PROJECT SPECIFICATIONS

for

2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

CITY OF DEL MAR CALIFORNIA

May 27, 2021 PROJECT SPECIFICATIONS for 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

CITY OF DEL MAR CALIFORNIA

Prepared by:

City of Del Mar 1050 Camino Del Mar Del Mar, CA 92014

Approved By:

May 27, 2021 a Joe Bride, R.C.E 52107 DATE Public Works Director 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

TABLE OF CONTENTS

BIDDING INFORMATION AND BID DOCUMENTS Notice Inviting Bids ...... BI-1 Information and Instructions for Bidders ...... BI-2 thru BI-5 Proposal to the City of Del Mar for 2021 Water, Sewer, Pavement Improvements ...... BI-6 Proposal – Bid Schedule ...... BI-7 thru BI-9 Proposal – Designation of Subcontractors ...... …BI-10 Proposal – General Information Required of Bidder ...... BI-11 Proposal – Equipment/Material Source Information ...... BI-12 Proposal – Public Contract Code Section 10162 Questionnaire ...... BI-13 Proposal – Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid ...... BI-14 Proposal – Guaranty/Bid Bond ...... BI-15 thru BI-16 Proposal – Bidder’s Signature Certificate ...... BI-17

CONTRACT DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL BIDDER FOLLOWING AWARD OF CONTRACT Contract ...... 1 thru 11 Attachment A – Scope of Work ...... 12 Attachment B – Proposal/Bid Schedule/Schedule of Values ...... 13 thru 15 Attachment C - Worker’s Compensation Certificate ...... 16 Attachment D - Performance Bond ...... 17 thru 19 Attachment E - Payment Bond ...... 20 thru 22

MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 1 – GENERAL PROVISIONS SECTION 1. TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS ...... GP-2 thru GP-3 SECTION 2. SCOPE OF THE WORK ...... GP-4 thru GP-7 SECTION 3. CONTROL OF THE WORK ...... GP-8 thru GP-17 SECTION 5. LEGAL RELATIONS AND RESPONSIBILITIES ...... GP-18 thru GP-20 SECTION 6. PROSECUTION AND PROGRESS OF THE WORK...... GP-21 thru GP-22 SECTION 7. MEASUREMENT AND PAYMENT ...... GP-23 thru GP26 SECTION 8. FACILITIES FOR AGENCY PERSONNEL ...... GP-27

MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 3 – CONSTRUCTION METHODS SECTION 303. CONCRETE AND MASONRY CONSTRUCTION ...... CM-2

MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 4 – EXISTING IMPROVEMENTS SECTION 400. PROTECTION AND RESTORATION ...... EI-1 thru EI-2 SECTION 402. UTILITIES ...... EI-3 thru EI-5 MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 6 – TEMPORARY TRAFFIC CONTROL SECTION 600. ACCESS ...... TTC-1 thru TTC-2 SECTION 601. TEMPORARY TRAFFIC CONTROL ...... TTC-3 thru TTC-4

SPECIAL PROVISIONS ...... SP-1 thru SP-4

TECHNICAL PROVISIONS ...... TP-1 thru TP-81

APPENDICES

APPENDIX A – STATE WATER RESOURCES CONTROL BOARD ADOPTED ORDER NO. 2009- 0009-DWQ APPENDIX B – GEOTECHNICAL INVESTIGATION (REFERENCE ONLY) APPENDIX C – HOSKA LANE PAVING EXHIBIT BIDDING INFORMATION

AND

BID DOCUMENTS NOTICE INVITING BIDS

The City of Del Mar, OWNER, invites sealed bids for: 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS The City of Del Mar seeks a bid from qualified contractor for construction of the 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS. The WORK generally consists of capital improvements for the City’s water and sewer systems, as well as road pavement.

RECEIPT AND OPENING OF PROPOSALS: All bids must be submitted in sealed envelopes, bearing on the outside the bidder's name, address, the appropriate State CONTRACTOR's License designation held by the bidder, and marked "SEALED BID FOR THE 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS - DO NOT OPEN WITH REGULAR MAIL.” Sealed proposals will be received at the office of the City Clerk, City of Del Mar, located at 1050 Camino Del Mar, Del Mar, California, until 2:00 PM., July 8, 2021. Mailed bids shall be addressed to: City Clerk at 1050 Camino Del Mar, Del Mar, California 92014 and must be received by bid closing shown above. Proposals which are not properly marked may be disregarded. It is the sole responsibility of the bidder to insure his bid is submitted in the proper time. Any proposal received after the scheduled closing time for receipt of proposals will be returned to the bidder unopened.

OBTAINING CONTRACT DOCUMENTS: The Contract Documents may be obtained from the City’s website (delmar.ca.us) or eBidboard.com or by contacting the City at the email address given in this notice.

OPINION OF PROBABLE CONSTRUCTION COST: The Public Works Director’s opinion of probable construction cost for this project is approximately $1,540,000.

COMPLETION OF WORK: All WORK performed under this contract shall be completed within__120__ Calendar Days, as specified in the Contract.

BID SECURITY: Bid Security shall accompany the bid in the form of a certified or cashier's check, or a Bid Bond made payable to the OWNER in the amount of ten percent of the total bid amount.

