature of Contractor/Subcontractor Date Cuban, Chicano, Central or South American) Verified By: ______________________________________________ City of Berkeley-City Engineer or designee

Page 70: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

7/2001 [NON-DISCRIMINATION FORMS]

OCCUPATIONAL CATEGORIES Officials and Administrators: Occupations in which employees set broad policies, exercise overall responsibility for execution of these policies, or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy superintendents, unit supervisors and kindred workers. Professionals: Occupations which require specialized and theoretical knowledge which is usually acquired through college training or through work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, systems analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, and kindred workers. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post-secondary school education or through equivalent on-the-job training. Includes computer programmers and operators, technical illustrators, highway technicians, technicians (medical, dental, electronic, physical sciences) and kindred workers. Protective Service Workers: Occupations in which workers are entrusted with public safety, security and protection from destructive forces. Includes: Police officers, fire fighters, guards, sheriffs, bailiffs, correctional officers, detectives, marshals, harbor patrol officers and kindred workers. Paraprofessionals: Occupations in which workers perform some of the duties of a professional or technician in a supportive role, which usually requires less formal training and/or experience normally required for professional or technical status. Such positions may fall within an identified pattern of a staff development and promotion under a "New Careers" concept. Includes: library assistants, research assistants, medical aides, child support workers, police auxiliary, welfare service aides, recreation assistants, homemaker aides, home health aides, and kindred workers. Office and Clerical: Occupations in which workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paperwork required in an office. Includes: bookkeepers, messengers, office machine operators, clerk-typists, stenographers, court transcribers, hearings reporters, statistical clerks, dispatchers, license distributors, payroll clerks, and kindred workers. Skilled Craft Workers: Occupations in which workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training and experience or through apprenticeship or other formal training programs. Includes: mechanics and repairpersons, electricians, heavy equipment operators, stationary engineers, skilled machining occupations, carpenters, compositors and typesetters, and kindred workers. Service/Maintenance: Occupations in which workers perform duties which result in or contribute to the comfort, convenience, hygiene or safety of the general public or which contribute to the upkeep and care of buildings, facilities or grounds of public property. Workers in this group may operate machinery. Includes: chauffeurs, laundry and dry cleaning operatives, truck drivers, bus drivers, garage laborers, custodial personnel, gardeners and groundskeepers, refuse collectors, and construction laborers.

Page 71: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[PERF.BOND]

PERFORMANCE BOND

CALIFORNIA PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS,

That we, _______________________________________________________

_________________________________________________________________ as Principal, and

_____________________________________________________, a Corporation organized and

existing under the laws of the State of ___________________________________ and authorized to

transact surety business in the State of California, as Surety, are held and firmly bound unto the City

of Berkeley (hereinafter called Obligee), in the sum of ______________________ Dollars

($__________________________________), for the payment whereof well and truly to be made

and we each of us bind ourselves, our heirs, executors, administrators, successors and assigns, jointly

and severally, firmly by these presents.

THE CONDITION of the above obligation is such that, Whereas, the above named bounden

principal entered into a contract dated ________________________, 20 ___ with the said Obligee

to do and perform the following work, to-wit:

which contract is hereby referred to, incorporated by reference, and made a part hereof as

fully and to the same extent as if copied at length herein.

NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH,

That if the above bounden Principal shall well and truly keep, do, pay and perform, each and every,

all and singular, all the matters, provisions, undertakings, covenants, terms, conditions, agreements

and things in said contract set forth and specified to be by the said principal kept, done, paid and

performed at the time and in the manner in said contract specified, and shall pay over, make good

and reimburse to the above-named Obligee, all loss and damages which said Obligee may sustain by

Page 72: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[PERF.BOND]

reason of failure or default, or breach on the part of said Principal, then this obligation shall be void;

otherwise to be and remain in full force and effect.

Whenever Principal shall be, and is declared by Obligee to be in default under the Contract,

the Obligee having performed Obligee's obligations thereunder, the Surety may promptly remedy the

default, or shall promptly:

1) Complete the Contract in accordance with its terms, provisions, undertakings, covenants,

agreements, clauses, and conditions, or

2) Obtain a bid or bids for completing the Contract in accordance with its terms, provisions,

undertakings, covenants, agreements, clauses, and conditions, and upon determination by Surety of

the lowest responsible bidder, or, if the Obligee elects, upon determination by the Obligee and the

Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and

Obligee, and make available as Work progresses (even though there should be a default or a

succession of defaults under the contract of completion arranged under this paragraph) sufficient

funds to pay the cost of completion less the balance of the contract price, but not exceeding,

including other costs and damages for which the Surety may be liable hereunder, the amount set

forth in the first paragraph hereof. The term "balance of the contract price," as used in this

paragraph, shall mean the amount payable by Obligee to principal under the contract and

amendments, thereto, less the amount properly paid by Obligee to Contractor.

Any suit under this bond must be instituted before the expiration of two (2) years from the

date on which final payment under the Contract falls due.

No right of action shall accrue on this bond to or for the use of any person or corporation

other than the Obligee named herein or the heirs, executors, administrators or successors of Obligee.

If any action or law or in equity is brought to enforce or interpret the provisions of this bond,

Page 73: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[PERF.BOND]

the prevailing party shall be entitled to reasonable attorney's fees in addition to any other relief to

which it may be entitled.

SIGNED AND SEALED THIS ______________________________ day of

________________________, 20 _______. ____________________________________________ ____________________________________________ Principal ____________________________________________ ____________________________________________ Surety Attorney In Fact

Page 74: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[EXHIBITC]

EXHIBIT C COMMERCIAL GENERAL AND AUTOMOBILE LIABILITY ENDORSEMENT

The attached Certificates of Insurance are hereby certified to be a part of the following policies having the following expiration dates:

Policy No. Company Providing Policy Expir. Date _______________ __________________________ _________ _______________ __________________________ _________ _______________ __________________________ _________ _______________ __________________________ _________

The scope of the insurance afforded by the policies designated in the attached certificates is not less than that which is afforded by the Insurance Service Organization's or other "Standard Provisions" forms in use by the insurance company in the territory in which coverage is afforded. Such Policies provide for or are hereby amended to provide for the following: 1. The named insured is ________________________________________. 2. CITY OF BERKELEY ("City") is hereby included as an additional insured with respect to liability

arising out of the hazards or operations under or in connection with the following agreement: _______________________________________________________. The insurance provided applies as though separate policies are in effect for both the named insured

and City, but does not increase the limits of liability set forth in said policies. 3. The limits of liability under the policies are not less than those shown on the certificate to which this

endorsement is attached. 4. Cancellation or material reduction of this coverage will not be effective until thirty (30) days

following written notice to __City Engineer, Engineering Division_, Department of _Public Works , Berkeley, CA.

5. This insurance is primary and insurer is not entitled to any contribution from insurance in effect for

City. The term "City" includes successors and assigns of City and the officers, employees, agents and

volunteers. _______________________________________ Insurance Company Date: _____________ By: ______________________________________ Signature of Underwriter's Authorized Representative

Page 75: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

[AUDIT]

CITY OF BERKELEY RIGHT TO AUDIT FORM

The contractor agrees that pursuant to Section 61 of the Berkeley City Charter, the City Auditor’s office may conduct an audit of Contractor’s financial, performance and compliance records maintained in connection with the operations and services performed under this contract. In the event of such audit, Contractor agrees to provide the Auditor with reasonable access to Contractor’s employees and make all such financial, performance and compliance records available to the Auditor’s office. City agrees to provide Contractor an opportunity to discuss and respond to/any findings before a final audit report is filed. Signed:______________________________________ Date:__________________ Print Name & Title:_______________________________________________________ Company:_______________________________________________________________ Questions regarding this form may be directed to the Auditor's Office, at (510) 981-6750.

Page 76: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 1-1

GENERAL PROVISIONS

SECTION 1 - DEFINITION OF TERMS 101.1 -- Whenever in these specifications, or in any

documents or instruments where these specifications govern, the following terms are used, they shall have the following meanings:

101.2 AASHTO -- The latest revised specifications of the American

Association of State Highway and Transportation officials.

101.3 As Directed -- As directed by the Engineer or his designated

representative. 101.4 ASTM -- The latest revised specifications of the American

Society for Testing Materials. 101.5 Standard Specifications The latest revised "Standard Specifications for

Public Works Construction" by the Southern California Chapter, American Public Works Association, Part 2 and Part 3, construction materials and construction methods respectively, as amended herein.

101.6 Bidder -- Any individual, firm, partnership, or corporation

submitting a proposal for the work contemplated, acting directly or through a duly authorized representative.

101.7 City, Agency -- City of Berkeley. 101.8 Council -- City Council of the City of Berkeley. 101.9 Engineer -- The Assistant City Manager for Public Works of

the City of Berkeley or his designated representatives.

101.10 Contract -- The written agreement covering the performance of

the work. 101.11 Contractor -- The person or persons, partnership, association or

corporation, private or municipal, who have

Page 77: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 1-2

entered into a contract with the City, as party or parties of the second part of his or their legal representatives.

101.12 Laboratory -- The official testing laboratory of the City or other

laboratories authorized by the Engineer. 101.13 Proposal -- The written offer of the bidder for the work when

made out and submitted on the prescribed proposal form, properly signed and guaranteed.

101.14 Proposal Guaranty -- The security required by the notice to bidders to be

furnished by the bidder as a guaranty that the bidder will enter into a contract for the construction of the work if it is awarded to him.

101.15 Plans -- The official plans, profiles, cross-sections, details

working drawings, and mental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, and details of the work to be done, and which are to be considered as a part of the contract supplementary to these specifications.

101.16 Purchasing Agent _ The Purchasing Agent of the City of Berkeley. 101.17 Specifications -- The directions, provisions, and requirements

contained herein, supplemented by special provisions, pertaining to the method and manner of performing the work, and to the quantities and qualities of materials to be furnished under the contract. The term specifications shall include the General Provisions, Detailed and Technical Specifications, Special Provisions, Standard Details, the Contract Documents, and all supplementary agreements entered into between the contracting parties.

101.18 Subcontractor -- The person or persons, partnership, association, or

corporation, private or municipal, who have a direct contract with the contractor. It includes one who furnishes material worked to a special design according to the plans or specifications of the work, but does not include one who merely furnishes material.

Page 78: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 1-3

101.19 Street -- Any dedicated right-of-way for public use as an avenue, highway, lane alley, court, crossing, or intersection.

101.20 The Work -- All the work described in the specifications and

contract or indicated on the plans as the contemplated improvement covered by the contract.

101.21 Contract Change Order -- A written order to the Contractor signed by the

Engineer directing an addition, deletion or revision in the work, or an adjustment in the contract price or the contract time issued after the effective date of the contract. A change order may or may not also be signed by the Contractor.

101.22 Allowance -- An inexact bid quantity listed on the Bidder's

Proposal in anticipation that work of the particular nature will be required, but the quantity is not known until the work of the whole is in progress or completed. The quantity listed is for comparison of total bids. Bidder agrees to do each unit of work for the unit price bid in the proposal.

101.23 Resident Engineer -- Designated inspection representative(s) of the

Engineer.

Page 79: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 2 - 1

SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 201.1 Availability of Plans and Specifications. Plans and specifications may be examined at the office of the Engineering Division. Copies of the plans and specifications are available at the office of the Engineering Division. Copies of the Notice to Bidders and proposal forms may be obtained from the Engineering Division. 201.2 Approximate Estimate. The quantities given in the Notice to Bidders, proposal, and contract forms are approximate only, being given as a basis for the comparison of bids, and the City does not, expressly or by implication, agree that the actual amount of work will correspond therewith. For work bid on a lump sum price basis, any estimate of quantities is provided only for the convenience of Bidders and is not guaranteed correct by the City. 201.3 Examination of Plans, Specifications, and Site of the Work. The Bidder shall examine carefully the site of the work contemplated and the proposal, plans, specifications, and contract forms therefore. It will be assumed that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of these specifications, the plans, and the contract. 201.4 Proposal Form. All proposals must be submitted on forms for that purpose furnished by the City. Letters of transmittal cannot be considered as part of the bid. All proposals shall give the prices proposed, and shall be signed by the Bidder, who must give his address. The Bidder shall fill out all blanks in the proposal form as therein required. In case of error, unit prices will govern over extensions and written words will govern over numerals, unless it can be established that an obviously incorrect entry has been made. 201.5 Rejection of Proposals Containing Alterations or Irregularities. Proposals may be rejected if they show any alterations of form, additions not called for, conditional bids, incomplete bids, or irregularities of any kind. When proposals are signed by an agent, other than an officer or manager of a corporation or a member of a partnership, a power of attorney or written authorization must be on file with the City prior to opening bids or shall be submitted with the proposal; otherwise, the proposal will be rejected as irregular and unauthorized. 201.6 Proposals Guaranty. All bids shall be presented in a sealed envelope and shall be accompanied by a "proposal guaranty) made payable to "City of Berkeley) and for the amount equal to at least ten percent (10%) of the bid unless otherwise specified on the "Notice to Bidders. Said guaranty shall be an unconditional certified or cashier's check, or a bank or postal money order, or bid bond executed as surety by a corporation authorized to issue surety bonds in the State of California. 201.7 Withdrawal of Proposals. Any bid may be withdrawn at any time prior to but not after, the hour fixed in the public notice for the opening of bids, provided that a request in writing executed by the

Page 80: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 2 - 2

Bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Purchasing Agent. The withdrawal of a bid shall not prejudice the right of a Bidder to file a new bid. 201.8 Disqualification of Bidders. More than one proposal from an individual, a firm or partnership, a corporation or an association under the same or different names will not be considered. Reasonable ground for believing that any Bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder is interested. If there is a reason of believing that collusion exists among the Bidders, none of the participants in such collusion will be considered in this or future proposals. Proposals in which the prices are unbalanced may be rejected. 201.9 Competency of Bidders. Prior to the submission of bids, the Contractor shall be licensed in accordance with the provisions of Chapter 9 of Division III of the Business and Professional Code of the State of California and evidence of such license shall be presented to the Engineer on request. The Engineer may require the Bidder to present satisfactory evidence that he has sufficient experience and that he is fully prepared with the necessary capital, materials, machinery, and skilled workmen to carry out the contract. 201.10 Material Guaranty. Before any contract is awarded, Bidders may be required to furnish a complete statement of the origin, composition, and manufacture of any or all materials to be used in the construction of the work, together with samples, which samples may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 201.11 Addenda. Prior to the time set for opening of bids, the Engineer may issue addenda for clarification of the plans or specifications or for minor alterations in the work. Such addenda shall take precedence over plans, specifications, and all other Contract Documents issued prior to the opening of bids.

Page 81: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 3-1

SECTION 3 - AWARD AND EXECUTION OF CONTRACT 301.1 Consideration of Bids. Bids will be opened publicly by the Purchasing Agent of the City on

the date and at the time set forth in the "Notice to Bidders." The right is reserved by the City by action of the Council to reject any or all bids, to advertise for new proposals, to negotiate in the open market for a contract at a reasonable price, to purchase in the open market, or to have the work performed by City employees, or to abandon the work, if in the judgement of the Council, the best interests of the City will be promoted thereby.

301.2 Award of Contract. The award of the contract, if awarded, will be to the lowest responsive

Bidder whose proposal complies with all the requirements prescribed. The award, if made, will be made within seventy-five (75) calendar days after the opening of the proposals.

All bids will be compared on the basis of the Engineer's estimate of the quantities of work to

be done. 301.3 Return of Proposal Guarantees. All proposal guarantees will be held by the City until the

contract has been authorized by Council resolution and signed by the City Manager after which guarantees for unsuccessful proposals will be returned to the unsuccessful Bidders. If bids are rejected, the proposal guarantees will be returned after the date of the rejection.

301.4 Contract Bonds. At the time of execution of the contract by the City Manager, the

Contractor will be required to furnish a Surety Company contract bond for faithful performance in the sum of not less than one hundred percent (100%) of the amount of his contract, in addition to which he will be required to furnish a Surety Company labor and material bond in the sum of not less than one hundred percent (100%) of the amount of the contract in accordance with the provisions of state laws.

Alterations, extensions of time, extra and additional work, and other changes authorized by

these specifications or any part of the contract may be made without securing the consent of the Surety or Sureties on the contract bonds.

301.5 Execution of Contract. The Bidder's Proposal (offer) shall become a binding contract on the

parties when the award of a contract pursuant to said proposal is authorized by resolution of the City Council. The proposal will then be executed in writing by the City Manager, or his/her authorized representative, in the name of the City.

301.6 Failure to Perform Contract. If the successful Bidder fails to begin performance of the

contract within thirty (30) calendar days from the date of the award of the contract, the City will either let the contract to the next lowest Bidder or will reject all other bids and call for new bids. The successful Bidder who has failed to begin performance of the contract shall be

Page 82: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 3-2

liable to the City for the sum, not exceeding the amount of such cash, check, money order or bond as shall have been deposited as a proposal guaranty, by which the amount of the contract, covering the said proposal, executed by and between the City and some third party, may exceed the amount bid by the original successful Bidder. Such portion of said cash, check, money order, or original bond as equals said sum shall be deemed to be liquidated damages and shall be declared forfeited to the City and shall be collected and paid to the City.

Page 83: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 1

SECTION 4 - SCOPE OF WORK 401.1 Work to be Done. The intent is to prescribe complete work or improvement which the Contractor undertakes to do in full compliance with the plans, specifications, and contract. The Contractor shall perform all items of work covered and stipulated in the specifications and contract, together with any extra work, all in accordance with lines, grades, cross-sections, and dimensions shown on the plans. It is further intended that all miscellaneous work required to make driveways, sidewalks, intersections, roof drains, and other privately owned improvements conform to the new work shall be performed by the Contractor. The Contractor shall furnish, unless otherwise provided in these specifications, all material, implements, machinery, equipment, tools, supplies, transportation, and labor necessary to the prosecution and completion of the work. All work described in the plans and specifications will be let under one contract unless otherwise set forth in the Notice to Bidders or on the Bidder's Proposal. 401.2 Alterations and Increased or Decreased Quantities. The City reserves the right in writing, to increase or decrease the quantity, to order additions to, omissions from, or corrections, alterations and modifications in the line, grade, form dimensions, plan or kind or amount of work, or materials herein contemplated, or any part thereof, either before or after the beginning of construction, as may be deemed necessary or advisable by the Engineer, provided such alterations do not change the total cost of the project, based on original estimated quantities and the unit prices bid, by more than twenty percent (20%), and provided further that such items do not change the total cost of any major item by more than fifty percent (50%). (A major item is one, the total cost of which is more than ten percent (10%) of the total contract price.) Any alterations in excess of these limits will be treated as extra work and will be covered by a contract change order, the same as though the alteration were an extra work item. Should conditions during the progress of the work make it impossible for the Contractor to comply strictly with the terms of the contract, the Contractor shall apply in writing to the Engineer for an alteration, provided that it is not detrimental to the work or does not entail additional cost. If such alteration is acceptable to the Engineer, the Contractor shall be notified in writing, whereupon the alteration may be made. When such alteration is not acceptable to the Engineer, the Contractor shall determine some other method of doing the work which shall be acceptable. Such alteration and increased or decreased quantities shall in no way affect or make void this contract or any part thereof, except what is necessarily affected by such alteration and is clearly the evident intention of the parties to this contract. 401.3 Extra Work. New and unforeseen items of work will be classed as extra work when they cannot be covered by any of the various items for which there is a bid price or by combinations of such items, or if the character of an item is materially changed on which the Contractor based his bid price, and that change materially increases or decreases the cost of the item as outlined in Section 401.2 hereof.

Page 84: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 2

Prices for extra work shall be itemized and covered by a contract change order submitted by the Contractor and approved by the Engineer prior to actual starting of such work. Should the parties be unable to agree on unit prices for the extra work, or if it is impractical, the Engineer may instruct the Contractor to proceed with the work by force account and he shall be paid as provided in Section 901.2 of these specifications. 401.4 Unauthorized Work. Work done without lines and grades being given, work done beyond the lines and grades shown on the plans, work done in the absence or without the knowledge of the Engineer, including any work performed by subcontractors without proper superintendence by the Contractor, as provided for in Section 501.6, or any extra work done without written authority, will be considered as unauthorized and at the expense of the Contractor and will not be measured or paid for by the City. 401.5 Protection of Utilities. A preliminary study of the location of underground utilities within the limits of the work has been made. The location of the underground utilities indicated on the plans is not guaranteed to be accurate or complete, but is plotted for the general information of the Contractor. The Contractor shall contact Underground Service Alert (USA) at (800) 227-2600 at least four (4) working days before excavating, to allow utility companies to mark and identify their respective utilities within the limit of the work. Aboveground utilities are not shown on the plans. It shall be the responsibility of the Contractor to coordinate and determine the exact locations and/or depths of all of the aboveground utilities, underground utilities, and their service locations. The Contractor shall be responsible for protecting and supporting the aboveground utilities and the identified underground utilities that occur in the limits of the work with a method acceptable to the respective utility owners. The cost of protecting and supporting the utilities shall be included in the bid prices for the various items of work. Any identified damage to the SBC Telephone, PG&E, EBMUD, or Cable TV lines shall be repaired by the respective utility owner at the Contractor's expense. See also Sections 701.25.1 and 701.25.2. 401.6 Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash, rubbish, and waste material but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not trash, rubbish or waste material and the place and manner of disposal. The Contractor shall maintain a neat appearance to the work. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids and cleaning solutions from surfaces to prevent marring or other damage. Broken concrete debris, and unsuitable excavated native soil during construction shall be disposed of

Page 85: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 3

concurrently with its removal. If stockpiling is necessary all debris shall be placed in trash bins daily and shall be removed or disposed of weekly. Any waste shall not be buried on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. Forms or falsework that are to be re-used shall be stacked neatly concurrently with their removal. Forms and falsework that are not to be re-used shall be disposed of concurrently with their removal. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. Sidewalks, street area, parking strips, and driveway approaches must be kept reasonably clean at all times during construction and be completely and carefully cleaned after the work has progressed beyond the immediate vicinity to the satisfaction of the Engineer. Reasonable cleanup is defined as no dust, rock, or mud on any portion of the public right-of-way or the private properties as a result of the Contractor's work. 401.7 Dust and Debris Control. The Contractor shall be responsible for controlling dust in the air and rocks, debris, mud or dirt which are scattered as a result of his operations on the job. The Contractor shall be responsible for cleaning all mud, rock, dust, dirt, and debris-producing materials that originate in the project area and are deposited on other public or private property by truck tires, spillages, or by other means. The Contractor shall have suitable and adequate street cleaning equipment on the project site at all times. The Contractor shall begin cleanup operation by 3 PM and before the end of each day's work, clean all paved portions of the project and paved streets leading from the project that have dust-producing materials or debris deposited upon them. The work areas shall be swept clean at the end of each day's work and at other times when directed by the Engineer. The Contractor shall endeavor, whenever possible, to restrict the use of water to control dust for his convenience in order to conserve water during drought situations or mandated rationing required by the Water Utility Company. Whenever flushing of streets or any other work is necessary, the Contractor shall provide filter materials at the catch basin to retain any debris and dirt flowing into the City's drainage system. The cost of the above work, including the providing of barricades, water and other materials, labor, and equipment shall be at the sole cost and expense of the Contractor. The Engineer may determine that an emergency exists when dust, rocks, debris, mud, or dirt are scattered in the public right of way or in the private properties as a result of Contractor's activities and/or deterioration of such conditions due to rain. The emergency conditions may also be declared when traffic or the Contractor's equipment travelling through a job causes dust to fly or rocks, debris, mud, or

Page 86: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 4

dirt to be scattered. Similar emergency conditions may be determined by the Engineer if the storage of materials, tools, or any other equipment related to the project, in the public rights of way, is causing any obstruction or blocks access to the neighboring properties and/or dangerously placed without proper barricades and lights and/or backfill stockpiles or debris washing away into the street gutter and catch basins. 401.7-1 Emergency Cleanup Work. In any case in which the Contractor fails to satisfactorily complete the cleanup work described in this section, the Engineer or his representative may determine that an emergency exists. In the event an emergency is determined by the Engineer, the Contractor shall immediately make available manual labor or mechanical equipment capable of handling the cleaning process. During such an emergency, City forces may be called upon to complete the cleanup work, or the City may contract for the cleanup work. All construction work shall be shut down during this cleanup work by the City/contract forces. The Engineer may shut down further construction work until the violations are corrected to the satisfaction of the Engineer. The cost of the work performed by City/Contract forces plus an additional 70% surcharge shall be paid by the Contractor by deduction from payment due him on the contract. No compensation shall be given to the Contractor for stoppage of work. Such action by the Engineer, however, shall not relieve the Contractor of his responsibility for any damages which may occur before, during or after such action has been taken by the Engineer, and shall place no liability upon the City or the Engineer. 401.8 Noise Control. All construction machinery and vehicles employed on the project shall be equipped with approved sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the work. Section 701.11 specifies time limitation in which engine driven equipment shall not be operated. 401.9 Temporary Light, Power, and Water. The Contractor shall at its own expense, furnish, install, maintain, and remove all temporary light, power, and water, including piping, wiring, lamps, and other equipment, necessary for the work. The Contractor shall not draw water from any fire hydrant, except to extinguish a fire, without first obtaining permission from the water agency concerned. 401.10 Coordination With Affected Residents. This contract may include a significant amount of work within construction easements in private property. The Contractor shall be required to provide adequate notification to, and coordination with, the affected residents. At least 1 week prior to working in easements, the Contractor shall notify the affected residents in writing of the intention to perform work within their properties, the starting dates of work, and duration of the work. The Contractor shall only initiate an amount of work that can be reasonably completed on the same day. If the initiated work is unfinished, the Contractor shall provide adequate covers and appropriate barricades and warning signs to ensure public safety to the satisfaction of the Engineer. After completion of work in the easement area, the Contractor shall obtain written release from the property owners and give a copy to the Engineer. Any damages to the properties shall be restored and handled in accordance with Section 401.11 of this

Page 87: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 5

specification. In addition, service connections may be required to be temporarily stopped for rehabilitation of the sewer mains and/or laterals. At least 1 week prior to working in a particular area, the Contractor shall notify the affected residents in writing of the intended work, the starting date and duration, and any coordination requirements to facilitate work progress. The Contractor shall be required to adequately notify affected residents of schedule changes. For service connection disruptions required to make system improvements, the Contractor shall provide a second notice to residents/businesses not less than 48 hours prior to service interruption. For interruptions in service longer than the limits specified below, the Contractor shall at his cost arrange for and provide in-kind services. Maximum interruption time without provision of in-kind services for private residences shall be as follows: Water Services: 4 hours Sewer Services: 7 hours All interruptions shall be restored by the Contractor at the end of each day. The Contractor shall plan for and provide the services of a septic tank pumper truck to periodically pump out any sewage which may accumulate in excavation pits at the two-way cleanout location. Alternatively, the Contractor may utilize submersible sewage pumps or trash pumps to convey the sewage from the pits to a functional portion of the existing sanitary sewer within the project area. The Contractor shall at all times perform his lateral connection work so as to minimize the quantity of sewage which may accumulate, to minimize adverse impacts on public health and sanitation and to minimize the potential for odors. The Contractor shall at all times maintain an adequate supply of bottled chlorine bleach (sodium hypochlorite solution) to treat any accumulated sewage should this be determined necessary by the Engineer to minimize odors and to protect the public and workers' health. All costs to the Contractor for coordination with the affected residents shall be included in bid prices for the replacement or rehabilitation of sewer mains and laterals. 401.11 Protection and Restoration of Existing Improvements. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements and street pavements which are not designated for removal (e.g., street sections, curbs, gutters, driveways, fences, walls, structures, landscaping, etc.) which 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 dimensions.

Page 88: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 6

Prior to initiating work in the public right of way and in the easements, the Contractor shall make an audio/video cassette tape recording of the affected areas showing all existing improvements, and their conditions. The tapes shall be turned over to the Engineer and shall be used as a historical recording of the pre-construction conditions. The costs of the pre-construction audio-visual survey shall be the responsibility of the Contractor. Any damages to the private properties will be restored to the satisfaction of the property owners/Engineer within seven (7) days of the damage(s). Damages within the public right of way including street pavement will be restored to the satisfaction of the Engineer after work on that particular block is completed. 401.12 Submittals. Where required by the specifications, the Contractor shall submit descriptive information which will enable the Engineer to advise the Agency whether the Contractor's proposed materials, equipment or methods of work are in general conformance to the design concept and in compliance with the drawings and specifications. The information to be submitted shall consist of proposed construction schedule, traffic control plan, shoring, sheeting and bracing as required drawings, specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the specifications. In some instances, specified submittal information described some, but not all, features of the material, equipment, or method of work. Features not requiring submittals shall be as specified. 401.12-1 Contractor's Responsibilities. Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the drawings. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall insure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Agency. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. 401.12-2 Transmittal Procedure 401.12-2a General. Submittals regarding material and equipment shall be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole.

Page 89: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 7

401.12-2b Deviation from Contract. If the Contractor proposes to provide material, equipment, or method of work which deviates from the requirements of the plans and specifications, he shall indicate as "deviation" on the transmittal form accompanying the submittal copies. 401.12-2c Submittal Completeness. Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 401.12-3 Review Procedure. Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of their conformance to the requirements of the plans and specifications. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform to the plans and specifications. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes except where specifically indicated or required by the contract documents or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. One reproducible original of all the submitted information. When individual sheets in the submittal exceed 8-1/2 inches x 11 inches, a sepia shall be submitted. 2. Four copies of all the submitted information. Unless otherwise specified, within 10 calendar days after receipt of the submittal, the Engineer shall review the submittal and return one copy of the marked-up reproducible original noted in 1 above. The reproducible original will be retained by the Engineer. The returned submittal shall indicate one of the following actions: 1. If the review indicates that the material, equipment or work method complies with the contract documents, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." Except at his own risk, the Contractor shall not undertake

Page 90: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 8

work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, or work method does not comply with the contract documents, copies of the submittal will be marked "REJECTED -SEE REMARKS." Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or " MAKE CORRECTIONS NOTED." 401.12-4 Effect of Review of Contractor's Submittals. Review of drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Agency, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Agency has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. 401.13 Final Cleaning Up. Upon completion of the work, and before acceptance and final payment, the Contractor shall clean the project areas and remove all surplus and discarded materials, falsework, rubbish and temporary structures and restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and shall leave the improvement in a neat and presentable condition throughout the entire length of the improvement under contract to the satisfaction of the Engineer. If the Conditions as noted above are not corrected immediately, the Engineer may declare an emergency and take necessary action in accordance with Section 401.7-1 of this specification. 401.14 Changed Conditions. The Contractor shall notify the Engineer in writing of the following Work site conditions, hereinafter called changed conditions, promptly upon their discovery and before they are disturbed. 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; and 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed. The Engineer will promptly investigate conditions when notified or any conditions discovered by him which appear to be changed conditions. If the Engineer determines that the conditions are changed conditions and that they will materially increase or decrease the costs of any portion of the Work, a

Page 91: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 4 - 9

Change Order will be issued adjusting the compensation for such portion of the work in accordance with Subsection 401.3. If the Engineer determines that conditions of which has been notified by the Contractor do not justify an adjustment in compensation, the Contractor will be so advised in writing. Should the Contractor disagree with such determination, it may submit a notice of potential claim to the Engineer, as provided in Subsection 501.12. If the Engineer determines that the conditions are changed conditions and that they will materially affect the performance time, the Contractor, upon submitting a written request, may be granted an extension of time subject to the provisions of Subsection 801.7.1. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. 401.15 As-Built Records. The Contractor shall maintain at the jobsite one (1) set of Plans marked to show any deviations which have been made from the Plans, including buried or concealed construction and utility features revealed during the course of construction. Record the horizontal and vertical location of all buried utilities that differ from the Plans. These Plans shall be available for review by the Engineer at all times. Upon completion of the work, deliver the marked set of prints in good condition to the Engineer for incorporation into the original drawings.

Page 92: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 1

SECTION 5 - CONTROL OF THE WORK 501.1 Authority of the Engineer. The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner or performance and rate of progress of the work; all questions which may arise as to the interpretation of the Plans and Specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly. 501.2 Plans. All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made in any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer. Where at any time reference is made to the plans, the interpretation shall be the plans as affected by all authorized alterations then in effect. 501.3 Conformity with Plans and Allowable Deviation. Finished surfaces in all cases shall conform with the lines, grades, cross sections, and dimensions shown on the approved plans. Deviation from the approved plans, as may be required by the exigencies of construction, will, in all cases, be determined by the Engineer and authorized in writing. 501.4 Coordination with Contract Documents. These specifications, the plans, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooperative, to describe and provide for a complete work. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be: 1. Federal and State requirements. 2. Permits from other agencies as may be required by law. 3. Special Provisions 4. General Provisions 5. Contract Plans, including General Notes. 6. Standard Details. 7. Amendments to the Standard Specifications for Public Works Construction, 1985 Edition. 8. Standard Specifications for Public Works Construction, 1985 Edition, Part 2 - Construction

Page 93: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 2

Materials and Part 3 - Construction Methods. 9. Reference Specifications. Change orders, supplemental agreements, and approved revisions to Plans and Specifications will take precedence over documents listed above. Detailed plans shall have precedence over general plans. 501.5 Interpretation of Plans and Specifications. Should it appear that the work to be done or any of the matters relative thereto are not sufficiently detailed or explained in the Plans or Specifications, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to the same as part of the contract, so far as may be consistent with the original specifications; and in the event of any doubt or question arising regarding the true meaning of the Specifications, reference shall be made to the Engineer, whose decision thereon shall be final. In the event of any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. Any part of the work which is not mentioned in the Specifications, but is shown in the Plans, or any part not shown on the Plans but described in the Specifications, shall be performed by the Contractor. 501.6 Superintendence. The Contractor will be supplied with five copies of the Plans and Specifications. Additional sets of Plans and Specifications shall be provided at the Contractor's cost which shall be equal to the City's reproduction costs. The Contractor shall have available on the work, at all times, one copy of each of said Plans and Specifications; he shall give the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer and with other contractors in every way. The Contractor shall, at all times, have a competent superintendent capable of reading and thoroughly understanding the Plans and Specifications, as his agent on the work, who shall receive instructions from the Engineer or his authorized representatives. The superintendent shall have full authority to execute the order or directions of the Engineer without delay and to promptly supply such materials, tools, plant equipment, and labor as may be required. Such superintendent shall be furnished irrespective of the amount of work sublet. 501.7 Lines and Grades. Lines and grades for the work will be given by the Engineer. The Contractor shall give at least 48 hours' notice when he will require the services of the Engineer for laying out any portion of the work. The Contractor may be required to furnish labor, at no extra cost to the City, to assist the City survey party. In general, this would mean the occasional furnishing of a laborer to drive stakes, pull manhole covers, move obstructions, etc., in order to expedite the work. The Contractor shall protect stakes set by City surveyors by placing guard stakes or large objects to protect them from damage. The Engineer shall charge the Contractor for all time spent resetting stakes.

Page 94: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 3

501.8 Authority and Duties of Resident Engineer. Duly authorized Resident Engineers, who shall perform their duties under the direction of the Engineer, will be assigned to the project or each part thereof. The presence of the Resident Engineer shall in no way lessen the responsibility of the Contractor. In case of any dispute arising between the Contractor and the Resident Engineer as to materials furnished or the manner of performing work, the Resident Engineer shall have authority to reject materials or suspend the work until the questions at issue can be referred to and decided by the Engineer. The Resident Engineer is not authorized to revoke, alter, enlarge, relax, or release any requirement to these specifications, nor to approve or accept any portion of the work, nor to issue instructions contrary to the Plans and Specifications. 501.9 Inspection. The Contractor shall furnish the Engineer or his designated representative with access to the work for ascertaining whether the work performed and materials used are in accordance with the requirements and intent of the specifications and contract. The Contractor shall give the Engineer or his representative notice of the time when he or his subcontractors will start the various units or operations of the work. Notice shall be given at least 24 hours in advance of starting or resumption time exclusive of Saturdays, Sundays, or holidays, for the purpose of permitting the Engineer to make the necessary assignment of his representative or inspector on the work. Any work performed by the Contractor or his subcontractors in conflict with said notice shall be removed if so ordered by the Engineer, his representative or inspector on the work. The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work or unsuitable materials may have been previously overlooked by the Engineer and accepted or estimated for payment. 501.10 Traffic Control. The Contractor shall submit three copies of proposed traffic control plan to the Engineer for approval at least five (5) working days prior to commencement of work. No work will be started unless the traffic plan and requirements in Section 801.2 is duly approved. This plan will be submitted in the form of a drawing locating the project area and all major and minor access and exits to and out of this area. The plan will also include the immediate neighboring areas where the traffic shall be directly or indirectly affected as a result of construction work in the project area. The traffic control plan shall be developed for various traffic situations and street configurations in the work and surrounding areas in full conformance with the "State of California Business, Transportation and housing Agency Department of Transportation Manual of Traffic Controls for Construction and Maintenance Work Zone" dated 1985, hereinafter referred to as Traffic Control Manual. At main entry and exit points of each work location, the Contractor shall provide a 30" x 30" sign advising the public of the anticipated period of time that traffic delays may be anticipated. This sign will also include name and telephone number of the Contractor along with starting and completion dates of

Page 95: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 4

the contract. Sign will be erected 7 days in advance of any work. If traffic is to be detoured over a centerline or detoured in advance of the work, detour plan must be incorporated in the traffic control plan. Police, Fire, and Public Works Department shall be notified at least 48 hours in advance of any work which will interfere with the normal flow of vehicular or pedestrian traffic. Intersection closure may only occur if, in the traffic plan, the two adjacent intersections remain open, unless otherwise approved by the Engineer. All signs and devices proposed to warn, direct, and control traffic in the vicinity of the work shall conform in size, shape, and color to the requirements set forth in the Traffic Control Manual mentioned above and approved by the Engineer in accordance with the traffic control plan. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays, designated legal holidays, after 3:00 P.M. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress. Cost of traffic controls, including flag person, shall be included and spread among appropriate bid items as determined by the Contractor. Public parking on streets may be restricted as necessary. The Contractor shall furnish, erect, and maintain all signs except "No Parking" signs which shall be obtained by the Contractor from the City of Berkeley. All signs shall be placed as directed by the Engineer. The "No Parking" signs must be posted by the Contractor no later than 48 hours or as directed by the Engineer in advance of the time of need. "No Parking" signs shall bear the name of the Contractor and shall also specify the "No Parking" dates and locations. The Contractor shall replace within a 24 hour period any sign that has been damaged, lost, or worn out. The Traffic Engineer shall have authority to change the traffic plan and make recommendations through the Engineering Inspector after the project has started and throughout the project. The Contractor shall comply with the traffic engineering recommendations within a 24 hour period or immediately if requested. Failure to comply with this item shall be enough reason for the Engineer to stop the project. 501.11 Defective and Unauthorized Work. All work which is defective in its construction or deficient in any of the requirements of these specifications shall be remedied, or removed and replaced by the Contractor in an acceptable manner, and no compensation will be allowed for such correction. Upon failure of the Contractor to comply forthwith with any order of the Engineer made under the provisions of these specifications, the Engineer shall have the authority to cause defective work to be

Page 96: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 5

remedied, or removed and replaced, and unauthorized work to be removed, and to deduct the costs thereof from any monies due or to become due the Contractor. 501.12 Disputed Claims. In any case where the Contractor deems extra compensation is due him for work or materials not clearly covered in the contract, or not ordered by the Engineer as extra work, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claims for such extra compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. The claim must be passed upon by the Engineer. In case the claim is found to be just, it shall be allowed and paid for as extra work. Unless the Contractor gives notice of his claim to the Engineer within 10 calendar days, or before he begins the work on which he bases his claim, whichever is sooner, it will not be considered. 501.13 Arbitration. Disputed claims may be settled by arbitration if both parties mutually agree. The arbitration procedures shall be in accordance with the construction industry arbitration rules of the American Arbitration Association. Arbitration awards shall be presented in writing and shall include the following elements: (1) legal "finding of fact" established by the arbiter; (2) specific breakdown of the dollar amounts allocated for each issue under arbitration; (3) the arbiter's "conclusion of law"; (4) a summary of the evidence; and (5) reasons underlying the arbiter's award. 501.14 Final Inspection. Whenever the work provided and contemplated by the contract shall have been satisfactorily completed and the final cleaning up performed, the Engineer will make the final inspection. 501.15 Progress Meetings. The Contractor shall schedule and hold regular on-site progress meetings weekly and at other times as requested by the Engineer or as required by progress of the Work. The Contractor, Engineer, and all subcontractors active on the site shall be represented at each meeting. The Contractor may, at its discretion, request attendance by representatives of its suppliers, manufacturers, and other subcontractors. The purpose of the meetings will be to review the progress of the work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 501.16 Substitution. Any materials, process, or article may be requested for a substitution by the Contractor, in lieu of that specified or shown, under the following conditions: 1. Requests must be submitted in writing sixty (60) days prior to starting the work, as established by the Engineer, so as not to cause any delay in completion of the project. 2. The Contractor shall, at no cost to the City, furnish all testing, data, engineering, and design services (including the review costs incurred by the Engineer) for items offered as equivalent to those

Page 97: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 5 - 6

specified. Test methods and findings shall, prior to installation, be subject to approval of the Engineer. 3. On sewer rehabilitation projects, the sewer rehabilitation methods shown on the Plans are the minimum levels acceptable for the respective reaches. The three sewer rehabilitation methods, in descending order of acceptability, are as follows: Replacement Inversion-Lining Sliplining Substitution with a lower level rehabilitation method will not be permitted unless field conditions dictate that a lesser method will provide comparable sewer integrity. A credit change order will be prepared accordingly. The foregoing shall require the approval of the City and the Engineer. Substitution with higher level rehabilitation method may be acceptable subject to approval of the Engineer. 1. No requests for substitution will be considered during the bidding period. 2. Any substitution of any material, process, or article shall be at no additional costs to the City. Substitution with a lesser level rehabilitation method shall be accomplished by credit change order. Substitution with a higher level method shall be accomplished by a no cost change order. The Engineer reserves all rights and will have final approval as to the substitution of alternative rehabilitation methods. 501.17 Reinspection, Retesting, and Re-staking. All costs incurred by the City for reinspection of poor workmanship, failing air tests, failing compaction tests, failing tests of any kind, and re-staking caused by the Contractor shall be deducted from the amounts due the Contractor by contract change order. The Engineer's decision as to determination of poor workmanship shall be final.

Page 98: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 6 - 1

SECTION 6 - CONTROL OF MATERIAL 601.1 Sample and Tests. At the option of the Engineer, the source of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of all materials to be used in the work, for testing or examination as desired by the Engineer. All tests of materials furnished by the Contractor shall be made in accordance with commonly recognized standards as set forth in the specifications and such other special methods and tests as may be prescribed. The Contractor shall furnish such samples of materials as are requested by the Engineer, without charge. No material shall be used until it has been approved by the Engineer. Samples will be secured and tested by the laboratory whenever necessary to determine the quality of material. 601.2 Defective Materials. All materials not conforming to the requirements of these specifications shall be considered as defective, and all such defective materials, whether in place or not, shall be rejected. They shall be removed immediately from the site of the work unless otherwise permitted by the Engineer. No rejected material, the defects of which have subsequently been corrected, shall be used until approved in writing by the Engineer. Upon failure on the part of the Contractor to comply with any order of the Engineer made under this provision of these specifications, the Engineer shall have authority to remove and replace defective material and deduct the cost of removal and replacement from any monies due or to become due the Contractor. 601.3 Storage of Materials. Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. Stored materials shall be so located as to facilitate prompt inspection. Space for main storage/construction yard shall be the Contractor's responsibility. No construction material shall be stockpiled in the street for a period of more than five (5) days at a particular location. Contractor shall coordinate with the Engineer to designate such temporary storage areas. The delivery of materials on site should be scheduled in installments in such a way that all stockpiled materials are used within the above specified period. Proper lighted barricades and other required traffic controls shall be maintained at all times around the stored materials. No material shall be stored on the sidewalk area and/or in front of driveways or within 15 feet of a fire hydrant or catch basin, passageways, or in such a way as to hinder pedestrians, vehicular flow, or drainage. Street curbs and gutters shall be clear from stockpiled materials. To maintain flow of unobstructed surface water on the street, 4" diameter minimum drain pipes shall be provided along the gutters if any materials are stockpiled in those areas.

Page 99: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 6 - 2

At least one lane shall be kept open in the street at every time during the time material is stockpiled in the public right of way. Any violation of the above requirements will result in a declaration of an emergency situation by the Engineer and proper remedial action shall be taken in accordance with Section 401.7 of this specification. Clean up and tidiness under Section 401.6 shall be adhered to and enforced. 601.4 Trade Names or Alternatives. Whenever any article or any class of materials is specified by a trade name or by the name of any particular patentee, manufacturer or dealer, it shall be and is mutually understood to mean and specify the article or class of materials described, or any other equal thereto in quality, finish, and durability, and equally as serviceable for the purpose for which it is intended, subject to the approval and acceptance of the Engineer.

Page 100: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 1

SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 701.1 Laws to be Observed. The Contractor shall keep himself fully informed of all state and national laws and all municipal ordinances and regulations of the City which in any manner affect those engaged or employed in the work, or which in any way affect the conduct of the work, and or all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. The Contractor shall at all times observe and comply with, and shall cause all agents and employees to observe and comply with all such laws, ordinances, regulations, orders and decrees, including all provisions of the Occupational Safety and Health Act of 1979 and all amendments thereto, and all applicable federal, state, municipal, and local safety regulations; and shall protect and indemnify the City, the Council, and the Engineer, and all of its and their officers and agents and servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his employees. If such discrepancy or inconsistency is discovered in the plans, drawings, specifications, or contract for the work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall forthwith report the same, in writing, to the Engineer. 701.2 Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work for all workers employed on this contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as penalty to the City of Berkeley, twenty-five dollars ($25.00) for each laborer, worker, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, worker, or mechanic is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of said Labor Code. 701.3 Apprentices. The Contractor and any subcontractor working under him must comply with and be governed by the laws of the State of California having to do with the employment of apprentices on public works as set forth in Sections 1777.5 and 1777.6 of the Labor Code of the State of California. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 701.4 Nondiscrimination. There shall be no discrimination against any employee who is employed in the work covered by this contract, or against any applicant for such employment, because of race, religion, color, disability, national origin, or sexual preference. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship.

Page 101: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 2

In order that this provision against discrimination shall achieve the intended result, before a contract is awarded to the apparent successful bidder there shall be a pre-award conference between such apparent successful bidder and the City Manager, or the City Manager's designated representative. Such pre-award conference shall be held after the opening of bids and before award of the contract at a date and time to be designated by the City Manager, or his representative, and at such pre-award conference the apparent successful bidder shall present to the City Manager, or his authorized representative, the program of affirmative action he proposed to undertake to ensure that persons are employed and employees are treated so that they receive equal opportunities without regard to race, religion, color, disability, national origin, or sexual preference. Such program shall include not only the affirmative action proposed to be undertaken by the apparent successful bidder in his own employment practices but also the affirmative action that he proposes to undertake to assure that all subcontractors working under him provide equal employment opportunities for all without regard to race, religion, color or national origin. Failure to carry out the proposed program of affirmative action shall be deemed to be a violation of the contract within the meaning of Section 701.26 of the General Provisions. In the event that the apparent successful bidder refuses or fails to participate in such pre-award conference or refuses or fails to present a program of proposed affirmative action, the Council may determine that he is not the lowest responsive bidder and his bid shall be rejected. In such event, the City Council shall have the right to declare such apparent successful bidder to be a nonresponsive bidder, in which case no contract shall be awarded to him by the City for a period of at least three (3) years from the date of the declaration by the Council that he is a nonresponsive bidder, and then only after satisfactory evidence that he will comply with the requirements of this Section of the General Provisions. If the bid of the apparent successful bidder is rejected by the Council and the Council wishes to award the contract to another bidder, such contract shall not be awarded until such bidder has complied with the requirements of this Section relating to pre-award conference and the effects thereof, as hereinabove set forth, shall be applicable to said other bidder, except that such pre-award conference shall be held within five (5) days following the action of the Council in rejecting the bid. The other bidders shall be considered for award pursuant to this paragraph in the order of their bids starting with the next lowest responsive bidder and continuing until a bidder complies with the requirements of this Section, or until the council takes other action as authorized by Section 67 of the Charter. 701.5 Prevailing Wage. The Contractor and any subcontractor working under him must comply with and be governed by the laws of the State of California having to do with the prevailing wage to be paid as is set forth in Division 2, Part 7, Chapter 1, Article 2 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as penalty to the City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed, for each calendar day or portion thereof, such laborer, workman, or mechanic is paid less than the general prevailing wages hereinafter stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In addition, the Contractor shall pay to the workmen the wages resulting from the

Page 102: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 3

difference between the stipulated wage rate and the wages actually paid. The Engineer has a current copy of general prevailing wage rates applicable to the work, a copy of which is made part of these specifications by reference. 701.6 Compensation Insurance. Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. 701.7 Governmental Regulations. Bid price shall not be in excess of maximum prices permitted by the federal or state government. All orders are subject to ability to obtain and use materials and deliver finished products under federal and state regulations and orders. If shipping dates are subject to delays resulting from preference rating or priority shipments order or requested by the United States Government or by any department, commission or agency thereof, the Contractor shall not be held liable for such delay. 701.8 Taxes. The City is liable for the State Sales Tax and where the County of purchase has adopted the Uniform Sales Tax law and a City and/or County tax is collected by the State, the City of Berkeley is liable for this tax also. The City if exempt from the Federal Excise Tax and exemption certificates will be furnished. In certain instances, the bidder and subcontractor may be liable for Federal Excise Tax. Bidder must determine whether Federal Excise Tax is chargeable to him and if so, the amount of the tax should be included in the amount bid. Any new or additional taxes levied after the adoption of these specifications that are payable by the City are not to be included in the price bid, but added thereto when invoiced. 701.9 Permit and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notice necessary for the lawful prosecution of the work. 701.10 Royalties and Patents. The Contractor shall pay all royalties and patent fees. He shall defend all suits and claims for infringements of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. If, however, the Contractor has information that the procedures or article specified is an infringement of a patent, he shall be responsible for any loss unless he promptly gives said information to the City. The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices or processes used on or incorporated in the work.

Page 103: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 4

All fees and royalties for any patented invention or process used in connection with the work shall be included in the price bid for such work, and the Contractor shall obtain a permit from the patentee for use of the same. 701.11 Public Convenience and Safety. The Contractor shall so conduct his operations as to cause the least possible obstruction and inconvenience to the public. Residents along the work shall be provided passage as far as practicable. Convenient access to driveways, houses, and buildings along the work shall be maintained and temporary crossings shall be provided and maintained in good conditions. Contractor shall maintain access to all driveways except when actually doing construction within the driveway boundaries, at which time parking access will be maintained unless alternate arrangement can be made with the property owners or tenants in advance. No more than one intersection street shall be closed at any one time without the approval of the Engineer. The Contractor shall furnish all flagpersons, barricades, barriers, lanterns, flares, "DR" type detour signs, and other devices which may be necessary for adequate and safe traffic control, and in accordance with the approved traffic control plans per Section 501.10 of this specification. Traffic control shall be performed in accordance with the following requirements: o Safe pedestrian passage shall be provided at all times on the project site. o All open trenches will be covered with appropriately thick steel plates in accordance with page 25

of the "Work Area Traffic Control Handbook" published by Building News, Inc. (213) 870-9871. Safe passage for all vehicles shall be maintained at all times in both directions.

o Sufficient number of reflectorized signs shall be supplied and used on the job site at all times to

efficiently control traffic in accordance with this specification. Each and all barricades shall be equipped with operative automatic flashers.

o Berkeley Police and Fire Departments, Berkeley School District, City Streets and Utilities

Division, and A.C. Transit shall be advised of the planned construction, blocked streets, and other changes affecting traffic conditions (48 hours in advance), every work day -- or more frequently. Additionally, the Police and Fire Departments and Resident Engineer must be given telephone numbers where the Contractor may be reached at all hours in the event of an emergency involving the work. Appropriate Police, Fire, Berkeley School District, City Streets and Utilities Division, and A.C. Transit telephone numbers are as follows:

Police: 981-5900 Fire: 981-5900 School: 644-6182 Streets & Utilities: 981-6620

Page 104: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 5

A.C. Transit: (where applicable) 891-4777 Proper signs and devices shall be used to warn, direct, and control traffic in the vicinity of the work and shall conform in size, shape, and color to the requirements set forth in the specifications and approved by the Engineer in accordance with the Traffic Control Plan. Where such facilities are not provided or are out of service, and an emergency exists that necessitates protective measures, the Engineer or his representative, may provide such facilities during the emergency and the cost thereof shall be paid by the Contractor or deducted from monies due or to become due him on the contract. Such action by the Engineer, however, shall not relieve the Contractor of his responsibility for any damages which may occur before, during or after such precaution has been taken by the Engineer, and shall place no liability upon the City or the Engineer. To keep evening and night noise levels to a minimum, no engine driven equipment shall be operated between 5:00 p.m. and 7:30 a.m. unless previously authorized by the Engineer. 701.12 Responsibility for Damage. The City, the Council, or the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any materials or equipment used in performing the work; or for injury or damage to person or persons, either workmen or the public; or for damage to adjoining property from any cause whatsoever during the progress of the work or at any time before final acceptance. The Contractor shall be held responsible for any and all loss, accidents, injury or damage to persons or property which may be the result of this contract and for which the City might be held liable. The Contractor shall protect and indemnify the City and save it harmless in every way from all claims, suits or actions of law for damage or injury to persons or property that may arise or be occasioned in any way because of this contract. The Council may retain so much of the money due the Contractor as shall be considered necessary, until disposition has been made of such suits or claims for damages as aforesaid. 701.13 Public Liability and Property Damage Insurance. Before commencing the work, the Contractor shall furnish to the City Attorney of the City satisfactory evidence of public Liability and Property Damage insurance with limits of liability as listed in the Notice to Bidders and as approved by the City's Risk Manager. Such insurance shall name the City of Berkeley officers, employees, agents and its consultants associated with the project (City to provide names of the consultant(s)) as additional named insured and it shall be provided that any cancellation or reduction in coverage of the insurance by either the assured or the insurance company will not be effective until thirty (30) days after written notice thereof has been given to the City. 701.14 Contractor's Responsibility for Work. Until the formal acceptance of the work by the Engineer, the Contractor shall have the charge and care thereof, except as provided in Section 701.11, Public Convenience and Safety, and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion

Page 105: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 6

of the work occasioned by any cause before final acceptance and shall bear the expense thereof, except such injuries or damages as occasioned by acts of war. 701.15 Entry Rights. The right is reserved to the City, and also to railway, water, gas, telephone, telegraph, cable television and electric power transmission companies to enter upon the work for the purpose of making repairs and changes that have become necessary by reason of work. Projects financed in whole or in part with State funds shall be subject to inspection at all times by the State of California agency having jurisdiction or his agent. 701.16 Cooperation between Contractor and Utility Companies. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The City, its workers and contractors, and others shall have right to operate within or adjacent to the workers to perform such work. The City, the Contractor, and each of such workers, contractors, and others shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the City for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage, or delay, the Contractor shall redeploy its work force to other parts of the work. Should the Contractor be delayed by the City, and such delay could not reasonably have been foreseen and prevented by the Contractor, the Engineer will determine the extent of the delay, the effect of the delay on the project as a whole, and any commensurate extension of time. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or utility company, the Contractor shall on that account have no claim against the City other than for an extension of time. 701.17 Obstruction. No material or other obstruction shall be placed within fifteen (15) feet of fire hydrants, which must be at all times readily accessible to the Fire Department. Where the completion of the work requires their removal, the Contractor shall remove and dispose of all structures, debris, or other obstructions encountered in making the improvement. 701.18 Sanitary Conveniences. Necessary sanitary facilities for the use of workers properly secluded from public observation and in compliance with health ordinances and laws, shall be constructed and maintained in an approved manner by the Contractor, and their use shall be strictly enforced. 701.19 Preservation of Monuments. The Contractor shall carefully preserve bench marks, reference points and stakes, and in case of willfully or careless destruction, he will be charged with the entire cost of replacing them and shall be responsible for any mistakes that may be caused by their unnecessary loss

Page 106: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 7

or disturbance. Monuments which have to be removed shall not be disturbed until authorized by the Engineer. The Contractor shall provide the City with a minimum of 48 hours notice of any activities which may result in the displacement damage or destruction of monuments. 701.20 Opening Sections of New Work. Whenever, in the opinion of the Engineer, any section of the work is in a condition for beneficial use by the City it may be opened for use. Such openings, when authorized in writing by the Engineer shall not represent acceptance of that portion of the work unless all specified testing has been satisfactorily completed. The Contractor will be responsible for all necessary repairs on any section of work, so opened, due to defective material or work, damage by Contractor's operation, or to natural causes other than ordinary wear and tear until final completion and acceptance of the work. Such repairs shall be at the expense of the Contractor. 701.21 Acceptance of Work on Contract. When the final inspection is completed and it has been determined that the work is in accord with the plans and specifications, the Engineer will formally accept the contract. After such acceptance, the Contractor will be relieved of protecting the work, except for such correction or repair as shall be required to correct any defect in the work. The Contractor will not be required to perform any further work thereon except such items as may be reserved specifically in the specifications or formal written acceptance, and he shall be relieved of responsibility for injury to persons or property or damage which occurs after the formal written acceptance. 701.22 Correction of Errors, Recovery for Errors, Dishonesty or Collusion. The City reserves the right to correct any error that may have been made in any estimate that has been paid. The City also reserves the right to claim and recover by process of law any sums sufficient to correct any error or make good any deficiency in the work, regardless of when such error, dishonesty or collusion shall be discovered. 701.23 Rights in Materials and Salvage. Ownership of materials incorporated in the work is vested in the name of the City. Any material delivered and paid for in part by the City or any material furnished by the City to be incorporated in the work, is or becomes the property of the City. Any salvageable materials or installations existing at the site of the work (such as manhole rings and covers, catch basin gratings, angle iron, pipe railings, valve boxes and lamphole boxes, and other steel, cast iron or metallic materials) that are the property of the City, if they are to be removed shall be delivered F.O.B. to the storage yard designated by the City. The salvageable materials shall be cleaned of clinging concrete and debris and delivered to the storage yard in the same condition as it existed prior to removal, unless the Contractor is instructed otherwise by the Engineer. 701.24 Right-of-Way. The right-of-way for the work to be constructed will be provided by the City. The Contractor shall make his own arrangements, and pay all expenses for additional area required by him outside the limits of the right-of-way, unless otherwise provided in the Special Provisions.

Page 107: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 7 - 8

701.25.1 Underground Facilities. The City has investigated underground conditions to the extent allowed by the City records and has indicated on the drawings such underground structures and conditions as are known to exist. In addition, the drawings indicate information furnished to the City by the utility agencies concerning their facilities. The City does not guarantee, either expressly or by implication, that the underground conditions indicated are either complete or exact as to locations and depths. No additional allowance will be made in cases where underground conditions vary as to number, structures, depths, locations or any other condition from the information shown on the drawings. In all cases, the cost of dealing with the identified underground facilities encountered will be considered as being included in the bid prices for the various items of work. 701.25.2 Protection of and Liability for Unidentified Underground Public Utilities. The following is pursuant to California Government Code Division 5, Chapter 3.1, Section 4215. The City is responsible for the removal, relocation or protection of existing utilities located on the construction site that is subject of these plans and specifications if such existing underground utilities are not identified in the plans and specifications and made a part of the invitation for bids. The Contractor will not be assessed liquidated damages for delay in completion of the contract, when such delay is caused by failure of the City or utility owner to provide for removal or relocation of the unidentified existing utility facilities. 701.26 Compliance with Contract. In the event any provision of the contract including the General Provisions and specifications, is violated, and the Contractor refuses to comply after 10 days written notice is given by the City, the City shall have the additional right, without further notice, to cancel the contract and/or declare such Contractor to be a nonresponsive bidder, in which case no contract shall be awarded him by the City of a period of at least three (3) years from the date of violation, and then only after satisfactory evidence that he will comply with City specification and contract provisions.

Page 108: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 8 - 1

SECTION 8 - PROSECUTION AND PROGRESS 801.1 Subletting and Assignment. The Contractor shall give his personal attention to the fulfillment of the contract and shall keep the work under his control. The contract may be assigned only upon written consent of the Engineer. Subcontractors will not be recognized as such, and all persons engaged in the work of construction will be considered as employees of the Contractor, and their work shall be subject to the provisions of the contract and specifications. When a portion of the work sublet by the Contractor is not being prosecuted in a manner satisfactory to the Engineer, the subcontractor shall be removed immediately on the written request of the Engineer and shall not again be employed on the work. 801.2 Progress of the Work and Time for Completion. The Contractor shall begin work within 30 calendar days after the award of the contract and shall diligently prosecute the same to completion before the expiration of the time specified in the Bidding Documents. After issuing of Notice to Proceed and prior to commencement of mobilization and construction, the Contractor shall be required to attend a pre-construction meeting. The Engineer may extend the starting date. 801.3 Programming Work. After notification of award and at least five (5) working days prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction schedule. No construction work will start unless the schedule is approved by the Engineer. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. The construction schedule shall reflect completion of all work under the contract within the specified time and in accordance with these specifications. The schedule shall include completion dates of all major activities on a block to block basis. If the Contractor desires to make a major change in the method of operations after commencing construction, or if the schedule fails to reflect the actual progress, the Contractor shall submit to the Agency a revised construction schedule in advance of beginning revised operations. Loss of work for any cause during the period of time prior to the submission of the progress schedule will not be considered by the Engineer in his computation of time extensions. In addition, the Contractor shall submit a complete list of subcontractors who will perform the work on this project and a list of all major material suppliers. No substitutions of any kind will be allowed, either of subcontractors or material suppliers without the written approval of the Engineer.

Page 109: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 8 - 2

In case of any delays from the original schedule due to any reason, the Contractor will immediately notify the Engineer and resubmit the revised schedule within forty-eight (48) hours of that change. Any request for change in the original schedule shall be evaluated and approved or denied in accordance with requirements listed in these specifications. All work on the project shall be performed between the hours of 7:30 AM and 5:00 PM on a regular work day. No work shall be scheduled beyond these hours on a regular work day, holiday, or weekend without prior approval from the Engineer. The Contractor shall submit this request in writing at least one week in advance. The Contractor shall pay for the inspection time of the City's resident Engineer or his designated representative on an overtime basis for required inspection of work performed beyond the mentioned regular day working hours and on holidays or weekends. This inspection charge will be deducted from the Contractor's progress payment. All work, including finish paving on a City block and final clean up, shall be completed within five (5) weeks from the start of construction on the respective City block. 801.4 Character of Workers. If any subcontractor or person employed by the Contractor shall refuse to carry out the provisions of the plans and specifications or shall appear to the Engineer to be incompetent or to act in a disorderly or improper manner, he shall be discharged immediately on the written request of the Engineer, and such person shall not again be employed on the work. 801.5 Temporary Suspension of Work. The Engineer shall have the authority to suspend the work wholly or in part, for such period as he may deem necessary due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as he may deem necessary due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. In addition, the Contractor shall comply with the Traffic Engineering recommendation within a 24-hour period or immediately if requested. Failure to comply with this shall be sufficient reason for the Engineer to suspend the work. The Contractor shall immediately obey such orders of the Engineer and shall not resume the work until ordered in writing by the Engineer. 801.6 Liquidated Damages for Failure to Complete Work in Specified Time. Time is of the essence and an essential condition of the Contract. If all the work called for under the contract is not completed before or upon the expiration of the time set forth in the Bidding Documents, damage will be sustained by the City. Since it is and will be impracticable to determine the actual damage which the City will sustain in the event of and by reason of such delay, it is therefore agreed that the Contractor will pay to the City the sum specified in the Bidding Documents for each and every working day beyond the time prescribed to complete the work, not as a penalty, but as a predetermined liquidated damage. The Contractor agrees to pay such liquidated damages as are herein provided, and in case the same are not paid, agrees that the City may deduct the amount thereof from any money due or that may become due the Contractor under the contract.

Page 110: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 8 - 3

801.7 Extension of Time. If the work called for under the contract is not completed within the time specified, the Engineer may extend the time for completion if it serves the best interest of the City. If the time limit for the completion of the contract is extended, the Engineer may charge to the Contractor or deduct from the final payment for the work, all or any part of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are incident to the work, and which accrue during the period of such extension. The cost of final surveys and preparation of final estimate shall not be included in such charges. 801.7.1 Extension of Time Due to Extra Work and Inclement Weather. Extensions of time for extra work, when granted, shall be based upon the effect of delays to the Work and will not be granted for noncontrolling delays to minor portions of the work unless it can be shown that such delays did or will delay the progress of the Work. Extensions of time for inclement weather, when granted, shall be based upon impacts to the Contractors work operations causing not less than 50 percent of the effort to be shut down. 801.8 Delays and Suspension of Work. The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the completion of the work caused by the wrongful act or negligence of the City or its employees, agents or representatives, by acts of God, acts of the public enemy, fire, floods, epidemics, quarantine restrictions, labor disputes, freight embargoes, materials delays when approved by the Engineer, inclement weather or delays of subcontractors due to such causes; provided, that the Contractor shall within five (5) working days from the end of any such delay notify the Engineer in writing of the cause of delay. The Engineer will determine the extent of delay and his findings of the facts thereon shall be final. In the event the Contractor is delayed in the work by the wrongful act or negligence of the City or its employees, agents or representatives, which said delay is not caused by or the continuance of which is not due to any act or conduct on the part of the Contractor, reimbursement or payment to the Contractor for such delay, if at all, shall be limited to any money actually and necessarily expended on the job during the period of delay, solely by reason of said delay. No reimbursement, payment or allowance will be made for anticipated profits, rental charges for equipment owned by the Contractor, or any overhead or indirect costs. 801.9 Acceptance of Payment Does Not Constitute Waiver. If the City accepts any work or makes any payment under this contract after a default by reason of delays, the payment or payments shall in no respect constitute a waiver or modification of any of the provisions in regard to time of completion and liquidated damages. 801.10 Suspension of Contract. If at any time the Contractor has failed to supply an adequate working force or materials of proper quality, or has failed in any other respect to prosecute the work as intended by the terms of the contract, notice thereof in writing will be served upon him and his surety by the Engineer. Should the Contractor neglect or refuse to provide means for satisfactory compliance with the contract within three (3) working days, the Engineer shall have the power to suspend the operations of the Contractor. Upon receiving notice of such suspension, the Contractor shall discontinue said work or

Page 111: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 8 - 4

such parts of it as the Engineer may designate. Upon such suspension, the Contractor's control of the work shall terminate. The City or its duly authorized representative, may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises, and use the same for the purpose of completing said contract, and hire such force and buy or rent such additional machinery, tools, appliance and equipment, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the completion thereof. The City may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the materials contracted for, in such manner as the Engineer may deem proper. The City may annul and cancel the contract and re-let the work or any part thereof. 801.11 Liability of Contractor in Event of Suspension or Cancellation. Any excess of cost over and above the contract price because of suspension of the contract will be charged against the Contractor and his sureties, who will be liable therefor. In the event of such suspension, all moneys due the Contractor or retained under the terms of this contract shall be forfeited to the City until all obligations of the contract have been met. Such forfeiture will not release the Contractor or his sureties from liability for failure to fulfill the contract. The Contractor and his sureties will be credited with any surplus of money so forfeited by the suspension or cancellation of the contract after the completion of the work by the City as above provided. The Contractor or his surety may claim any surplus remaining after all just claims for such completion of the contract have been paid. 801.12 Decision of Council Binding on All Parties. The final determination of the question as to whether there has been non-compliance with the contract sufficient to warrant the suspension or annulment thereof, rests with the Council. Its decision shall be binding on all parties to the contract. 801.13 Guarantee. The Contractor shall guarantee the entire work constructed by him under the Contract to be free of defects in materials and workmanship for a period of one year after completion and acceptance by the Agency. The date of initiation of this guarantee period shall be the date of the filing of the notice of completion by the Agency. The Contractor shall agree to make, at his own expense, any repairs or replacements made necessary by defects in materials and workmanship which become evident within said guarantee period. The Contractor hereby agrees to defend, to indemnify and hold harmless the Agency; its officers, agents and employees, and its consultants associated with the project (City to provide name of consultant), against and from all claims and liability arising from damage and injury due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the Agency may do the work and the Contractor and his surety shall be liable to the Agency for the cost of such work. The performance of guarantee and conditions specified above shall be secured by a surety bond which shall be delivered by the Contractor to the Agency prior to the date on which final payment is made to the Contractor. Said bond shall be in an approved form and executed by a surety company or companies

Page 112: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 8 - 5

satisfactory to the Agency, in the amount of 10 percent of the Contract price. Said bond shall remain in force for the duration of the guarantee period.

Page 113: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 9 - 1

SECTION 9 - MEASUREMENT AND PAYMENT 901.1 Measurement of Quantities. For all items of work, other than those to be paid for by lump sum, after the work is completed and before final payment is made therefore, the Engineer shall make final measurements to determine the quantities of various items of work performed as the basis for final settlement. The Contractor, in case of unit price items, will be paid for the actual amount of work performed and for the actual amount of materials in place, in accordance with these specifications as shown by the final measurements. All work completed under this contract shall be measured by the Engineer according to the standards of weight and measures recognized by the National Bureau of Standards. A ton shall consist of two thousand (2,000) pounds avoirdupois. Measurement for items paid for on the basis of lineal or surface area shall be along centerline distances and in horizontal planes. In computing volumes, the method of average end areas will be used with the aid of planimeter. The pay weight for all items to be paid for by weight shall be determined by actual certified scale weight, certified shipping weight or computed weight if so specified. In order that the City of Berkeley shall have control over materials paid for on a tonnage basis, certain procedures, as outlined below, shall be followed. 1. The Resident Engineer shall be notified prior to the delivery of materials which are to be paid for on a tonnage basis. 2. Material delivered must be accompanied by a weight tag at the time of delivery. 3. The Resident Engineer must validate each tag at the time of delivery. 4. Tags will be accepted and initialed only on the date shown on the tag, which shall be the date of delivery. 5. Final quantities will be based on initialed tags only. Materials specified for measurement by tallying of vehicles having predetermined carrying capacity shall be hauled only in approved units, struck off at the top of the carrying unit or to permanent lines at the loading point and tallied at the point of delivery. Unless all vehicles have uniform carry capacity, each hauling unit shall be marked identifying the approved capacity. 901.2 Extra and Force Account Work. Extra work as defined in Section 401.3, when ordered and accepted, shall be paid for under a contract change order in accordance with the terms therein provided. Payment for extra work will be made at the unit price or lump sum previously agreed upon by the Contractor and the Engineer; or by force account. If the work is done on force account, an amount equal to the sum of the following items shall be used as full and proper compensation therefor, and such amount shall be added to the price fixed by the terms of

Page 114: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 9 - 2

this contract for the part of the work affected: 1. The actual cost to the Contractor of the material required for the work as furnished and delivered by him at the site of the work. 2. The actual cost to the Contractor of the labor (including foremen devoting their exclusive attention to the work in question) required to incorporate all of said material into the work and to finish the work in accordance with directions and the cost of workers compensation insurance premiums for said labor. 3. The actual cost to the Contractor of equipment required for the extra work, except that the rate paid shall not exceed the current prevailing equipment rental rates. The charge for equipment shall be only for that time of actual operation devoted exclusively to the work in question. 4. Ten percent (10%) of Item 2, which shall be considered as covering the cost of small tools, plant and superintendence, and clerical work in connection with the changes. 5. Fifteen percent (15%) of the sum of Items 1., 2., and 3. which shall be considered as covering all other expenses and profit. The City reserves the right to furnish such materials required as it deems expedient, and the Contractor shall have no claim for profit on the cost of such materials. In order that a proper estimate may be made by the Engineer of the net cost of labor and materials entering into extra work, in accordance with the procedure herein stated, the Contractor shall furnish daily an itemized statement of materials and labor supplied, together with the cost of such material and the wages paid and shall furnish vouchers for quantities and prices of such labor, material or work. In case the Contractor fails to comply with the above provisions, he shall have no claim for compensation against the City for such extra work. This method of determining the price of work shall not apply to the performance of any work or the furnishing of any materials which is susceptible of classification under the items for which prices are established in this contract as is required or reasonably implied to be performed or furnished under this contract. 901.3 Progress Payments. The Engineer shall, once in each month, cause an estimate in writing to be made of the total amount of work done and the acceptable materials furnished and delivered by the Contractor on the ground and not used to the time of such estimate, and the value thereof according to the schedule of prices contained in the accepted bid for work. The Engineer may make an estimate of such items of work that are only partially completed on a prorating basis and pay for that portion of the item of work completed as work done. The Contractor may request the Engineer to establish a basis for prorating the unfinished items of work, but must use such a schedule for said prorating as will then be established by the Engineer. In order to receive payment, the Contractor shall make his bills in triplicate

Page 115: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 9 - 3

and deliver to the office of the Engineer. 901.3.1 Bid Item Breakdown. The Contractor shall submit proposed bid item breakdowns for progress payment purpose within 5 days following Award. Engineer shall establish a basis for prorating unfinished items of work utilizing Contractor's proposal, but Engineer shall not be limited to breakdown of items as proposed by the Contractor. Unbalanced or "front loaded" breakdowns shall be rejected. 901.4.1 Retained Funds. Pursuant to Article XI, Section 66 of the City Charter, the City shall retain ten percent (10%) of such estimated value of work done as part security for the fulfillment of this contract by the Contractor and shall monthly pay to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payment and all sums to be kept or retained under the provisions of this contract. No such estimate or payment shall be required to be made when in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of this contract or when, in his judgment, the total value of the work done since the last estimate amounts to less than one thousand dollars ($1,000.00). 901.4.2 Payment of Retained Funds. Attention is directed to Section 901.3 of the General Provisions "Progress Payments" and in particular to the retention provisions of said section. 1. At the request and expense of Contractor, the City will make payments of funds withheld from progress payments to Contractor or to an Escrow Agent, pursuant to the terms of Government Code Section 4590 if Contractor deposits with the City or with a state or federally chartered bank as escrow agent an equal value of securities eligible for substitution pursuant to Government Code Section 4590. Contractor agrees that any escrow agreement under this contract provision must substantially conform to the form escrow agreement in Government Code 4590. Securities will be held in the name of the City, with the Contractor as beneficial owner. The City will determine market value of substituted securities. Contractor will deposit additional securities to restore the total market value of deposited securities if the market value decreases below the retention amount. 2. The Contractor shall bear the expense of the Escrow Agent who may be either the City Treasurer or the bank, in connection with the escrow deposit made. 3. The Contractor shall obtain the written consent of the surety to such agreement. 901.5 Final Payments. The Engineer shall, after the completion of the requested work in each area, make a final estimate of the amount of work done thereunder, and the value of such work, and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of thirty-five (35) calendar days from the date of acceptance of a specific phase of the work by the Engineer, and upon receipt of a bill for the amount due on the work from the Contractor.

Page 116: shattuck reconfiguration and pedestrian safety project ...

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C

GENERAL PROVISIONS 9 - 4

No certificate given or payments made under the contract, except the final certificates or final payment, shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the Contractor, and no payment shall be construed to be an acceptance of any defective work or improper materials. The payment of the final amounts due under the contract, and the adjustment and payment for any work done in accordance with any alterations of same, shall release the City, the Council, and the Engineer from any and all claims or liability on account of work performed under the contract or any alteration thereof.

