Académique Documents
Professionnel Documents
Culture Documents
250FRANKH.OGAWAPLAZAOAKLAND,CALIFORNIA946122033
OaklandPublicWorksDepartment
(510)2387270
BureauofEngineering&Construction
FAX(510)2382346
ContractServices
TDD(510)2383254
ADDENDUMNO.2
January16,2015
Subject:
ProjectNo.C464650
LathamSquareStreetscapeImprovementsProject
To:
AllProspectiveBidders
Theclarifications,additionsand/ordeletionscontainedinthisADDENDUMshallbemadeapart
of the bid or proposal solicitation documents (plans, specifications, RFP, RFQ, etc.) for the
abovereferencedproject,andshallbesubjecttoallapplicablerequirementsthereunder,asif
originallyshownand/orspecified.Thedocumentsarerevisedasfollows:
A. RevisionstoContractDocuments:
1. The Bid Deadline has been extended. The new Bid Deadline is 2:00 PM, Monday,
January26,2015.
2. ThequantitylistedforItemNo.EoftheScheduleofValuesforBidItemNo.3(Clearing
andGrubbing)hasbeenrevisedtomatchthequantityshownontheplans.Pleasesee
theattachedrevisedpageB11oftheBidSubmittalDocuments.
3. SheetsTS1,TS1A,TS2A,TS4,andTS4Ashallbereplacedwiththeattachedrevised
plans.PleaseseetheattachedrevisedplansheetsTS1,TS1A,TS2A,TS4,andTS4A.
4. Insertthefollowingparagraphafterthe2ndparagraphofSpecialProvisionsSubsection
41.1.1,MaterialFurnishedbytheAgency.
TheCitywillfurnishEmergencyVehiclePreemption(EVP)/TransitSignalPriority(TSP)
systemequipmentincludingdetectorsunits,discriminatormodules,detectorcables,
andallassociatedpowercables,mountinghardware,accessories,andcomponents
necessarytoaccomplishafullyfunctionalEVP/TSPinstallation.
5. ReplaceSpecialProvisionsSubsection2095.13withthefollowing:
A.General.
TheContractorshallinstalltheCityFurnisheddetectorunit(s),mountinghardware,
cabling, discriminator unit(s), accessories, and components and shall coordinate with
manufacturer representative for programming and calibration of the detectors and
discriminator units. The Contractor shall follow stepbystep instructions provided by
theequipmentmanufacturerandsuppliertoprovideafullyfunctionalinstallation.
B.SystemOperation.
The Contractor shall demonstrate that all of the components of each system are
compatibleand will perform satisfactorily as asystem. Satisfactory performance shall
bedeterminedusingthefollowingtestprocedureduringthefunctionaltestperiod:
Eachsystemtobeusedfortestingshallconsistofanemitterassembly,adetector,
detectorcableandadiscriminatormodule.Testingshallbeconductedforbothoptical
andGPSbasedpreemptiondevices.
ThediscriminatormodulesshallbeinstalledintheproperinputfileslotoftheModel
2070Lcontrollerassembly.
Two tests shall be conducted for both optical and GPSbased preemption devices.
one using a Class I signal emitter and a minimum distance of 400, or other Engineer
designated distance, between the emitter and the detector, the other using a Class II
signal emitter and a distance of 400, or other Engineer designated distance, between
the emitter and the detector. All range adjustments on the module shall be set to
"Maximum"foreachtest.
Each above test shall be conducted for a period of one hour, during which the
emitter shall be operated for 30 cycles, each consisting of a one minute "on" interval
andaoneminute"off"interval.Duringthetotaltestperiod(1)theemittersignalshall
cause the proper response from the Model 2070L controller unit during each "on"
interval and (2) there shall be no improper operation of either the Model 2070L
controllerunitorthemonitorduringeach"off"interval.