PERFORMANCE AND PAYMENT BONDS: For contracts above $25,000, the successful bidder will be required to furnish a Payment Bond made payable to the OWNER in the amount of one hundred percent, and a Performance Bond made payable to the OWNER in the amount of one hundred percent of the contract amount.

DEPARTMENT OF INDUSTRIAL RELATIONS: All bidders are required to register with the California Department of Industrial Relations (DIR) in accordance with Labor Code sections 1771.1 and 1725.5 and are subject to compliance monitoring and enforcement by DIR in accordance with Labor Code section 1771.4.

WAGE RATES: Prevailing wage rate for the locality in which the WORK is to be performed and the construction activity applies to this contract. Not less than these rates shall be paid to all workers employed on the project.

CONTRACTOR'S LICENSING LAWS: CONTRACTOR is required to be licensed under the classification of GENERAL ENGINEERING CONTRACTING, CLASS A, as of the date of submittal of the bid documents and shall maintain such license until final acceptance of the WORK. CONTRACTOR shall also obtain a City of Del Mar business license.

PROJECT ADMINISTRATION: All questions relative to this project prior to the opening of bids shall be directed to Tim Thiele, Engineering Manager, for the project listed. It shall be understood, however that no specification interpretations will be made by telephone. Questions shall be in writing and must be delivered at least ten (10) days prior to the date fixed for the opening of bids by email to [email protected].

OWNER: City of Del Mar

BY: DATE: ____May 27, 2021______Joe Bride, Public Works Director BI - 1 INFORMATION AND INSTRUCTIONS FOR BIDDERS The Proposal must be executed in accordance with the instructions contained on the forms provided. If the bidder is an individual or a partner, the signature on the Proposal and bid bond must be the same as the name of the bidder shown on other parts of these forms.

WITHDRAWAL OR REVISION OF PROPOSALS: A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal, provided that the bidder's request for withdrawal is received at the office designated for receipt of proposals in writing before the time specified for opening bids. Revised proposals must be submitted as specified herein. The request for withdrawal shall be executed by the bidder or his duly authorized representative. Proposals that have been withdrawn, or received after the time specified for opening bids shall be returned to the bidder unopened. Upon bid opening, all proposed bid amounts shall be maintained and guaranteed by the CONTRACTOR for 120 days.

MODIFICATIONS AND ALTERNATIVE PROPOSALS: Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and may cause its rejection as being non-responsive. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless called for. Oral, telegraphic, or telephonic proposals or modifications will not be considered.

DISCREPANCIES IN BIDS: In the event there is more than one bid item in a bidding schedule, the bidder shall furnish a price for all bid items in the schedule, and failure to do so will render the bid non-responsive and may cause its rejection. In the event there are unit price bid items in a bidding schedule and the "amount" indicated for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly by the OWNER, and the CONTRACTOR shall be bound by said correction. In the event there is more than one bid item in a bidding schedule and the total indicated for the schedule does not agree with the sum of the prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly by the OWNER, and the CONTRACTOR shall be bound by said correction.

ADDENDA AND INTERPRETATIONS: The OWNER will not be responsible for any oral interpretation of the meaning of the plans, specifications, or other pre-bid documents. Every request for such interpretation shall be in writing addressed to the ENGINEER designated for Project Administration in the Notice Inviting Bids, and to be given consideration must be received at least ten (10) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail, with return receipt requested, to all prospective bidders (at the respective addresses furnished for such purposes). All addenda so issued shall become part of the contract documents. It is understood that no "or equal" products will be considered for approval prior to award of contract.

DISQUALIFICATION OF BIDDERS: A bidder shall be considered disqualified for any of the following reasons:

(a) Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name.

(b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future WORK of the OWNER until any such participating bidder has been reinstated by the OWNER as a qualified bidder.

(c) Proposals in which the contract prices obviously are unbalanced.

A person, firm, or corporation may submit a sub-proposal to more than one bidder, or may submit sub-proposals in addition to submitting a proposal as bidder, without being disqualified.

REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind.

BI - 2 INFORMATION AND INSTRUCTIONS FOR BIDDERS The OWNER reserves the right to reject any irregular proposal and the right to waive any irregularities or technicalities if such waiver is in its best interest and conforms to local laws and ordinances pertaining to the letting of construction contracts.

When a proposal is signed by an agent other than the officer or officers of a corporation authorized to sign contracts on its behalf, or a general partner of a partnership, a "Power of Attorney" must be on file with the OWNER prior to opening bids or shall be submitted with the proposal.

DESIGNATION OF SUBCONTRACTOR: The bidder must complete this form at the time of submitting the Proposal. If no subcontractors are to be designated, enter the word "NONE.”

The bidder’s attention is directed to the provision of the Specifications which requires the CONTRACTOR to perform with his own forces contracting WORK amounting to a specified percentage of the total contract price.

BIDDER'S EXAMINATION OF SITE: Before submitting a proposal, the bidder shall carefully examine the drawings, specifications, and other contract documents, and he shall visit the site of the WORK. The submission of a proposal shall be prima facie evidence that the bidder is familiar with existing site conditions and that he has a clear understanding of the requirements of the contract regarding the furnishing of materials and performance of WORK.

Where the bidder feels that additional field data are either necessary or desirable, it shall be the bidder's responsibility to make all examination and field studies necessary for his own determination of the character of materials that will be encountered in any required excavation and embankment construction operations and to fully determine all cost factors related thereto which shall be included in his bid price for the WORK.