Page 117: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-1 [SPECPRO]

GENERAL CONDITIONS

1. Standard Specifications

a. The work embraced herein shall be done in accordance with the 2015 Standard Specifications and Standard Plans of the State of California, Department of Transportation, herein, often called the "Standard Specifications" and "Standard Plans" respectively. In case of conflict between the Standard Specifications and Plans and the Special Provisions and/or General Provisions, the Special and/or General Provisions, shall prevail. It is the intent of this contract to obtain a finished, workmanlike job, complete in place without creating problems that did not exist prior to construction.

b. The City of Berkeley Standard Details, referenced in Appendix C and in the Plans, and the Technical Provisions are considered part of the Special Provisions.

2. Location of Work

a. The work described in these specifications is located on Shattuck Ave from

Allston Way to University Avenue with in the Berkeley city limit.

3. Nature of Work

a. The work done under these specifications includes but is not limited to: Construction phasing, traffic control, earthwork, removal of miscellaneous asphalt, concrete and base rock, placing base rock, concrete, leveling, paving with hot mix asphalt and Portland cement concrete, traffic striping and pavement marking, as specified.

4. Contractor's License: State SB #223

a. State Senate Bill No. 223, signed into law by the Governor on September 27,

1985, requires all public entities to specify the type of Contractor's license which a prime contractor must possess at the time a contract is awarded. In order to be considered for award of this contract, the prime Contractor must possess one of the following Contractor's licenses:

A - General Engineering Contractor

5. State SB #854

Per State Senate Bill No. 854, signed into law by the Governor on June 20, 2014: No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial

Page 118: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-2 [SPECPRO]

Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

6. Performance Bond The required 100% performance bond must be submitted on the attached performance

bond form provided by the City. The form must be properly executed by the Contractor and a duly authorized representative of a surety company licensed to offer surety bonds in the State of California. All signatures must be properly authorized and notarized.

7. Labor and Material Bond

The required Labor and Material Bond in the sum of not less than 100% of the amount of

the contract may be submitted on your Surety Company's standard certificate with original signatures.

8. Oppressive States Compliance Statement

“Oppressive State” means: 1) Tibet Autonomous Region and the Provinces of

Ado, Kham, and U-Tsang. Resolution No. 59,853-N.S. allows the City to refrain from entering into personal

services contracts with certain entities that maintain business relationships with morally repugnant regimes.

A Contractor is not eligible to receive or retain a City contract if at the time the contract

is executed, or at any time during the term of the contract, it provides Personal Services to:

a. The governing regime in any Oppressive State. b. Any business or corporation organized under the authority of the

governing regime of any Oppressive State. c. Any person for the express purpose of assisting in business operations or

trading with any public or private entity located in any Oppressive State. The Contractor must further understand and agree that Contractor’s failure to comply

with the Resolution shall constitute a default of the contract and the City Manager may terminate the contract and bar Contractor from bidding on future contracts with the City

Page 119: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-3 [SPECPRO]

for five (5) years from the effective date of the contract termination. In compliance with this Section, the Contractor must submit the attached Oppressive

States Compliance Statement along with the bid.

9. Termination Of Contract For Convenience A. Owner may terminate performance of the Work under the Contract Documents in accordance with this clause in whole, or from time to time in part, whenever Owner shall determine that termination is in Owner’s best interest. Termination shall be effected by Owner delivering to the Contractor notice of termination specifying the extent to which performance of the Work under the Contract Documents is terminated, and the effective date of the termination. B. Contractor shall comply strictly with Owner’s direction regarding the effective date of the termination, the extent of the termination, and shall stop work on the date and to the extent specified. C. Contractor shall be entitled to a total payment on account of the Contract work so terminated measured by (i.) the actual cost to Contractor of Work actually performed, up to the date of the termination, with profit and overhead limited to twelve percent (12%) of actual cost of work performed, up to but not exceeding the actual contract value of the work completed as measured by the Schedule of Values and Progress Schedule, (ii.) offset by payments made and other contract credits. In connection with any such calculation, however, Owner shall retain all rights under the Contract Documents, including but not limited to claims, indemnities, or setoffs. D. Under no circumstances may Contractor recover legal costs of any nature, nor may Contractor recover costs incurred after the date of the termination.

10. Nuclear Free Zone Disclosure Form Contractor agrees to comply with the provisions of Nuclear Free Berkeley Ordinance No.

5784-N.S. as described in the Nuclear Free Zone Disclosure Form included herein. Contractor must submit said Disclosure Form along with the bid.

11. Right to Audit

Pursuant to Section 61 of the Berkeley City Charter, the City Auditor's office may conduct

an audit of Contractor's financial, performance and compliance records maintained in connection with the operations and services performed under this contract. In the event of such audit, Contractor agrees to provide the Auditor with reasonable access to Contractor's employees and make all such financial, performance and compliance records available to the Auditor's office. City agrees to provide Contractor an opportunity to discuss and respond to any findings before a final audit report is filed

12. Equal Benefits Ordinance Disclosure Form

Page 120: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-4 [SPECPRO]

Contractor agrees to comply with the provisions of Berkeley Equal Benefits Ordinance No. 6623-N.S. Contractor must submit both the Equal Benefits Ordinance Disclosure Form and the Certification of Compliance with Equal Benefits Ordinance (Form EBO-1) included herein along with the bid prior to execution of the contract.

13. Insurance Certificate

The required insurance certificate must be accompanied by the General and Automobile

Liability Endorsement contained herein. The endorsement must be properly executed by a duly authorized representative of the insurance company. All signatures must be original in blue ink.

14. Progress Schedule

The Contractor shall submit to the Engineer practicable critical path method (CPM) progress schedules (Baseline Schedule and Update Schedules) and Five-Week Work Plans in conformance with these special provisions. Whenever the term "schedule" is used in this section it shall mean CPM progress schedule. 14.1 Definitions. The following definitions shall apply to this section: A. ACTIVITY - A task, event or other project element on a schedule that contributes

to completing the project. Activities have a description, start date, finish date, duration and one or more logic ties.

B. BASELINE SCHEDULE - The initial schedule representing the Contractor's work plan on the first working day of the project.

C. CONTRACT COMPLETION DATE – The date when the Work of the Project is required to be complete, including the Engineer’s final acceptance of Work on the Contract. This date is indicated in the Bidder’s Proposal and in Exhibit 12-G, Required Federal-Aid Contract Language, under Time of Completion. This date may change in accordance with the Contract Documents, including Section 8, Prosecution and Progress, of the General Provisions and the provisions herein.

D. CRITICAL PATH - The longest continuous chain of activities for the project that has the least amount of total float of all chains. In general, a delay on the critical path will extend the scheduled completion date.

E. CRITICAL PATH METHOD (CPM) - A network based planning technique using activity durations and the relationships between activities to mathematically calculate a schedule for the entire project.

F. DATA DATE - The day after the date through which a schedule is current. Everything occurring earlier than the data date is "as-built" and everything on or after the data date is "planned."

Page 121: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-5 [SPECPRO]

G. EARLY COMPLETION TIME - The difference in time between an early scheduled completion date and the contract completion date.

H. FLOAT - The difference between the earliest and latest allowable start or finish times for an activity.

I. MILESTONE - An event activity that has zero duration and is typically used to represent the beginning or end of a certain stage of the project.

J. NARRATIVE REPORT - A document submitted with each schedule that discusses topics related to project progress and scheduling.

K. NEAR CRITICAL PATH - A chain of activities with total float exceeding that of the critical path but having no more than 10 working days of total float.

L. SCHEDULED COMPLETION DATE - The planned project finish date shown on the current accepted schedule.

M. TIME IMPACT ANALYSIS - A schedule and narrative report developed specifically to demonstrate what effect a proposed change or delay has on the current scheduled completion date.

N. TOTAL FLOAT- The amount of time that an activity or chain of activities can be delayed before extending the scheduled completion date.

O. UPDATE SCHEDULE - A current schedule developed from the baseline or subsequent schedule through regular monthly review to incorporate as-built progress and any planned changes.

14.2 General Requirements. The Contractor shall submit to the Engineer Baseline, Update, and final Update schedules and Five-Week Work Plans, each consistent in all respects with the time and order of work requirements of the contract. The project work shall be executed in the sequence indicated on the current accepted schedule. No progress payment will be processed prior to the City receiving timely, accurate, and acceptable Baseline and Update schedules, and Five-Week Work Plans. Schedules shall show the order in which the Contractor proposes to carry out the work with logical links between time-scaled work activities, and calculations made using the critical path method to determine the controlling operation or operations. The Contractor is responsible for assuring that all activity sequences are logical and that each schedule shows a coordinated plan for complete performance of the work. The Contractor shall produce schedules using computer software as described below. The Contractor shall furnish time-scaled network diagrams, narrative reports, tabular reports, and schedule data as parts of each schedule submittal. Schedules shall include, but not be limited to, activities that show the following that are applicable to the project: A. Project characteristics, salient features, or interfaces, including those with outside

entities that could affect time of completion.

Page 122: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-6 [SPECPRO]

B. Project start date, scheduled completion date and other milestones, including the start and end dates for each construction phase.

C. Work performed by the Contractor, subcontractors and suppliers. D. Submittal development, delivery, review and approval, including those from the

Contractor, subcontractors and suppliers. E. Procurement, delivery, installation and testing of materials, plants and equipment. F. Passive events, such as concrete cure time, that are a necessary part of the

construction process. G. Testing periods. H. Utility notification and relocation, including coordination with and work by utility

companies. I. Procurement of significant, critical, or long lead time (over 60 calendar days)

material and equipment. J. Time for submittal review and acceptance. K. Holidays and work limitations (e.g., City moratorium on work during Christmas

holiday season, City Voluntary Time Off [VTO] days, etc.). L. Final acceptance of the construction work. M. Project closeout.

Schedules shall have not less than 50 and not more than 300 activities, unless otherwise authorized by the Engineer. The number of activities shall be sufficient to assure adequate planning of the project, to permit monitoring and evaluation of progress, and to do an analysis of time impacts. Multiple critical paths and near-critical paths shall be kept to a minimum. No more than 50% of the Activities shall be Critical or Near Critical. Schedule activities shall include the following: A. A clear and understandable description. B. Start and finish dates. C. A duration of not less than one working day, except for event activities, and not

more than 15 working days, unless otherwise authorized by the Engineer. D. At least one predecessor and one successor activity, except for project start and

finish milestones. E. Required constraints. F. Identification of Activities which constitute the controlling operations or critical

path. G. Identification of project float.

Neither the City nor the Contractor owns project float; the Project owns the float. As such, liability for delay of the Scheduled Completion Date, contract times, or other milestone dates rests with the party whose unexcused delay, last in time, actually causes delay to the Contraction Completion or milestone dates. For example:

Page 123: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-7 [SPECPRO]

1. If Party A causes unexcused delay and uses some, but not all, of the Float and Party B later causes unexcused delay and uses the remainder of the Float as well as additional time beyond the Float, Party B shall be liable for the additional days of unexcused delay to the Substantial Completion date.

2. Party A would not be responsible for the delay since it did not consume the entire Float and additional Float remained; therefore, the Contract Completion Date was unaffected by Party A.

The Engineer may adjust contract working days for ordered changes that affect the scheduled completion date, in conformance with the provisions in the Contract Documents. The Contractor shall prepare a Time Impact Analysis to determine the effect of the change and shall include the impacts acceptable to the Engineer in the next update schedule. Changes that do not affect the controlling operation on the critical path will not be considered as the basis for a time adjustment. Changes that do affect the controlling operation on the critical path will be considered by the Engineer in decreasing time or granting an extension of time for completion of the contract. Time extensions will only be granted if the total float is absorbed and the scheduled completion date is delayed one or more working days because of the ordered change. The Engineer's review and acceptance of schedules shall not waive any contract requirements and shall not relieve the Contractor of any obligation thereunder or responsibility for submitting complete and accurate information. Schedules that are rejected shall be corrected by the Contractor and resubmitted to the Engineer within 5 working days of notification by the Engineer, at which time a new review period will begin. The City reserves the right to require that the Contractor modify, adjust, add to, or clarify any portion of previously accepted Construction Schedules which are later determined to be insufficient or inaccurate for planning, monitoring, or prosecuting the work. Errors or omissions on schedules shall not relieve the Contractor from finishing all work within the time limit specified for completion of the contract. If, after a schedule has been accepted by the Engineer, either the Contractor or the Engineer discover that any aspect of the schedule has an error or omission, it shall be corrected by the Contractor on the next update schedule. 14.3 Computer Software. The Contractor shall use Microsoft Project 2016 to prepare schedule submittals. Software must be compatible with the current version of the Microsoft Windows operating system in use by the Engineer. 14.4 Network Diagrams, Reports, and Data. Each schedule submittal (containing time-scaled network diagrams, narrative reports, tabular reports, and schedule data) shall include the required number of hard copies, as described in the General Provisions, along with a compact disc (CD) containing the schedule data.

Page 124: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-8 [SPECPRO]

The time-scaled network diagrams shall conform to the following: A. Show a continuous flow of information from left to right. B. Be based on early start and early finish dates of activities. C. Clearly show the primary paths of criticality using graphical presentation. D. Be prepared on E-size sheets, 860 mm x 1120 mm (34 inch x 44 inch). E. Include a title block and a timeline on each page.

The narrative report shall be organized in the following sequence with all applicable documents included: A. Contractor's transmittal letter. B. Work completed during the period. C. Identification of unusual conditions or restrictions regarding labor, equipment or

material; including multiple shifts, 6-day work weeks, specified overtime or work at times other than regular days or hours.

D. Description of the current critical path. E. Changes to the critical path and scheduled completion date since the last schedule

submittal. F. Description of problem areas. G. Current and anticipated delays:

1. Cause of delay. 2. Impact of delay on other activities, milestones and completion dates. 3. Corrective action and schedule adjustments to correct the delay.

H. Pending items and status thereof: 1. Permits 2. Change orders 3. Time adjustments 4. Non-compliance notices

I. Reasons for an early or late scheduled completion date in comparison to the contract completion date.

Tabular reports shall be software-generated and provide information for each activity included in the project schedule. Three different reports shall be sorted by: (1) activity number, (2) early start and (3) total float. Tabular reports shall be 215 mm x 280 mm {8 1/2 inch x 11 inch} in size and shall include, as a minimum, the following applicable information: A. Data date B. Activity number and description C. Predecessor and successor activity numbers and descriptions D. Activity codes

Page 125: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-9 [SPECPRO]

E. Scheduled, or actual and remaining durations (work days) for each activity F. Earliest start (calendar) date G. Earliest finish (calendar) date H. Actual start (calendar) date I. Actual finish (calendar) date J. Latest start (calendar) date K. Latest finish (calendar) date L. Free float (work days) M. Total float (work days) N. Percentage of activity complete and remaining duration for incomplete activities. O. Lags P. Required constraints

Schedule submittals will only be considered complete when all documents and data have been provided as described above. 14.5 Preconstruction Scheduling Conference. The Contractor shall schedule and the Engineer will conduct a preconstruction scheduling conference with the Contractor's project manager and construction scheduler within 10 working days after issuance of the executed Contract. At this meeting the Engineer will review the requirements of this section of the Special Provisions with the Contractor. During this meeting, the Contractor shall submit a general time-scaled logic diagram displaying the major activities and sequence of planned operations, including proposed construction phasing, and shall be prepared to discuss the proposed work plan and schedule methodology that comply with the requirements of these special provisions. The Contractor shall be prepared to discuss its time-scaled logic diagram. The Engineer will review the logic diagram and provide any required baseline schedule changes to the Contractor for implementation. 14.6 Baseline Schedule. Beginning the week following the preconstruction scheduling conference, the Contractor shall meet with the Engineer weekly until the Baseline Schedule is accepted by the Engineer to discuss schedule development and resolve schedule issues. The Contractor shall submit to the Engineer a Baseline Schedule within 20 working days after issuance of the executed Contract. The Contractor shall allow 15 working days for the Engineer's review after the Baseline Schedule and all support data are submitted. In addition, the Baseline Schedule submittal will not be considered complete until the computer software is delivered. The Baseline Schedule shall include the entire scope of work and show how the Contractor plans to complete all work contemplated. The Baseline Schedule shall show the activities that define the critical path.

Page 126: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-10 [SPECPRO]

The Baseline Schedule shall not extend beyond the number of working days specified in these special provisions. The Baseline Schedule shall have a data date of the first working day of the contract and not include any completed work to date. The Baseline Schedule shall not attribute negative float or negative lag to any activity. If the Contractor submits an early completion Baseline Schedule that shows contract completion in less than 85% of the working days specified in these special provisions, the Baseline Schedule shall be supplemented with resource allocations for every task activity and include time-scaled resource histograms. The resource allocations shall be shown to a level of detail that facilitates report generation based on labor crafts and equipment classes for the Contractor and subcontractors. The Contractor shall use average composite crews to display the labor loading of on-site construction activities. The Contractor shall optimize and level labor to reflect a reasonable plan for accomplishing the work of the contract and to assure that resources are not duplicated in concurrent activities. The time-scaled resource histograms shall show labor crafts and equipment classes to be utilized on the contract. The Engineer may review the Baseline Schedule activity resource allocations using R. S. Means Productivity Standards or equivalent to determine if the schedule is practicable. 14.7 Update Schedule. The Contractor shall submit an update schedule and meet with the Engineer to review contract progress, on or before the first day of each month, beginning the subsequent month after the Baseline Schedule is accepted. The Contractor shall allow 10 working days for the Engineer's review after the Update Schedule and all support data are submitted, except that the review period shall not start until the previous month's required schedule is accepted. The Update Schedule shall show the status of work actually completed to date and the work yet to be performed as planned. Actual activity start dates, percent complete, and finish dates shall be shown as applicable. Durations for work that has been completed shall be shown on the Update Schedule as the work actually occurred, including Engineer submittal review and Contractor resubmittal times. The Contractor may include modifications such as adding or deleting activities or changing activity constraints, durations or logic that do not (1) alter the critical path(s) or near critical path(s) or (2) extend the scheduled completion date compared to that shown on the current accepted schedule. The Contractor shall state in writing the reasons for any changes to planned work. If any proposed changes in planned work will result in (1) or (2) above, then the Contractor shall submit a Time Impact Analysis as described herein. The final Update Schedule shall be submitted by the first day of the month immediately following the Engineer’s final acceptance of the work, or by 5 working days immediately following the Engineer’s final acceptance of the work, whichever is later, submit the final Update Schedule. It shall show the as-built progress of the work.

Page 127: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-11 [SPECPRO]

14.8 Five-Week Work Plan. On a weekly basis, on a day of the week established by the Engineer, the Contractor shall provide an updated Five-Week Work Plan in the form of a bar chart that outlines the specific items of work to be completed, along with written documentation that the work is proceeding on schedule and will be completed within the specified time frame. The Activities in the Five-Week Work Plans must show the actual progress for the previous week and planned Activities for the upcoming four weeks. The Activities in the Five-Week Work Plans shall be based upon and correlated by Activity number to the latest accepted project schedule (Baseline Schedule or Update Schedule). The Plans must: provide sufficient detail to address all Activities being performed on a daily basis; be generally organized by work discipline or crew; identify issues requiring City action or input; and note any pending submittal, labor, material, equipment, or other constraints to performing the Work planned in the next four weeks. The actual progress data shown in the Five-Week Work Plan must be consistent with the data incorporated into the latest accepted project schedule. 14.9 Time Impact Analysis. The Contractor shall submit a written Time Impact Analysis (TIA) to the Engineer with each request for adjustment of contract time, or when the Contractor or Engineer consider that an approved or anticipated change may impact the critical path or contract progress. The TIA must show how the changed work affects other schedule Activities, how the Contractor proposes to incorporate any changed work and mitigate impacts to the latest accepted project schedule, and how the changes will impact the critical path. If the Engineer determines that the latest accepted project schedule used does not appropriately represent the conditions prior to the event, the accepted schedule shall be updated to the day before the event being analyzed. The TIA must analyze the main sequence of schedule Activities to enable the City to evaluate the impact of changed work to the scheduled critical path. The TIA shall include an impact schedule developed from incorporating the event into the accepted schedule by adding or deleting activities, or by changing durations or logic of existing activities. If the impact schedule shows that incorporating the event modifies the critical path and scheduled completion date of the accepted schedule, the difference between scheduled completion dates of the two schedules shall be equal to the adjustment of contract time. The Engineer may construct and utilize an appropriate project schedule or other recognized method to determine adjustments in contract time until the Contractor provides the TIA. The Contractor is solely responsible for all costs associated with the preparation of TIAs, and for the process of incorporating them into the Update Schedules. The Contractor shall submit a TIA in duplicate within 10 working days of receiving a written request for a TIA from the Engineer. If the Contractor does not submit a TIA

Page 128: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-12 [SPECPRO]

within the required 10 working days, the Contractor is deemed to have waived any rights (if any) for an extension of time or related costs arising from that issue. The Contractor shall allow the Engineer 15 working days after receipt to approve or reject the submitted TIA. All approved TIA schedule changes shall be shown on the next Update Schedule. If the City determines that the City is not responsible for the time impacts, the Contractor must submit a Recovery Schedule, even if the Contractor disputes the City’s determination. 14.10 Recovery Schedule. If the current Update Schedule shows a Scheduled Completion Date of 15 or more working days beyond a milestone date (e.g., scheduled completion date for a particular phase(s) of construction) or Contract Completion Date (factoring in any granted time extensions), the Contractor must, within 5 working days, submit a Recovery Schedule to the City with proposed revisions to recover the lost time. A. As part of this submittal, the Contractor must provide a written narrative for each

Revision proposed to recapture the lost time. B. The Recovery Schedule must show the Contractor's proposed revisions to recover the

lost time within the next 60 calendar days, which may include the use of additional labor, materials, or equipment as necessary to recover the delay.

C. If the revisions include sequence changes, the Contractor must provide a schedule diagram comparing the original sequence to the revised sequence of work.

D. The Recovery Schedule must show the intended critical path. E. The narrative must explain trade flow and construction flow changes, duration

changes, added and deleted Activities, critical path changes and identify all Near Critical Path Activities and resource loading assumptions for major Subcontractors.

F. The Recovery Plan must also describe how the measures that the Contractor intends to take to regain schedule compliance will be accomplished without additional cost to the City.

G. The revisions may not be incorporated into any schedule update until the revisions have been reviewed and accepted by the City.

H. At the City's discretion, the Contractor may be required to provide Subcontractor and supplier certifications for Revisions affecting those Subcontractors or suppliers.

I. If the City accepts the Contractor's Recovery Schedule, the Recovery Schedule becomes the latest Update Schedule, and the Contractor must prosecute the Work as per this Update Schedule.

a. The Contractor must provide all supervision, labor, equipment and materials, as necessary, at Contractor’s sole cost, to recover the lost time.

b. If the Contractor believes that any portion of the delay addressed in the Recovery Schedule is due to circumstances entitling the Contractor to additional time or money, it may seek a modification of the Contract Documents in writing to the Engineer.

Page 129: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-13 [SPECPRO]

15. Holidays and Work Limitations

The minimum number of lanes (or greater) within the project limits, as required in

Section 40 herein, shall be opened for use by public traffic on the following designated legal holidays:

January 1 (New Year’s Day) The third Monday in January (Martin Luther King Jr. Day) February 12 (Lincoln’s Birthday) The third Monday in February (Washington’s Birthday/President’s Day) The Monday or Friday closest to May 19 (Malcolm X Day) The last Monday in May (Memorial Day) July 4 (Independence Day) The first Monday in September (Labor Day) The second Monday in October (Indigenous People’s Day) November 11 (Veteran’s Day) The fourth Thursday of November (Thanksgiving Day) The day after Thanksgiving Day December 25 (Christmas Day). When a designated legal holiday falls on a Sunday, the following Monday shall be

observed as a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be observed as a designated legal holiday.

No work shall be performed during the Christmas holiday season from November 21

through January 3 within the designated City streets in the business districts and all designated highway routes.

Designated streets and their limits are listed below: Telegraph Ave. Bancroft Way To South City Limits Bancroft Way Piedmont Ave. To Shattuck Ave. Durant Ave. Shattuck Ave. To Bowditch St. College Ave. Webster St. To Russell St. Sacramento St. University Ave. To South City Limits Shattuck Ave. Rose St. To Ashby Ave. Adeline St. Shattuck Ave. To Alcatraz Ave. University Ave. Sixth St. To Oxford St. Hearst Ave. Frontage Rd. To Sixth St. Gilman St. Frontage Rd. To Hopkins St. Center St. Fulton St. To Martin Luther King Jr. Kittredge St. Fulton St. To Milvia St. Vine St. Walnut St. To Shattuck Ave. Solano Ave. The Alameda To West City Limits

Page 130: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-14 [SPECPRO]

Allston Way Fulton St. To Milvia St. Addison St. Fulton St. To Milvia St. Fourth St. Addison St. To Virginia St. Euclid Ave. Hearst Ave. To Ridge Rd. Oxford/Fulton St. Hearst Ave. To Dwight Way Designated highway routes are: Ashby Avenue Tunnel Road San Pablo Avenue Due to budgetary constraints, City of Berkeley offices will be closed on the second Friday

of each month for “Reduced Service Days” (a.k.a. VTO or Voluntary Time Off days). When a holiday falls on the second Friday, the previous day shall be a Reduced Service Day. No work shall be performed on Reduced Service Days unless previously authorized by the Engineer. Following are the planned Reduced Service Days during the anticipated construction period:

Friday, December 14, 2018 Wednesday, December 26, 2018 Thursday, December 27, 2018 Friday, December 28, 2018 Monday, December 31, 2018 Friday, January 11, 2019 Friday, February 8, 2019

Friday, March 8, 2019 Friday, April 12, 2019 Friday, May 10, 2019 Friday, June 14, 2019

In addition, the Contractor shall plan for the following anticipated Reduced Service Days

(which are subject to change):

Friday, July 12, 2019 Friday, August 9, 2019 Friday, September 13, 2019 Friday, October 11, 2019 Friday, November 8, 2019 Friday, December 13, 2019 For the calendar year 2020 (and beyond, if necessary), the Contractor shall anticipate Reduced Service Days that follow the same general pattern (i.e., generally the second Friday of each month, as described above).

Page 131: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-15 [SPECPRO]

16. Obstructions

Attention is directed to the possible existence of active or abandoned underground utilities, manholes, monuments, or any other facilities which may exist within the limits of work. The Contractor shall exercise due caution in performing his work do as not to damage said facilities. The Contractor shall be responsible for the preservation of existing survey monuments, benchmarks, reference points, and stakes. The Contractor shall replace City Monuments and reference marks removed during the performance of the work. Whenever a City Monument is disturbed or removed during the performance of work it shall be replaced in accordance with the Standard Plans 7940, 8090, 8091 or 8179, as applicable.

Attention is also directed to the presence of overhead and underground utilities in the

construction area. The Contractor shall exercise due caution in performing his work so as not to damage said utilities.

The work specified shall be so conducted as to permit the utility companies to maintain

their services without interruption. Utilities and underground pipelines are to remain in place and shall be worked around and

protected from damage or interruption of service. All costs caused by delays or extra work associated with maintaining utilities and pipelines shall be borne by the Contractor.

The Contractor shall determine the unknown location of main and service utilities in

advance in order not to delay the schedule of construction. Advance potholing shall be included in the planning and execution of the work. No additional compensation will be paid by the City for the performance of this work. At the direction of the Engineer, it is the Contractor's responsibility to make corrections if conflicts arise among utilities. If conflict arises, the Contractor shall inform the Engineer in advance before any correction is made.

Where various utilities are to be relocated or set to grade by the utility companies, the

contractor shall notify the various utility companies well in advance so as not to impede this work. Contractor shall mark locations of such utilities and maintain said markings for a period of 30 days after final paving.

17. Existing Pavement Markers

All existing pavement markers, including but not limited to buttons, markers, and pre-cast

concrete traffic bars, shall be removed and disposed of prior to preparing the pavement for the tack coat. The markers shall be removed in a manner so as not to damage the existing pavement and as approved by the Engineer. Replacement of markers and traffic bars shall be in accordance with the striping plan and approved by the Traffic Engineer.

Page 132: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-16 [SPECPRO]

18. Weight Certificates

A duplicate certified ticket, giving weight of material in the truck and the date and time of

weighing, shall be given to the Engineer on the job as soon as the truck arrives at the site. All trucks used for hauling asphalt concrete shall be weighed empty daily at such times as directed by the Engineer.

19. Public Relations Requirements Public Relations Policy: In the course of serving its citizens, it is the policy of the City of

Berkeley to be responsive, helpful and courteous to its residents at all times. Any City employee or CITY CONTRACTOR that will be in contact with residents, in person or by telephone, will adhere to this policy.

The Contractor is required to prepare a Public Relations Plan to implement the above

policy. The Plan shall be submitted for approval before commencing the work under this contract. The Contractor shall certify that he understands and will adhere to the City's Public Relation Policy, and that all Contractor employees will be briefed on proper relations with the public in accordance with above policy statement.

Contractor employees without specific public relations responsibilities shall be informed

of the name of the Contractor's and the City's Public Relation Coordinators for referral purposes.

ANY CONTRACTOR EMPLOYEE WHO DOES NOT ADHERE TO THE ABOVE

PUBLIC RELATIONS POLICY BY DISPLAYING RUDE, OFFENSIVE AND UNCOOPERATIVE BEHAVIOR SHALL BE DISCHARGED IMMEDIATELY ON WRITTEN REQUEST OF THE ENGINEER PER SUBSECTION 801.4.

Public Relations Plan. The Public Relations Plan shall include but is not limited to the

following: a. Name of the Contractor's Public Relations Coordinator and his/her experience

with interfacing with the public. b. Plans for conducting public impact assessments prior to commencing the total

project, each stage of the project, as necessary to execute the provisions of this contract without undue impact on the public.

c. Techniques or plans for interfacing with the public and agencies at various stages

of the project. d. Method of notifying and informing the public and agencies prior to construction

stages, providing ample time to address their concerns.

Page 133: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-17 [SPECPRO]

e. Plans for coordinating public relations matters with the City during the pre-

construction conference, weekly meetings and during review of the construction schedule.

f. Provisions for and frequency of briefing employees on the details of executing

the Public Relations Plan. POOR PERFORMANCE AND NON-ADHERENCE TO THE CITY'S PUBLIC

RELATIONS POLICY ARE GROUNDS FOR BEING DECLARED A NON-RESPONSIVE CONTRACTOR THAT MAY RESULT IN THE CITY REJECTING BIDS ON FUTURE CONTRACTS.

No additional compensation will be paid by the City for implementing Public Relations

Policy requirements. All such related effort is a mandatory requirement of the contract.

20. Existing Building Basements

The Contractor shall be aware of existing building basements that exist beneath sidewalks, as approximately shown in the Plans. Most, if not all, of these basements are shallow, being located directly beneath the sidewalk. Proposed sidewalk removal and replacement work will occur in close proximity to the limits of basements. The Contractor shall perform a pre-construction survey of the basements, document existing conditions with photographs and/or video recordings, and submit the survey to the Engineer. Refer to the Contract Documents, including Section 26 of these Special Provisions, for more information. It is the Contractor’s responsibility to locate and protect the existing basements. The Contractor shall coordinate with the Engineer in order to obtain access to basements.

21. Recycled Material The use of Recycled Asphalt Pavement (RAP) shall be limited to a maximum of fifteen

percent (15%). The exact amount of RAP shall be approved by the Engineer. Contractor must submit mix design for approval. Mix design shall be of recent or present date.

22. Construction on Hill Streets

When streets to be rehabilitated are located in the hill areas, lightweight trucks, loads, or

equipment, (e.g., 10 wheelers) shall be required in order to deter subgrade damage (pumping or distortion) and due to accessibility issues on narrow, winding roads.

23. Overage Permits

Contractor is hereby notified that permits must be obtained for transporting overheight,

Page 134: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-18 [SPECPRO]

overwidth, and/or overweight loads within the limits of the City of Berkeley. These permits which may be obtained from the Engineering Counter of the City's Permit Service Center, located at 1947 Center St, Berkeley, CA 94704, are enforced by the Berkeley Police Department. Truck routes shall be approved by the City’s Traffic Engineer prior to start of work.

24. Stormwater Pollution Control

25.01 Stormwater Pollution Control. The intent of these requirements is compliance with federal, state, City, and other local agencies’ regulations that prohibit non-stormwater discharges from construction sites. Pollutants (any substance, material, or waste other than rainfall derived stormwater) discharged to storm drains is strictly prohibited. Further, the Contractor is informed that Federally Endangered species have been identified in creeks within the City limits. Point source, pollutants, stormwater, and other relevant information are defined in Berkeley Municipal Code (BMC) Chapter 17.20 – DISCHARGE OF NON-STORMWATER INTO CITY’S STORM DRAIN SYSTEM – REDUCTION OF STORMWATER POLLUTION, and the City’s stormwater NPDES (National Pollutant Discharge Elimination System) Permit No. CA612008. These documents are available upon request. 25.02 Best Management Practices (BMP) and Source Control. The contractor shall use appropriate BMPs and source control techniques on the site(s) at all times, regardless of time of year or rainfall conditions, in order to prevent the discharge of pollutants. 25.03 BMP and Source Control Plan, and Coordinator. The Contractor shall prepare, submit for favorable review by the City, and implement a WPCP which shall contain at a minimum the items included in this section. The WPCP shall show the locations of all storm drains, storm drain pipes, creeks, creek culverts, points of entry (catch basins, inlets, outlets), and other features through which stormwater flows. The WPCP shall identify each point of entry and show how each entry point will be protected. The WPCP shall include a protocol for allowing drainage to flow properly during rainfall events WHILE STILL PREVENTING non-stormwater discharges from entering the storm drains, creeks, and Bay. The Contractor shall designate an individual (to be approved by the City) available at all times of sufficient authority to halt work and implement BMPs and source control measures for the Contractor and all sub-contractors, suppliers, and other personnel that may be at the construction site(s), to prevent non-stormwater discharges from the construction site(s). This individual shall be the contact person for all matters of the project regarding non-stormwater discharges. The WPCP shall include descriptions and sketches of all BMPs, show locations and describe protocols for implementing and maintaining the following BMPs for but not limited to material storage, dewatering operations, bypass pumping, saw-cutting operations, pavement operations, concrete operations, grading and excavation operations, spill prevention and control, vehicle and equipment cleaning, vehicle and equipment operation and maintenance, litter control, dust control, pavement cleaning, and construction waste management. All employees, subcontractors, suppliers, and any others involved with the construction site(s) shall be trained in implementing, the importance of,

Page 135: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-19 [SPECPRO]

and purpose of the WPCP. Training records shall be submitted to the City along with requests for progress payment. Where BMPs affect traffic or parking, they shall be shown on the traffic control plans for the construction site(s). The WPCP shall be updated to meet changing stages of the construction site(s). Work shall not begin without the City completing its review and finding no exceptions taken on the WPCP and finding at City’s sole discretion that the WPCP meets the intent and goals of the project. In addition, the Contractor shall observe the following guidelines:

Paving during wet weather: a) No paving while it is raining. b) No paving of the top lift of asphalt concrete (AC) on any day that

experiences ¼” of rain in a twenty-four period c) No paving of bottom lift if previous seventy-two (72) hour period

experienced more than ½” of rain, unless directed by the City Engineer or his designee.

Store materials as required under Section 6, “Structures,” of the Standard Specifications.

Cover inlets and manholes when applying asphalt, seal coat, tack coat, slurry seal, fog seal, fiberize micro surfacing, etc. in conformance with the provisions in Section 13-4.03E(7), " Paving, Sealing, Sawcutting, Grooving, and Grinding Activities," of the Standard Specifications

Place drip pans or absorbent materials under paving equipment when not in use. During wet weather store paving equipment indoors or cover with tarp or other

waterproof covering. Sweep site daily to prevent sand, gravel or excess asphalt from entering or being

transported by rain into the storm drain system. Keep ample supplies of drip pans or absorbent materials on-site. If paving involves Portland cement concrete, refer to Concrete Waste

Management Section of the Standard Specifications. Do not wash out concrete trucks into storm drains, open ditches, streets, streams, etc. The Contractor shall prevent the discharge of pollutants from concrete operations by using measures to prevent run-on and run-off pollution, properly disposing of wastes, and by implementing the following BMP’s:

Store all materials in waterproof containers or under cover away from drain inlets or drainage areas.

Avoid mixing excess amounts of Portland cement materials. Dispose of any excess materials properly.

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:

Page 136: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-20 [SPECPRO]

Locate washout area at least fifty (50) feet from storm drains, open ditches or other water bodies, preferably in a dirt area. Confine run-off from this area by constructing a temporary pit or bermed area large enough for the liquid and solid waste.

Wash out concrete wastes into the temporary pit where the concrete can set, be broken up and then disposed of properly. If the volume of water is greater than what will allow concrete to set, allow the wash water to infiltrate and/or evaporate, if possible. Remove or vacuum the remaining silt and debris from the ponding or bermed area and dispose of it properly.

Dispose of waste water from washing of exposed aggregate to dirt area. The dirt area shall be adequate to contain all the waste water and once the waste water has infiltrated, any remaining residue must be removed.

Collect and return sweepings from exposed aggregate concrete to a stockpile or dispose of the waste in trash container.

25.04 Training. The Contractor is responsible for ensuring all personnel, laborers, sub-contractors, suppliers, and any other personnel that are involved with the Work are trained in the importance of preventing stormwater pollution. Each worker shall be certified as being trained before being allowed to work. Before any work begins, the Contractor shall submit and certify under penalty of perjury a list of all workers who have been trained on the importance of pollution prevention, BMP and source control operation and maintenance, and recognize the authority of the City to stop the work in the event of a pollutant release. The training shall include as a minimum review of the BMP and Source Control Plan, and all BMPs (including BMP operation and maintenance) that are planned for the Work. 25.05 Enforcement. The City has the authority through appropriate sections of the BMC to enforce any portions of this section. City enforcement may include but is not limited to: citations, orders to abate, bills for City cleanup costs and administration, civil suits, and criminal charges and enforcement. Enforcement action by the City does not void or suspend any enforcement actions by other agencies, and actions by the City and other agencies shall be cumulative. 25.06 Submittals and Contract Time. Contractor is cautioned and advised to have appropriately trained staff with any applicable certifications prepare all submittals for Storm Water Pollution Controls including the WPCP, and have appropriately trained staff available to meet with City staff to review the submittals. It is considered reasonable that the Contractor shall make a complete and acceptable submittal at least by the second submission. The City reserves the right to deduct monies from payments due Contractor to cover additional costs of project manager’s and Architect/Engineer’s review beyond the second submission. Illegible submittals will be rejected and returned to the Contractor. 25.07 Payment. There shall be no separate pay item for complying with the provisions

Page 137: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-21 [SPECPRO]

of this section, unless a separate pay item is provided in the bid schedule.

25. Creek Protection The Contractor shall be responsible for and conduct all aspects of the work within the

requirements of BMC Chapter 17.08 – PRESERVATION AND RESTORATION OF NATURAL WATERCOURSES (Creek Ordinance), and any other creek protection requirements by other agencies. Portions of the Work involving a creek channel may not be permitted between October 15 and April 15, or other dates as may be stipulated in applicable permits. Any work between the creek banks shall be conducted to not create conditions, which will allow erosion, and shall be fully restored to at least the same erosion resistant condition as before the work. Complying with the requirements of creek protection shall include but not be limited to scheduling the Work around any time periods prohibiting work within creek limits, installing erosion control measures and employing appropriate BMPs for controlling erosion, monitoring, updating and modifying BMPs to meet the requirements for changing site conditions to comply with erosion control and creek protection, and replanting creek banks to reestablish erosion resistance and bank stability.

26. Audio/Video Tape Survey

The Contractor shall perform a pre-construction audio/video tape survey in order to adequately document the condition of existing improvements and supplemented by still photographs as needed. It is the responsibility of the Contractor to adequately document the condition of existing improvements and the Contractor may be held liable for any damage or condition whose pre-existence he/she is unable to document. No additional compensation for such tape survey and still photographs will be allowed.

27. Conformance to Plans and Specifications

The Contractor’s work shall conform to these specifications. Upon notification of the City’s Representative, the Contractor shall correct any deficiencies within 72 hours. The City may request the City crews or contract with another contractor to perform the necessary work and repairs if the deficiencies have not been corrected after the 72-hour notification. The Contractor shall pay the cost of the work performed by the City crews or other contractor plus an additional seventy percent (70%) surcharge by deduction from payment due on the contract.

28. Tree and Root Protection General Care shall be taken when working near all trees, public or private. For all phases of the work, the Contractor is responsible for protecting trees, and the ‘Damages’ section of this section will be enforced for any trees judged damaged by the City. Contractor will inform

Page 138: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-22 [SPECPRO]

the City’s Urban Forestry Representative of the schedule for when the roots are expected to be exposed. Should tree or root pruning be required to construct the improvements shown on the plans, as specified in these special provisions, and as directed by the Engineer. The Contractor shall notify the Engineer and contact the Urban Forestry Representative at least 2 business days in advance of tree or root pruning. The Urban Forestry Representative will inspect each site to approve the necessary root pruning, or work with the Engineer to modify the work to accommodate the tree roots. The Urban Forestry Representative will use white, chalk-based paint to indicate which roots may be pruned and where root pruning is prohibited. Root pruning must adhere to the directions of the Urban Forestry Representative. In the event that root pruning would compromise the structural stability of the tree, the tree will be removed. Trees may also be removed based on their condition or location. Tree Removal will be decided by the Urban Forestry Representative. Tree removal will be coordinated by the Urban Forestry Representative and scheduled in conjunction with the Contractor. Refer to Appendix K, City of Berkeley Guidelines and Tree Protection Requirements for Development Projects. Underground Service Alert (USA) of Northern/Central California and Nevada

a. The Contractor will contact USA North 811 Call Before You Dig in accordance with all applicable requirements.

b. The Contractor will notify USA North that there will be root grinding and root removal in addition to the sidewalk removal.

c. The Contractor will ensure that the utility location marks are offset so that they are placed on a permanent surface that will not be removed. Offset marks locate the utility by showing the orientation of the utility and the distance from the marks to the utility.

Limb and Trunk Protection This applies when trees are not surrounded by protective fencing. Trees situated in a tree well or sidewalk planting strip shall have the trunk protected by wrapping it with straw tubes (wattle) or vertical wood slats (ex. 2x4), up to a minimum of 8 feet from grade. Wooden slats shall be angled to protect the root flare at the base of the tree and bound securely on the outside. Closed cell foam or an equivalent material shall be used to protect the trunk of the tree where it contacts the slats. Lateral branches below 8 feet shall also be protected. Contractor shall keep deleterious materials associated with project construction from contacting any part of the trees, or being placed or stored in the tree well or planting strip. Root Protection and Preparation for Root Pruning

Page 139: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-23 [SPECPRO]

a. Existing sidewalk shall be removed in a manner that prevents any machinery, such as a backhoe, skid-steer, or mini-excavator, from traveling over the exposed root zone.

b. Contractor shall make every attempt to not scrape, skin, or pull on roots. Hand excavation around roots may be required.

c. Where roots must be pruned, the area shall be excavated down to the depth required for the improvements prior to the Urban Forestry Representative inspecting the site; and all rock, concrete or other loose material shall be removed.

d. No roots shall be torn or pulled using any other tools or machinery unless already severed on each end by one of the approved pruning tools.

e. Exposed roots shall be covered with soil, mulch, or wet burlap if they will be exposed for more than 48 hours without measureable precipitation.

Root Pruning Requirements

a. All pruning of roots shall be performed using a stump/root cutting machine, saw, axe, or any other sharp blade tool; resulting in a flat surface with the adjacent bark firmly attached.

b. Roots 2 inches in diameter or greater shall be pruned by the contractor in accordance with these provisions.

c. Roots smaller than 2 inches in diameter shall be pruned by the Contractor in accordance with these provisions, with the exception of contacting the Urban Forestry Representative.

d. Large roots may be shaved to a depth of no more than one-third of their thickness, or as approved by the City’s Urban Forestry Representative.

e. At no time will any root pruning cut into the root flare as defined by the City Arborist.

The size of the tree well or planting strip will be assessed by the City Engineer or his/her designee to determine if it can be increased in size and still meet the minimum requirements. All debris resulting from root pruning shall be removed by the Contractor.

Page 140: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-24 [SPECPRO]

Damages Contractor shall make every effort to avoid damaging any City owned property, including (roots, trunk and canopy of) City maintained trees. If damages to trees are found to be as part of Contractor negligence, Contractor shall be responsible for damages as follows: a) Contractor will provide full reparation to include: removal of irreparable tree and

replacement with similar approved species. Contractor will perform this work themselves (at Contractor’s expense) under supervision of the City’s Urban Forestry Representative, and/or,

b) Contractor will reimburse City for City expenses incurred in the related reparation

work, consisting of but not limited to, site inspections, corrective pruning, tree removal, and tree replacement.

c) Damages shall be graded 1 (minor) through 5 (replacement), as determined by the

City, with monetary values attached.

Grade Description Value of Damages 1 Minor Damage $200 2 Avoidable Damage to a Major Limb or Root $400 3 Moderate Damage $600 4 Severe Damage, but Recovery Expected $800 5 Replacement $1,000

29. Pedestrian Access During Construction Projects

The purpose of the following standards for construction in the public right-of-way is to ensure pedestrian safety and access. The standards apply to City of Berkeley crews, contractors with the City and all other persons working in the public right-of-way. With the unique nature of each project, situations may arise which have not been covered in these standards; each project requires review on a case-by-case basis to ensure that complete, safe, usable and accessible paths of travel are maintained during construction. Refer to Appendix L, Pedestrian Access During Construction Projects.

All construction activities involving work affecting pedestrian access or safety within the public right-of-way shall comply with the following requirements for disability access during construction:

1. Maintenance of a clear and accessible pedestrian corridor

a. The pedestrian corridor shall be a nominal width of 6’ where feasible and not

less than 4’ wide at single points of contact. The corridor shall conform to the

Page 141: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-25 [SPECPRO]

most recent Americans with Disabilities Act Accessibility Guidelines (ADAAG) for slope, cross-slope, surface characteristics, and projections from the side, to the maximum extent feasible.

b. The accessible pedestrian corridor, to the maximum extent feasible, shall

coincide with the corridor for the general public and shall connect with facilities throughout and adjacent to the project area.

c. Equipment, debris, construction materials, or vehicles shall not obstruct the

pedestrian corridor, existing ramps, temporary ramps, private entrances, or adjoining walkways. The Contractor shall clean public walkways adjoining the construction site of accumulated trash and debris.

d. The Contractor or permittee shall not park vehicles in or otherwise obstruct

blue curb parking spaces, except as permitted by the City Traffic Engineer as a component of an approved traffic plan.

2. Installation of temporary ramps that conform to accessibility standards

The Contractor or permittee shall maintain temporary concrete, asphalt, or wood ramps to provide a safe path of travel for mobility-impaired pedestrians at all locations where permanent ramps have been temporarily removed during construction and where needed by pedestrians being routed into and out of the parking lane, a crosswalk, or the street area.

a. Temporary ramps shall be constructed so that their removal will not damage the

existing pavement, curb and gutter. After the project, the Contractor shall restore any damaged surfaces to their original condition.

b. Ramps shall have a minimum 4’ wide walking surface and a slope not to exceed

8%. The walking surface of any ramp shall be non-slip during all weather conditions and shall be even and smooth. Curb ramps shall be kept free of debris, staging material, equipment, etc.

c. Asphalt or concrete ramps shall be constructed to snugly meet the existing

adjacent surfaces without gaps. Where drainage may be impaired by an asphalt or concrete ramp, a schedule 40 PVC pipe, minimum 2” in diameter, shall be installed through the ramp.

d. Wood ramps shall be constructed with ¾” or thicker plywood platform, supported

at the curbside with a suitable wood framing, and anchored to the street on the street side with 16d nails. Ramps shall have a smooth transition without vertical or horizontal gaps larger than ¼” between the wood and the concrete curb.

Page 142: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-26 [SPECPRO]

e. Transitions between temporary ramps and the street surface shall be smooth such that no lip exists at the base of the ramp. For a wood ramp, this may be achieved by installing a minimum of 3” of cutback asphalt tamped evenly and securely in place.

f. The sides of a ramp shall be protected where there is any drop-off. Protection may

consist of barricades or guardrails, or, for asphalt or concrete ramps, flared sides with slope not exceeding 8%. For a short time period and as long as continuous supervision of pedestrians is provided on-site, when approved by the City’s Engineer, edge protection at the side of ramps may consist of closely spaced traffic cones.

3. Construction of signposts, barricades and fencing

Impenetrable barricades shall be used to separate pedestrians from hazards. Such barricades shall be installed and maintained on all sides of excavations that may be exposed to pedestrians, particularly pedestrians who are blind. Barricades shall be constructed using materials and methods that are suitable to the site conditions. Signs and fencing material shall not protrude into the clear pathway.

a. A-frames used for defining a path of travel, not barricading trenches from

vehicular travel, shall be placed end-to-end without spacing between adjacent barricades, and they all shall be connected, set up, and maintained to ensure that individual A-frames do not move out of place or separate throughout the duration of the hazardous condition. As an example of an acceptable connection, A-frames may be connected by 2 X 4’s that are attached along the base of the barricade system. (This will help a person who is blind negotiate a safe path of travel. Openings between A-frames would give confusing signals to a person who is blind and using a “long cane,” “walking cane” or “white cane.”)

b. Caution tape does not provide an adequate barricade and shall not be used by

itself to delineate the path of travel. However, it may be used in addition to other protections to highlight danger, and it may be used in conjunction with true barricades, such as A-frames.

c. Where fencing material, such as chain link or plastic mesh, is used alongside a

pedestrian corridor, there shall be a minimum 3” height, solid, uninterrupted toe-board at the bottom of the fence. This baseboard will act as a guide-strip for blind pedestrians using canes. A safe design can be achieved by attaching a solid material, e.g., wood, bender board, sheet metal or other solid rail to the fencing material or supports between 1” and 5” above grade, allowing drainage beneath, if necessary. The material should have a high visual contrast to the street/sidewalk surface. (Walking canes used by blind pedestrians and wheelchair foot pedals could get caught in fencing or A-frames unless there is a sold bottom “shoreline.”)

Page 143: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-27 [SPECPRO]

d. Signposts, scaffolding and fencing supports shall be placed entirely outside the pedestrian path of travel so the path is a minimum 4’ wide and 80” high without obstruction. Scaffolding wing nuts, fence-post footings and support braces shall not protrude into the walkway. Signs shall not protrude into the pathway below 80” height.

e. The Contractor shall maintain the construction barriers in sound, neat and clean

condition during construction. Whenever a barricade erected by the Contractor is removed or breached, the Contractor shall immediately replace the barricade and take appropriate measures to ensure it remains in place. Hazards identified by the Inspector shall be abated within an hour of notification to the crew.

4. Identification of the safe path of travel

If a portion of the public pedestrian way is rerouted due to construction, the path of travel shall be clearly defined. Where the Traffic Engineer determines a pedestrian access corridor cannot be provided or for a brief duration cannot be utilized, notification shall be provided for pedestrians who have mobility or vision impairments.

a. Paths of travel that do not continue to the next corner or to a safe crosswalk shall

be closed to through pedestrian traffic. Signs, a minimum of 36” x 36”, containing lettering stating that the sidewalk is closed and directing pedestrians to use the other sidewalk must be posted and maintained at the corners of each block or at the crosswalk affected. Alternatively, flaggers may be posted at each closed corner or at the crosswalks to direct and assist pedestrians.

b. Pedestrian access corridors necessitated by the closure of the sidewalk shall be

clearly delineated with closely-spaced cones or barricades, fences and/or other methods as deemed necessary and as approved by the City’s Engineer. When a walkway extends into the roadway, the delineation shall separate pedestrians safely from traffic. A safe design can be achieved by protecting pedestrian traffic with a fence or railing 42” in height on the street side of the walkway.

c. Curb ramp alignment can help direct blind pedestrians to and through the

temporary path of travel. If a crosswalk is closed due to construction then curb ramps leading into that crosswalk also should be barricaded in such a manner that walkways that are not closed remain accessible to use. (Curb ramps are not used solely by persons in wheelchairs. They are also an indicator to persons who are blind that there is a crosswalk and a safe path of travel to cross the street.)

5. Surfacing of pedestrian corridors

During construction, tripping hazards and barriers for people with mobility impairments must be removed to maintain an accessible pedestrian corridor.

Page 144: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-28 [SPECPRO]

a. Any change of level in a path of travel which exceed ¼” height must be beveled at 45º to provide a smooth, non-tripping transition. No change in level in the path of travel shall exceed ½” unless it is ramped.

b. Trenches, temporary paving or walking surfaces, wooden platforms or steel

plates, grates, utility covers, and conduit or raceways in the pedestrian corridor, shall have a smoothly finished, firm walking surface made even with the surrounding walkways.

c. The aisle or loading area adjacent to an accessible parking space is part of the

pedestrian corridor. To the maximum extent feasible, construction work adjacent to an accessible parking zone shall not block the sidewalk area that serves the blue painted curb.

6. Restoration of pedestrian routes

a. The Contractor or permittee shall remove temporary ramps as soon as

construction of the permanent access ramp is completed and usable.

b. As construction work is completed, the surface of the pedestrian path of travel shall be restored free from all ridges, gaps, bumps and rough edges.

c. Construction that affects an existing curb ramp shall include replacement or repair

of the curb ramp to meet current City standards to the satisfaction of the City’s Engineer.

7. Liquidated damages

The Contractor will be assessed liquidated damages in the amount of $1,000 per day for failing to fulfill the requirements of this standard.

30. Lines and Grades Section 501.7 of the General Provisions of these specifications is hereby revised. Construction surveys and stakes to establish the lines and grades will be the responsibility of the Contractor and not provided by the City.

The Contractor will be responsible for setting lines and grades for the execution and completion of the work in accordance with the Plans and Specifications. The Contractor will be held responsible for all errors in staking discovered during the performance of the work and no additional compensation shall be charged to the City for correction of such deficiency.

Stakes or marks will be set by the Contractor, utilizing a qualified land surveyor in

Page 145: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-29 [SPECPRO]

conformance with the requirements in Chapter 12, "Construction Surveys," of the California Department of Transportation's Surveys Manual. In all other respects, Section 501.7 and the General Provisions of these specifications remain in full force and effect.

31. Protection and Preservation of Survey Monuments

The Contractor shall be responsible for the preservation of existing survey monuments, benchmarks, reference points, and stakes. The Contractor shall replace City Monuments and reference marks removed during the performance of the work. Whenever a City Monument is disturbed or removed during the performance of the work, the Contractor shall replace the monument in accordance with Standard Plans 7940, 8090, 8091, or 8179, as applicable. Monument casings (boxes and lids) shall be provided by the contractor, and dome brass markers shall be supplied by the City. Monument replacement must be done in a neat, workman-like manner. Pavement cuts shall be accurate, with vertical cuts to exact dimensions as shown on the Standard Plan. Each replacement monument shall be constructed such that the center of the dome brass marker is set within 0.04 foot of the referenced position. Monument boxes and lids shall be placed at the proper finished grade and as detailed by Standard Plans 7940, 8090, 8091, or 8179, as applicable. Existing monument lids shall be salvaged by the Contractor and delivered to the City Survey Staff or Project Inspector. If the City has elected to reference known monuments within the project site, copies of the corner records for the referenced monuments shall be provided to the Contractor prior to the start of construction. Otherwise, monument referencing shall be done by a licensed land surveyor hired by the contractor, and copies of the corner records for the referenced monuments shall be provided to the City prior to the start of construction. For each monument that has been disturbed or removed, the replacement monument location(s) will be established by the referencing surveyor after final pavement is completed. The new dome brass marker shall not receive final punching prior to seven (7) days after completion of the Monument construction. In the event that any non-referenced monuments or monument reference points become in danger of being disturbed due to construction, the Contractor shall cease the threatening activity and notify the Project Manager and City Survey Section immediately. Response to endangered monument(s) is a priority call, and they shall be referenced in accordance with the City of Berkeley Monument Reference Guidelines (see Appendix). In no case may an unreferenced monument be damaged during construction. Chapter 1 Should any monument not designated for replacement sustain damage during construction, the Contractor shall bear the expense for rebuilding it as well as for the survey work the City survey crew or its survey consultant must perform in the process.

Page 146: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-30 [SPECPRO]

In any instance where the City deems a damaged monument to be irreplaceable, the contractor shall be fined $20,000 per monument.

32. Retained Funds

Pursuant to California Senate Bill 293 (SB 293), Assembly Bill 1705 (AB1705), and Assembly Bill 92 (AB92) until January 1, 2023, the City shall retain five percent (5%) of such estimated value of work done as part security for the fulfillment of the Contract by the Contractor. Section 901.4.1 Retained Funds of the General Provisions of these specifications is hereby revised, decreasing the amount of retained funds from ten percent (10%) to five percent (5%). In all other respects, Section 901.4.1 and the General Provisions of these specifications remain in full force and effect.

33. Protection and Restoration of Existing Improvements The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements and street pavements which are not designated for removal (e.g., street sections, curbs, gutters, driveways, fences, walls, structures, landscaping, etc.) which 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 dimensions. Prior to initiating work in the public right of way and in the easements, the Contractor shall make an audio/video recording of the affected areas showing all existing improvements, and their conditions. The recordings shall be turned over to the Engineer in DVD-format and shall serve as historical documentation of the preconstruction conditions. Damages within the public right of way including street pavement will be restored to the satisfaction of the Engineer after work on that particular block is completed. ANY DAMAGES TO THE PRIVATE PROPERTIES SHALL BE RESTORED TO THE SATISFACTION OF THE PROPERTY OWNER/ENGINEER WITHIN SEVEN (7) DAYS OF THE DAMAGE(S), AND PRIOR TO MOBILIZING TO ANOTHER PROJECT AREA. NON-CONFORMANCE AND DELAYS BY THE CONTRACTOR IN RESTORATION ON PRIVATE PROPERTY CAN CAUSE HIGHLY PUBLICIZED COMPLAINTS FROM THE PROPERTY OWNERS. THE ENGINEER WILL HAVE THE AUTHORITY TO STOP OR CURTAIL CONSTRUCTION WORK IN ANOTHER LOCATION OF THE PROJECT IN ORDER TO COMPLETE THE REQUIRED RESTORATION WORK.

34. Existing Utilities

Page 147: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-31 [SPECPRO]

It is not the intent of the plans to show the exact location of existing or relocated utilities, and the Engineer assumes no responsibility therefor. Whenever any such utilities are indicated thereon, the Contractor shall be responsible for verifying their actual location and depth in the field. The Contractor shall notify Underground Service Alert at (800) 227-2600 prior to excavation. It shall be the Contractor’s responsibility to coordinate with the utility agencies for relocation or adjustment of utilities. Utilities to notify include:

PG&E (800) 743-5000 Notify 5 working days in advance

AT&T (510) 864-8255 Notify 2 weeks in advance

Comcast (925) 424-0152 Notify 2 weeks in advance

East Bay Municipal Utility District (EBMUD)

(510) 986-7733 Notify 2 weeks and 48 hours in advance.

UC Berkeley Utilities (510) 643-4060 Notify 5 working days in advance

Contact EBMUD before working in the vicinity of all of EBMUD facilities. The Contractor shall be cognizant of the existing utility lines in the proximity of the work area and take precautions, as necessary, to not disturb these facilities. Where excavations are performed in the vicinity of underground utility mains and/or services the Contractor shall, as necessary, perform initial exploratory excavations to determine their exact depth and location. Extreme care shall be exercised to avoid damage, and it will be the Contractor’s responsibility to have repairs made to existing facilities at his/her expense in the event of damage. Styrofoam shall be placed between new storm drain and existing utilities where vertical clearance between utility crossings is less than 6-inches. Attention is directed to the possible existence of underground facilities not indicated on the plans or in the special provisions and to the possibility that underground main or trunk lines may be in a location different from that which is indicated on the plans or in the special provisions. The Contractor shall ascertain the exact location of underground main or trunk lines whose presence is indicated on the plans or in the special provisions, the location of their service laterals or other appurtenances, and of existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any of the facilities or interfere with their service.

Page 148: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-32 [SPECPRO]

If the Contractor cannot locate an underground facility whose presence is indicated on the plans or in the special provisions, the Contractor shall so notify the Engineer in writing. If the facility for which the notice is given is in a substantially different location from that indicated on the plans or in the special provisions, the additional cost of locating the facility will be paid for as extra work as provided in Section 4-1.05, “Changes and Extra Work,” of the Standard Specifications. If the Contractor discovers underground main or trunk lines not indicated on the plans or in the special provisions, the Contractor shall immediately give the Engineer and the Utility Company written notification of the existence of those facilities. The main or trunk lines shall be located and protected from damage as directed by the Engineer, and the cost of that work will be paid for as extra work as provided in Section 4-1.05 of the Standard Specifications. The Contractor shall, if directed by the Engineer, repair any damage that may occur to the main or trunk lines. The cost of that repair work, not due to the failure of the Contractor to exercise reasonable care, will be paid for as extra work as provided in Section 4-1.05 of the Standard Specifications. Damage due to the Contractor's failure to exercise reasonable care shall be repaired at the Contractor's cost and expense. Below-grade improvements, including street light and traffic signal pole foundations, shall be located at least 4 feet away (horizontal clear distance) from existing utilities. Where it is determined by the Engineer that the rearrangement of an underground facility is essential in order to accommodate the highway improvement and the plans and specifications do not provide that the facility is to be rearranged, the Engineer shall provide for the rearrangement of the facility by other forces or the rearrangement shall be performed by the Contractor and will be paid for as extra work as provided in Section 4-1.05 of the Standard Specifications. When ordered by the Engineer in writing, the Contractor shall rearrange any utility or other non-highway facility necessary to be rearranged as a part of the street improvement, and that work will be paid for as extra work as provided in Section 4-1.05 of the Standard Specifications. Should the Contractor desire to have any rearrangement made in any utility facility, or other improvement, for the Contractor's convenience in order to facilitate the Contractor's construction operations, which rearrangement is in addition to, or different from, the rearrangements indicated on the plans or in the special provisions, the Contractor shall make whatever arrangements are necessary with the owners of the utility or other non-highway facility for the rearrangement and bear all expenses in connection therewith. The Contractor shall immediately notify the Engineer of any delays to the Contractor's operations as a direct result of underground main or trunk line facilities which were not indicated on the plans or in the special provisions or were located in a position substantially different from that indicated on the plans or in the special provisions, or as a

Page 149: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-33 [SPECPRO]

direct result of utility or other non-highway facilities not being rearranged as herein provided (other than delays in connection with rearrangements made to facilitate the Contractor's construction operations or delays due to a strike or labor dispute). These delays shall be considered within the meaning of Section 8-1.07, "Delays," of the Standard Specifications, and compensation for the delay will be determined in conformance with the provisions in Section 8 of the Standard Specifications. The Contractor shall be entitled to no other compensation for that delay. Any delays to the Contractor's operations as a direct result of utility or other non-highway facilities not being rearranged, due to a strike or labor dispute, shall entitle the Contractor to an extension of time as provided in Section 8-1.07B, "Time Adjustments" of the Standard Specifications. The Contractor shall be entitled to no other compensation for that delay.

35. Submittals The Contractor shall provide submittals for all materials, product data, working/shop drawings, diagrams, schedules, or other data prepared by the Contractor in accordance with the Contract requirements. The submittals shall not modify any Contract requirement. The Contractor shall provide Certificates of Compliance from its material suppliers, in advance of the work, certifying that all materials to be used on the project conform to the requirements of these specifications. In conformance with Section 6-3.05E, “Certificates of Compliance,” of the Standard Specifications, each submittal will be signed by the manufacturer of the material and state that the material complies with the Contract. The City reserves the right to refuse to permit the use of material based on a Certificate of Compliance alone. The list of submittals shall include, but not be limited to the following: (a) Emergency Contact Names and Phone Numbers (b) CPM Schedule (Baseline Schedule and Update Schedules) (c) Construction Phasing Plan (d) Traffic Control Plans (e) Public Notice of Roadwork (f) Water Pollution Control Plan (g) Waste Management Plan (h) Lead Compliance Plan (i) Public Relations Plan (j) Pre-construction Survey

Page 150: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-34 [SPECPRO]

Material Certificates of Compliance for: (k) Hot Mix Asphalt (Type A) Job Mix Formulas (l) Concrete Mix Design (m) Aggregate Base (n) Detectable Warning Surface (o) Traffic Stripe, Pavement Marking, Retroreflective Markers, and Curb Paint (p) Storm Drain boxes and pipe Submittals shall be shown on the construction schedule and shall not be critical path items of work. All required submittals, except as noted, shall be reviewed by the Owner or Engineer and returned to the Contractor within ten (10) working days from the date of receipt by the Engineer. In addition, the Contractor shall allow the City equivalent time periods to review re-submittals for any previously rejected or incomplete submittals. No work may begin under contract until the Baseline Schedule, Construction Phasing Plan, and the Traffic Control Plan for the initial (or subsequent) phase of work have been approved by the Engineer. Time required for review and approval of these items shall not constitute a basis for time extension. The Engineer’s review of Contractor shop drawing submittals shall not relieve the Contractor of the entire responsibility for the correctness of details and dimension. The Contractor shall assume all responsibility and risk for any misfits due to any errors in Contractor submittals. The Contractor shall be responsible for the dimensions and the design of adequate connections and details. Acceptance by the Engineer of a substitute item proposed by the Contractor shall not relieve the Contractor of the responsibility for full compliance with the Contract Documents and for adequacy of the substitute item.

36. Dust Control Dust control shall conform to the provisions in Section 14-9.03, “Dust Control”, of the Standard Specifications, Section 401.7, “Dust and Debris Control”, of the General Provisions, and these special provisions. The Contractor shall exercise diligence in preventing dust nuisance. When necessary or when directed by the Engineer, the Contractor shall apply water for laying dust. Water shall be applied by means of pressure-type distributors equipped with a spray system that will ensure a uniform application.

37. Bond Riders for Additional Work During Construction During construction, the City may request or authorize additional work as part of the contract. Prior to commencement of any Contract Change Order (CCO) or Contract

Page 151: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-35 [SPECPRO]

Amendment (CA), the Contractor shall submit Surety Company Bond Riders for the new contract amount. The new contract amount is the contractor’s bid amount or authorized contract amount plus the CCO or CA. The Riders for any additional work shall be provided at no cost to the City. Typically, the maximum authorized contract amount requiring a Rider is the contractor’s bid amount plus 20%.

38. BART Permit All work within the Bay Area Rapid Transit District (BART) operating right of way shall require a BART Permit and must meet BART’s insurance requirements. Appendix F of these special provisions includes: Exhibit “B”, “General Terms and Conditions Relating to Utility Permits”, and Exhibit “C”, “Insurance” requirements.

39. General Conditions Compensation Full compensation for complying with the General Conditions shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor.

40. Traffic Handling Requirements, Guidance, & Processes

This Section includes additional information regarding traffic control, operations, handling, and movement of all modes of travel in and around the project site during construction. a. Number and Widths of Lanes

The Contractor shall provide the following minimum number of lanes (each having a minimum width of 12 feet) within the project limits at all times:

Two southbound lanes and one northbound lane on Shattuck Avenue (West and East) in total, with at least one northbound lane on Shattuck Avenue (East). The exceptions to this are as follows:

o On Shattuck Avenue between Allston Way and Center Street, when the work of the center median is being performed. During that time, the above requirement for southbound lanes is reduced by one.

o On Shattuck Avenue (East) between Addison Street and University Avenue, there shall be at least two northbound lanes if the Bid Alternate work is not selected. This means that a minimum of two southbound lanes and two northbound lanes are to be provided on Shattuck Avenue (West and East) in total.

One eastbound lane on Center Street. The exception to this is during construction of the concrete pavement in the intersection of Shattuck Avenue (East) and Center Street, when both directions of Center Street may be closed. The Contractor shall plan his work in this intersection to minimize the duration of such a closure.

One eastbound lane and one westbound lane on Addison Street.

Whenever feasible, the Contractor shall provide more than the minimum number of lanes through the construction area. Lane restrictions are not allowed on Allston Way

Page 152: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-36 [SPECPRO]

or University Avenue. The following one-way, one-lane traffic restriction will be in place during the construction of this Project: Westbound direction on Addison Street, between Shattuck Avenue (West) and

Milvia Street will be open for vehicular traffic. The eastbound direction on this block of street will be closed.

Furthermore, due to anticipated construction activities for a separate project (located at 2129 Shattuck Avenue, at the northeast corner of Shattuck Avenue [East] and Center Street; refer to the description for Construction Phasing and Traffic Control bid item in the Technical Provisions for more information) during the duration of this Project, the following roadway restrictions will likely be in place due to that project’s need for curbside staging areas on Center Street and Shattuck Avenue (East): The northernmost (westbound traffic) lane on Center Street, between Oxford

Street and Shattuck Avenue, will be part of the construction site at 2129 Shattuck Avenue. As a result, only one lane of eastbound traffic will be allowed (open for vehicular traffic) on this portion of Center Street.

The easternmost lane on Shattuck Avenue (East), between Center Street and Addison Street, will also be part of the construction site at 2129 Shattuck Avenue. This will result in two lanes being open for vehicular traffic on Shattuck Avenue (East), between Center Street and University Avenue.

The City will consider partial or full closure of roadway segments, provided the following:

The northbound and southbound lanes shall be a minimum of 12 feet, and large trucks (AASHTO WB-40 design vehicle) are able to travel along the route independent of crossing over into oncoming traffic at intersections. The Contractor shall provide turning movement templates to illustrate feasibility.

Intersection cross traffic at side streets (Addison Street, Center Street, Allston Way) shall be permitted, and may be detoured or controlled by a trained flagger.

The proposed partial or full closure(s) of roadway segment(s) is limited to a minimum practicable duration.

b. Construction Phasing Plan (CPP)

The Contractor is required to submit a Construction Phasing Plan and receive approval by the Engineer prior to starting on-site activities, as described herein and in the Technical Provisions. The Contractor’s CPP shall take into consideration the roadway restrictions described above.

Page 153: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety Project SPECIFICATION NO. 17-11090-C SPECIAL PROVISIONS

SPECPRO/17-11090-C SP-37 [SPECPRO]

c. Traffic Control Plans (TCPs) The Contractor is required to submit a Traffic Control Plans for each stage of construction and receive approval by the Engineer prior to starting work on an upcoming stage, as described herein and in the Technical Provisions. The Contractor’s TCPs shall take into consideration the roadway restrictions described above.

d. Signal Operations The project construction documents include temporary signal plans that call for the installation of conduit and pull boxes to provide flexibility for temporary signal poles to accommodate flexible lane assignments and configurations during construction. The intent is to install new conduits with adequate capacity to provide the Contractor the ability to use these conduits to provide temporary signal operations at all intersections within the project area in a variety of configurations to enable efficient phasing of construction. The Contractor may use the existing signal equipment and infrastructure to provide temporary signal control during construction. Any signal configuration that differs from the current phasing shall be reviewed and approved by the Engineer prior to implementation. Contractor shall give the City at least 15 working days to review potential temporary signal phasing or equipment locations prior to relocation. Contractor is encouraged to provide temporary traffic signal standards at each corner of each signalized intersection in the project area to remove existing signal equipment and foundations, and install new foundations and equipment. All temporary signals shall meet Caltrans standards for wind load, structural adequacy, equipment, and pedestrian access during construction. Alternative intersection signalization may be considered, however, the City will not permit overhead cable-stayed span-wire for this project. All temporary signal heads shall be a minimum of 12 ft over finished grade on sidewalks. Pedestrian signal heads shall have a minimum clearance of 7 ft from finished grade on sidewalks. Contractor is required to provide structural calculations for any temporary signal standards to demonstrate it meets the Caltrans requirements for signal standards. Any conduits attached to temporary signal standards shall be protected so as to not provide any hazards to pedestrians or to minimize susceptibility to vandalism. Contractor is solely responsible for ensuring any temporary signal equipment meets minimum access requirements per the Americans with Disabilities Act. To the extent possible, pedestrian detours and crosswalk/sidewalk closures should be avoided. Pedestrian signal heads shall be provided for all approaches at all times where pedestrian crossing is permitted.

41. City Quality Assurance Program

The Contractor must adhere to the requirements in the City of Berkeley’s approved Quality Assurance Program. Refer to Appendix M.

Page 154: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C

TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-1 [SPECPRO]

The Technical Provisions were Prepared Under the Direction of:

________________________________________6/30/2020

Jack K. Mong, P.E, QSD/P

BID ITEM NO. 1 MOBILIZATION

Mobilization includes preparatory work that must be performed or costs incurred beforestarting work on the various items on the job site (Public Contract Code § 10104).

Mobilization and bonding and insurance costs for prime and subcontractors (includingBART insurance; see Appendix F), equipment delivery and setup, movement of personnel,supplies and incidentals to the project site, installation of sanitation facilities, constructionfencing, and other facilities necessary for work on the project; and for all other work andoperations which must be performed or costs incurred prior to beginning work on thevarious contract items on the project site.

The Contractor shall insure that adequate existing sanitation facilities are available or theContractor shall provide and maintain adequate sanitation facilities. All wastes and refusefrom sanitary facilities provided by the Contractor’s operations shall be disposed of awayfrom the site in accordance with all laws and regulations pertaining thereto.

Demobilization shall include, but is not necessarily limited to, preparatory work andoperations necessary for the removal of personnel, equipment, supplies and incidentalsfrom the project site and for all other work and operations which must be performed orcosts incurred after completion of the various contract items on the project site includingremoval of all equipment, final site cleanup and all other related mobilization anddemobilization costs.

Measurement and PaymentThe contract lump sum price paid for “Mobilization” shall include full compensation forfurnishing all labor, materials, tools, equipment, and incidentals and for doing all the workinvolved in Mobilization and demobilization, complete in place, including all worknecessary for mobilization and demobilization, as shown on the plans, as specified in theStandard Specifications and these Special Provisions, and as directed by the Engineer.

Partial payments for “Mobilization” shall not exceed the following:(1) When 5 percent of the original contract amount is earned, 50 percent of the amountbid for mobilization, or 5 percent of the original contract amount, whichever is lesser,

Page 155: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-2 [SPECPRO]

may be paid. (2) When 10 percent of the original contract amount is earned, 75 percent of the amount bid for mobilization or 7.5 percent of the original contract amount, whichever is lesser, may be paid. (3) When 20 percent of the original contract amount is earned, 95 percent of the amount bid for mobilization, or 9.5 percent of the original contract amount, whichever is lesser, may be paid. (4) When 50 percent of the original contract amount is earned, 100 percent of the amount bid for mobilization, or 10 percent of the original contract amount, whichever is lesser, may be paid. (5) Upon completion of all work on the project, (including: punch list items, cleaning up and removal of all temporary facilities and equipment from the project site) payment of any amount bid for mobilization in excess of 10 percent of the original contract amount will be paid.

BID ITEM NOS. 2, & 115 CONSTRUCTION PHASING AND TRAFFIC CONTROL

Construction Phasing Plan (CPP) The Contractor is required to develop a detailed Construction Phasing Plan (CPP) as described in the Contract Documents, including herein and Section 40 of the Special Provisions, entitled “Traffic Handling Requirements, Guidance, & Processes”. The CPP shall be submitted within 15 working days following issuance of the Notice to Proceed (NTP), and at least 15 working days prior to the proposed start of on-site work, for review and approval by the Engineer. The CPP shall include sufficient detail to describe how the Contractor intends to phase the work over the course of the entire project. Details for each phase of construction shall be included in the CPP. Any change to the CPP shall be reviewed and approved by the Engineer prior to implementation by the Contractor. The City of Berkeley reserves the right to modify any portion of the plan. The Contractor shall not proceed with any on-site activities until the CPP is approved by the Engineer, or unless otherwise directed by the Engineer. At a minimum, the CPP shall include the following information:

One of the Contractor’s first on-site activities shall be to place portable changeable message sign (PCMS) boards as shown in the Plans and in coordination with the Engineer. All of these PCMS boards shall be in place at least 10 working days prior to the start of the first construction phase.

