TABLE OF CONTENTS

Para. No. Title Page No.

TECHNICAL CLAUSES DIVISION 1 - GENERAL REQUIREMENTS SECTION 01005 - SUPPLEMENTARY CONDITIONS 1 Construction Rights-of-Way 1 2 Permits 1 3 Mobilization and Demobilization 1 - 2 4 Order of Work 2 - 3 5 General Safety Requirements 3 - 7 6 Bulletin Board and Hard Hat Sign 7 - 8 7 Pre-Dredging Conference 8 - 9 8 Public Utilities and Private Improvements 9 9 Public Safety 9 - 10 10 Safety of Structures 10 11 Project Sign 10 - 11 12 Inspector's Office and Meals on Hopper Dredges 11 13 Inspection 11 14 Layout of Work 11 - 12 15 Contractor's Identification on Equipment 13 16 Staging Areas 13 17 Field Offices 13 - 14 18 Certificates of Compliance 14 19 Liability Insurance 14 20 Payment 15 Project Sign - Figure No. 1 16 Hard Hat Sign - Figure No. 2A 17 Hard Hat Sign - Figure No. 2B 18

SECTION 01300 - SUBMITTAL DESCRIPTIONS 1 General 1 2 Payment 1 Submittal Register 2 -6

SECTION 01305 - SUBMITTAL PROCEDURES 1 Approved Submittals 1 2 Disapproved Submittals 1 3 Withholding of Payment 1 4 Submittal Register 1 - 2 5 Scheduling 2 6 Transmittal Form (ENG FORM 4025) 2 7 Submittal Procedure 2 8 Control of Submittals 3 9 Payment 3

TC.1


TABLE OF CONTENTS (CONTINUED) Para. No. Title Page No.

SECTION 01330 - HYDROGRAPHIC SURVEYS 1 General 1 2 Hydrographic Surveys 1 - 4 3 Payment 5

SECTION 01405 - QUALITY CONTROL 1 Quality Control Plan 1 - 4 2 Quality Control Organization 4 3 Submittals 4 4 Contractor Quality Control 4 - 5 5 Completion Inspection 5 - 6 6 Documentation 6 7 Notification of Noncompliance 6 8 Payment 7

SECTION 01430 - ENVIRONMENTAL PROTECTION 1 Work Included 1 2 Applicable Regulations 1 3 Notification 1 4 Subcontractors 2 5 Implementation 2 6 Protection of Land Resources 2 - 3 7 Protection of Fish and Wildlife 3 - 4 8 Recording and Preserving Historical and Archaeological Finds 4 9 Water Pollution Control 4 - 5 10 Air Quality Requirements 5 - 6 11 Noise Restrictions 6 12 Radiological Safety 7 13 Dust Control 7 14 Maintenance of Pollution Control Facilities During Construction 7 - 8 15 Payment 7

DIVISION 2 - SITE WORK SECTION 02050 - REMOVAL OF SEWER LINE 1 Work Included 1 2 Approval of Removal Plan 1 3 Removal 1 4 Disposal of Material 1 - 2 5 Payment 2

TC.2


TABLE OF CONTENTS (CONTINUED) Para. No. Title Page No.

SECTION 02222 - EXCAVATION, FILLING AND BACKFILLING 1 Work Included 1 2 Applicable Publications 1 3 Land Excavation 1 - 2 4 Underwater Excavation 2 5 Land Backfill 2 - 3 6 Quality Control 3 - 4 7 Payment 4

SECTION 02230 - STONE PROTECTION 1 Work Included 1 2 Applicable Publications 1 3 Materials 1 - 3 4 Placement 3 5 Quality Control 3 - 7 6 Truck Delivery and Scale Tickets 7 - 8 7 Payment 8

SECTION 02400 - HYDROSEEDING AND HYDROMULCHING 1 Work Included 1 2 Definitions of Terms Used in This Section 1 3 Background Information 1 4 Materials 2 - 3 5 Special Seeding and Mulching Equipment 3 6 Installation 3 - 4 7 Quality Control 4 - 5 8 Submittals 5 9 Payment 5