Such additional field data required by the bidder shall be undertaken at the bidder's expense. The submittal of a bid will be accepted as prima facie evidence that in compliance herewith, the bidder has accurately and fully informed himself of all geologic and soils conditions that will influence the cost of performing the WORK and that all such factors were carefully considered by him, prior to making his bid.

COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the WORK covered by the proposal. When evaluating the competency of the lowest bidder, consideration will be given to the following matters:

(1) Past projects shall demonstrate a high quality of workmanship and competence including the ability and willingness to meet the requirements of the contract specifications.

(2) The CONTRACTOR must demonstrate a history of successfully completing projects on time and with a minimum of CONTRACTOR initiated delays.

(3) The CONTRACTOR must demonstrate a record of minimal CONTRACTOR initiated change orders.

(4) The CONTRACTOR's history of past litigation and license revocation or suspension will be reviewed.

(5) The record of stop notices filed against the CONTRACTOR will be reviewed, including the relationship with subcontractors.

(6) Recommendations from the OWNERS of previous projects should reflect a good working relationship with the OWNER, regulatory agencies and other CONTRACTOR’s.

Based upon such information as is available, the OWNER may reject any bidder that the OWNER feels is not qualified or competent to perform the WORK to the highest standards.

BI - 3 INFORMATION AND INSTRUCTIONS FOR BIDDERS To this end, each proposal shall be supported by a statement of the bidder's experience as of recent date on the form entitled "INFORMATION REQUIRED OF BIDDER," bound herein. No bid for the WORK will be accepted from a CONTRACTOR who does not hold an active CONTRACTOR's license in good standing applicable to the type of WORK bid upon at the time of opening bids.

Pursuant to Public Contract Code section 6109, neither CONTRACTOR nor any of CONTRACTOR’s subcontractors shall be eligible to perform WORK under this CONTRACT if they are ineligible pursuant to California Labor Code sections 1777.1 and 1777.7.

BID SECURITY: Each bid shall be accompanied by a certified or cashier's check, or a bidder's bond in the amount of not less than 10 percent of the maximum amount of the bid; the check or bond made payable to the order of the OWNER. Said check or bond shall be given as a guarantee that the bidder will, within ten days after being requested to do so by the OWNER enter into a contract and provide the required bonds if awarded the WORK. If the bidder to whom the WORK has been awarded and to whom the request has been made refuses or fails to enter into said contract and provide the required bonds within the specified time, the check shall be forfeited to the OWNER for the principal and surety on the bond shall be liable to the OWNER for the principal amount thereof in accordance with its terms. If the lowest responsible bid is not accepted by the OWNER within the time specified under "Award of Contract," or for such further period of time as may be agreed upon in writing between the OWNER and the bidder concerned, or if the bidder to whom the contract is awarded executes and delivers to the OWNER the required contract documents, the amount of the certified or cashier's check will be returned to the bidder. Attention is directed to the requirement noted on contract bonds that the Attorney-in-Fact attach a certified copy of the Power of Attorney. If the bidder elects to furnish a bid bond as his bid security, he shall use the bid bond form bound herein, or one conforming substantially to it in form and acceptable to the OWNER.

RELIEF OF BIDDER: If the bidder claims a mistake was made in his bid, the bidder shall give the OWNER written notice within five (5) days after the opening of bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. Relief will be granted only for clerical errors and at the OWNER's discretion.

RETURN OF BID SECURITY: Within 10 calendar days after award of the contract, the OWNER will return the bid securities accompanying such of the proposals as are not considered in making the award. All other bid securities will be held until the contract has been finally executed. They will then be returned to the respective bidders whose proposals they accompany.

AWARD OF CONTRACT: Award of a contract, if it be awarded, will be based on the lowest responsible/responsive bidder for the Base Bid. Due to a limit of available funds, the entire project may not be awarded. The complete Bid Schedule will be awarded in its entirety if a bid is within the funds available. However, the City reserves the right to add or delete and items of WORK listed in the Bid Schedule by increasing and/or reducing the quantities in accordance with Section 3- Changes in Work of the Standard Specifications. Should the City choose to add or delete any items of WORK, the lump sum prices for the remaining WORK shall not be adjusted or modified and the total project bid amount will be revised accordingly. The remaining amount shall then become the total project bid amount for all remaining portions of WORK and shall be the total contract amount awarded for the project. The City shall have sole discretion in selection of which items of WORK, if any, will be modified in the best interest of the City and within the amount of funds budgeted for the project. Bidder's experience and additional information requested on the form "INFORMATION REQUIRED OF BIDDER," bound herein, also will be evaluated. OWNER reserves the right to reject any or all bids, to waive any informality in a bid, and to make awards in the interest of the OWNER. The low bidder may be required to submit, prior to award, additional financial statements and resumes of previous WORK.

CANCELLATION OF AWARD: The OWNER reserves the right to cancel the award without liability of the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the OWNER.

EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the OWNER on the form of agreement provided, shall secure all insurance and shall furnish all certificates and bonds BI - 4 INFORMATION AND INSTRUCTIONS FOR BIDDERS required by the specifications within 10 calendar days after receipt of the contract from the OWNER. Failure or refusal to enter into a contract as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the contract, the OWNER may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the OWNER may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, each such bidder's bid securities shall be likewise forfeited to the OWNER.