Proposed construction sequencing, including limits of work, type(s) of barriers to separate work areas from public areas, work hours, durations of each phase, and an overall project schedule showing how each phase is related to adjacent phases.

Layout of the work areas, including materials storage, parking for Contractor’s vehicles, and ingress and egress to/from the work areas via nearby streets, which should take into account sight lines for pedestrians, bicycles, and motorists.

Page 156: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-3 [SPECPRO]

Construction employees shall not occupy on-street public parking spaces. The Contractor shall provide off-street (on-site) parking accommodations for their employees, and even shuttle them to the site from remote parking lots or garages if necessary. Contractor’s employees should be encouraged to car pool or find other alternatives to driving singly to the site.

Proposed pedestrian, bicycle, and motor vehicle accessways around the work areas for each construction phase, including pedestrian circulation routes, temporary curb ramps, crosswalks, and other pedestrian facilities; bicycle circulation routes and treatments around the construction areas; and quantity, width, and direction of traffic lanes.

General detour plans, if applicable, for any condition that would be expected to affect traffic.

Provide a minimum of 50 contiguous feet of unobstructed curb and sidewalk space per City block face, on a daily basis, in order to accommodate the City’s need to pick up curbside waste bins for businesses within the Project limits.

Maintain continuous unobstructed access to the Bay Area Rapid Transit (BART) elevator, located at the northwest corner of Shattuck Avenue (West) and Center Street.

Locations of temporary and/or relocated bus stops, if applicable. The City has made plans for the temporary relocation of existing AC Transit bus stops on Shattuck Avenue (East) to the south, to be located between Kittredge Street and Allston Way. The existing University of California shuttle stop, located on Shattuck Avenue (East) between Center Street and Addison Street, may also need to be relocated, although the temporary location has not been established. The Contractor shall coordinate with the Engineer at least 90 calendar days in advance of the need to relocate bus stop(s).

Locations of loading/staging areas for construction vehicles, which should be located inside the work area. Trucks cannot stage along adjacent frontages or other streets, in loading zones outside the site frontage, or double-park or block travel lanes. Trucking companies should be made aware of staging in only the approved areas and turned away if there is no staging area available upon their arrival.

Locations of temporary commercial loading zones to be provided outside of the work areas for each construction phase (as replacements for loading zones made unusable within the work areas), including signage/markings, routes to/from the loading zones, hours of access by the public and any time/day limitations. Each temporary commercial loading zone shall have a minimum length of the existing loading zone that it is replacing. Refer to Appendix J for a plan showing the approximate locations and lengths of existing commercial loading zones in the project vicinity. The Contractor shall coordinate the details of the loading zones with the Engineer and affected stakeholders for each phase of construction.

Page 157: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-4 [SPECPRO]

The Contractor should be aware that businesses within the project limits will remain open during the duration of construction and shall plan work accordingly. The Contractor shall include provisions to furnish and install up to five temporary signs and/or banners per phase of construction. The purpose of these signs/banners is to indicate to the public that nearby businesses will remain open during construction. The content, type, size, and locations of the temporary signs will be as directed by the Engineer. The City anticipates that these signs/banners will be installed on construction fencing and/or supported independently near the limits of each phase of work. In general, paving work shall be performed in phases so that traffic disruption is minimized. Final pavement markings shall be installed only after all paving activities are complete. Final pavement markings are thermoplastic, as described in the bid item description for traffic striping and pavement markings. The Contractor shall furnish and install temporary pavement markings, as described in Section 12-6 of the Standard Specifications, prior to opening each phase of work. The intent of this requirement is to have clean and fresh final pavement markings at the completion of the Project. Portland Cement Concrete (PCC) pavement shall not experience any vehicular loading prior to meeting the requirements to open the pavement for traffic, as described in the Contract Documents, Section 40 “Concrete Pavement” of the Standard Specifications, and as directed by the Engineer. The Contractor may only work in one phase at a time. The Contractor will not be allowed to proceed to the next phase unless the work of the previous phase is accepted by the Engineer. The Contractor shall provide a minimum of 10 working days advance notice to the Engineer of the planned completion of each phase. Acceptance of the work of each phase by the Engineer does not relieve the Contractor of his/her responsibility to provide temporary and/or permanent improvements suitable for use by the general public in accordance with all applicable laws, regulations, codes, requirements, and standards of practice. Traffic Control Plans (TCPs) The Contractor is required to develop detailed Traffic Control Plans (TCPs) for each phase of construction, as described in the Contract Documents, including herein and Section 40 of the Special Provisions. These plans shall be prepared in accordance with guidelines and standards of the California Manual for Uniform Traffic Control Devices and pertinent City of Berkeley standards. For subjects that are common amongst both the CPP and TCPs (e.g., maintaining pedestrian accessways), the CPP would provide a general description and overall plan for the subject, whereas the TCPs would provide a more detailed description and plan for the subject. Each TCP shall be submitted at least 15 working days prior to the scheduled start of any subsequent construction phase, for review by the Engineer. The TCP for the first phase of

Page 158: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-5 [SPECPRO]

construction shall not be submitted until the CPP is approved. TCPs shall include sufficient detail to describe how the Contractor intends to perform traffic control around the work site for each phase of construction. The Contractor shall not proceed with the work of a particular phase until the corresponding TCP is approved by the Engineer, or unless otherwise directed by the Engineer. Any change to a TCP shall be reviewed and approved by the Engineer prior to implementation by the Contractor. The City of Berkeley reserves the right to modify any portion of the plan. TCPs shall include, but not be limited to, the following:

Preparation by a California licensed Traffic Engineer. Proposed temporary traffic control devices (signals, signs, markings) illustrating

the traffic control measures in place during each construction phase at each affected intersection.

Summary of proposed traffic handling, detours for vehicles and bicyclists, accessible pedestrian routes, temporary bus stops, temporary signage, advanced construction area signage, location and use of flagmen, and other information to illustrate how the downtown area would operate during construction.

Number and locations of all proposed on-street parking spaces to be taken by the Contractor. All proposed parking spaces to be taken shall be essential to the Contractor’s work activities and are not for the Contractor’s convenience. Furthermore, there should never be a time when an on-street parking space is taken by the Contractor and no apparent work is occurring.

Details of how sidewalks and pedestrian access in the Public Right-of-Way and along the project Site will be maintained. Closure of the sidewalk and re-routing of pedestrians is considered an exception of Public Convenience and Access and therefore requires an exception of the City, justification of the need to close access, and a plan to accommodate pedestrians around the work site. All pedestrian plans shall meet ADA standards and requirements. Refer to the contract documents, including Section 29 of the Special Provisions, for more information.

Detailed detour plans, if applicable, for any condition that would be expected to affect traffic in and around the Project site.

A truck route plan indicating the anticipated level of truck traffic during construction and where trucks will be coming from to the Project site. The truck route plan will include specific routes into the project area and away from the area generally to the nearest freeways. The route should utilize existing arterial streets and truck routes in the City as much as reasonably possible. The use of residential streets shall be limited to the minimum route required for the trucks to access the site from the nearest truck route or arterial street. The City of Berkeley Truck Route and Prohibited Streets Map is provided on the City web link:

Page 159: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-6 [SPECPRO]

https://www.cityofberkeley.info/uploadedFiles/Public_Works/Level_3_-_Transportation/mapoftruckroutesystem.pdf

A site logistics plan indicating the anticipated site-specific circulation of construction vehicles into and out of the work site. This generally is a one or two block area around the work site. This plan will show all site-related obstacles that need to be placed in the Public Right-of-Way and includes temporary power stations, dewatering tanks, office trailers, stabilization beams or cables, lifts, cranes, and more. The logistics plan will help to determine the traffic control through and around the site.

Development of turning templates for 30-foot long single unit fire trucks, showing clear path of travel around proposed phased construction areas. The actual limits of the construction areas will be adjusted as necessary based on actual turning movements by a City fire truck.

Appendix H of the Specifications includes examples of traffic control plans. These examples are provided for reference only and do not imply that the Engineer would approve a traffic control plan similar to these, as the TCPs will need to be project- and site-specific and will need to correlate with the information in the CPP. The Contractor is responsible for providing complete TCPs that meet the City’s intended purposes and includes all required information. There are two large projects that will likely be under construction at the same time as this Project – Acheson Commons (located at 1979 - 1987 Shattuck Avenue, 2101 - 2113 University Avenue, 2125 - 2145 University Avenue, and 1922 & 1930 Walnut Street) and Pyramid Hotel (located at 2129 Shattuck Avenue). The Contractor shall coordinate its TCPs with the TCPs for these projects and shall coordinate its work. Appendix I of the Specifications includes the current TCPs for these projects.

Traffic control during construction shall be the responsibility of the Contractor. All traffic control devices shall be in accordance with the latest edition of the California Manual on Uniform Traffic Control Devices (California MUTCD) herein after referred to as Traffic Control Manual. The Traffic Control Manual may be obtained online at http://www.dot.ca.gov/trafficops/camutcd/camutcd2014rev3.html To comply with project’s environmental commitment, the Contractor shall develop TCPs that will limit the vehicle idling time during any lane closure to the following:

General traffic: 10 minutes maximum in each direction of traffic Construction vehicle: 5 consecutive minutes maximum

The Contractor shall initially (on the first working day) notify the U. S. Postal Service (USPS), the police, fire, garbage collection (City Refuse Service), and Engineer of the need for road closure(s) and areas of construction delays. After the first working day the

Page 160: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-7 [SPECPRO]

Contractor shall keep the Engineer and Public Safety Dispatch updated on road closure(s) and areas of construction delays on a daily basis and USPS & City Refuse Service on a weekly basis. All holes, trenches, etc., in pavement area shall be covered with 1 inch steel plates, plates shall have approach tapers and be shimmed with temporary asphalt on edges, by 3 p.m. or at the end of each work day. As an option to the Contractor, the holes, trenches, etc., can be backfilled and all areas within pavement areas have temporary asphalt toppings. The temporary asphalt shall be regularly maintained. All areas shall be completely restored within ten (10) working days after the work has been completed at that location. All open excavations which are not actively involved in construction activity shall be adequately barricaded against entry by pedestrians or animals. At the end of any working day when work operations have obscured existing traffic striping, the striping shall be restored via permanent reflective painting or other interim materials subject to the approval of the Engineer. Temporary delineation shall be of the same color and type, including nighttime reflectivity. At the end of each day’s work, and at other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of roadway open for use by public traffic. No longitudinal joint shall be left during non-working hours. Where existing road signs are in conflict with the proposed work, the Contractor shall relocate such signs to temporary or permanent locations as directed by the Engineer. If it becomes necessary, in the opinion of the City Engineer, to properly move traffic through the construction area, flagmen shall be present to slow down and reroute traffic, in which case flagmen shall be on duty the entire period the roadway is constructed. Where flagmen are not visible to each other, additional flagmen shall be added as required by the Engineer or the Contractor shall use radios. Contractor shall take all necessary measures to obtain a normal flow of traffic to prevent accidents and to protect the work throughout the construction phases until completion of the work. The Contractor shall make the necessary arrangements to provide and maintain barriers, cones, guards, barricades, and construction warnings and regulatory signs. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights, guards, temporary crossovers and watchmen.

In addition to the foregoing traffic control and safety measures, the Contractor shall undertake immediately to implement any measures requested by the Engineer, as they deem necessary to ensure the proper flow of traffic and the protection of the public and the safety of the workers. The Contractor shall maintain at all times the ability to respond to

Page 161: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-8 [SPECPRO]

calls from the City of Berkeley Police and Fire Departments during non-working hours to replace or provide additional traffic control or safety devices as shall be required by the Police Department.

Extensive traffic signage, e.g., warning signs and detour signs, may be required for this project. Contractor shall be responsible for placing all barricades for perimeter street closures as required.

The Contractor shall be responsible for posting "No Parking" signs a minimum of four

days in advance of concrete work and paving operations so as to comply with the City’s construction notification requirement of 72 hours excluding weekends and holidays hours. Cones shall not be used as barricades. "No Parking" signs may be obtained from the City at no cost to the Contractor. The "No Parking" signs shall be updated as necessary. The Contractor shall check and maintain (e.g., re-install missing signs, reposition displaced barricades, etc.) postings on a regular basis prior to start of work.

If traffic is to be detoured over a centerline or detoured in advance of the work, detour

plans must be submitted to and approved by the Engineer prior to starting work. Police, Fire and Public Works Department shall be notified at least two days in advance of any work which will interfere with the normal flow of vehicular or pedestrian traffic. Intersection closure may only occur if the two adjacent intersections remain open, unless otherwise approved by the Engineer. The Contractor shall coordinate his traffic control/diversion plan with City personnel, a minimum of 3 weeks prior to starting work, to assure that traffic is diverted in a safe and convenient manner.

Truck routes shall be approved by the City’s Traffic Engineer prior to start of work.

Personal vehicles of the Contractor's employees shall not be parked within the area of

work. The Contractor may be allowed to close residential streets if approved in writing in

advance by the Engineer. No work that interferes with public traffic shall be performed between 7:00 p.m. and 7:00 a.m.

Start of work shall be no earlier than 7:00 a.m. No work process, including starting,

warm up, and delivery of equipment, shall be done outside of work hours. The use of vehicle horns to alert residents to move their vehicles out of the construction zone is not permitted. The Contractor should attempt to locate vehicle owners by knocking on doors. If Contractor violates these provisions, a fine of $1,000 will be assessed for the first violation, $5,000 for the second and $10,000 for the third.

The full width of the traveled way shall be open for use by the public traffic on Saturdays,

Sundays and designated legal holidays, and when construction operations are not actively in progress, unless specified otherwise.

Page 162: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-9 [SPECPRO]

No lane closures shall be permitted on the following streets Monday through Friday

between 5:00 - 6:00 PM and Saturdays between 10:00 AM – 2:00 PM, unless approved in advance by the Traffic Engineer if the contractor can sufficiently explain why such closure cannot be reasonably avoided. On days when University of California football games are scheduled, all construction-related lane closures along these corridors must be re-opened at least 4 hours before the start of the game.

Major Streets: University Avenue San Pablo Avenue Telegraph Avenue Sacramento Street Martin Luther King Jr. Way Ashby Avenue College Avenue Gilman Street Adeline Street

The Contractor may close travel lanes on Shattuck Avenue, from Center Street to

University Avenue, provided the minimum number of lanes (12-foot minimum width) is provided in each direction, as per Special Provisions Section 40, and as described herein in the Technical Provisions.

Minor deviations from the requirements of this section concerning hours of work may be

permitted upon the written request of the Contractor if in the opinion of the Engineer, public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer provides written approval.

If any component in the traffic control system is damaged, displaced or ceases to operate

or function as specified, from any cause during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location.

The Contractor, at the end of each day, shall provide pedestrian and vehicle crossings

at all street intersections. If the project is left open overnight, it shall be graded in such a way that pedestrians and vehicles can safely pass through the project. Temporary concrete, asphalt, or wood ramps shall be installed and maintained at all locations where existing ramps have been temporarily removed.

Where a tack coat has been applied, pedestrian crossing areas shall be covered with sand

so that the asphalt does not adhere to shoes.

Page 163: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-10 [SPECPRO]

No vehicular traffic shall be allowed on a tack coat. Cleanliness is extremely important. Dust producing conditions shall be eliminated as soon

as they are created. Access and Egress

Work shall be accomplished in such a manner as to provide access to all intersecting streets as shown on the plans and adjacent properties. The Contractor shall endeavor to cooperate with all business and residents occupying properties fronting on the streets in the matter of access and egress. If during the course of the work, it is necessary to restrict access to certain driveways for an extended period of time, the Contractor shall notify the affected residents, in writing, at least forty-eight (48) hours in advance.

Contractor shall maintain a clear and accessible pedestrian corridor through the

work site at all times. During business hours, the Contractor shall maintain pedestrian access to each business. Proposed work that would restrict access to any business or residence shall be coordinated with the Engineer.

Where a business property has more than two vehicular paths of access, one path, 10 feet

in width, shall remain open during all business hours, unless exempted by the Engineer. Measurement and Payment

The contract lump sum price paid for “Construction Phasing and Traffic Control” shall include full compensation for furnishing all labor (including, but not limited to, preparation and submittal of the CPP and TCPs, installation of temporary pavement markings and pedestrian accessways, and as flaggers when necessary), materials (including, but not limited to, barricades, temporary pavement markings, temporary traffic delineation, and temporary signage and banners), tools, equipment, and incidentals and for performing all work to phase the construction and perform associated traffic control, complete in place, including all work necessary to provide for the convenience and safety of the public and to facilitate the performance of the contract work as shown on the Plans, as specified in the Standard Specifications and in the Special Provisions and Technical Provisions, and as directed by the Engineer.

The Contractor shall be paid on pro rata basis for the work done per month, and said payment shall be for providing all labor, material, equipment, devices, supervision, and all incidentals as are needed to provide construction phasing and traffic control as specified herein, and as may be required to complete the work.

Page 164: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-11 [SPECPRO]

BID ITEM NO. 3 CONTRACTOR INFORMATION SIGN BID ITEM NO. 4 CONSTRUCTION AREA SIGN BID ITEM NO. 5 PROJECT IDENTIFICATION SIGN BID ITEM NO. 6 PORTABLE CHANGEABLE MESSAGE SIGN

General The Contractor shall notify the appropriate Underground Service Alert (USA) regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to commencing excavation for construction area sign posts. Excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. Sign substrates for stationary mounted construction area signs may be fabricated from fiberglass reinforced plastic as specified under "Prequalified and Tested Signing and Delineation Materials" of these Special Provisions. The Contractor may be required to cover certain signs during the progress of the work. Signs that are no longer required or that convey inaccurate information to the public shall be immediately covered or removed, or the information shall be corrected. Covers for construction area signs shall be of sufficient size and density to completely block out the complete face of the signs. The retroreflective face of the covered signs shall not be visible either during the day or at night. Covers shall be fastened securely so that the signs remain covered during inclement weather. Covers shall be replaced when they no longer cover the signs properly. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the City Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until the City Engineer has indicated his written approval. All other modifications shall be made by contract change order. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location.

Contractor Information Sign The Contractor Information sign shall advise the public of the anticipated period of time that traffic delays may be anticipated. This sign will also include name and telephone number of the Contractor along with starting and completion dates of the contract. Sign will be erected

Page 165: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-12 [SPECPRO]

7 days in advance of any work. For bidding purposes it should be assumed that a total of 2 Contractor Information Signs will be required. Contractor shall submit Contractor Information Sign format and content to City for review. Contractor Information Sign shall include the following:

1. Name of project 2. Anticipated period of time that traffic delays may be anticipated 3. Starting and completion dates of the contract 4. Contractor name 5. 24/7 contact information for Contractor personnel name and number 6. City contact name and number

Construction Area Signs Construction area signs shall be furnished, installed, maintained, and removed when no longer required in conformance with the provisions in the latest edition of the California Manual on Uniform Traffic Control Devices (California MUTCD), these Special Provisions, and as directed by the Engineer.

The Contractor shall provide “Road Work Ahead” and “End Road Work” signs. All signs shall have an orange background color and black uniform lettering, unless noted otherwise, and shall be in conformance with MUTCD Sign Standards. Location of signs shall be approved by the Engineer prior to placement.

Project Identification Signs The Contractor shall provide and install Project Identification signs at the beginning and end of the work areas with a minimum of two (2) signs required per contiguous work area. The signs shall be a minimum of three (3) feet tall by four (4) feet wide and shall state the project descriptions as well as the dates and times for this work. The signs may be printed on full reflective signs with white background color and black uniform lettering. The Contractor shall mount the signs to 4” x 4” wooden posts or a Type 3 barricade. The City shall provide a template to the Contractor for the identification signs. The identification signs shall be in place on the project site a minimum of seven (7) calendar days in advance of performing work on the street. Locations of these signs shall be coordinated with the Engineer before installation of the sign post (assume sign post will be embedded 24 inches) or placement of the barricade. This work may require intermittent sign relocation depending on the work zone. The intent is to have the signs in close proximity to both ends of the work zone. Prior to sign fabrication the Contractor shall submit a proof set to the Engineer for review and approval. Location of project identification signs shall be approved by the Engineer prior to placement. The Contractor shall maintain the project identification signs in legible condition at all times during the contract duration.

Page 166: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-13 [SPECPRO]

Portable Changeable Message Signs Portable changeable message signs (PCMS) shall be furnished, programmed, installed, maintained, and removed when no longer required in conformance with the provisions in the latest edition of the California Manual on Uniform Traffic Control Devices (California MUTCD), Section 12-3.12 of the Standard Specifications, these Special Provisions, and as directed by the Engineer. These signs are to be placed at locations shown in the plans, and field located by the contractor in a location within the public right-of-way with minimal impacts to pedestrian, bicycle, or motorized vehicular traffic. Location of PCMS shall be approved by the Engineer prior to placement and shall be relocated as necessary through the duration of the project. PCMS cannot be placed such that they block sight distance, or obstruct pedestrians or other traffic. Approaching drivers must be able to read the entire message at least 2 times before passing the portable changeable message sign at the posted speed limit. PCMS shall be displayed, maintained and programmed starting 1 week before construction commences through the entire period of construction. At the Engineer’s direction, contractor shall reprogram displays as necessary during phased construction. Contractor shall have 24hrs once notice is given by the engineer to reprogram the PCMS. Location of PCMS shall be approved by the Engineer prior to placement and shall be relocated as necessary through the duration of the project. PCMS cannot be placed such that they block sight distance, or obstruct pedestrians or other traffic. Messages, abbreviations, and operating details shall be consistent with Caltrans Changeable Message Sign Guidance (December 2013) and Federal Highway Administration (FHWA) Publication Number: FHWA-RD-03-066 Portable Changeable Message Signs Handbook. PCMS shall be remotely programmable through a web-based interface, and accessible by contractor and City staff. Messages shall be coded into the signs and where appropriate, shall be turned on, off, or changed based on the day of the week or time of the day. Contractor shall include up to 4 hours of time to educate and train City staff to access and adjust messages as needed during construction. Development & Deployment of Messages: All signs shall be programmed with the messages per plan and tested prior to deployment. Contractor shall develop alternative messages to notify motorists of the lane assignment, access, and/or circulation changes through the downtown area to provide motorists with information about conditions in the downtown area and to promote use of alternative routes to minimize the amount of traffic through the downtown area. All messages other than the primary message on the plans shall be developed in coordination with City staff, and approved by City Engineer or authorized representative no less than 5 working days prior to message changes. Contractor shall have 24hrs once notice is given by the engineer to

Page 167: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-14 [SPECPRO]

reprogram the PCMS. Sample PCMS Messaging Schedule and Process The following illustrates a potential circumstance that could occur, and the expectations from the Contractor and the City during this process:

Sample Work Activities: Work in downtown includes full closure of Shattuck East from Center to University (exclusive of the intersections).

Sample Objective of Messages: Notify traffic to use parallel routes, expect delays, and where possible direct them to specific alternative routes.

Sample Messages: o All signs facing northbound and southbound traffic west of Shattuck:

Message: SHATTUCK EAST CLOSED, EXPECT DELAYS, USE MLK JR WAY

o All signs facing northbound and southbound traffic east of Shattuck: Message: SHATTUCK EAST CLOSED, EXPECT DELAYS, USE

ALT ROUTES o All signs facing eastbound traffic north of University:

Message: SHATTUCK EAST CLOSED, EXPECT DELAYS, USE HEARST

o All signs facing eastbound traffic south of Center: Message: SHATTUCK EAST CLOSED, EXPECT DELAYS, USE

DURANT Note: The above is an example only, and is subject to change based on the specific scope and duration of any work zones, lane closures, or detours. Details for PCMS sign messages shall be included in the CPP and TCP where applicable. The Contractor is encouraged to develop a master spreadsheet that clearly shows the messages programmed for each PCMS. The City can provide a template if requested. Measurement and Payment The contract unit prices paid for “Contractor Information Sign”, “Construction Area Sign”, and “Project Identification Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in construction area signs, complete in place, including excavation, backfill, placing and removing wood posts, Type 3 barricades, maintaining, removing and disposing of construction area signs, Construction Information Signs, or any other equipment used to protect the public or designate construction areas, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

The contract unit price paid for “Portable Changeable Message Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in portable changeable message sign installation and

Page 168: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-15 [SPECPRO]

maintenance, complete in place, including placing, maintaining, trailering, moving from site to site, placement, and protection, as shown on the plans for the life of the project, as specified in the Standard Specifications, these special and technical provisions, and as directed by the Engineer.

BID ITEM NO. 7 STORMWATER POLLUTION CONTROL Stormwater Pollution Control shall conform to Section 25 “Stormwater Pollution Control” of the Special Provisions, Section 13 “Water Pollution Control” of the Standard Specification, and as directed by the Engineer. Measurement and Payment The contract lump sum price paid for “Stormwater Pollution Control” shall include full compensation for compliance with Section 24 of the Special Provisions and the provisions of this section, including preparation of WPCP, planning and implementation of Best Management Practices, providing a Water Pollution Control (WPC) manager, conducting WPC training, and the installation, monitoring, inspecting and correcting of BMP practices, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 8 TEMPORARY STORM DRAIN INLET PROTECTION

Temporary storm drain inlet protection shall be constructed, installed, maintained, and removed at all drainage inlets within the boundaries of the project. The Contractor shall use sediment filter bags to protect the drainage inlet. Throughout the duration of the contract, the Contractor shall maintain and provide protection to meet the changing conditions around the drainage inlet. Sediment filter bags shall be installed by removing the drainage inlet grate, placing the sediment bag in the opening, and replacing the grate to secure the sediment filter bag in place. Sediment Filter Bags shall be installed at all storm drain inlets within or adjacent to the project limits. Sediment Filter Bags shall be obtained from a commercial manufacturer, as approved by the Engineer. When the temporary drainage inlet protection is no longer required the protection materials shall be removed and disposed of in accordance with the provisions in Section 14-10, "Solid Waste Disposal and Recycling," of the Standard Specifications. Temporary drainage inlet protection shall be maintained to provide sediment holding capacity and to reduce runoff velocities. Temporary drainage inlet protection shall be repaired or replaced immediately if damage occurs.

Page 169: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-16 [SPECPRO]

Sediment deposits, trash, and debris shall be removed from temporary drainage inlet protection as needed or when directed by the Engineer. Removed sediment shall be deposited within the project limits so that the sediment is not subject to erosion by wind or by water. Trash and debris shall be removed and disposed of in accordance with the provisions in Section 14-10, "Solid Waste Disposal and Recycling," of the Standard Specifications. All Sediment Filter Bags shall be removed at the conclusion of the project. Cleanup, repair, removal, disposal, or replacement due to improper installation or as a result of the Contractor's negligence shall not be considered as included in the cost for performing maintenance. Measurement and Payment The contract unit price paid per “Temporary Storm Drain Inlet Protection” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing temporary drainage inlet protection, complete in place, including maintenance, replacement, and removal of materials, cleanup and disposal of retained sediment and debris, and removal of all Sediment Filter Bags at the conclusion of the project, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 9 LAYOUT

Stakes or marks will be set by the Contractor, utilizing a qualified land surveyor in conformance with the requirements in Chapter 12, "Construction Surveys," of the California Department of Transportation's Surveys Manual. The Contractor shall perform the project construction survey and be responsible for the accuracy of the survey adequate for construction. The Contractor shall preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be by the Contractor at his/her expense. The Contractor shall dig all holes necessary for line and grade stakes. Staking shall be performed a minimum of 2 working days prior to the time when stakes are required. Stakes will be preserved and made available for the Engineer to verify the lines and grades of the work. The contractor is responsible for providing all stakes necessary to perform the work of this Project, which include but are not limited to the following:

1) Control Lines 2) Tops of Proposed Curbs and Gutters

Page 170: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-17 [SPECPRO]

3) Grade breaks in sidewalk (including concrete and unit pavers) and finished grade

4) Curb ramps 5) Grade breaks and crowns in pavement (asphalt concrete and Portland cement

concrete) and finished grade 6) Storm Drain Facilities, including drainage inlets, manholes, and structures 7) Sewer Facilities 8) Electrical Systems

Construction stakes will be provided at fifty foot intervals in tangent sections, twenty-five foot intervals in horizontal curve sections, and transition points. Damaged or removed stakes shall be replaced per Chapter 12, "Construction Surveys," of the Department's Surveys Manual. Contractor shall confirm with the City that all monuments within the limits of work have been referenced prior to the start of any pavement removals. Measurement and Payment The contract lump sum prices paid for “Layout” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in construction staking layout, complete in place, including maintenance and replacement of stakes for used by the Engineer, referencing monuments, and filing corner records, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 10 EXCAVATION SAFETY

“Excavation Safety” shall conform to the provisions in Section 7-1.02K(6)(b) “Excavation Safety”, and Section 7-1.02K(6)(c) “Tunnel Safety” of the Standard Specifications, and these Special Provisions. Attention is directed to the requirements in Section 6705 of the Labor Code concerning trench excavation safety plans. Excavations shall be adequately shored and braced so that the earth will not slide, move, or settle and so that all existing improvements of any kind will be fully protected from damage. Attention is called to Article 6 of “Construction Safety Orders” of the California Division of Industrial Safety, that the Contractor is required by law to obey and which are adopted by reference as part of these Special Provisions. Attention is directed to Public Contract Code Section 7104, which requires the Contractor to promptly notify the City of Berkeley when working on a contract involving the digging of trenches or excavations in excess of four feet below the surface, and when any of the following are encountered:

Page 171: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-18 [SPECPRO]

1) Material that the Contractor believes may be hazardous waste, as defined in Section

25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law.

2) Subsurface or latent physical conditions at the site differing from those indicated. 3) Unknown physical conditions at the site of any unusual nature, different materially

from those ordinarily encountered and generally recognized as inherent in work of the character provided for the contract.

Such notification shall be in writing and shall be submitted to the Engineer prior to disturbing any of the above conditions. Measurement and Payment

The contract lump sum price paid for “Excavation Safety” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved for providing excavation safety including providing shoring plans and calculations (prepared by a California-licensed Civil or Structural Engineer), installing and maintaining shoring, bracing and shielding, as specified in the standard specifications and these construction details, and as directed by the Engineer.

BID ITEM NOS. 11, & 116 ROADWAY EXCAVATION

Roadway Excavation shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these Special Provisions. Attention is directed to Section 16, "Clearing and Grubbing," and Section 19-1.03D, "Buried Man-Made Objects," of the Standard Specifications and these Special Provisions. Roadway Excavation shall include excavation and removal of all material and objects within the limits of the work to be performed including, but not limited to: existing asphalt concrete pavement, aggregate base, and unsuitable material. All excavated material shall be removed from the project site and disposed of by the Contractor. All excess and unsuitable excavated material shall be removed from the project site and disposed of by the Contractor. The Contractor is required to dispose of excess materials at an appropriate recycling facility. All materials shall be excavated as shown on the plan. If you dispose of any surplus material prematurely and later find a material shortage, you must replace it with authorized material at your expense. The outline of the asphalt concrete to be removed full depth shall be cut in a neat line with a power-driven saw, or a grinder, to a depth of not less than 2 inches before removing the surfacing. Surfacing and base shall be removed without damage to surfacing that is to

Page 172: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-19 [SPECPRO]

remain in place. Damage to pavement, which is to remain in place, shall be repaired to a condition satisfactory to the Engineer. The damaged pavement shall be removed and replaced with new asphalt concrete if ordered by the Engineer. Repairing or removing and replacing pavement damaged outside the limits of pavement to be replaced, shall be at the Contractor's expense and will not be measured nor paid for. All asphalt concrete, concrete, soft or spongy, or deleterious materials, structures, and other unsuitable material encountered during the excavation operation (whether shown or not shown on the plan) shall be removed and disposed of. When the planned excavation or subgrade is made all undesirable material then encountered shall be removed and disposed of as directed by the Engineer. The accumulation of water in excavated areas shall be prevented by means of pumping or other approved methods. At no time shall ground water or storm water be allowed to flow into sanitary sewer lines. Excavation shall be carried to the exact depth indicated on the drawing or as specified. Should the Contractor, through his negligence or other fault, excavate below the designated lines, he shall replace such excavations with approved materials at his own expense. The subgrade, including any base material, shall be thoroughly compacted by an approved mechanical device to not less than 95% relative compaction as determined by California Test 216 or 231 or approved equivalent. Measurement and Payment Roadway Excavation shall include excavation and removal of material and objects within the limits of the work to be performed, including, but not limited to: existing asphalt concrete pavement, aggregate base, native soil, and unsuitable material. Excavation for sidewalk and curb, including but not limited to any concrete, dowels, base, and subbase, will be measured and paid for as “Remove Concrete Sidewalk” and “Remove Curb” correspondingly. Excavation and removal of material and objects within the limits of the landscape and median island area, shall be included in the contract price paid per cubic yard for “Roadway Excavation” and no additional payment will be allowed therefore. The contract price paid per cubic yard for “Roadway Excavation” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in performing roadway excavation, complete in place, including sawcutting, asphalt concrete removal, base and surfacing removal, excavation, grading, compaction, hauling, and disposing of excess material as shown on the plans, as

Page 173: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-20 [SPECPRO]

specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Roadway excavation shall be a Final Pay Item, as described in Section 9-1.02C, “Final Pay Item Quantities” of the Standard Specifications and no adjustment of quantities will be allowed therefore.

BID ITEM NO. 12 SUBGRADE REPAIR This work shall consist of removing existing unsatisfactory subgrade material as determined by the Engineer within the pavement reconstruction area and replacing the unsatisfactory material with aggregate base. Aggregate base shall comply with Section 26, "Aggregate Bases," of the Standard Specifications and these Special Provisions. Aggregate base must be Class 2, ¾” maximum. Before removing additional subgrade material, outline the repaired area and excavate for to a depth of 12 inches in conformance with Section 19, “Earthwork” of Standard Specification and as directed by the Engineer. Aggregate base exceeding workable moisture content will be rejected by the Engineer and shall be immediately removed from the project site by the Contractor. The finished repair shall be tight, level, and shall match the grade and profile of the existing grade prior to application of final pavement. Where the thickness of aggregate base is more than 6 inch, spread and compact the aggregate base in two or more layers approximately equal in thickness. Compact each aggregate base layer to at least 95 percent relative compaction under California Test 231. Spreading and compacting shall be performed by methods that will produce a uniform base, firmly compacted and free from pockets of coarse or fine material. No spreading operation shall begin until the physical characteristics of aggregate base have been approved by the Engineer. Measurement and Payment The contract price paid per square foot for “Subgrade Repair” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in performing roadway excavation, installing Class 2 Aggregate Base, complete in place, including hauling, placement, cleanup, and other

Page 174: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-21 [SPECPRO]

incidental work, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The exact location and quantities of “Subgrade Repair” shall be determined and approved by the Engineer in field. The City does not pay for subgrade repair that has not been approved by the Engineer in advance of any work. For bidding purposes, it should be assumed that a total of 1700 square feet is required. Compensation for excavation beyond 12" in depth below proposed subgrade level as directed by the Engineer, shall be based on the contract price paid per square foot for “Subgrade Repair” pro-rated based on the additional depth in inches divided by 12-inches. No adjustment of compensation will be made for any increase or decrease in the quantities of "Subgrade Repair” required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.05 “Changes And Extra Work," of the Standard Specifications shall not apply to "Subgrade Repair.”

BID ITEM NOS. 13 & 117 REMOVE CONCRETE SIDEWALK BID ITEM NO. 14 REMOVE CONCRETE BUS PAD BID ITEM NOS. 15 & 118 REMOVE CONCRETE CURB BID ITEM NO. 16 REMOVE CONCRETE MEDIAN BID ITEM NO. 17 REMOVE CONCRETE BLOCK BID ITEM NOS. 18 & 119 RESET TRASH RECEPTABLE BID ITEM NO. 19 REMOVE BOLLARDS BID ITEM NO. 20 REMOVE METER POST BID ITEM NO. 21 & 154 REMOVE BIKE RACK BID ITEM NO. 22 REMOVE BENCH BID ITEM NO. 23 REMOVE METAL BANNER POLE BID ITEM NO. 24 REMOVE AND SALVAGE METAL PLAQUES BID ITEM NO. 25 REMOVE BACKFLOW PREVENTER BID ITEM NO. 46 REMOVE STORM DRAIN PIPE BID ITEM NOS. 47 & 128 REMOVE DRAINAGE INLET BID ITEM NO. 83 REMOVE TREE BID ITEM NO. 84 EXPANDED TREEWELL BID ITEM NO. 114 REMOVE EXISTING IRRIGATION SYSTEM

The work performed in connection with various existing highway facilities shall conform to the provisions in Section 14-10, “Solid Waste Disposal and Recycling”, Section 15, "Existing Facilities," Section 5-1.36, “Property and Facility Preservation”, Section 7-1.05, “Indemnification“, and Section 7-1.06, “Insurance”, of the Standard Specifications, as well

Page 175: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-22 [SPECPRO]

as these Special Provisions. Nothing in these Special Provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.04, "Public Safety", of the Standard Specifications. This work shall consist of removing existing roadway and other public facilities which interfere with construction as shown on the plans. Removed facilities shall be disposed of, salvaged, re-laid, reset, relocated or reconstructed as specified in the Standard Specifications and these Special Provisions. Removed facilities to be disposed of shall become the property of the Contractor. Any resultant void of the removed item shall be backfilled to the lines and grades shown on the plans with Class 2 aggregate base compacted to 95% relative compaction per CT 231. The Contractor shall protect from damage, any utilities and other non-highway facilities that are to remain in place, be installed, relocated, or otherwise rearranged. Sawcuts shall be made on the nearest expansion or weakened plane joints or score line. Sawcuts must go entirely through concrete. Cut concrete shall be removed without damaging the concrete that is to remain in place, or any other structures or improvements adjacent to the cut concrete. Damage to concrete or any adjacent existing structure or improvement, which is to remain in place, shall be repaired to a condition satisfactory to the Engineer. Repairing or removing and replacing structures, improvements, and/or the concrete to remain in place, that are damaged outside the limits of concrete to be replaced, shall be at the Contractor's expense and will not be measured nor paid for. Where no joint exists between concrete to be removed and concrete to remain in place, the concrete shall be cut on a neat line to a minimum depth of 4-inches with a power driven saw before the concrete is removed.

Slurry from sawcut operation shall not be allowed to enter the waterway. REMOVE TREE. Tree removal shall conform to Section 17-2, “Clearing and Grubbing” of the Standard Specifications, “Clearing and Grubbing” of the general provisions, these Special Provisions, as shown on the plans, and as directed by the Engineer. Tree designated for removal in the project plans or as directed by the Engineer shall be removed in its entirety along with the stump and roots greater than 1-inch in diameter to a minimum of twenty-four (24) inches below finish grade. The resultant void shall be backfilled with clean material free of organics and deleterious material, and compacted to 95% relative compaction. Tree removal operation should be occurred during non-breeding season (September 1 to February 15) in compliance with CA Department of Fish and Wildlife code. If not feasible,

Page 176: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-23 [SPECPRO]

a qualified biologist should be conduct a preconstruction survey within 72 hours of scheduled removals. Protect active nests from disturbance in conformance with “Tree Protection” of these Special and Technical Provisions until young have fledged. EXPANDED TREEWELL. Existing treewell shall be enlarged as shown in plan. The existing tree grate and adjacent concrete sidewalk shall be removed and disposed of in conformance with Section 14-10, “Solid Waste Disposal and Recycling” and Section 15, “Existing Facilities” of the State Standard Specification. The resultant void shall be backfilled with decomposed granite. Decomposed granite shall conform to the section entitled “DECOMPOSED GRANITE PAVING”, elsewhere in these Special Provisions. REMOVE CONCRETE SIDEWALK, CONCRETE BUS PAD, CONCRETE MEDIAN and CONCRETE BLOCK. Existing concrete sidewalk, median, bus pad and blocks to be removed shall be completely removed and disposed of in conformance with the provisions in Section 15-1.03B, "Removing Concrete" and Section 14-10, “Solid Waste Disposal and Recycling”, of the Standard Specifications and these Special Provisions, as shown on the plans, and as directed by the Engineer. REMOVE CONCRETE CURB. “Remove Concrete Curb” shall include all types of curb and gutter of varying widths and curb. Existing concrete to be removed shall be completely removed and disposed of in conformance with the provisions in Section 15-1.03B, "Removing Concrete", of the Standard Specifications and these Special Provisions, as shown on the plans, and as directed by the Engineer. The Contractor shall restore all sewer, gas and waterline system markings on the top of curbs. All markings shall be referenced prior to curb removal.

REMOVE BOLLARDS, REMOVE METER POST, REMOVE BIKE RACK, REMOVE BENCH and REMOVE METAL BANNER POLE. Existing bollards, posts, bench, bike racks and poles shall be completely removed and disposed of in conformance with the provisions in Section 15, "Existing Facilities" of the Standard Specifications and these Special Provisions, as shown on the plans, and as directed by the Engineer. At locations where meter posts will be removed, the existing concrete sidewalk shall be sawcut and removed to the nearest joint. The metal post shall be removed and disposed of in its entirety or to a depth of 24” below original grade (top of subgrade). The resultant void from the removed post shall be backfilled with Cement Slurry Backfill, and the removed concrete sidewalk shall be replaced. Slurry cement backfill shall comply with Section 19-3.02D “Slurry Cement Backfill” of the Standard Specifications. Concrete sidewalk shall comply with the requirements for Concrete Sidewalk in the Technical Provisions.

Page 177: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-24 [SPECPRO]

RESET TRASH RECEPTACLE. Existing trash receptacle shall be completely removed in conformance with the provisions of Section 15, "Existing Facilities" of the Standard Specifications and these Special Provisions, and as directed by the Engineer. Existing receptacle shall be removed with care, and the concrete surface shall be restored as directed by the Engineer. The contractor shall temporarily store and protect the removed receptacles and reinstall them at new locations as directed by the Engineer and secured the trash receptacle with new anchors embedded in sidewalk. REMOVE AND SALVAGE METAL PLAQUE. Existing CIL metal plaque shall be completely removed in conformance with the provisions in Section 15, "Existing Facilities" of the Standard Specifications and these Special Provisions, as shown on the plans, and as directed by the Engineer. Existing metal plaque to be salvaged shall be removed with care, and the concrete surface shall be removed from the plaque at the locations shown on the plans and as directed by the Engineer. The salvage metal plaque shall be delivered to the City Maintenance Yard if the plaque is not re-installed at new location as shown in plan or as directed by the Engineer. REMOVE DRAINAGE INLET and REMOVE STORM DRAIN PIPE. Removal of drainage structures shall comply with Section 71-2, “Remove Drainage Facilities” of the standard specifications and these Special Provisions. Existing frame and grate shall be salvaged and delivered to the City Maintenance Yard as directed by the Engineer. REMOVE BACKFLOW PREVENTER. Removal of existing backflow preventer shall comply with Section 20-10.02C(4), “Remove Irrigation Facilities” of the standard specifications and East Bay Municipal Utility District’s requirement. Contractor shall notify and coordinate with East Bay Municipal Utility District for shutting off water supply line and removal of existing water meter for the irrigation system prior to commencing work. Contractor shall remove existing backflow preventer including removal of existing metal cage, anchor bolts and concrete pad. The remaining pipe shall be cut and plugged immediately after the irrigation facility have been removed. The resultant void shall be backfilled with Cement Slurry Backfill. Slurry cement backfill shall comply with Section 19-3.02D “Slurry Cement Backfill” of the Standard Specifications.

Page 178: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-25 [SPECPRO]

REMOVE EXISTING IRRIGATION SYSTEM. Removal of existing irrigation system shall comply with Section 20-10.02C(4), “Remove Irrigation Facilities” of the standard specifications. Contract shall remove existing irrigation in the mdie The remaining pipe shall be cut and capped immediately after the irrigation facility have been removed. Measurement and Payment The contract unit price paid for “Remove Tree” of the various types and sizes shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing tree, complete in place, including stump and root removal to a depth of 2 feet, hauling, recycling, disposal, cleanup, backfill, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per square foot for “Expand Treewell” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing tree grade, existing concrete sidewalk, complete in place, including sawcutting, import topsoil, demolition and removal of concrete, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

The contract price paid per square foot for “Remove Concrete Sidewalk” and “Remove Concrete Median” of the various types shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing concrete, complete in place, including sawcutting, demolition and removal of concrete, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per square foot for “Remove Concrete Bus Pad” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing concrete pavement, complete in place, including sawcutting, demolition and removal of concrete, reinforcing, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Existing monolithic concrete curb adjacent to “Remove Concrete Bus Pad” shall be removed and paid for per square foot in the same manner specified for “Remove Concrete Bus Pad”.

Page 179: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-26 [SPECPRO]

Full compensation for removal of retaining curb and detectable warning surface shall be considered as included in the contract unit price paid for “Remove Concrete Sidewalk” or “Remove Concrete Median” and no separate payment will be made therefore. The contract unit price paid for “Remove Concrete Block” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing concrete block, complete in place, including sawcutting, demolition and removal of concrete, reinforcing, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per linear foot for “Remove Concrete Curb” of the various types shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing curb and gutter, complete in place, including sawcutting, demolition and removal of curb, curb and gutter, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Remove Bollards”, “Remove Meter Post”, “Remove Bench” and “Remove Metal Banner Pole” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing concrete, rebar, anchor, bench and metal posts, complete in place, including sawcutting, demolition and removal of concrete and metal, hauling, recycling, disposal, compaction, backfill, slurry cement backfill, sidewalk reconstruction, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Remove and Salvage Metal Plaque” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in salvaging and transporting metal plaque, complete in place, including sawcutting, excavation, backfill, disposal, transportation, storage and protection, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

The contract unit price paid for “Remove Drainage Inlet” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing drainage inlet, complete in place, including excavation, backfill, demolition and removal of concrete and miscellaneous metal, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid per linear foot for “Remove Storm Drain Pipe” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and

Page 180: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-27 [SPECPRO]

for doing all the work involved in removing drainage pipe, complete in place, including excavation, backfill, demolition and removal of concrete, hauling, recycling, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Remove Backflow Preventer” shall include full compensation for notifying the respective utility companies, full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing concrete, removal and abandoning water pipes, and metal cage, complete in place, including sawcutting, demolition and removal of concrete, pipe and metal, hauling, recycling, disposal, compaction, backfill, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Reset Trash Receptacle” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in salvaging and reinstalling trash receptacle at new locations, complete in place, including sawcutting, excavation, backfill, disposal, transportation, storage and protection, base anchor, concrete foundation, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

The contract lump sum price paid for “Remove Existing Irrigation System” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing irrigation facilities, complete in place, including demolition and removal of pipe and conduits, removal of cables and any irrigation heads, hauling, recycling, disposal, compaction, backfill, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 26 REMOVE BUS SHELTER

The work performed in connection with various existing highway facilities shall conform to the provisions in Section 14-10, “Solid Waste Disposal and Recycling”, Section 15, "Existing Facilities," Section 5-1.36, “Property and Facility Preservation”, Section 7-1.05, “Indemnification“, and Section 7-1.06, “Insurance”, of the Standard Specifications, as well as these Special Provisions. Nothing in these Special Provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.04, "Public Safety", of the Standard Specifications. This work shall consist of removing existing bus shelter which interfere with construction as shown on the plans. Removed facilities shall be disposed of, salvaged, re-laid, reset, relocated or reconstructed as specified in the Standard Specifications and these Special

Page 181: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-28 [SPECPRO]

Provisions. Removed facilities to be disposed of shall become the property of the Contractor. The work area shall be left with a neat and finished appearance. The Contractor shall protect from damage, any utilities and other non-highway facilities that are to remain in place, be installed, relocated, or otherwise rearranged. Electrical wiring shall be properly cut and capped inside the nearest junction box and made safe and available for future use. Concrete pad and footings shall be removed at the locations shown on the plans and as directed by the Engineer and disposed of. Remove concrete to a depth of at least 3 feet below finished grade unless described otherwise. Resultant voids shall be backfilled with clean backfill, free of organics and deleterious material, and compacted to 95% relative compaction. Measurement and Payment

The contract unit price paid for “Remove Bus Shelter” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved for removing the bus stop shelter, bench, concrete pad, and foundations complete in place, including removal and disposal, excavation and backfill, and remove concrete pad and foundations, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 27 RELOCATE EXISTING ART WORK (TUNING FORK) BID ITEM NO. 28 RELOCATE EXISTING ART WORK (TOKI STRUCTURE) BID ITME NO. 127 INSTALL CIL PLAQUE

The work performed in connection with various existing highway facilities shall conform to the provisions in Section 14-10, “Solid Waste Disposal and Recycling”, Section 15, "Existing Facilities," Section 5-1.36, “Property and Facility Preservation”, Section 7-1.05, “Indemnification“, and Section 7-1.06, “Insurance”, of the Standard Specifications, as well as these Special Provisions. Nothing in these Special Provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.04, "Public Safety", of the Standard Specifications. The Contractor, at his expense, shall repair materials to be salvaged that are damaged as a result of the Contractor’s operations to the satisfaction of the Engineer. RELOCATE ART WORK (TUNING FORK). This work shall consist of salvaging and relocating existing art works as shown on the plans, as specified in the Standard Specifications and these Special Provisions.

Page 182: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-29 [SPECPRO]

The Earth Song, or “Tuning Fork”, sculpture/structure is constructed of powder-coated,welded steel segments in the form of a giant tuning fork. It’s overall dimensions are approximately 42 feet high by 31 inches wide. The base, or the portion of the sculpture supporting the prongs, is approximately 12 feet high by 14 inches in diameter, with a protruding bell about 3.5 feet above the bottom of the sculpture. This sculpture has an estimated weight of 1,900 pounds. The Contractor shall coordinate with the City to remove and deliver the “Tuning Fork” structure to an off-site restoration facility in the San Francisco Bay Area as designated by the City for restoration. After restoration work is completed, the contractor shall pick up, deliver, and re-install the “Tuning Fork” structure at the new location shown in the Contract Documents. The Contractor shall plan its work so that (a) the “Tuning Fork” structure is at the off-site restoration facility for 90 calendar days and (b) the restored structure is transported directly from the restoration facility (without being stored or handled at any other facility) to the project site and installed on the new foundation. If the Contractor needs the “Tuning Fork” structure to be stored offsite for a period longer than 90 calendar days, he shall coordinate with the Engineer to temporarily store the structure at the City’s Corporation Yard, at the Engineer’s discretion. If this occurs, the final 90 calendar days of the structure’s off-site storage shall be at the restoration facility, as described above. Prior to re-installation of the sculpture, the Contractor shall construct a new foundation. The base anchor must be set in minor concrete. The anchor shall be installed so that the metal top is completely level. The concrete must not be higher than the top surface of the anchor at any point within 4” of the edges of the anchor. The Contractor shall provide a submittal, for review and approval by the City, detailing its proposed plan to remove, transport, and reinstall the “Tuning Fork” structure. The plan shall include the proposed equipment and procedures (including equipment layout and crane height); a schedule of the work (hourly for work in the City’s right-of-way, daily for the overall work of this Bid Item); traffic control plan(s); method to protect vehicles, bicyclists, and pedestrians; and method/procedure to protect the restored structure while picking, transporting, and installing from the restoration facility to the new foundation. The Contractor’s method for picking, loading, and transporting the structure should minimize load impacts to the underlying BART structure. Therefore, the crane and transport vehicle shall be located outside of the footprint of the BART structure. The Contractor shall provide calculations to demonstrate negligible (or acceptable) load transfer to the BART structure as a result of these activities. The Contractor may also be required to obtain a permit from BART to perform these activities. Minor concrete shall conform to the provisions in Section 90-2, “Minor Concrete”, of the

Page 183: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-30 [SPECPRO]

Standard Specifications. RELOCATE ART WORK (TOKI STRUCTURE). This work shall consist of salvaging and relocating existing art works as shown on the plans, as specified in the Standard Specifications and these Special Provisions. The existing structure/sculpture to be relocated is referenced as the “Toki Structure”. The Contractor shall coordinate with the City to remove existing concrete sidewalk, salvage existing metal plaque and expose anchor bolts with care and under observation of the Engineer. Contractor shall take all necessary precautions to protect existing sculpture, including the sculpture base, when performing work. After the anchor bolts are exposed, the City will remove the sculpture and transport offsite for restoration. The Contractor shall install a new foundation at the new location within 4 months (but not less than one month) from the time the City removes the sculpture from its current location. The Contractor shall align the anchor bolts using a template provided by the City, and the anchor bolts shall be set in minor concrete. The anchor bolts shall be installed so that their tops are completely level. The new foundation shall be located such that horizontal clear space between the curb face and the sculpture base is 18 inches. This may require demolition and replacement of an adjacent sidewalk panel, beyond what is depicted in the Plans. The Contractor shall coordinate the exact location and orientation of the sculpture with the Engineer prior to demolition of the sidewalk and construction of the new foundation. The City will re-install the sculpture, using hardware (bolts, nuts, angles, etc.) furnished by the Contractor. After installation of the Toki Structure, the Contractor shall reconstruct new sidewalk, or install new landscaping if the Bid Alternate work is selected. The salvaged metal plague shall also be reinstalled in a minor concrete base adjacent to the sculpture as directed by the Engineer. Minor concrete shall conform to the provisions in Section 90-2, “Minor Concrete”, of the Standard Specifications. INSTALL CIL PLAQUE. This work shall consist of installing salvaged Center for Independent Living (CIL) metal plaque at new location as shown on the plans, as specified in the Standard Specifications and these Special Provisions. The metal plaque shall be installed in new concrete sidewalk base and shall consist of removing and disposing of the sidewalk. Measurement and Payment The contract unit price paid for “Relocate Art Work” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work

Page 184: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-31 [SPECPRO]

involved in salvaging and reconstructing art works at new locations, complete in place, including preparation of submittal(s), sawcutting, excavation, backfill, disposal, transportation, storage and protection, base anchor, concrete foundation, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer The contract unit price paid for “Install CIL Plaque” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to remove existing sidewalk & to install new metal plaque including sawcutting, excavation, backfill, disposal, minor concrete, transportation, storage and protection, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 29 REMOVE TRAFFIC STRIPES – YELLOW BID ITEM NO. 30 REMOVE TRAFFIC STRIPES – WHITE BID ITEM NO. 31 REMOVE PAVEMENT MARKING BID ITEM NO. 73 REMOVE ROADSIDE SIGN

The work performed in connection with various existing highway facilities shall conform to the provisions in Section 14-10, “Solid Waste Disposal and Recycling”, Section 15, "Existing Facilities," Section 5-1.36, “Property and Facility Preservation”, Section 7-1.05, “Indemnification“, and Section 7-1.06, “Insurance”, of the Standard Specifications, as well as these Special Provisions. Nothing in these Special Provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.04, "Public Safety", of the Standard Specifications. This work shall consist of removing existing roadway and other public facilities which interfere with construction as shown on the plans. Removed facilities shall be disposed of, salvaged, re-laid, reset, relocated or reconstructed as specified in the Standard Specifications and these Special Provisions. Removed facilities to be disposed of shall become the property of the Contractor. The work area shall be left with a neat and finished appearance. The Contractor shall protect from damage, any utilities and other non-highway facilities that are to remain in place, be installed, relocated, or otherwise rearranged. REMOVE PAVEMENT MARKING AND TRAFFIC STRIPE. Pavement marking and traffic stripe shall be removed in accordance with the provisions of Section 15, “Existing Facilities”, of the Standard Specifications, as shown on the plans, these Special Provisions, and as directed by the Engineer.

Waste from removal of yellow thermoplastic and yellow painted traffic stripe and pavement marking may contain heavy metals in concentrations that exceed thresholds

Page 185: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-32 [SPECPRO]

established by the California Health and Safety Code and may produce toxic fumes when heated. Removed yellow thermoplastic and yellow paint shall be disposed of at a Class 1 disposal facility or a Class 2 disposal facility permitted by the Regional Water Quality Control Board in conformance with the requirements of the disposal facility operator within 5 days after accumulating 220 pounds of residue and dust. The Contractor shall make necessary arrangements with the operator of the disposal facility to test the yellow thermoplastic and yellow paint residue as required by the facility and these Special Provisions. Testing shall include, at a minimum, (1) Total Lead and Chromium by EPA Method 7000 series and (2) Soluble Lead and Chromium by California Waste Extraction Test. From the first 887 gallons of waste or portion thereof, if less than 887 gallons of waste are produced, a minimum of four randomly selected samples shall be taken and analyzed. From each additional 222 gallons of waste or portion thereof, if less than 222 gallons are produced, a minimum of one additional random sample shall be taken and analyzed. The Contractor shall submit the name and location of the disposal facility and analytical laboratory along with the testing requirements to the Engineer not less than 2 days prior to the start of removal of yellow thermoplastic and yellow painted traffic stripe. The analytical laboratory shall be certified by the Department of Health Services Environmental Laboratory Accreditation Program. Test results shall be provided to the Engineer for review prior to signing a waste profile as requested by the disposal facility, prior to issuing an EPA identification number, and prior to allowing removal of the waste from the site. The Contractor shall prepare a project specific Lead Compliance Plan to prevent or minimize worker exposure to lead while handling removed yellow thermoplastic and yellow paint residue. Attention is directed to Title 8, California Code of Regulations, Section 1532.1, "Lead," for specific Cal-OSHA requirements when working with lead. The Lead Compliance Plan shall contain the elements listed in Title 8, California Code of Regulations, Section 1532.1(e)(2)(B). Before submission to the Engineer, the Lead Compliance Plan shall be approved by an Industrial Hygienist certified in Comprehensive Practice by the American Board of Industrial Hygiene. The Plan shall be submitted to the Engineer at least 7 days prior to beginning removal of yellow thermoplastic and yellow paint. Prior to removing yellow thermoplastic and yellow painted traffic stripe and pavement marking, personnel who have no prior training, including State personnel, shall complete a safety training program provided by the Contractor that meets the requirements of Title 8, California Code of Regulations, Section 1532.1, "Lead," and the Contractor's Lead Compliance Program. Personal protective equipment, training, and washing facilities required by the Contractor's Lead Compliance Plan shall be supplied to State personnel by the Contractor. The number of City personnel will be 2.

Page 186: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-33 [SPECPRO]

Where grinding or other methods approved by the Engineer are used to remove yellow thermoplastic and yellow painted traffic stripe, the removed residue, including dust, shall be contained and collected immediately. Sweeping equipment shall not be used. Collection shall be by a high efficiency particulate air (HEPA) filter equipped vacuum attachment operated concurrently with the removal operations or other equally effective methods approved by the Engineer. The Contractor shall submit a written work plan for the removal, storage, and disposal of yellow thermoplastic and yellow painted traffic stripe and pavement marking to the Engineer for approval not less than 7 days prior to the start of the removal operations. Removal operations shall not be started until the Engineer has approved the work plan. The removed yellow thermoplastic and yellow painted traffic stripe residue shall be stored and labeled in covered containers. Labels shall conform to the provisions of Title 22, California Code of Regulations, Sections 66262.31 and 66262.32. Labels shall be marked with date when the waste is generated, the words "Hazardous Waste", composition and physical state of the waste (for example, asphalt grindings with thermoplastic or paint), the word "Toxic", the name and address of the Engineer, the Engineer's telephone number, contract number, and Contractor or subcontractor. The containers shall be a type approved by the United States Department of Transportation for the transportation and temporary storage of the removed residue. The containers shall be handled so that no spillage will occur. The containers shall be stored in a secured enclosure at a location within the project limits until disposal, as approved by the Engineer. If the yellow thermoplastic and yellow painted traffic stripe residue is transported to a Class 1 disposal facility, a manifest shall be used, and the transporter shall be registered with the California Department of Toxic Substance Control. The Engineer will obtain the United States Environmental Protection Agency Identification Number and sign all manifests as the generator within 2 working days of receiving sample test results and approving the test methods. The Contractor shall assume that the yellow paint removed is not regulated under the Federal Resource Conservation and Recovery Act (RCRA). Additional disposal costs for removal residue regulated under RCRA, as determined by test results required by the disposal facility, will be paid for as extra work as provided in Section 4-1.03D, "Extra Work," of the Standard Specifications. REMOVE ROADSIDE SIGN. Roadside Sign post and footing shall be removed at the locations shown on the plans and as directed by the Engineer. Sign posts shall be disposed of. The resultant void shall be backfilled with clean backfill, free of organics and deleterious material, and compacted to 95% relative compaction. The roadside sign panels shall be salvaged and delivered to the City Maintenance Yard as directed by the Engineer.

Page 187: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-34 [SPECPRO]

Measurement and Payment The contract price paid per square foot for “Remove Pavement Markings” of the various types shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing pavement markings, complete in place, including Lead Compliance Plan, grinding, sandblasting, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per linear foot for “Remove Traffic Stripe” of the various types shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing traffic stripes, complete in place, including Lead Compliance Plan, grinding, sandblasting, disposal, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Remove Roadside Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for doing all the work involved in removing the Roadside Sign (including footings, posts, appurtenances, and all other material) and salvaging the sign panels, complete in place, including excavation, removal, disposal, backfilling, and cleanup, as shown on the plans, specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 32, & 120 COLD PLANE ASPHALT CONCRETE PAVEMENT Existing asphalt concrete shall be cold planed at the locations and to the dimensions

indicated on the plans and in accordance with these Special Provisions. Dispose of removed material under Section 14-10, "Solid Waste Disposal and Recycling," of the Standard Specifications.

The cold planing machine shall have a cutter head at least 6-feet in width and have

automatic controls to provide for accurately establishing profile grades at each edge of the cutter by referencing from the existing pavement or an independent grade reference, where required, or be capable of automatically maintaining a designated cross slope from a single reference. The planing machine shall be operated so as not to produce smoke or fumes.

Planed widths of pavement shall be continuous except for intersections at cross streets

where the planing shall be carried around the corners and through the conform lines unless otherwise directed by the Engineer. Where transverse conform lines are planed in the pavement, no drop off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to traffic, a

Page 188: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-35 [SPECPRO]

temporary asphalt concrete taper shall be constructed. Temporary tapers shall remain in place no longer than 7 days.

The outside lines of the planed area shall be neat and uniform. The road surface to

remain in place, curbs, and gutter lips shall not be damaged in any way. Care shall be exercised to avoid damage to manholes and other utility covers (whether exposed or not) and adjacent gutters. Where planing is necessary, the Contractor is responsible for having all underground utilities and covers identified by calling Underground Service Alert (USA) at 1-800-227-2600 prior to commencement of planing work. No additional compensation will be considered for cutter head teeth that may be damaged by any obstructions exposed or unexposed. All improvements damaged by construction shall be replaced at the Contractor's expense. It shall be the Contractor's responsibility to ascertain the location of all utilities, including manholes and monuments.

The final cut shall result in a uniform surface. The Contractor shall replace the teeth on

the planing machine when necessary in order to provide a final cut with uniform grooves and ridges. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of away from the site in a legal proper manner, and such disposal cost shall be borne by the Contractor. The planer shall pick up the planed material as it progresses, or the removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer.

The Contractor shall proceed with the asphalt concrete resurfacing phase of the planed

streets not later than five (5) working days after the approval of the planing work. Measurement and Payment Planing asphalt concrete pavement will be measured by the square yard. The quantity to

be paid will be the actual area of surface planed irrespective of the number of passes required.

The contract price paid per square yard for “Cold Plane Asphalt Concrete Pavement” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing asphalt concrete by planing, complete in place, including asphalt concrete removal, paving fabric removal and disposal, cutter head teeth replacement, disposal, and cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 33 & 121 HOT MIX ASPHALT (TYPE A) BID ITEM NO. 34 DIGOUT

GENERAL. This work includes producing and placing hot mix asphalt (HMA) Type A

Page 189: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-36 [SPECPRO]

complying with Sections 39 of the Standard Specifications and these special provisions. MATERIALS.

Asphalt Pavement - Hot Mix Asphalt for pavement construction shall be Type A. Hot Mix Asphalt shall comply with the following:

Top Layer: ½ inch maximum grading. Leveling course, base layer and digouts: ¾ inch maximum grading

Asphalt Binder - The grade of asphalt binder mixed with aggregate for Hot Mix Asphalt (Type A) shall be 64-10. Aggregate - The aggregate for Hot Mix Asphalt (Type A) must comply with the 1/2 inch maximum-medium grading, as specified on the plans and in these special provisions. Asphaltic Emulsion (Paint Binder/Tack Coat) - Asphaltic Emulsion (Paint Binder) shall be slow setting Grade SS1. At joints between concrete pavement and HMA, apply tack coat between the concrete pavement and HMA and in accordance with Section 39-2.01C(3)(f) “Tack Coat.”

TESTING. Contractor must perform their own density testing with a certified testing consultant. Testing shall include nuclear gauge density, California Test 375, a minimum of 3 tests per 250 tons or 3 per paving day, whichever is greater to ensure compliance with the contract documents. Results must be submitted to the City within 5 business days of the test. The City may elect to collect pavement cores to verify the pavement compaction per Section 39-2.01A(3)(l) Data Cores. Data cores, if collected, shall take precedence over California Test 375.

CONSTRUCTION. The completed surface shall be thoroughly compacted, smooth, and true to grade and cross section, free from ruts, humps, depression, irregularities, or segregated material. Existing pavement shall be thoroughly cleaned prior to paving and painted with asphaltic emulsion. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles before and after paving operations where feasible. All other areas will require hand sweeping. The pavement shall be free of dust, dirt, water, and vegetation prior to paving. After a tack coat of asphalt emulsion has been applied, asphalt concrete shall be spread and compacted. Asphalt concrete must be laid to a compacted thickness and joint location as specified in plan. All loose material tracked out onto the new compacted surface shall be removed before an adjacent pass is made by the asphalt paver. All layers of asphalt concrete shall be laid using an asphalt paving machine as specified in Section 39, “Hot Mix Asphalt”, of the Standard Specifications. Public traffic shall be permitted the use of the street area providing that such traffic does not interfere with the continuity of the paving operations. When street operations are suspended, all equipment shall be removed from portions of the streets that are to be used by the public traffic.

Page 190: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-37 [SPECPRO]

Where work is unfinished at a pedestrian crosswalk at the end of a working day, the edge of the paved surface to crosswalk shall be feathered to provide a smooth pathway for foot traffic. The pavement shall be protected from traffic until thoroughly cooled and set. All rollers shall be equipped with pads and water systems that prevent sticking of asphalt mixtures to the steel-tired wheels. A parting agent, which will not damage the asphalt mixture, as determined by the Engineer, may be used to aid in preventing the sticking of the mixture to the wheels. The location of all utility and City-owned structures that are covered over by the new pavement shall be legibly marked with paint on the new pavement and on the adjacent curb and/or sidewalk. In addition, the Contractor must make a list of each utility cover that is paved over and not raised to grade during the paving job (e.g. PG&E utility covers) and must notify the utility in writing of the location of said utility cover and the date that it was paved over. A copy of this written notification must be sent to the City. If a utility cover is paved over and not raised to grade during the paving job, the pavement must be at least 1-1/2 inches thick over the utility cover and no depression in the roadway surface can be left over the utility cover. If 1-1/2 inches of pavement cannot be laid over a recessed utility cover, then the asphalt concrete shall be feathered to the grade of the utility cover and arrangements with the utility must be made to raise it to grade. The Contractor’s attention is directed to Section 39-2.01A(4)(i)(ii) “In-Place Density” of the Standard Specification, that identifies payment reduction factors that will be applied for over and under compaction of the Hot Mix Asphalt Pavement. The finished surface shall be cat-tracked within 24 hours of completion of paving work. Final striping shall be applied after one week and within 12 days of completion of paving work.

2015 STANDARD SPECIFICATIONS REVISIONS.

Replace SP-2 at each occurrence in section 39 with: MS-2

Replace the table in the 4th paragraph of section 39-2.01A(1) with:

Test method Year of publication

AASHTO M 17 2011 (2015) AASHTO M 323 2013 AASHTO R 30 2002 (2015) AASHTO R 59 2011 (2015) AASHTO T 27 2014 AASHTO T 49 2014 AASHTO T 59 2013 AASHTO T 96 2002 (2010)

AASHTO T 164 2014 AASHTO T 176 2008 AASHTO T 209 2012 AASHTO T 269 2014 AASHTO T 275 2007 (2012)

Page 191: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-38 [SPECPRO]

AASHTO T 283 2014 AASHTO T 304 2011 AASHTO T 305 2014 AASHTO T 308 2010 AASHTO T 312 2014 AASHTO T 313 2012 (2016) AASHTO T 315 2012 (2016) AASHTO T 324 2014 AASHTO T 329 2013 AASHTO T 335 2009

ASTM D36/D36M 2014ε1 ASTM D92 2012b

ASTM D217 2010 ASTM D297 2013 ASTM D445 2014 ASTM D1856 2009 (Reapproved 2015) ASTM D2007 2011 ASTM D2074 2007 (Reapproved 2013) ASTM D2995 1999 (Reapproved 2009) ASTM D4791 2010 ASTM D5329 2009

ASTM D7741/D7741M 2011ε1 Asphalt Institute MS-2 7th edition (2015)

Replace items 1 and 2 in the 1st paragraph of section 39-2.01A(3)(b)(i) with:

1. Mix design documentation on a Contractor Hot Mix Asphalt Design Data form dated within 12 months of the submittal for the JMF verification.

2. JMF verification on a Caltrans Hot Mix Asphalt Verification form and the Contractor Hot Mix Asphalt Design Data form that was submitted for the JMF verification, if applicable.

Replace the headings and paragraphs of section 39-2.01A(3)(i) with:

39-2.01A(3)(i) Reserved Replace the 2nd sentence in the 3rd paragraph of section 39-2.01A(4)(b) with:

Submit 3 parts and keep 1 part.

Delete item 3 in the 5th paragraph of section 39-2.01A(4)(b).

Replace AASHTO Materials Reference Laboratory in the paragraph of section 39-2.01A(4)(f)(i) with:

AASHTO resource

Delete the 6th paragraph of section 39-2.01A(4)(i)(i).

Add between single and test in the 7th paragraph of section 39-2.01A(4)(i)(i):

aggregate or HMA

Page 192: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-39 [SPECPRO]

Replace Engineer may accept in the introductory clause of the 3rd paragraph of section 39-2.01A(4)(i)(ii) with:

Engineer must accept 39-2.01A(4)(i)(iii)(B) Straightedge

The HMA pavement top layer must not vary from the lower edge of a 12-foot long straightedge:

1. More than 0.01 foot when the straight edge is laid parallel with the centerline 2. More than 0.02 foot when the straightedge is laid perpendicular to the centerline and extends from edge to

edge of a traffic lane 3. More than 0.02 foot when the straightedge is laid within 24 feet of a pavement conform

Replace AASHTO Materials Reference Laboratory in the 2nd paragraph of section 39-2.01A(4)(i)(iv) with:

AASHTO resource Replace the 1st paragraph of section 39-2.01B(2)(a) with:

The HMA mix design must comply with the superpave HMA mix design as described in MS-2 Asphalt Mix Design Methods by the Asphalt Institute. Replace the 9th through 11th paragraphs of section 39-2.01B(8)(a) with:

HMA must be produced at the temperatures shown in the following table: HMA Production Temperatures

HMA compaction Temperature (°F) HMA

Density based Method

≤ 325 305–325

HMA with WMA technology Density based Method

240–325 260–325

Add to the list in the 7th paragraph of section 39-2.01C(1):

4. Marks 5. Tearing 6. Irregular texture

Delete item 3 in the 8th paragraph of section 39-2.01C(1).

Replace planning in the 3rd paragraph of section 39-2.01C(3)(d) with:

planing Replace 39-2.01A(3)(m)(iv) in the 6th paragraph of section 39-2.01C(3)(e) with:

36-3.01C(3)

Page 193: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-40 [SPECPRO]

Replace 2.06 in the 4th paragraph of section 39-2.01C(3)(f) with:

2.05 Add between rectangles and with in the 4th paragraph of section 39-2.01C(16):

, half the lane width, Add between to and the in item 1 of the 4th paragraph of section 39-2.01C(16):

and along

Delete coat in the 5th paragraph of section 39-2.01C(16).

Replace 37 in the 5th paragraph of section 39-2.01C(16) with:

37-4.02 Replace section 39-2.02A(3)(b) with:

The JMF must be based on the superpave HMA mix design as described in MS-2 Asphalt Mix Design Methods by the Asphalt Institute. Add between the 1st and 2nd paragraphs of section 39-2.02C:

If the ambient air temperature is below 60 degrees F, cover the loads in trucks with tarpaulins. If the time for HMA discharge to truck at the HMA plant until transfer to paver's hopper is 90 minutes or greater and if the ambient air temperature is below 70 degrees F, cover the loads in trucks with tarpaulins, unless the time from discharging to the truck until transfer to the paver's hopper or the pavement surface is less than 30 minutes. The tarpaulins must completely cover the exposed load until you transfer the mixture to the paver's hopper or the pavement surface. Replace the table in the 2nd paragraph of section 39-2.02C with:

Minimum Ambient Air and Surface Temperatures

Lift thickness (feet)

Ambient air (F) Surface (F) Unmodified asphalt

binder Modified asphalt

binder Unmodified asphalt

binder Modified asphalt

binder Type A HMA and Type A HMA produced with WMA water injection technology

0.15 55 50 60 55 ≥0.15 45 45 50 50

Type A HMA produced with WMA additive technology 0.15 45 45 50 45 ≥0.15 40 40 40 40

Delete the 3rd paragraph of section 39-2.02C.

Digout Replace asphalt concrete in a lane before the lane is specified to be opened to public traffic under "Traffic Control" of these Special Provisions.

Page 194: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-41 [SPECPRO]

Before removing asphalt concrete, outline the replacement area and cut neat lines with a saw or grind to full depth of the existing asphalt concrete. Do not damage asphalt concrete and base remaining in place. The subgrade shall be compacted to minimum 95 percent relative compaction. The excavation shall be squared off, thoroughly cleaned out, primed with Grade SS-1 asphalt emulsion, backfilled in 3” lifts, and properly compacted with HMA (Type A). The finished repair shall be tight, level, and shall match the grade and profile of the existing grade prior to application of final pavement. Lateral extents and depth of digouts shall be as directed by the Engineer. Digouts shall match the existing asphalt concrete pavement thickness, with a minimum thickness of 12 inches, unless otherwise directed by the Engineer. Contractor shall anticipate that digouts will be 12” in depth, and any depth greater than 12” will be pro-rated based on the additional depth in inches divided by 12-inches. Dispose of removed material under Section 14-10, "Solid Waste Disposal and Recycling," of the Standard Specifications. If base is excavated beyond the specified plane, the Contractor shall replace it with HMA at the Contractor’s expense.

Measurement and Payment Hot Mix Asphalt surfacing will be measured by the ton of asphalt installed in-place. The Contractor shall not be paid for asphalt overlay thickness above that which is specified for each street. Contractor shall submit asphalt tags to the Engineer upon arrival of the delivery truck, or as directed by the Engineer. The contract price paid per ton for “Hot Mix Asphalt (Type A)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in placing hot mix asphalt, complete in place, including compaction of subgrade and base surfacing, tack coat, prime coat, asphaltic emulsion (paint binder), HMA (Type A), all joints and sawcutting, conform tapers, working around existing utility covers, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The exact location and quantities of Digout shall be approved by the Engineer prior to commencing digout operations. The City does not pay for digout that has not been approved by the Engineer in advance of any work. For bidding purpose, it should be assumed that a total of 2000 square feet is required. The contract price paid per square foot for “Digout” includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work

Page 195: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-42 [SPECPRO]

involved in Digouts, complete in place including sawcutting, cold planing, excavation, aggregate base, compaction, tack coat, and HMA as shown on the plans, as specified in the Standard Specifications and the Special Provisions, and as directed by the Engineer. Compensation for excavation beyond 12" in depth as directed by the Engineer, shall be based on the contract price paid per square foot for “Digout” pro-rated based on the additional depth in inches divided by 12-inches. No adjustment of unit price will be made for any increase or decrease in the quantities of "Digout” required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.05 “Changes And Extra Work," of the Standard Specifications shall not apply to "Digout.”