6. ReviseParagraph1ofSpecialProvisionsSubsection3071.2asfollows:
TrafficSignalModificationsshallbemeasuredandpaidforonalumpsumbasisper
location.Thecontractlumpsumpricespaidfortrafficsignalmodificationsshallinclude
fullcompensationforfurnishingalllabor,materials,tools,equipmentandincidentalfor
doingallworkinvolvingthetrafficsignalmodificationsasshownontheprojectPlans,as
specifiedintheStandardPlansandSpecificationsandasdirectedbytheEngineer.The
workshallinclude,butnotbelimitedtotheremovalofexistingtrafficsignalpoleand
equipment,pullbox,vehicularsignalhead,andtrafficsignalcontrollercabinet
assembly;abandonmentofexistingpolefoundation,detectorloopsandconduits;
relocationofexistingsignalequipment;connectiontoexistingpullboxes,connection
andrealignmentofexistingconduitintopullboxes;furnishingandinstallingcontroller
cabinetassembly,controller,controllerfirmware,cabinetcommunicationsequipment,
servicepedestal,trafficsignalpole,pedestrianpushbuttonpost,concretefoundation,
trafficsignalhead,pedestriansignalhead,pedestrianpushbutton,mountings,video
detectionequipment,videodetectioncamera,LEDluminaires,emergencyvehicleand
transitsignalprioritysystem,streetnamesigns,detectors,splicechamber,cables,
conductors,pullbox,anchorbolts,conduit,andgrout;installingCityFurnished
emergencyvehicleandtransitsignalprioritysystemequipment;testing,controller
programming,systemintegration,(includingaddingintersectionlocationintoCitys
centraltrafficsignalcontrolsoftware),networkandfirewallconfiguration,all
connectingcablesandfunctions,testingandacceptance,Citycoordination,andpothole
investigation,completeinplace,andnoadditionalpaymentwillbeallowedtherefor.
B. ClarificationrequestsfromtheContractors:
1. WhopaysfortheEBMUDWaterMeterfortheirrigationandfountainservice:
CityResponse:TheCitywillsubmitapplicationsandpayallfeestoEBMUDandPG&Efor
newservices.TheContractorshallberesponsibleforinstallationcoordinationwith
utilitycompanies.
2. CantheContractorsubmittheGoodFaithEffort(formsB20B23)atalaterdateand
timeseparatefromthebidsubmittal?
CityResponse:No.ACTCpolicyrequiresthattheGoodFaithEffort(GFE)issubmitted
withthebidsubmittal.SeethefirstparagraphofAppendixC(page20)ofthe
AttachmentB:AlamedaCountyTransportationAuthorityandAlamedaCounty
TransportationImprovementAuthorityLocalBusinessContractEquityProgram.
DocumentationofthecontractorsGFEshallbesubmittedwiththebiddocuments,if
thebiddoesnotmeettheLBEand/orSLBEgoals.
http://www.alamedactc.org/files/managed/Document/4549/LBE
SLBE_VSLBE_Policy_Revised_V13.pdf
3. CanyouconfirmthatwewillnothavetopayfortheLCPtrackerduringthe38monthsof
maintenance?
CityResponse:LCPTrackerfeesarenotrequiredtobepaidbytheContractorduringthe
ExtendedLandscapeEstablishmentperiod.
4. Theplanssheetsforthetrafficsignalscalloutfor20candelabrapolesbutthereareno
drawingsorpartnumbersreferenced.ArethesepolesstandardCaltransdesignoris
thereaspecialdesignwearerequiredtoadhereto?
CityResponse:ThepolesarestandardCityOfOaklandpoles.RefertotheCityOf
OaklandsStreetLightDesignManual.
http://www2.oaklandnet.com/oakca1/groups/pwa/documents/policy/oak044193.pdf
5. QuestionspertainingtotheopticalandGPS/RFvehicledetectiondevices:
Questionssuchas,iftheGPS/RFequipmentisneeded,willothervendorsequipmentbe
addedasanapprovedequal,iftheopticalandGPS/RFequipmentcanbeprovidedby
twoseparatecompaniesratherthanasinglecompanyasrequiredinthespecifications,
alongwithvariousquestionsregardingthesoftwareandtestingofthesedevices.
CityResponse:PerRevisionstoContractDocumentsitemnumbers3through6ofthis
addendum,theprocurementoftheopticalandGPS/RFdevicesareremovedfrom
Project.
IMPORTANT:YoumustacknowledgethisAddendumintheContractorsBidformoryourbid
willbedeemednonresponsive.