CONTRACT BONDS: The CONTRACTOR shall furnish two good and sufficient bonds in the amounts specified in the "NOTICE INVITING BIDS." One of the said bonds shall guarantee the Faithful Performance of the said contract by the CONTRACTOR; and the other of the said bonds shall secure the payment of claims for labor and material; both as required by the State Contract Act. Bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the OWNER. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660(a). The Bidder shall pay all bond premiums, costs, and incidentals.

WORKER'S COMPENSATION CERTIFICATE: A "CONTRACTOR's Certificate Regarding Worker's Compensation” is included as part of the Contract Documents, in accordance with the Labor Code. The CONTRACTOR must complete this certificate before commencing the performance of the WORK of this contract.

NOTICE TO PROCEED: Upon execution of the contract, the OWNER will return to the CONTRACTOR one set of completed documents and will issue Notice to Proceed within 10 days, authorizing the CONTRACTOR to proceed with the WORK and establishing the date of commencement of the Contract Time. The CONTRACTOR shall begin WORK within 10 days following the date of commencement stated in the Notice to Proceed.

BUSINESS LICENSES: Prior to the start of WORK, the CONTRACTOR and all subcontractors shall obtain Business Licenses from the City Finance Department. The process for obtaining and fees for City business licenses are described in Section 7-1.04 - Permits and Licenses.

BI - 5 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT PROPOSAL SUBMITTED BY: Name of Bidder ______Business Address ______The undersigned Bidder proposes and agrees, if this Bid is accepted by the OWNER, to enter into a contract with the OWNER in the form of agreement included in the Contract Documents to complete all WORK as specified or indicated under the Contract including Addenda Nos. ___, ___, and ___,; and in accordance with all other Contract Documents. The undersigned Bidder accepts all of the terms and conditions of the Notice Inviting Bids and Instructions to Bidders, including without limitation those dealing with the disposition of the Bid Security. Bidder will enter into a contract within 10 calendar days after receipt of the agreement forms from the OWNER, and will furnish the insurance certificates, Payment Bond, and Performance Bond required by the Contract Documents. The undersigned Bidder agrees that if this Proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to give both, in sums as stated in the Notice Inviting Bids, a faithful Performance Bond and a Payment Bond as required by California State law and by the specifications with surety satisfactory to the OWNER within ten (10) days after the undersigned has received notice of the award of the Contract from the OWNER and that the Contract is ready for signature, the OWNER may, at its option, determine that the bidder has abandoned the Contract, and thereupon this Proposal and the acceptance thereof shall be null and void, and the forfeiture of the security accompanying this Proposal shall operate and the same shall be the property of the OWNER. By signing this proposal on the signature portion hereof, the undersigned, as bidder, under penalty of perjury deposes and says: that the CONTRACTOR listed herein is licensed to perform WORK in the State of California according to the CONTRACTOR’s License Law and that the license number and expiration date specified herein are true and in accordance with Business and Profession Code Amendment 7028.15 (e). Any bid not containing this information, or bid containing information which is subsequently proven false, shall be considered non responsive and shall be rejected. By signing this proposal on the signature portion hereof, the undersigned, as bidder, under penalty of perjury deposes and says: that the only persons or parties interested in this Proposal as Principals are those named herein; that the bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with said proposal; that the undersigned Bidder has examined the site and locality where the WORK is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the WORK and has made such independent investigations as Bidder deems necessary. The bidder's execution of the signature portion of this proposal shall also constitute an endorsement and execution of those certificates and attachments which are a part of this proposal. In addition, the undersigned bidder has examined the annexed proposed form of contract, and the Drawings, Special Provisions and Specifications therein referred to; and the undersigned proposes, and agrees if this Proposal is accepted, that the undersigned will furnish the required Bonds and Contract with the OWNER, in the form and copy of the Contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the WORK and furnish all the materials specified in the Contract, in the manner and time therein set forth, and that the undersigned will take in full payment therefore the unit and/or lump sum prices named in the following bid schedule(s).

BI - 6 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

I/We agree to construct the City of Del Mar’s 2021 Water, Sewer, Pavement Improvements Project, for the price listed on this proposal sheet.

BID SCHEDULE

NOTE: Quantities are estimated and are for the purpose of comparing bids. Bidder to enter unit price and total amount and lump sum amounts for each bid item. Payment will be based on actual quantities furnished, installed, or constructed in accordance with the Schedule of Values.

UNIT NO DESCRIPTION OF WORK QTY UNIT TOTAL PRICE GENERAL ITEMS 1 Mobilization/Demobilization LS 1 $ $ 2 Traffic Control LS 1 $ $ Storm Water Pollution Control & Best 3 LS 1 $ $ Management Practices 4 Construction Staking & Potholing LS 1 $ $ 5 Trench Safety, Bracing and Shoring LS 1 $ $ 6 Dewatering LS 1 $ $ 7 Sewage Bypassing LS 1 $ $ 8 Import Material CY 800 $ $ 9 Unsuitable Material CY 1200 $ $ 10 Survey Monumentation (NOT USED) EA 0 $ $ WATER IMPROVEMENTS Install 6” FPVC Water Pipe (HDD) (21st 11 LF 150 $ $ Street) 12 Install 6” PVC Water Pipe (21st Street) LF 20 $ $ 13 Install 6” PVC Water Pipe (Sand Barr Lane) LF 840 $ $ 14 Forest Way PRS Modifications LS 1 $ $ 15 4th Street PRS Modifications LS 1 $ $ SEWER IMPROVEMENTS Install 6” CIPP Lining (MH B10-18 to MH 16 LF 402 $ $ B10-17) Point Repair Existing 6” Sewer (Camino Del 17 EA 1 $ $ Mar) 18 Install 8” PVC Sewer Pipe (La Amatista) LF 20 $ $ 19 Install 8” PVC Sewer Pipe (El Amigo Road) LF 263 $ $ 20 Point Repair Existing 6” Sewer (Nob Avenue) EA 2 $ $ 21 Manhole Rehabilitation EA 4 $ $