BID ITEM NOS. 35 & 122 STRESS ABSORBING MEMBRANE INTERLAYER (SAMI-R) This work includes placing stress absorbing membrane interlayer over a levelling course of HMA pavement surface prior to HMA overlay. Comply with Section 37-2.06, “Stress Absorbing Membrane Interlayer” of the Standard Specification and these special provision. Asphalt Binder Asphalt binder must be Grade PG64-10. Asphalt Rubber Binder Asphalt rubber binder shall meet the requirement in Section 37-2.05B(1)(d)(iii)(C) of the Standard Specification. Aggregate Aggregate for SAMI-R must be 3/8” maximum gradation and comply with the gradation requirement shown in the following table:

3/8” Maximum Aggregate Gradation

Quality characteristic Test method Requirement

Gradation (% passing by weight) Sieve size:

California Test 202

3/8"

3/4" 100 1/2" 95–100 3/8" 70–85 No. 4 0–15 No. 8 0–5 No. 200 0–1

Page 196: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-43 [SPECPRO]

Measurement and Payment The contract price paid per square foot for “SAMI-R” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in applying SAMI-R, including working around existing utility covers, aggregate, asphalt rubber binder, asphalt binder, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer

BID ITEM NOS. 36 CONCRETE PAVEMENT

This work includes constructing jointed plain concrete pavement. Comply with Section 40, "Concrete Pavement," of the Standard Specifications and these special provision.

Finish and color for textured and colored concrete shall be as shown in plan. Contractor shall submit scoring pattern for review and approval. Existing subgrade surface shall be re-graded (if necessary) and re-compacted to conform to the grades shown on the plans. No concrete shall be placed until the Engineer has inspected and approved forms and subgrade. Concrete is subject to rejection without approval by the Engineer. New work shall be as shown on the plans, or as directed by the Engineer. No admixtures shall be used without approval of the Engineer. New pavement slabs that are broken or contain cracks shall be removed and replaced as specified hereinafter (and under direction of the Engineer) at no cost to the City. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, full width, and full length of the slab, to the nearest unaffected joint. Patching of slabs will not be allowed. Surface Runoff Field Test After completion of all paving work at the raised intersection, the contractor shall provide the material and equipment required for conducting surface runoff field test to verify no surface runoff will be flowed toward private property if a drainage inlet is plugged. Test Procedure:

1. Test should be conducted during off peak hours or in coordination with City of Berkeley.

2. Contractor shall submit a work plan for the Engineer for review and approval. The work plan shall include the following:

a. Date/time of the field test b. Material and equipment use for the test

Page 197: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-44 [SPECPRO]

c. Source of water (Water truck or temporary water source) d. Temporary traffic control plan during test e. Any emergency procedures

3. Contractor shall notify the Engineer 7 days in advance and all test shall be conducted under the observation of the Engineer

4. Contractor shall cover and seal one drainage inlet located upstream from the intersection.

5. Contractor shall flood the inlet area with water from a water truck or other approved sources until the water is raised above the top of ramp and high point along the vertical curb.

6. Contractor shall stop adding water when the surface flow reach the next inlet downstream and remove the seal or cover to allow water completely drained.

7. Repeat items 4 to 6 for the next inlet until all upstream inlet have been tested.

Contractor shall repair any ponding and blockage discovered during the test at no cost to the City. All repairs shall conduct under the direction of the Engineer. Measurement and Payment The contract price paid per square foot for “Concrete Pavement” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in placing Portland cement concrete, complete in place, including compaction of subgrade and base surfacing, Portland cement concrete, Class 2 aggregate bases, reinforcing steel, joint sealant, joint seal and sawcutting, conform tapers, working around existing utility covers, material and equipment for the field test, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 37 & 123 CONCRETE SIDEWALK BID ITEM NO. 38 CONCRETE SIDEWALK REPAIR BID ITEM NO. 39 CONCRETE ISLAND AND PASSAGEWAY BID ITEM NOS. 40 & 124 CONCRETE BUS PAD BID ITEM NO. 42 CONCRETE CURB (TYPE A1-6) BID ITEM NOS. 43 & 126 CONCRETE CURB (TYPE A2-6) BID ITEM NO. 44 CONCRETE CURB (TYPE D-6)

GENERAL. Concrete curb of the various types, gutter, sidewalk, curb ramps, concrete median and island passageway shall conform to Section 73 “Concrete Curbs and Sidewalks” of the Standard Specifications, as shown on the plans, these Special Provisions and as directed by the Engineer.

Portland cement concrete for curb (various types), sidewalk, driveway, valley gutter, island passageway, textured and colored concrete, and bus pad shall be minor concrete conforming to the requirements of Section 90-2 “Minor Concrete” of the Standard Specifications with at least 505 pounds of cementations material per cubic yard and 1-inch

Page 198: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-45 [SPECPRO]

maximum graded coarse aggregate. No bagged mix is permitted. Existing subgrade surface shall be re-graded (if necessary) and re-compacted to conform to the grades shown on the plans. No concrete shall be placed until the Engineer has inspected and approved stakes, forms and subgrade. Concrete is subject to rejection without approval by the Engineer. New work shall match existing in finish, score pattern, and color, or as shown on the plans, or as directed by the Engineer. Concrete shall contain 1.5 pound of Davis #8084 (graphite-carbon) per cubic yard unless noted on the plans otherwise. The Engineer reserves the right to change the colored concrete specification without any additional compensation to the Contractor. No admixtures shall be used without approval of the Engineer. Curb shall be types as specified in Project Plan per Caltrans Standard Plan No. RSP A87A, unless noted otherwise. Sidewalks and Curb Ramp: Sidewalks shall be four (4) inches thick unless noted otherwise. Curb Ramp of the various types per Caltrans Standard Plan No. RSP A88A, RSP A88B, as shown on the plans, these Special Provisions, and as directed by the Engineer. Detectable warning surface in curb ramp shall be conform to Section 73-1.02 B, “Detectable Warning Surface” in the Standard Specification and these Special Provisions. Curbs, sidewalks, island passageway, and curb ramps shall have forms removed and be backfilled within 3 days after pouring. 1/8” Expansion or weakened plane joints (at least 1-1/2 inches deep) shall be placed at 20 feet on center or as directed by the Engineer. 3/8” Expansion joints shall be placed between new sidewalk and BART entrance structure. Expansion joint filler for concrete (bituminous type) must be in compliance with ASTM D 994.

Sawcut line on the pavement in front of curb or gutter lip including gutter for curb ramps shall be at least 12" beyond the concrete edge to allow for construction of forms. Payment for restoration of this portion of pavement shall be included in the unit cost of the curb.

Page 199: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-46 [SPECPRO]

Any concrete discolored, defaced, or otherwise damaged before official acceptance shall be cleaned, repaired or replaced at the Contractor's expense. Maximum slump of fresh concrete permitted in these items shall be 4 inches. Slump shall be determined by either ASTM C-143 or California Test Method No. 520 at the Engineer's discretion. Scoring pattern and weakened plane joints (deep joints) shall be at the direction of the Engineer. Any tree well forming required by the Engineer when placing concrete sidewalk and/or saw cutting necessary to conform to adjacent sidewalk shall be included in this bid item. Contractor shall make every effort to avoid damaging any City owned property, including (roots, trunk and canopy of) City maintained trees. See Tree and Root Protection Section of the General Conditions. The Contractor shall be responsible for adjusting to new finish grades, all utility boxes, public or private. The Contractor shall coordinate with affected agencies as necessary. The Contractor shall restore all sewer, gas and waterline system markings on the top of curbs. All markings shall be referenced prior to removal. Restoration work of disturbed grounds or improvements including pavement around new concrete must be done as soon as practicable but no later than seven (7) days after concrete placement.

All new curb, sidewalk, and driveways constructed adjacent to existing concrete curb or sidewalk shall be dowelled to the existing concrete. Sidewalk and curb shall be constructed with expansion joints at each beginning of curve (BC) and end of curve (EC). Concrete Sidewalk Repair. This work shall consist of replacing existing unsatisfactory concrete sidewalk at a location determined by the Engineer within the project area. Before removing concrete sidewalk, outline the replacement area and cut neat lines with a saw to full depth of the existing concrete sidewalk. Do not damage concrete sidewalk and base remaining in place. The base shall be regraded to re-compacted to minimum 95 percent relative compaction. The finished repair shall be tight, level, and shall match the grade and profile of the existing grade prior to application of final pavement.

Page 200: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-47 [SPECPRO]

Disposed of in conformance with the provisions in Section 15-1.03B, "Removing Concrete" and Section 14-10, “Solid Waste Disposal and Recycling”, of the Standard Specifications and these Special Provisions. Any sidewalk damaged by the contractor due to contractor’s construction activities or operation shall be repaired by the contractor at its own expense. Bus Stop Pad. This work includes constructing reinforced PCC bus-stop pad. Compressive strength of concrete Bus Pad must greater than 3500 psi at 28 days and shall be constructed in conformance with Section 40, "Concrete Pavement” of the Standard Specifications, details shown on the plans, these Special Provisions and as directed by the Engineer. PCC Bus-Stop Pad is constructed with the following components: Reinforced Concrete slab Joints (both transverse and longitudinal) Class 2 Aggregate Base Subgrade preparation Curb that varies in height from 6-inches to 10-inches. The depth of the saw cut joints is limited to no more than 1/3 the thickness of the slabs depth. Transverse joints are constructed at right angles to the longitudinal pavement joint. Reinforcement shall conform to Section 52, “Reinforcement,” of the Standard Specifications. Aggregate base shall comply with Section 26, "Aggregate Bases," of the Standard Specifications and these Special Provisions. Aggregate base must be Class 2, ¾” maximum. Aggregate base exceeding workable moisture content will be rejected by the Engineer and shall be immediately removed from the project site by the Contractor. At least 6 inches of aggregate base shall be placed under concrete curb, gutter, and other minor repairs unless specified otherwise on the plans or elsewhere in these Special Provisions. Where the shown aggregate base thickness is 0.50 foot or less you may spread and compact the aggregate base in one layer. Where the shown thickness is more than 0.50 foot, spread and compact the aggregate base in two or more layers approximately equal in thickness. Compact each aggregate base layer to at least 95 percent relative compaction under California Test 231. Spreading and compacting shall be performed by methods that will produce a uniform base, firmly compacted and free from pockets of coarse or fine material. No spreading operation shall begin until the physical characteristics of aggregate base have been approved by the Engineer.

Page 201: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-48 [SPECPRO]

Measurement and Payment Full compensation for Class 2 Aggregate Base used in Curb (various types), Sidewalk, Bus Pad, Island Passageway, textured and colored concrete, concrete pavement shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefore. Full compensation for hot mix asphalt (HMA) plugs in front of new curb shall be considered as included contract price paid for the various items of work involved and no separate payment will be made therefore. Curb adjacent to curb ramps and roadway shall be measured and paid for as curbs of the various types. Curb will be measured by the linear foot at the flowline of curb. Full compensation for retaining curb shall be considered as included in the contract unit price paid for “Curb Ramp” or “Island Passageway” and no separate payment will be made therefore. Full compensation for concrete & detectable warning surfaces installed within a curb ramp shall be measured and paid for as “Concrete Sidewalk” unless noted otherwise, and no additional payment will be allowed therefore. The exact location and quantities of Concrete Sidewalk Repair shall be approved by the Engineer prior to commencing repair operations. The City does not pay for repair that has not been approved by the Engineer in advance of any work. For bidding purpose, it should be assumed that a total of 2000 square feet is required. No adjustment of unit price will be made for any increase or decrease in the quantities of "Concrete Sidewalk Repair” required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.05 “Changes And Extra Work," of the Standard Specifications shall not apply to "Digout.” The contract prices paid per square foot for “Concrete Sidewalk Repair” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing and reconstructing sidewalk, complete in place, including saw cutting, excavation, backfill, dowels and dowelling, thickened concrete, portland cement concrete, score marks, weakened plane joints, expansion joints, furnishing and applying curing compound, furnishing and applying texture and color, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per linear foot for “Curb (Type A1-6)”, “Curb (Type A2-6)”, and “Curb (Type D-6)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing curb and gutter of all types, complete in place, including sawcutting, excavation, backfill, drilling, dowels and dowelling, portland cement concrete, score marks, weakened plane joints,

Page 202: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-49 [SPECPRO]

expansion joints, colorant dye, furnishing and applying curing compound, hot mix asphalt, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract prices paid per square foot for “Concrete Sidewalk” and “Concrete Island and Passageway”, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing sidewalk, installation detectable warning surface, complete in place, including excavation, backfill, dowels and dowelling, thickened concrete, portland cement concrete, score marks, weakened plane joints, expansion joints, furnishing and applying curing compound, furnishing and applying texture and color, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per square foot for "Concrete Bus Pad” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the bus-stop pad and vertical curb, including class 2 aggregate base, portland cement concrete, reinforcing, saw cutting and sealing the of joints, score marks, weakened plane joints, expansion joints, furnishing and applying curing compound, hot mix asphalt, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 41 & 125 UNIT PAVING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required, to make a complete, universally-accessible Unit Paving installation, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Precast Concrete Unit Pavers

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Landscape Grading. 2. Concrete Paving, for cast-in-place concrete edge restraints.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

Page 203: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-50 [SPECPRO]

A. References: 1. ASTM – American Society for Testing and Materials. 2. ANSI – American National Standards Institute. 3. Standard Specifications – Standard Specifications of the State of California, Business and

Transportation Agency, Department of Transportation, CALTRANS, latest edition. 4. CBC – California Building Code, Title 24 Disabled Access Regulations. 5. ADAAG – American with Disabilities Act Accessibility Guidelines.

B. Material Specification Standards: 1. ASTM C936 – Standard Specification for Interlocking Pavers.

C. Measurements: 1. PSI: Measurement, in pounds per square foot. 2. CU/FT: Measurement, in cubic-foot. 3. Percent Compaction: Per ASTM D1557, percentage of the maximum in-place dry density

of the same material, as determined by the Engineer.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets and provide four (4) sets of Material Samples for review by the Engineer.

B. Submittal Booklets: Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other specific identification methods) and legible information on the following information indicated in this Article.

C. Product/Material Data. Submit available Product/Material data, manufacturing source (name, address, and telephone number), and distributor source (name, address, and telephone number) for each type of material and product indicated: 1. Precast Detectable Warning Pavers.

D. Material Samples: Submit Material Sample sets as indicated to the Engineer for verification: 1. In full-size Units, submit Sample sets of each type of Detectable Warning Paving indicated

herein this Section. Provide Sample sets of each size and shape for each color, texture, and pattern specified, showing the full range of variations expected in these characteristics:

E. Scaled Shop Drawings: a. Show tile pattern curved pavement runs indicating all cut units. b. Show widths, details, and locations of expansion, contraction, control, and isolation

joints in the tile substrates and finished tile surfaces.

F. Qualification Data: Submit names for firms and persons specified in the “Quality Assurance and Control” Article to demonstrate their capabilities and experience on similar Unit Paving installations.

G. Maintenance Program: Submit Manufacturer-recommended program for maintenance of each type of Unit Paving indicated herein.

Page 204: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-51 [SPECPRO]

H. Submittals under this Article will be rejected and returned without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if all of the required information is missing or not presented in the format as requested. Partial Submittals will not be accepted.

I. No Work under this Section shall proceed until all information indicated herein this Article have been reviewed, accepted, and approved by the Engineer, in writing.

1.4 QUALITY ASSURANCE AND CONTROL

A. Manufacturer Qualifications: Each Manufacturer shall specialize in the manufacturing of Unit Paving Materials for a minimum of five (5) years.

B. Installer Qualifications: 1. Requirement: Valid California C-61 (Limited Specialty D-06 “Concrete-Related

Services”) License. 2. Engage an experienced Installer who has completed Unit Paving installations similar in

material, design, and extent to that indicated for this Project and with a record of successful in-service performance. Installation shall be by a Contractor and crew with at least two (2) years of experience in placing Unit Paving on projects of similar nature and dollar cost.

C. Single-Source Responsibility: Obtain each color, type, and variety of Unit Paving type, joint materials, and setting materials from a single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying the Work.

D. Manufacturer’s Directions: Follow Manufacturer’s directions and drawings in cases where the Manufacturers of articles used in this Section furnish directions covering points not shown in the Contract Drawings and Contract Specifications.

E. Permits, Fees, Bonds, and Inspections: Contractor shall arrange and pay for permits, fees, bonds, and inspections necessary to perform and complete Work under this Section.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Provide new, unused materials indicated under this Section. Store and secure properly to prevent theft or damage. It is the responsibility of the Contractor to install “factory condition” Units.

B. Deliver perishable materials in original, unopened packaging. Protect from dampness.

C. Deliver materials in a timely manner so as to not delay Work, and install only after preparations for installation have been completed.

D. Protect Unit Pavers and other materials during storage and construction against soilage or contamination from earth and other materials. 1. Wrap pavers in plastic or use other packaging materials that will prevent rust marks from

steel strapping used in shipping.

Page 205: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-52 [SPECPRO]

2. Deliver and unload materials at the Project Site in such a manner that no damage occurs to the products or materials.

1.6 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. Notify the Contractors performing Work related to installation of Work under this Section in ample time so as to allow sufficient time for them to perform their portion of Work and that progress of Work is not delayed. Verify conditions at the Project Site for Work that affects installation under this Section. Coordinate items of other trades to be furnished and set in place.

B. Field Measurements: Contractor shall take field measurements as required. Report major discrepancies between the Contract Drawings and field dimensions to the Engineer prior to commencing Work.

C. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

D. Excavation: When conditions detrimental to installing Unit Paving is encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease installation operations and notify Engineer for further direction.

E. Traffic Control: Maintain access for vehicular, bicycle, and pedestrian traffic as required for other construction activities during installation of Unit Paving. Access shall also be unobstructed and maintained at all times to allow for entry and exit of emergency vehicles.

F. Grades and Levels: Establish and maintain required levels and grade elevations. Review installation procedures and coordinate Work herein this Section with other Work affected.

G. Weather: Perform installation of Unit Paving only when weather and soil conditions are suitable in accordance with locally accepted practices. Do not install Unit Pavers during rain or while sub base is wet from rain. Do not apply Soil Sterilant when winds exceed ten (10) mph or during or immediately after rain. 1. Hot-Weather Requirements: Protect Unit Paving Work in hot weather by providing

artificial shade, wind breaks and use cooled materials, as required.

H. Sequence and Scheduling: Do not install Work under this Section prior to acceptance of sub-grade preparation Work under another Section. Install edging/header materials prior to placement of Unit Paving.

I. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements for type, size, and quality. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective material at any time during progress of Work. Contractor shall remove rejected materials immediately from Project site. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

Page 206: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-53 [SPECPRO]

J. Work over Basements: Contractor shall receive permission from property owners for access to basements to assess site conditions including depth of existing paving and the need for formwork and/or protection of property prior to performing work over basements.

1.7 SUBSTITUTIONS

A. Consideration: Materials to be considered equal to the Materials indicated herein this Section shall be reviewed by the Engineer. Materials with equal performance characteristics produced by other Manufacturer’s and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Materials substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

D. Contract Price: Substituted Materials under this Section shall not increase the Contract price.

PART 2 - PRODUCTS

2.1 UNIT PAVERS

A. General: Provide materials and products that result in consistent colors, styles, textures, and patterns of the Precast Concrete Unit Paving surfaces. Install in necessary quantity in areas as indicated on the Contract Drawings.

B. Proprietary Products: Use of manufacturer’s proprietary product names to designate materials and finishes is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer’s material data that indicates compliance with the requirements of Part 1 of this Section.

C. Precast Concrete Unit Paver. 1. Precast Cementitious Materials: ASTM C 150 for Portland Cement. 2. Aggregates shall conform to ASTM specifications, except that grading requirements

shall not necessarily apply, ASTM C 33 for concrete aggregates, normal weight. 3. Other Constituents: Coloring pigments, integral water repellents, etc., shall be

previously established as suitable for use in concrete and either shall conform to ASTM Standards where applicable, or shall be shown by test or experience not to be detrimental to the durability of the concrete.

Page 207: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-54 [SPECPRO]

D. Paver Performance Requirements: 1. Compressive Strength: At the time of delivery to the work site, the average compressive

strength shall not be less than 8,000 psi with no individual unit less than 7,000 psi (48,000 kPa) per ASTM C 140.

2. Absorption: The average shall not be greater than 6 percent per ASTM C140. 3. Flexural Strength: Not less than 800 psi (5500 kPa) per ASTM 293. 4. Load carrying capacity: Paver units shall have a tested center load capacity of 1,850 lb

(840 kg). 5. Sizing: Permissible variations in dimensions shall not differ by more than 1/16 inch (1.6

mm) from width, height, length or thickness. Standard units are manufactured with a 3/16 inch (4.8 mm) bevel on all four sides of finished surface. Unit shall conform to a true plane and not differ by more than 1/16 inch (1.6 mm) in either concave and/or convex warpage.

E. Colors: Pigments used in the manufacture of the Units shall conform to ASTM C979. Provide Precast Concrete Unit Paving in three (3) separate color ranges, at the each in the listed shapes, complying with the following requirements: 1. Unit Paver 1: 13/16 inch x 11 13/16 inch by 2-3/4 inches thick custom paver D14-218

with factory applied sealer. 2. Unit Paver 2: 5 13/16 inch x 11 13/16 inch by 2-3/4 inches thick custom paver B15-244

with factory applied sealer. 3. Unit Paver 3: 5 13/16 inch x 11 13/16 inch by 2-3/4 inches thick custom paver B15-270

with factory applied sealer. 4. Unit Paver 4: 5 13/16 inch x 11 13/16 inch by 2-3/4 inches thick custom paver B15-185

with factory applied sealer. 5. Unit Paver 5: 5 13/16 inch x 11 13/16 inch by 2-3/4 inches thick custom paver D14-221

with factory applied sealer

F. Product: Wausau Tile Co. PO Box 1520 9001 Bus Hwy. 51 Wausau, WI 54402-1520 Phone: (707) 374-4015

2.2 SETTING MORTAR MATERIALS

A. Medium-Bed, Polymer-Modified, Single-Component Mortar: Provide materials composed as follows, with physical properties equaling or exceeding those required for thin-set mortars based on testing of medium-bed specimens according to ANSI A118.4: 1. Prepackaged dry-mortar mix combined with acrylic resin liquid-latex additive.

a. Products: 1) Mortar: Kerabond, Mapei Corporation 2) Latex Additive: Keralastic, Mapei Corporation.

2. Prepackaged rapid-setting mortar mix containing hydraulic cement. a. Product: Granirapid System, Mapei Corporation.

B. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather construction.

Page 208: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-55 [SPECPRO]

C. Aggregate: Washed natural sand conforming to ASTM C 144.

D. Water: Potable.

2.3 ELASTOMERIC SEALANTS

A. General: Provide manufacturer’s standard chemically curing, elastomeric sealants of base polymer and characteristics indicated that comply with applicable requirements in Section 07 92 00 “Joint Sealants.”

B. Color: Provide color of sealant to match color of tactile warning surfacing tiles adjoining sealed joints.

2.4 MORTAR MIXES

A. Mortar for Thin-Set Installation: Mix to comply with ANSI A118.4 and mortar manufacturer’s written instructions.

B. Mortar for Wet Installation: Mix 3:1:1 ratio of portland cement, aggregate, and water.

C. Use equipment and procedures that produce mortar of uniform consistency and quality.

2.5 GROUT

A. Sanded polymer modified grout. ANSI A-118.7. Grout to be a propriety product and not a sand-cement mix.

B. Color: Color of grout between two Unit Paver 1 pavers shall be Mapei ’93 Warm Gray’. All other grout shall be color Mapei ’19 Pearl Gray’.

C. Or equal product that meets or exceeds all requirements of these specifications.

2.6 EXPANSION JOINTS

A. Refer to Contract Drawings.

2.7 CONCRETE AND REINFORCEMENT

A. Concrete shall be “Minor Concrete” per Section 90 of Standard Specification Section.

B. Concrete reinforcement shall be in conform to Section 52 of the Standard Specification.

Page 209: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-56 [SPECPRO]

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that aggregate base materials and concrete paving thickness, compaction, surface tolerances, and elevations have been completed according to plans and specifications.

B. Verify that base is dry, uniform, even, and ready to support, pavers, and imposed loads.

3.2 INSTALLATION, GENERAL

A. Lay out tactile warning surfacing tiles centered in the work area in both directions so that perimeter tiles are more than 1/2 of tile width.

B. Cut tiles using a concrete saw with a diamond blade. Provide clean, sharp, unchipped edges on cut tiles. Where cuts are made through domes, grind the remaining dome flush with tile surface. 1. Half-Cut Tiles: Ensure at least five anchors are retained in each cut tile that is installed. 2. Irregular Shape Tiles: Cut tiles to provide the most number of anchors possible, but ensure

a minimum of one anchor is retained in each cut tile that is installed.

C. Joint Width: 1. Perimeter: 1/8 inch. 2. Between Tiles: 1/16 inch.

D. Brush back of tactile warning surfacing tiles with a stiff, moist brush to remove loose aggregate.

E. Set tile surface (base of domes) flush with the adjacent surfaces and other tactile warning tile surfaces.

F. Set tiles so that domes align between tiles in both directions.

G. Tolerances: Compared to level, or indicated slope, for finished tactile warning surfacing. 1. Lippage: Not to exceed 1/16 inch tile-to-tile offset from flush. 2. Overall: Not to exceed 1/8 inch in 24 inches and 1/4 inch in 10 feet.

3.3 THIN-SET INSTALLATION

A. Saturate concrete substrate with clean water several hours before placing mortar setting bed. Remove standing surface water about one hour before placing mortar setting bed.

B. Lightly dampen back of tiles using a brush.

C. Apply setting mortar material to entire back of tiles in thicknesses indicated below and set tiles firmly with a light twisting motion to ensure good contact. 1. Full Size Tiles: 1/8 inch.

Page 210: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-57 [SPECPRO]

2. Cut Tiles: 3/8 inch.

D. Tamp or beat each tile with beating block and a rubber mallet to ensure tile is embedded into mortar setting bed. Set each tile in a single operation before initial set of mortar.

3.4 SEALANT INSTALLATION

A. After tactile warning surfacing tiles have set, fill perimeter joint and joints between tiles with elastomeric sealant in accordance with Section 07 92 00 “Joint Sealants.”

B. After tactile warning surfacing tiles have set, fill perimeter joint and joints between tiles with elastomeric sealant.

C. Comply with joint-sealant manufacturer’s written installation instructions for products and applications indicated, unless more stringent requirements apply.

D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow

optimum sealant movement capability.

3.5 CLEANING AND PROTECTION

A. Remove protective covering from tiles immediately upon completion of installation.

B. Cleaning: Remove excess mortar and sealant from exposed tile surfaces; wash and scrub clean.

C. Protection: Keep pedestrian and vehicular traffic off tactile warning surfacing until mortar and sealants have set. Follow the setting mortar material and sealant manufacturers’ instructions.

3.6 FIELD QUALITY CONTROL

A. After removal of excess grout and cleaning, check final elevations for conformance to the drawings. Delete subparagraph below if not applicable for brick pavers.

Measurement and Payment The contract price paid per square foot for “Unit Paving” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing paving, concrete base and aggregate base, complete in place, including excavation, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

Page 211: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-58 [SPECPRO]

BID ITEM NO. 45 TACTILE DOMES WARNING SYSTEM PAVERS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Detectable Warning Pavers

B. Related Sections include the following:

1. Section 19 “Earthwork” of Standard Specification for subgrade preparation.

2. Section 26, “Aggregate Base” of Standard Specification for aggregate base.

3. Section 90-2, “Minor Concrete” of Standard Specification for cast-in-place concrete serving as edge restraint for unit pavers.

1.3 DEFINITIONS

A. Lippage: Condition where edges of tiles are not at the same plane with each other.

1.4 SUBMITTALS

A. Submit product drawings and data for pavers and setting bed.

B. Submit one full size sample of concrete paving unit to indicate color and dimensions.

C. Submit test results from an independent testing laboratory for compliance of paving unit requirements to ASTM C 936.

D. Shop Drawings: 1. Show tile pattern curved pavement runs indicating all cut units. 2. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile

substrates and finished tile surfaces.

1.5 QUALITY ASSURANCE

Page 212: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-59 [SPECPRO]

A. Manufacturer: Company specializing in the manufacture of precast concrete pavers meeting for a minimum of (3) years.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product.

B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place.

C. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving.

1.7 WARRANTY

A. Warranty: Manufacturer’s standard warranty in which manufacturer agrees to replace tactile warning surfacing tiles that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 DETECTABLE WARNING PAVERS

A. General: Provide materials and products that result in consistent colors, styles, textures, and patterns of the Precast Concrete Unit Paving surfaces. Install in necessary quantity in areas as indicated on the Contract Drawings.

B. Proprietary Products: Use of manufacturer’s proprietary product names to designate materials and finishes is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer’s material data that indicates compliance with the requirements of Part 1 of this Section.

C. Precast Concrete Unit Paver. 1. Precast Cementitious Materials: ASTM C 150 for Portland Cement. 2. Aggregates shall conform to ASTM specifications, except that grading requirements shall

not necessarily apply, ASTM C 33 for concrete aggregates, normal weight. 3. Other Constituents: Coloring pigments, integral water repellents, etc., shall be

previously established as suitable for use in concrete and either shall conform to ASTM Standards where applicable, or shall be shown by test or experience not to be detrimental to the durability of the concrete.

D. Paver Performance Requirements:

Page 213: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-60 [SPECPRO]

1. Compressive Strength: At the time of delivery to the work site, the average compressive strength shall not be less than 8,000 psi with no individual unit less than 7,000 psi (48,000 kPa) per ASTM C 140.

2. Absorption: The average shall not be greater than 6 percent per ASTM C140. 3. Flexural Strength: Not less than 800 psi (5500 kPa) per ASTM 293. 4. Load carrying capacity: Paver units shall have a tested center load capacity of 1,850 lb

(840 kg). 5. Sizing: Permissible variations in dimensions shall not differ by more than 1/16 inch (1.6

mm) from width, height, length or thickness. Standard units are manufactured with a 3/16 inch (4.8 mm) bevel on all four sides of finished surface. Unit shall conform to a true plane and not differ by more than 1/16 inch (1.6 mm) in either concave and/or convex warpage.

E. Colors: Pigments used in the manufacture of the Units shall conform to ASTM C979. Provide Detectable Warning Paver in at the listed pattern, color and size: 1. Detectable Warning Paver: ADA-2 St ra ight Row, 11 .813 inch x 11.813 inch by

2 inch thick paver, color U1008 with factory applied sealer.

F. Product: Wausau Tile Co. PO Box 1520 9001 Bus Hwy. 51 Wausau, WI 54402-1520 Phone: (707) 374-4015

G. Truncated Dome Spacing: 2.35 inches.

H. Substitutions: Not permitted.

I. Color: Charcoal.

2.2 SETTING MORTAR MATERIALS

A. Medium-Bed, Polymer-Modified, Single-Component Mortar: Provide materials composed as follows, with physical properties equaling or exceeding those required for thin-set mortars based on testing of medium-bed specimens according to ANSI A118.4: 1. Prepackaged dry-mortar mix combined with acrylic resin liquid-latex additive.

a. Products: 1) Mortar: Kerabond, Mapei Corporation or approved equal 2) Latex Additive: Keralastic, Mapei Corporation or approved equal

2. Prepackaged rapid-setting mortar mix containing hydraulic cement . a. Product: Granirapid System, Mapei Corporation or approved equal.

B. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather construction.

C. Aggregate: Washed natural sand conforming to ASTM C 144.

D. Water: Potable.

Page 214: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-61 [SPECPRO]

2.3 ELASTOMERIC SEALANTS

A. General: Provide manufacturer’s standard chemically curing, elastomeric sealants of base polymer and characteristics indicated that comply with applicable requirements in Section 07 92 00 “Joint Sealants.”

B. Color: Provide color of sealant to match color of tactile warning surfacing tiles adjoining sealed joints.

2.4 MORTAR MIXES

A. Mortar for Thin-Set Installation: Mix to comply with ANSI A118.4 and mortar manufacturer’s written instructions.

B. Mortar for Wet Installation: Mix 3:1:1 ratio of portland cement, aggregate, and water.

C. Use equipment and procedures that produce mortar of uniform consistency and quality.

2.5 EXPANSION JOINTS

A. Refer to Section 40-1.03B of Standard Specification

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that aggregate base materials and concrete paving thickness, compaction, surface tolerances, and elevations have been completed according to plans and specifications.

B. Verify that base is dry, uniform, even, and ready to support, pavers, and imposed loads.

3.2 INSTALLATION, GENERAL

A. Lay out tactile warning surfacing tiles centered in the work area in both directions so that perimeter tiles are more than 1/2 of tile width.

B. Cut tiles using a concrete saw with a diamond blade. Provide clean, sharp, unchipped edges on cut tiles. Where cuts are made through domes, grind the remaining dome flush with tile surface. 1. Half-Cut Tiles: Ensure at least five anchors are retained in each cut tile that is installed. 2. Irregular Shape Tiles: Cut tiles to provide the most number of anchors possible, but ensure

a minimum of one anchor is retained in each cut tile that is installed.

Page 215: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-62 [SPECPRO]

C. Joint Width: 1. Perimeter: 1/8 inch. 2. Between Tiles: 1/16 inch.

D. Brush back of tactile warning surfacing tiles with a stiff, moist brush to remove loose aggregate.

E. Set tile surface (base of domes) flush with the adjacent surfaces and other tactile warning tile surfaces.

F. Set tiles so that domes align between tiles in both directions.

G. Tolerances: Compared to level, or indicated slope, for finished tactile warning surfacing. 1. Lippage: Not to exceed 1/16 inch tile-to-tile offset from flush. 2. Overall: Not to exceed 1/8 inch in 24 inches and 1/4 inch in 10 feet.

3.3 THIN-SET INSTALLATION

A. Saturate concrete substrate with clean water several hours before placing mortar setting bed. Remove standing surface water about one hour before placing mortar setting bed.

B. Lightly dampen back of tiles using a brush.

C. Apply setting mortar material to entire back of tiles in thicknesses indicated below and set tiles firmly with a light twisting motion to ensure good contact. 1. Full Size Tiles: 1/8 inch. 2. Cut Tiles: 3/8 inch.

D. Tamp or beat each tile with beating block and a rubber mallet to ensure tile is embedded into mortar setting bed. Set each tile in a single operation before initial set of mortar.

3.4 SEALANT INSTALLATION

A. After tactile warning surfacing tiles have set, fill perimeter joint and joints between tiles with elastomeric sealant in accordance with Section 07 92 00 “Joint Sealants.”

B. After tactile warning surfacing tiles have set, fill perimeter joint and joints between tiles with elastomeric sealant.

C. Comply with joint-sealant manufacturer’s written installation instructions for products and applications indicated, unless more stringent requirements apply.

D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration.

Page 216: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-63 [SPECPRO]

3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability.

3.5 CLEANING AND PROTECTION

A. Remove protective covering from tiles immediately upon completion of installation.

B. Cleaning: Remove excess mortar and sealant from exposed tile surfaces; wash and scrub clean.

C. Protection: Keep pedestrian and vehicular traffic off tactile warning surfacing until mortar and sealants have set. Follow the setting mortar material and sealant manufacturers’ instructions.

3.6 FIELD QUALITY CONTROL

A. After removal of excess grout and cleaning, check final elevations for conformance to the drawings. Delete subparagraph below if not applicable for brick pavers.

Measurement and Payment

The contract price paid per square foot paid for “Tactile Domes Warning System Pavers” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing pavers, complete in place, including excavation, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 48 & 129 DRAINAGE INLET BID ITEM NOS. 49 & 130 STORM DRAIN MANHOLE

Storm Drain Structures shall conform to the provisions in Section 51, “Concrete Structures”, and Section 75, “Miscellaneous Metal”, of the Standard Specifications, as well as East Bay Infiltration/Inflow Correction Program Standard Details 2, 3, and 14 (included in the appendices of these Special Provisions), as shown on the project plans, and as directed by the Engineer. A metal “No Dumping Drains to Bay” medallion shall be furnished by the City for all inlet and catch basin structures. The medallion will be securely adhered to the center top of curb with Sikaflex 11FC Construction Adhesive. Contractor shall submit shop drawings and structural calculations for precast concrete structures, excavation safety, and shoring.

Page 217: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-64 [SPECPRO]

DRAINAGE INLET (DI). DI shall be types as specified in Project Plan unless otherwise, and as directed by the Engineer. STORM DRAIN MANHOLE (SDMH). SDMH shall conform to City of Berkeley Standard Precast Concrete Manhole (included in the appendices of these Special Provisions), as shown on the project plans, and as directed by the Engineer. For manhole installed within the pedestrian walking area, the new manhole cover shall be treated with non-slipping surface or coating. The nonslip surface coating shall provide a minimum coefficient of friction of 0.8 and be listed as slip resistant by Underwriters Laboratories. Measurement and Payment

The contract unit prices paid for “Drainage Inlet” of varies types and “Storm Drain Manhole” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work necessary to furnish and install drainage inlet and catch basins, complete in place, including excavation, backfill, removal of existing pipe, reinforcing steel and miscellaneous iron and steel (metal frames, covers, grates, etc.), portland cement concrete, pipe connections, and installing medallion as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 50 & 131 12-INCH HDPE STORM DRAIN PIPE

High Density Polyethylene pipe shall conform to the provisions in Section 64, "Plastic Pipe”, of the Standard Specifications and these Special Provisions. High density polyethylene pipe shall be furnished and installed at the locations shown on the plans, as specified in these Special Provisions, and as directed by the Engineer. 12-inch high density polyethylene (HDPE) pipe shall be Type S. Fittings shall be the same material as pipe molded or formed to suit pipe sizes and end design, in required wyes, bends, elbows, cleanouts, reducers and other configurations required. The Contractor shall be responsible for verifying the actual horizontal and vertical location of the existing utilities within the proposed alignment of the drain pipe. The Contractor shall be cognizant of the existing utility lines in the proximity of the work area and take precautions, as necessary, to not disturb these facilities. The Contractor shall notify Underground Service Alert at 811 prior to excavation. Quality Assurance.

Page 218: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-65 [SPECPRO]

Exercise special care during the unloading, handling, and storage of all HDPE pipe to ensure that the pipe is not cut, gouged, scored, or otherwise damaged. Any pipe segment, which has cuts in the pipe wall exceeding 10 percent of the wall thickness, shall be cut out and removed from the site at the Contractor’s expense. The pipe shall be stored so that it is not deformed axially or circumferentially, which may hinder pipe installation. After the unloading of any pipe material, ordered to the project site, and before installation of the pipe, inspect all pipe to verify its condition prior to installation with the Engineer and/or the project inspector. A pipe condition inspection report shall be filed with and approved by the Engineer prior to installation. All HDPE pipe, without an ultraviolet inhibitor, shall not be stored unprotected against the outside elements. Protection of Existing Facilities. Protect existing and new facilities including utilities, road pavement, and private property from damage. Any damage to any existing facilities shall be the responsibility of the Contractor. Backfill. Backfill shall comply with the provisions in Section 64.2.02B, “Backfill”, of the Standard Specifications. If cover of pipe is less than 2 feet, Contractor shall encase the pipe with concrete per detail shown in plan. Concrete for concrete backfill, concrete collar or encasement shall be minor concrete in conformance with Section 90-2 of Standard Specification and any reinforcement shall conform to Section 52, “Reinforcement” of Standard Specification. Measurement and Payment

The contract price paid per linear foot for “12-inch HDPE Storm Drain Pipe” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals required to install the pipe complete in place, including potholing, sawcutting, excavation, backfill, placing pipe bedding, reinforcement, couplings, fittings, connection to existing and new structures, and temporary and final HMA (Type A) or concrete paving as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensation for concrete collars, concrete backfill and encasement as shown in plan shall be considered as included in the contract unit price paid for “12-inch HDPE Storm Drain Pipe” and no separate payment will be made therefore.

Page 219: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-66 [SPECPRO]

BID ITEM NOS. 51 & 132 ADJUST SD MANHOLE COVER TO GRADE BID ITEM NOS. 52 & 133 ADJUST SS MANHOLE COVER TO GRADE BID ITEM NOS. 53 &134 ADJUST CLEANOUT COVER TO GRADE

This item shall include all work necessary to lower and raise frames and covers of existing City owned manholes to grade in conformance with the provisions in Section 71-5, “Adjust Drainage Structures,” of the Standard Specifications.

Attention is directed to the provisions in Section 15, "Existing Facilities" of the State Standard Specifications. The location of all utility and City-owned structures that are covered over by the new pavement shall be legibly marked with paint on the new pavement and on the adjacent curb and/or sidewalk. In addition, the Contractor must make a list of each utility cover that is paved over and not raised to grade during paving operations (e.g. PG&E utility covers) and must notify the utility in writing of the location of said utility cover and the date that it was paved over. A copy of this written notification must be sent to the City. If a utility cover is paved over and not raised to grade during the paving job, the pavement must be at least 1-1/2 inches thick over the utility cover and no depression in the roadway surface can be left over the utility cover. If 1-1/2 inches of pavement cannot be laid over a recessed utility cover, then the asphalt concrete shall be feathered to the grade of the utility cover and arrangements with the utility must be made to raise it to grade. Where frames and covers cannot be lowered flush after cold planing or before replacing asphalt surfacing, frames and covers shall be protected utilizing the following alternatives: - ramp section (cut-back asphalt) around "iron" and paint white -place lighted Portable Barricade over iron All manhole and other utility covers encountered in the area to be overlaid with HMA shall be carefully referenced out using spray chalk or similar non-permanent marking media prior to the overlay by the Contractor. Using the reference markings, the locations of the covers shall be painted on the pavement surface immediately after paving to assure they can be found in an emergency. Construction Methods Covers shall be adjusted so that there will not be any perceptible difference in elevation between the finished pavement surface and the cover. The Engineer shall be the sole judge of the acceptable degree of smoothness of passage of a motor vehicle over the adjusted covers. Portland cement concrete used for adjusting covers shall be minor concrete conforming to the requirements of Section 90-2 “Minor Concrete” of the Standard Specifications with at least 505 pounds of cementations material per cubic yard and 1-inch maximum graded coarse aggregate. No bagged mix is permitted.

Page 220: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-67 [SPECPRO]

Mortar used in resetting manhole covers shall conform to the provisions in Section 51-1.02F, "Mortar" of the State Standard Specifications. Salvaged materials which are undamaged may be reinstalled as directed by the Engineer. Structures built of cast-in-place or precast concrete and brick or vitrified clay pipe parts shall be replaced in kind, unless otherwise permitted by the City. Dirt, rocks or debris shall not be permitted to enter sewer or storm drain lines. When manhole adjustment involves excavation or concrete removal, a temporary cover shall be placed to prevent entry of material into the manhole and sewer pipe. During sealing or paving operations, all surface structures shall be protected and no adhesive material shall be permitted to fill the joint between the frame and cover.

Measurement and Payment The contract unit price paid for “Adjust SD Manhole Cover To Grade”, and “Adjust SS Manhole Cover To Grade” shall include full compensation for notifying the respective utility companies, furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in lowering and raising covers to grade, constructing concrete collar, temporary and final HMA (Type A) paving as shown on the plans, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

Full compensation for protecting and referencing any utility in place shall be considered as included in the contract prices for the various items of work and no additional compensation will be made therefore.

BID ITEM NOS. 54 & 135 EXTEND SIDEWALK UNDERDRAIN BID ITEM NO. 55 SHORTEN SIDEWALK UNDERDRAIN

This item shall include all work necessary to remove or extend existing sidewalk underdrain pipe to new curb flowline in conformance with the provisions in Section 15-2.05, “Reconstruction,” of the Standard Specifications. Underdrain pipe shall be HDPE Type S conform to Section 64, “Plastic Pipe” of the Standard Specifications and size of underdrain as shown in project plan. Galvanized steel checker plate as shown in project plan shall conform to Section 75, “Miscellaneous Metal” of the Standard Specifications. Dispose of removed material under Section 14-10, "Solid Waste Disposal and Recycling," and Section 15, “Existing Facilities” of the Standard Specifications.

Page 221: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-68 [SPECPRO]

Measurement and Payment

The contract unit price paid for “Shorten Sidewalk Underdrain” and “Extend Sidewalk Underdrain” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work necessary to shorten or extend sidewalk underdrain pipe to new curb flowline, including concrete removal, excavation, disposal, backfill, miscellaneous steel (galvanized steel checker plate), portland cement concrete, reinforcement, concrete joint seal, and installing metal plate as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensation for concrete installed for sidewalk underdrain shall be measured and paid for as “Concrete Sidewalk” unless noted otherwise, and no additional payment will be allowed therefore.

BID ITEM NO. 56 SURVEY MONUMENT REPLACEMENT The Contractor shall be responsible for the preservation of existing survey monuments, benchmarks, reference points, and stakes. The Contractor shall replace City Monuments and reference marks removed during the performance of the work. Whenever a City Monument is disturbed or removed during the performance of the work, the Contractor shall replace the monument in accordance with Standard Plans 7940, 8090, 8091 or 8179, as applicable. Monument casings (boxes and lids) shall be provided by the contractor, and dome brass markers shall be supplied by the City. Monument replacement must be done in a neat, workman-like manner. Pavement cuts shall be accurate, with vertical cuts to exact dimensions as shown on the Standard Plan. Each replacement monument shall be constructed such that the center of the dome brass marker is set within 0.04 foot of the referenced position. Monument boxes and lids shall be placed at the proper finished grade and as detailed by Standard Plans 7940, 8090, 8091 or 8179, as applicable.

If the City has elected to reference known monuments within the project site, copies of the corner records for the referenced monuments shall be provided to the Contractor prior to the start of construction. Otherwise, monument referencing shall be done by a licensed land surveyor hired by the contractor, and copies of the corner records for the referenced monuments shall be provided to the City prior to the start of construction. For each monument that has been disturbed or removed, the replacement monument locations will be established by the referencing surveyor after final pavement is completed. The new dome brass marker shall not receive final punching prior to seven (7) days after completion of the monument construction.

Page 222: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-69 [SPECPRO]

In the event that any non-referenced monuments become in danger of being disturbed due to construction, the Contractor shall cease the threatening activity and notify the Project Manager and City Survey Staff immediately. Response to endangered monuments is a priority call, and they shall be referenced in accordance with the City of Berkeley Monument Reference Guidelines (see Appendix). In no case may an unreferenced monument be damaged during construction.

Should any monument not designated for total (monument and casing) replacement

sustain damage during construction, the Contractor shall bear the expense for rebuilding it as well as for the survey work the City survey crew or its survey consultant must perform in the process. In any instance where the City deems a damaged monument to be irreplaceable, the contractor shall be fined $20,000 per monument.

Measurement and Payment The contract unit price paid for “Survey Monument Replacement” shall include full

compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to remove existing monuments and casings and install new monuments and casings including sawcutting, excavation, backfill, disposal, minor concrete, transportation, storage and protection, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 57 TRAFFIC STRIPING - DETAIL 8 BID ITEM NO. 58 TRAFFIC STRIPING - DETAIL 21 BID ITEM NO. 59 TRAFFIC STRIPING - DETAIL 24 BID ITEM NO. 60 TRAFFIC STRIPING - DETAIL 37B BID ITEM NO. 61 TRAFFIC STRIPING - DETAIL 38A BID ITEM NO. 62 TRAFFIC STRIPING - DETAIL 39 BID ITEM NO. 63 TRAFFIC STRIPING - DETAIL 39A BID ITEM NO. 64 TRAFFIC STRIPING - DETAIL 40 BID ITEM NOS. 65 & 136 TRAFFIC STRIPING - 6” WHITE THERMOPLASTIC BID ITEM NOS. 66 & 137 TRAFFIC STRIPING - 12” WHITE THERMOPLASTIC BID ITEM NOS. 67 & 138 TRIPLE FOUR CROSSWALK (12” WHITE

THERMOPLASTIC) BID ITEM NO. 68 PAVEMENT MARKING (WHITE THERMOPLASTIC) BID ITEM NO. 69 BLUE RETROREFLECTIVE FIRE HYDRANT MARKER BID ITEM NOS. 70 & 139 WHITE CHANNELIZER (SURFACE MOUNTED) BID ITEM NOS. 71 & 140 PAVEMENT COATING

Pavement markings and traffic striping shall be thermoplastic and shall be applied in conformance with the provisions in Section 84, "Traffic Stripes and Pavement Markings," and Section 85, “Pavement Markers” of the Standard Specifications, Pavement Markers, Traffic Lines, And Pavement Markings of the Caltrans Standard Plans, and these Special

Page 223: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-70 [SPECPRO]

Provisions. Traffic striping and pavement markings shall include all work and materials required to install thermoplastic traffic striping and pavement markings. Thermoplastic material shall be free of lead and chromium, and shall conform to the requirements in State Specification PTH-02ALKYD. Retroreflectivity of the thermoplastic pavement markings shall conform to the requirements in ASTM Designation: D 6359-99. White thermoplastic pavement markings shall have a minimum initial retroreflectivity of 250 mcd m-2 lx-1. Yellow thermoplastic pavement markings shall have a minimum initial retroreflectivity of 150 mcd m-2 lx-1. Before the permanent pavement markings are applied, the Contractor shall provide “cat-track” marking layout for review and approval of the Engineer. Changes, if any, to the marking layout as a result of the Engineer’s review shall be the responsibility of the Contractor. If the Contractor fails to obtain the Engineer’s approval of the marking layout prior to the permanent marking installation, changes to the permanent markings as required by the Engineer, including removal and replacement, shall be the Contractor’s responsibility. Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity of the striping pattern. Thermoplastic traffic stripes shall be applied at the minimum thickness and application rate as specified below. The minimum application rate is based on a solid stripe of 4 inches in width.

Minimum Stripe Thickness

(inch)

Minimum Application Rate

(lb/ft) 0.079 0.27

Thermoplastic pavement markings and pavement striping shall be free of runs, bubbles, craters, drag marks, stretch marks, and debris. Pavement Markings shall be constructed in conformance with the State of California’s Standard Plan A24D, the project plans, and as directed by the Engineer. Reflectorized markers shall be installed accurately at the locations called for in the Contract Documents or as required by the MUTCD.

Page 224: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-71 [SPECPRO]

The portion of the street surface, which will receive the pavement markers, shall be free of dirt, oil, moisture, or any other material that would adversely affect the bonding of the adhesive. Adhesive for pavement markers shall be either rapid set epoxy or hot melt bituminous adhesive conforming to the requirements of Section 85 “Pavement Markers” of the State Standard Specifications. Adhesive shall be placed in sufficient quantity to completely cover the bottom of the marker with no voids and with slight excess after the marker has been pressed into place. The marker shall be protected against impact until the adhesive has hardened. Preformed Thermoplastic (Heated in place) 1. Ennis-Flint "Hot Tape" 2. Ennis-Flint "Premark" 3. Ennis-Flint, "Flametape" 4. Alta Traffic Solutions, “Alta All-Season”, Series 100 (White Only) 5. Swarco Preformed Thermoplastic, (White Only) 6. Ozark Materials, Preformed Thermoplastic 7. Potters Industries, "VisiTape" Object Markers and Blue Retroreflective Pavement Markers shall be applied in conformance with the provisions in Section 82 “Markers and Delineators” of the Standard Specifications, Pavement Markers, Traffic Lines, And Pavement Markings of the Caltrans Standard Plans, and these Special Provisions. Blue Retroreflective Pavement Markers shall be installed to mark all fire hydrants. At each hydrant, a marker shall be placed on a line perpendicular to the centerline running through the hydrant, six inches from the centerline towards the hydrant side, with reflective surfaces perpendicular to the centerline. They shall be installed with the same adhesive as the lane markers. Pavement Coating shall be either epoxy or Methyl Methacrylate (MMA). Epoxies are adhesive, waterborne acrylics that are typically applied as a paint or spray. MMA are 2-part liquids comprised of a resin and activator. Pavement Coating shall be Color-Safe® , as manufactured by Transpo Industry Inc. or approved equal. Contractor shall submit color sample to the City for review. Color of the pavement coating shall be selected by the City. Surface Mount Channelizer shall conform State Standard Plan No. A73A, “Channelizer” and shall conform to the provisions for Channelizers as listed in the Caltrans Signing Delineation Materials entitled, “Prequalified and Tested Signing and Delineation Materials” and shall be white in color.

Page 225: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-72 [SPECPRO]

Measurement and Payment The contract price paid per linear foot for “Traffic Striping – 4” White Stripe”, “Traffic Striping – 12” White Stripe”, “Traffic Striping - Detail 8”, “Traffic Striping - Detail 21”, “Traffic Striping - Detail 24”, “Traffic Striping - Detail 37B”, “Traffic Striping - Detail 38A”, “Traffic Striping - Detail 39”, “Traffic Striping - Detail 39A”, “Traffic Striping - Detail 40” , “Traffic Striping – 6” White Thermoplastic”, “Traffic Striping – 12” White Thermoplastic”, and “Triple Four Crosswalk” shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic striping and retroreflective markers, complete in place, as shown on the plans, as specified in the Standard Specification and these Special Provisions, and as directed by the Engineer. The contract price paid per square foot for “Pavement Marking (White Thermoplastic)” shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic pavement markings, complete in place, as shown on the plans, as specified in the Standard Specification and these Special Provisions, and as directed by the Engineer. The contract unit price for “Channelizer” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing continuous curb system, mounting, and hardware, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. The contract unit price paid for “Blue Retroreflective Pavement Marker” shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in applying pavement markers on PCC or HMA, complete in place including, epoxy as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and directed by the Engineer. No adjustment of compensation will be made for any increase or decrease in the quantities of "Blue Retroreflective Fire Hydrant Markers” required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.05 “Changes And Extra Work," of the Standard Specifications shall not apply to "Blue Retroreflective Fire Hydrant Markers”. The contract price paid per square foot for “Pavement Coating” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and applying epoxy and MMA to asphalt surface, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and directed by the Engineer.

BID ITEM NOS. 72 & 141 CURB PAINT

Page 226: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-73 [SPECPRO]

Paint for curbs shall be applied in conformance with the provisions in Section 84-2, "Traffic Stripes and Pavement Markings”, of the Standard Specifications and these Special Provisions at the locations shown on the plans and as directed by the Engineer. Application shall consist of two separate coats of traffic paint of the appropriate color applied to the face and top of the curb. White and Yellow paint shall be Waterborne Traffic Line conforming to the requirements of Department of Transportation Specification PTWB-01R2. Blue, Red and Green shall be Waterborne traffic line for the international symbol of accessibility and other curb markings, Federal Specification TT-P-1952E Type I. Red paint shall be “Pervo Paint Traffic Red 6004” and shall conform to the requirements in ASTM Designation: D 6628-01. Retroreflectivity of the paint traffic stripes and pavement markings shall conform to the requirements in ASTM Designation: E 1710. Use mechanical wire brushing to remove dirt, contaminants, and loose material from the surface that is to receive the curb paint. Use abrasive blast cleaning to remove laitance and curing compound from the surface of new concrete that is to receive the curb paint. Measurement and Payment The contract price paid per linear foot for “Curb Paint” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in two coats of curb paint, complete in place, as shown on the plans, as specified in the Standard Specification and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 74 ROADSIDE SIGN BID ITEM NOS. 75 & 142 RELOCATE ROADSIDE SIGN BID ITEM NOS. 76 & 143 RESET STREET NAME SIGN

The work performed in connection with various existing highway facilities shall conform to the provisions in Section 14-10, “Solid Waste Disposal and Recycling”, Section 15, "Existing Facilities," Section 5-1.36, “Property and Facility Preservation”, Section 7-1.05, “Indemnification“, and Section 7-1.06, “Insurance”, of the Standard Specifications, as well as these Special Provisions. Nothing in these Special Provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.04, "Public Safety", of the Standard Specifications.

Page 227: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-74 [SPECPRO]

The Contractor, at his expense, shall repair materials to be salvaged that are damaged as a result of the Contractor’s operations to the satisfaction of the Engineer. ROADSIDE SIGNS RELOCATE ROADSIDE SIGN. Existing signs shall be relocated at the locations shown on the plans and as directed by the Engineer in conformance with the provisions of Section 15, “Existing Facilities,” of the Standard Specifications, as shown on the plans, and as directed by the Engineer. Relocate roadside sign on new post shall consist of removing and disposing of the existing sign post and foundation, salvaging the existing sign panels, and reinstalling the sign panels on a new post and foundation at the same location. Roadside sign on existing pole shall be installed with galvanized fastening hardware to existing pole at the locations shown on the plans and as directed by the engineer. Each roadside sign must be reinstalled on the same day if removed. RESET STREET NAME SIGN. Existing signs shall be reset at the locations shown on the plans and as directed by the Engineer in conformance with the provisions of Section 15, “Existing Facilities,” of the Standard Specifications, as shown on the plans, and as directed by the Engineer. Reset street name sign shall be installed on a new post and shall consist of removing and disposing of the existing sign post and foundation, salvaging the existing sign panels, and reinstalling the sign panels on a new post and foundation at the same location. Each street name sign must be reinstalled on the same day if removed. ROADSIDE SIGN. Roadside Signs shall be furnished and installed in accordance with the provisions in Sections 56-2, "Roadside Signs," of Caltrans Standard Specifications and these Special Provisions. All materials shall conform to the latest Caltrans Standard Specifications and California MUTCD. Signs shall be fabricated and furnished in accordance with details shown on the plans, the Traffic Sign Specifications, and these Special Provisions. Roadside sign on existing pole shall be installed with galvanized fastening hardware to existing pole at the locations shown on the plans and as directed by the engineer.

Page 228: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-75 [SPECPRO]

Traffic Sign Specifications for California sign codes are available for review at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/specs.htm Traffic Sign Specifications for signs referenced with Federal MUTCD sign codes can be found in Standard Highway Signs Book, administered by the Federal Highway Administration. Information on cross-referencing California sign codes with the Federal MUTCD sign codes is available at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/specs.htm Roadside signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back, and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive over spray and aluminum marks. Retroreflectivity: The Contractor shall furnish retroreflective sheeting for sign background and legend in conformance with ASTM Designation: D 4956 and codes available at: http://www.dot.ca.gov/hq/esc/approved_products_list/ Retro-reflective sheeting shall be applied to sign panels as recommended by the retroreflective sheeting manufacturer without stretching, tearing, and damage. All new sign panels shall be fabricated from 1/16-inch minimum thickness aluminum, and have High Intensity Prismatic (HIP) sheeting meeting current MUTCD retroreflectivity requirements. New signs shall match existing panel sizes, and shall have the manufacture date stamped on the lower back in a manner that is clearly visible after installation. Roadside sign on existing post shall be installed with galvanized fastening hardware to existing post at the locations shown on the plans and as directed by the engineer. SIGN POSTS. Sign posts shall be Ulti-Mate sign support system, with EZ Installation anchor, as manufactured by Western Highway Products or approved equal. Ulti-Mate posts for roadside signs shall conform to State Standard Plan RS1 and RS4. Posts shall have a bolt installed at the base of the post, as recommended by the manufacturer and as directed by the Engineer. Posts shall be 12-gage galvanized steel 1.75-inch square tube with perforations, weighing 2.09 pounds per linear foot.

Page 229: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-76 [SPECPRO]

The Contractor shall protect from damage, any utilities and other non-highway facilities that are to remain in place, be installed, relocated, or otherwise rearranged. Measurement and Payment The contract unit price paid for “Relocate Roadside Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to remove the roadside sign and install salvaged sign panel(s) on Ulti-Mate Sign Support System at new location, complete in place, including removal, excavation and backfill, minor concrete, post, and fastening hardware to reattach sign panel, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Reset Street Name Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to remove the roadside sign and install salvaged sign panel(s) on Ulti-Mate Sign Support System at new location, complete in place, including removal, excavation and backfill, minor concrete, post, and fastening hardware to reattach sign panel, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Roadside Sign” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to install roadside signs, complete in place, including excavation and backfill, concrete, furnishing and installing sign panel, galvanized steel post or mounting hardware for pole installation, and galvanized fastening hardware, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 77, & 144 REMOVE STREET LIGHTS BID ITEM NO. 78 STREET LIGHTS: SHATTUCK AVENUE (BASE) BID ITEM NO. 79 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE AND

SHATTUCK AVENUE BID ITEM NO. 80 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND

SHATTUCK AVENUE BID ITEM NO. 81 TARFFIC SIGNAL MODIFICATION, CENTER STREET AND

SHATTUCK AVENUE BID ITEM NO. 82 TRAFFIC SIGNAL MODIFICATION, ALLSTON WAY AND

SHATTUCK AVENUE BID ITEM NO. 145 STREET LIGHTS: SHATTUCK AVENUE (BID ALT) BID ITEM NO. 146 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE

AND SHATTUCK AVENUE (BASE BID) BID ITEM NO. 147 TRAFFIC SIGNAL MODIFICATION, UNIVERSITY AVENUE

Page 230: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-77 [SPECPRO]

AND SHATTUCK AVENUE (BID ALT) BID ITEM NO. 148 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND

SHATTUCK AVENUE (BASE BID) BID ITEM NO. 149 TRAFFIC SIGNAL MODIFICATION, ADDISON STREET AND

SHATTUCK AVENUE (BID ALT) BID ITEM NO. 111 TEMPORARY TRAFFIC SIGNAL SYSTEM, UNIVERSITY

AVENUE AND SHATTUCK AVENUE BID ITEM NO. 112 TEMPORARY TRAFFIC SIGNAL SYSTEM, ADDISON STREET

AND SHATTUCK AVENUE BID ITEM NO. 113 TEMPORARY TRAFFIC SIGNAL SYSTEM, CENTER STREET

AND SHATTUCK AVENUE

1.01 Description Traffic signals, lighting, and communication conduit shall conform to the provisions in Section 56 of the Caltrans Standard Specifications, Sections 86 and 87 of the Caltrans Revised Standard Specifications and Standard Plans dated 2015 Edition, the current edition of the City of Berkeley Standard Plans, and these Special Provisions. Traffic signal and lighting work is to be performed in the City of Berkeley at the following location:

Shattuck Avenue and University Avenue (East and West) Shattuck Avenue and Addison Street (East and West) Shattuck Avenue and Center Street (East and West) Shattuck Avenue and Allston Way

Additional street lighting work is to be performed in location as specified in plans. 1.02 Cost Break-Down

The Contractor shall furnish to the Engineer a cost break-down for each contract lump sum item of work described in this Section. The Contractor shall determine the quantities required to complete the work shown on the plans. The quantities and values shall be included in the cost breakdown submitted to the Engineer for approval. The Contractor shall be responsible for the accuracy of the quantities and values used in the cost breakdown submitted for approval. No adjustment in compensation will be made in the contract lump sum prices paid for the various electrical, signing and striping work items due to any differences between the quantities shown in the cost break-down furnished by the Contractor and the quantities required to complete the work as shown on the plans and as specified in these Special Provisions. The sum of the amounts for the units of work listed in the cost break-down for the electrical,

Page 231: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-78 [SPECPRO]

signing and striping work shall be equal to the contract lump sum price bid for the work. Overhead, profit, bond premium, temporary construction facilities, plant and other items shall be included in each individual unit listed in the cost break-down; however, costs for traffic control system shall not be included. The cost breakdown shall be submitted to the Engineer for approval within 15 days after the contract has been approved. The cost break-down shall be approved, in writing, by the Engineer before any partial payment for the items of electrical, signing and/or striping work will be made. At the Engineer's discretion, the approved cost break-down may be used to determine partial payments during the progress of the work and as the basis of calculating the adjustment in compensation for the item or items of electrical, signing and striping work due to changes ordered by the Engineer. When an ordered change increases or decreases the quantities of an approved cost break-down, the adjustment in compensation may be determined at the Engineer's discretion in the same manner specified for increases and decreases in the quantity of a contract item of work in accordance with Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications. The cost breakdown shall, as a minimum, include the following items: foundations - each type standards and poles – each type conduit - list by each size and installation method pull boxes - each type conductors - each size and type service equipment enclosures signal heads and hardware - each type pedestrian signal heads and hardware - each type pedestrian push buttons video detection hardware and software emergency vehicle preemption hardware and software luminaires - each type

1.03 City Furnished Equipment – Not Applicable

1.04 “As Builts” A COMPLETE SET OF “AS-BUILT” DRAWINGS SHALL BE MAINTAINED, BY THE CONTRACTOR, IN GOOD CONDITION ON A DAY-TO-DAY BASIS AND SHALL BE DELIVERED TO THE CITY PRIOR TO FINAL ACCEPTANCE OF THE PROJECT AT NO ADDITIONAL COST TO THE CITY. Record of Job Progress: Keep an accurate dimensional record of the “as-built” locations and of all work. This record shall be kept up-to-date on a full-size, updated (current) set of Project plans

Page 232: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-79 [SPECPRO]

as the job progresses and shall be available for inspection at all times. It shall be reviewed by inspector prior to each monthly application for payment. Include on “as-built” drawings:

· Routing of all buried or concealed electrical feeders and conduits. · Actual trench locations. · Final equipment locations, types and deviations. · Depth of conduit (if conduit installation is performed by boring method). 1.05 Foundations

The first sentence of the eighth paragraph in Section 86-2.03, “Foundations,” of the Standard Specifications is amended to read:

Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards,

shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer.

1.06 Standards, Steel Pedestals And Posts

The sign mounting hardware, as shown on Detail U of Standard Plan ES-6T, shall be installed at the locations shown on the plans. Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. Handholes for signal standards shall be located 90 degrees clockwise from the traffic signal mast arm. Type 1-A standards shall be approximately 12’ and assembled and set with the handhole on the downstream side of the pole in relation to traffic. Pole for decorative street lighting and pole shall have type as specified in plan.

Page 233: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-80 [SPECPRO]

1.07 Conduit All conduit to be installed underground shall be the rigid steel or non-metallic type. Conduit in a foundation and between a foundation and the nearest pull box shall be the rigid steel type. A pull rope shall be installed in all new conduits. The pull ropes shall be nylon or polypropylene with a minimum tensile strength of 2225N. At least 2 feet of pull rope shall be double backed into the conduit at each termination. Conduit to be installed on the surface of poles or structures or other exposed locations shall be the rigid metal type. Exposed conduit installed on a painted structure shall be painted the same color as the structure. The conduit run between a structure and the nearest pull box shall be of the rigid metal or IMC type. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, or a concrete-tight split coupling or concrete-tight set screw coupling shall be used. Insulated bonding bushings will be required on metal conduit. When rigid non-metallic conduit is placed in a trench (not under pavement or Portland cement concrete sidewalk), install to proper depth per the National Electrical Code with no concrete around the conduit. Conduit runs shown on the plans to be located behind curbs may be installed in the street, within 3 feet of and parallel to the curb when approved by the Engineer, by trenching as provided below. All pull boxes shall be located behind the curb or at the locations shown on the plans. Trenching installation of conduit shall be done in conformance with City of Berkeley Standard Plan #8136. At locations where conduit is required to be installed under pavement and existing underground facilities requiring special precautions, as described in "Obstructions" of these Special Provisions, conduit shall be placed by the "Trenching in Pavement Method" as specified in said Section 86-2.05C. After conductors have been installed, the ends of conduits terminating in pull boxes and service and controller cabinets shall be sealed with an approved type of sealing compound. DIRECTIONAL BORING METHOD. At the option of the Contractor, conduit can be installed by the directional boring method at no extra cost to the City. The minimum depth of 36 inches shall be maintain by the directional boring method except in the vicinity of entering or

Page 234: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-81 [SPECPRO]

leaving a pull box or a cabinet, unless otherwise directed by the Engineer. The Engineer shall approve placement of the directional boring equipment and alignment of bore prior to boring operation.

1.08 Signal Interconnect Cable Signal interconnect cable (SIC) shall conform to Section 86-2.08E "Signal Interconnect Cable", of the Standard Specifications, and consist of six twisted pair No. 19 AWG stranded, tinned, copper conductors as shown on the Plans or required in these Special Provisions. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger stranded, tinned, copper drain wire inside the shielded pair. All interconnect cable shall be installed without splices between controller cabinets. Splices and terminations shall be made only where shown on the Plans or in controller cabinets. A minimum of three (3) feet of slack shall be provided at each pull box and 6 feet at each controller cabinet. The spacing between pull boxes installed as part of the signal interconnect system shall not exceed 200 feet without the approval of the Engineer. All interconnect cable shall be run continuously without splices from a terminal block located in a cabinet or compartment to a similarly located terminal block. The contractor shall terminate the interconnect cable on the terminal block in each Controller Cabinet. A surge arrestor shall be installed at each terminal block. Each run of SIC shall be tested by the Contractor in the presence of the Engineer. Testing shall conform to the requirements in Section 86-2.14B, "Field Testing," of the Standard Specifications.

1.09 Pull Boxes Pull boxes shall not include a bolt-down option. Pull boxes shall be the concrete type. Grout shall not be placed in the bottom of pull boxes. Drain rock shall be placed in the bottom of all pull boxes. Recesses for suspension of ballasts will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. All conduits entering pull boxes shall enter from the bottom of the box only, with a maximum of 3 inches of conduit, including any end fitting above the level of the drainage rock. In no instance shall the top of any conduit be closer than 3 inches from the underside of the enclosure cover. Pull boxes shall not be cut unless authorized by the Engineer.

Page 235: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-82 [SPECPRO]

There shall be a minimum spacing of 2 inches between any two pull boxes, whether existing or two new pull boxes. No pull box will be allowed in the curb areas.

1.10 Conductors And Wiring Splices shall be insulated by "Method B." The Contractor shall provide the Engineer with a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, “Certificate of Compliance,” of the Standard Specifications for all the conductors and cables furnished for the project. Signal cable shall not be used. In addition to the requirements for splices in detector circuits, the open end of cable jackets or tubing shall be sealed in a manner similar to the splicing requirements to prevent the entrance of water. Subparagraph 5 of the first paragraph of Section 86-2.09D, "Splicing," of the Standard Specifications is deleted.

1.11 Functional Testing The functional test for the signal system shall consist of not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained.

1.12 Controller Assemblies The Contractor shall furnish and install a Model 2070E controller assembly including controller unit, local intersection control program (Program 2033), all auxiliary equipment and completely wired Model 332 controller cabinet. The Contractor shall arrange to have a City signal-technician, qualified to work on the controller unit, present at the time the equipment is turned on. The Contractor shall construct the controller cabinet foundation as shown on Standard Plan ES-4B for Model 332 cabinets (including furnishing and installing anchor bolts), shall install the controller cabinet on said foundation, and shall make all field wiring connections to the terminal blocks in the controller cabinet. A listing of field conductor terminations may be furnished free of charge to the Contractor by the City at the site of the work.

1.13 Service

Page 236: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-83 [SPECPRO]

The Contractor shall furnish and install a Type III-AF Service. Type III-AF service equipment enclosures shall be fabricated from aluminum and shall conform to the fabrication requirements in Section 86-3.07A, "Cabinet Construction," of the Standard Specifications except as follows: 1. All exterior seams for enclosure and doors shall be continuously welded by the gas

tungsten arc (Tig) process. 2. Sealing of the anodic coating shall be in a 5 percent aqueous solution of nickel acetate (PH

5.0 to 6.5) for 15 minutes at 2100 F. Dead front panel or panels, and corresponding exterior door, shall be hinged on one side and shall be openable without the use of tools. A barrier type terminal block rated for 40 A, minimum, shall be provided in each service equipment enclosure. The terminal block shall have a minimum of 12 positions with terminals rated at Size No. 8 or larger, to accept the field wires indicated on the plans. Field wires shall be terminated using crimped, insulated loop connectors.

1.14 Vehicle Signal Faces And Signal Heads Signal section housings shall be metal. All vehicle signal indications shall be Dialight series 433 DuraLED or an approved equivalent. All side mounted vehicle signal heads shall have an additional support at the top of the pipe bracket in the form of a 1-1/2” pipe hanger clamped to the vertical pipe and tapped and threaded into the pole with a minimum ¼” diameter bolt. Type 1-A standards shall be approximately 12 feet to provide a minimum height for all vehicle signal heads of 12 feet to the lower bolt.

1.15 Pedestrian Signals LED pedestrian signal unit shall be manufactured by Ecolux, Inc., or shall be an approved equal, with the following model numbers: 16” x 18” Full Hand/Fullman with Countdown P16MAD-S Pedestrian signals shall be mounted 7 feet to the lower bolts.

1.16 Video Detection System

Page 237: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-84 [SPECPRO]

GENERAL This specification sets forth the minimum requirements for a system that detects vehicles on a roadway using only video images of vehicle traffic.

A. System Hardware a. The video detection system (VDS) shall consist of up to four color video cameras, a video

detection processor (VDP) capable of processing from one to four video sources, rack mounted 15” LCD color monitor, and a pointing device.

B. System Software

a. The system shall include software that detects vehicles in multiple lanes using only the video

image. Detection zones shall be defined using only an on board video menu and a pointing device to place the zones on a video image. Up to 24 detection zones per camera view shall be available. A separate computer shall not be required to program the detection zones. Any required upgrades for the system software shall be supplied and installed by the vendor at no cost to the City.

FUNCTIONAL CAPABILITIES

C. Available System Configuration a. The VDS will be deployed at locations where site conditions and roadway geometry vary. The

VDS system may also be deployed at locations where existing cabinets or equipment exist. Existing site configurations will dictate the availability of cabinet space and VDS usage.

b. The proposed VDS shall be available in various configurations to allow maximum deployment

flexibility. Each configuration shall have identical user interface for system setup and configuration. The communications protocol to each configuration shall be identical and shall be hardware platform independent. The proposed VDS shall have multiple configurations available for deployment.

Table 1. VDS Configuration

Description No. Video

Inputs No. Video Outputs

Mounting Configuration

Power Supply Requirements

Single-Channel Rack Mounted

1 1

Rack Mount (Type 170 or

NEMA TS-1, TS-2 Racks)

12/24 VDC Power From Rack

Page 238: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-85 [SPECPRO]

Dual-Channel Rack Mounted

2 1

Rack Mount (Type 170 or

NEMA TS-1, TS-2 Racks)

12/24 VDC Power From Rack

Quad-Channel Rack Mounted

4 1

Rack Mount (Type 170 or

NEMA TS-1, TS-2 Racks)

12/24 VDC Power From Rack

D. System Interfaces The following interfaces shall be provided for each of the configurations identified in Table 1. a. Video Input: Each video input shall accept RS170 (NTSC) or CCIR (PAL) signals from an

external video source (camera sensor or VCR). The interface connector shall be BNC type and shall be located on the front of the video processing unit. The video input shall have the capability to select 75-ohm or high impedance (Hi-Z) termination.

b. Video Lock LED: A LED indicator shall be provided to indicate the presence of the video

signal. The LED shall illuminate upon valid video synchronization and turn off when the presence of a valid video signal is removed.

c. Video Output: One video output shall be provided. The video output shall be RS170 or CCIR

compliant and shall pass through the input video signal. For multi-channel video input configurations, a momentary push-button shall be provided on the front panel to toggle through each input video channel. In the absence of a valid video signal, the channel shall be skipped and the next valid video signal shall be switched. The video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Overlays shall be able to be turned off by the user. Control of the overlays and video switching shall also be provided through the serial communications port. The video output interface connector shall be BNC type.

d. Serial Communications: A serial communications port shall be provided on the front panel. The

serial port shall compliant with EIA232 electrical interfaces and shall use a DB9 type connector. The serial communications interface shall allow the user to remotely configure the system and/or to extract calculated vehicle/roadway information. The interface protocol shall be documented or interface software shall be provided at no cost to the City. The interface protocol shall support multi-drop or point-to-multipoint communications. Each VDS shall have the capability to be addressable.

e. Contact Closure Output : Open collector contact closure outputs shall be provided. Four (4)

Page 239: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-86 [SPECPRO]

open collector outputs shall be provided for the single, dual or quad channel rack-mount configuration. Additionally, the VDPs shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. The open collector output will be used for vehicle detection indicators as well as discrete outputs for alarm conditions.

f. Detection LEDs: LEDs shall be provided on the front panel. The LEDs shall illuminate when a

contact closure output occurs. Rack-mounted video processors shall have a minimum of four (4) LEDs. Rack-mounted extension modules shall have two (2) or four (4) LEDs to indicate detection.

g. Mouse Port: A USB mouse port shall be provided on the front panel of the rack mount video

processing unit. The mouse port shall not require special mouse software drivers. The mouse port shall be used as part of system setup and configuration. A mouse shall be provided with each video processor.