SECTION 02480 - DREDGING 1 Work Covered by Contract Prices 1 2 Estimated Quantities 1 - 2 3 Site Conditions 2 4 Dredging 2 - 8 5 Ocean Disposal 8 - 12 6 Land Disposal Plans 12 7 Disposal at Sonoma Baylands 12 - 15 8 Disposal at Galbraith Upland Site 15 - 18 9 Disposal of Debris 18 10 Misplaced Material 19 11 Overdepth and Excessive Dredging 19 12 Reporting Requirements 19 13 Predredge and Postdredge (Final) Surveys 20 14 Measurement and Payment 20 - 21

TC.3


TABLE OF CONTENTS (CONTINUED) Para. No. Title Page No.

SECTION 02732 - INSTALLATION OF SEWER LINE 1 Work Included 1 2 Applicable Publications 1 - 2 3 Delivery and Storage 2 4 Materials 2 - 3 5 Installation 3 - 4 6 Final Connection 4 7 Hydrostatic Tests 4 - 6 8 Quality Control 6 9 Payment 6

APPENDIXES Appendix 1 Hydrographic Survey Office & Field Quality Control Report 1-1 - 1-2 Appendix 2 Floating Plant Inspection Checklist 2-1 - 2-10 Mobile Plant Inspection Checklist 2-11 - 2-20 Appendix 3 Hopper - Multiple Load Data Sheet 3-1 - 3-2 Appendix 4 Clamshell Daily Report 4-1 - 4-4 Appendix 5 Hydraulic Daily Report 5-1 - 5-2 Appendix 6 Transmittal of Shop Drawings, Equipment Data, Material Samples, or Manufacturer's Certificates of Compliance, Eng Form 4205 6-1 - 6-2 Appendix 7 Worker's Compensation Claims 7-1 Appendix 8 Disposal Site Verification Log 8-1 Appendix 9 Accident Prevention Plans & Hazard Analysis 9-1 - 9-2 Appendix 10 Excerpt From FAA Publication 10-1 - 10-4 Appendix 11 Waste Discharge Requirements for Sonoma Baylands Disposal Site 11-1 - 11-20 Appendix 12 Waste Discharge Requirements for Galbraith Disposal Site 12-1 - 12-43 Appendix 13 Oakland International Airport Restrictions 13-1 - 13-4 Appendix 14 Dredge Data Logging System 14-1 - 14-20

TC.4


TECHNICAL CLAUSES DIVISION 1 - GENERAL REQUIREMENTS SECTION 01005 SUPPLEMENTARY CONDITIONS

  1. CONSTRUCTION RIGHTS-OF-WAY.

The construction rights-of-way required to perform the work under this contract will be furnished without cost to the Contractor, except for the following: The Contractor shall be responsible for obtaining rights-of-way agreements from Caltrans and the East Bay Regional Park District if the hydraulic discharge pipeline crosses their properties.

2. PERMITS. 2.1 Under Contract Clause "PERMITS AND RESPONSIBILITIES," the Contractor is obligated to obtain and comply with all licenses and permits required by Federal, State and local laws, codes and regulations.

2.2 The following permits have been obtained or applied for as stated below:

The Government is responsible for obtaining the necessary permits and approvals, including certification from the State Regional Water Quality Control Board, for dredging the Federal channel and private berths and disposal of dredged material in the Government-furnished disposal areas.

2.3 The Contractor shall be responsible for obtaining permits, other than those specified above, to perform the work required to complete the work under this contract.

3. MOBILIZATION AND DEMOBILIZATION. 3.1 Mobilization shall consist of all work required in preparing the Contractor's plant and equipment for shipment, moving plant, equipment, labor, supplies and incidentals to the job site, preparation for dredging and construction, and maintaining plant and equipment in working condition at the site during the dredging and construction period.