BI - 7 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT PAVING IMPROVEMENTS El Amigo Road (Camino del Mar to Nob Avenue) 22 Mobilization/Demobilization LS 1 $ $ 23 Traffic Control/Phasing/Traffic & Ped Safety LS 1 $ $ Cold Plane AC Pavement 2” and Install 2” AC 24 SF 10,598 $ $ Overlay Adjust to Grade Existing Sewer Manhole 25 EA 1 $ $ Cover 26 Adjust to Grade Existing Water Cover EA 3 $ $ 27 Adjust to Grade Existing Gas Valve Cover EA 1 $ $ 28 Install Blue Fire Hydrant Marker EA 2 $ $ 29 Replace Pavement Striping & Markings LS 1 $ $ Nob Avenue (7th Street to La Amatista) 30 Mobilization/Demobilization LS 1 $ $ 31 Traffic Control/Phasing/Traffic & Ped Safety LS 1 $ $ Cold Plane AC Pavement 2” and Install 2” AC 32 SF 7,299 $ $ Overlay Adjust to Grade Existing Sewer Manhole 33 EA 1 $ $ Cover 34 Adjust to Grade Existing Water Valve Cover EA 5 $ $ 35 Install Blue Fire Hydrant Marker EA 1 $ $ Replace Pavement Striping, Markings and 36 LS 1 $ $ Markers Drainage Repair (Nob Avenue at La Amatista) Remove Concrete Cross Gutter including 37 SF 724 $ $ Curb Returns 38 Remove Asphalt Pavement and Base SF 3,238 $ $ 39 Remove Concrete Curb Ramp and Sidewalk SF 283 $ $ 40 Construct Cross Gutter SF 1,060 $ $ 41 Construct 6” Concrete Curb & Gutter LF 95 $ $ 42 Construct 8” Concrete Curb & Gutter LF 106 $ $ 43 Construct Concrete Sidewalk SF 12 $ $ 44 Construct AC Dike, Type A LF 16 $ $ 45 Construct AC Dike, Type E LF 75 $ $ 46 Construct Curb Ramp, Type A LS 1 $ $ 47 Patch AC Pavement (full depth AC) SF 3,238 $ $ 48 Adjust NextG Utility Cover to Grade EA 1 $ $ 49 Adjust Water Meter Box to Grade EA 1 $ $ 50 Adjust Water Valve Cover to Grade EA 1 $ $ Hoska Lane and Alley Improvements (per Exhibit in Appendix C) 51 Paving, concrete gutter repairs LS 1 $ $ Camino Del Mar Pavement Spot Repairs 52 Areas designated by City PW Director Allowance 1 $ 50,000 $ 50,000

BI - 8 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

Total Base Bid of Project in Numbers Total Base Bid of Project in Words: Dollars and Cents Payment will be based on actual quantities furnished, installed, or constructed in accordance with the Schedule of Values.

BID SCHEDULE NOTES: Bids are to be submitted for every item on Bid Schedule. The amount of the bid for comparison purposes will be the total Base Project Bid Price. The bidder shall set forth for each unit basis item of WORK a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the “Total” column shall be the extension of the unit price bid on the basis of the estimated quantity for the item. The City of Del Mar reserves the right to vary the estimated quantities in accordance with the percentages listed in each section of the Special Provisions – Technical Provisions, Part 4 – Measurement and Payment. If no percentage is given, the quantities shall not vary more than plus or minus 25 percent in accordance with the Standard Specifications. The CONTRACTOR is required to maintain and guarantee bid prices for a period of 330 days after bid opening. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, provided, however, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the “Total” column, then the amount set forth in the “Total” column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Final payment shall be determined by the ENGINEER from measured quantities of WORK performed based upon the Schedule of Values. The Contract prices paid for the WORK shall include full compensation for all taxes which the CONTRACTOR is required to pay, whether imposed by federal, state, or local government, including, without being limited to, federal excise tax. The Bidder shall provide the information requested on the following pages for each subcontractor who will perform WORK under this contract in excess of one-half of one percent of the total bid price. After the opening of proposals, no changes or substitutions will be allowed except as otherwise provided by law. The bidder's attention is directed to the provisions of the General Provisions that require that not less than 50 percent of the WORK shall be performed with the bidders own forces. Failure to comply with this requirement will render the proposal non-responsive and may cause its rejection. The Bidder understands that failure to specify a subcontractor for any portion of the WORK to be performed under the contract in excess of one-half of one percent of the bid, shall be deemed that the Bidder has agreed to perform such portion, and that the Bidder shall not be permitted to sublet or subcontract that portion of the WORK except in cases of public emergency or necessity, and then only after a finding, reduced to writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provision of the Subletting and Fair Practices Act (Section 4100 et seq. of the California Government Code).