E. General System Functions

a. Detection zones shall be programmed via an on board menu displayed on a video monitor and a

pointing device connected to the VDP. The menu shall facilitate placement of detection zones and setting of zone parameters or to view system parameters. A separate computer shall not be required for programming detection zones or to view system operation.

b. The VDP shall store up to three different detection zone patterns. The VDP can switch to any

one of the three different detection patterns within 1 second of user request via menu selection with the pointing device.

c. The VDP shall detect vehicles in real time as they travel across each detection zone. d. The VDP shall have an EIA232 port for communications with an external computer. The VDP

EIA232 port shall be multi-drop capable. e. The VDP shall accept new detection patterns from an external computer through the EIA232

port when the external computer uses the correct communications protocol for downloading detection patterns. A Windows™-based software designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system.

f. The VDP shall send its detection patterns to an external computer through the EIA232 port

when requested when the external computer uses the correct communications protocol for uploading detection patterns.

g. The VDP shall default to a safe condition, such as a constant call on each active detection

channel, in the event of unacceptable interference with the video signal.

Page 240: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-87 [SPECPRO]

h. The system shall be capable of automatically detecting a low-visibility condition such as fog

and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists.

VEHICLE DETECTION

F. Detection Zones a. Up to 24 detection zones per camera input shall be supported and each detection zone can be

sized to suit the site and the desired vehicle detection region.

G. Detection Outputs a. The VDP shall provide up to 24 open collector output channels per camera input using one or

more extension modules. b. A single detection zone shall be able to replace multiple inductive loops and the detection zones

shall be OR'ed as the default or may be AND'ed together to indicate vehicle presence on a single phase of traffic movement.

c. Placement of detection zones shall be done by using only a pointing device, and a graphical

interface built into the VDP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones.

d. Up to 3 detection zone patterns shall be saved for each camera within the VDP memory. The

VDP's memory shall be non-volatile to prevent data loss during power outages. e. The selection of the detection zone pattern for current use shall be done through a menu. It shall

be possible to activate a detection zone pattern from VDP memory and have that detection zone pattern displayed within 1 second of activation.

f. When a vehicle is detected crossing a detection zone, the corners of the detection zone shall

illuminate on the video overlay display to confirm the detection of the vehicle. g. Detection shall be at least 98% accurate in good weather conditions, with slight degradation

possible under adverse weather conditions (e.g. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon site geometry, camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality.

Page 241: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-88 [SPECPRO]

h. The VDP shall provide dynamic zone reconfiguration (DZR). DZR enables normal operation of

existing detection zones when one zone is being added or modified during the setup process. The VDP shall output a constant call on any detector channel corresponding to a zone being modified.

i. Detection zone setup shall not require site specific information such as latitude and longitude to

be entered into the system. j. The VDP shall process the video input from each camera at 30 frames per second. Multiple

camera processors shall process all video inputs simultaneously. k. The VDP shall output a constant call for each enabled detector output channel if a loss of video

signal occurs. The VDP shall output a constant call during the background learning period. l. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend,

and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 to 25.0 seconds.

m. Up to six detection zones per camera view shall have the capability to count the number of

vehicles detected. The count value shall be internally stored for later retrieval through the EIA232 port. The data collection interval shall be user definable in periods of 5, 15, 30 or 60 minutes.

VDP HARDWARE The VDP and extension module (EM) shall be specifically designed to mount in a standard detector rack, using the edge connector to obtain power and provide contact closure outputs. No adapters shall be required to mount the VDP or EM in a standard detector rack. Detector rack rewiring shall not be required. The EM shall be available to avoid the need of rewiring the detector rack, by enabling the user to plug an extension module into the appropriate slot in the detector rack. The extension module shall be connected to the VDP by a 8 wire cable with modular connectors, and shall output contact closures in accordance with user selectable channel assignments. The EM is available in 2, 4, or 24 channel configurations.

H. Input Power a. The VDP and EM shall be powered by 12/24 volts DC. VDP power consumption shall not exceed 7 watts. The EM power consumption shall not exceed 2.5 watts.

I. Detection Outputs

Page 242: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-89 [SPECPRO]

a. The VDP and EM shall include detector output pin out compatibility with industry standard detector racks.

J. Video Inputs

a. VDPs shall include one, two or four BNC video input connections suitable for composite video

inputs. The video input shall include a switch selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection

K. Video Outputs

a. The front of the VDP shall include one BNC video output providing real time video output that

can be routed to other devices.

L. Mechanical a. The VDP shall operate satisfactorily in a temperature range from -34 °C to +74 °C and a

humidity range from 0%RH to 95%RH, non-condensing as set forth in NEMA specifications. b. The front panel of the VDP shall have detector test switches to allow the user to place calls on

each channel. The test switch shall be able to place either a constant call or a momentary call depending on the position of the switch.

c. The front face of the VDP shall contain indications, such as LED displays, to enable the user to

view real time detections for each channel of detection when the system is operational. d. The VDP shall include an EIA232 port for serial communications with a remote computer. This

port shall be a 9-pin "D" subminiature connector on the front of the VDP. e. The VDP shall utilize non-volatile memory technology to enable the loading of modified or

enhanced software through the EIA232 port and without modifying the VDP hardware. CAMERA a. The video cameras used for traffic detection shall be manufactured and furnished by the VDP

supplier and shall be qualified by the supplier to ensure proper system operation. b. The camera shall produce a useable video image of the bodies of vehicles under all roadway

lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux.

c. The camera shall use a CCD sensing element and shall output color video with a resolution of

Page 243: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-90 [SPECPRO]

not less than 470 lines. d. The camera shall include an electronic shutter control based upon average scene luminance and

shall be equipped with a factory adjusted manual iris or auto-iris lens. e. The camera shall include a variable focal length lens with variable focus that can be adjusted,

without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 5.8 to 44.3 degrees minimum. A single camera configuration shall be used for all approaches in order to minimize the setup time and spares required by the user. An optional fixed focal wide angle lens shall also be available. The horizontal field of view for the wide angle lens shall be 60 degrees minimum.

f. The camera electronics shall include AGC to produce a satisfactory image at night. g. The camera shall be housed in a weather-tight sealed enclosure. The user shall be able to rotate

the housing in the field to allow proper alignment between the camera and the traveled road surface.

h. The camera enclosure shall be equipped with a sunshield. The sunshield shall include a

provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sunshield shall be less than 6" diameter, less than 18" long, and shall weigh less than 6 pounds when the camera and lens are mounted inside the enclosure.

i. The camera enclosure shall include a proportionally controlled heater to assure proper operation

of the lens shutter at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure.

j. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a

temperature range from -34 °C to +60 °C and a humidity range from 0% RH to 100% RH. k. The camera shall be powered by 120-240 VAC 50/60 Hz. The camera shall have a 12 VDC

option for battery/solar application. Power consumption shall be 45 watts or less under all conditions.

l. Recommended camera placement height shall be 33 feet (or 10 meters) above the roadway, and

over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier.

m. The camera enclosure shall be equipped with separate, weather-tight connections for power and

setup video cables at the rear of the enclosure. These connections may also allow diagnostic

Page 244: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-91 [SPECPRO]

testing and viewing of video at the camera while the camera is installed on a mast arm or pole using a lens adjustment module (LAM) supplied by the VDP supplier. Video and power shall not be connected within the same connector.

n. The video signal output by the camera shall be color meeting NTSC and PAL format standards. o. The video signal shall be fully isolated from the camera enclosure and power cabling. INSTALLATION a. The coaxial cable to be used between the camera and the VDP in the traffic cabinet shall be

Belden 8281. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75-ohm BNC plug connectors shall be used at both the camera and cabinet ends. The coaxial cable, BNC connector, and crimping tool shall be approved by the manufacturer of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection.

b. The power cabling shall be #16 AWG three conductor cable with a minimum outside diameter

of 0.325 inch and a maximum diameter of 0.490 inch. The cabling shall comply with the National Electric Code, as well as local electrical codes.

c. The video detection camera shall be installed by factory-certified installers as recommended by

the supplier and documented in installation materials provided by the supplier. Proof of factory certification shall be provided.

LIMITED WARRANTY a. The supplier shall provide a limited three-year warranty on the video detection system. b. During the warranty period, technical support shall be available from the supplier via telephone

within 4 hours of the time a call is made by a user, and this support shall be available from factory-certified personnel or factory-certified installers.

MAINTENANCE AND SUPPORT a. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of

the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts.

b. The supplier shall maintain an ongoing program of technical support for the video detection

system. This technical support shall be available via telephone, or via personnel sent to the installation site.

Page 245: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-92 [SPECPRO]

c. Installation or training support shall be provided by a factory-authorized representative and shall be a minimum IMSA-Level II Traffic Signal Technician certified.

d. All product documentation shall be written in the English language.

1.17 Emergency Vehicle Preemption System The Contractor shall provide Emergency Vehicle Preemption equipment, cabling, and all system components as shown on the plans and as specified herein. Emergency Vehicle Preemption shall be the 3M Opticom System and meet the requirements as specified herein: SYSTEM DESCRIPTION - The required priority control system will employ data-encoded optical communication to identify the presence of designated priority or probe vehicles. A record of the vehicle by classification and identification number shall be created. In priority vehicle mode, the data-encoded optical communication will request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. In probe vehicle mode, no traffic signal priority is requested--only a record of the probe vehicle's presence is generated. The priority control system will consist of a matched system of optical emitters, optical detectors, optical detector cable, phase selectors and system software. The emitter will generate an infrared, data-encoded optical signal. The optical signal will be detected and recognized by the optical detectors at or near the intersection over a line-of-sight path of up to 2,500 feet under clear atmospheric conditions. The phase selector will process the signal from the detector to ensure that the signal (1) is a valid base frequency, (2) is correctly data encoded, and (3) is within user settable range. If these conditions are met, the phase selector will generate a priority control request (i.e., a green light) for the approaching priority vehicles, or record the presence of approaching probe vehicles by classification and identification number. The system will require no action from the vehicle operator other than to turn the emitter on. The system will operate on a first-come, first-served basis. Higher priority (Command) requests will override lower priority (Advantage) requests. The system will interface with most traffic signal controllers and will not compromise normal operation or existing safety provisions. MATCHED SYSTEM COMPONENTS - The required priority control data-encoded optical communications system will be comprised of five basic matched components: optical emitter, optical detector, detector cable, phase selector and system software. To ensure system integrity, operation and compatibility, all components will be from the same manufacturer. The system will offer compatibility with a 170E traffic controller system. SYSTEM COMPONENT – The system components shall meet the following specifications:

A. Optical Detector

Page 246: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-93 [SPECPRO]

a. The required optical detector will be a lightweight weatherproof device capable of sensing

and transforming pulsed optical energy into electrical signals for use by the phase selection equipment.

b. The optical detector is designed for mounting at, or near an intersection on mast arms,

pedestals, pipes or span wires.

c. Each optical detector shall include mounting hardware to accommodate installation on mast arms.

d. The optical detector design shall include adjustable tubes to enable their reorientation for

span wire mounting without disassembly of the unit

e. The optical detector shall accept optical signals from one or two directions and will provide single or dual electrical output signal(s).

f. The optical detector shall be provided as shown on the Plans.

g. The optical detector shall allow aiming of the two optical sensing inputs for skewed

approaches or slight curves.

h. The optical detector shall have a built-in terminal block to simplify wiring connections.

i. The optical detector shall receive power from the phase selector and will have internal voltage regulation to operate from 18 to 37 volts DC.

j. The optical detector shall respond to a clear lens data-encoded optical emitter at a distance of

2,500 feet under clear atmospheric conditions. If the emitter is configured with a visible light filter, the detector will respond at a distance of 1,800 feet under clear atmospheric conditions. The noted distances shall be comparable day and night.

k. The optical detector shall deliver the necessary electrical signal to the phase selector via an

optical detector cable up to 1,000 feet in length.

B. Optical Detector Cable a. The optical detector cable shall deliver sufficient power from the phase selector to the optical

detector and will deliver the necessary quality signal from the detector to the phase selector over a non-spliced distance of 1,000 feet.

b. The cable shall be of durable construction to satisfy the following the installation method.

c. The outside diameter of the optical detector cable shall not exceed 0.3 inches.

Page 247: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-94 [SPECPRO]

d. The insulation rating of the optical detector cable shall be 600 volts minimum.

e. The temperature rating of the optical detector cable shall be 750C, +1670F minimum.

f. The conductors shall be shielded with aluminized polyester and have an AWG #20 (7 x 28)

stranded and individually tinned drain wire to provide signal integrity and transient protection.

g. The optical detector cable shall have four conductors of AWG #20 (7 x 28) stranded,

individually finned copper, color-coded insulation as follows:

1. Orange for delivery of optical detector power.

2. Drain wire for optical detector power return.

3. Yellow for optical detector signal #1.

4. Blue for optical detector signal #2.

h. The characteristic impedance of the detector cable shall be 0.6 ohms per 1000 feet and 14.3 uF per 1000 feet.

i. The shield wrapping will have a 20% overlap to ensure shield integrity following conduit and

mast arm pulls. C. Phase Selector

a. The phase selector shall accommodate data-encoded signals and is intended for use directly

with Type 170 controllers with C8 or C7 compatible software, along with the system chassis and suitable system interface equipment and controller software.

b. The phase selector shall be a plug-in, two or four channel, multiple-priority device intended to

be installed directly into a card rack located within the controller cabinet.

c. The phase selector shall be powered from 115 volt (95 volts AC to 135 volts AC), 60Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors.

d. Programming the phase selector and retrieving the data stored in it shall be accomplished

using an ISM PC-compatible computer and the system interface software. The connection can be made either directly, via the computer's communication (COM) port, or remotely via a modem. The communication port on the phase selector will be an RS232 interface located on the front and back of the unit.

Page 248: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-95 [SPECPRO]

e. The phase selector shall have the capability of storing up to 1000 of the most recent priority

control calls. When the log is full, the phase selector will drop the oldest entry to accommodate the new entry. The phase selector will store the record in non-volatile memory and will retain the record if power terminates. Each record entry will include nine points of information about the priority call, as follows:

1. Classification: Indicating the type of vehicle.

2. Identification number: Indicating the unique ID number of the vehicle.

3. Priority level: Indicating whether Command or Advantage priority, or Probe

frequency is requested by the vehicle.

4. Direction: Channel A B, C, or D: Indicating the vehicle's direction of travel.

5. Call duration: Indicating the total time in seconds the priority status is active.

6. Final greens at end of call: Indicating which phases are green.

7. Duration of final greens: Indicating the total time of priority greens.

8. Time and date call ended: Indicating the time a priority status ended; provided in second, minute, hour, day, month, year.

9. Maximum signal intensity: Indicating the strongest signal intensity measured by

the phase selector during call.

10. Priority output active: Indicating if the phase selector requested priority from the controller for the call.

f. The phase selector shall include several control timers that will limit or modify the duration

of a priority control condition, by channel, and can be programmed from a PC-type computer. The control timers will be as follows:

1. MAX CALL TIME: Will set the maximum time a channel is allowed to be active.

It will be settable from 120 to 65,535 seconds in one-second increments.

2. CALL EXTENSION TIME: Will set the time a call is held on a channel after the priority signal is no longer being received. It will be settable from one to 255 seconds in one-second increments.

3. CALL DELAY TIME: Will set the time a call must be recognized before the

phase selector activates the corresponding output It will be settable from zero to

Page 249: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-96 [SPECPRO]

255 seconds in one-second increments.

g. The phase selector's default values shall be re-settable by the operator using an IBM PC compatible computer, or manually using the switches located on its front.

h. The phase selector shall be capable of three levels of discrimination of data-encoded optical

signals, as follows:

1. Verification of the presence of the base optical signal of either 14.03509 Hz ± 0.01773 Hz for Command priority, 9.63855 Hz ± 0.00836 Hz for Advantage priority or 11.25870 Hz ±0.01141 Hz for Probe frequency.

2. Determination of when the vehicle is within the predetermined range.

3. Validation of the optical signal data-encoded pulses.

i. The phase selector's card edge connector shall include primary optical detector inputs and power outputs. Two additional detector inputs per channel shall be provided on a front panel connector.

j. The phase selector will include one opto-isolated NPN output per channel that provides the

following electrical signal to the appropriate pin on the card edge connector.

1. 6.25Hz ± 0.1Hz 50% on/duty square wave in response to an Advantage priority call.

2. A steady ON in response to a Command priority call.

k. The phase selector shall accommodate three methods for setting the high and low priority optical sensitivity (emitter range):

1. Using an encoded emitter with range-setting capability.

2. Using any optical emitter by manipulating the front panel switches.

3. Inputting the information via the communication port.

l. The phase selector shall have a solid state POWER ON LED indicator that flashes to indicate unit diagnostic mode and illuminates steadily to indicate proper operation.

m. The phase selector shall have internal diagnostics to test for proper operation. If a fault is

detected, the phase selector will use the front panel LED indicators to display fault information.

Page 250: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-97 [SPECPRO]

n. The phase selector shall have a Command (High) and Advantage (Low) solid state LED indicator for each channel to display active calls.

o. The phase selector shall have a test switch for each channel to test proper operation of

Command or Advantage priority. p. The phase selector shall properly identify a Command priority call with the presence of 10

Advantage priority data-encoded emitter signals being received simultaneously on the same channel.

q. The phase selector shall have write-on pads to allow identification of the phase and channel.

r. The phase selector shall have a test switch for each channel to test proper operation of

Command or Advantage priority. s. The phase selector shall provide one isolated confirmation light control output per channel.

These outputs are user configurable through software for a variety of confirmation light sequences.

t. The phase selector shall have the capability of recording the presence of a vehicle

transmitting at the specified Probe frequency. The phase selector shall at no time attempt to modify the intersection operation in response to the Probe frequency.

u. The phase selector shall have the capability of Providing Advantage priority in a made where

the output to the controller is gated or controlled by timing relationships within the controller cycle.

v. The phase selector shall have the capability to assign a relative priority to a call request

within Command or Advantage priority. This assignment is based on the received vehicle class.

w. The phase selector shall have the capability to discriminate between individual ID codes, and

allow or deny a call output to the controller based on this information.

x. The phase selector shall have the capability to log call requests by unauthorized vehicles.

y. The phase selector shall have the ability to command an emitter to relay a received code to the next intersection.

z. The phase selector shall have the capability of functionally testing connected detector circuits

and indicating via front panel LEDs non-functional detector circuits.

aa. The phase selector shall incorporate a precision real time clock synchronized to the utility AC power line frequency.

Page 251: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-98 [SPECPRO]

bb. The phase selector shall include an auxiliary interface panel to facilitate interconnections

between the phase selector and traffic cabinet wiring. RELIABILITY - All equipment supplied as part of the optical priority control system intended for use in the controller cabinet will meet the following electrical and environmental specifications spelled out in the NEMA Standards Publication TS2 1992, Part 2: a. Line voltage variations per NEMA TS2 1992, Paragraph 2.1.2. b. Power source frequency per NEMA TS2 1992, Paragraph 2.1.3. c. Power source noise transients per NEMA TS2 1992, Paragraph 2.1.6.1. d. Temperature range per NEMA TS2 1992, Paragraph 2.1.5. 1. e. Humidity per NEMA TS2 1992, Paragraph 2.1.5.2. f. Shock test per NEMA TS2 1992, Paragraph 3.13-9. g. Vibration per NEMA TS2 1992, Paragraph 3.13.8. Each piece of equipment supplied as part of the priority control system intended for use in or on priority vehicles will operate properly across the entire spectrum of combinations of environmental conditions (temperature range, relative humidity, vehicle battery voltage) per the individual component specifications.

QUALIFICATIONS - The manufacturer of the required optical priority control system will verify the proven, safe operation of the system's optical communication technology. Upon request the manufacturer will produce a list of 20 user agencies having two years or more experience interfacing priority control equipment programmable controller types. The manufacturer will demonstrate the ability to finance ongoing technical support written product warranties, and responsibility for product failure.

RESPONSIBILITIES - The manufacturer of the required optical priority control system and/or the manufacturer’s representative will provide responsive service before, during and after installation of the priority control system. The manufacturer and/or the manufacturer's representative, as consultants to the installer, will provide certified, trained technicians having traffic systems industry experience and operational knowledge of priority control systems. WARRANTY - The manufacturer of the required optical priority control system will warrant that, provided the priority control system has been property installed, operated and maintained, component parts of a matched component system that prove to be defective in workmanship and/or material during the first five years from the date of shipment from the manufacturer will be covered in a documented system-protection plan, plus an added five-year warranty for repair or replacement at a fixed deductible charge for a total of 10 years of product coverage. The manufacturer must substantiate its financial ability to respond to warranty claims. The

Page 252: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-99 [SPECPRO]

guarantee will be determined in reference to the manufacturer's business assets and financial experience over the preceding five-year period.

In addition, upon request, the manufacturer will provide documentation proving ability to financially support the 10-year provisions of the warranty. Documentation will include appropriate financial reports for the previous five business years. The protection plan will warrant that component parts of a matched component system that prove to be defective in workmanship and/or material during the first five years from the date of shipment from manufacturer will be repaired at no charge, and that extended coverage with a fixed repair deductible will be available for an additional five years. In total, the warranty coverage must assure that system components will be available to allow system operation during the 10-year warranty period. CERTIFICATION - The manufacturer of the required priority control system will certify that all component products are designed, manufactured and tested as a system of matched components and will meet or exceed the requirements of this specification.

1.18 Pedestrian Push Buttons Pedestrian push buttons shall comply with the requirements of the Americans with Disabilities Act of 1994. The pedestrian push button shall be tamperproof and shock proof in any weather condition. The pedestrian push button housing shall be made of machined or die-cast aluminum. The housing shall be black, matching color 17038, 27038, or 37038 of Federal Standard No. 595B. The control button shall be made of stainless steel or aluminum and be a minimum of 2 inches diameter. The pedestrian push button shall have a maximum operating force of 5 lbf (or 22.2n). The pedestrian push button assembly shall have recessed holes and be mounted within standard pedestrian push button housing with stainless steel, non-corrosive, tamperproof, fastening devices. The CONTRACTOR shall furnish to the CITY one (1) tool used to install and remove the tamperproof fastening devices. The pedestrian push buttons shall be Polara EZ Comm Navigator 4-Wire or approved equal. The horizontal and vertical location of each pedestrian push button shall comply with the requirements of the Accessibility Guidelines for Buildings and Facilities (ADAAG). The pedestrian push buttons shall have audible features conforming to the following: Outputs: "Cuckoo" north/south

Page 253: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-100 [SPECPRO]

Electronic alternating higher and lower tones. Period: 1.5 seconds + 20% Duration: 0.6 seconds + 20% Frequency Base: 1.100 Hz + 20% Frequency Deviation: +120 Hz + 20% "Peep-peep" east/west Electronic varying frequency tone. Period: 1.0 seconds + 20% Duration: 0.2 seconds + 20% Frequency Base: 2,800 Hz + 20% Frequency Deviation: -800 Hz + 20% In addition to standard waist level push buttons, “BULLDOG” type mounted at 8” from the ground for all pedestrian phases shall be used.

1.19 Photoelectric Control Photoelectric control for street lighting shall be Type II.

1.20 Ballasts The Section 86-6, "Lighting," of the Standard Specifications is amended to read:

Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on the luminaire housing, components mounted on a metal plate secured to the housing, or components mounted on a down opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened.

1.21 Painting

Painting shall conform to the provisions in Section 86-2.16, “Painting” of the Standard Specifications and these Special Provisions. All signal equipment shall be painted in “Forest Green”, with the exception of controller cabinet, service equipment enclosure, and signal backplates. The backplates shall be power coated black. Paint shall be tnemec or approved equivalent. The Contractor shall be responsible for touching up painted or protective coatings on any equipment damaged during the course of delivery or installations.

Page 254: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-101 [SPECPRO]

1.22 Light Emitting Diode (Led) Signal Modules

For all new traffic signal faces on this project, 12-inch red sections shall utilize light emitting diode (LED) signal modules. Each LED signal module shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections. Each Type 1 LED signal module shall be designed to be installed in the doorframe of standard traffic signal housing. The lamp socket, reflector, reflector holder and lens used with and incandescent lamp shall not be used in a signal section in which a Type 1 LED signal module is installed. Each Type 2 LED signal module shall be designed to mount in the standard lamp socket normally used with an incandescent lamp. When a Type 2 LED signal module is used, a standard traffic signal lens in the door frame shall be used or, at the option of the Contractor, the standard lens may be replaced with a translucent red lens to seal the signal section from weather. The installation of a Type 2 LED signal module shall not require any modification to the standard lamp socket or reflector. LED signal modules used on this project shall be from the same manufacturer and the same model and shall meet all applicable current ITE specifications. Each Type 1 LED signal module shall be sealed unit with two conductors for connecting to power, a printed circuit board, power supply, a red lens and gasket, and shall be weather proof after installation and connection. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 of the “Transportation Electrical Equipment Specifications.” Type 2 LED signal modules shall be a sealed unit containing all components necessary for operation except, at the option of the Contractor, use of a corresponding lens mounted in the doorframe will be allowed. Conductors for Type 1 modules shall be 1 meter in length with quick disconnect terminals attached and shall conform to Section 86-4.01C, “Electrical Components,” of the Standard Specifications. The lens of the Type 1 module shall be internal to the unit shall be convex with a smooth outer surface and made of ultraviolet stabilized plastic or of glass. The lens shall be capable of withstanding ultraviolet (indirect sunlight) exposure for a minimum of 5 years without exhibiting evidence of deterioration.

Page 255: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-102 [SPECPRO]

The Type 1 module and the lens used with a Type 2 module shall be sealed in the doorframe with a one-piece EPDM (ethylene propylene rubber) gasket. Type 2 LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs shall utilize AllnGaP technology and shall be the ultra-bright type rated for 100,000 hours of continuous operation from –40 degrees C to +74 degrees C. The individual LEDs shall be wired such that catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of the failed LED, not the entire string or indication. The LED signal modules tested or submitted for testing shall be representative of typical average production units. Circular modules shall be tested according to California Test No. 604. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Maximum initial power requirements for LED signal modules shall be 25 watts for 12-inch red at 25 degrees C. LED signal modules shall be rated for a minimum useful life of 48 months after installation and shall maintain not less than 85 percent of the standard light output values found in the ITE publication ST-008B, “Vehicle Traffic Control Signal Head” (VTCSH ST-017), after 48 months of continuous use in a traffic signal operation over the temperature range of –40 degrees C to +74 degrees C. LED signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. Installation of LED signal modules shall only require the removal of the optical unit components, i.e. lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. LED Signal Module Lens – The LED signal module shall be capable of replacing the optical unit. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens.

Page 256: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-103 [SPECPRO]

If a polymeric lens is used, a surface coating or chemical surface treatment shall be used to provide front surface abrasion resistance. Environmental Requirement – The LED signal module shall be rated for use in the operating temperature range of – 40 degrees C to +74 degrees C. The LED signal module shall be protected against dust and moisture intrusion per the requirements of NEMA Standard 250-1991 for Type 4 enclosures to protect all internal components. The LED signal module lens shall be UV stabilized. Construction – The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. The power supply for the LED signal module shall be integrated with the unit. The assembly and manufacturing process for the LED signal assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds or other sources. Materials – Material used for the lens and signal module construction shall conform to ASTM specifications for the materials, where applicable. Enclosures containing either the power supply or electronic components of the signal module shall be made of UL94VO flame retardant materials. The lens of the signal module is excluded from this requirement. Module Identification – Each LED signal module shall have the manufacturer’s name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED signal module shall be identified for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and volt-ampere. Each Type 1 LED signal module shall have prominent and permanent vertical marking(s) for correct indexing and orientation within the signal housing. The marking shall consist of an up arrow, or the word “UP” or “TOP”. An LED traffic signal module shall meet at least 85 percent of the minimum VTCSH intensity requirements while operating throughout the operating temperature range of –40 degrees C to +74 degrees C. The minimum initial luminous intensity values for LED traffic signal modules shall be as defined

Page 257: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-104 [SPECPRO]

in Section 11.04 of the VTCSH standard at 25 degrees C. The measured chromaticity coordinates of LED signal modules shall conform, to the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard. LED signal modules shall operate from a 60 HZ AC line over a voltage ranging from 80 to 135 volts. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuation of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 volts. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH standard. Two secured, color coded, 36-inch long 600 V, 20 AWG minimum, jacketed wires, conforming to the National Electric Code, rated for service at +105 degrees C, are to be provided for electrical connection for each Type 1 LED signal module. The signal module on-board circuitry shall include voltage surge protection to withstand high repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. LED signal modules shall be operationally compatible with currently used Model 170 controller assemblies (solid state load switches, flashers, and conflict monitors). LED signal modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations concerning the emission of electronic noise. The LED signal module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED signal module shall not exceed 20 percent. LED signal modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance, and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED signal modules built to meet this specification. QA process and test results shall be kept on file by the manufacturer for a minimum period of 7 years. LED signal module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification.

Page 258: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-105 [SPECPRO]

Manufacturer’s Serial Numbers – Identification of the component and subassembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. Production Quality Assurance Testing – The following Production Quality Assurance tests shall be performed on each new LED signal module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. Each LED signal module shall be tested for rated initial intensity after burn-in. Burn-in period shall consist of each signal module being energized at rated voltage for a 30-minute stabilization period before the measurement is made. A single point measurement with a correlation to the intensity requirements of Section 1.04 of the VTCSH may be used. The ambient temperature for this measurement shall be +25 degrees C. Each LED signal module not meeting minimum luminous intensity requirement of Table 1 of VTCSH shall be cause for rejection. Each LED signal module shall be tested for required power factor after burn-in. Each LED signal module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under “Design Qualification Testing”. The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED signal module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. Design Qualification Testing – Design Qualification testing shall be performed on new LED signal module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED signal modules for each test shall be as stated. Failure to meet requirements of any of these tests shall be cause for rejection. A random sample of six LED signal modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, in a temperature of +74 degrees C before performing any design qualification testing. Any failure within an LED signal module after burn-in shall be cause for rejection of the design or design change. Rated Initial Luminous Intensity – After burn-in, a sample of six LED modules shall be tested for rated initial luminous intensity per the requirements of “Photometric Requirements.” Before measurement, each LED signal module shall be energized at rated voltage, with 100 percent on-

Page 259: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-106 [SPECPRO]

time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25 degrees C. The results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. Chromaticity (Color) – A sample of two LED signal modules shall be measured for chromaticity per the requirement of “Chromaticity Requirements” under “Photometric Requirements”. A spectroradiometer shall be used for this measurement. The ambient temperature for this measurement shall be 25 degrees C. Electrical – A sample of six LED signal modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED signal modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED modules shall be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED signal modules shall be tested per the requirements of “Electrical,” with reference to Class A emission limits referenced in FCC Title 47, Sub-Part B, Section 15. A sample of six LED signal modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to an AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED signal module so connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 volts rms to 135 volts rms. A sample of six LED signal modules shall be tested for transient immunity per “Electrical,” using the procedure described in NEMA Standard TS-2, 1992. Mechanical vibration testing shall be performed on a sample of three LED signal modules per MIL-STD-883, Test Method 2007, using three 4-minute cycles along each x, y, and z-axis, at a force of 2.5 Gs, with a frequency sweep from 2 to 120 HZ. The loosening of the lens, of any internal components, or other physical damage, shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED signal modules per MIL-STD-883, Test Method 1010. The temperature range shall be per “Environmental Requirements”. A minimum of 20 cycles shall be performed with a 30-minute transfer time between temperature extremes and a 30-minute dwell time at each temperature. The signal under test shall be non-operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED signal modules per

Page 260: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-107 [SPECPRO]

NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. Certificate of Compliance – The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, “Certificates of Compliance,” of the Standard Specifications. The certificate shall certify that the LED signal modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED signal modules. Five extra modules of each size and type that are furnished for this project shall be delivered to the Engineer for use as replacements for modules that may fail during the one-year maintenance period. When the maintenance period has expired, the LED signal modules being held for use as replacements will be released to the Contractor. LED signal modules shall be guaranteed by the Contractor for a period of one-year starting on the day after the project is accepted by the Engineer. Modules that fail during this period shall be replaced at no cost to the City. City forces will change out the modules in the field using the extra modules as described in the above section prior to delivery of the replacement module. The replacement modules shall be delivered to the Engineer within five working days after notification. The failed modules will be made available to the Contractor at the same time as the replacement is delivered. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the City, including cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation.

1.23 Light Emitting Diode Pedestrian Signal Face "Upraised Hand" Module For Type A pedestrian signal faces on this project, the pedestrian signal face "Upraised Hand" section shall utilize a light emitting diode (LED) module. Each LED pedestrian signal module shall consist of an assembly that utilizes light emitting diodes as the light source for pedestrian signal faces in lieu of an incandescent lamp. LED pedestrian signal modules shall be designed to mount in the standard lamp socket of an existing Type A pedestrian signal housing. The installation of a LED pedestrian signal module shall not require modification to the standard lamp socket or reflector.

Page 261: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-108 [SPECPRO]

LED pedestrian signal modules used on this project shall be from the same manufacturer and the same model. The circuit board and power supply shall be integral to the unit. Printed circuit boards shall conform to Chapter 1, Section 6 of the "Transportation Electrical Equipment Specifications" published by the State of California, Department of Transportation. LED pedestrian signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs shall utilize AlInGaP technology and shall be the ultra bright type or equivalent rated for 100,000 hours of continuous operation from -40°C to +74°C. The individual LEDs shall be wired such that physical damage or the failure of one LED will result in the loss of not more than 5 percent of the pedestrian signal modules light output. Maximum power consumption requirements for LED pedestrian signal modules shall be 15.0 W at 25°C and 18.0 W at 74°C. The luminance of the UPRAISED HAND symbol shall be 350 cd/ft2 minimum. The color of UPRAISED HAND shall be Portland orange conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 10 inches and the width of each symbol shall be not less than 6.5 inches. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. LED pedestrian signal modules shall be rated for a minimum useful life of 48 months. LED pedestrian signal modules shall be designed as retrofit replacements for existing optical units and shall not require special tools for installation. LED pedestrian signal modules shall fit into existing pedestrian signal face housings built according to the specifications of "Vehicle Traffic Control Signal Heads (VTCSH)" without modification to the housing. Installation of LED pedestrian signal modules shall only require removal of the lamp. LED pedestrian signal modules shall be rated for use in the operating temperature range of -40°C to +74°C. LED pedestrian signal modules shall be single, self-contained devices, not requiring on-site assembly for installation into an existing Type A Housing. The power supply for LED pedestrian signal modules shall be integral to the unit.

Page 262: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-109 [SPECPRO]

LED pedestrian signal modules shall be manufactured to withstand mechanical shock and vibration from high winds and other sources. Enclosures containing either the power supply or electronic components of LED pedestrian signal modules shall be made of UL94VO flame retardant materials. Each LED pedestrian signal module shall have the manufacturer’s name, trademark, model number, serial number, lot number, and the month and year of manufacture permanently marked on the back of the module. The following operating characteristics shall be identified: rated voltage, power consumption and volt-ampere (VA). The minimum initial luminous intensity values for LED pedestrian signal modules shall be 350 cd/ft2. LED pedestrian signal modules shall meet or exceed 85 percent of 350 cd/ft2 after 48 months of continuous use over the temperature range of -40°C to +74°C in a traffic signal operation. The measured chromaticity coordinates of LED pedestrian signal modules shall conform to the chromaticity requirements of Section 5.3.2.1 and Figure C of the VTCSH while operating throughout the temperature range of -40°C to +74°C. LED pedestrian signal modules shall operate from a 60 Hz ±3 Hz AC line over a voltage ranging from 95 V to 135 V. The circuitry of LED pedestrian signal modules shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for the measurements shall be 120 V. On-board circuitry of the LED pedestrian signal modules shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS2-1992. LED pedestrian signal modules shall be operationally compatible with currently used Model 170 controller assemblies (solid state load switches, flashers and conflict monitors). LED pedestrian signal modules and associated on-board circuitry shall meet Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations concerning the emission of electronic noise. LED pedestrian signal modules shall provide a power factor of 0.90 or greater while operating

Page 263: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-110 [SPECPRO]

throughout the temperature range of -40°C to +74°C. Total harmonic distortion (current and voltage) induced into an AC power line by LED pedestrian signal modules shall not exceed 20 percent while operating throughout the temperature range of -40°C to +74°C. The LED pedestrian signal modules tested or submitted for testing shall be representative of typical average production units. Modules shall be tested in conformance with the requirements in California Test 606. Optical testing shall be performed with the module mounted in a Type A Housing but without a visor or hood attached to the housing. Design Qualification Testing shall be performed by the manufacturer on new LED pedestrian signal module designs, and on an existing design when a major design change has been implemented. A quantity of 2 units for each design shall be submitted for Design Qualification Testing. Test units shall be submitted to the Department of Transportation, Transportation Laboratory, Office of Materials Engineering and Testing Services (METS), 5900 Folsom Boulevard, Sacramento, CA 95819, after manufacturer's testing is complete. Manufacturer's test data shall be submitted with test units for METS verification of Design Qualification Testing data. The sample LED pedestrian signal modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, at or greater than 74°C before performing Design Qualification Testing. For Design Qualification Testing, specifications measured shall include but not be limited to: The luminous intensity measurements shall be taken over the temperature range of -40°C to +74°C. Color requirements shall be measured while operating throughout the temperature range of -40°C to +74°C. Specified parameters shall be measured and used for quality comparison of Production Quality Assurance current measurement on production modules. Modules shall be tested for compatibility with the controller unit, conflict monitor and load switch. Each module shall be connected to the output of a standard load switch connected to an AC voltage supply between the values of 95 VAC and 135 VAC. The AC voltage developed across each module so connected shall not exceed 10 V rms as the input AC voltage is varied from 95 V rms to 135 V rms.

Page 264: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-111 [SPECPRO]

Mechanical vibration testing shall be according to MIL-STD-883, Test Method 2007, using 3 four-minute cycles along each x, y, and z-axis, at a force of 2.5 Gs, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens or of internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed according to MIL-STD-883, Test Method 1010. The temperature range shall be according to "Environmental Requirements." A minimum of 20 cycles shall be performed with a 30-minute transfer time between temperature extremes and a 30-minute dwell time at each temperature. Modules under test shall be tested under operating conditions. Failure of a module to function properly or evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on modules mounted in a standard pedestrian signal housing according to NEMA Standard 250-1991 for Type 4 enclosures. Evidence of internal moisture after testing shall be cause for rejection.

Production Quality Control Testing

The following Production Quality Control tests shall be performed on each new LED pedestrian signal module prior to shipment: The ambient temperature for this measurement shall be greater than 25°C. Each module not meeting minimum luminous intensity of 350 cd/ft2 shall be cause for rejection. The LED pedestrian signal modules tested or submitted for testing shall be representative of typical average production units. The manufacturer shall retain test results for 7 years. For the burn-in period, each LED pedestrian signal module shall be energized at rated voltage for a 30-minute stabilization period before the measurement is made. After burn-in each LED pedestrian signal module shall be tested for rated initial intensity and for required power factor. Each LED pedestrian signal module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against rated values resulting from design qualification measurements under "Design Qualification Testing." The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED pedestrian signal module shall be visually inspected for exterior physical damage or assembly anomalies. Defects shall be cause for rejection.

Page 265: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-112 [SPECPRO]

Production Quality Assurance Testing

Production quality assurance testing may be performed on each new LED pedestrian signal module. LED pedestrian signal modules shall be tested in conformance with the requirements in California Test 606 and as specified in these Special Provisions. Optical testing shall be performed with the LED pedestrian signal module mounted in a standard Type "A" Pedestrian Housing, but without a visor or hood attached to the housing. The number of units tested (sample size) shall be determined by the quantity of each model in the shipment. The sample size shall conform to the specifications of American National Standard Institute/Acceptance Sampling in Quality Control, ANSI/ASQC Z1.4. Acceptance or rejection of the shipment shall conform to the requirements of ANSI/ASQC Z1.4 for shipments, which are sampled randomly. The Contractor shall provide the Engineer with a Certificate of Compliance from the manufacturer in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications. The certificate shall certify that the LED pedestrian signal modules comply with the requirements of these specifications. The certificate shall also include a copy of applicable test reports on the modules. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED pedestrian signal modules for a period of 36 months after date of acceptance. Replacement modules shall be provided within 30 days after receipt of modules that have failed at no cost to the City including the cost of shipping the failed modules. The written warranty shall be given to the Engineer prior to installation.

1.24 Remove, Reinstalling And Salvage Existing Street Lights.

This work shall consist of removing existing City street lights which interfere with construction as shown on the plans. Street lights to be removed shall be removed with care, and the base anchor and concrete foundation shall be removed and disposed of at the locations shown on the plans and as directed by the Engineer conforming with Sections 14 and 15 of Standard Specifications and these Special Provisions. Any resultant void of the removed item shall be backfilled to the lines and grades shown on the plans with clean backfill, free of organics and deleterious material, and compacted to 95% relative compaction.

Page 266: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-113 [SPECPRO]

The Contractor shall protect from damage, any utilities and other non highway facilities that are to remain in place, be installed, relocated, or otherwise rearranged. Sawcuts shall be made on the nearest expansion or weakened plane joints or score line. Sawcuts must go entirely through concrete. Cut concrete shall be removed without damaging the concrete that is to remain in place, or any other structures or improvements adjacent to the cut concrete. Damage to concrete or any adjacent existing structure or improvement, which is to remain in place, shall be repaired to a condition satisfactory to the Engineer. Repairing or removing and replacing structures, improvements, and/or the concrete to remain in place, that are damaged outside the limits of concrete to be replaced, shall be at the Contractor's expense and will not be measured nor paid for. Slurry from sawcut operation shall not be allowed to enter the waterway. Street lights shall be salvaged and reinstalled on new foundation at location shown in plan. Any street lights that cannot be reused shall be delivered to the City Maintenance Yard as directed by the Engineer.

1.25 Removing, Reinstalling Or Salvaging Electrical Equipment Electrical materials to be removed shall become the property of the Contractor unless otherwise noted. No electrical materials are to be salvaged to the City.

1.26 Measurement And Payment The contract lump sum price paid for “Signals and Lighting” at the various locations shall include full compensation for installing the Signal and Lighting System complete and functioning in place as specified herein, as shown on the plans, and as directed by the City Engineer. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various items, shall be considered as included in the prices paid for the items, or units thereof, and no additional compensation will be allowed therefore. 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 removed, and no additional compensation will be allowed therefore. Full compensation for removal and reinstall any street light pull boxes shall be considered as included in the contract prices for the various items of work and no additional compensation will be made therefore. Full compensation for removal of red light enforcement cabinet shall be considered as included

Page 267: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-114 [SPECPRO]

in the contract prices for the “Signal and Lighting” and no additional compensation will be made therefore. Full compensation for remove, salvage and reinstallation of existing street lights shall be considered as included in the contract prices for the “Signal and Lighting” and no additional compensation will be made therefore. The contract unit price paid for “Remove Existing Street Lights” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in salvaging and transporting street lights, complete in place, including sawcutting, excavation, backfill, disposal, transportation, storage and protection, cleanup, and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract lump sum prices paid for “Temporary Traffic Signal Systems” at the various locations shall include full compensation for installing pull boxes and conduits complete and functioning in place as specified herein, as shown on the plans, and as directed by the Engineer.

BID ITEM NO. 85 TREE PROTECTION

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work for Temporary Tree & Plant Protection, as shown in the Contract Drawings, and as specified herein this Section, and Section 29 “Tree and Root Protection” of the Special Provisions.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Protecting and maintaining existing trees and vegetation not specifically designated for

removal, to remain. 2. Protection shall be extended to trees and/or vegetation located within or directly adjacent

to the Project Site, whether the tree trunk and/or vegetation are located within the designated Limits of Work.

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Irrigation Systems. 2. Exterior Plants. 3. Landscape Planting Accessories.

Page 268: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-115 [SPECPRO]

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. USDA – United States Department of Agriculture. 2. ASTM – American Society for Testing & Materials. 3. ANSI – American National Standards Institute. 4. ISA – International Society of Arboriculture.

B. Definitions: 1. Tree – A woody perennial plant which usually has (but not limited to) a single dominant

trunk and has a mature height of fifteen-feet (15’) or more and has a trunk diameter (caliper) of three-inches (3”) or more when measured at twenty-four-inches (24”) above the finished grade.

2. Drip-line – The outermost extent of the tree’s foliaged canopy, which encompasses the tree leaves or fronds, trunk, branches, roots, and soil. In no case shall a drip line encompass an area under a tree canopy, which is less than ten-feet (10’) in diameter. Since each tree is unique in size, scale, and form, the delineated drip-line of each tree shall be refined at the discretion of the Engineer.

3. Injury – Bruising, scarring, tearing, gouging, or breaking of roots, branches, or trunk(s), soil compaction around the drip-line, or contamination around the drip-line which results in the decline to the health of the tree.

4. Root Zone– The soil volume surrounding a plant containing the roots.

C. Reference Standards: 1. American National Standard for Tree Care Operation, Tree, Shrub, and Other Woody

Plant Maintenance (ANSI A300), American National Standards Institute, Latest Edition. 2. American National Standard for Tree Care Operations (ANSI Z133), American National

Standards Institute, Latest Edition. 3. Tree Pruning Guidelines, International Society of Arboriculture, 1995 Edition. 4. Pruning Standards for Shade Trees, National Arborists Association, Latest Edition.

1.3 SUBMITTALS

A. Contractor shall provide site photographs or videotape, sufficiently detailed and described, of existing conditions of trees and vegetation, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing, tree pruning, or tree protection. Submit photographs or videotape to the Engineer prior to commencement of Work.

B. Product Data: Submit complete and legible materials list of items to be provided for Work described herein this Section.

C. Submit complete detailed schedule and description of Work to be done within drip-line, (if any), including list of equipment to be used.

D. Submit schedule and description of proposed pruning and/or other remedial work to existing plant materials. Submit qualifications describing years of experience and list of similar projects completed for the following:

Page 269: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-116 [SPECPRO]

1. A State of California licensed Pest Control Advisor shall propose application of all herbicides or pesticides.

2. A Certified Arborist shall propose pruning of trees or other vegetation. The Certified Arborist shall have a minimum of five (5) year’s post-certification experience performing pruning and observation work for projects of comparable size with trees of similar size and nature.

3. Tree Pruning Company, and List of Certified Tree Workers, who will perform Work relating to requirements herein this Section. Tree Pruning Company shall have a minimum of five (5) years experience specializing in performing the work of this Section for projects of comparable size with trees of similar size and nature.

1.4 QUALITY ASSURANCE AND CONTROL

A. Pre-Installation Conference: Conduct conference at Project Site.

B. Pruning and remedial work shall be done under the direct supervision of an Arborist certified by the International Society of Arborists (ISA); or Arborist who is a member in good standing in the American Society of Consulting Arborists, in compliance with ISA and ANSI Standards. Arborist shall be on Site continuously while existing trees or roots are being pruned or remedial work is being performed.

1.5 PROJECT SITE CONDITIONS

A. Contractor shall become aquatinted with existing site conditions, verifying quantities and locations of all protected trees and vegetation, and other information as may be necessary. Notify the Engineer of unsatisfactory conditions, in writing, prior to commencement of Work.

B. Tree Flagging: Prior to commencement of Work, Contractor shall flag existing trees and vegetation to remain and protected throughout the duration of Work. Adequately flag tree trunks with bright-colored tape (neon colors preferred). Verify flagged trees and vegetation with the Engineer.

C. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during tree-pruning or tree-protection operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without

permission from the Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways, if required, by authorities

having jurisdiction.

D. Locate above utilities prior to any Work, and perform Work in a manner which will avoid possible damage. Notify utility locator service for area where Project is located before site clearing where applicable. Notify the Engineer if conflicts exist.

E. Improvements on Adjoining Property: Authority for performing indicated removal and alteration Work on property adjoining Owner's property shall be obtained by the adjoining property Owner(s) prior to commencement of Work.

Page 270: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-117 [SPECPRO]

F. Protect existing Work and Work of other trades: Damage to existing construction caused by Work of this Section shall be promptly repaired and/or replaced at the expense of the Contractor.

G. Environmental Requirements: Perform actual pruning operations (if needed) during those seasons suitable for the specific tree type, in accordance with locally acceptable horticultural practices.

H. Pre-Tree Pruning/Tree Protection Conference: Contractor shall conduct a Pre-Tree Pruning/Tree Protection Conference at the Project Site with Certified Arborist (who will be on-site supervising the Work of the Project) and the Engineer. 1. Contractor shall be responsible for notifying parties, in writing, at least seven (7) days in

advance to schedule the Conference. 2. Contractor shall provide to parties in attendance within seven (7) days a written legible

inventory of Work to be accomplished, including species (botanical and common name), location, size, specific pruning needs or tree protection needs as identified during the Conference, recommended pruning or tree protection methods to meet the identified needs, and any additional conditions noted.

1.6 SCHEDULE

A. Install Tree Protection Barricades prior to commencement of Work.

B. Work shall be done according to approved Schedule.

1.7 GUARANTEE

A. Contractor shall Guarantee that plants covered under the Provisions of this Section shall be healthy and in a flourishing condition of active growth for two (2) years from the date of Final Acceptance.

B. Requirements of the guarantee shall apply if failure of the Contractor to take specified precautions and Work within restrictions of this Section contributes to the destruction, decline, or injury to a tree to remain, in the judgment of the Engineer.

C. If a tree designated to be protected accordingly is destroyed or injured so that in the judgment of the Engineer it should be replaced, it shall be removed at the expense of the Contractor. Contract shall pay compensation to the Owner of the property where the tree was located at the rate as specified herein this Section (see Compensation).

1.8 COMPENSATION

A. Contractor shall replace existing plant material designated to remain that dies or sustained injury from the result of the Contractor’s negligence to provide adequate required protection, pruning, or maintenance during the course of construction operations.

Page 271: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-118 [SPECPRO]

B. Trees: Contractor shall thoroughly remove damaged tree, including trunk, branches, and roots, at no cost to the Owner, and at the direction of the Engineer. 1. Contractor shall furnish and install per requirements in Section– Exterior Plants, with an

equal size tree (in height, spread, and caliper), and of the same form, species, and in the same quantity as those tree(s) that were damaged, at the direction of the Engineer. Compensation shall include the actual cost of the item boxed out of the ground; transportation or delivery of boxed item to the site; unloading, planting and staking; maintenance, including watering, fertilizing, pruning, pest control, and other care to bring replacement to same general condition of the original item.

C. Other Plant Material (other than Trees): Contractor shall replace other vegetation (other than trees) that died or sustained injury from the result of the Contractor’s negligence to provide adequate required vegetation protection, pruning, or maintenance during the course of construction operations. Compensation shall be awarded to the Owner as follows: 1. Contractor shall thoroughly remove damaged vegetation at no cost to the Owner, and at

the direction of the Engineer. 2. Contractor shall furnish and install per requirements in Section– Exterior Plants, with equal

size plant material as those which damaged ((5) gallon container stock minimum (as applicable)) of the same form, species, and in the same quantity as vegetation that was damaged, at the direction of the Engineer.

PART 2 - PRODUCTS

2.1 TREE PROTECTION MATERIALS

A. Barricade for Protection of Existing Vegetation: 1. Fabric: Utility (snow) type fencing, minimum four-feet (4’-0”) high, consisting of a vinyl

meshed fabric in a bright orange color. Fabric shall be approved by the Engineer. 2. Posts: Metal or wood, sufficient in gauge (as appropriate) and size to support the fabric

material in a taut and plumb condition. Posts shall be subject to approval by the Engineer. 3. Signs: Posted plastic laminated signs, attached to fabric fencing, with words “WARNING-

KEEP OUT-TREE PROTECTION ZONE”.

B. Mulch: Where available, Contractor shall stockpile and reuse shredded wood chips produced from on-site tree removals and remedial work, if chips are disease free and acceptable to the Engineer. Where on-site chips are not available, Contractor shall provide Shredded Wood Mulch as specified in Section– Landscape Planting Accessories.

PART 3 - EXECUTION

3.1 PREPARATION

A. Provide erosion-control measures as needed to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

Page 272: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-119 [SPECPRO]

B. Locate and clearly flag trees and vegetation to remain or to be relocated.

C. Protect existing site improvements to remain from damage during construction.

3.2 TREE AND VEGETATION PROTECTION

A. Protect existing trees and other vegetation indicated to remain in place against the following: 1. Storage or parking of automobiles or other vehicles. 2. Stockpiling of building materials, refuse, or excavated materials. 3. Use of trees as support posts, power posts, or sign posts, anchorage for ropes, guy wires,

or power lines, or other similar functions. 4. Dumping of poisonous materials on or around plant roots, trunks, branches, or foliage.

Such materials include, but are not limited to, paint, petroleum products, dirty water, or other deleterious materials.

5. Cutting, breaking, or shinning of roots caused by utility trenching, foundation digging, placement of curbs and trenches, and other miscellaneous excavation without prior written approval by the Engineer.

6. Damage by skinning or bruising of bark on trunks or branches, caused by maneuvering vehicles or stacking material or equipment too close to the plant.

7. Compaction of the soil within the drip-line of the plants due to movement of trucks or grading machines, pedestrian or vehicular traffic, storage of equipment or materials.

8. Excessive water or heat from equipment, utility line construction, or burning of trash under or near vegetation to remain.

9. Damage to root system from flooding, erosion, and excessive wetting and drying resulting from watering and other operations.

B. Prior to commencement of construction activities, the Contractor shall erect and maintain a temporary fenced barricade around the drip-line of individual trees, around perimeter drip-line of groups of trees, or around other vegetation to remain. 1. Prevent damage to roots during installation of barricade posts. Space posts approximately

4’-0” on-center (O.C.) and securely attach fabric. 2. Barricades shall be installed plumb, taut, and sturdy to prevent unauthorized access around

drip-line of trees and protected vegetation. Repair sagging or damaged barricades immediately.

3. Immediately after barricade fencing is installed, cover entire soil area inside of the fence area with a four-inch (4”) layer of mulch. Keep mulch eighteen-inches (18”) away from root crown. Irrigate protected trees and vegetation to a moist soil depth of eighteen-inches (18”) deep.

4. During the course of construction, relocation of the barricade may be required to facilitate construction. Contractor shall relocate barricade as directed by the Engineer at no additional expense to the Owner.

5. Remove barricade when construction operations are complete or when directed by the Engineer.

C. Irrigation: Contractor shall supply fresh potable water in adequate amounts and rates of application as required to maintain the health of protected plant material throughout the duration

Page 273: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-120 [SPECPRO]

of the construction operations. Contractor shall maintain a watering schedule and document dates and duration of irrigation applications. 1. Construct a temporary watering basin, as required, on the surface of the existing

undisturbed grade, with imported soil, to aid in the retention of water around existing protected trees and planting.

D. Do not excavate within drip line of trees, unless approved, in writing, by the Engineer.

E. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently relocated

and covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches in diameter with emulsified asphalt or other

approved coating formulated for use on damaged plant tissues. 4. Cover exposed roots with wet burlap to prevent roots from drying out. Backfill with soil

as soon as possible.

F. Protect root systems of existing trees and vegetation from damage due to chemically injurious materials in solution caused by run-off or spillage during mixing or placement of construction materials, and drainage of stored materials.

G. Protect root systems from flooding, erosion, excessive wetting or drying resulting from de-watering or other operations.

H. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by the Engineer. 1. Employ a qualified arborist, licensed in jurisdiction where Project is located, to submit

details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full-growth status, as determined by

the qualified Arborist.

3.3 CLEARING AND GRUBBING

A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner

where such roots and branches obstruct installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris extending to a depth of

eighteen-inches (18”) inches below exposed sub-grade. 4. Use only hand methods for grubbing within drip line of remaining trees.

B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated.

Page 274: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-121 [SPECPRO]

3.4 PRUNING AND REMEDIAL WORK

A. Pruning and remedial work shall be done under continuous supervision of the approved Arborist, according to approved submittals, and per ANSI A300 Pruning Standards.

B. Provide pruning, cabling and bracing, irrigation, pest and disease control and other remedial treatments as recommended by the approved Arborist, required to assure the long-term health of the trees and existing vegetation, and the safety of persons and property.

3.5 LANDSCAPE ESTABLISHMENT PERIOD

A. Keep areas within tree protection barricades free from weeds, trash, and debris. Do not use herbicides.

B. Maintain mulch layer and protective devices throughout entire duration of Contract.

Measurement and Payment The contract unit price paid for “Tree Protection” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and placing tree protection, including excavation, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 86 & 150-151 BIKE RACKS BID ITEM NO. 87 SHORT BACKLESS BENCH BID ITEM NO. 88 LONG BACKLESS BENCH BID ITEM NO. 89 CHAIR WITH BACK BID ITEM NO. 90 SHORT BENCH WITH BACK BID ITEM NO. 91 BENCH WITH BACK BID ITEM NO. 92 BOLLARD BID ITEM NO. 93 PLANTER TYPE SMALL BID ITEM NO. 94 PLANTER TYPE LARGE BID ITEM NOS. 109 & 152 INSTALL BUS SHELTER (STANDARD TYPE) BID ITEM NO. 153 FURNISH AND INSTALLL BUS SHELTER (BART PLAZA TYPE)

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work for Site and Street Furnishings, as shown on the Contract Drawings, and as specified herein this Section.

Page 275: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-122 [SPECPRO]

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Bike Rack (Unit). 2. Planter Type Small (Unit). 3. Planter Type Large (Unit). 4. Tree Grate (Unit). 5. Bollard – Fixed (Unit). 6. Bench (Unit). 7. Bus Shelter

C. Related Sections: The following Sections contain requirements of Work that relate to this Section: 1. Soil Preparation. 2. Exterior Plants. 3. Landscape Establishment Period.

1.2 SUBMITTALS

A. General: Submit four (4) bound booklets. Each booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other identification methods) and legible information on the following required information indicated herein this Section.

B. Shop Drawings to show component parts, fabrication, installation, and dimensions for items indicated herein this Section.

C. Samples: 1. Submit manufacturer’s product data for review, including color charts. 2. Samples of complete Units or parts of Units of the items indicated herein this Section shall

be furnished, as requested by Engineer, for review and approval. 3. Submit manufacturer’s written certification that each product complies with specified

requirements noted herein.

D. Certification: Provide certification from each manufacturer, as specified herein this Section, that their product(s) meet the specific criteria associated for sustainable products.

E. Submittals may be rejected if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; of if the required information is not included.

F. Work shall not proceed until Submittals have been reviewed and approved by the Engineer.

1.3 QUALITY ASSURANCE AND CONTROL

A. All materials and Work shall be in accordance with the State Codes and Specifications and other criteria herein specified.

Page 276: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-123 [SPECPRO]

B. Single-Source Responsibility: Obtain furnishing Units from each respective single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying the Work.

C. Substitutions: Unit(s) to be considered equal to those specified herein this Section shall be reviewed and approved by the Engineer, in writing, prior to the Bid Date. No substitutions shall be allowed after the Bid Date.

1.4 COORDINATION

A. Contractor shall coordinate the installation of all furnishings in this Section with all other related Work of this Contract.

B. Contractor shall be responsible for verifying the dimensions and required hardware of the furnishings prior to commencing installation Work.

C. Coordinating furnishing footings with utility locations. Note potential conflicts to the Engineer.

1.5 DELIVERY, STORAGE AND HANDLING

A. Furnishings shall be stored as necessary to prevent damage and shall be in new condition when ready for installation. It shall be the responsibility of the Contractor to install “factory condition” furnishings.

PART 2 - PRODUCTS

2.1 BUS SHELTER (Unit)

A. Bus Shelter (Standard Type) as indicated on the Contract Drawings.

B. Bus Shelter (BART Plaza Type) as indicated on the Contract Drawings and BART reference drawing included in the Appendix.

2.2 BIKE RACK (Unit)

A. City of Berkeley Standard. 1. Manufacturer: Refer to the Contract Drawings. 2. Model Number: Refer to the Contract Drawings. 3. Color/Finishes: Refer to the Contract Drawings.

B. Install in quantity as indicated on the Contract Drawings.

2.3 PLANTER TYPE SMALL (Unit)

Page 277: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-124 [SPECPRO]

A. Planter Type I Unit shall consist of the complete assembly, consisting of the reinforced pre-cast concrete shell, Manufacturer-applied sealer on interior and exterior surfaces, and drainage holes in the quantity and locations as indicated on the Contract Drawings. 1. Manufacturer: Refer to the Contract Drawings. 2. Model Number: Refer to the Contract Drawings. 3. Color/Finishes: Refer to the Contract Drawings.

B. Install in quantity as indicated on the Contract Drawings.

C. Each Assembly shall include the following: 1. Irrigation System components per the Contract Drawings, in accordance with requirements

per Section– Irrigation System. 2. Drain Rock/Aggregate, per Section– Soil Preparation. 3. Geotextile Filter Fabric, per Section– Landscape Planting Accessories. 4. Perforated Drain Pipe & Drain Sock (Tree Chimney), per Section– Landscape Planting

Accessories. 5. Amended Imported Soil Mix for Planting Containers (Pots), per Section– Soil Preparation. 6. Exterior Plants in the Planting Containers (Pots) in the type, size, and quantity as indicated

in the Contract Drawings, in accordance with requirements per Section– Exterior Plants. 7. Landscape Mulch Material, per Section– Landscape Planting Accessories.

2.4 PLANTER TYPE LARGE (Unit)

A. Planter Type I Unit shall consist of the complete assembly, consisting of the reinforced pre-cast concrete shell, Manufacturer-applied sealer on interior and exterior surfaces, and drainage holes in the quantity and locations as indicated on the Contract Drawings. 1. Manufacturer: Refer to the Contract Drawings. 2. Model Number: Refer to the Contract Drawings. 3. Color/Finishes: Refer to the Contract Drawings.

B. Install in quantity as indicated on the Contract Drawings.

C. Each Assembly shall include the following: 1. Irrigation System components per the Contract Drawings, in accordance with requirements

per Section– Irrigation System. 2. Drain Rock/Aggregate, per Section– Soil Preparation. 3. Geotextile Filter Fabric, per Section– Landscape Planting Accessories. 4. Perforated Drain Pipe & Drain Sock (Tree Chimney), per Section– Landscape Planting

Accessories. 5. Amended Imported Soil Mix for Planting Containers (Pots), per Section– Soil Preparation. 6. Exterior Plants in the Planting Containers (Pots) in the type, size, and quantity as indicated

in the Contract Drawings, in accordance with requirements per Section– Exterior Plants. 7. Landscape Mulch Material, per Section– Landscape Planting Accessories.

2.5 BOLLARD – FIXED (Unit) 1. City of Berkeley Standard.

Page 278: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-125 [SPECPRO]

2. Install in quantity as indicated on the Contract Drawings.

2.6 BENCH (Unit) 1. See drawings for specification. 2. Install in quantity as indicated on the Contract Drawings.

PART 3 - EXECUTION

3.1 INSPECTION

A. Examine the areas and conditions under which site furnishing units are to be installed and remedy any conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer.

3.2 INSTALLATION

A. Bus Shelter (Standard Type) 1. Bus Shelter will be furnished by the City and provided to the contractor. 2. Erect and install Unit(s) in accordance with Contract Drawings. Install unit(s) plumb,

accurately, and in the correct orientation and relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings.

3. Install all anchorage and mounting hardware, as applicable, in strict accordance with manufacturer’s recommendation, and as directed by the City.

B. Bus Shelter (BART Plaza Type) 1. Bus Shelter shall be furnished by the Contractor and located as shown on the Contract

Drawings, and as directed by the Contract Specifications. Verify exact locations with the Engineer prior to installation.

2. Use actual Unit(s) to establish all dimensions for installation. 3. Erect and install Unit(s) in accordance with BART reference drawing. Install unit(s)

plumb, accurately, and in the correct orientation and relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings.

4. Install all anchorage and hardware, as applicable, in strict accordance with BART reference drawing, and as directed by the City.

C. Bike Rack (Unit) 1. Bike Rack Unit shall be furnished and located as shown on the Contract Drawings, and as

directed by the Contract Specifications. Verify exact locations with the Owner’s Representative prior to installation.

2. Use actual Unit(s) to establish all dimensions for installation. 3. Erect and install Unit in accordance with the Manufacturer's written instructions and

recommendations. Install Unit(s) plumb, accurately, and in the correct orientation and

Page 279: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-126 [SPECPRO]

relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings.

4. Install footings, anchorages, or mounting hardware, as applicable, in strict accordance with the Manufacturer's instructions.

5. Embed Unit into cast-in-place concrete foundation. Foundation for Unit shall be completely set below work of surrounding pavements.

D. Planter (Unit) 1. Planter Unit shall be furnished and located as shown on the Contract Drawings, and as

directed by the Contract Specifications. Verify exact locations with the Engineer prior to installation.

2. Use actual Unit(s) to establish all dimensions for installation. 3. Erect and install Unit(s) in accordance with Manufacturer's instructions and

recommendations. Install unit(s) plumb, accurately, and in the correct orientation and relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings. Provide drain and irrigation piping connections to bottom of Unit as indicated on the Contract Drawings. Seal all connections at Unit with silicone sealant to prevent leaks.

4. Install all anchorage and mounting hardware, as applicable, in strict accordance with manufacturer's instructions, and as directed by the Engineer.

5. After plumbing and anchorage installation, place Drain Rock/Aggregatein the bottom of Planting Containers (Pots), at the depth indicated in Contract Drawings.

6. Place the Perforated Drain Pipe & Drain Sock (Tree Chimney) so it is anchored within the Drain-Rock/Aggregate. Provide Grate.

7. Place a layer of Geotextile Filter Fabric over the Drain Rock/Aggregate and partially up the sides of the Planting Container (Pot). Trim Fabric around plumbing connections so that Soil Mix does not erode into the Drain Rock/Aggregate.

8. Install the Amended Imported Soil Mix for Planting Containers (Pots), as indicated in Section– Soil Preparation. Place Soil Mix so that it does not contaminate the Drain Rock/Aggregate. Set Mix in 6” compacted lifts, to within 2” of the top elevation of the Planting Container (Pot).

9. Install Exterior Plants in the Planting Containers (Pots) in the type, size, and quantity as indicated in the Contract Drawings, in accordance with the requirements per Section “Exterior Plants”.

E. Bollard – Fixed (Unit) 1. Bollard - Fixed Unit shall be furnished and located as shown on the Contract Drawings,

and as directed by the Contract Specifications. Verify exact locations with the Engineer prior to installation.

2. Use actual Unit(s) to establish all dimensions for installation. 3. Erect and install Unit(s) in accordance with Manufacturer's instructions and

recommendations. Install unit(s) plumb, accurately, and in the correct orientation and relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings.

4. Install all anchorage/mounting hardware, as applicable, in strict accordance with manufacturer's instructions, and as directed by the Engineer.

F. Bench (Unit)

Page 280: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-127 [SPECPRO]

1. Bench - Unit shall be furnished and located as shown on the Contract Drawings, and as directed by the Contract Specifications. Verify exact locations with the Engineer prior to installation.

2. Use actual Unit(s) to establish all dimensions for installation. 3. Erect and install Unit(s) in accordance with Manufacturer's instructions and

recommendations. Install unit(s) plumb, accurately, and in the correct orientation and relationship with other site furnishings, elements and/or paving as shown on the Contract Drawings.

4. Install all anchorage/mounting hardware, as applicable, in strict accordance with manufacturer's instructions, and as directed by the Engineer.

3.3 PROTECTION

A. Protect installed furnishings against damage throughout the duration of the construction period, complying with Manufacturer's directions.

B. Touch-up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of the work. Paint exposed areas with paint or other material as supplied by the Manufacturer of the damaged Unit. Apply by brush, to thickness recommended by paint manufacturer.

Measurement and Payment The contract unit prices paid for “Bike Rack”, “Bollards”, “Planter Type Small”, “Planter Type Large”, “Large Planter”, “Short Backless Bench”, “Long Backless Bench”, “Chair with Back”, “Short Bench with Back”, and “Bench with Back” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing bike racks, benches, chairs, bollards, planters, and bus shelters, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Install Bus Shelter (Standard Type)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installation of bus shelter, complete in place, including excavation, foundation, backfilling, electrical connection, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract unit price paid for “Furnish and Install Bus Shelter (BART Plaza Type)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved to construct and install new custom bus shelter, complete in place, including steel works, tempered structural glass, luminaires, anchor, conduits, conductors, excavation and backfill, and concrete foundations, as shown on the reference drawings, as specified in the Standard Specifications and these standard provisions, and as directed by the Engineer.

Page 281: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-128 [SPECPRO]

BID ITEM NO. 104 SOIL PREPARATION

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required to make a complete and thorough preparation of the planting soil, including soil amendment products, imported topsoil, as required, to make up deficiencies in quantity of soil available on site, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Agronomic Soil Fertility Testing and Soil Percolation Testing. 2. Topsoil. 3. Pre-Plant Weed Control. 4. Soil Conditioners, Amendments and Fertilizers (Organic & Chemical). 5. Amended Imported Soil Mixture for Planting Containers.

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Landscape Grading. 2. Decomposed Granite Paving. 3. Irrigation Systems. 4. Exterior Plants. 5. Landscape Planting Accessories. 6. Landscape Establishment Period.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. USDA – United States Department of Agriculture. 2. ASTM – American Society for Testing & Materials.

B. Definitions: 1. Topsoil - Shall be friable soil, providing sufficient structure in order to give good tilth and

aeration to the soil. Topsoil shall be free of roots, clods, stones larger than one-inch (1”) in the greatest dimension, pockets of coarse sand, noxious weeds, sticks, lumber, brush and other litter. It shall not be infested with nematodes or other undesireable disease-causing organisms such as insects and plant pathogens.

2. Gradation Limits - Soil shall be a sandy loam, loam, clay loam or clay. The definition of soil texture shall be per the USDA classification scheme. Gravel over ¼-inch in diameter shall be less than 20% by weight.

Page 282: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-129 [SPECPRO]

3. Permeability Rate - Hydraulic conductivity rate shall be not less than one-inch (1”) per hour, nor more than twenty-inches (20”) per hour, hen tested in accordance with the USDA Handbook Number 60, Method 34b, or other approved Methods.

4. Fertility - The range of the essential elemental concentration in soil shall be as follows: Ammonium Bicarbonate/ DTPA Extraction (PPM) Element Concentration of

elements for Soil Selection, measured as mg/kilogram dry weight basis

Concentration of Elements for Final Acceptance (amended and conditioned soil) measured as mg/kilogram dry weight basis

Phosphorous 2 - 40 10 - 40 Potassium 40 - 220 100 - 220 Iron 2 - 35 24 - 35 Manganese 0.3 - 6 0.6 - 6 Zinc 0.6 - 8 1 - 8 Copper 0.1 - 5 0.3 – 5 Boron 0.2 - 1 0.2 – 1 Magnesium 50 - 150 50 – 150 Sodium 0 - 100 0 – 100 Sulfur 25 - 500 25 – 500 Molybdenum 0.1 – 2 0.1 - 2

5. Acidity - The soil pH range measured in the saturation extract (Method 21a, USDA Handbook Number 60) shall be 6.0 – 7.9.

6. Salinity - The salinity range measured in the saturation extract (Method 3a, USDA Hand Number 60) shall be 0.5 – 2.0 dS/m. If calcium and if sulfate ions both exceed 20 milli-equivalents per liter in the saturation extract, the maximum salinity shall be 4.0 dS/m.

7. Chloride - The maximum concentration of soluble chloride in the saturation extract (Medoth3a, USDA Handbook Number 60) shall be 150 mg/1 (parts per million).

8. Boron - The maximum concentration of soluble boron in the saturation extract (Method 3a, USDA Handbook Number 60) shall be 1 mg/1 (parts per million).

9. Sodium Adsorption Ratio (SAR) - The maximum SAR shall be 3 measured per Method 20b, USDA Handbook Number 60.

10. Aluminum – Available aluminum measured with the Ammonium Bicarbonate/DTPA Extraction shall be less than 3.0 parts per million.

11. Soil Organic Matter Content - Sufficient soil organic matter shall be present to impart good physical soil properties but not be excessive to cause toxicity or cause excessive reduction in the volume of soil due to decomposition of organic matter. The desiteable range is 3% to 5%. The carbon:nitrogen ratio should be about 10. A high carbon:nitrogen ratio can indicate the presence of hydrocarbons or non-humified organic matter.

12. Calcium Carbonate Content - Free calcium carbonate (limestone) shall not be present in acid-loving plants.

13. Heavy Metals - The maximum permissible elemental concentration in the soil shall not exceed the following concentrations:

Ammonium Bicarbonate/DTPA Extraction (PPM)

Page 283: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-130 [SPECPRO]

Element (mg/kilogram) dry weight basis

Arsenic 1 Cadmium 1 Chromium 10 Cobalt 2 Lead 30 Mercury 1 Nickel 6 Selenium 3 Silver .5 Vanadium 3

a. If the soil pH is between 6 and 7, the maximum permissible elemental concentration shall be reduced 50% to the above values. If the soil pH is less than 6.0, the maximum permissible elemental concentration shall be reduced 75% of the above values. No more than three (3) metals shall be present at 50% or more of the above values.

14. Phytotoxic constituent, herbicides, hydrocarbons, etc. – Germination and growth of plants shall not be restricted more than 10% compared to the reference soil. Total petroleum hydrocarbons shall not exceed 50 mg/kg dry soil measured per the modified EPA Method No. 8015. Total aromatic volatile organic hydrocarbons (benzene, toluene, xylene and ethylbenzene) shall not exceed 0.5 mg/kg dry soil measured per EPA Method No. 8020.

15. Sub Grade - Soil level resulting from the rough grading work under another Section. Cultivation of sub grade areas prior to placement of Topsoil is included in this Section.

16. Stockpiled Topsoil - Soil stockpiled for spreading over prepared sub-grade. 17. Stockpiled Native Topsoil - Topsoil stripped from the site prior to rough grading Work

(under another Section), to be spread and amended as Work under this Section. 18. Imported Topsoil - Off-site Topsoil, imported and stockpiled under this Section, to be

spread and amended as Work under this Section.

C. Measurements: 1. PPM: Measurement, in parts per million.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets.

B. Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other identification methods) and legible information on the landscape information indicated in this Article.