Sincerely,
NickCartagena,PE
ProjectManager
TransportationPlanningandFundingDivision
5102382139
Enclosure
ADDENDUM2
PagesB11B16areduenolaterthanfour(4)businessdaysafterbidopening
toOPWContractServices. SeeNTBforcontactinformation.
SCHEDULEOFVALUESFORLUMPSUMITEMS
ContractorshallcompletescheduleofvaluesfortheLumpSumitemsintheBaseBididentified
withadoubleasterisk(**). Scheduleofvaluesmaybesubmittedattimeofbid,butnolater
thanfour(4)businessdaysafterbidopeningbymail,emailormessengertotheattentionof
OPWContractServices,Attn: CalvinHao. SeeNoticetoBiddersforcontactinformation.
Failuretosubmitthescheduleofvalueswillresultinyourbidbeingdeemednonresponsive.
TotalforeachScheduleofValuesbelowshallmatchthetotalofthatBidIteminBaseBid
above.
BidItemNo.3
CLEARINGANDGRUBBING:
Item
No.
Quantity
Unitof
Measure
21,100
SF
Demo/RemoveACPavement
14,620
SF
Demo/RemovePCCPavement
1,835
LF
RemoveConcreteCurband
Gutter
420
SF
Demo/RemoveBrickPavers
EA
Demo/RemoveExistingTree
andStump
LS
Demo/RemoveExistingUtilities
LS
AdjustUtilitiestoGrade
EA
TreeProtection
EA
RemoveCurbInletandCap
Pipe
LS
LandscapeClearingand
Grubbing
ItemDescription
UnitPrice
TotalAmount
BidItemNo.3 TOTAL: $
B11
LATHAM SQUARE
STREETSCAPE IMPROVEMENTS
DATE
BY
REFERENCE
EKC/RJD
DESIGNED BY
SWS/BLP
DRAWN BY
SWS/BLP
TRAFFIC SIGNAL
MODIFICATION
BROADWAY AT 15TH
TS-1
PROJECT NO.
C464560
SCALE:
AS SHOWN
DATE:
12/22/2014
SHEET NO.
31
OF
76
CITY OF OAKLAND
No.
CHECKED BY
LATHAM SQUARE
STREETSCAPE IMPROVEMENTS
DATE
BY
REFERENCE
EKC/RJD
DESIGNED BY
SWS/BLP
DRAWN BY
SWS/BLP
TRAFFIC SIGNAL
SCHEDULES
BROADWAY AT 15TH
TS-1A
PROJECT NO.
C464560
SCALE:
AS SHOWN
DATE:
12/22/2014
SHEET NO.
32
OF
76
CITY OF OAKLAND
No.
CHECKED BY
LATHAM SQUARE
STREETSCAPE IMPROVEMENTS
DATE
BY
REFERENCE
EKC/RJD
DESIGNED BY
SWS/BLP
DRAWN BY
SWS/BLP
TRAFFIC SIGNAL
SCHEDULES
TELEGRAPH AT 16TH
TS-2A
PROJECT NO.
C464560
SCALE:
AS SHOWN
DATE:
12/22/2014
SHEET NO.
34
OF
76
CITY OF OAKLAND
No.
CHECKED BY
LATHAM SQUARE
STREETSCAPE IMPROVEMENTS
DATE
BY
REFERENCE
EKC/RJD
DESIGNED BY
SWS/BLP
DRAWN BY
SWS/BLP
TRAFFIC SIGNAL
MODIFCATION
TELEGRAPH AT 17TH
TS-4
PROJECT NO.
C464560
SCALE:
AS SHOWN
DATE:
12/22/2014
SHEET NO.
37
OF
76
CITY OF OAKLAND
No.
CHECKED BY
LATHAM SQUARE
STREETSCAPE IMPROVEMENTS
DATE
BY
REFERENCE
EKC/RJD
DESIGNED BY
SWS/BLP
DRAWN BY
SWS/BLP
TRAFFIC SIGNAL
SCHEDULES
TELEGRAPH AT 17TH
TS-4A
PROJECT NO.
C464560
SCALE:
AS SHOWN
DATE:
12/22/2014
SHEET NO.
38
OF
76
CITY OF OAKLAND
No.
CHECKED BY