BI - 9 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

DESIGNATION OF SUBCONTRACTORS

If no subcontractors are to be employed for the portions of WORK described, enter the word "None." If Bidder proposes to subcontract any portion of WORK not described below, provide information description labeled “Other.” Attach additional sheets if necessary.

Description of Work to be Percent of Total Contract Subcontractor’s Name and Subcontractor’s License Performed Address Number

BI - 10 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

GENERAL INFORMATION REQUIRED OF BIDDER

The Bidder shall furnish the requested information for Items 1 through 4. Failure to comply with this requirement will render the Proposal non-responsive and may cause its rejection. Additional sheets shall be attached as required. Information for Items 5 through 6 shall be furnished by the low bidder within three days of request by the OWNER.

(1) Contractor's name and address:

(2) Contractor's telephone number:

(3) Contractor's license: Primary classification:

State License No.: Expiration date:

Supplemental classifications held, if any:

(4) Name of person who inspected site(s) of proposed WORK for your firm:

Name: Date of Inspection:

(5) Upon request, submit the experience resume for the person who will be designated chief construction superintendent.

(6) Upon request, submit a general description of the plan to accomplish the WORK and a proposed schedule.

BI - 11 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

EQUIPMENT/MATERIAL SOURCE INFORMATION

The bidder shall indicate opposite each item of equipment or material listed below, the name of the manufacturer or supplier of the equipment or material proposed to be furnished under the bid. Failure to comply with this requirement will render the proposal non-responsive and may cause its rejection.

Awarding of a contract under this bid will not imply approval by the OWNER of the manufacturers or suppliers listed by the bidder. Regardless of the listed Manufacturers/Supplier, all products or equipment to be furnished by the CONTRACTOR must conform to all requirements of the Specifications and Drawings. The bidder agrees to provide the listed products under this contract and, after the opening of proposals, no changes or substitutions will be allowed without written approval of the OWNER.

Equipment/Material Manufacturer/Supplier

1.

2.

3.

4.

5.

6.

7.

BI - 12 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE

In accordance 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 on a separate sheet of paper and attach to proposal. ______

PUBLIC CONTRACT CODE SECTION 10232 STATEMENT

In accordance 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. ______

CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986

CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101 - 1525) and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract. ______

AFFIDAVIT OF NONCOLLUSION

As required by California Public Contracts Code section 7106, the CONTRACTOR has submitted as Attachment E the affidavit of noncollusion, which is attached hereto and incorporated herein as though fully set forth at length.

NOTE: The above Questionnaire, Statement, and Non-Collusion Affidavit are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Questionnaire, Statement and Non Collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

BI - 13 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT PROJECT

NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

State of California ) County of San Diego ) ss. )

______(name), being first duly sworn, deposes and says that he or she is ______(title) of ______(name of bidder), the party making the foregoing bid 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.

SIGNATURE DATE

BI - 14 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS

GUARANTY/BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

______as Principal and ______as Surety, are held and firmly bound unto the CITY OF DEL MAR, as OWNER in the penal sum of (10% of bid)______

______Dollars, ($ ) for each payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.

Signed this______day of______, 20______.

The condition of the above obligation is such that whereas the Principal has submitted to THE CITY OF DEL MAR, a certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the

2021 WATER, SEWER, PAVEMENT IMPROVEMENTS

NOW THEREFORE,

(a) If such Bid shall be rejected, or

(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid,

Then this obligation shall be void, otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein states.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the City may accept such Bid, and said Surety does hereby waive notice of any such extension. The Surety agrees that if the City commences litigation to collect amounts due under this bond, the Surety shall pay, in addition to the amount of the Bond, all reasonable attorney fees and costs incurred by the City.

BI - 15 PROPOSAL TO THE CITY OF DEL MAR FOR CONSTRUCTION OF THE 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS

GUARANTY/BID BOND

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be herein affixed and these presents to be signed by their officers, the day and year first set forth.

______

______

BY: ______

______

SEAL

ATTORNEY-IN-FACT ACKNOWLEDGMENT OF SURETY

STATE OF: ______

COUNTY OF: ______

On this day of , 20___ before me a Notary Public in and for said County and State personally appeared known to me to be the person whose name is subscribed to the within instrument as the Attorney-In-Fact of the Corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation thereto as Surety, and his own name as Attorney-In-Fact.

NOTE: Signature of those executing for Surety must be properly acknowledged.

NOTE: The Attorney-In-Fact must attach a certified copy of the Power of Attorney.

Notary Public in and for the County of

State of California BI - 16 BIDDER’S SIGNATURE CERTIFICATE

I hereby certify, under penalty of perjury, that the foregoing Proposal is true, correct, and legally submitted.

BIDDER: ______(Legal Name of Bidder)

by: ______(Signature) (Title)

Dated ______, 20___, at

Business Address: ______

______

Telephone: ______

NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be submitted with the bid; otherwise, the bid may be disregarded as irregular and unauthorized.