C. Product Data and physical Product Samples: Submit Manufacturer's current catalog cuts, specifications, and physical Product Samples (provided in re-sealable labeled plastic bags for the following (as applicable): 1. Planting Soil (Imported/Amended Topsoil).

Page 284: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-131 [SPECPRO]

2. Soil Amendments (for each type used, for Sand, Perlite, Peat Humus, Gypsum, Soil Sulfur, Iron, etc).

3. Bulk Composted Organic Soil Amendment Material. 4. Granular Soil Conditioning Material. 5. Mycorrhizal Inoculum. 6. Fertilizers (for each type used).

D. Approved Testing Laboratory and Procedures for Agronomic Soil Fertility Analyses: 1. Agronomic Soil Fertility Analyses shall be conducted by a reputable, certified, agronomic

soils laboratory. Laboratory shall be a member of the Council on Soil Testing and Plant Analysis. The same laboratory shall be used throughout the duration of the Contract: a. Wallace Laboratories, El Segundo, CA. 310-615-0116. b. Soil and Plant Laboratory, San Jose, CA. 408-727-0330.

2. Contractor shall verify and confirm the selected Testing Laboratory and specific location(s) of soil sample(s) with the Engineer prior to commencing soil sampling operations.

3. For each Soil type, submit the physical Soil Samples directly to the selected Laboratory for analysis, per the procedures outlined per Part III herein this Section. a. In addition to the physical Soil Samples, Contractor shall also provide the

Laboratory with a copy of the Soil Amendment and Fertilizer products indicated herein this Section.

4. Along with the testing data results, the Agronomic Soil Fertility Analysis shall also include written recommendations authored by the Laboratory conducting the Analyses for amending, treating, and/or correcting the sampled soils. Laboratory shall utilize the organic-based Soil Amendments and Fertilizers described herein this Section to the greatest extent possible to produce satisfactory planting soil(s) suitable for sustaining healthy viable plant growth. a. The Analyses shall also include Maintenance and Post-Maintenance fertilization

programs for planted areas within the Contract. 5. Agronomic Soil Fertility Analyses shall be performed on each Soil Type samples, and

include testing results for the following: pH; Electro-conductivity (salinity) measurement – saturated extract. Measurement of sodicity (Sodium Absorption Ratio); Estimate of soil texture and soil organic matter; Presence of lime; Nutrients/Toxic Elements measurement of DPTA extract Saturation extracts for nitrate, sulfate, sodium, calcium, magnesium, potassium, soluble phosphate, and boron; Parasitic nematodes; Herbicide contamination; (For Lightweight Soil Mixes): Test for physical and chemical composition, and saturated weight per cu.ft.

E. Submit four (4) bound copies of the laboratory’s Agronomic Soil Fertility Analysis and Recommendations to Engineer a minimum of fourteen (14) days prior to amending of the soil and

Page 285: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-132 [SPECPRO]

ordering soil amendments. The locations of where each of the soil test samples were derived from the Project Site shall be keyed to the site plan and shall be included with the results.

F. Planting operations shall not commence until the results of the Agronomic Soil Fertility Analysis and Recommendations are reviewed accordingly by the Engineer. 1. The quantity or type of amendments may be modified by the Engineer within fourteen (14)

days of receipt of the results. The Agronomic Soil Fertility Analysis and Recommendations shall take precedence over the amendment and fertilizer application rates specified herein or on the Contract Documents.

G. The Agronomic Soil Fertility Report/Recommendation shall take precedence over the amendment and fertilizer application rates specified herein or on the Contract Documents.

H. Submittals under this Article (including Samples) will be rejected without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if the required information is missing or not presented in the format as requested.

I. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Engineer.

1.4 QUALITY ASSURANCE AND CONTROL

A. Installer Qualifications for requirements indicated herein this Section: 1. Licensed Landscape Contractor, C-27, in the State of California.

a. Engage an experienced, licensed Contractor who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment.

b. Installer's Field Supervision: Contractor shall maintain an experienced, full-time landscape supervisor/superintendent at the Project Site during times that landscaping operations identified herein the Contract are in progress.

B. Manufacturer’s Directions: Follow Manufacturer’s directions and drawings in cases where the Manufacturers of articles used in this Section furnish directions covering points not shown in the Contract Drawings or Contract Specifications.

C. Permits, Fees, Bonds, Testing, and Inspections: Contractor shall arrange and pay for permits, fees, bonds, testing, and inspections necessary to perform and complete his portion of the Work.

1.5 DELIVERY, STORAGE, AND HANDLING

A. General: Deliver and install materials so as to not delay Work, and install only after preparations for installation have been completed. 1. Packaged Materials: Deliver packaged materials in original, unopened packages or

containers, with manufacturer's labels intact and legible, showing weight, analysis, and name of manufacturer. Store and secure properly to prevent theft or damage.

Page 286: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-133 [SPECPRO]

a. Store packaged materials off ground and under cover, away from damp surfaces and inclement weather.

b. Protect during storage and construction against soilage or contamination from earth and other materials.

2. Bulk Materials: a. Deliver and store bulk materials so as not to impede Work of others. b. Do not dump or store bulk materials near structures, utilities, walkways and

pavements, or on existing turf areas, or plants. c. Protect during storage and construction against soilage or contamination from earth

and other materials. Provide adequate separation between bulk materials so as not to cross-contaminate bulk materials.

d. Store under cover, away from inclement weather. e. Provide erosion-control measures to prevent erosion or displacement of bulk

materials, discharge of soil-bearing water run-off, and airborne dust reaching adjacent properties, water conveyance systems, structures, or walkways.

f. Accompany each delivery of bulk materials (fertilizers, amendments, topsoil, etc.) with appropriate certificates. Furnish original certificates to Engineer upon request.

1.6 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. Notify the Contractors performing Work related to installation of Work under this Section in ample time so as to allow sufficient time for them to perform their portion of Work and that progress of Work is not delayed. Verify conditions at the Project Site for Work that affects installation under this Section. Coordinate items of other trades to be furnished and set in place.

B. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

C. Excavation: When conditions detrimental to adequate Soil Preparation operations are encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease operations and notify Engineer for further direction.

D. Installation: Perform Soil Preparation operations only when weather and soil conditions are suitable in accordance with locally accepted practices.

E. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements for type, size, and quality. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective material at any time during progress of Work. Contractor shall remove rejected materials immediately from Project site. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

1.7 SITE CONDITIONS

Page 287: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-134 [SPECPRO]

A. Project Site shall be free of weeds, native grasses, invasive grasses, (Bermuda Grass, Nut Grass, Kikiyu Grass, etc.) prior to Topsoil distribution or soil amendment placement.

B. Excessive rock, dead or declining vegetation, trash, debris, or other items that has accumulated throughout the duration of the Project shall be removed from the Project Site by the Contractor, and as directed by the Engineer.

C. Grading and soil preparation Work shall be performed only during the period when beneficial and optimum horticultural results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure or cause compaction, spreading and grading operations shall be suspended until, in the opinion of the Engineer, the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. 1. Soil moisture level prior to planting shall be no less than 75% of field capacity. The

determination of adequate soil moisture for planting shall be in the sole judgment of the Engineer.

2. If the soil moisture level is found to be insufficient for planting, planting pits shall be filled with water and allowed to drain before commencing planting operations.

D. Planting areas which become compacted in excess of 85% relative compaction due to construction activities shall be tilled and thoroughly cross-ripped to a minimum depth of twelve-inches (12”) to alleviate the condition, taking care to avoid all existing subsurface utilities, drainage, etc.

1.8 SUBSTITUTIONS

A. Consideration: Materials to be considered equal to the Materials indicated herein this Section shall be reviewed by the Engineer. Materials with equal performance characteristics produced by other Manufacturer’s and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Materials substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

D. Contract Price: Substituted Materials under this Section shall not increase the Contract price.

PART 2 - PRODUCTS

2.1 PLANTING SOIL (TOPSOIL)

Page 288: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-135 [SPECPRO]

A. Topsoil: Meet ASTM D5268, pH range of 5.5 to 7, 4 percent organic material minimum. 1. Topsoil Source: Reuse native surface soil stockpiled on the site. Verify suitability of

native surface soil stockpiled on site to produce Topsoil meeting requirements; amend as necessary. Supplement native surface soil stockpiled on site with imported Topsoil when quantities are insufficient. a. Composition: Fertile, friable, well-drained soil, of uniform quality, free of stones

over one-inch (1”) diameter or larger in any dimension sticks, oils, chemicals, plaster, concrete, roots, plants, sod, and other deleterious or extraneous materials harmful to plant growth.

b. Obtain an Agronomic Soil Fertility Report/Recommendation of the stockpiled Topsoil from the approved Testing Laboratory indicated herein this Section.

c. Test Results: Request Testing Agency to send one (1) copy of test results direct to the Engineer and one (1) copy to the Owner. Amend as required.

2. Topsoil Source: Provide Imported Topsoil obtained from off-site sources, from naturally well-drained sites; do not obtain from bogs or marshes. a. Quantity: Provide Imported Topsoil as soon as an insufficient quantity of native

stockpiled surface soil is verified. Quantity of Imported Topsoil to complete the Work shall be calculated by Contractor.

b. Stockpiling: Stockpile on site as directed by Owner. c. Composition: To match in quality, accepted native stockpiled Topsoil. d. Analysis: Obtain an Agronomic Soil Fertility Report/Recommendation of the

Imported Topsoil from the approved Testing Laboratory indicated herein this Section.

e. Review: Engineer reserves the right to take samples of the Imported Topsoil delivered to the site for conformance to the Contract Specifications.

f. Rejected Imported Topsoil: Immediately remove rejected Imported Topsoil off site, at Contractor's expense.

2.2 SOIL MIXES/BLENDS

A. Soil Conditioner Blend, for amending on-site native soils or imported topsoil: Furnish a thoroughly blended composition of Bulk Composted Organic Soil Amendment Material and Granular Soil Conditioning Material & Fertilizer. Any substitution for the “Soil Conditioner Blend” listed herein must be requested by the Contractor and approved, in writing, by the Engineer at least thirty (30) days prior to installation. 1. Bulk Composted Organic Soil Amendment Material:

a. Material Composition: Bulk Composted Organic Soil Amendment Material shall be produced from a composted, nitrolized blend of wood shavings, forest products, and/or rice hulls,. Upon completion of the composting process, the Material shall be thoroughly cured for a minimum of 100 days, and shall be free from any trash (glass, metal, plastic, etc.) deleterious materials, bio-solids, and/or toxic chemicals. The Material shall be non-hazardous, and conform to US Environmental Protection Agency 40 CFR503 criteria for “Class A” products. It shall also exceed standards and specifications for unrestricted application as a landscaping and agricultural soil amendment.

Page 289: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-136 [SPECPRO]

1) Gradation/Screen Analysis: A minimum of 90% of the material by weight shall pass a ½” screen. Material passing the screen shall meet the following criteria:

Percent Passing Sieve Designation

85 - 100% 9.51 mm (3/8”) 50 – 80% 2.38 mm (No. 8) 0 – 40% 500 micron (No. 35)

2) Maturity: Physical characteristics suggestive of maturity include shall include: a) Color: Dark brown to black. b) Odor: Aerobic, without malodorous presence of decomposition

products. c) Particle characterization: Identifiable wood pieces are acceptable but

the balance of Material should be soil-like without recognizable grass or leaves.

b. Analytical Properties: Contractor shall submit proof of the Bulk Composted Organic Soil Amendment Material by providing a sample as identified herein this Section, and a lab analysis that has been performed within 30 days of the installation of the planting. Soil mix shall have (at a minimum) the following properties:

Material Minimum Targeted Property/Range Total Nitrogen (N%) .50-1.0% Phosphorus (as P2O5) 2.0% Potassium (as K2O) 0.2% pH (units) 6.0 to 7.5, as determined in saturated paste. Organic Content Minimum 50% based on dry weight and

determined by ash method. Minimum 205 lbs. organic matter per cubic yard of compost.

ECe (millimho/cm) <5.0; based on pre-leaching with equal volume of water.

Carbon-to-Nitrogen Ratio <20-to-1, nitrogen stabilized. Bulk Density 1,000 to 1,100 pounds/cubic yard. Sodium Absorption Ratio (SAR)

Under 20.0

Total Iron 1.5%3. Moisture Content 35%-60% Acid-soluable Ash content No less than 6% and no greater than 20%. Salt Content <10millimho/cm @ 25d C. on a saturated

paste extract. Boron Content <1.0 parts per million on a saturated paste

extract. Silicon-Content (acid-insoluable ash)

<50%

Calcium Carbonate No presence on alkaline soils. Maximum Total Permissible Pollutant Concentrations (in PPM on a dry-weight basis)

Arsenic: 20 Cadmium: 15 Chromium: 300 Cobalt: 50

Page 290: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-137 [SPECPRO]

Copper: 150 Lead: 200 Mercury: 10 Molybdenum: 20 Nickel: 100 Selenium: 50 Silver: 10 Vanadium: 500 Zinc: 300

c. Application Rate: As indicated herein this Section under “Planting Soil

Amendments Schedule”. d. Commercial-Grade Products & Manufacturers: Subject to compliance with

requirements, provide products by one (1) of the following: 1) Soil Conditioner, Synagro Professional Organic Soil Products. 2) Agromend, Agromin Horticultural Products. 3) Humic Compost ½”, Greenway Compost. 4) Superior Blend Compost, Artesia Sawdust Products, Inc. 5) Compost, EarthWorks Soil Amendments, Inc. 6) Contractor’s Blend, Recycled Wood Products (RWP). 7) #SSA-CST Supreme Organic Soil Amendment, Plants Choice, Inc. 8) Humic Compost 3/8”, Agri Service, Inc. 9) or equal, as approved by the Engineer.

2. Granular Soil Conditioning Material & Fertilizer: a. Material Composition and Analytical Properties: Granular Soil Conditioning

Material & Fertilizer shall be a singular manufacturer-blended combination of soil conditioning material and fertilizer. It shall be granular in form, long-lasting, free flowing, and suitable for application with approved equipment. It shall not contain any sewage sludge or manure-based products, and shall contain the following guaranteed minimum available analysis range:

Element/Material Targeted Property Range

Nitrogen (N) 5.0% to 6.0% Phosphoric Acid (as P2O5) 2.0% to 3.0% Potash (as K2O) 1.0% to 4.0% Humic Acids 15.0 % to 20.0% Calcium 7.0% Sulfur 0.0% to 5.0%

b. Commercial-Grade Products, Manufacturers and Associated Rates of Application: Subject to compliance with requirements, provide products by one (1) of the following: 1) Tri-C 6-2-4, Tri-C Enterprises LLC, Chino, CA. 800-927-3311.

a) Application Rate at 70 lbs. per 1,000 square feet of planting area. 2) Gro-Power Plus 5-3-1, Gro-Power, Chino, CA. 909-393-3744.

a) Application Rate at 200 lbs. per 1,000 square feet of planting area. 3) or equal, as approved by the Engineer.

B. Amended Imported Soil Mixture for Planting Containers:

Page 291: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-138 [SPECPRO]

1. Submit to Engineer for evaluation. 2. Thoroughly blend and mix the following (screen size at 3/8” maximum):

Amended Imported Soil Mixture for Planting Containers (per Cubic Yard) Amount Material 1/2 cu. yd. Washed Plaster Sand, as indicated

herein this Section 1/4 cu. yd. Bulk Composted Organic Soil

Amendment Material, as indicated herein this Section

1/4 cu. yd. Peat Humus, as indicated herein this Section

1 lb. Calcium Nitrate 3 lbs. Single Superphosphate 2 lbs. Perlite 3/4 lbs. Sulfate of Potash 9 lbs. Gypsum Per Manufacturer’s recommended rate of application

Wetting Agent/Water Storing Polymer

3. Furnish Mixture in sufficient quantities which allow for natural settling and compaction of the Mix prior to installing Plant Materials. Mixture shall be compacted to 90% density to minimize settling. Set Mixture and compact accordingly in six-inch (6”) lifts, to within two –inches (2”) of top of the Planting Container.

2.3 ORGANIC SOIL AMENDMENT COMPONENTS

A. Washed Plaster Sand: Clean, washed, natural or manufactured sand, sharp, fine-textured, free of toxic materials. Sieve tested in accordance with ASTM C136, with 100% passing through a #4 screen, 0% passing through a #200 screen. 1. Chemical Properties: (by DPTA Saturation Extract Method):

a. Soluble Salts/Salinity: Maximum conductivity of 3.0 millimhos/cm at 25 degrees C. b. Boron: Maximum concentration of 1.0 PPM. c. Sodium Absorption Ratio (SAR): Maximum 6.0. d. pH: 7.0.

B. Perlite: Horticultural Perlite, soil amendment grade, 6.5 to 7.5 pH. 1. Unacceptable Materials: Polystyrene beads shall not be used as a substitution for

horticultural Perlite.

C. Vermiculite: Horticultural Vermiculite, gold-brown in color. 1. Size: 2-4mm, 5 mesh to 10 mesh sieve size. 2. Density: 4.5 to 5.5 lb./cuft. 3. Grade: #2, Medium Grade.

D. Peat Humus: 1. Type: Canadian Sphagnum Peat, as derived from the genus Sphagnum, medium-divided,

coarse fibrous texture, brown in color.

Page 292: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-139 [SPECPRO]

2. Measurement: Measure peat in air dry condition, containing not more than 35% moisture by weight on an "as-received" basis.

3. Physical Properties: Percent Passing Sieve Size

95 - 100% 9.51 mm (3/8 in.) 0 - 40% 500 micron (#35, 32

mesh) 4. Organic Content (dry weight basis): minimum 95%. 5. Fiber Content: Greater than 66%. 6. Water Holding Capacity: 20x to 30x its dry weight in water. 7. Range in Ash Content (%): 1.0 to 5.0. 8. Chemical Properties:

a. Nitrogen (dry weight basis): 0.6-3.0%. b. Salinity/Soluble Salts: Saturation extract conductivity 0.0-3.0 millimhos/cm @ 25

degrees C. c. pH range: 3.0 to 4.0.

9. Unacceptable Materials: a. Coir Dust. b. Sedge Peat. c. Reed Peat. d. Hypnum Peat.

E. Mycorrhizal Inoculum: 1. Mycorrhizal Inoculum for Plant Material (not Palm Trees): Dual soil-conditioning

biological inoculum system of endo-and ecto- Mycorrhizal, used to further aid the plants ability to efficiently uptake available soil nutrients and increase resistance to drought. a. Products & Manufacturers: Subject to compliance with requirements, provide

products by one (1) of the following: 1) 7-gram Myco-Pak, Tri-C Enterprises LLC, Chino, CA, 800-927-3311. 2) 4 oz. Packet - Roots 1 Step, Roots, Inc., Independence, MO, 800-342-6173. 3) or equal, as approved by the Engineer.

b. Provide at the prescribed application rate, per the Manufacturer’s written recommendations.

2.4 CHEMICAL SOIL AMENDMENT COMPONENTS

A. General: Chemical Soil Amendment Components listed herein may or may not be used, depending on the results of the Agronomic Soil Fertility Report. Provide as required:

B. Gypsum: Commercially-processed and packaged agricultural-grade hydrated calcium sulfate product (CaSO4), 92.0% minimum, pH at 7.1. 1. Commercial-Grade Products & Manufacturers: Subject to compliance with requirements,

provide products by one (1) of the following: a. Ben Franklin™ No. 1 Agricultural Gypsum, U.S. Gypsum Company. b. 100% Good Stuff Gypsum™, Art Wilson Company. c. CAL-SUL® Pelletized Agricultural Gypsum, North Pacific Group.

Page 293: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-140 [SPECPRO]

d. or equal, as approved by the Engineer.

C. Soil Sulfur: Elemental Sulfur (90% min.) commercially manufactured, water degradable, palletized. 1. Commercial-Grade Products & Manufacturers: Subject to compliance with requirements,

provide products by one (1) of the following: a. Disper-Sul, Martin Resources, Inc. b. Soil Sulfur, Red Top. c. or equal, as approved by the Engineer.

D. Iron: Non-staining, 40% Fe minimum, complete with micro-nutrients and 2% humic acids, as derived from iron oxide, manganese oxide, or zinc oxide. 1. Commercial-Grade Products & Manufacturers: Subject to compliance with requirements,

provide products by one (1) of the following: a. Gro-Power Iron, Gro-Power, Chino, CA 909-393-3744. b. Iron 45 w/ Micronutrients, Tri-C Enterprises LLC, Chino, CA, 800-927-3311. c. or equal, as approved by the Engineer.

E. Dolomite Lime: Agricultural-grade mineral soil conditioner containing 35% minimum magnesium carbonate, and 49% minimum calcium carbonate, 100% passing #65 sieve.

F. Potassium Sulfate (Sulfate of Potash K2O), (0-0-50 guaranteed analysis N-P2O5-K2O): Agricultural-grade, containing minimum 50% of water-soluble potash and 18% Sulfur (S).

G. Single Superphosphate P2O5 (0-15-0 guaranteed analysis N-P2O5-K2O): Commercial product, containing 15% available phosphoric acid and 14% Sulfur.

H. Triple Superphosphate P2O5, (0-45-0 guaranteed analysis N-P2O5-K2O): Commercial product, containing 45% available phosphate and 15% Calcium (Ca).

I. Ammonium Sulfate (NH4)2SO4, (21-0-0 guaranteed analysis N-P2O5-K2O): Commercial product containing approximately 21% ammonia.

J. Ammonium Nitrate NH4NO3, (34-0-0 guaranteed analysis N-P2O5-K2O): Commercial product containing approximately 34% ammonia.

K. Calcium Nitrate CaNO3, (15.5-0-0 guaranteed analysis N-P2O5-K2O): Agricultural grade containing 15-1/2% nitrogen.

L. Potassium Nitrate KNO3, (13-0-45 guaranteed analysis N-P2O5-K2O): Commercial product containing approximately 13% nitrogen and 45% potassium.

M. Ureaformaldehyde (38-0-0 guaranteed analysis N-P2O5-K2O): Granular commercial product containing approximately 38% nitrogen.

N. Urea CO(NH2)2, (46-0-0 guaranteed analysis N-P2O5-K2O): Granular commercial product containing 46% nitrogen.

Page 294: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-141 [SPECPRO]

O. I.B.D.U. (Iso Butyldiene Diurea): Commercial product containing 31% nitrogen.

2.5 FERTILIZERS

A. Composition: Nitrogen (N), phosphorous (P2O5), and potassium (K2O) content, plus other elements, as indicated.

B. Fertilizer Tablet: 1. General: Fertilizer Tablet shall be a 7-gram tablet, organic-based, tightly compressed chip-

type commercial grade, 12-month slow-release planting tablets, and shall be composed of the following available percentages by weight of plant food:

Element/Material Targeted Property Range Nitrogen (N) 12.0% minimum Phosphoric acid (as P2O5) 8.0% minimum Potash (as K2O) 8.0% minimum Humus 20.0% minimum Humic Acids w/ micronutrients and soil enhancers

4.0% minimum

2. Commercial-Grade Products & Manufacturers: Subject to compliance with requirements, provide products by one (1) of the following: a. Gro-Power 12-8-8 Planting Tablets, Gro-Power, Chino, CA 909-393-3744.

1) Application Rate: As indicated herein Part III this Section. b. or equal, as approved by the Engineer.

2.6 ACCESSORIES

A. Drain Rock/Aggregate: Crushed Stone, conforming to ASTM C33, graded to ¾”-size, clean, hard, durable, free of materials toxic to plant growth, set in bottom of Planters, at depth indicated in Contract Drawings. Provide Geotextile Filter Fabric between Drain Rock/Aggregate and amended planting backfill soil. 1. Drain Rock/Aggregate for planters:

a. Drain Rock, graded to 3/4” size.

B. Wetting Agent/Water Storing Polymer: Non-biodegradable, granular, polyacrylamide polymer soil amendment. 1. Commercial-Grade Products & Manufacturers: Subject to compliance with requirements,

provide products by one (1) of the following: a. Broadleaf P4, Broadleaf Industries, Inc. Chula Vista, CA 619-424-7880. b. or equal, as approved by the Engineer.

C. Landscape Mulch Material: 1. Organic Wood Mulch: See Section– Landscape Planting Accessories. 2. Decomposed Granite: See Section– Decomposed Granite.

PART 3 - EXECUTION

Page 295: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-142 [SPECPRO]

3.1 AGRONOMIC SOIL FERTILITY REPORT/RECOMMENDATION

A. Once rough grading has been accomplished, and prior to commencing Soil Preparation operations, (amendments, fertilizers, etc.), soil samples shall be taken from representative areas and below grade depths of the Project Site. Locations and depths to gather the representative soil samples shall be accomplished by the Contractor under the direction of the Engineer. 1. Provide 6 Soil Samples.

B. Guidelines for Selecting the Soil Samples: 1. Select representative areas to sample. The area needs to be uniform in color, texture, depth,

and drainage with the same fertilizing program and type of use. Planting areas to receive lawns, flowerbeds, trees, cut areas, fill areas, etc. should be tested separately. An area containing multiple trees and shrubs can be grouped into one area if the planting is the same.

2. Depths and process of soil sampling: a. Sample as deep as the soil will be amended, generally six-inches (6”) deep for

groundcover/lawns, eighteen-inches (18”) deep for shrub areas, twenty-four-inches (24”) deep for small boxed trees, and three-feet (3’) to four-feet (4’) for large boxed trees.

b. Use a soil probe or soil auger to remove a core sample; otherwise, use a shovel to dig a hole to the desired depth. Sample the soil from the side of the excavated hole, scraping the side with a trowel. The tools used for digging shall be clean and not rusty. Avoid sampling when the soil is too wet.

3. In desired areas where multiple sub-samplings are taken from any one (1) area to create a combined sample, mix the sub-samples homogenously together in a clean plastic bucket prior to placing in the plastic bag.

4. Each Sample shall be sent directly to the laboratory in a separate, re-sealable, one (1)-gallon plastic bag. Provide a minimum of four (4) cups of soil within each respective sample to allow for adequate testing.

3.2 SOIL PERCOLATION TESTING

A. Type/Quantity: During operations of Agronomic Soil Fertility Testing and prior to installing Plant Material, Contractor shall perform Soil Percolation Tests, through the direction of the Engineer, in selected representative areas of the Project Site, to verify acceptable natural drainage, soil structure, and soil composition. Contractor shall verify the locations of the Soil Percolation Tests with the Engineer. 1. Required Number of Soil Percolation Tests: 6

B. Procedure: Each Soil Percolation Test shall be performed as follows: 1. Dig a hole: 2’-0” wide x 2’-0” long x 2’-0” deep. 2. Fill the hole with water to top and cover with plywood and barricade. Allow hole to drain

and fill again to top. 3. Make daily observations, noting the depth of water each day. 4. Report findings, in writing, to the Engineer. Include the length of time the water takes to

drain completely from each hole, date of test, location, and other information, which may be useful in providing further recommendations.

Page 296: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-143 [SPECPRO]

C. Results: Based on the combined results of the Agronomic Soil Fertility Testing and the Soil Percolation Tests, Contractor may be required to install additional tree drainage sumps or other drainage methods at each planting pit for trees larger than 15-gallon container stock. This does not relieve the Contractor’s obligation within the Base Bid to provide the required Tree Root Aeration Units indicated in Section– Landscape Planting Accessories. Contractor shall include, as a line-item price within the Base Bid, the price per each additional tree drainage sump, should they be required (based on the testing). Should additional tree drainage sumps or other methods is required, compensation shall be awarded to the Contractor at the line-item price (each) as provided by the Contractor.

3.3 SOIL MOISTURE CONTENT

A. General: Do not work soil when moisture content is so great that excessive compaction occurs, or when it is so dry that dust will form in air, or that clods will not break readily. Apply water, if necessary, to bring soil to an optimum moisture content for tilling and planting. Soil moisture level prior to planting shall be no less than 75% of field capacity. The determination of adequate soil moisture for planting shall be the judgment of the Engineer. Range: Maintain within two-percent (2%) above or below optimum moisture content at times during Work.

3.4 SITE CONDITION

A. Contractor shall protect existing and new improvements and systems installed prior to planting installation. Maintain protection in place until completion of Work and contracted Landscape Establishment Period.

B. Protect concrete paving, headers, and drainage from staining due to contact with wet nitrogen stabilized mulch/sawdust, or contact with chelated iron. Correct any stained concrete.

3.5 CLEARING & CULTIVATION

A. Clearing: Clear planting areas free of stones two-inches (2”) in diameter and larger, weeds, debris, and other extraneous materials prior to soil preparation Work.

B. Pre-Plant Weed Control: 1. Clear and remove existing weeds by mowing or grubbing to at least one-inch (1”) below

the soil surface. 2. Fertilize areas to receive planting with a 46-0-0 NPK commercial fertilizer at the rate of ½

lb. per 1,000 square feet. 3. After fertilization, irrigate the soil thoroughly and continuously at the equivalent of four

inches (4”) of water distributed over a fourteen (14)-day period. The application of water shall be applied to the soil as needed to gradually soak through the soil profile and not allowed to run-off the surface. Employ a specific watering duration and frequency program designed to germinate residual weeds. a. Providing full irrigation coverage for the limits of the subject areas under this

requirement shall be the responsibility of the Contractor. Contractor shall utilize

Page 297: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-144 [SPECPRO]

permanent irrigation system installed under other Sections of the Contract, where available. Should limited coverage or no permanent irrigation system is available, Contractor shall provide temporary irrigation, as required, to fully meet the requirements herein.

4. After sufficient weed germination is present, apply non-selective, post-emergent contact herbicide, in strict accordance to the Manufacturer’s directions. Refer to Section– Landscape Planting Accessories.

5. Protect and buffer surrounding properties, buildings, and vegetation from overspray, as required.

6. Allow for a sufficient time period to ensure that the weeds are dead and the herbicide has dissipated, per the Manufacturer’s recommendation.

7. Water planting areas thoroughly and continuously for a period of one (1) week after the application of the herbicide. Discontinue the watering process for one (1) day prior to the second application of the herbicide. Apply a second application of the herbicide. Avoid any irrigation for a minimum of four (4) days after the second application for effective weed kill.

8. After the second application and waiting period, water planting areas thoroughly and continuously for three (3) consecutive days to saturate upper layers of the soil prior to commencing planting operations.

9. Dead weeds shall be cleared and removed prior to planting. 10. Maintain a weed-free Project Site until final acceptance by the Owner, utilizing

mechanical, chemical, or manual treatment.

C. Cultivation of Existing Topsoil: 1. Cultivation: Following Pre-Plant Weed Control operations, in planting areas where

Topsoil will NOT be applied, rip or cultivate areas of existing soil to receive planting to the following depth, prior to applying soil amendments: a. Less Than 2:1 Slopes: Ten-inches (10”).

2. Trees to Remain: Hand cultivate within the drip-line of existing trees to remain. Depth of cultivation shall not exceed two-inches (2”). Cultivate immediately prior to amending existing soil.

3. Following initial cultivation of Topsoil, uniformly broadcast and cultivate/blend the materials indicated in the following Planting Soil Amendments Schedule, with the Topsoil, to a minimum six-inch (6”) depth:

4. Planting Soil Amendment Schedule: VERIFY WITH SOILS REPORT Soil Amendment/Fertilizer

Ratio

First Component of Soil Conditioner Blend: Bulk Composted Organic Soil Amendment

Four (4) cu. yds. / 1,000 square feet of planting area.

Second Component of Soil Conditioner Blend: Granular Soil Conditioning Material & Fertilizer

At indicated ratio, per selected Manufacturer.

Page 298: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-145 [SPECPRO]

Gypsum

200 pounds / 1,000 square feet.

Commercial Fertilizer

At indicated ratio, per selected Manufacturer.

Soil Sulfur

8 pounds / 1,000 square feet of planting area.

Iron (non-staining)

10 pounds / 1,000 square feet of planting area.

a. Modifications: The Planting Soil Amendment Schedule may be modified, based on the combined results of the Agronomic Soil Fertility Tests and Percolation Tests. 1) Contractor shall be provided with fair and adequate compensation by the

Owner should additions or increases to the specified ratios are required to the Planting Soil Amendment Schedule due to the Agronomic Soil Fertility Test results and/or recommendations by the Engineer.

2) Contractor shall provide the Owner fair and adequate credit should subtractions or decreases to the specified ratios are required to the Planting Soil Amendment Schedule due to the Agronomic Soil Fertility Test results and/or recommendations by the Engineer.

5. Complete finish grading operations per Landscape Grading.

D. Cultivation of Sub-Grade and Spreading of Imported Topsoil: 1. Verification: In planting areas where Imported Topsoil will be applied, verify that sub-

grades prior to installation of Imported Topsoil have been established under rough grading. Do not spread Imported Topsoil prior to acceptance of sub-grade Work. a. Depth: Verify that sub-grades are twelve-inches (12”) minimum below finished

grades, +/- one-inch (1”). Report variations to Owner. 2. Cultivation: Following Pre-Plant Weed Control operation, rip or cultivate sub-grade in

planting areas to a depth of six-inches (6”) prior to spreading Imported Topsoil. 3. Spread Imported Topsoil in planting areas, as required to meet finished landscape grades.

Once Imported Topsoil has been spread, uniformly broadcast and blend materials indicated in the Planting Soil Amendments Schedule (indicated above) with the Imported Topsoil to a six-inch (6”) depth.

4. Complete finish grading operations per Landscape Grading section.

E. Fertilizer Tablet(s) Application Rate: 1. Fertilizer Tablets shall be spread equidistantly around the perimeter within the Amended

Planting Backfill Mixture, up to within three-inches (3”) of the finished grade of the Mixture, and at the following rates:

Size of Plant Material Total Quantity of 7-gram Fertilizer Tablets

Liner, Plug, Flat-Size Plant, or 4” Pot. One (1) Tablet One (1)-gallon Container stock. Three (3) Tablets Five (5)-gallon Container stock. Nine (9) Tablets Fifteen (15)-gallon container stock Fifteen (15) Tablets

Page 299: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-146 [SPECPRO]

24” Box Container Stock Sixteen (16) Tablets 30” Box Container Stock Eighteen (18) Tablets 36” Box Container Stock Twenty (20) Tablets 42” Box Container Stock Twenty-two (22) Tablets 48” Box Container Stock Twenty-four (24) Tablets 60” Box Container Stock Thirty-six (36) Tablets For Container Stock larger than 60” Box. Six (6) Tablets for each ½” of tree

caliper size. For each 1’-0” of Palm Tree (apical meristem) height

Two (2) Tablets.

2. Contractor shall not provide Fertilizer Tablets for designated native plant species, as indicated in the Contract Drawings or as directed by the Engineer. Contractor shall verify with the Engineer, in writing, as to which plants are subject to not receive the Fertilizer Tablets.

F. Mycorrhizal Inoculum Application Rate: 1. During application of Fertilizer/Planting Tablets, Mycorrhizal Inoculum shall be spread

equidistantly around the perimeter within the Amended Planting Backfill Mixture, up to within three (3”) inches of the finished grade of the Mixture, at the prescribed application rate per the Manufacturer’s written recommendations.

3.6 DRAINAGE OF PLANTING AREAS

A. Surface Drainage: 1. Discrepancies: Provide proper surface drainage of planted areas. Submit in writing all

discrepancies in the Contract Drawings or Specifications, or prior Work done by others, which Contractor feels precludes establishing proper drainage.

2. Correction: Include description of work required for correction or relief of said condition.

B. Detrimental Drainage, Soils and Obstructions: 1. Notification: Submit in writing all soils or drainage conditions considered detrimental to

growth of plant materials. State condition and submit proposal and cost estimate for correcting condition.

2. Correction: Submit for acceptance a written proposal and cost estimate for the correction before proceeding with Work.

3. Obstructions: If rock, underground construction Work, tree roots, or other obstructions are encountered in the performance of Work under this Section, submit cost required to remove the obstructions to a depth of not less than six-inches (6”) below the required soil depth.

3.7 CLEAN UP AND PROTECTION

A. For Work under this Section, keep Work area in a clean, orderly, and safe condition. Contractor shall remove trash caused from his Work on a weekly basis throughout the duration of the Work.

Page 300: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-147 [SPECPRO]

B. Protect site from damage due to landscape operations, operations by other Contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged Soil Preparation areas as directed.

C. Upon completion of his Work under this Section, the Contractor shall remove rubbish, waste, debris, excess construction materials, and other items resulting from construction operations offsite as described herein this Section, as directed by the Engineer.

Measurement and Payment The contract price paid per square foot for “Soil Preparation” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in importing topsoil or amending existing soil, preparing imported topsoil in all treewells, planters and in-ground planting areas as defined in contract drawings, complete in place, including excavation, furnishing topsoil as required, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NO. 105 LANDSCAPE GRADING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work for Finished Grading in Landscape Planting Areas, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Finish Grading of Landscape Planting Areas.

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Irrigation Systems. 2. Exterior Plants. 3. Landscape Planting Accessories. 4. Landscape Establishment Period.

1.2 SITE CONDITIONS

A. Dust Nuisance: Contractor shall assume full responsibility for alleviation or prevention of dust as a result of Work under this Section.

Page 301: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-148 [SPECPRO]

B. Excessive rock, dead or declining vegetation, trash, debris, or other items that has accumulated shall be removed from the Project Site by the Contractor, and as directed by the Engineer, prior to completion of Finish Grading operations.

C. Work under this Section shall be performed only during the period when beneficial and optimum Landscape Grading results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure or cause compaction. Landscape Grading operations shall be suspended until, in the opinion of the Engineer, the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained.

D. Soil moisture level prior to Landscape Grading shall be no less than 75% of field capacity. The determination of adequate soil moisture for Landscape Grading shall be in the sole judgment of the Engineer.

1.3 QUALITY ASSURANCE AND CONTROL

A. Installer Qualifications: 1. Valid California C-27 (Landscaping Contractor) License.

B. Engage an experienced, licensed Contractor who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment.

C. Installer's Field Supervision: Contractor shall maintain an experienced, full-time landscape supervisor/superintendent at the Project Site during times that landscaping operations identified herein the Contract are in progress.

1.4 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. Complete Finish Grading in each area graded.

B. Re-grade, as required, to acceptable Landscape Grades established by Engineer once irrigation system is installed.

C. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

D. Excavation: When conditions detrimental to adequate Finish Grading operations are encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease operations and notify Engineer for further direction.

E. Perform Finish Grading operations only when weather and soil conditions are suitable in accordance with locally accepted practices.

Page 302: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-149 [SPECPRO]

F. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective work under this Section at any time during progress of Work. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

PART 2 - EXECUTION

2.1 EXAMINATION

A. Verification of Conditions: Verify that the following items have been completed prior to commencement of Landscape Grading: 1. Installation of (stockpiled) topsoil and soil preparation, including debris removal. 2. Incorporation of soil amendments.

2.2 INSTALLATION

A. Finish Grading: 1. Provide Finish Grades for natural runoff of water without low spots or pockets. Accurately

set flow line grades at a two-percent (2%) minimum gradient, unless otherwise noted in the Contract Drawings.

2. Finish Grades shall be smooth, even, and on a uniform plane with no abrupt changes, pits, or undulations of the surface. Slope grades uniformly between given spot elevations.

3. Finish Grades not otherwise indicated shall be uniform levels or slopes between points where elevations are given, or between points established by walks, paving, curbs or catch basins.

4. Tops and toes of slopes shall be gently rounded or feathered to produce a gradual and natural-appearing transition between relatively level areas and slopes, per the satisfaction of the Engineer.

B. Tolerances: 1. Planting areas, including areas planted with turf grasses, shall be true to grade within one-

inch (1”) when tested with a ten-foot (10’) straightedge. 2. Hold Finish Grades in landscape planting areas below top of adjacent pavement, headers,

curbs, or walls (where applicable), as follows: a. Shrub, Annual and Groundcover Areas: One and one-half inches (1-1/2”). b. Sodded Turf Grass Areas: One-inch (1”).

Measurement and Payment The contract price paid per square foot for “Landscape Grading” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in landscape grading, including excavation, backfill, finish grading, and other incidental work, as specified in the Standard Specifications and these

Page 303: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-150 [SPECPRO]

Special Provisions, as shown on the plans and as directed by the Engineer.

BID ITEM NO. 106 DECOMPOSED GRANITE PAVING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required, to make a complete Decomposed Granite installation (universally-accessible stabilized Decomposed Granite Paving Application and Landscape Mulch Application, where applicable) on prepared sub-grades, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Decomposed Granite Material. 2. Organic Binder (Stabilizer), where applicable in paving locations. 3. Accessories (Soil Sterliant (Herbicide)).

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Landscape Grading. 2. Soil Preparation. 3. Landscape Planting Accessories (Geotextile Filter Fabric; Steel Edging/Concrete Header,

Soil Sterliant (Herbicide), etc. 4. Landscape Establishment Period.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. ASTM – American Society for Testing and Materials. 2. AASHTO – American Association of State Highway and Transportation Officials. 3. ADAAG – American with Disabilities Act Accessibility Guidelines. 4. CBC – California Building Code, Title 24 Disabled Access Regulations.

B. Definitions: 1. Percent Compaction: Per ASTM D1557, percentage of the maximum in-place dry density

of the same material, as determined by the Engineer. 2. Stabilized Decomposed Granite Paving: Shall consist of a thoroughly pre-blended mixture

(before placement) of Decomposed Granite material (fines) and Organic Binder (“Stabilizer”), that is set in lifts, reacted with water, and compacted in place, creating a universally-accessible finished surface of Stabilized Decomposed Granite Paving.

Page 304: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-151 [SPECPRO]

3. Decomposed Granite (Landscape Mulch Applications): Shall consist solely of Decomposed Granite Material (fines), compacted in place. No Organic Binder (“Stabilizer”) is required.

C. Standards for Installation: 1. Standard Specifications: Standard Specifications of the State of California, Business and

Transportation Agency, Department of Transportation (CALTRANS).

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets and provide four (4) sets of Material Samples for review by the Engineer.

B. Submittal Booklets: Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other specific identification methods) and legible information on the following landscape information indicated in this Article.

C. Product/Material Data. Submit available product data, manufacturing source (name, address, and telephone number), and distributor source (name, address, and telephone number) for each type of material and product as follows: 1. Decomposed Granite Material. 2. Organic Binder. 3. Soil Sterilant (Herbicide).

D. Miscellaneous Data: 1. Sieve Analysis: Provide Sieve Analysis of each type of Decomposed Granite material to

ensure it meets proper grading requirements. 2. Material Test Reports: Submit certified copies of the field tests performed (testing the

compressive strengths) of the Stabilized Decomposed Granite Paving finished surface. 3. Recommendation: Submit written recommendation from the Manufacturer/Distributor of

the Organic Binder, indicating the quantity (pounds) of Organic Binder required per ton of Decomposed Granite material (lbs./ton). Recommendation shall be specific to each type of Decomposed Granite material specified herein.

E. Material Samples: Furnish the following Material Samples, bound and individually wrapped in re-sealable labeled plastic bags (as applicable): 1. Submit sample in sufficient quantity (one (1) pound minimum, per bag) of each

Decomposed Granite material (with and without Organic Binder) for review to ensure color will be compatible with the Project.

F. Field-Constructed Mock-ups: Prior to the installation of any Work under this Section, Contractor shall erect Field-Constructed Mock-ups for each type of Decomposed Granite application to verify selections made under this Article and to demonstrate aesthetic effects as well as qualities of materials and execution. Build Field-Constructed Mock-ups to comply with the following requirements, using materials and same base construction including special features for surface finish, compaction within lifts, color(s), and contiguous work, as indicated for the final unit of Work.

Page 305: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-152 [SPECPRO]

1. Locate Field-Constructed Mock-ups in a location and of the size indicated or, if not indicated, as directed by the Owner’s Representative.

2. Notify the Engineer, in writing, at least one (1) week in advance of the dates and times when Field-Constructed Mock-ups will be erected.

3. Demonstrate quality and range of aesthetic effects and workmanship in the Field-Constructed Mock-ups that will be produced in the final unit of Work.

4. Obtain the Engineer’s acceptance of the Field-Constructed Mock-ups, in writing, before the start of Work. Accepted Mock-ups are a prerequisite to commencing Work under this Section.

5. Retain and maintain Field-Constructed Mock-ups during construction in an undisturbed condition. Accepted Field-Constructed Mock-ups shall be the standard for judging the completed Work under this Section. a. When directed by the Engineer, Contractor shall demolish and remove Field-

Constructed Mock-up Samples from the Project Site. 6. Contractor shall provide a separate Field Constructed Mock-up for each type of

Decomposed Granite application for review by the Engineer. a. Each Field-Constructed Mock-up shall measure four-feet (4’) wide and six-feet (6’)

long, and at the specified respective depths of Decomposed Granite indicated in the Contract Drawings, to compare the aesthetics of material colors, textures, and finishes. Include the specified header/edging material around the perimeter of the Mock-up. 1) When the Engineer determines that a Field-Constructed Mock-up does not

meet requirements, retain it for reference and create another Field-Constructed Mock-up until the Field-Constructed Mock-up is accepted by the Engineer.

7. Accepted Field-Constructed Mock-up(s) will be the standard by which remaining Work will be evaluated for technical and aesthetic merit, and re a prerequisite to commencing any Work under this Section.

G. Qualification Data: Submit names for firms and persons specified in the “Quality Assurance and Control” Article to demonstrate their capabilities and experience on similar Decomposed Granite installations.

H. Submittals under this Article will be rejected and returned without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if all of the required information is missing or not presented in the format as requested.

I. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Engineer.

1.4 QUALITY ASSURANCE AND CONTROL

A. Installer Qualifications: 1. Requirement: Valid California C-27 (Landscaping Contractor) License. 2. Engage an experienced Installer who has completed in the last two (2) years at least three

(3) Decomposed Granite installations similar in material, design, and extent to that

Page 306: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-153 [SPECPRO]

indicated for this Project, and whose work has resulted in construction with a record of successful in-service performance.

3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that installations under this Section are in progress.

B. Source Limitations: Obtain each type of Decomposed Granite material from the same Manufacturer's plant.

C. Single-Source Responsibility: Obtain each color, type, and/or variety of Decomposed Granite material from a single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying the Work.

D. Manufacturer’s Directions: Follow Manufacturer’s directions and drawings in cases where the Manufacturers of articles used in this Section furnish directions covering points not shown in the Contract Drawings and Contract Specifications.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Provide new, unused Decomposed Granite materials indicated under this Section. Store and secure properly to prevent damage.

B. Protect Decomposed Granite material from contamination with foreign materials. Isolate stockpiles to prevent mixing of different aggregate grades prevent contamination with organic materials.

C. Deliver perishable material in original, unopened packaging. Protect from dampness.

D. Deliver and install Decomposed Granite materials so as to not delay Work, and install only after preparations for installation have been completed.

1.6 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. A. Notify the Contractors performing Work related to installation of Work under this Section in ample time so as to allow sufficient time for them to perform their portion of Work and that progress of Work is not delayed. Verify conditions at the Project Site for Work that affects installation under this Section. Coordinate items of other trades to be furnished and set in place.

B. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

C. Excavation: When conditions detrimental to installing Decomposed Granite is encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease installation operations and notify Engineer for further direction.

Page 307: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-154 [SPECPRO]

D. Traffic Control: Maintain access for vehicular, bicycle, and pedestrian traffic as required for other construction activities during installation of Decomposed Granite. Access shall also be unobstructed and maintained at all times to allow for entry and exit of emergency vehicles.

E. Grades and Levels: Establish and maintain required levels and grade elevations. Review installation procedures and coordinate Work herein this Section with other Work affected.

F. Installation: Perform installation of Decomposed Granite only when weather and soil conditions during rain or while sub base is wet from rain. Do not apply Soil Sterilant when winds exceed 10 mph or during or immediately after rain.

G. Sequence and Scheduling: Do not install Work under this Section prior to acceptance of sub-grade preparation Work under another Section. Install edging/header materials prior to placement of Decomposed Granite, where applicable.

H. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective Work under this Section at any time during progress of Work. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

1.7 SUBSTITUTIONS

A. Consideration: Decomposed Granite materials to be considered equal to the Decomposed Granite materials indicated herein this Section shall be reviewed by the Engineer. Materials with equal performance characteristics produced by other Manufacturer’s and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Decomposed Granite material(s) substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

D. Contract Price: Substituted Decomposed Granite material(s) shall not increase the Contract price.

1.8 LANDSCAPE ESTABLISHMENT PERIOD

A. Refer to Landscape Establishment Period section, for requirements under this Article. 1. During the duration of the Landscape Establishment Period, continuously maintain

Decomposed Granite finishes until Final Acceptance of Work is granted. Immediately

Page 308: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-155 [SPECPRO]

repair damage to the Work as the result of weather or traffic conditions. Report damage resulting from Work of other trades after installation of Decomposed Granite Work. Repair to match adjacent undisturbed Work.

PART 2 - PRODUCTS

2.1 DECOMPOSED GRANITE MATERIAL

A. Clean, hard, durable particles or fragmented fines of select crushed granite, river rock, or basalt. Material fines shall be evenly mixed throughout the aggregate. When produced from gravel, fifty percent (50%) by weight of the material retained on a No. 4 sieve shall have one (1) fractured face.

B. The portion retained on the No. 4 sieve shall have a maximum percentage of wear of 50 at 500 revolutions as determined by AASHTO T96-77.

C. Portion passing a No. 4 sieve shall have a maximum liquid limit of 25 and a maximum plasticity index of 7, as determined by AASHTO T89-81 and AASHTO 90-81 respectively.

D. Composition: Decomposed Granite material shall be free from clay lumps, vegetable matter, or deleterious material.

E. Grading Requirements: Percentage of Weight Passing a Square Mesh Sieve (AASHTO T11-82 and T27-82) Sieve Size Percent Passing 3/8” 100% No. 4 95 – 100% No. 8 75 – 80% No.16 55 – 65% No. 30 40 – 50% No. 50 25 – 35% No. 100 20 – 25% No. 200 5 – 15%

F. Products & Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Stabilized Decomposed Granite Paving:

a. Type: Refer to the Contract Drawings. b. Supplier: Refer to the Contract Drawings. c. or equal, as approved by the Engineer.

2. Decomposed Granite (Landscape Mulch Applications): a. Type: Refer to the Contract Drawings. b. Supplier: Refer to the Contract Drawings. c. or equal, as approved by the Engineer.

Page 309: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-156 [SPECPRO]

2.2 ORGANIC BINDER

A. Organic Binder: Non-toxic, colorless, odorless, non-staining, concentrated organic powder that, when water is applied and then compressed, binds the Decomposed Granite material together, creating a natural-appearing, firm surface of Stabilized Decomposed Granite Paving 1. Products & Manufacturers: Subject to compliance with requirements, provide products by

the following: a. Material: “Stabilizer”, Stabilizer, Inc., Phoenix, AZ 85018, 800-336-2468 or

Approved Equal 1) Supplier: KRC Rock, San Marcos, CA 92069, 800-427-0572. 2) Application Rate: Per Manufacturer’s written recommendations. Minimum

application rate of 12 lbs./ton. b. or equal, as approved by the Engineer.

2.3 EQUIPMENT

A. Mixing Equipment: Batch-type, using revolving blades or rotary drum.

B. Compaction Equipment: Power roller, weighing not less than five (5) tons.

2.4 ACCESSORIES

A. Soil Sterilant: Spray-applied, Non-Selective Post-Emergent Herbicide, for control of annual grasses and broadleaf weeds. Refer to Landscape Planting Accessories section. Apply in locations designated to receive Stabilized Decomposed Granite Paving only.

B. Aggregate Sub-Base: Class II, per “Standard Specifications”, as required.

C. Water: Per ASTM C 94, from potable domestic source, and free from deleterious materials such as oils, acids, and organic matter. Transport as required.

D. Edging/Header Materials: Refer to Landscape Planting Accessories section.

E. Geotextile Filter Fabric: Refer to Landscape Planting Accessories section.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine surfaces indicated to receive Decomposed Granite, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of surfacing.

Page 310: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-157 [SPECPRO]

B. Sub-grades shall have been rough graded to within 0.10 ft. of finish grades less depth in location to receive Decomposed Granite.

C. Insure edging materials and irrigation sleeving have been installed and are in place and secured. Do not proceed with installation Work until unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Application of Soil Sterilant: 1. Mixing: Mix Soil Sterilant product in sprayer tank with clean water, according to

Manufacturer’s current printed instructions. Use sprayer, which will apply the solution uniformly, without disturbing the soil.

2. Spray Solution: Shake or stir prior to each application. Apply to dry soil surface only. 3. Application: Provide Soil Sterilant only in locations designated to receive Stabilized

Decomposed Granite Paving, as indicated on the Contract Drawings. 4. Over-spraying: Avoid spraying on walls, adjoining pavements, and all areas to receive

landscapee planting. 5. Depth: Immediately after application of spray solution, thoroughly incorporate the solution

into the soil to a depth of two-inches (2”) to four-inches (4”), per Manufacturer’s current printed instructions.

B. Compaction: After completion of soil sterilization operations, compact sub-base to minimum 90% compaction, or as recommended by the Engineer.

3.3 INSTALLATION

A. Installing Edging/Headers: Install Edgings/Headers, as indicated on the Contract Drawings. Landscape Planting Accessories section for requirements. Edgings/Headers at the full depth of the perimeter of the Decomposed Granite, as indicated. Edgings/Headers shall be straight or curving as required, and securely in place, true to line and grade as required. Align header edges and set flush with adjacent paving where applicable.

B. Installing Geo-textile Filter Fabric: Geo-textile Filter Fabric shall be installed only in locations designated to receive Stabilized Decomposed Granite Paving. Install Fabric accordingly as indicated in the Contract Drawings to prevent weeds from growing up through the Stabilized Decomposed Granite Paving. Place the Geotextile Filter Fabric across the entire width of the Paving surface; overlap ends of Fabric rolls at a minimum of six inches (6").

C. Installing Aggregate Sub-Base (as applicable): 1. Verification: Do not place Aggregate Sub-Base prior to acceptance of sub grade

preparation. 2. Placement: Spread Aggregate Sub-Base to thicknesses shown on the Contract Drawings

and compact to a minimum of ninety-percent (90%) compaction, or as recommended by the Engineer.

D. Installing Stabilized Decomposed Granite Paving:

Page 311: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-158 [SPECPRO]

1. Verification: Verify locations to receive Stabilized Decomposed Granite Paving. 2. Lines and Levels:

a. Install Stabilized Decomposed Granite Paving true to grade, properly coinciding with adjacent Work and elevations.

b. Provide a finished Stabilized Decomposed Granite Paving surface uniform in texture and appearance. Do not permit finished Work to vary more than 1/8 inch in 10 feet from true profile and cross section. Finished Work shall be installed to fully comply as a universally-accessible pavement surface, per applicable Code requirements.

3. Mixing: a. General: Stabilized Decomposed Granite Paving shall be thoroughly pre-blended

before placement. b. Organic Binder: Thoroughly pre-blend Decomposed Granite material with Organic

Binder at the rate recommended by the Organic Binder manufacturer for each type of Decomposed Granite material specified, but not less than of twelve (12) pounds of Organic Binder per one (1) ton of Decomposed Granite material (dry weight). 1) It is essential the Organic Binder be thoroughly mixed, blended, and

uniformly incorporated throughout the Decomposed Granite material to achieve a successful result. The Organic Binder locks the fines in the Decomposed Granite material together, trapping the larger crushed aggregate screenings. The Organic Binder does not act directly on larger aggregate screenings. Proper mixing is a must for a successful application. a) Blending is best accomplished in a plug mill; a truck mounted mixer or

a portable mechanical mixer may also be used. b) Blend Stabilized Decomposed Granite Paving mixture for a minimum

of 15 minutes prior to placing on compacted sub-surface material. c) Drop spreading of Organic Binder over graded Decomposed Granite

material is not acceptable. Mixing by roto-tilling is also not acceptable. d) Organic Binder shall not be applied during, just prior to, or

immediately following rainfall. 4. Placement:

a. General: After pre-blending, place the Stabilized Decomposed Granite Paving material onto the compacted sub-surface material. Carefully place to avoid segregation in two (2) equal two-inch (2”) lifts.

b. Grade, screed, and smooth the Stabilized Decomposed Granite Paving to desired finish grades. Allow for compaction of the material.

5. Watering: Apply water until moisture penetrates to the full depth of the Stabilized Decomposed Granite Paving. a. Water activates the Organic Binder; it is essential that the full depth of the Stabilized

Decomposed Granite Paving is saturated at this time. Apply water from a hand held hose with a spray nozzle set to coarse spray. Water pressure should not disturb the leveled Paving surface. Do not use a water truck for water distribution or a high-pressure sprayer. 1) Test for water penetration through random core inspections. After inspection

of cores, fill cored holes with Paving removed; smooth and hand tamp to match adjoining surface grades.

2) A one (1)-hour application at a rate of +/-20 GPM per 1,000 sq. ft. of surface seems to achieve the desired full depth moisture penetration.

Page 312: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-159 [SPECPRO]

3) Let watered Stabilized Decomposed Granite Paving stand between six (6) to twenty-four (24) hours until all surface water has dissipated; the Paving surface should be moist, but not wet.

6. Compacting: While the Stabilized Decomposed Granite Paving material is still thoroughly moist, compact to a minimum 90% relative compaction, or as recommended by the Engineer. Compact each area with at least four (4) passes of the compacting equipment. After compacting, screed smooth. a. Compaction should be done with a heavy lawn roller (minimum 225 pounds and

maximum 30-inch width) to achieve finish grade and initial compaction. Hand-tamp edges around benches, signposts, trash receptacles, etc. Use a heavy (1-ton minimum) small rider, after having used the lawn roller, to obtain the desired final dense, smooth uniform texture. Do not use whackers, vibratory rollers or a vibrating plate tamper; the Stabilized Decomposed Granite Paving will not harden for weeks after vibration. 1) If the Decomposed Granite Paving surface is flaky or sticks to the roller drum,

the Paving hydration level is deficient; cautiously add more water as required to achieve the Paving’s proper hydration level.

2) If the roller creates a wash board effect or rills, additional time is required to allow the Paving to achieve the proper hydration level.

7. Contaminated Areas: Do not permit Stabilized Decomposed Granite Paving to contaminate adjoining planting areas or finishes. Clean up and remove all material spilled into adjacent planting areas.

8. Grading: When surface areas have been rolled and it becomes necessary to add a thin layer of Stabilized Decomposed Granite Paving material to bring the surface to grade, the previously rolled or compacted area shall be thoroughly scarified to a depth of two-inches (2”) to provide a bond with the added Material.

9. Curing: Allow finished Stabilized Decomposed Granite Paving surface to dry completely. Set-up time varies, depending on weather conditions. a. A hot, dry climate will set up sooner than a cool, moist climate.

E. Installing Decomposed Granite (Landscape Mulch Areas): 1. Verification: Verify locations to receive Decomposed Granite (Landscape Mulch areas). 2. Lines and Levels:

a. Install Decomposed Granite true to grade, properly coinciding with adjacent Work and elevations.

b. Provide a finished Decomposed Granite surface uniform in texture and appearance. 3. Mixing and Placement:

a. Mixing: Decomposed Granite shall be thoroughly blended with water before placement. Material should be slightly moist, granular, loose and dust-free.

b. Placement: Place the Decomposed Granite material onto the compacted sub-surface material, and after installation of irrigation pressure lines, boulders, cobbles, landscape planting, etc. Carefully place in an equal (minimum) two-inch (2”) lift.

c. Avoid placing Decomposed Granite material directly at the base of the landscape plant materials. Should any Decomposed Granite material settle into the growing meristems of the planting, carefully remove material without injury to the plant material.

d. Place Decomposed Granite at specified depth into any voids between cobbles, boulders, etc., as needed.

Page 313: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-160 [SPECPRO]

e. Grade, screed, and smooth the Decomposed Granite to desired finish grades, free from rills or rake marks. Allow for nominal compaction of the material.

4. Watering: Apply water until moisture penetrates to the full depth of the Decomposed Granite to further settle the fines, clean off plant materials, cobbles, boulders, etc., and to eliminate surface dust which may have accumulated during installation. a. Apply water from a hand held hose with a spray nozzle set to coarse spray. Water

pressure should not disturb or erode the leveled finished surface. Do not use a water truck for water distribution or a high-pressure sprayer.

5. Compacting: While the Decomposed Granite Paving material is still thoroughly moist, compact as needed to settle.

6. Contaminated Areas: Do not permit Decomposed Granite to contaminate adjoining pavement areas or finishes. Clean up and remove all material as required.

3.4 FIELD QUALITY CONTROL

A. Tests: For each lift of Stabilized Decomposed Granite Paving, provide written verification as to the degree of compaction by a certified testing laboratory. Re-compact failed areas until specified compaction is achieved.

B. Testing shall be the sole financial responsibility of the Contractor.

3.5 INSPECTION

A. Finished Decomposed Granite surfaces shall be smooth, uniform and solid, with no evidence of shipping or cracking. Dried, compacted material shall be firm through the entire depth, with no spongy areas. Loose material shall not be present on the surface initially. After the first year of use, a minor amount of loose material is expected on the surface of Stabilized Decomposed Granite Paving finishes.

B. Loose Decomposed Granite material on the surface or unconsolidated crushed aggregate screenings below the surface of Stabilized Decomposed Granite Paving finishes is evidence of improper bonding due to poor mixing or insufficient watering. Test the loose material for adequate Organic Binder by wetting, then tamping, and allowing it to dry. If the material still is unconsolidated, the Organic Binder did not get mixed adequately throughout the Stabilized Decomposed Granite Paving material. If the material now is solid, initial watering was insufficient. Cracking or sponginess is evidence of excessive Organic Binder in the mix.

C. Unconsolidated Paving areas shall be excavated and replaced accordingly with new Stabilized Decomposed Granite Paving material with a high proportion of fines meeting the grading requirements above, and pre-blended with Organic Binder per the procedures listed above. Patched areas shall be wetted thoroughly and rolled smooth. Patching shall be completed prior to any surface smoothing.

D. Smoothing of Stabilized Decomposed Granite Paving: Significant irregularities shall be smoothed out prior to final acceptance of Work. Smoothing shall be accomplished by rewetting/saturating rough areas thoroughly, and then rolling the material again with a heavy

Page 314: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-161 [SPECPRO]

roller (1,000–1,500 lb. powered walk-behind roller, or small rider). Whackers are not recommended.

E. Tolerances of Stabilized Decomposed Granite Paving: 1. Depth: Final thickness of completed Stabilized Decomposed Granite Paving shall not vary

more than 1/4-inch from dimension indicated in the Contract Drawings. Measurements may be taken by means of test holes taken at random, finished surfaces. Correct any variations in the thickness beyond the allowable ½ inch by repeating the procedures listed above.

F. Width: Final width of completed Stabilized Decomposed Granite Paving shall not vary more than ½ inch from typical dimension width as indicated. Measurements may be taken at random cross sections along the finished surface.

G. Where installed, no edges of the Geotextile Filter Fabric shall be exposed.

3.6 REPAIRS AND PROTECTION

A. Damage or Defective Installation: Remove and replace Stabilized Decomposed Granite Paving that is damaged or defective, or does not meet the requirements indicated herein this Section.

B. Replacement of Stabilized Decomposed Granite Paving: If compression tests of cored samples fail to meet the specified compressive strengths as recommended by the Manufacturer, immediately remove and replace the Stabilized Decomposed Granite Paving with material conforming to the Contract Specifications.

C. Protection: Protect Decomposed Granite finishes against traffic, injury, defacement or damage (by rain or other outside force during curing period) and subsequent construction operations until Substantial Completion. Exclude traffic from Stabilized Decomposed Granite Paving for a minimum of fourteen (14) days after placement. When construction traffic is permitted, it is the Contractor’s responsibility to maintain Stabilized Decomposed Granite Paving as clean and level as possible by removing surface stains, spillage of materials as they occur, and traffic markings/grooves, etc., and to repair any damaged caused by said construction traffic.

D. Maintain Decomposed Granite finishes free of stains, discoloration, dirt, and other foreign material until Final Acceptance of Work.

3.7 CLEAN UP AND PROTECTION

A. For Work under this Section, keep Work area in a clean, orderly, and safe condition. Contractor shall remove trash caused from his Work on a weekly basis throughout the duration of the Work.

B. Protect Stabilized Decomposed Granite Paving from damage due to landscape operations, operations by other Contractors and trades, and trespassers. Maintain protection during installation and maintenance periods.

Page 315: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-162 [SPECPRO]

C. Upon completion of his Work under this Section, the Contractor shall remove rubbish, waste, debris, excess construction materials, and other items resulting from construction operations offsite as described herein this Section and directed by the Engineer. Clean all adjoining pavements, edgings/headers free from excess Decomposed Granite material.

3.8 FINAL REVIEW

A. Final Review under this Section shall be performed upon completion of the Landscape Establishment Period. Refer to Landscape Establishment Period section, for requirements.

Measurement and Payment The contract price per square foot paid for “Decomposed Granite Paving” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing paving, complete in place, including excavation, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

BID ITEM NOS. 95-96 SELF WATERING SYSTEM BID ITEM NO. 97 TREE PLANTING (36” BOX) BID ITEM NO. 98 TREE PLANTING (24” BOX) BID ITEM NO. 99 SHRUB PLANTING (15 GALLON) BID ITEM NO. 100 SHRUB PLANTING (5 GALLON) BID ITEM NO. 101 SHRUB PLANTING (2 GALLON) BID ITEM NOS. 102 & 156 SHRUB PLANTING (1 GALLON) BID ITEM NO. 103 SHRUB PLANTING (4”) BID ITEM NOS. 107 & 155 SOFT LANDSCAPING BID ITEM NO.108 ROCK MULCH

EXTERIOR PLANTING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required to make a complete Exterior Landscape Planting installation, as shown in the Contract Drawings, and as specified herein this Section.

Page 316: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-163 [SPECPRO]

B. Work under this section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Trees. 2. Shrubs. 3. Ground Covers.

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Tree and Plant Protection 2. Landscape Grading. 3. Soil Preparation. 4. Landscape Planting Accessories. 5. Landscape Establishment Period.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. ASTM – American Society for Testing Materials. 2. USDA – United States Department of Agriculture. 3. ANSI – American National Standards Institute.

B. Reference Standards: 1. An Annotated Checklist of Woody Ornamental Plants of California, Oregon, and

Washington, (Number 4091), McClintock and Leiser, Division of Agricultural Sciences, University of California, 1979.

2. American National Standard for Nursery Stock (ANSI Z60.1). American National Standards Institute, and American Association of Nurserymen, Latest edition,

3. American Joint Committee on Horticultural Nomenclature, 1942 Edition of Standardized Plant Names.

4. Hortus III, 1976 Edition, Liberty Hyde Bailey Hortorium, Cornell University. 5. The Hillier Gardener’s Guide to Trees and Shrubs, 4th Edition, 1978. 6. Manual of Cultivated Conifers, Den Ouden & Boon, 1978. 7. Datascape Guide to Commercial Nomenclature, American Nurserymen Publishing Co.,

Chicago, IL, 1994. 8. American National Standard for Tree Care Operation, Tree, Shrub, and Other Woody

Plant Maintenance (ANSI A300), American National Standards Institute, Latest Edition.

C. Definitions: 1. Plant Material(s) – Refers to living plant species, inclusive of trees, shrubs, groundcovers,

vines, ornamental grasses, cacti/succulents, espaliers, annuals, perennials, etc., as indicated in the Contract Drawings.

2. Planting Area (PA) – As denoted on the Contract Drawings, shall refer to areas to be installed with Plant Material(s), or areas where existing vegetation shall be protected.

3. Plant Height – Measurement of main body height, not measurement to branch tip. 4. Plant Spread – Measurement of main body diameter, not measurement from branch tip to

branch tip. 5. Amended Planting Backfill Mixture – Refer to Section – Soil Preparation.

Page 317: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-164 [SPECPRO]

6. Container-Grown Stock – Healthy, vigorous, well-rooted exterior plants grown in a container with well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of exterior plant required.

7. Finish Grade – Elevation of finished surface of planting soil. 8. Manufactured Topsoil – Soil produced off-site by homogeneously blending mineral soils

or sand with stabilized organic soil amendments to produce topsoil or planting soil. 9. Multi-Stem – Where three (3) or more main stems arise from the ground from a single root

crown or at a point right above the root crown. 10. Sub-grade – Surface or elevation of subsoil remaining after completing excavation, or top

surface of a fill or backfill, before placing planting soil. 11. Subsoil – All soil beneath the topsoil layer of the soil profile, and typified by the lack of

organic matter and soil organisms.

D. Measurements: 1. sq/ft: Measurement, in square-foot. 2. O.C.: Measurement used for On-Center spacing.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets.

B. Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other identification methods) and legible information on the following landscape information indicated in this Article: 1. Alphabetized List of Plant Material. 2. Description of Plant Material, for each species indicated in the Contract Drawings,

submitted in the following format:

(Provide Color Photograph of Plant Material here) (Note: Photograph shall include a person, tape measurer, or other scaled reference). Project Name: Botanical Name: Common Name:

Page 318: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-165 [SPECPRO]

Form (Multi, Standard, etc.): Container Size (as applicable:) Overall Height (provide Apical Meristem Height for Palms):

Spread: Caliper (as applicable): Quantity Required (per Contract Drawings):

Quantity Available (at supplying Nursery):

Supplying Nursery Name: Contact Name at Nursery: Nursery Address:

Nursery Phone Number: Date of Nursery Photo: Comments/Remarks:

3. The Alphabetized List of Plant Material and Description of Plant Material shall not be construed as to acceptance of the Plant Material. All Plant Material shall be subject to review and approval by the Engineer upon delivery to the Project Site.

C. Qualification data for firms and persons specified in the "Quality Assurance and Control" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and address of architects and owners, and other information specified.

D. Planting installation schedule, indicating anticipated locations and dates for each type of planting.

E. Submittals under this Article will be rejected without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if the required information is missing or not presented in the format as requested.

F. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Engineer.

1.4 QUALITY ASSURANCE AND CONTROL

A. Installer Qualifications: 1. Requirement: Valid California C-27 (Landscaping Contractor) License. 2. Engage an experienced Installer who has demonstrated completed landscaping work

similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment.

3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping installations under this Section are in progress.

Page 319: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-166 [SPECPRO]

B. Plant Material: Provide quality, size, genus, species, and variety of Plant Material indicated, complying with applicable requirements of ANSI Z60.1 "American Standard for Nursery Stock." 1. Selection of Plant Material purchased under allowances will be made by the Owner, who

has the option to tag Plant Material stock at their place of growth before they are prepared for transplanting.

2. At least one (1) plant of each Plant Material species delivered to the Project Site shall have an identification tag from supplying nursery showing botanical and common name of the plant as identified in the Contract Drawings. Engineer shall be provided the opportunity for an on-site debriefing by the Contractor that identifies the size and specific type of Plant Material upon delivery.

3. Incorrect Planting Materials: a. Replace, at no cost to Owner, Plant Material that is revealed during the course of the

Contract as to being untrue to the species indicated in the Contract Drawings and reviewed accordingly under this Section.

b. Provide replacements equal to the size and quality to match the planted materials at the time the untrue species is discovered.

4. Replacement of Plant Material: Refer to the Guarantee Article indicated herein this Section.

C. Observation: Engineer may observe Plant Materials at either their place of growth or at the site before or after planting, for compliance with requirements for genus, species, variety, size and quality. Engineer also retains right to observe Plant Material further for size and condition of root balls, trunks, branches, and crowns; insects; pests; disease; weeds; injuries, and latent defects. Engineer reserves the right to reject unsatisfactory and/or defective Plant Material at any time during progress of Work. Contractor shall remove rejected Plant Material immediately from Project site.

D. Regulatory Requirements: 1. Contractor shall meet the requirements of applicable laws, codes, and regulations as

required by the authorities having jurisdiction over the Work. 2. Provide for inspections and permits by Federal, State, and Local authorities in furnishing,

transporting, and installing materials.

E. Permits, Fees, Bonds, and Inspections: Contractor shall arrange and pay for permits, fees, bonds, and inspections necessary to perform and complete Work under this Section.

F. Plant Material Review and Selection (Tagging): 1. At the discretion of the Engineer, Plant Material will be subject to review, photographed,

and selected/tagged by the Engineer at the nursery, or other place of growth, prior to delivery to the Project Site. Contractor shall verify with the Engineer if tagging operations are required.

2. Selecting/Tagging of Plant Materials at the nursery or place of growth does not cancel the right of the Engineer to reject Plant Materials at the Project Site, if damaged or unacceptable conditions are found that were not detected at the nursery, place of growth, or in the submitted photographs.

G. Plant Material Delivery: Plant Material shall be delivered with original Plant Material tagging materials set in place, as selected and marked by the Engineer at the nursery or place of growth.

Page 320: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-167 [SPECPRO]

Contractor shall notify Engineer upon delivery of Plant Material for review of stock and tagging materials. Plant Materials delivered without original tagging materials, or with broken, damaged, or altered tagging materials, shall be subject to rejection by the Engineer. Rejected Plant Material shall be removed immediately.

H. Pre-installation Conference: Conduct conference at Project Site

I. Protection of Existing Plant Material: 1. Refer to Requirements specified Tree Protection and requirement in the general

specificaiton. 2. It is the intent of the Contract Documents that certain existing Plant Materials shall be

retained. Prior to the removal of any Plant Materials, the Contractor shall confer with the Engineer to determine which Plant Materials are to remain.

3. All existing Plant Materials which are to remain in the project shall be tagged and identified by the Contractor prior to start of Work.

4. Contractor shall be responsible for Plant Materials that are designated to remain. Damage to any Plant Materials which results in death or permanent disfiguration of said Materials shall result in compensation outlined in Tree Protection section. The Engineer shall be the sole judge of the condition of the Plant Materials.

5. Existing Plant Materials designated to remain shall be protected at all times from damage by construction activity (tools, materials, equipment, personnel, etc.). Damage by the Contractor to existing Plant Materials shall be repaired at the Contractor’s expense to the satisfaction of the Owner, as directed by the Engineer.

6. Contractor shall insure that no foreign material and/or liquid, such as paint, concrete, cement, oil, turpentine, acid or the like, be deposited or allowed to be deposited on soil within the drip line (the outside edge of the foliage overhang) of any Plant Material. Do not store construction materials, debris, or excavated material within drip line of existing Plant Material. Should any such poisoning of the soil occur, the Contractor shall thoroughly remove said soil as directed by the Engineer and replace with acceptable soil at no additional cost to Owner.

7. Excavation adjacent to existing Plant Materials: Where it is necessary to excavate in close proximity to the drip lines of existing Plant Materials, all possible caution shall be exercised to avoid injury to roots and trunk. Excavation close to Plant Materials shall be done by hand, with narrow-tine spading forks or other approved tools to comb soil to expose roots. Tunnel under roots two-inches (2”) and larger in diameter. Cutting of roots two-inches (2”) and larger shall be only on the approval of the Engineer.

8. Replacement of Damaged Plant Material: Replace existing Plant Material to remain as required, hat are damaged by Contractor during construction with accepted Plant Material of the same species, size, and quantity as those damaged, at no additional cost to Owner. Owner shall be the sole judge as to the extent of the damage and the value of said damaged Plant Material.

1.5 DELIVERY, STORAGE, AND HANDLING

A. General: Do not prune Plant Material before delivery, except as approved by the Engineer. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other

Page 321: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-168 [SPECPRO]

handling and tying damage. Do not bend or bind-tie Plant Material in such a manner as to destroy natural shape. 1. Immediately after digging field-grown Plant Materials, pack root systems in wet straw,

hay, burlap, or other suitable material to keep root system moist until final planting installation.