_ The Contractor's plant and equipment to be used in performing the work shall be of sufficient size and efficiency to meet the job requirements and will be subject to approval by the Contracting Officer.

01005-1


3.3 Demobilization shall consist of all work required to prepare plant and equipment for return trip and removing all plant, equipment, labor and unused suppli es and incidentals from the job site at the completion of the contract work, including cleaning up any land based staging site used in the prosecution of the work.

4. ORDER OF WORK. General. With reference to Contract Clause "SCHEDULE FOR CONSTRUCTION CONTRACTS" and Special Clause "COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK, the Contractor shall mobilize adequate labor, equipment, and supplies and make a determined and continuous effort to complete the contract work within the time specified. The Contractor shall schedule his work in accordance with the following requirements.

4.2 Mobilization shall commence not later than three (3) calendar days after the date of receipt of notice to proceed.

4.3 The Government-furnished ocean disposal area will not be available until 1 January 1995.

4.4 Placement and removal of the dredge disposal pipelines across marsh areas adjacent to the Sonoma Baylands and Galbraith disposal areas is restricted to the time period between 31 August and 1 February in any year, unless otherwise authorized by the Contracting Officer. Additional requirements are specified in Section "ENVIRONMENTAL PROTECTION", Paragraph "PROTECTION OF FISH AND WILDLIFE. N

4.5 The Galbraith land disposal site shall be filled in two (2) stages to allow for heightening of the containment dikes and partial drying of the dredged material between the stages. Stage 1 shall not commence until 1 June 1995. The disposal site shall be filled in 2 stages to allow for heightening of the containment dikes and partial drying of the dredged material between the stages. The total volume capacity of the Stage 1 facility would be approximately 914,000 cubic yards, not including freeboard volume. Stage II disposal of the remaining material not discharged during Stage 1 shall not commence until 180 calendar days after the Stage 1 disposal operation is complete. The total volume capacity of the Stage 2 facility would be approximately 1,883,000 cubic yards (including Stage 1 volume), not including freeboard volume. Note that estimated containment volumes provided here and in subsequent discussions of the Galbraith site are not estimated dredge cut volumes, but are estimates only of the volumetric size of the site within the containment dikes up to the elevation at the bottom of the freeboard limit. Additional requirements are specified in Section "DREDGING", Paragraph "DISPOSAL AT GALBRAITH UPLAND SITE".

01005-2


4.6 Dredging of Berths 60 through 63 shall not commenc until 1 January 1996.

5. GENERAL SAFETY REQUIREMENTS [rest of this page omitted.] 01005-3


20. PAYMENT. 20.1 General. Except as specified below, no separate payment will be made for the work covered under this section of the specifications, and all costs in connection therewith will be considered a subsidiary obligation of the Contractor.

20.2 Mobilization and Demobilization. Payment for mobilization and demobilization for dredging plant and equipment under items No. 0002 through 0010, 0012 and 0013 will be made at the contract lump sum price for "Mobilization and Demobilization," in accordance with Special Clause "MOBILIZATION AND DEMOBILIZATION, PAYNENT ITEM NO. In. This price and payment shall be full compensation for moving all plant, labor, materials and equipment necessary to perform the dredging and construction onto the jobsite, preparing plant and equipment ready for work, and removing same from the jobsite upon completion of the contract work. No separate payment will be made for mobilization and demobilization for plant and equipment required for sewer line relocation work and all costs associated therewith shall be included in the contract lump sum price under item "Relocation of Sewer Line".

20.3 Liability Insurance. Payment for liability insurance for the Port of Oakland will be made at the contract lump sum price under option item wLiability Insurance for Port of Oakland". No separate payment will be made for liability insurance required for work on Union Pacific Railroad Company property and the costs associated therewith will be included in the contract lump sum price under item "Relocation of Sewer Line".

SAFETY IS A TEAM EFFORT 01005-15