BI - 17 CONTRACT DOCUMENTS TO BE EXECUTED

BY THE

SUCCESSFUL BIDDER

FOLLOWING AWARD OF CONTRACT CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

This Construction Contract (“Contract”) is made and entered into by and between the City of Del Mar, a municipal corporation, hereinafter referred to as the "City," and [Name of Contractor] hereinafter referred to as the “Contractor” (collectively “Parties”). RECITALS WHEREAS, the City requires a general contractor to construct a Public Works project generally described as the 2021 Water, Sewer, Pavement Improvements Project hereinafter referred to as the “Project.” WHEREAS, the Contractor represents itself as possessing the necessary skills and qualifications to construct the Project required by the City and possesses the required contractor’s license of the appropriate classifications. NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, and in consideration of the payments and agreements hereinafter mentioned, the Parties agree as follows: 1. CONTRACTOR'S OBLIGATIONS. 1.1 Contractor shall perform the scope of work shown in the Attachment “A” hereinafter referred to as the “Work”, as such term is defined by the Standard Specifications for Public Works Construction, latest version (GREENBOOK). 1.2 The Contractor agrees, at the Contractor's own proper cost and expense, to do all the Work and furnish all the materials, except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete the Work in a good, workmanlike and substantial manner and to the satisfaction of the City. 1.3 Said Work shall be performed in accordance with the Contract Specifications, Drawings, and Provisions annexed hereto; and in connection with the Reference Standards below:

Standard Edition Standard Specifications for Public Works Construction 2018 (“The GREENBOOK”) San Diego Regional Standard Drawings 2018

1.4 The Contractor shall maintain throughout the full term of this Contract all professional certifications and licenses required in order to comply with all City, State, and Federal laws in the performance of this Contract. 1.5 The Contractor shall pay wages to the Contractor's employees according to the current "General Prevailing Wage Rates" issued by the Department of Industrial Relations of the State of California. Pursuant to provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this Contractor, from Director of the Department of Industrial Relations.

Page 1 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

These rates are available online with the California Department of Industrial Relations (www.dir.ca.gov). The Contractor shall post a copy of such rates at the job site and shall pay the adopted prevailing wage rates as a minimum. The Contractor shall comply with the provisions of Sections 1725.5, 1771, 1773.8, 1774, 1775, 1776, 1777.5, 1777.6, 1813, and 1815 of the Labor Code. 1.6 The Contractor shall register with the Department of Industrial Relations (DIR) in accordance with California Labor Code sections 1771.1 and 1725.5 and the Contractor shall be subject to compliance monitoring and enforcement by DIR in accordance with California Labor Code section 1771.4. 1.7 Pursuant to and subject to the provisions of Section 1775 of the Labor Code, Contractor shall forfeit to City, as a penalty, the sum of up to two-hundred dollars ($200) for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any Work done under this Contract, by it or by any subcontractor under it, in violation of the provisions of the Contract. 2. SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM. 2.1 For contracts above $25,000, the Contractor shall post and maintain during the full term of this Contract security for Contractor's promise to perform this Contract in the following forms and amounts: A. The amount of the performance security shall be 100% of bid amount. B. The form of the security shall be one of the following: 1. Cash; 2. Cashier's check made payable to the City; 3. A certified check made payable to the City; 4. A bond, executed by an approved surety insurer using the Performance Bond form found herein or a substitute form acceptable to and approved by the City, made payable to the City; or 5. The Contractor may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of section 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities.

2.2 The City shall retain five percent (5%) of each payment due the Contractor under this Contract until completion and acceptance of the Project. The Contractor may elect to deposit securities of a value equivalent to the retention in accordance with the provisions of Section 22300 of the Public Contract Code and thereby become entitled to receive one hundred percent (100%) of the payments, without retention. The City will make the final determination as to the value of the posted securities. The amount of retention withheld may be reduced, or a portion of withheld retention may be returned, at the sole discretion of the City. 2.3 For contract amounts above $25,000, the Contractor shall file a payment bond using the Payment Bond form found herein or a substitute form acceptable to

Page 2 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

and approved by the City, in the amount of 100% of bid amount, with and subject to the approval of the Director of Public Works in accordance with Civil Code section 3247. 3. CONTRACT AMOUNT AND SCHEDULE. 3.1 The City agrees to pay and the Contractor agrees to receive and accept the prices set forth in the Bid Schedule attached hereto as Attachment B and incorporated by reference as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance, including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.

3.2 Contractor agrees to complete the Work on 2021 Water, Sewer, Pavement Improvements Project in a time period not to exceed one hundred twenty (120) calendar days per Section 6-3 of the Standard Specifications for Public Works Construction (GREENBOOK), commencing upon the date stated in the Notice To Proceed issued by the City. Construction shall not commence until the City has approved bonds and insurance. 4. TERMINATION OF CONTRACT. In the event of the Contractor's failure to prosecute, deliver, or perform the Work as provided for in this Contract, the City may terminate this Contract by notifying the Contractor by certified mail of said termination. 5. STATUS OF THE CONTRACTOR. The Contractor shall perform the services provided for herein in a manner of Contractor's own choice, as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished and the personnel assigned to the project. However, Contractor shall confer with the City as required to perform this Contract. 6. SUBCONTRACTING. The Contractor’s ability to subcontract is limited by and must comply with the Subletting and Subcontracting Fair Practices Act, California Public Contract Code sections 4100 et seq. If the Contractor subcontracts any of the Work to be performed under this Contract, the Contractor shall be as fully responsible to the City for the acts and omissions of the Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in the