2. Deliver freshly dug field-grown Plant Materials with firm, natural balls of earth of sufficient depth to include fibrous and feeding roots, meeting or exceeding requirements of ANSI Z60.1 for root ball diameter.

B. Handling Plant Materials: 1. Handle balled and burlap Plant Material stock by the root ball. 2. Handle container-grown Plant Materials only by their containers. 3. DO NOT handle Plant Materials by their trunks or stems. 4. DO NOT drop any Plant Materials. 5. DO NOT bind or handle Plant Materials with wire or rope. 6. Pad trunk and branches of Plant Materials whenever using hoisting cables, chains, or straps. 7. Should the Contractor engage in handling any Plant Material(s) by any unacceptable

method(s), the Engineer shall reserve the right to reject any of the mishandled Plant Material(s). The Contractor shall replace rejected Plant Material(s) with approved Plant Material(s), at no additional cost to the Owner.

C. Delivery: Provide protective covering during delivery. Deliver Plant Material only after preparations for planting have been completed and install immediately. If planting is delayed more than six (6) hours after delivery, set Plant Materials in shade, protect from weather and mechanical damage, and keep roots moist. Anchor plants to prevent damage from winds. 1. Heel-in bare-root Plant Material stock. Soak roots in water for two (2) hours prior to

planting. 2. Set balled Plant Material stock on ground and cover ball with soil, peat moss, sawdust, or

other acceptable material. 3. DO NOT remove container-grown Plant Material stock from containers before time of

planting. 4. Water root systems of Plant Material stored on site with a fine-mist spray. Water as often

as necessary to maintain root systems in a moist condition.

1.6 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. Acceptance: Do not install Plant Materials prior to acceptance of finish grades and installation of irrigation system.

B. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

C. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease planting operations and notify Engineer for further direction.

Page 322: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-169 [SPECPRO]

D. Construction Site Observations: Engineer may observe installation Work herein this Section at Project Site for compliance with requirements for type, size, and quality. Engineer retains right to observe installation of products and materials for defects and to reject unsatisfactory or defective product, material, or installation at any time during progress of Work. Contractor shall remove rejected Work immediately from Project site. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

1.7 PROJECT SITE CONDITIONS

A. General: Installation of Plant Materials shall be performed only during the time of day and during seasons when satisfactory results can be expected, unless authorized by the Engineer.

B. Climate Restrictions: Do not install Plant Materials during rainy or inclement weather.

1.8 SUBSTITUTIONS

A. Consideration: Plant Materials to be considered equal to the Plant Materials indicated herein this Section shall be reviewed by the Engineer. Plant Materials with equal performance characteristics may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, or intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor. 1. Substituted Plant Materials shall be true to species and variety and shall conform to

measurements specified, except that plants larger than specified may be used if accepted. If larger Plant Materials are accepted, increase the ball of earth in proportion to the size of the plant, as required. Plant Materials overgrown for their container size will be rejected.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Plant Materials substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

D. Contract Price: Substituted Plant Materials under this Section shall not increase the Contract price.

1.9 WARRANTY

A. General: The Warranty indicated herein in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract, and shall be in addition to, and run concurrent with, other guarantees or warranties made by the Contractor under requirements of the Contract Documents.

Page 323: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-170 [SPECPRO]

B. Warranty: Contractor shall warrant living Plant Materials under this Section for a period of one (1) year after date of Substantial Completion. Warrant against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by the Owner; abnormal weather conditions unusual for the Warranty Period; or incidents which are beyond the Contractor's control.

C. Replacement of Plant Material: 1. Replace Plant Materials exhibiting conditions which are determined to be unacceptable due

to workmanship by the Contractor, at no cost to the Owner, per the direction of the Engineer.

2. Remove and replace dead or dying Plant Material immediately unless required to plant in the succeeding planting season.

3. Contractor shall be held responsible for a maximum of two (2) replacement of each failed Plant Material after Final Acceptance during the Warranty Period. a. Closely match replacements to adjacent specimens of the same species. Apply

requirements of this Specification to replacements.

1.10 FINAL ACCEPTANCE AND LANDSCAPE ESTABLISHMENT PERIOD

A. Refer to Landscape Establishment Period section of this Special Provisions.

PART 2 - PRODUCTS

2.1 GENERAL REQUIREMENTS FOR PLANT MATERIAL

A. Immediately upon award of Contract for Work in this Section, the Contractor shall locate and purchase or hold for purchase plant material as required. 1. Contractor shall verify with Engineer of Plant Material that has been nursery “contract

grown” by the Owner for use of Work under this Contract. 2. Contractor shall review the condition of the Plant Material with Engineer at the nursery

maintaining the Plant Material prior to delivery, and when delivered to the Project Site.

B. Quality: Plant Materials shall have a growth habit typical for each variety and species indicated in the Plant List (as detailed on the Contract Drawings). 1. All Plant Materials shall be superior grade nursery stock, symmetrical, with tightly knit

branching, so trained or favored in development and appearance in form, number of branches, compactness and symmetry, healthy, and vigorous in growth, as reviewed and determined by the Engineer.

2. Plant Materials shall be free from insect pests, eggs and larvae, plant diseases, sun scalds, fresh bark abrasions, excessive abrasions, windburn, salt burn, weeds, or other disfigurements or conditions, as reviewed and determined by the Engineer.

3. Plant Material shall be subject per the California State Department of Agriculture’s Regulations for Nursery Inspections of Rules and Grading.

Page 324: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-171 [SPECPRO]

4. Growing Conditions: Plant Materials shall be nursery-grown in accordance with good horticultural practices under climatic conditions similar to those of project unless otherwise specifically authorized.

C. Container Stock (excluding annuals) shall be grown in boxes or containers in which delivered for at least one (1) growing season, but not over two (2) years. Plant Material grown in boxes or containers shall be cultivated during this time to permit full rooting within the specified box or container to bind the planting soil, but not so long as to create a “root-bound” condition. 1. Plant Material shall be completely free of circling, kinked or girdling trunk surface and

center roots, and show no evidence of a pot-bound condition. 2. No boxed nor container Plant Material shall be planted which have cracked or broken balls

of earth when separated from their boxes or containers. 3. No Plant Material shall be planted with damaged roots, broken root balls, or which are

found to be “root-bound” when separated from their containers.

D. Pruning: 1. Do not prune Plant Materials unless directed by the Engineer. 2. Pruning of Plant Material as grown at the nursery shall conform to ANSI A300 standards. 3. Consult with Engineer for pruning Plant Materials after delivery and installation.

E. Measurements: Measure Plant Material according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. 1. Take caliper measurement at a point on the trunk six-inches (6”) above natural ground line

for trees up to four-inches (4”) in caliper (at a point twelve-inches (12”) above the natural ground line for trees over four-inches (4”) in caliper). a. Measure foliage across mean foliage dimension when branches are in their normal

upright position. b. For trees to be supplied in “raised up” condition, foliage origin along main trunk

shall be measured from soil line after installation. c. Height and spread dimensions specified refer to main body of plant and not branch

tip to tip. Properly trimmed plants shall measure the same in any direction. If a plant is unevenly grown, it shall be classified in the size category of the smallest dimension.

2. Size Range: If a range of size is given, do not use Plant Materials less than the minimum size. The measurements specified are the minimum size acceptable and are the measurements after pruning, where pruning is required. Plant Materials that meet the measurements specified, but do not possess a normal balance between height and spread shall be rejected.

F. Field Dug Stock: Prior to digging of field-grown Plant Materials, insure that excess loose fill resulting from cultivation around trunks/stems and over roots be removed down to natural finish grade at crown of Plant Materials. During digging, verify that size of tree spade or other equipment is adequate to encompass the actively growing root zone of all Plant Materials. Plant Materials which, after digging, show mostly large fleshy roots and few fibrous roots, will be rejected.

G. Condition of Root Systems: Plant Materials must prove to be completely free of circling, kinked or girdling trunk surface and center roots and show no evidence of a root-bound condition. Upon

Page 325: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-172 [SPECPRO]

inspection by Engineer at the job site, if five-percent (5%) or more of the plants of each species are found to contain kinked, circling or girdling roots, all plants of that species shall be rejected.

H. Unacceptable Trees: Trees that have damaged, broken, pruned, or crooked leaders will be rejected. Trees having a main leader shall not have been headed back. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over 3/4 in. which have not completely callused will be rejected.

2.2 SHADE AND FLOWERING TREES

A. Shade and Flowering Trees: Single-stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, conforming to ANSI Z60.1 for type of trees required, subject to review and acceptance by the Engineer. Container-grown trees will be acceptable and shall be subject to meeting ANSI Z60.1 limitations for container stock. 1. Branching Height: 1/2 of tree height, unless otherwise indicated on Contract Drawings.

B. Small Trees: Small upright or spreading type, branched or pruned naturally according to species and type, and with relationship of caliper, height, and branching recommended by ANSI Z60.1, subject to review and acceptance by the Engineer. Container-grown trees will be acceptable and shall be subject to meeting ANSI Z60.1 limitations for container stock. 1. Form: As indicated on the Contract Drawings for individual selected species.

2.3 SHRUBS

A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of Shrub, subject to review and acceptance by the Engineer. Container-grown Shrubs will be acceptable in lieu of balled and burlapped. 1. Container-grown Shrubs shall be subject to meeting ANSI Z60.1 limitations for container

stock, and other requirements as indicated on the Contract Drawings.

2.4 BROADLEAF EVERGREENS

A. Form and Size: Normal-quality, well-balanced, well-rooted , broadleaf evergreens, of type, height, spread, and shape required, subject to review and acceptance by the Engineer. 1. Container-grown broadleaf evergreens shall be subject to meeting ANSI Z60.1 limitations

for container stock, and other requirements as indicated on the Contract Drawings.

2.5 GROUND COVERS

A. Provide ground covers full, established, and well-rooted in removable flats, containers, or integral peat pots, and with not less than the minimum number and length of runners required by ANSI Z60.1 for the container size indicated, and other requirements as indicated on the Contract Drawings, subject to review and acceptance by the Engineer.

Page 326: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-173 [SPECPRO]

PART 3 - EXECUTION

3.1 EXAMINATION

A. NO WORK UNDER THIS SECTION SHALL COMMENCE UNTIL SUBMITTALS UNDER THIS SECTION HAVE BEEN REVIEWED ACCORDINGLY BY THE ENGINEER.

B. Prior to commencing Work under this Section, Contractor shall examine previously installed Work from other trades and verify that such Work is complete and to the point where Work herein may commence properly. Do not proceed with Work until unsatisfactory conditions have been corrected.

C. Installation practices of the Plant Materials shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practices, as judged by the Engineer. 1. Soil moisture levels prior to planting shall be no less than seventy-five-percent (75%) of

field capacity. The determination of adequate soil moisture for planting shall be in the sole judgment of the Engineer, and their decision shall be final. a. If the soil moisture level is found to be insufficient for planting installation, planting

pits shall be filled with water and allowed to drain before commencing planting operations.

b. Any planting area that may become compacted in excess of eighty-five-percent (85%) relative compaction (due to construction operations or other activities during the Contract) shall be tilled and thoroughly cross-ripped to a minimum depth of nine-inches (9”) to alleviate the condition, taking care to avoid all existing subsurface utilities, drainage, etc.

c. Do not commence planting installation prior to acceptance of Section – Soil Preparation.

D. Contractor shall notify the Engineer, in writing, on the anticipated commencement date and length of duration of the landscape installation.

E. Preparation of Planting Installation: Lay out individual Plant Material locations and areas for multiple plantings. Stake locations, outline areas, and gain the Engineer’s acceptance prior to commencing physical planting installation. Contractor shall make minor adjustments to the planting layout as required, per the direction of the Engineer.

F. No more Plant Materials shall be distributed in the planting area on any day than can be installed and watered on that day. Plant Materials shall be planted and watered immediately after the removal of their containers, as applicable.

G. Contractor shall protect existing and new improvements and systems installed prior to planting installation. Maintain protection in place until completion of Work and Landscape Establishment Period.

H. Finish Grades for planting areas shall have been established prior to Work under this Section. Verify that grades are within one-inch plus or minus (1”+/-) of the required finish grade, and that

Page 327: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-174 [SPECPRO]

all proper soil amendments and fertilizers have been furnished and installed accordingly as specified in Section - Soil Preparation of this Special Provisions. 1. Maintain positive surface drainage of all planted areas throughout the duration of the

Contract.

I. Pre-Planting: Where Plant Materials are to be pre-planted to permit site improvements to be installed around them, Contractor shall be responsible for the accurate layout and placement of those Plant Materials, as measured to their centerlines. Confirm designated pre-planting operations with Engineer prior to commencing Work. Contractor shall also be responsible for the protection of pre-planted Plant Materials while other Work is taking place around them. Provide regular irrigation, as necessary, prior to installation and functioning of self-watering systems.

3.2 EXCAVATION FOR PLANT MATERIAL

A. General: Upon completion of applicable pre-planting soil preparation requirements indicated in Section – Soil Preparation, excavate planting hole(s) for Plant Material with scarified vertical sides, with the bottom of the excavated hole slightly raised and compacted at the center to assist drainage and to minimize settlement of the Plant Material. Excavate holes according to the spacing alignment (i.e. hedge spacing, grid spacing, triangular spacing, etc.) and the on-center (O.C.) spacing intervals (i.e. 24” O.C. etc.) indicated on the Contract Drawings. Loosen any hard subsoil in the bottom of the excavation where evident, and remove all rocks greater than one-half-inch (1/2”) in diameter, trash, debris, etc. Retain the excavated soil for use as part of the Amended Planting Backfill Mixture (as indicated in Section - Soil Preparation). 1. Container-Grown Plant Material:

a. Excavate the planting hole to the width and depth indicated on the Contract Drawings. Depth of the planting hole includes the depth indicated for the compacted setting layer at the bottom of the excavation, where the top of the plant’s root collar is one-inch (1”) higher than finished grade or as further directed by the Engineer:

b. Compacted Setting Layer: Provide a crown of a minimum six-inch (6”) depth of native planting soil.

c. Where Tree Root Aeration Unit(s) are indicated, (per Landscape Planting Accessories of this Special Provisions), provide further excavation in the planting hole by auger to the required minimum depth for installation of the Tree Root Aeration Unit assembly.

B. Obstructions: Notify the Engineer immediately if unexpected rock, debris, contaminants, obstructions, or other items that are detrimental to the healthy sustained growth of Plant Material is encountered in the excavation process. 1. Hardpan Layer: If encountered, drill six-inch (6”) diameter holes into free-draining strata

or to a depth of ten-feet (10’), whichever is less, and backfill with free-draining material.

C. Drainage: Notify the Engineer if subsoil conditions show evidence of unexpected water seepage or retention in planting holes.

3.3 PLANTING PLANT MATERIAL

Page 328: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-175 [SPECPRO]

A. Container-Grown Plant Material: Set Container-Grown Plant Material plumb and in the center of the excavated planting hole, with top of the root ball raised above adjacent finish grade as indicated. Set Container-Grown Plant Material in the proper spacing and/or alignment(s) as indicated on the Contract Documents, or as further directed at the Project Site by the Engineer. 1. For plastic container stock (4” pot, 1-gallon, 5-gallon, 15-gallon, etc.), carefully remove

the plant container prior to setting the plant in the excavated hole so as not to damage root ball. Tip container to horizontal position and shake carefully to remove Plant Material. Support root ball during installation to prevent cracking or shedding of soil.

2. Set the Plant Material stock on the specified setting layer of compacted native soil, with the top of root ball set one-inch (1”) above the finished grade to allow for settlement of the Plant Material within the excavated planting hole. Provide the orientation of the Plant Material that is confirmed and accepted by the Engineer. During the process of determining an acceptable orientation of the plant material, carefully handle the Plant Material by its container; avoid handling the Plant Material by its trunk. a. Plant Material with a damaged root ball upon removal of the container, or if the root

ball fails to thoroughly hold the soil as it is removed from the container, or if the plant is mishandled or damaged during planting operations, shall be rejected.

3. For wooden boxed container stock, carefully set whole boxed container of the Plant Material stock on the specified setting layer of compacted native soil, with the top of root ball set one-inch (1”) above the finished grade to allow for settlement of the Plant Material within the excavated planting hole. Provide the orientation of the Plant Material that is confirmed and accepted by the Engineer. During the process of determining an acceptable orientation, carefully handle the Plant Material by its container; avoid handling the Plant Material by its trunk or branches. Once orientation is accepted, remove the steel strapping and the sides of the wooden container so as not to damage the root ball or any part of the plant. Do not remove the bottom of the wooden container. Discard sides. a. Plant Material with a damaged root ball upon removal of the container, or if the root

ball fails to thoroughly hold the soil as it is removed from the container, or if the plant is mishandled or damaged during planting operations, shall be rejected.

4. Scarification: After removing container from plant, scarify the sides of the root ball to a depth of one-inch (1”) at four (4) to six (6) equally-spaced locations around the perimeter of the root ball or at twelve-inch (12”) intervals on sides of wooden boxed container stock. Cut and remove circling roots over 3/8 in. diameter.

5. Prepare the Amended Planting Backfill Mixture: Amend each cubic yard (cu/yd) of native soil excavated from the planting hole by incorporating and thoroughly mixing/blending the following: a. ¼ yard of Bulk Composted Organic Soil Amendment Material. b. ½ pound of Granular Soil Conditioning Material & Fertilizer. c. Add Mycorrhizal Inoculum to the excavated native soil, per the Manufacturer’s

latest printed instructions. 1) Pending the results of the Agronomic Soil Fertility Report, the Amended

Planting Backfill Mixture may be modified accordingly to include additional soil amendments or fertilizers (gypsum, iron, potash, etc.) or the ratios as indicated in the Mixture indicated above may be modified. a) The cost of providing modifications to the Amended Planting Soil

Backfill Mixture (as recommended through the Agronomic Soil Fertility Report and as directed by the Engineer) shall be borne by the Contractor.

Page 329: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-176 [SPECPRO]

6. Install the Tree Root Aeration Unit(s) prior to backfilling operations, as required (per Landscape Planting Accessories).

7. In areas where indicated on the Contract Drawings, install the Deep Watering Bubblers as part of the irrigation system.

8. Backfilling the excavated planting hole: a. Place the Amended Planting Backfill Mixture around the root ball in the excavated

planting hole. Place the Mixture in six-inch (6”) lifts, tamping each lift accordingly to settle the Mixture and eliminate voids and air pockets. Foot tamp the backfill, as required.

b. Maintain the plant plumb while working the Mixture around the root ball. When the planting hole is approximately half-backfilled, water thoroughly before placing the remainder of the Mixture.

c. Add the Fertilizer Tablets and other amendments as required, at the prescribed application rates indicated herein this Article or if not indicated, per the Manufacturer’s instructions.

d. Place the final layers of the Mixture, tamping accordingly, to the top of the root ball. Do not place the Mixture on top of the root ball.

e. Dish and tamp top of the Mixture to form a three-inch (3”) deep watering basin centered on the Plant Material’s trunk to the rim width of the planting hole. Do not cover the top of the root ball with the backfill mixture.

f. Thoroughly mix together water and Plant Vitamin/Hormone Stimulant in application ratio as recommended by Stimulant Manufacture. Apply liquid matrix in sufficient quantity to thoroughly saturate the basin to settle the Mixture, and to eliminate voids and air pockets. Should any portions of the root mass be exposed, add additional Mixture as needed to thoroughly cover the root mass.

9. Mulching: Apply mulch in watering basins as indicated on the Contract Drawings. Refer to Landscape Planting Accessories section of this Special Provisions for type and requirements.

B. Plant Settling and Orientation: Plant Material that has settled deeper than the surrounding grade shall be excavated and raised to the correct level, to the satisfaction of the Engineer. Plant Material installed without direction and/or approval as to its proper orientation shall be subject to excavation and acceptable orientation, to the satisfaction of the Engineer.

C. Fertilizer Tablet(s) Application Rate: Refer to Section - Soil Preparation of these Special Provision.

3.4 PLANTING GROUND COVERS

A. General: Upon completion of applicable pre-planting soil preparation requirements indicated in Section - Soil Preparation of these Special Provisions, excavate planting hole(s) for Ground Covers with scarified vertical sides, with the bottom of the excavated hole slightly raised and compacted at the center to assist drainage and to minimize settlement of the Plant Material. Refer to requirements indicated in Part III of this Section for Excavation. 1. Plant Settling: Plant Material that has settled deeper than the surrounding grade shall be

raised to the correct level.

Page 330: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-177 [SPECPRO]

B. Excavate holes according to the spacing alignment (i.e. triangular spacing, etc.) and the on-center (O.C.) spacing intervals (i.e. 24” O.C. etc.) indicated on the Contract Drawings. Loosen any hard subsoil in the bottom of the excavation where evident, and remove all rocks greater than one-half-inch (1/2”) in diameter, trash, debris, etc.

C. Obstructions: Notify the Engineer immediately if unexpected rock, debris, contaminants, obstructions, or other items that are detrimental to the healthy sustained growth of Plant Material is encountered in the excavation process.

D. Ground Covers: Follow applicable planting requirements per Articles 3.02 and 3.03 indicated herein this Section. 1. Carefully set root mass into excavated hole, spreading roots, and backfill with planting soil. 2. Add Fertilizer Tablets and other amendments, as required, within backfill. 3. Work soil around roots to eliminate air pockets, and provide a slight saucer indentation

around plants to retain surface water. 4. Water thoroughly after planting, taking care not to cover plant crowns with wet soil.

3.5 INSTALLATION OF PLANTING CONTAINERS

A. Locate Planting Container(s) accordingly in the designated location(s) per the Contract Drawings.

B. Level and plumb Container(s) accordingly for drainage and irrigation, as required.

C. Cover bottom holes of Planting Container (if any) with Geotextile Filter Fabric, as required. Place at least a four-inch (4”) layer of Drainage Rock in the bottom of the Planting Container. Cover top of Rock with Geotextile Filter Fabric, and continue up sides of Planting Container to within six-inches (6”) of top of Container.

D. Install Tree Root Aeration Unit Assembly, as required.

E. Partially-fill the Planting Container with specified Planting Container Soil Mixture in six-inch (6”) lifts, as needed, and tamp accordingly to provide a relatively-firm setting layer of compacted Mixture, allowing for the top of Plant Material root ball to be set approximately one-inch (1”) above the finished grade in the Planting Container, allowing for settlement of the Plant Material. Provide orientation and layout of Plant Material in the Container that is confirmed and accepted by the Engineer.

F. Continue to place the Planting Container Soil Mixture in six-inch (6”) lifts, carefully working around the root ball(s), and tamping each lift accordingly to settle the Mixture and eliminate voids and air pockets. 1. Add the Fertilizer Tablets and other amendments, as required, at the prescribed application

rates indicated herein this Article or if not indicated, per the Manufacturer’s instructions, once the Container is half-filled with the Mixture.

G. Continue backfilling operations in lightly compacted layers to an elevation of one-inch (1”) inch below the top of planter, allowing natural settlement. Do not place the Mixture on top of the root ball.

Page 331: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-178 [SPECPRO]

1. Maintain the plant plumb while working the Mixture around the root ball.

H. Thoroughly mix together water and Plant Vitamin/Hormone Stimulant in application ratio as recommended by Stimulant Manufacture. Apply liquid matrix in sufficient quantity to thoroughly saturate the Planting Container Soil Mixture, and to eliminate voids and air pockets. Should any portions of the root mass be exposed, add additional Mixture as needed to thoroughly cover the root mass.

I. Mulching: Apply Mulch in Container as indicated on the Contract Drawings.

3.6 PRUNING PLANT MATERIAL

A. At no time shall Plant Material be pruned, trimmed, thinned, shaped, or topped prior to delivery. Pruning, trimming, thinning, shaping, or topping of Plant Material shall be only conducted on the Project Site, and under the presence and direction of the Engineer or approved Certified Arborist. Plant Material that has been pruned and delivered to the Project Site without prior approval by the Engineer or an approved Certified Arborist will be rejected.

B. When directed by the Engineer or an approved Certified Arborist, Contractor shall prune, thin, and shape plant material, according to standard horticultural practice, to preserve the natural character of the Plant Material. 1. Pruning and remedial work shall be done per ANSI A300. 2. Prune trees to retain required height and spread. Do not cut tree leaders; remove only

injured or dead branches from trees. 3. Prune shrubs accordingly to retain natural character. 4. Provide pruning, cabling and bracing, irrigation, pest and disease control and other

remedial treatments as recommended to assure the long-term health of the trees and existing vegetation, and the safety of persons and property.

5. Newly planted trees shall be pruned near the termination of the Landscape Establishment Period, per the direction of the Engineer, as required.

3.7 CLEAN UP AND PROTECTION

A. During installation operations, keep Work area in an orderly and safe condition. Contractor shall remove trash caused from his Work on a weekly basis throughout the duration of the Work.

B. Protect landscaping from damage due to landscape operations, operations by other Contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed.

C. Upon completion of his Work under this Section, the Contractor shall remove rubbish, waste, debris, excess construction materials, surplus soil and other items resulting from construction operations and legally dispose of it off the Owner’s property.

D. Scars, ruts, or other marks in the ground caused by the Contractor’s Work shall be repaired.

Page 332: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-179 [SPECPRO]

E. Remove equipment and implements of service, and leave the entire Project Site area in a neat, clean, and Owner-approved condition.

F. Labels: Remove all nursery-type labels, flags, and or identification markings from Plant Materials.

3.8 FINAL REVIEW

A. Final Review under this Section shall be performed upon completion of the Landscape Establishment Period. Refer to Landscape Establishment Period, for requirements.

LANDSCAPE PLANTING ACCESSORIES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required to make a complete exterior Landscape Planting Accessories installation, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Mulches (wood products). 2. Mulches (rocks). 3. Tree Root Aeration Units (a.k.a. Tree Chimney’s). 4. Root Control Barriers. 5. Stakes. 6. Miscellaneous Materials (Herbicides, Vitamin Stimulant/Root Hormone, etc.).

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Landscape Grading. 2. Decomposed Granite Paving. 3. Concrete Paving. 4. Soil Preparation. 5. Exterior Plants. 6. Landscape Establishment Period.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. ASTM - American Society for Testing and Materials. 2. ANSI – American National Standards Institute.

Page 333: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-180 [SPECPRO]

B. Definitions: (Not Used).

C. Measurements: 1. PSI: Measurement, in pounds per square inch. 2. CU/FT: Measurement, in cubic-foot. 3. PPM: Measurement, in parts per million.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets, and four (4) sets of Material Samples for review by the Engineer.

B. Submittal Booklets: Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified and legible (through yellow highlighter or other specific identification methods) information indicated herein this Article.

C. Product/Material Data. Submit available product/material literature (including color charts) supplied by manufacturer’s, indicating that their products comply with specified requirements. Provide manufacturing source (name, address, and telephone number), and distributor source (name, address, and telephone number) for each type of product/material.

D. Material Samples: For each type of material specified herein, provide Material Samples for review by the Engineer. Include the full range of exposed color and texture expected in the completed Work. Provide Material Samples bound and individually wrapped in re-sealable labeled plastic bags (as applicable): 1. 0.50 cubic foot of Landscape Mulch Material (Wood Chip Mulch). 2. One (1) two-foot (2’-0”) long section of Tree Root Aeration Unit assembly. 3. One (1) two-foot (2’-0”) long sample of Root Control Barrier. 4. One (1) set of Tree Tying/Staking Materials for each type used, as applicable. 5. One (1) set of Tree Guying Materials for each type used, as applicable.

E. Scaled Shop Drawings: Not Required.

F. Field-Constructed Mock-ups: Not Required.

G. Qualification Data: Submit names for firms and persons specified in the “Quality Assurance and Control” Article to demonstrate their capabilities and experience on similar Landscape Planting Accessories installations.

H. Submittals under this Article will be rejected and returned without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if all of the required information is missing or not presented in the format as requested. Partial Submittals will not be accepted.

I. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Engineer.

Page 334: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-181 [SPECPRO]

1.4 QUALITY ASSURANCE AND CONTROL

A. Installer Qualifications: 1. Requirement: Valid California C-27 (Landscaping Contractor) License. 2. Engage an experienced Installer who has completed Landscape Planting Accessories work

similar in material, design, and extent to that indicated for this Project and with a record of successful installation.

3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that installations under this Section are in progress.

B. Observation: Engineer may observe installation of Landscape Planting Accessories at Project Site for compliance with requirements for type, size, and quality. Engineer retains right to observe Landscape Planting Accessories for defects and to reject unsatisfactory or defective material at any time during progress of Work. Contractor shall remove rejected Accessories immediately from Project site.

C. Manufacturer’s Directions: Follow Manufacturer’s directions and drawings in cases where the Manufacturers of articles used in this Section furnish directions covering points not shown in the Contract Drawings and Contract Specifications.

D. Permits, Fees, Bonds, and Inspections: Contractor shall arrange and pay for permits, fees, bonds, testing services, and inspections necessary to perform and complete Work under this Section.

E. Single-Source Responsibility: Obtain each color, type, and variety of products/materials from a single source with resources to provide products/materials of consistent quality in appearance and physical properties without delaying Work.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Provide new, unused materials indicated under this Section. Store and secure properly to prevent theft or damage. Deliver and store perishable material in original, unopened packaging. It is the responsibility of the Contractor to install “factory condition” Units.

B. Damaged Materials: Be responsible for all damage or disfiguration of Work until Final Acceptance. Remove off site and replace at no additional cost to Owner all damaged or rejected materials.

C. Deliver materials so as to not delay Work, and install only after preparations for installation have been completed.

1.6 COORDINATION, SCHEDULING, AND OBSERVATIONS

A. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

Page 335: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-182 [SPECPRO]

B. Excavation: When conditions detrimental to installing Landscape Planting Accessories are encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease installation operations and notify Engineer for further direction.

C. Field Measurements: Contractor shall take field measurements as required. Report major discrepancies between the Contract Drawings and field dimensions to the Engineer prior to commencing Work.

D. Installation: Perform installation of Landscape Planting Accessories only when weather and soil conditions are suitable in accordance with locally accepted practices.

E. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements for type, size, and quality. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective material at any time during progress of Work. Contractor shall remove rejected materials immediately from Project site. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

1.7 SUBSTITUTIONS

A. Consideration: Materials to be considered equal to the Materials indicated herein this Section shall be reviewed by the Engineer. Materials with equal performance characteristics produced by other Manufacturer’s and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Materials substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

D. Contract Price: Substituted Materials under this Section shall not increase the Contract price.

1.8 LANDSCAPE ESTABLISHMENT PERIOD

A. Refer to Landscape Establishment Period, for requirements under this Article. 1. During the duration of the Landscape Establishment Period, continuously maintain

Landscape Planting Accessories by tightening, holding plumb, and/or repairing Staking and/or Guying supports, providing adequate depths and coverage requirements of Landscape Mulching Materials, monitoring drainage within Tree Root Aeration Units, hold Edging Materials true and in proper alignments, and other requirements, as required, to

Page 336: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-183 [SPECPRO]

establish healthy, viable landscape planting materials until Final Acceptance of Work is granted.

PART 2 - PRODUCTS

2.1 LANDSCAPE MULCH MATERIALS

A. Wood Chip Mulch: Wood Chip Mulch, free from deleterious materials, debris, and weed seed. Suitable as a top dressing of trees, shrubs and groundcovers, consisting of following: 1. Type: Wood chip cedar, redwood, fir, or hardwood commercial wood bark products,

composted with humus and leaf materials. Wood Chip Mulch shall be graded and to average dimensions of half-inch (0.5”) to one-inch (1”) in length, and flat in cross-section. a. Minimum organic matter content at 80%. b. pH between 5.0 and 8.0. c. Salt content shall be less than 4 millimho/cm @ 25 ˚ C. on a saturated paste extract. d. Boron content of the saturated extract shall be less than 1.0 parts per million. e. Calcium carbonate shall not be present. f. Carbon:Nitrogen ratio is less than 100:1. g. Compost shall be aerobic without malodorous presence of decomposition products. h. Maximum particle size shall be 1 inches. i.

Maximum Total Permissible Pollutant Concentrations (in parts per million (PPM)) on a dry weight basis: Arsenic 20 ppm Molybdenum 30 ppm Cadmium 15 ppm Nickel 50 ppm Chromium 150 ppm Selenium 25 ppm Cobalt 50 ppm Silver 10 ppm Copper 150 ppm Vanadium 50 ppm Lead 150 ppm Zinc 150 ppm Mercury 10 ppm

2. Coverage depth: a. Refer to Part III indicated herein this Section.

3. Products & Manufacturer’s: Subject to compliance with requirements, provide products by one (1) of the following: a. Wood Chip Mulch, Lyngso Garden Materials. b. Or equal, as approved by the Engineer.

Page 337: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-184 [SPECPRO]

B. Rock Mulch: Suitable as a top dressing of trees, shrubs and groundcovers, consisting of following: 1. General: Hard, durable aggregates, washed free of loam, sand, clay, and other foreign

substances or debris. 2. Quantity: Provide and install in quantity required to provide acceptable depth and coverage

as indicated on the Contract Drawings. 3. Material: Match approved referee sample, as acquired by the Engineer, to compare for

material, color, texture, size, and other characteristics relating to aesthetic effects. a. Type: Snow White Pebble b. Size: 2-3cm c. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by the following: 1) Lyngso Garden Materials @ 650.364.1730 2) or equal, as approved by the Engineer.

2.2 TREE ROOT AERATION UNITS (TREE CHIMNEY’S)

A. General: Tree Root Aeration Units are a complete assembly, consisting of a perforated Aeration Pipe Tube, wrapped in Geo-textile Filter Fabric sleeving, and topped with a Grate.

B. Aeration Pipe Tube: Manufactured from high-density polyethylene (HDPE) resin, meeting ASTM F810. Pipe shall be perforated with machine-drilled holes, set either with 3/8" holes on 4" centers at 120 degrees, or on-half-inch (½") holes on five-inch (5") centers at one-hundred-twenty (120) degrees. 1. Length: As required, per Contract Drawings. 2. Size (Diameter):

a. 4” diameter Pipe. 3. Products & Manufacturer’s: Subject to compliance with requirements, provide products by

one (1) of the following: a. 3000 Triple Wall Drainage Pipe, ADS. b. COEX, PSP. c. Big “O” Drainage Tubing, Armtec. d. Or equal, as approved by the Engineer.

C. Geo-textile Filter Fabric Sleeving for Aeration Pipe Tube: Permeable, lightweight, continuous, non-woven, UV resistant, synthetic geo-textile (nylon or polyester) filament material, engineered to allow water permeability and deter soil permittivity, per ASTM D4491. Fabric shall be non-biodegradable, resistant to acids and alkalis, and sized accordingly. 1. Length: As required, per length of Aeration Pipe. 2. Size: As required, to sleeve (snugly fit) over the diameter of the specified Aeration Pipe

tube. 3. Products & Manufacturer’s: Subject to compliance with requirements, provide products by

one (1) of the following: a. Drain Sock, ADS. b. Drain-Sleeve Filter Fabric, Carriff Corporation. c. Filter Fabric, Zodiac Fabrics, Inc. d. Big “O” Sock Filter, Armtec.

Page 338: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-185 [SPECPRO]

e. Drain-Eez, Christy’s. f. Or equal, as approved by the Engineer.

D. Aeration Pipe Grates (sized accordingly to fit snugly to the specified Aeration Pipe Tube). 1. Tree Wells Areas: Flat-type Grate, round in shape.

a. Products & Manufacturer’s: Subject to compliance with requirements, provide products by one (1) of the following: 1) 4” Round Grate #78S (sand color), National Diversified Sales (NDS),

Camarillo, CA. 2) Or equal, as approved by the Engineer.

2. Planting Containers/Pots a. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) 4” Atrium Grate #78S (sand color), National Diversified Sales (NDS),

Camarillo, CA. 2) Or equal, as approved by the Engineer.

2.3 ROOT CONTROL BARRIERS

A. Plastic Root Control Barrier: 1. General: Plastic Root Control Barrier shall be a long-term root control system for trees,

fully permeable to oxygen and water to sustain and direct plant growth. Plastic Root Control Barrier shall be manufactured of an extruded, high-impact black homo-polymer (polyethylene or polyolefin) plastic, with minimum 50% post-consumer recycled material, and UV inhibitors. Plastic Root Control Barrier shall be composed of a system consisting of a series of integrally-molded, self-interlocking Barrier Panels. Polystyrene- based plastic is unacceptable. a. Size: Each panel shall be a minimum of twenty-four-inches (24”) in width and

thirty-six-inches (36”) in depth, extruded to a mean thickness of minimum .08 inches, with ½” to ¾” raised vertical ribs running perpendicular to the panel and spaced six-inches (6”) on-center. Provide quantity as required of integrated interlocking joint panels, in lengths as required.

b. Products & Manufacturer’s: Subject to compliance with requirements, provide products by one (1) of the following: 1) UB-36-2 Deep Root, Deep Root Partners, San Francisco, CA, 800-458-7668. 2) Root Solutions, Vespro, Inc., San Rafael, CA, 800-554-0914. 3) Dual Purpose Panels, .085 Thickness, Villa Root Barrier, Inc. Lake Elsinore,

CA, 800-654-4067. 4) RP Series Root Barrier Panel, NDS, 800-726-1994. 5) CP Series Root Barrier Panel, Century Products USA, 714-632-7083. 6) Or equal, as approved by the Engineer.

2.4 STAKES

A. Tree Staking Assembly:

Page 339: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-186 [SPECPRO]

1. Metal T-Bar Type Tree Staking Assembly: Complete tree staking Unit, consisting of a screw-in auger-type steel Stake, with adjustable height T-bar or strap bar, UV resistant vinyl tubing and cable ties, anti-rotational tab and pin, and Manufacturer-applied powder-coat finish. a. For trees to 24” box and smaller, use 9’-0”, ¾” diameter, Schedule 40. steel Stake

system. 1) Model number R2 Stake System 2) Strap-Bar: 0.1865 inch by 12 inch flat bar secured with two set bolts. 3) Strap: ¼ inch by 1 inch by 20 inch 90 Duro Flex PVC strap with UV

inhibitors. 4) Fasteners: Minimum of (2) ¼ inch by 1-1/4 inch stainless steel bolts, washers

and nuts. b. For trees 30” box to 48” box, use 11’-0”, 1-3/4” diameter, Schedule 40 steel Stake

system. 1) Model number R2 Stake System 2) Strap-Bar: 3/8 inch by 18 inch flat bar secured with two set bolts. 3) Strap: 3/8 inch by 1.2 inch by 24 inch 90 Duro Flex PVC strap with UV

inhibitors. 4) Fasteners: Minimum of (2) ¼ inch by 1-3/4 inch stainless steel bolts, washers

and nuts. c. Stake color:

1) Manufacturer-applied Black powder coat finish. d. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) Reddy-Stake/Mega Stake System, Reddy Stake, www.reddystake.com. 2) Or equal (no known equal).

2.5 MISCELLANEOUS MATERIALS

A. Water: Per ASTM C94, from potable domestic source, and free from deleterious materials such as oils, acids, and organic matter. Transport as required.

B. Stress Reducing Agent: 1. Products & Manufacturer’s: Subject to compliance with requirements, provide products by

one (1) of the following: a. Roots Concentrate, Roots, Inc., Independence, MO. b. Or equal (no known equal).

2. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

C. Wetting Agent and Soil Penetrant: 1. Products & Manufacturer’s: Subject to compliance with requirements, provide products by

one (1) of the following: a. Roots NoBurn®, Roots, Inc., Independence, MO. b. Naiad-SS, c. Or equal, as approved by the Engineer.

Page 340: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-187 [SPECPRO]

2. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

D. Herbicides: EPA registered and approved, from the following: 1. Non-Selective Post-Emergent Herbicide: Spray-applied solution containing a minimum of

41% of the active ingredient “glyphosate” (full strength), with a surfactant, mixed with water accordingly per the Manufacturer’s directions. a. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) Roundup® PRO, (41% glyphosate), Monsanto Company, St. Louis, MO. 2) Roundup® PRO Concentrate (50% glyphosate), Monsanto Company, St.

Louis, MO. 3) Honcho® Plus, (41% glyphosate), Monsanto Company, St. Louis, MO. 4) High Yield® Kill-Zall Weed & Grass Killer, (41% glyphosate),Voluntary

Purchasing Groups, Boneham, TX. 5) Or equal, as approved by the Engineer.

b. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

2. Selective Pre-Emergent Herbicide (Packaged dry material application): Pre-emergent control of annual grasses and broadleaf weeds in turf grass areas, and woody ornamental trees, shrubs, vines, and groundcover areas. Product to contain the active ingredient “trifluralin”. a. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) Ronstar® 2G, (granular), Aventis Environmental Science USA. 2) Snapshot® 2.5 GT (granular), (2% trifluralin), Dow AgroSciences LLC. 3) Treflan® HFP (43% trifluralin), Dow AgroSciences LLC. 4) Treflan® TR-10, (10% Granular trifluralin), Dow AgroSciences LLC. 5) Surflan®, Dow AgroSciences, LLC. 6) Or equal, as approved by the Engineer.

b. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

3. Selective Post Emergent Herbicide: Pre-mixed, flow-able formulation designed for product stability, uniformity in the spray solution and ease of handling. Post-emergent control of annual grasses, nutsedge, and broadleaf weeds in turf, generally with one (1) application. a. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) Trimec® Plus. 2) Ornamec® 170 Grass Herbicide. 3) Or equal, as approved by the Engineer.

b. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

E. Plant Vitamin/Hormone Stimulant: 1. Provide in a diluted liquid solution with water, at the time of watering-in recently planted

plant species. a. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following:

Page 341: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-188 [SPECPRO]

1) SUPERthrive, Vitamin Institute. 2) Roots2, Roots, Inc., Independence, MO. 3) Root-Maxx Plus, Bio-Plex, Mt. Joy, PA. 4) Or equal, as approved by the Engineer.

b. Application Rate: Provide at prescribed rate and application per Manufacturer’s written recommendations, per one-hundred (100) gallons of water.

PART 3 - EXECUTION

3.1 GENERAL

A. Installation practices of the Landscape Planting Accessories shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice, as approved by the Engineer. Contractor shall notify the Engineer, in writing, on the anticipated commencement date and length of duration of the landscape installation.

B. Examination: Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of Work of this Section. NO WORK UNDER THIS SECTION SHALL COMMENCE UNTIL ALL SUBMITTALS UNDER THIS SECTION HAVE BEEN REVIEWED AND APPROVED, IN WRITING. DO NOT PROCEED WITH INSTALLATION UNTIL UNSATISFACTORY CONDITIONS HAVE BEEN CORRECTED.

C. Prior to Work in this Section, Contractor shall examine previously installed Work from other trades and verify that such Work is complete and as required, to the point where the installation of the Landscape Planting Accessories may commence properly.

3.2 PROTECTION OF SITE

A. Contractor shall protect existing and new improvements and systems installed prior to installation of Landscape Planting Accessories. Maintain protection in place until completion of Work and Landscape Establishment Period.

3.3 INSTALLATION OF TREE ROOT AERATION UNITS (TREE CHIMNEY’S)

A. General: Tree Root Aeration Unit(s) shall be installed after excavation of planting hole and prior to placement of Amended Planting Backfill Mixture.

B. Upon completion of excavation of planting hole, auger a twelve-inch (12”) diameter hole at the edge of the excavation. Depth shall extend two-feet (2’) beyond the compacted setting layer crown of native planting soil. Remove excess soil.

C. Pipe Installation: Slide Geo-Textile Filter Fabric Sleeve over full length of Perforated Aeration Pipe Tube. Secure open end (as set in bottom of hole) of Filter Fabric Sleeve with a knot or pipe

Page 342: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-189 [SPECPRO]

wrap tape. Place assembly Unit plumb, in vertical position, in the bottom of the augered hole. Set the top of the Unit ½” above the finished surface elevation of the mulch layer.

D. Set Plant Material accordingly, and backfill the planting hole with Amended Planting Backfill Mixture, being careful not to provide backfill within the inside of the Tree Root Aeration Unit assembly.

E. Attach Aeration Pipe Grate to top end of the sleeved Aeration Pipe Tube extending above grade. Provide appropriate Pipe Grate indicated for the application.

F. Quantity Schedule: 1. Provide one (1) Tree Root Aeration Unit assembly for each tree up to but not including a

24”-box container size. 2. Provide two (2) Tree Root Aeration Unit assemblies located at opposing sides of the root

ball and at opposite ends of the Tree Stakes and/or Deep Watering Bubblers, for each tree sized at 24”-box container and up to but not including a 48”-box container size.

3. Provide three (3) Tree Root Aeration Unit assemblies, located equidistant along the sides of the root ball, for each tree sized at 48”-box container and larger.

4. Location: Coordinate location of Tree Root Aeration Units to be set equally and in between locations designated to receive deep watering irrigation bubblers, where applicable.

3.4 INSTALLATION OF ROOT CONTROL BARRIERS

A. Plastic Root Control Barrier Panels: 1. Verify the location of underground utilities prior to placement of Root Control Barrier

Panels. 2. Excavate sub grade to the required depth of the Panel, and install Panels as an

interconnected, linear system, with the ribs of the Panels vertically aligned and facing towards the Plant Material’s root mass. a. Install Root Control Barrier Panels along the entire perimeter edge for trees located

in raised planters (as required). b. Install Root Control Barrier Panels along the entire perimeter edge of the planting

area for trees located in parking lots (as required). c. Install Root Control Barrier Panels for trees where the tree trunk is located within a

minimum of five-feet (5’) of paved surfaces (sidewalks, curbs, plazas, etc). 1) Root Control Barrier Panels shall extend a minimum of ten-feet (10’) from

either side of the tree trunk, and follow along the profile of the paved surface being protected. Install Panels at a maximum of four-inches (4”) to six-inches (6”) from the edge of the paved surface.

d. Install Root Control Barrier Panels in specific locations as indicated on the Contract Drawings.

3. Install Root Control Barrier Panels plumb, or if conditions allow, with the top of the Panel slightly inclined towards the root mass. DO NOT install with the top inclined away from the root mass. a. DO NOT install Root Control Barrier Panels in a circular pattern that encloses the

root mass, thus restricting future growth of the Plant Material’s root system.

Page 343: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-190 [SPECPRO]

4. Set top of the Root Control Barrier Panels at the finish graded surface, just below the mulch layer. Install per the requirements of the Manufacturer.

3.5 STAKING

A. General: Tree Staking shall be per the direction of the Engineer. Staking and/or guying of trees shall be completed immediately following tree planting operations. 1. Contactor shall provide new Tree Stake assemblies; reconditioned or previously-used Tree

Stake or Tree Guy assemblies shall not be permitted. Provide one (1) set of Tree Staking materials per tree, as required. Trees shall remain plumb and straight from installation through the Contractor Warranty period. Staking assemblies shall remain the property of the Owner.

B. Staking Methodology: Unless otherwise directed on the Contract Drawings or as directed by the Engineer based on field conditions, provide the following Staking Assemblies, as measured by the size of the tree being supported: 1. 5-gallon size Container Stock to 36”-Box Tree, or for trees up to 3” caliper: Provide

Staking Method. Number of stakes per tree shall be as directed herein this Section. 2. For trees larger than 36”-Box size or over 3” caliper: Provide Staking or Guying Method,

or as directed by the Engineer. 3. Multi-trunk Trees: Provide Tree Guying Method, or as directed by the Engineer. 4. Specimen-size Trees: Provide Tree Guying Method, or as directed by the Engineer.

C. Metal T-Bar Type Tree Staking Method: 1. Tree should be oriented with the nursery stake tied on the same side as the tree stake. 2. Locate the tree stake 12-14 inches away from the trunk of the tree, and locate it on the

prevailing wind side of the tree. The tree trunk should be one- to three-inches (1”-3”) from the end of the T-bar.

3. Using the manufacturer-supplied anti-rotation pin, twist/auger the tree stake firmly into the ground until the stake tab is one- to two-inches (1”-2”) below grade. Drive the anti-rotation pin taught the hole in the tab and into the soil. The soil shall be firmly packed around the stake. The stake shall be set plumb.

4. Once the tree stake is set, carefully remove the nursery stake. Backfill and tamp the nursery stake void with planting soil.

5. Determine the correct height for the T-bar on the tree stake. It should be no higher than necessary but high enough to hold the tree upright. To locate the correct point to mount the T-bar, hold the trunk of the tree in one hand and gently bend the top with the other. Find the lowest height at which the top returns upright, and mark the tree stake six- to eight-inches (6”-8”) higher than that point. Slip the T-bar over the top of the tree stake to the marked height, and tighten the set bolt.

6. Place the UV-resistant tubing strap around the tree trunk, and slip the ends of the tubing over the ends of the T-bar. Fold both sides of the tubing towards the tree trunk and against the T-bar, and secure the tubing with the provided cable ties in a criss-cross fashion. Trim the excess ends of the cable ties.

3.6 MULCHING

Page 344: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-191 [SPECPRO]

A. General: Mulch backfilled surfaces of pits, trenches, planted areas, and other areas indicated.

B. Wood Chip Mulch: 1. General: Verify locations to receive Wood Chip Mulch. 2. Apply the following average thickness of Wood Chip Mulch, and finish level with adjacent

finished surfaces. Do not place Wood Chip Mulch directly against trunks or stems of Plant Materials. Remove Wood Chip Mulch that is placed against the growing bases or within the basal nodes of plants.

3. Thickness/Depth: Three-inches (3”), minimum. 4. While settlement and/or decomposition of the Wood Chip may occur during the duration

of the Contract, the Wood Chip Mulch thickness as indicated shall be consistent throughout the duration of the Contract. The Contractor shall provide additional Wood Chip Mulch, as needed, and as directed by the Engineer, to maintain the specified constant thickness of the Wood Chip Mulch, until Acceptance of Work is granted.

C. Decomposed Granite Mulch: 1. Refer to Section – “Decomposed Granite Paving” for installation requirements.

3.7 INSTALLATION OF MISCELLANEOUS MATERIALS

A. Anti-Dessicant: Apply using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage. 1. When deciduous trees or shrubs are moved in full-leaf, spray with anti-desiccant at nursery

before moving and again two (2) weeks after planting.

B. Stress Reducing Agent: Apply, as required and directed by the Engineer, per Manufacturer’s latest printed instructions.

C. Wetting Agent & Soil Penetrant: Apply, as required and directed by the Engineer, per Manufacturer’s latest printed instructions.

D. Herbicides: Apply, as required and directed by the Engineer, per Manufacturer’s latest printed instructions.

E. Plant Vitamin/Root Stimulant: Apply, per the Manufacturer’s latest printed instructions. Refer to application requirements per Section– “Exterior Plants”.

3.8 CLEAN UP AND PROTECTION

A. For Work under this Section, keep Work area in a clean, orderly, and safe condition. Contractor shall remove trash caused from his Work on a weekly basis throughout the duration of the Work.

B. Protect landscaping from damage due to landscape operations, operations by other Contractors and trades, and trespassers. Maintain protection during installation and landscape establishment periods. Treat, repair, or replace damaged Landscape Planting Accessories as directed.

Page 345: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-192 [SPECPRO]

C. Upon completion of his Work under this Section, the Contractor shall remove rubbish, waste, debris, excess construction materials, and other items resulting from construction operations offsite as described herein this Section and directed by the Engineer.

3.9 FINAL REVIEW

A. Final Review under this Section shall be performed upon completion of the Landscape Establishment Period. (Refer to Section– “Landscape Establishment Period” for requirements).

LANDSCAPE ESTABLISHMENT PERIOD

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work, as required to make a complete Landscape Establishment Period, as specified during progress of the Work, after installation, for a designated period after Preliminary Acceptance, as shown in the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Establishment of Landscape Installation, for a given duration as specified herein this

Section.

C. Related Sections: The following Sections contain requirements that relate to Work in this Section: 1. Landscape Grading. 2. Soil Preparation. 3. Exterior Plants. 4. Landscape Planting Accessories.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. USDA – United States Department of Agriculture. 2. ASTM – American Society for Testing & Materials. 3. ANSI – American National Standards Institute. 4. ISA – International Society of Arboriculture.

B. Standards: 1. American National Standard for Tree Care Operation, Tree, Shrub, and Other Woody Plant

Maintenance (ANSI A300), American National Standards Institute, Latest Edition.

Page 346: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-193 [SPECPRO]

2. American National Standard for Tree Care Operations (ANSI Z133), American National Standards Institute, Latest Edition.

3. Tree Pruning Guidelines, International Society of Arboriculture, 1995 Edition. 4. Pruning Standards for Shade Trees, National Arborists Association, Latest Edition.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets for review by the Engineer.

B. Submittal Booklets: Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified and legible (through yellow highlighter or other specific identification methods) information indicated herein this Article. 1. Quality Control Submittals:

a. Schedule of maintenance operations and monthly status report, including list of equipment, materials proposed for the job, and watering schedule(s).

b. Licenses, permits and insurance required by the local jurisdiction, the State, or Federal government, pertaining to Work under this Section. 1) Pesticide Applicator: Valid California Qualified Applicator Certificate

(QAC), with “B – Landscape Maintenance” Category, as administered by the California Department of Pesticide Regulation (DPR).

2) Employer of the California Qualified Applicator Certificate (QAC), with “B – Landscape Maintenance” Category: a) The company which employs the person holding the QAC must

possess a Maintenance Gardener Pest Control Business License, as administered by the California Department of Pesticide Regulation (DPR).

c. Monthly record of herbicides, insecticides and disease control chemicals used for the Project.

d. Written application recommendation by a licensed agricultural pest control advisor for weed, pest and disease controls restricted by the Director of Agriculture proposed for this Work.

2. Project Closeout Submittal: a. Include in a single 3-ring binder a Landscape Maintenance Manual for use by the

Owner, containing an indexed collection of all schedules, records and permits listed above, including documentation of accepted condition of planting and irrigation at Final Acceptance.

C. Scaled Shop Drawings: Not Required.

D. Field-Constructed Mock-ups: Not Required.

E. Qualification Data: Submit names for firms and persons specified in the “Quality Assurance and Control” Article to demonstrate their capabilities and experience on similar Landscape Planting Accessories installations.

Page 347: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-194 [SPECPRO]

F. Submittals under this Article will be rejected and returned without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if all of the required information is missing or not presented in the format as requested. Partial Submittals will not be accepted.

G. No Work shall proceed under this Section until Submittal requirements indicated herein have been reviewed accordingly by the Engineer.

1.4 QUALITY ASSURANCE AND CONTROL

A. Qualifications: 1. Valid California C-27 (Landscaping Contractor) License. 2. Experience: Contractor or sub-contractor performing Work under this Section shall have a

full-time employee assigned to the Project as foreman for the duration of the Contract. Employee shall have a minimum of four (4) years experience in landscape maintenance supervision, with experience or training in entomology, pest control, soils, fertilizers and plant identification. Employee shall speak English fluently.

3. Labor Force: Landscape maintenance labor force shall be thoroughly familiar with, and trained in, the Work to be accomplished, and shall perform the task in a competent, efficient manner acceptable to the Owner.

B. Requirements: 1. Supervision: Landscape Maintenance Foreman shall directly supervise the Work force

during duration indicated herein this Section. Notify Owner of changes in supervision. 2. Identification: Provide proper identification during duration for landscape maintenance

firm's vehicles and labor force. Be uniformly dressed in a manner satisfactory to the Owner.

1.5 PROJECT/SITE CONDITIONS

A. Site Visit: At beginning of the designated Landscape Establishment Period, visit and tour the site with the Owner's Representative, Engineer, and other interested parties, to clarify the scope of Work, and understand existing project/site conditions.

B. Documentation of Conditions: Document the general condition of installed plant materials, recording those which are healthy and thriving, and unacceptable materials which are damaged, dead, and/or dying and in need of replacement.

C. Irrigation System: Document general condition of existing irrigation system, making sure that faulty, improper, and/or non-functioning irrigation materials or equipment are reported.

1.6 SEQUENCING AND SCHEDULING

A. Perform Work under Landscape Establishment Period during hours mutually agreed upon between Owner and Contractor.

Page 348: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-195 [SPECPRO]

B. Work force shall be present at the Project Site at a minimum duration of at least once per week, and at other times, as necessary, to perform specified Work, in accordance with the approved schedule under the Landscape Establishment Period.

1.7 WARRANTY

A. Specific Requirements: Refer to the following Sections: 1. Exterior Plants. 2. Landscape Planting Accessories.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Materials and equipment as required to perform Work under this Section shall be provided by Contractor.

B. Water: Clean, potable and fresh, as available from Owner.

C. Fertilizers: 1. Fertilizer Tablets: Tightly compressed, slow-release and long-lasting complete fertilizer

tablets, bearing manufacturer's label of guaranteed analysis of chemicals present. Refer to Section– Soil Preparation, for requirements.

2. Balanced, once-a-season application, controlled-release Fertilizer(s), with a blend of coated prills which supply controlled-release nitrogen, phosphorus and potassium, and uncoated, rapidly soluble prills containing nitrogen and phosphorus.

D. Herbicides, Insecticides, and Fungicides: 1. Provide materials with original manufacturers' containers, properly labeled with

guaranteed analysis. 2. Use non-staining materials.

E. Replacement Tree Guys, Stakes, Ties and Wires: Match originally accepted existing materials installed on the Project.

2.2 EQUIPMENT

A. General: Use only the proper tool(s) required for each task under this Section. Maintain tools in sharp, properly-functioning condition. Clean and sterilize pruning tools prior to usage.

B. Insect/Disease Prevention: Provide measures to prevent introduction of insect or disease-laden materials onto the Site. Refer to Section– Exterior Plants.

Page 349: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-196 [SPECPRO]

PART 3 - EXECUTION

3.1 DURATION OF LANDSCAPE ESTABLISHEMENT PERIOD

A. Following satisfactory completion of all items included on the Landscape Punch List, the contracted Landscape Establishment Period shall commence and progress.

B. Duration: 1. A minimum of 90 calendar days after Substantial Completion of the Project.

3.2 COMMENCING THE LANDSCAPE ESTABLISHMENT PERIOD

A. Preliminary Review: As soon as landscape installation is substantially completed per the Contract Documents, Contractor shall arrange to hold a preliminary review on-site with the Engineer, Owner, and other interested parties to evaluate the condition and execution of the completed Work. Evaluation of the Work shall be executed by the Engineer through a “Landscape Punch List”.

B. Date of Review: Notify Engineer at least five (5) working days prior to anticipated Date of Review.

C. Commencing the Landscape Establishment Period: The date on which the Engineer determines that the landscape installation is substantially-complete, whereas outstanding Work included on the Landscape Punch List is addressed and satisfactorily completed to the satisfaction of the Engineer.

3.3 PREPARATION

A. Protection: 1. Protect new landscape planting areas from damage during duration of Landscape

Establishment Period, until Final Acceptance. 2. Provide temporary protection fences, barriers and signs, as required, for protection.

B. Replacements: 1. Immediately treat or replace plant materials as directed, which become damaged or injured

as a result of Contractor's operations or negligence, per the Engineer, at no additional cost to Owner.

2. Replacement plant materials shall match size and variety of plant material being replaced.

3.4 PLANTING ESTABLISHMENT

A. Watering Basins: 1. Maintain watering basins around the perimeter of the installed plant materials so that

enough water can be applied to establish and maintain adequate soil moisture through the

Page 350: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-197 [SPECPRO]

root zone of the plant materials. Re-dish and tamp basins accordingly which have become damaged or have failed since installation.

2. For supplemental hand watering of watering basins, use a water wand to break the water force. Do not permit use of "jet" type watering equipment. Do not permit crown roots to become exposed to air through dislodging of soil and mulch.

3. Mulch: Maintain originally specified thickness of mulch material to reduce evaporation and frequency of watering.

4. During rainy season, open basins to allow surface drainage away from the root crown where excess water may accumulate. Restore watering basins at end of rainy season.

5. At the end of the rainy season, re-dish and tamp watering basin at trees and shrubs.

B. Settlement of Plant Materials: Reset/replant sunken or settled plant materials to proper grades and in upright position.

C. Weed Control: 1. Planting areas throughout site shall be weed-free at all times, including areas between

plants and along watering basins. 2. Use only recommended and legally-approved herbicides to control and maintain weed

growth. 3. Avoid frequent soil cultivation that destroys shallow roots and breaks the seal of pre-

emergent herbicides.

D. Pruning: 1. Prune trees to select and develop permanent scaffold branches that are smaller in diameter

than the trunk or branch to which they are attached, and which have vertical spacing of eighteen-inches (18”) to forty-eight-inches (48”) and radial orientation so as not to overlay each another.

2. Prune trees to eliminate diseased or damaged growth, and narrow “V-shaped” branch forks that lack strength. Reduce toppling and wind damage by thinning-out crowns.

3. Prune trees to maintain growth within space limitations, maintaining a natural appearance and balancing crown with roots.

4. No stripping of lower branches of young trees shall be permitted. 5. Retain lower branches in a "tipped back" or pinched condition to promote caliper trunk

growth. Do not cut back to fewer than six (6) buds or leaves on such branches. Only cut lower branches flush with the trunk after the tree is able to stand erect without staking or other support.

6. Thin out and shape evergreen trees when necessary to prevent wind and storm damage. Do primary pruning of deciduous trees during the dormant season. Do not permit any pruning of trees prone to excessive "bleeding" during growth season.

7. Prune damaged trees or those that constitute health or safety hazards at any time of year as required.

8. Make pruning cuts clean and close to the trunk, without cutting into the branch collar. "Stubbing" will not be permitted. Cut smaller branches flush with trunk or lateral branch. Make larger cuts one-inch (1”) diameter or larger parallel to shoulder rings, with the top edge of the cut at the trunk or lateral branch.

9. Branches too heavy to handle shall be precut in three (3) stages to prevent splitting or peeling of bark. Make the first two (2) cuts eighteen inches (18”) or more from the trunk to remove the branch. Make the third cut at the trunk to remove the resulting stub.

Page 351: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-198 [SPECPRO]

10. Do not prune or clip shrubs into balled or boxed forms unless specifically called for by design.

11. Clip shrubs to be hedged when branches project two-inches (2”) beyond limit of clipped hedge shown on the Contract Drawings.

12. Take extreme care to avoid transmitting disease from one infected plant to another. Properly sterilize pruning tools before going from one infected plant to other plant materials.

E. Staking and Guying of Trees: 1. Adjustments: Inspect stakes and guys periodically (minimum once per month) throughout

duration of Landscape Establishment Period to check for rubbing of staking materials on trunks or branches causing bark wounds.

2. Repair and replace faulty staking and guying materials as shown and as specified.

F. Maintenance of Existing Plant Materials to Remain: 1. General: Conform to applicable paragraphs regarding pruning, watering, spraying and

fertilizing of new plant materials as indicated herein this Section. 2. Symptoms: Be alert to symptoms of construction damage to existing plantings as evidenced

by wilting, un-seasonal or early flowering or loss of leaves, and insect or disease infestation due to declining vigor.

3. Notification: Submit in writing of evidences of declining vigor immediately upon discerning the problem. Take appropriate interim measures to mitigate the severity of the problem as specified in this Section.

4. Proposal: Submit written proposal and cost estimate for the correction of all conditions before proceeding with permanent correction Work.

3.5 GROUNDCOVER ESTABLISHMENT

A. Irrigation: 1. Check for moisture penetration throughout the root zone at least twice a month. 2. Water as frequently as necessary to maintain healthy growth of groundcovers.

B. Weed Control: 1. Control weeds, preferably by hand removal, with pre-emergent herbicides and with

selective systemic herbicides. 2. Minimize hoeing of weeds in order to avoid plant damage.

C. Fertilization: 1. Recently installed plant materials: Verify with Owner actual completion date of planting

installation and rate of prior application of fertilizers. 2. New Plant Materials: Place Planting Tablets (per Section– Soil Preparation) beside the root

ball about one-inch (1”) from root tips. 3. Established Plant Materials: Do not use complete fertilizers unless soil test shows specific

nutrient deficiencies.

D. Mowing and Edging:

Page 352: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-199 [SPECPRO]

1. Edge groundcovers to keep in bounds. Trim top growth as necessary to achieve an overall even appearance.

2. Ground covers which lend themselves to mowing shall be mowed to specified height above finished grade in order to renew growth, improve density and attractiveness.

E. Replacements: 1. Replace dead and missing plants after obtaining Owner's agreement to pay for replacement. 2. Damages due to Contractor's negligence shall be paid for without charge to Owner.

3.6 INSECTS, PESTS, AND DISEASE CONTROL

A. Inspection: Inspect plant materials for signs of stress, damage and potential trouble from the following: 1. Presence of insects, moles, gophers, ground squirrels, snails and slugs in planting areas. 2. Discolored or blotching leaves or needles. 3. Unusually light green or yellowish green color inconsistent with normal green color of

leaves.

B. Personnel: Only licensed, qualified, trained personnel shall perform spraying for insect, pest and disease control.

C. Application: Spray with extreme care to avoid all hazards to any person or pet in the area or adjacent areas.

3.7 IRRIGATION SYSTEM

A. General: 1. Repair without additional charge to Owner damages to Irrigation System caused by

Contractor's operations. Perform repairs within one (1) watering period. 2. Report promptly to Owner accidental damage not resulting from Contractor's negligence

or operations. 3. Twice a month, use a probe or other acceptable tool to check the rootball moisture of

representative plants as well as the surrounding soil.

B. Cleaning and Monitoring the System: 1. Continually monitor the irrigation systems to verify that they are functioning properly as

designed. Make program adjustments required by changing field conditions. 2. Prevent spraying on windows, building walls, by balancing the throttle control on the

remote control valves and the adjustment screws on the sprinkler heads. Do not allow water to atomize and drift.

3.8 TERMINATION OF THE LANDSCAPE ESTABLISHMENT PERIOD

A. Final Acceptance Procedure:

Page 353: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-200 [SPECPRO]

1. Work will be accepted by the Engineer upon satisfactory completion of all Work, including Landscape Establishment Period, but exclusive of replacement of materials under the Warranty Period.

2. Submit a written request to Engineer for review for Final Acceptance at least five (5) working days prior to anticipated Final Review date, which is at the end of the Landscape Establishment Period.

B. Corrective Work: 1. Work requiring corrective action or replacement shall be performed within ten (10)

calendar days after the Final Review. 2. Perform corrective Work and materials replacement in accordance with the Contract

Documents, Work shall be made by the Contractor at no cost to the Owner. 3. After corrective Work is completed, the Contractor shall again request a Final Review for

Final Acceptance as outlined above. a. Continue maintenance of all landscaped areas until such time as all corrective

measures have been completed and accepted.

C. Conditions for Acceptance of Work at End of Landscape Establishment Period: 1. Each plant shall be alive and thriving, showing signs of growth and no signs of stress,

disease, or any other weaknesses. 2. Replace plant materials not meeting these conditions. An additional Warranty Period equal

in length to the original shall be commenced for all such plants and planted areas.

D. Final Acceptance Date: The date on which the Engineer issues a Letter of Final Acceptance. Upon Final Acceptance, the Owner will assume responsibility for maintenance of the Work beyond the Landscape Establishment Period.

3.9 CLEANING

A. General: Dispose of pruned plant materials, vacuum turf grass clippings and leaves, sweep walkways and rake smooth mulched areas. Remove from the site containers and other evidence of maintenance activities.

3.10 CLOSE OUT

A. Landscape Maintenance Record: 1. Submit binder to Owner with documentation and records required and utilized during the

Landscape Establishment Period.

B. Keys and Identification: Return keys and identification materials supplied by Owner for the purpose of site access.

LANDSCAPE DRAINAGE

Page 354: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-201 [SPECPRO]

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes materials, labor, apparatus, tools, equipment, temporary construction, transportation, and services necessary for and incidental to performing the proper completion of Work as required to make a complete Landscape Drainage installation, as shown on the Contract Drawings, and as specified herein this Section.

B. Work under this Section consists of, but is not necessarily limited to, furnishing and installing the following: 1. Area Drain – Landscape Areas, including housing, grate, and fittings. 2. Geotextile Filter Fabric. 3. Miscellaneous Materials.

C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Landscape Grading. 2. Site Concrete. 3. Soil Preparation. 4. Landscape Planting Accessories.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. References: 1. ASTM – American Society for Testing and Materials. 2. ANSI – American National Standards Institute. 3. CBC – California Building Code.

B. Material Specification Standards: 1. ASTM C33 – Standard Specification for Concrete Aggregates.

C. Material Testing Standards: 1. ASTM C136 – Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 2. ASTM D698 – Standard Test Method for Laboratory Compaction Characteristics of Soil

Using Standard Effort. 3. ASTM D1557 – Test Method for Laboratory Compaction Characteristics of Soil Using

Modified Effort.

1.3 SUBMITTALS

A. General: Submit each item in this Article in four (4) bound Submittal Booklets and provide four (4) sets of Material Samples for review by the Engineer.

Page 355: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-202 [SPECPRO]

B. Submittal Booklets: Each Submittal Booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other specific identification methods) and legible information on the following information indicated in this Article.

C. Product/Material Data. Submit available Product Data, manufacturing source (name, address, and telephone number), and distributor source (name, address, and telephone number) for each type of material and product indicated herein this Section. 1. Area Drain (landscape), including housing, grate, and fittings. 2. Geotextile Filter Fabric. 3. Manufacturer’s technical information for each material specified including installation

instructions and recommendations, as applicable.

D. Material Samples: Submit Material Sample sets of each type of finish indicated for verification. Provide Material Sample sets for each color and texture to be used, utilizing the same tools and techniques for actual project application, to demonstrate the full range of variations expected in these characteristics. 1. Drain Piping, 12” long section, perforated and non-perforated. 2. Geotextile Filter Fabric, 12” x 12” section.

E. Scaled Shop Drawings: Submit manufacturer’s Shop Drawings for each Product/Material as indicated.

F. Field-Constructed Mock-ups: Not applicable.

G. Qualification Data: Submit names for firms and persons specified in the “Quality Assurance and Control” Article to demonstrate their capabilities and experience on similar Landscape Drainage installations.

H. Submittals under this Article will be rejected and returned without the benefit of review by the Engineer if they are difficult to read due to insufficient scale, poor image quality, or poor drafting quality; or if all of the required information is missing or not presented in the format as requested.

I. No Work under this Section shall proceed until all information indicated herein this Article have been reviewed, accepted, and approved by the Engineer, in writing.

1.4 QUALITY ASSURANCE AND CONTROL

A. Materials and Work shall be in accordance with the State Codes and Specifications and other criteria herein specified.

B. Installer Qualifications: Engage an experienced Installer who has completed in the last two (2) years at least three (3) installations similar in material, design, and extent to that indicated for this Project, and whose work has resulted in construction with a record of successful in-service performance.

Page 356: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-203 [SPECPRO]

C. Single-Source Responsibility: Obtain each type of landscape drainage unit from a single source with resources to provide products and materials of consistent quality in appearance and physical properties, without delaying the Work.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials in a timely manner to ensure uninterrupted progress of the Work. Schedule material deliveries to minimize jobsite storage.

B. Units shall be in “new” condition when ready for installation. It shall be the responsibility of the Contractor to install “factory condition” units.

C. All containerized products shall be delivered to the site in manufacturer's original, unopened, undamaged, legibly labeled containers, with identification labels intact. All pipe to be delivered bound securely to prevent damage. Supply pallets as required to protect products.

D. Storage: Protect materials from damage, water and rust. Store pipes on beds which are full length of pipe. Protect plastic materials from direct sunlight.

E. Pipe: Cap openings to prevent entry of dust, debris and other foreign matter.

1.6 COORDINATION, SCHEDULING AND OBSERVATIONS

A. Notify the Contractors performing Work related to installation of Work under this Section in ample time so as to allow sufficient time for them to perform their portion of Work and that progress of Work is not delayed. Verify conditions at the Project Site for Work that affects installation under this Section. Coordinate items of other trades to be furnished and set in place.

B. Project Conditions: 1. Environmental Requirements: Comply with Manufacturer’s recommendations of

environmental conditions affecting product installation requirements. 2. Wind and Weather Criteria:

a. Perform installation of Landscape Drainage only when weather and soil conditions are suitable in accordance with locally accepted practices.

C. Protection of Utilities: 1. Provide temporary support and protection of underground and surface utility structures,

drains, services and other improvements to remain. 2. Where grade or alignment of pipe is obstructed by existing utility structures such as

conduits, ducts or pipes, permanently support, relocate, remove or reconstruct the obstruction.

3. Restore all damaged improvements to original condition at no additional cost to Owner.

D. Field Measurements and Conditions:

Page 357: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-204 [SPECPRO]

1. Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage to utilities. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned.

2. Excavation: When conditions detrimental to installing landscape drainage Work is encountered, such as foundations or obstructions, cease installation operations and notify Engineer for further direction.

3. Grades and Levels: Establish and maintain required levels and grade elevations. Review installation procedures and coordinate Work herein this Section with other Work affected.

4. Concealed Work: Verify locations of existing stub-outs to receive area drains. Verify and locate existing pipes and structures to be coordinated with landscape drainage Work.

5. Traffic Control: Maintain access for vehicular, bicycle, and pedestrian traffic, as required, for other construction activities during installation of Flagpoles. Access shall also be unobstructed and maintained at all times to allow for entry and exit of emergency vehicles.

6. Protection: Protect adjacent finished surfaces prior to application. Maintain protection until completion of Work.

7. Notification: Submit written notification of all discrepancies in the Contract Drawings or existing conditions which preclude successful installation of landscape drainage Work as specified.

8. The outfall for any subsurface drainage pipe, drainage mat, trench drain, or slot drain used shall be coordinated with the site drainage.

9. Where Prefabricated Drainage Composite Matting is installed in conjunction with a waterproofing product, the Matting must be compatible with the waterproofing product and installed by methods acceptable to the waterproofing product manufacturer.

E. Construction Site Observations: Periodic site observations shall be made by the Engineer during the installation of Work under this Section for compliance with requirements. Engineer retains right to observe Work for defects and to reject unsatisfactory or defective Work under this Section at any time during progress of Work. The Contractor shall request, in writing, at least one (1) week in advance of the time when mandatory site observation(s) by the Engineer are required.

1.7 SUBSTITUTIONS

A. Consideration: Materials to be considered equal to the Materials indicated herein this Section shall be reviewed by the Engineer. Materials with equal performance characteristics produced by other Manufacturer’s and/or Distributors may be considered, providing deviations in dimensional size, color, composition, operation, and/or other characteristics do not change the design concept, aesthetic appearance, nor intended performance, as solely judged by the Engineer. The burden of proof on product equality is on the Contractor.

B. Specific reference to Manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section.

C. Materials substituted and installed by the Contractor, without prior written approval by the Engineer, may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval.

Page 358: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-205 [SPECPRO]

D. Contract Price: Substituted Materials under this Section shall not increase the Contract price.

PART 2 - PRODUCTS

2.1 MANUFACTURED UNITS

A. Area Drain (Landscape Applications): 1. General: Area Drain (Landscape Applications) shall consist of the complete assembly,

including housing, grate, and fittings necessary to connect to sub-surface piping. 2. Housing:

a. Pipe end Adapter for Drop-in Grate, round in shape. 1) Size:

a) 4”. b. cProducts & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) 1). Nyloplast, ADS, Hilliard, OH. 2) 2). or equal, as approved by the Engineer.

3. Grate: a. Style:

1) Atrium-style, drop-in-Grate, sized to fit Pipe End Adapter. b. Material/Color:

1) Molded Polyethylene/Black. c. Products & Manufacturer’s: Subject to compliance with requirements, provide

products by one (1) of the following: 1) To be provided by Manufacturer of Area Drain Housing. 2) or equal, as approved by the Engineer.

4. Products & Manufacturer’s: Subject to compliance with requirements, provide products by one (1) of the following: a. Advanced Drainage Systems (ADS), Inc. b. or equal, as approved by the Engineer.

B. Drain Piping and Fittings: 1. Perforated and Non-Perforated Polyethylene Tubing:

a. Type: ASTM F405 corrugated tubing and fittings, for less than ten-inches (10”) in diameter, and ASTM F667 for ten-inch (10”), twelve-inch (12”), and fifteen-inch (15”) diameters.

b. Products & Manufacturer’s: Subject to compliance with requirements, provide products by one (1) of the following: 1) Advanced Drainage Systems (ADS), Inc. 2) or equal, as approved by the Engineer.

2.2 GEOTEXTILE FILTER FABRIC

A. Geotextile Filter Fabric: Permeable, lightweight, continuous, non-woven, geo-textile polypropylene filament material, UV resistant, engineered to allow water permeability and deter

Page 359: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-206 [SPECPRO]

soil permittivity per ASTM D4491. Geotextile Filter Fabric shall be inert to biological degradation and resistant to naturally encountered chemicals, alkalis and acids. Meet AASHTO M288-96, Class 1. Fabric shall have a permeability rating ten (10) times greater than that of soil on which fabric is founded and an AOS (apparent opening size) small enough to prevent passage of fines. 1. Products & Manufacturer’s: Subject to compliance with requirements, provide products by

one (1) of the following: a. Amoco 4553, Amoco Fabrics and Fibers Company. b. FX-80HS, Carthage Mills. c. C-80NW, Contech. d. 180 EX, Linq. e. Geotex 801, SI Geosolutions. f. TerraTex N08, Webtec. g. 180N, TC Mirafi. h. or equal, as approved by the Engineer.

2.3 MISCELLANEOUS MATERIALS

A. Support for Drains: 1. Concrete: Composed of Portland cement, coarse and fine aggregate, and water, mixed in

proportions to attain a 28-day compressive strength of not less than 2,500 PSI, complying with ASTM C94.

2. Reinforcement Bars: Meet ASTM A615, Grade 60 deformed, clean and free of rust, dirt, grease or oils.

3. Tie Wire: 16-gauge plain cold-drawn steel conforming to ASTM A82, clean, and free of rust, dirt, grease or oils.

B. Sand Backfill: Fine granular material naturally produced by the disintegration of rock, free of organic material, mica, loam, clay and other deleterious substances to be thoroughly suitable for pipe bedding, meeting ASTM C33, fine aggregate.

C. Aggregate Backfill: Clean, washed, angular, neutral pH, no salinity, free from deleterious or foreign matter, meeting ASTM C33, as modified below: 1. Properties and Gradation: Conform to the grading requirements of ASTM C33 with

modifications as follows: Grading Requirements for Sand for Aggregate

Backfill ASTM C33 Sieve Analysis

Sieve Size Percent (%) Passing 2” 100 ¾” 70-100 3/8” 40-100 No. 4 25-50 No. 8 15-35 No. 30 5-18 No. 50 0-10 No. 200 0-3

Page 360: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-207 [SPECPRO]

2. Sieve accordingly per ASTM C136 – Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verification of Conditions: 1. Verify exact locations and quantity of drains relative to planting areas, paving areas, and

adjacent to paving, prior to beginning of Work. 2. Identify required lines, levels, contours, and datum. 3. Immediately report discrepancies to Engineer prior to installation of landscape drainage

Work. 4. Verify substrate conditions to be acceptable for product installation in accordance with

manufacturer’s instructions. Do not proceed with drainage installation until substrate conditions are acceptable for compliance with manufacturer’s warranty requirements.

B. Deviations: Make no deviations from specified line or grade without written acceptance of change by the Engineer.

3.2 PREPARATION

A. Adjacent Surfaces Protection: Protect adjacent Work areas and finish surfaces from damage during installation operations.

3.3 INSTALLATION

A. Trenching and Backfilling: 1. General: Conform to applicable City Standard Detail and as supplemented herein. Hand

trim excavations to required elevation. Do not over-excavate. 2. Obstructions and Debris: Remove hardpan, rock, mud, quicksand, debris or other

unsuitable bedding material. Further excavate the trench a suitable limit as directed by the Engineer. Backfill with import material approved by the Engineer that will provide adequate pipe bedding.

3. Compaction of Backfill: per City standard detail. 4. Backfill:

a. Backfill the remaining trench with excavated material to 12 in. above the top of the pipe. If excavated material is unsuitable for compaction, use imported suitable material.

b. Do not permit sand backfill material to mix with structural backfill within the sub-drain area.

B. General Piping Installation:

Page 361: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-208 [SPECPRO]

1. Install as detailed in the Contract Drawings and in accordance with applicable City standard and this Special Provisions.

C. Sub-surface Drainage (Burrito/French Drain): 1. Preparation of Trench: Accurately excavate trench as shown on the Contract Drawings. 2. Geotextile Filter Fabric: Place fabric in bottom of trench and extend up sides and beyond

trench. Overlap twelve-inches (12”) at ends of roll. 3. Drain Rock and Pipe: Install bedding portion of drain rock and bed pipe in place. Wrap

pipe with Filter Fabric. Do not damage or displace geotextile filter fabric on sides of trench. 4. Review: Prior to installing remaining drain rock backfill, request review by Engineer for

progress of the Work. 5. Closing: Upon acceptance, add remaining drain rock and lap over the ends of the filter

fabric as shown on the Contract Drawings. 6. Soil Backfill: Backfill with permeable planting soil mix to a minimum depth of six-inches

(6”) above filter fabric as shown on Contract Drawings.

3.4 FIELD QUALITY CONTROL

A. Tests: Field density test for compaction.

B. Manufacturer's Field Service: Installation of Trench Drains.

3.5 CLEANING AND PROTECTION

A. General: Keep clean and protect sub-drainage system until commencement of Work under- Soil Preparation.

B. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with Manufacturer’s instructions.

C. Sub-Drainage: Monitor sub-drainage systems and immediately identify problems with drainage. Make adjustments as necessary to maintain proper sub-drainage flow.

D. Protection: Protect installed products finished surfaces from damage during construction.

Measurement and Payment Full compensation for installation of landscape accessories noted above at varies location shall be considered as included in the contract prices for the “Tree Planting” and “Shrub Planting” at varies location and no additional compensation will be made therefore. The contract unit prices paid for “Self Watering System”, “Tree Planting (24”)”, “Tree Planting (36”)”, “Shrub Planting (15 Gallon)”, “Shrub Planting (5 Gallon)”, “Shrub

Page 362: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-209 [SPECPRO]

Planting (2 Gallon)”, “Shrub Planting (1 Gallon)”, and “Shrub Planting (4”)” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in planting, complete in place, including excavation, plant material, backfilling, stakes, cleanup and other incidental work, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The contract price paid per square foot for “Softscape Landscaping” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in importing and amending topsoil, planting and plant establishment, landscape drainage, furnishing and placing mulch, including excavation, backfill, finish grading, landscape planting accessories and other incidental work, as specified in the Standard Specifications and these Special Provisions, as shown on the plans and as directed by the Engineer. The contract price paid per square foot for “Rock Mulch” shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in planting and plant establishment, landscape drainage, furnishing and placing mulch, including excavation, backfill, finish grading, landscape planting accessories and other incidental work, as specified in the Standard Specifications and these Special Provisions, as shown on the plans and as directed by the Engineer.

BID ITEM NO. 110 LANDSCAPE MAINTENANCE “Landscape Maintenance” shall conform to the provisions in Section 20-4 of the Standard Specification. This work consists of maintain all planting including new and existing trees, shrubs and groundcovers within the project area. Contractor shall employ the most recent California Manual on Uniform Traffic Control Devices (California MUTCD) for traffic control during maintenance operations. Maintenance workers present and working on this project shall be fully employed and insured by the Contractor and comply with State of California Administrative code, Title 8, Industrial Relations, Chapter 4, Subchapter 4, Construction Safety Orders, and with rules and regulation of all regulatory agencies having jurisdiction over the work. Quality Control No plants material shall be re-planted, as a part of warrantee and maintenance operations, until the City or its designee has approved its quality and placement. Execution On at bi-weekly basis, the Contractor shall perform but no limited to the following maintenance activities:

Page 363: shattuck reconfiguration and pedestrian safety project ...

Shattuck Reconfiguration and Pedestrian Safety project SPECIFICATION NO. 17-11090-C TECHNICAL PROVISIONS

SPECPRO/17-11090-C TP-210 [SPECPRO]

1. Remove all weeds that appear during the maintenance period. 2. Maintain mulch depths and appearance. 3. Replace plants that have been lost or die. 4. Remove garbage and litter that collects with the median planting and treewell areas. 5. Filling the self watering system and watering new and existing trees.

Measurement and Payment “Landscape Maintenance” shall be measured on a lump sum basis for one (1) year of maintenance, starting upon acceptance of the project by the Engineer. The contract lump sum price for “Landscape Maintenance” shall include full compensation for furnishing all labor, materials, equipment and incidentals for maintenance, complete in place, including cleanup and other incidental work, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

Page 364: shattuck reconfiguration and pedestrian safety project ...

Appendix A Monument Reference Guidelines

Page 365: shattuck reconfiguration and pedestrian safety project ...

1947 Center Street, 4th Floor, Berkeley, CA 94704-1155 Tel: 510.981.6400 TDD: 510.981.6903 Fax: 510.981.6390

E-mail: [email protected]

City of Berkeley

Monument Reference Guidelines

A guide to Monument Referencing in the City of Berkeley as required by the

Professional Land Surveyors’ Act (Business and Professions Code) Section

8771 et. seq.

Page 366: shattuck reconfiguration and pedestrian safety project ...

Page 2 of 4

Department of Public Works

Engineering Division

City Monument Reference Guidelines December 1, 2009

GENERAL

City Monuments consist of many different kinds of physical objects but regardless of the specific

description of the object deemed to be a City Monument, the actual physical location must be accurately

preserved.

STANDARD PRACTICE

Standard Practices detailed below are to be followed when referencing a City of Berkeley Monument.

FIELD PRACTICES

Whenever a monument appears to be threatened with removal or disturbance the monument must be

referenced. A minimum of four (4) reference points must be set for each monument referenced. All

reference points shall be permanent and with a known location relative to the monument so that the

monument can be replaced accurately from the references. When available, sound concrete is the best site

for setting reference points. Surveyor’s nail and tags, crosses (with a minimum depth of 2mm) or Mag

Nails (or similar concrete nail) should be used in those cases where the reference can be set on sound

concrete curb, sidewalk or wall. Small portable concrete saws and drills are commercially available which

have proven effective for use in the setting of such references precisely and quickly. The important criteria

are that any concrete structure meets the following basic tests:

1. Good condition (not cracked, raised or lowered as compared to the adjacent concrete, fragile, etc.);

2. Accessible for setup, not blocking traffic and preferably on public right of way. If a reference

point must be set outside the public right of way, permission to do so must be acquired by the

surveyor performing the referencing. The City of Berkeley, by promulgation of these standards, is

not giving permission to perform any task on private property;

3. Positioned to survive the conditions that put the original monument at risk such as a street

reconstruction project, a sanitary sewer rehabilitation project, etc.;

4. Positioned to survive any foreseeable (as evidenced by a visual inspection of the site) construction

such as curb ramp construction/replacement, curb replacement, sidewalk replacement, utility

relocation, etc. The City of Berkeley has a strong commitment to insuring accessibility throughout

the City. Existing curb ramps are frequently replaced with code compliant curb ramps with

truncated domes. Damaged sidewalks and curbs are replaced as well. Additionally the City

Page 367: shattuck reconfiguration and pedestrian safety project ...

Page 3 of 4

frequently installs curb ramps at crosswalks where none currently exist, therefore those locations

shall be avoided when placing reference points;

5. The primary consideration in choosing the placement of a reference point shall be to assure its

safety and stability in perpetuity. For example, no reference point should be set near any trees with

roots likely to raise or damage the surface upon which the reference point has been set.

If no suitable concrete is available, a metal bar may be used provided that it is set flush in sound soil or

pavement. Setting metal bars has the possibility of damaging subsurface infrastructure. It shall be the duty

of the surveyor performing the referencing to assure that the site is properly evaluated for subsurface

infrastructure. Sole responsibility for any resulting damage thereto shall be borne by the surveyor

responsible for the damage. See the “REFERENCE POINTS NOT ON CONCRETE” section below for

details on this option.

QUALITY DETAILS FOR CUTTING A CROSS

The minimum depth of cut for a cross shall be 2mm. When making the cross in concrete make the initial

cut in line with the optical line of sight and the cut marking the distance at right angles to the line of sight.

This orientation helps to suggest the original location of the monument referenced and avoids the

imprecision associated with cuts at an angle to the line of sight. Paint the points for easy identification.

REFERENCE POINTS NOT ON CONCRETE

In certain places there may be no suitable concrete structure available for placing a reference point. In such

places a well described point, with a level of durability and precision equal to or exceeding that of a

minimum 2mm deep cross on sound concrete, shall be established. If a metal bar is used as a reference

point a punch shall be set in the top of the bar at the precise reference point. A plastic cap is unacceptable

for this purpose. No reference point shall be set on private property without the surveyor performing the

referencing first obtaining permission from the property owner.

DOCUMENTATION

Within two (2) weeks of the completion of any monument referencing task Corner Records for each

monument referenced shall be filed with Alameda County, and copies of the signed sealed submittals of

those Corner Records shall be provided to the City of Berkeley, Public Works Department, Engineering

Division, Survey Section.

CORNER RECORD MONUMENT AND REFERNCE POINT CONDITIONS AND DESCRIPTIONS

Corner Records shall include a detailed description of the monument referenced and reference points set:

1. Description of monument/reference material (cut cross, brass disc, brass pin, iron pin, mag nail,

rebar, etc.);

2. Character of monument/reference (cross in brick wall, cross in concrete curb, cross in concrete

sidewalk, disc in concrete, mag nail set on top of curb, nail and tag in asphalt pavement, pin in

concrete, rebar in asphalt pavement, etc.);

Page 368: shattuck reconfiguration and pedestrian safety project ...

Page 4 of 4

3. Diameter or width of monument material;

4. Description of monument setting (inside standard casting, set flush in sidewalk, etc.);

5. Labeled with the official City of Berkeley monument designation (B####).

UNACCEPTABLE REFERENCE POINTS

In no case will lead, or any other material that may cause harm, be used in any portion of the referencing

process. Sole responsibility for the removal of such products and any harm they cause will be borne by the

surveyor responsible for using the product in the referencing process.

Scribe lines, permanent marker, paint, wood hubs, etc., due to their limited lifecycle, may not be used as a

reference point.

No reference point may be set on any fire hydrant or similarly temporary fixture.

VERTICAL REFERENCE POINTS

When a monument is to be referenced vertically, differential leveling practices shall be used. The Corner

Record shall include a minimum of four (4) vertical reference points. It is preferable that the horizontal

reference points also be used for the vertical referencing.

All vertical references shall be based on a value and datum provided by the City of Berkeley, Public

Works Department, Engineering Division, Survey Section, at the time of the request for referencing. Note

that the value associated with any control point in the City’s vertical and horizontal network is subject to

change as the City periodically recalculates its position.

Page 369: shattuck reconfiguration and pedestrian safety project ...

Appendix B (Not Used)

Page 370: shattuck reconfiguration and pedestrian safety project ...

Appendix C City of Berkeley Standard Details

Page 371: shattuck reconfiguration and pedestrian safety project ...
Page 372: shattuck reconfiguration and pedestrian safety project ...
Page 373: shattuck reconfiguration and pedestrian safety project ...
Page 374: shattuck reconfiguration and pedestrian safety project ...
Page 375: shattuck reconfiguration and pedestrian safety project ...
Page 376: shattuck reconfiguration and pedestrian safety project ...

www.oldcastleprecast.com

Oldcastle Precast ®

Enclosure Solutions

G05T BOX G05T TRAFFIC VALVE BOX10-3/8" I.D. x 12"

©Copyright 2011 Oldcastle Precast Inc.

Traffic Valve BoxNo. G05T BOX

58 lbs.

Cast Iron LidNo. G05CT

14 lbs.

LockingGrade Ring

Page 377: shattuck reconfiguration and pedestrian safety project ...
Page 378: shattuck reconfiguration and pedestrian safety project ...
Page 379: shattuck reconfiguration and pedestrian safety project ...
Page 380: shattuck reconfiguration and pedestrian safety project ...
Page 381: shattuck reconfiguration and pedestrian safety project ...
Page 382: shattuck reconfiguration and pedestrian safety project ...
Page 383: shattuck reconfiguration and pedestrian safety project ...
Page 384: shattuck reconfiguration and pedestrian safety project ...
Page 385: shattuck reconfiguration and pedestrian safety project ...
Page 386: shattuck reconfiguration and pedestrian safety project ...
Page 387: shattuck reconfiguration and pedestrian safety project ...
Page 388: shattuck reconfiguration and pedestrian safety project ...
Page 389: shattuck reconfiguration and pedestrian safety project ...
Page 390: shattuck reconfiguration and pedestrian safety project ...
Page 391: shattuck reconfiguration and pedestrian safety project ...
Page 392: shattuck reconfiguration and pedestrian safety project ...
Page 393: shattuck reconfiguration and pedestrian safety project ...
Page 394: shattuck reconfiguration and pedestrian safety project ...
Page 395: shattuck reconfiguration and pedestrian safety project ...
Page 396: shattuck reconfiguration and pedestrian safety project ...
Page 397: shattuck reconfiguration and pedestrian safety project ...
Page 398: shattuck reconfiguration and pedestrian safety project ...

Appendix D BART Plaza

Bus Shelter Drawings

Page 399: shattuck reconfiguration and pedestrian safety project ...

SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT

BART DOWNTOWN BERKELEY

PLAZA IMPROVEMENT PROJECT

05EA-110 P

A180 084

FMG ARCHITECTS FMG ARCHITECTS

Page 400: shattuck reconfiguration and pedestrian safety project ...

SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT

BART DOWNTOWN BERKELEY

PLAZA IMPROVEMENT PROJECT

05EA-110 P

A181 085

FMG ARCHITECTS FMG ARCHITECTS

Page 401: shattuck reconfiguration and pedestrian safety project ...
Page 402: shattuck reconfiguration and pedestrian safety project ...

6" MI

P REV. DATE

10'-0"

R 22'-4 Yz"

MIDPOINT AT TOP FACE OF MOMENT FRAME BEAM

MOMENT FRAME COLUMN

HSS 5X5

~., ,;. ;,..01.'

. "., .. : .. "

f-------------9'-1~"~------'

ELEVATION SCALE: 1 /2" = 1'-0"

BEAM-POST CONNECTION I---h

TYP

SEE ARCH. DWGS FOR \ ELEVATION \

TOP OF (N) PLAZA PAVER, ELEVATION VARIES, SEE CIVIL DWG.

SECTION SCALE: 1/2" = 1 '-0"

"i-4 __ -tPU RLlN- BEAM CONNECTION 2

CONCRETE FOOTING

HALF SIZE ISSUED FOR 810 PER BECO EM002048

DESCRIPTION

MOMENT FRAME 2

BASEPLATE, SEE DETAIL 3/S413, TYP

N "-0

I "en

~ to x (()

C/l C/l I

<t OF COLUMN & BASEPLATE

1 ~ ~7

20'-0"

S413 ~ ~SI'

~ 6" CONCRETE PAD-y

~6" CONCRETE PAD

GRADE BEAM

<t OF COLUMN & BASEPLATE

[

1'-6"X1'-6" --------L-~-+-H

r

DEEP

~6. CONCRETE PAD~ CONCRETE FOOTING Y. 2' -0"X2' -0" DEEP

CONCRETE PLAN

4'-0"

HSS 4X4X/4 COLUMN

SCALE: 1 /2" = l' -0"

4'-0"

HSS 4X4X/4 COLUMN

~ to x (()

C/l C/l I

4' 0" <t - k 1

~ffiTYp S414

~ o

HSS 4X4X/4

.-J

HSS 9X5X18

.-J

CONCRETE FOOTIN 2'-2"X2'-0" DEEP

4'-0"

HSS 4X4X/4 COLUMN

~ to X (()

C/l C/l I

ROOF FRAMING PLAN @ SCALE: 1/2" = 1'-0"

4'-0"

r

HSS 5X5X18 COLUMN

l

J . ±-~

to X (()

(j') (j') I

SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT BART DOWNTOWN BERKELEY PLAZA IMPROVEMENT PROJECT m m BUS SHELTER PLAN AND ELEVATION

MANAGER: APPROVED BY:

CONCRETE FOOTING ON SIDE OF BIORETENTION TREE WELL SHALL BE INTEGRAL COLOR AND LIGHT SAND 8LAST FINISH TO MATCH CONCRETE 8 PAVEMENT

eN) BIORETENTION TREE WELL

FOR BIORETENTION TREE WELL EDGE CONDITION, SEE 2/L232

CADD FILENAME DB-S412-P.DWG

SIZE: SCALE D 1/2"=1'-0"

CONTRACT NO. REV.

05EA·110 P CONTRACT SHEET NO.

S412

Page 403: shattuck reconfiguration and pedestrian safety project ...

P REV_ DATE

FG, SEE CIVIL

<I <I _ -

(N) PAVER

BEDDING LAYER, SAND CEMENT MORTAR

6" CONCRETE PAD, #4 @ 12" EW, TYP

8" AGGREGATE BASE, TYP

#4 @ 12" OC, STANDARD 135' HOOK

SEE NOTE 2

SEE NOTE 2 ~ __ Ll-",-<--":"--=~i-'""-.. ~-c~.~ ~ (L

()~

2#5 TB ~~~~~~~~~I~

UNDISTURBED OR COMPACTED SUBGRADE

.;;..D..;;;ET~A;.;..;I L~ ____ -+-~~ S412 SCALE: 1 1/2" = 1'-0"

BASEl( 12"X12"X1-2", SEE DETAIL 3/S413

-<\

• -Ll

<I

2#5, TB

__ <I

-<1

HSS COLUMN

~" EXPANSION JOINT AROUND COLUMN, SEE DETAIL 4/S413

6" CONCRETE PAD

8" AGGREGATE BASE

ROD W/

UNDISTURBED OR COMPACTED SUBGRADE

_D_ET_A_IL~~~~_-+-:=-:-:-:~ S412 SCALE: 1 1/2" = 1'-0"

HALF SIZE ISSUED FOR BID PER BECO EM002048

DESCRIPTION

~" EXP JOINT AROUND COLUMN,

SEE DETAIL 4/S413

%"(6 ADHESIVE ANCHOR W/ 4" EMBED, TYP.

SEE NOTE 1.

BASEl( 12"X12"X1-2", SEE DETAIL 3/S413

HSS COLUMN

.;;;;.D..;;;:E;...;.T~A;.;..;I L~ ____ -+-~"....-I S412 SCALE: 1 1/2" = 1'-0"

SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT

m APPROVED BY, ~ m

MANAGER:

GENERAL SHEET NOTE:

1. TOP OF ANCHOR HEAD SHALL BE CLEAR OF PAVING BLOCK. FOR PAVEMENT PLAZA DETAILS, SEE D/C303.

2. FORMS SHALL BE USED FOR CONSTRUCTING CONCRETE FOUNDATION ON THE SIDE NEXT TO WEAKENED SOIL SUCH AS BIORETENTION POND.

1 "¢ HOLE, TYP

DETAIL SCALE: 1 1/2" = 1'-0"

HSS COLU

SYNTHETIC SPONGE RUBBER FILLER

SYNTHETIC SPONGE RUBBER EXPANSION

JOINT MATERIAL

DETAIL SCALE: 3" = 1'-0"

HSS COLUMN

BASE PLATE

@

BART DOWNTOWN BERKELEY PLAZA IMPROVEMENT PROJECT

BUS SHELTER FOOTING DETAILS

CADD FILENAME DB-S413-P.DWG

SIZE: SCALE D 1/4"=1'-0"

CONTRACT NO.

05EA-110 CONTRACT SHEET NO.

S413

Page 404: shattuck reconfiguration and pedestrian safety project ...

P REV.

HSS 9xS BEAM

CURVED ROOF PURLIN

FOR PURLIN CONNECTION DETAIL, SEE DETAIL 8/S414

%" THK STIFF PL,

lYP

MOMENT FRAME 1 SCALE: 3" = 1'-0"

CURVED ROOF PURLIN

FOR PURLIN CONNECTION DETAIL, SEE DETAIL 8/S414

HSS 4X4 BEAM

){;" THK STIFF PL, lYP

BOTH\ ___ ",_ FLG / I"

MOMENT FRAME 2 SCALE: 3" = 1'-0"

Ys" CAP PLATE, SEAL WELD

HSS 5XS COLUMN

@S412 S414

)8" CAP PLATE, SEAL WELD

'----,-_-{ BOTH WEB

HSS 4X4 COLUMN

@S412 L 5x3xt4, CUT LEG TO BE

W/ ROOF PURLIN

h"¢ BLIND BOLT

HSS 4X4 BEAM

HSS 6XS CURVED ROOF PURLIN

ANGLE

I..!...

CURVED ROOF PURLIN

FOR PURLIN CONNECTION DETAIL, SEE DETAIL 8/S414

h"¢ BLIND BOLT

HSS 4X4

BEAM-POST CONNECTION POST

SCALE: 3" = 1'-0"

TOP PLATE S"X SEE DETAIL 9/~

HSS 6X5 CURVED ROOF PURLIN L 6x3xt4, CUT LEG TO BE FLUSH W/ ROOF PURLIN

1~" lYP

SEAL WELD & GRIND SMOOTH }--------'"

HSS 9X5 BEAM

..;...P...;;.U...;.,R...;.;;;L;;;.;..;I N...;..-~B-=EA;;.....;.;..;..M---..;;C __ O __ N __ N...;..E __ C __ T...;..I...;;.O_N.;.........;1-+----fS412 SCALE: 3" = 1'-0"

HSS 4X4 POST

o ,-+-+--.... (:3-1

SEAL WELD & GRIND SMOOTH

SEAL WELD &

HSS 4X4 CURVED ROOF PURLIN o (/) -'------"",,---______ +

(:3-1~ ~3H­L58

GRIND SMOOTH }-------~~

HSS 4X4 BEAM

..;..-P...;;.U...;.,R...;.;;;L;;;.;..;I N...;..-~B..;;;;E;.;.....;A...;.,M----..;;C-.;O...;..N __ N......;E;.;;..C __ T __ I __ O_N----..;;2+----1S412 SCALE: 3" = 1'-0"

HALF SIZE

ISSUED FOR BID PER SECO EM002048 DATE DESCRIPTION

SEAL WELD & GRIND SMOOTH

HSS BEAM h"¢ BLIND BOLT, lYP.

PURLIN CONNECTION SCALE: 3" = 1'-0"

SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT

m APPROVED BY: ~ MANAGER:

__ TO..;;;...;...P~P..;;;;LA~T..;..;E~C..;;....;...O..;..-N..;..;N;..;;;E;;....;C __ T..;..;IO;;...;N~_-+_-;S412 SCALE: 3" = 1'-0"

BART DOWNTOWN BERKELEY PLAZA IMPROVEMENT PROJECT

BUS SHELTER DETAILS

CADD FILENAME DB-S414-P.DWG

SIZE: SCALE

D CONTRACT NO. REV.

OSEA-110 P CONTRACT SHEET NO.

S414

Page 405: shattuck reconfiguration and pedestrian safety project ...

Appendix E Clear Channel Bus Shelter Drawings

Page 406: shattuck reconfiguration and pedestrian safety project ...
Page 407: shattuck reconfiguration and pedestrian safety project ...

Appendix F BART Insurance Requirements

Page 408: shattuck reconfiguration and pedestrian safety project ...
Page 409: shattuck reconfiguration and pedestrian safety project ...
Page 410: shattuck reconfiguration and pedestrian safety project ...
Page 411: shattuck reconfiguration and pedestrian safety project ...
Page 412: shattuck reconfiguration and pedestrian safety project ...
Page 413: shattuck reconfiguration and pedestrian safety project ...
Page 414: shattuck reconfiguration and pedestrian safety project ...

Appendix G State and Federal

Prevailing Wage Rates

Page 415: shattuck reconfiguration and pedestrian safety project ...

General Decision Number: CA180029 07/27/2018 CA29

Superseded General Decision Number: CA20170029

State: California

Construction Types: Building, Heavy (Heavy and Dredging) and Highway

Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California.

BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018 1 01/12/2018 2 01/19/2018 3 01/26/2018 4 02/09/2018 5 03/02/2018 6 04/06/2018 7 04/13/2018 8 05/04/2018 9 06/01/2018 10 06/15/2018 11 06/29/2018 12 07/06/2018 13 07/13/2018 14 07/20/2018 15 07/27/2018

ASBE0016-004 06/25/2018

Page 1 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 416: shattuck reconfiguration and pedestrian safety project ...

AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TOULMNE COUNTIES

AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANSICO, SAN MATEO & SANTA CLARA COUNTIES

Rates Fringes

Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1......................$ 30.81 22.71 Area 2......................$ 31.81 22.71 ---------------------------------------------------------------- ASBE0016-008 01/01/2018

AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANSICO, SAN MATEO, SANTA CLARA, & SANTA CRUZ

AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAU, & TUOLUMNE

Rates Fringes

Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1......................$ 35.36 22.98 Area 2......................$ 49.46 22.98 ---------------------------------------------------------------- BOIL0549-001 10/01/2016

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES

AREA 2: REMAINING COUNTIES

Rates Fringes

BOILERMAKER Area 1......................$ 43.28 37.91 Area 2......................$ 39.68 35.71 ---------------------------------------------------------------- BRCA0003-001 08/01/2017

Rates Fringes

Page 2 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 417: shattuck reconfiguration and pedestrian safety project ...

MARBLE FINISHER..................$ 32.60 15.31 ---------------------------------------------------------------- BRCA0003-003 08/01/2017

Rates Fringes

MARBLE MASON.....................$ 44.60 26.83 ---------------------------------------------------------------- BRCA0003-005 05/01/2017

Rates Fringes

BRICKLAYER ( 1) Fresno, Kings, Madera, Mariposa, Merced....$ 38.45 21.22 ( 7) San Francisco, San Mateo.......................$ 42.34 25.83 ( 8) Alameda, Contra Costa, San Benito, Santa Clara.......................$ 44.16 21.71 ( 9) Calaveras, San Joaquin, Stanislaus, Toulumne....................$ 39.66 20.76 (16) Monterey, Santa Cruz...$ 39.51 23.49 ---------------------------------------------------------------- BRCA0003-008 09/01/2017

Rates Fringes

TERRAZZO FINISHER................$ 35.14 16.87 TERRAZZO WORKER/SETTER...........$ 44.11 26.36 ---------------------------------------------------------------- BRCA0003-011 04/01/2018

AREA 1: Alameda, Contra Costa, Monterey, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz

AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne

AREA 3: Fresno, Kings, Madera, Mariposa, Merced

Rates Fringes

TILE FINISHER Area 1......................$ 28.56 15.87 Area 2......................$ 25.60 14.30 Area 3......................$ 25.88 15.17 Tile Layer Area 1......................$ 47.77 18.29 Area 2......................$ 42.67 16.81 Area 3......................$ 38.15 17.70 ---------------------------------------------------------------- CARP0022-001 07/01/2018

San Francisco County

Rates Fringes

Page 3 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 418: shattuck reconfiguration and pedestrian safety project ...

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 48.55 29.32 Journeyman Carpenter........$ 48.40 29.32 Millwright..................$ 48.50 30.91 ---------------------------------------------------------------- CARP0034-001 07/01/2018

Rates Fringes

Diver Assistant Tender, ROV Tender/Technician...........$ 47.65 32.52 Diver standby...............$ 52.61 32.52 Diver Tender................$ 51.82 32.52 Diver wet...................$ 97.17 32.52 Manifold Operator (mixed gas)........................$ 56.82 32.52 Manifold Operator (Standby).$ 51.82 32.52

DEPTH PAY (Surface Diving): 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot

SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours.

DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, tunnel or other enclosure less than 48" in height, the premium will be $1.00 per foot.

WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift.

---------------------------------------------------------------- CARP0034-003 07/01/2017

Rates Fringes

Piledriver.......................$ 46.65 31.91 ---------------------------------------------------------------- CARP0035-007 07/01/2017

Page 4 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 419: shattuck reconfiguration and pedestrian safety project ...

AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties

AREA 2: Monterey, San Benito, Santa Cruz Counties

AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties

Rates Fringes

Modular Furniture Installer Area 1 Installer I................$ 25.61 20.42 Installer II...............$ 22.18 20.42 Lead Installer.............$ 29.06 20.92 Master Installer...........$ 33.28 20.92 Area 2 Installer I................$ 22.96 20.42 Installer II...............$ 20.01 20.42 Lead Installer.............$ 25.93 20.92 Master Installer...........$ 29.56 20.92 Area 3 Installer I................$ 22.01 20.42 Installer II...............$ 19.24 20.42 Lead Installer.............$ 24.81 20.92 Master Installer...........$ 31.83 20.92 ---------------------------------------------------------------- CARP0035-008 07/01/2018

AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties

AREA 2: Monterey, San Benito, Santa Cruz Counties

AREA 3: San Joaquin

AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Stanislaus, Tuolumne Counties

Rates Fringes

Drywall Installers/Lathers: Area 1......................$ 46.40 29.76 Area 2......................$ 40.52 29.76 Area 3......................$ 41.02 29.15 Area 4......................$ 39.67 29.76 Drywall Stocker/Scrapper Area 1......................$ 23.20 17.29 Area 2......................$ 20.26 17.29 Area 3......................$ 20.51 16.88 Area 4......................$ 19.84 17.29 ---------------------------------------------------------------- CARP0152-001 07/01/2018

Contra Costa County

Rates Fringes

Page 5 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 420: shattuck reconfiguration and pedestrian safety project ...

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 48.55 29.32 Journeyman Carpenter........$ 48.40 29.32 Millwright..................$ 48.50 30.91 ---------------------------------------------------------------- CARP0152-002 07/01/2018

San Joaquin County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 42.67 29.32 Journeyman Carpenter........$ 42.52 29.32 Millwright..................$ 45.02 30.91 ---------------------------------------------------------------- CARP0152-004 07/01/2018

Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 41.32 29.32 Journeyman Carpenter........$ 41.17 29.32 Millwright..................$ 43.67 30.91 ---------------------------------------------------------------- CARP0217-001 07/01/2018

San Mateo County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 48.55 29.32

Page 6 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 421: shattuck reconfiguration and pedestrian safety project ...

Journeyman Carpenter........$ 48.40 29.32 Millwright..................$ 48.50 30.91 ---------------------------------------------------------------- CARP0405-001 07/01/2018

Santa Clara County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 48.55 29.32 Journeyman Carpenter........$ 48.40 29.32 Millwright..................$ 48.50 30.91 ---------------------------------------------------------------- CARP0405-002 07/01/2018

San Benito County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 42.58 29.32 Journeyman Carpenter........$ 42.52 29.32 Millwright..................$ 45.02 30.91 ---------------------------------------------------------------- CARP0505-001 07/01/2018

Santa Cruz County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 42.67 29.32 Journeyman Carpenter........$ 42.52 29.32 Millwright..................$ 45.02 30.91 ---------------------------------------------------------------- CARP0605-001 07/01/2018

Monterey County

Rates Fringes

Page 7 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 422: shattuck reconfiguration and pedestrian safety project ...

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 42.67 29.32 Journeyman Carpenter........$ 42.52 29.32 Millwright..................$ 45.02 30.91 ---------------------------------------------------------------- CARP0701-001 07/01/2018

Fresno and Madera Counties

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 41.32 29.32 Journeyman Carpenter........$ 41.17 29.32 Millwright..................$ 43.67 30.91 ---------------------------------------------------------------- CARP0713-001 07/01/2018

Alameda County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 48.55 29.32 Journeyman Carpenter........$ 48.40 29.32 Millwright..................$ 48.50 30.91 ---------------------------------------------------------------- CARP1109-001 07/01/2018

Kings County

Rates Fringes

Carpenters Bridge Builder/Highway Carpenter...................$ 48.40 29.32 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 41.32 29.32 Journeyman Carpenter........$ 41.17 29.32

Page 8 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 423: shattuck reconfiguration and pedestrian safety project ...

Millwright..................$ 43.67 30.91 ---------------------------------------------------------------- ELEC0006-004 12/01/2017

SAN FRANCISCO COUNTY

Rates Fringes

Sound & Communications Installer...................$ 38.52 3%+18.05 Technician..................$ 44.30 3%+18.05

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0006-007 06/01/2017

SAN FRANCISCO COUNTY

Rates Fringes

ELECTRICIAN......................$ 66.00 3%+43.40 ---------------------------------------------------------------- ELEC0100-002 03/01/2018

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

ELECTRICIAN......................$ 37.50 22.18 ---------------------------------------------------------------- ELEC0100-005 12/01/2016

FRESNO, KINGS, MADERA

Rates Fringes

Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86

Page 9 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 424: shattuck reconfiguration and pedestrian safety project ...

SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems.

A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide,

B. FIRE ALARM SYSTEMS Installation, wire pulling and testing

C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV

D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment

E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF and Remote Control Systems, Fiber Optic Data Systems

WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit.

---------------------------------------------------------------- * ELEC0234-001 06/01/2018

MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES

Page 10 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 425: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

ELECTRICIAN Zone A......................$ 46.15 25.48 Zone B......................$ 50.77 25.48

Zone A: All of Santa Cruz, Monterey, and San Benito Counties within 25 air miles of Highway 1 and Dolan Road in Moss Landing, and an area extending 5 miles east and west of Highway 101 South to the San Luis Obispo County Line

Zone B: Any area outside of Zone A

---------------------------------------------------------------- ELEC0234-003 12/01/2017

MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES

Rates Fringes

Sound & Communications Installer...................$ 38.02 18.69 Technician..................$ 43.72 18.86

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0302-001 01/01/2018

CONTRA COSTA COUNTY

Rates Fringes

CABLE SPLICER....................$ 56.17 26.59 ELECTRICIAN......................$ 49.76 26.59 ---------------------------------------------------------------- ELEC0302-003 12/01/2017

CONTRA COSTA COUNTY

Page 11 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 426: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

Sound & Communications Installer...................$ 37.22 18.66 Technician..................$ 42.80 18.83

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0332-001 05/29/2017

SANTA CLARA COUNTY

Rates Fringes

CABLE SPLICER....................$ 69.60 34.318 ELECTRICIAN......................$ 60.52 34.046

FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, "Bosun's chairs," or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight-time rate of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the straight-time rate of pay.

---------------------------------------------------------------- ELEC0332-003 12/01/2017

SANTA CLARA COUNTY

Rates Fringes

Sound & Communications Installer...................$ 38.02 18.69 Technician..................$ 43.72 18.86

SCOPE OF WORK: Including any data system whose only function

Page 12 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 427: shattuck reconfiguration and pedestrian safety project ...

is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0595-001 06/01/2018

ALAMEDA COUNTY

Rates Fringes

CABLE SPLICER....................$ 61.03 3%+35.72 ELECTRICIAN......................$ 54.25 3%+35.72 ---------------------------------------------------------------- ELEC0595-002 06/01/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

CABLE SPLICER....................$ 42.55 7.45%+24.58 ELECTRICIAN (1) Tunnel work.............$ 38.85 7.45%+24.58 (2) All other work.........$ 37.00 7.45%+24.58 ---------------------------------------------------------------- ELEC0595-006 12/01/2017

ALAMEDA COUNTY

Rates Fringes

Sound & Communications Installer...................$ 38.02 3%+17.96 Technician..................$ 43.72 3%+17.96

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or

Page 13 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 428: shattuck reconfiguration and pedestrian safety project ...

jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0595-008 12/01/2017

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

Communications System Installer...................$ 38.02 3%+17.96 Technician..................$ 43.72 3%+17.96

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0617-001 06/01/2018

SAN MATEO COUNTY

Rates Fringes

ELECTRICIAN......................$ 61.00 34.62 ---------------------------------------------------------------- ELEC0617-003 12/01/2017

SAN MATEO COUNTY

Page 14 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 429: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

Sound & Communications Installer...................$ 38.02 19.27 Technician..................$ 43.72 19.27

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC0684-001 06/01/2018

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

ELECTRICIAN......................$ 38.00 3%+21.33

CABLE SPLICER = 110% of Journeyman Electrician ---------------------------------------------------------------- ELEC0684-004 12/01/2016

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86

SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety

Page 15 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 430: shattuck reconfiguration and pedestrian safety project ...

systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician.

---------------------------------------------------------------- ELEC1245-001 06/01/2018

Rates Fringes

LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 56.79 17.91 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 45.36 16.74 (3) Groundman...............$ 34.68 16.36 (4) Powderman...............$ 49.55 3%+17.65

HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day

---------------------------------------------------------------- ELEV0008-001 01/01/2018

Rates Fringes

ELEVATOR MECHANIC................$ 65.45 32.645

FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day.

---------------------------------------------------------------- ENGI0003-001 06/26/2017

"AREA 1" WAGE RATES ARE LISTED BELOW

"AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES.

SEE AREA DEFINITIONS BELOW

Rates Fringes

Page 16 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 431: shattuck reconfiguration and pedestrian safety project ...

OPERATOR: Power Equipment (AREA 1:) GROUP 1.....................$ 44.67 30.39 GROUP 2.....................$ 43.14 30.39 GROUP 3.....................$ 41.66 30.39 GROUP 4.....................$ 40.28 30.39 GROUP 5.....................$ 39.01 30.39 GROUP 6.....................$ 37.69 30.39 GROUP 7.....................$ 36.55 30.39 GROUP 8.....................$ 35.41 30.39 GROUP 8-A...................$ 33.20 30.39 OPERATOR: Power Equipment (Cranes and Attachments - AREA 1:) GROUP 1 Cranes.....................$ 46.30 30.39 Oiler......................$ 36.63 30.39 Truck crane oiler..........$ 39.20 30.39 GROUP 2 Cranes.....................$ 43.79 30.39 Oiler......................$ 36.36 30.39 Truck crane oiler..........$ 38.98 30.39 GROUP 3 Cranes.....................$ 42.05 30.39 Hydraulic..................$ 38.32 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39 GROUP 4 Cranes.....................$ 39.01 30.39 OPERATOR: Power Equipment (Piledriving - AREA 1:) GROUP 1 Lifting devices............$ 45.89 30.39 Oiler......................$ 36.63 30.39 Truck crane oiler..........$ 39.20 30.39 GROUP 2 Lifting devices............$ 44.07 30.39 Oiler......................$ 36.36 30.39 Truck Crane Oiler..........$ 38.98 30.39 GROUP 3 Lifting devices............$ 42.39 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39 GROUP 4 Lifting devices............$ 40.62 30.39 GROUP 5 Lifting devices............$ 39.32 30.39 GROUP 6 Lifting devices............$ 37.98 30.39 OPERATOR: Power Equipment (Steel Erection - AREA 1:) GROUP 1 Cranes.....................$ 46.30 30.39 Oiler......................$ 36.63 30.39 Truck Crane Oiler..........$ 39.20 30.39 GROUP 2 Cranes.....................$ 43.79 30.39 Oiler......................$ 36.36 30.39 Truck Crane Oiler..........$ 38.98 30.39

Page 17 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 432: shattuck reconfiguration and pedestrian safety project ...

GROUP 3 Cranes.....................$ 42.05 30.39 Hydraulic..................$ 38.32 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39 GROUP 4 Cranes.....................$ 39.01 30.39 GROUP 5 Cranes.....................$ 35.13 30.39 OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) SHAFTS, STOPES, RAISES: GROUP 1....................$ 40.77 30.39 GROUP 1-A..................$ 43.24 30.39 GROUP 2....................$ 39.51 30.39 GROUP 3....................$ 38.18 30.39 GROUP 4....................$ 37.04 30.39 GROUP 5....................$ 35.90 30.39 UNDERGROUND: GROUP 1....................$ 40.67 30.39 GROUP 1-A..................$ 43.14 30.39 GROUP 2....................$ 39.41 30.39 GROUP 3....................$ 38.08 30.39 GROUP 4....................$ 36.94 30.39 GROUP 5....................$ 35.80 30.39

FOOTNOTE: Work suspended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds.

GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c.

GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre-stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour)

GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade

Page 18 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 433: shattuck reconfiguration and pedestrian safety project ...

checker (GPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill equipment)

GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumpcrete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar

GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self-loading chipper; Concrete barrier moving machine

GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson;

Page 19 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 434: shattuck reconfiguration and pedestrian safety project ...

Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip-form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader

GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir-debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity)

GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe-trencher); Tub grinder wood chipper

----------------------------------------------------------

ALL CRANES AND ATTACHMENTS

GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons

GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom-type lifting device, over 45 tons; Tower crane

GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under;

GROUP 4: Boom Truck or dual purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons;

-----------------------------------------------------------

Page 20 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 435: shattuck reconfiguration and pedestrian safety project ...

PILEDRIVERS

GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom-type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons

GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig

GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under

GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder

GROUP 5: Deck engineer

GROUP 6: Deckhand; Fire tender

-------------------------------------------------------------

STEEL ERECTORS

GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons

GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane

GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under

GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder

GROUP 5: Boom cat

-------------------------------------------------------------- --

TUNNEL AND UNDERGROUND WORK

GROUP 1-A: Tunnel bore machine operator, 20' diameter or more

GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator

GROUP 2: Combination slusher and motor operator; Concrete pump or pumpcrete gun; Power jumbo operator

Page 21 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 436: shattuck reconfiguration and pedestrian safety project ...

GROUP 3: Drill doctor; Mine or shaft hoist

GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman

GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator -----------------------------------------------------------

AREA DESCRIPTIONS:

POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors]

AREA 1: ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, TUOLUMNE AREA 2 -NOTED BELOW

THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW:

CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern Part

FRESNO COUNTY: Area 1: Remainder Area 2: Eastern Part

MADERA COUNTY: Area 1: Remainder Area 2: Eastern Part

MARIPOSA COUNTY: Area 1: Remainder Area 2: Eastern Part

MONTEREY COUNTY: Area 1: Remainder Area 2: Southwestern part

TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part

---------------------------------------------------------------- ENGI0003-008 07/01/2017

Rates Fringes

Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman...............$ 44.77 31.25 (2) Dredge Dozer; Heavy

Page 22 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 437: shattuck reconfiguration and pedestrian safety project ...

duty repairman.............$ 39.81 31.25 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 38.69 31.25 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 35.39 31.25 AREA 2: (1) Leverman...............$ 46.77 31.25 (2) Dredge Dozer; Heavy duty repairman.............$ 41.81 31.25 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 40.69 31.25 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 37.39 31.25

AREA DESCRIPTIONS

AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES

AREA 2: MODOC COUNTY

THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW:

ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder

CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern part

COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder

ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder

FRESNO COUNTY: Area 1: Remainder Area 2: Eastern part

GLENN COUNTY: Area 1: Eastern part Area 2: Remainder

LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder

Page 23 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 438: shattuck reconfiguration and pedestrian safety project ...

MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part

MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part

MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part

NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder

PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder

PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder

SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder

SIERRA COUNTY: Area 1: Western part Area 2: Remainder

SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder

SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder

TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder

TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder

TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part

---------------------------------------------------------------- ENGI0003-019 07/26/2017

SEE AREA DESCRIPTIONS BELOW

Page 24 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 439: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

OPERATOR: Power Equipment (LANDSCAPE WORK ONLY) GROUP 1 AREA 1.....................$ 34.05 28.73 AREA 2.....................$ 36.05 28.73 GROUP 2 AREA 1.....................$ 30.45 28.73 AREA 2.....................$ 32.45 28.73 GROUP 3 AREA 1.....................$ 25.84 28.73 AREA 2.....................$ 27.84 28.73

GROUP DESCRIPTIONS:

GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP.

GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP.

GROUP 3: Landscae Utility Operator: Small Rubber-Tired Tractor, Trencher Under 31 HP.

AREA DESCRIPTIONS:

AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES

AREA 2 - MODOC COUNTY

THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW:

ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder

CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part

COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder

DEL NORTE COUNTY: Area 1: Extreme Southwestern corner

Page 25 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 440: shattuck reconfiguration and pedestrian safety project ...

Area 2: Remainder

ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder

FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part

GLENN COUNTY: Area 1: Eastern part Area 2: Remainder

HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder

LAKE COUNTY: Area 1: Southern part Area 2: Remainder

LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder

MADERA COUNTY Area 1: Remainder Area 2: Eastern part

MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part

MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder

MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part

NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder

PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder

PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder

SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder

Page 26 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 441: shattuck reconfiguration and pedestrian safety project ...

SIERRA COUNTY: Area 1: Western part Area 2: Remainder

SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder

SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder

TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder

TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder

TULARE COUNTY; Area 1: Remainder Area 2: Eastern part

TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part

---------------------------------------------------------------- IRON0377-002 01/01/2017

Rates Fringes

Ironworkers: Fence Erector...............$ 29.58 21.59 Ornamental, Reinforcing and Structural..............$ 36.00 30.15

PREMIUM PAY:

$6.00 additional per hour at the following locations:

China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB

$4.00 additional per hour at the following locations:

Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center

$2.00 additional per hour at the following locations:

Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock

Page 27 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 442: shattuck reconfiguration and pedestrian safety project ...

---------------------------------------------------------------- LABO0067-002 12/01/2017

AREA "A" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES

AREA "B" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

Asbestos Removal Laborer All Counties................$ 23.00 11.31 LABORER (Lead Removal) Area A......................$ 30.70 22.17 Area B......................$ 29.70 22.17

ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal of asbestos-containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos-containing materials by hand or with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations.

---------------------------------------------------------------- LABO0073-002 06/26/2017

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.54 22.17 Traffic Control Person I....$ 28.84 22.17 Traffic Control Person II...$ 26.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0073-003 07/01/2017

SAN JOAQUIN COUNTY

Rates Fringes

LABORER Mason Tender-Brick..........$ 30.45 21.04 ----------------------------------------------------------------

Page 28 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 443: shattuck reconfiguration and pedestrian safety project ...

LABO0073-005 06/26/2017

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 21.72 GROUP 2.....................$ 36.37 21.72 GROUP 3.....................$ 36.12 21.72 GROUP 4.....................$ 35.67 21.72 GROUP 5.....................$ 35.13 21.72 Shotcrete Specialist........$ 37.12 21.72

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO0073-007 06/27/2017

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS) Construction Specialist Group.......................$ 29.49 22.38 GROUP 1.....................$ 28.79 22.38 GROUP 1-a...................$ 29.01 22.38 GROUP 1-c...................$ 28.84 22.38 GROUP 1-e...................$ 29.34 22.38 GROUP 1-f...................$ 29.37 22.38 GROUP 2.....................$ 28.64 22.38 GROUP 3.....................$ 28.54 22.38 GROUP 4.....................$ 22.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE

Page 29 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 444: shattuck reconfiguration and pedestrian safety project ...

LABORERS) (1) New Construction........$ 28.54 22.31 (2) Establishment Warranty Period......................$ 22.23 22.31 LABORER (GUNITE) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING) GROUP 1.....................$ 28.79 22.31 GROUP 2.....................$ 28.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete

Page 30 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 445: shattuck reconfiguration and pedestrian safety project ...

chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not

Page 31 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 446: shattuck reconfiguration and pedestrian safety project ...

listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0073-009 07/01/2017

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional. ----------------------------------------------------------------

Page 32 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 447: shattuck reconfiguration and pedestrian safety project ...

LABO0261-003 06/26/2017

SAN FRANCISCO AND SAN MATEO COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 29.54 22.17 Traffic Control Person I....$ 29.84 22.17 Traffic Control Person II...$ 27.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0261-005 06/26/2017

SAN FRANCISCO AND SAN MATEO COUNTIES

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 21.72 GROUP 2.....................$ 36.37 21.72 GROUP 3.....................$ 36.12 21.72 GROUP 4.....................$ 35.67 21.72 GROUP 5.....................$ 35.13 21.72 Shotcrete Specialist........$ 37.12 21.72

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

Page 33 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 448: shattuck reconfiguration and pedestrian safety project ...

---------------------------------------------------------------- LABO0261-009 06/26/2017

SAN FRANCISCO, AND SAN MATEO COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 30.49 22.38 GROUP 1.....................$ 29.79 22.38 GROUP 1-a...................$ 30.01 22.38 GROUP 1-c...................$ 29.84 22.38 GROUP 1-e...................$ 30.34 22.38 GROUP 1-f...................$ 30.37 22.38 GROUP 2.....................$ 29.64 22.38 GROUP 3.....................$ 29.54 22.38 GROUP 4.....................$ 23.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 29.54 22.31 (2) Establishment Warranty Period......................$ 23.23 22.31 LABORER (WRECKING - AREA A:) GROUP 1.....................$ 29.79 22.31 GROUP 2.....................$ 29.64 22.31 Laborers: (GUNITE - AREA A:) GROUP 1.....................$ 30.75 22.31 GROUP 2.....................$ 30.25 22.31 GROUP 3.....................$ 29.66 22.31 GROUP 4.....................$ 29.54 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete

Page 34 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 449: shattuck reconfiguration and pedestrian safety project ...

saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

Page 35 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 450: shattuck reconfiguration and pedestrian safety project ...

thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

Page 36 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 451: shattuck reconfiguration and pedestrian safety project ...

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0261-011 05/01/2017

SAN FRANCISCO AND SAN MATEO COUNTIES:

Rates Fringes

MASON TENDER, BRICK..............$ 33.18 21.49

FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional.

---------------------------------------------------------------- LABO0261-014 07/01/2017

SAN FRANCISCO AND SAN MATEO COUNTIES:

Rates Fringes

PLASTER TENDER...................$ 34.70 23.11

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0270-003 06/26/2017

AREA A: SANTA CLARA

AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A.....................$ 29.54 22.17 Area B.....................$ 28.54 22.17 Traffic Control Person I Area A.....................$ 29.84 22.17 Area B.....................$ 28.84 22.17 Traffic Control Person II Area A.....................$ 27.34 22.17 Area B.....................$ 26.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

Page 37 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 452: shattuck reconfiguration and pedestrian safety project ...

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0270-004 06/26/2017

MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 24.83 GROUP 2.....................$ 36.37 24.83 GROUP 3.....................$ 36.12 24.83 GROUP 4.....................$ 35.67 24.83 GROUP 5.....................$ 35.13 24.83 Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO0270-005 07/01/2017

MONTEREY AND SAN BENITO COUNTIES

Rates Fringes

LABORER Mason Tender-Brick..........$ 30.45 21.04 ---------------------------------------------------------------- LABO0270-007 06/27/2017

MONTEREY, SAN BENITO, AND SANTA CRUZ, COUNTIES

Rates Fringes

Page 38 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 453: shattuck reconfiguration and pedestrian safety project ...

LABORER (CONSTRUCTION CRAFT LABORERS - AREA B) Construction Specialist Group.......................$ 29.49 22.38 GROUP 1.....................$ 28.79 22.38 GROUP 1-a...................$ 29.01 22.38 GROUP 1-c...................$ 28.84 22.38 GROUP 1-e...................$ 29.34 22.38 GROUP 1-f...................$ 29.37 22.38 GROUP 2.....................$ 28.64 22.38 GROUP 3.....................$ 28.54 22.38 GROUP 4.....................$ 22.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B) (1) New Construction........$ 28.54 22.31 (2) Establishment Warranty Period......................$ 22.23 22.31 LABORER (GUNITE - AREA B) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING - AREA B) GROUP 1.....................$ 28.79 22.31 GROUP 2.....................$ 28.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches;

Page 39 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 454: shattuck reconfiguration and pedestrian safety project ...

Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing

Page 40 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 455: shattuck reconfiguration and pedestrian safety project ...

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

Page 41 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 456: shattuck reconfiguration and pedestrian safety project ...

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0270-010 06/26/2017

SANTA CLARA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 30.49 22.38 GROUP 1.....................$ 29.79 22.38 GROUP 1-a...................$ 30.01 22.38 GROUP 1-c...................$ 29.84 22.38 GROUP 1-e...................$ 30.34 22.38 GROUP 1-f...................$ 30.37 22.38 GROUP 2.....................$ 29.64 22.38 GROUP 3.....................$ 29.54 22.38 GROUP 4.....................$ 23.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 29.54 22.31 (2) Establishment Warranty Period......................$ 23.23 22.31 LABORER (GUNITE - AREA A:) GROUP 1.....................$ 30.75 22.31 GROUP 2.....................$ 30.25 22.31 GROUP 3.....................$ 29.66 22.31 GROUP 4.....................$ 29.54 22.31 LABORER (WRECKING - AREA A:) GROUP 1.....................$ 29.79 22.31 GROUP 2.....................$ 29.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

Page 42 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 457: shattuck reconfiguration and pedestrian safety project ...

and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to

Page 43 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 458: shattuck reconfiguration and pedestrian safety project ...

apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

Page 44 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 459: shattuck reconfiguration and pedestrian safety project ...

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0270-011 07/01/2017

MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 34.70 21.22

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0294-001 07/01/2017

FRESNO, KINGS AND MADERA COUNTIES

Rates Fringes

LABORER (Brick) Mason Tender-Brick..........$ 30.45 21.04 ---------------------------------------------------------------- LABO0294-002 06/26/2017

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.54 22.17 Traffic Control Person I....$ 28.84 22.17 Traffic Control Person II...$ 26.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0294-005 06/26/2017

FRESNO, KINGS, AND MADERA COUNTIES

Page 45 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 460: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 24.83 GROUP 2.....................$ 36.37 24.83 GROUP 3.....................$ 36.12 24.83 GROUP 4.....................$ 35.67 24.83 GROUP 5.....................$ 35.13 24.83 Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO0294-008 06/30/2017

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 29.49 22.38 GROUP 1.....................$ 28.79 22.38 GROUP 1-a...................$ 29.01 22.38 GROUP 1-c...................$ 28.84 22.38 GROUP 1-e...................$ 29.34 22.38 GROUP 1-f...................$ 29.37 22.38 GROUP 2.....................$ 28.64 22.38 GROUP 3.....................$ 28.54 22.38 GROUP 4.....................$ 22.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 28.54 22.31

Page 46 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 461: shattuck reconfiguration and pedestrian safety project ...

(2) Establishment Warranty Period......................$ 22.23 22.31 LABORER (GUNITE - AREA B:) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING - AREA B:) GROUP 1.....................$ 28.79 22.31 GROUP 2.....................$ 28.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and

Page 47 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 462: shattuck reconfiguration and pedestrian safety project ...

rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

Page 48 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 463: shattuck reconfiguration and pedestrian safety project ...

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0294-010 07/01/2017

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE

Rates Fringes

Plasterer tender.................$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional. ----------------------------------------------------------------

Page 49 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 464: shattuck reconfiguration and pedestrian safety project ...

LABO0294-011 07/01/2017

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0304-002 06/26/2017

ALAMEDA COUNTY

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 29.54 22.17 Traffic Control Person I....$ 29.84 22.17 Traffic Control Person II...$ 27.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0304-003 06/26/2017

ALAMEDA COUNTY

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 24.83 GROUP 2.....................$ 36.37 24.83 GROUP 3.....................$ 36.12 24.83 GROUP 4.....................$ 35.67 24.83 GROUP 5.....................$ 35.13 24.83 Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

Page 50 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 465: shattuck reconfiguration and pedestrian safety project ...

setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO0304-004 06/27/2017

ALAMEDA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 30.49 22.38 GROUP 1.....................$ 29.79 22.38 GROUP 1-a...................$ 30.01 22.38 GROUP 1-c...................$ 29.84 22.38 GROUP 1-e...................$ 30.34 22.38 GROUP 1-f...................$ 30.37 22.38 GROUP 2.....................$ 29.64 22.38 GROUP 3.....................$ 29.54 22.38 GROUP 4.....................$ 23.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 29.54 22.31 (2) Establishment Warranty Period......................$ 23.23 22.31 LABORER (GUNITE - AREA A:) GROUP 1.....................$ 30.75 22.31 GROUP 2.....................$ 30.25 22.31 GROUP 3.....................$ 29.66 22.31 GROUP 4.....................$ 29.54 22.31 LABORER (WRECKING - AREA A:) GROUP 1.....................$ 29.79 22.31 GROUP 2.....................$ 29.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer;

Page 51 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 466: shattuck reconfiguration and pedestrian safety project ...

Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

Page 52 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 467: shattuck reconfiguration and pedestrian safety project ...

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

Page 53 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 468: shattuck reconfiguration and pedestrian safety project ...

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO0304-005 05/01/2017

ALAMEDA COUNTY

Rates Fringes

Brick Tender.....................$ 33.18 21.49

FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional.

---------------------------------------------------------------- LABO0304-008 07/01/2017

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Plasterer tender.................$ 34.70 23.11

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0324-002 06/26/2017

CONTRA COSTA COUNTY

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 29.54 22.17 Traffic Control Person I....$ 29.84 22.17 Traffic Control Person II...$ 27.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

Page 54 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 469: shattuck reconfiguration and pedestrian safety project ...

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO0324-006 06/26/2017

CONTRA COSTA COUNTY

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 21.72 GROUP 2.....................$ 36.37 21.72 GROUP 3.....................$ 36.12 21.72 GROUP 4.....................$ 35.67 21.72 GROUP 5.....................$ 35.13 21.72 Shotcrete Specialist........$ 37.12 21.72

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO0324-012 06/27/2017

CONTRA COSTA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 30.49 22.38 GROUP 1.....................$ 29.79 22.38 GROUP 1-a...................$ 30.01 22.38 GROUP 1-c...................$ 29.84 22.38 GROUP 1-e...................$ 30.34 22.38

Page 55 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 470: shattuck reconfiguration and pedestrian safety project ...

GROUP 1-f...................$ 30.37 22.38 GROUP 1-g...................$ 29.99 22.38 GROUP 2.....................$ 29.64 22.38 GROUP 3.....................$ 29.54 22.38 GROUP 4.....................$ 23.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 29.54 22.31 (2) Establishment Warranty Period......................$ 23.23 22.31 LABORER (GUNITE - AREA A:) GROUP 1.....................$ 30.75 22.31 GROUP 2.....................$ 30.25 22.31 GROUP 3.....................$ 29.66 22.31 GROUP 4.....................$ 29.54 22.31 LABORER (WRECKING - AREA A:) GROUP 1.....................$ 29.79 22.31 GROUP 2.....................$ 29.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder;

Page 56 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 471: shattuck reconfiguration and pedestrian safety project ...

Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure

Page 57 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 472: shattuck reconfiguration and pedestrian safety project ...

pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

Page 58 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 473: shattuck reconfiguration and pedestrian safety project ...

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters

---------------------------------------------------------------- LABO0324-014 05/01/2017

CONTRA COSTA COUNTY:

Rates Fringes

Brick Tender.....................$ 33.18 21.49

FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional.

---------------------------------------------------------------- LABO0324-018 07/01/2017

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Plasterer tender.................$ 34.70 23.11

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1130-002 06/26/2017

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.54 22.17 Traffic Control Person I....$ 28.84 22.17 Traffic Control Person II...$ 26.34 22.17

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions.

---------------------------------------------------------------- LABO1130-003 06/26/2017

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Page 59 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 474: shattuck reconfiguration and pedestrian safety project ...

Rates Fringes

Tunnel and Shaft Laborers: GROUP 1.....................$ 36.60 24.83 GROUP 2.....................$ 36.37 24.83 GROUP 3.....................$ 36.12 24.83 GROUP 4.....................$ 35.67 24.83 GROUP 5.....................$ 35.13 24.83 Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

---------------------------------------------------------------- LABO1130-005 07/01/2017

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

LABORER Mason Tender-Brick..........$ 30.45 21.04 ---------------------------------------------------------------- LABO1130-007 06/26/2017

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE , COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 29.49 22.38 GROUP 1.....................$ 28.79 22.38 GROUP 1-a...................$ 29.01 22.38 GROUP 1-c...................$ 28.84 22.38 GROUP 1-e...................$ 29.34 22.38

Page 60 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 475: shattuck reconfiguration and pedestrian safety project ...

GROUP 1-f...................$ 29.37 22.38 GROUP 2.....................$ 28.64 22.38 GROUP 3.....................$ 28.54 22.38 GROUP 4.....................$ 22.23 22.38 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 28.54 22.31 (2) Establishment Warranty Period......................$ 22.23 22.31 LABORER (GUNITE - AREA B:) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING - AREA B:) GROUP 1.....................$ 28.79 22.31 GROUP 2.....................$ 28.64 22.31

FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in

Page 61 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 476: shattuck reconfiguration and pedestrian safety project ...

connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates.

GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender,

Page 62 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 477: shattuck reconfiguration and pedestrian safety project ...

chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches

GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard.

The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building materials)

---------------------------------------------------------------- LABO1130-008 07/01/2017

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN

Page 63 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 478: shattuck reconfiguration and pedestrian safety project ...

JOAQUIN, STANISLAUS & TUOLUMNE

Rates Fringes

Plasterer tender.................$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1130-009 07/01/2017

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-001 01/01/2018

ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES

Rates Fringes

Painters:........................$ 40.62 23.83

PREMIUMS:

EXOTIC MATERIALS - $0.75 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures]

HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional

---------------------------------------------------------------- PAIN0016-003 01/01/2018

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES

AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES

Rates Fringes

Drywall Finisher/Taper AREA 1......................$ 45.16 26.74 AREA 2......................$ 41.03 25.34 ---------------------------------------------------------------- PAIN0016-012 01/01/2018

Page 64 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 479: shattuck reconfiguration and pedestrian safety project ...

ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES

Rates Fringes

SOFT FLOOR LAYER.................$ 48.00 26.03 ---------------------------------------------------------------- PAIN0016-015 01/01/2018

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES

Rates Fringes

PAINTER Brush.......................$ 32.91 19.26

FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour.

---------------------------------------------------------------- PAIN0016-022 01/01/2018

SAN FRANCISCO COUNTY

Rates Fringes

PAINTER..........................$ 44.24 23.83 ---------------------------------------------------------------- PAIN0169-001 01/01/2018

FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:

Rates Fringes

GLAZIER..........................$ 35.00 26.26 ---------------------------------------------------------------- PAIN0169-005 01/01/2018

ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES

Rates Fringes

GLAZIER..........................$ 46.13 28.04 ---------------------------------------------------------------- PAIN0294-004 01/01/2018

FRESNO, KINGS AND MADERA COUNTIES

Rates Fringes

Page 65 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 480: shattuck reconfiguration and pedestrian safety project ...

PAINTER Brush, Roller...............$ 29.78 18.11 Drywall Finisher/Taper......$ 34.87 23.68

FOOTNOTE: Spray Painters & Paperhangers recive $1.00 additional per hour. Painters doing Drywall Patching receive $1.25 additional per hour. Lead Abaters & Sandblasters receive $1.50 additional per hour. High Time - over 30 feet (does not include work from a lift) $0.75 per hour additional.

---------------------------------------------------------------- PAIN0294-005 01/01/2018

FRESNO, KINGS & MADERA

Rates Fringes

SOFT FLOOR LAYER.................$ 31.49 20.48 ---------------------------------------------------------------- PAIN0767-001 01/01/2018

CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

GLAZIER..........................$ 34.57 28.25

PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day.

Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation.

---------------------------------------------------------------- PAIN1176-001 01/01/2017

HIGHWAY IMPR0VEMENT

Rates Fringes

Parking Lot Striping/Highway Marking: GROUP 1.....................$ 34.41 16.31 GROUP 2.....................$ 29.25 16.31 GROUP 3.....................$ 29.59 16.31

CLASSIFICATIONS

GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings

GROUP 2: Gamecourt & Playground Installer

GROUP 3: Protective Coating, Pavement Sealing

----------------------------------------------------------------

Page 66 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 481: shattuck reconfiguration and pedestrian safety project ...

PAIN1237-003 01/01/2018

CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

SOFT FLOOR LAYER.................$ 34.81 21.51 ---------------------------------------------------------------- PLAS0066-002 07/01/2017

ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:

Rates Fringes

PLASTERER........................$ 40.51 27.13 ---------------------------------------------------------------- PLAS0300-001 07/01/2018

Rates Fringes

PLASTERER AREA 188: Fresno...........$ 32.70 31.68 AREA 224: San Benito, Santa Clara, Santa Cruz.....$ 32.88 31.68 AREA 295: Calaveras & San Joaquin Couonties...........$ 32.70 31.68 AREA 337: Monterey County..$ 32.88 31.68 AREA 429: Mariposa, Merced, Stanislaus, Tuolumne Counties...........$ 32.70 31.68 ---------------------------------------------------------------- PLAS0300-005 07/01/2017

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 33.49 23.67 ---------------------------------------------------------------- PLUM0038-001 07/01/2017

SAN FRANCISCO COUNTY

Rates Fringes

PLUMBER (Plumber, Steamfitter, Refrigeration Fitter)..........................$ 70.00 43.24 ---------------------------------------------------------------- PLUM0038-005 07/01/2017

SAN FRANCISCO COUNTY

Rates Fringes

Landscape/Irrigation Fitter (Underground/Utility Fitter).....$ 59.50 38.24 ---------------------------------------------------------------- PLUM0062-001 07/01/2018

Page 67 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 482: shattuck reconfiguration and pedestrian safety project ...

MONTEREY AND SANTA CRUZ COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 42.30 32.94 ---------------------------------------------------------------- PLUM0159-001 07/01/2018

CONTRA COSTA COUNTY

Rates Fringes

Plumber and steamfitter (1) Refrigeration...........$ 59.42 35.94 (2) All other work..........$ 55.92 34.44 ---------------------------------------------------------------- PLUM0246-001 07/01/2018

FRESNO, KINGS & MADERA COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 39.65 31.89 ---------------------------------------------------------------- PLUM0246-004 01/01/2017

FRESNO, MERCED & SAN JOAQUIN COUNIES

Rates Fringes

PLUMBER (PIPE TRADESMAN).........$ 13.00 10.74

PIPE TRADESMAN SCOPE OF WORK: Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman

---------------------------------------------------------------- PLUM0342-001 07/01/2017

Page 68 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 483: shattuck reconfiguration and pedestrian safety project ...

ALAMEDA & CONTRA COSTA COUNTIES

Rates Fringes

PIPEFITTER CONTRA COSTA COUNTY.........$ 58.10 42.45 PLUMBER, PIPEFITTER, STEAMFITTER ALAMEDA COUNTY..............$ 58.10 42.45 ---------------------------------------------------------------- PLUM0355-004 07/01/2018

ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:

Rates Fringes

Underground Utility Worker /Landscape Fitter...........$ 27.10 16.30 ---------------------------------------------------------------- PLUM0393-001 07/01/2018

SAN BENITO AND SANTA CLARA COUNTIES

Rates Fringes

PLUMBER/PIPEFITTER...............$ 62.66 41.93 ---------------------------------------------------------------- PLUM0442-001 07/01/2018

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 41.50 30.14 ---------------------------------------------------------------- PLUM0467-001 07/01/2017

SAN MATEO COUNTY

Rates Fringes

Plumber/Pipefitter/Steamfitter...$ 62.70 34.21 ---------------------------------------------------------------- ROOF0027-002 01/01/2017

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

ROOFER...........................$ 26.01 14.21

FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof or tear off:

Page 69 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 484: shattuck reconfiguration and pedestrian safety project ...

$2.00 per hour additional.

---------------------------------------------------------------- ROOF0040-002 08/01/2017

SAN FRANCISCO & SAN MATEO COUNTIES:

Rates Fringes

ROOFER...........................$ 37.88 18.22 ---------------------------------------------------------------- ROOF0081-001 08/01/2017

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Roofer...........................$ 38.20 16.81 ---------------------------------------------------------------- ROOF0081-004 08/01/2017

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

ROOFER...........................$ 38.20 16.81 ---------------------------------------------------------------- ROOF0095-002 08/01/2017

MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:

Rates Fringes

ROOFER Journeyman..................$ 41.56 17.47 Kettle person (2 kettles); Bitumastic, Enameler, Coal Tar, Pitch and Mastic worker......................$ 42.36 16.42 ---------------------------------------------------------------- SFCA0483-001 01/01/2018

ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES:

Rates Fringes

SPRINKLER FITTER (FIRE)..........$ 61.37 29.12 ---------------------------------------------------------------- SFCA0669-011 04/01/2017

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

Page 70 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 485: shattuck reconfiguration and pedestrian safety project ...

SPRINKLER FITTER.................$ 37.20 15.84 ---------------------------------------------------------------- SHEE0104-001 01/01/2018

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA

AREA 2: MONTEREY & SAN BENITO

AREA 3: SANTA CRUZ

Rates Fringes

SHEET METAL WORKER AREA 1: Mechanical Contracts under $200,000.............$ 50.29 37.16 All Other Work.............$ 57.09 37.79 AREA 2......................$ 46.97 32.08 AREA 3......................$ 49.31 29.61 ---------------------------------------------------------------- SHEE0104-003 07/01/2017

CALAVERAS AND SAN JOAQUIN COUNTIES:

Rates Fringes

SHEET METAL WORKER...............$ 39.74 31.50 ---------------------------------------------------------------- SHEE0104-005 07/01/2017

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

SHEET METAL WORKER (Excluding metal deck and siding)...........$ 37.67 34.10 ---------------------------------------------------------------- SHEE0104-007 07/01/2017

FRESNO, KINGS, AND MADERA COUNTIES:

Rates Fringes

SHEET METAL WORKER...............$ 37.49 34.45 ---------------------------------------------------------------- SHEE0104-015 07/01/2017

ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:

Rates Fringes

SHEET METAL WORKER (Metal Decking and Siding only).........$ 37.53 32.10 ---------------------------------------------------------------- SHEE0104-018 07/01/2017

Page 71 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 486: shattuck reconfiguration and pedestrian safety project ...

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

Sheet metal worker (Metal decking and siding only).........$ 37.53 32.10 ---------------------------------------------------------------- TEAM0094-001 07/01/2017

Rates Fringes

Truck drivers: GROUP 1.....................$ 30.72 27.47 GROUP 2.....................$ 31.02 27.47 GROUP 3.....................$ 31.32 27.47 GROUP 4.....................$ 31.67 27.47 GROUP 5.....................$ 32.02 27.47

FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumpcrete truck; Skid truck (debris box); Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized.

TRUCK DRIVER CLASSIFICATIONS

GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2- axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries)

GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single-unit flat rack (3-axle unit); Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded); Rubber-tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor

GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport

Page 72 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 487: shattuck reconfiguration and pedestrian safety project ...

tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow

GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman

GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the

Page 73 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 488: shattuck reconfiguration and pedestrian safety project ...

cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

Page 74 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 489: shattuck reconfiguration and pedestrian safety project ...

each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

Page 75 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 490: shattuck reconfiguration and pedestrian safety project ...

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 76 of 76

8/1/2018https://wdol.gov/wdol/scafiles/davisbacon/CA29.dvb?v=15

Page 491: shattuck reconfiguration and pedestrian safety project ...

Appendix H Example Traffic Control Plans

Page 492: shattuck reconfiguration and pedestrian safety project ...
Page 493: shattuck reconfiguration and pedestrian safety project ...
Page 494: shattuck reconfiguration and pedestrian safety project ...
Page 495: shattuck reconfiguration and pedestrian safety project ...
Page 496: shattuck reconfiguration and pedestrian safety project ...
Page 497: shattuck reconfiguration and pedestrian safety project ...
Page 498: shattuck reconfiguration and pedestrian safety project ...
Page 499: shattuck reconfiguration and pedestrian safety project ...
Page 500: shattuck reconfiguration and pedestrian safety project ...
Page 501: shattuck reconfiguration and pedestrian safety project ...
Page 502: shattuck reconfiguration and pedestrian safety project ...
Page 503: shattuck reconfiguration and pedestrian safety project ...