Page 3 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

Contract shall create any contractual relations between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor by the terms of the Contract applicable to Contractor's Work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 7. ASSIGNMENT OF CONTRACT. The Contractor has no authority or right to assign this Contract or any part thereof or any monies due thereunder to any other party without first obtaining the prior written consent of the City. 8. VERBAL AGREEMENT OR CONVERSATION. No verbal agreement or conversation with any officer, agent or employee of the City, either before, during or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained nor shall such verbal agreement or conversation entitle the Contractor to any additional payment whatsoever under the terms of this Contract. 9. DISPUTES. 9.1 If a dispute should arise regarding the performance of this Contract, the following procedures shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the Contract, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution which would be of benefit to both parties. The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days of receipt of the letter. 9.2 If the dispute is not resolved, the aggrieved party shall send a letter outlining the dispute to the City to be resolved. 9.3 If the dispute remains unresolved and the parties have exhausted the procedures of this section, the parties may then seek remedies available to them at law. 9.4 Pursuant to Public Contract Code Sections 20104 and 9204, a claim by the Contractor for a time extension; payment of money or damages arising from Work done by or on behalf of the Contractor pursuant to the Contract which is not otherwise expressly provided for or the claimant is not otherwise entitled to; or an amount the payment of which is disputed by the City, shall be dealt with as follows: A. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by the Contract for the filing of claims. B. For all claims, pursuant to Public Contract Code Sections 20104 and 9204:

Page 4 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

1. City shall respond in writing to any written claim within forty-five (45) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the claimant. City shall identify the disputed and undisputed portion(s) of the claim in the written response. If City fails to issue a written statement, the claim is rejected in its entirety. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the City and the claimant. 3. The City's written response to the claim, as further documented, shall be submitted to the claimant within fifteen (15) days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. 4. Pursuant to Public Contract Code section 9204, any payment on any undisputed portion of the claim shall be processed and made within sixty (60) days after the public entity issues its written statement. C. If the claimant disputes the City's written response, or the City fails to respond within the time prescribed, the claimant may so notify the City, in writing, either within fifteen (15) days of receipt of the City's response or within fifteen (15) days of the City's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand sent by registered or certified mail, the City shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute. Within ten (10) business days after the meet and confer conference, City shall prepare a written statement describing portions of the claim in dispute and the portions of the claim that are disputed. Mediation Prerequisite: If following the meet and conference the claim or any portion remains in dispute, the parties agree that as a condition precedent to the initiation of litigation, the parties shall submit to non-binding mediation. The parties shall mutually agree to a mediator within ten (10) business days after the City’s response following the meet and confer conference. The parties shall make reasonable attempts to mediate within thirty (30) days of the meet and confer conference. Mediation shall be subject to the following rules: 1. The mediation process shall be administered by a neutral organization agreed to by the parties and shall be confidential subject to Evidence Code Sections 1115 –1128 and 1152. 2. The costs for mediation will be shared equally by all parties. The expenses of witnesses shall be paid by the party producing such witnesses. 3. A single mediator shall be selected to mediate the dispute. At least ten (10) days before a scheduled session, each party shall provide the

Page 5 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

mediator a brief memorandum setting forth its position about the issues that need to be resolved. The brief shall be mutually exchanged between the parties. At the mediation session, the parties will be expected to produce required information for the mediator to understand and evaluate the issues presented. 4. The mediation process shall be considered terminated when: (1) in the mediator’s judgment, further efforts at mediation would not contribute to a resolution of the dispute between the parties; or, (2) by the execution of Settlement Agreement, which may be used as the basis for change order or other directive as appropriate; or, (3) written declaration of a party that it will no longer participate in further mediation proceedings. D. If mediation is unsuccessful, as a prerequisite to filing suit, the Contractor must file a claim pursuant to Chapter 1 (commencing with section 900) and Chapter 2 (commencing with section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the period of time within which a claim must be filed shall begin from the time the claimant submits his or her written claim pursuant to subsection A until the time the claim is denied, including any period of time utilized by the meet and confer conference. A civil action filed to resolve a claim subject to Section 9.4 of this Contract shall be subject to the provisions of Public Contract Code Sections 20104.4 and 20104.6. 10. HOLD HARMLESS. 10.1 The Contractor agrees to indemnify and hold the City; the City's officers, officials, employees and agents; the Engineer; and the Engineer’s officers, officials, employees and agents (together, the “City Indemnified Parties”), harmless from, and against any and all liabilities, claims, demands, causes of action, losses, suit damage, expenses and costs, including all costs of defense, expense costs and investigation expenses thereof, arising out of, or in any manner connected directly or indirectly to the acts, omissions or performance of Work by the Contractor or Contractor’s agents, employees, subcontractors, officials, officers or representatives. Upon demand, Contractor shall, at its own expense, defend the City Indemnified Parties from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs, regardless of whether or not such a claim, loss or liability is caused in part by a party indemnified hereunder. 10.2 By inspecting, approving or accepting the improvements, City shall not have waived the protections afforded herein to the City Indemnified Parties or diminished the obligation of Contractor, who shall remain obligated in the same degree to indemnify and hold the City Indemnified Parties harmless as provided above.

Page 6 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

10.3 Contractor's obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the City Indemnified Parties’ sole active negligence or willful misconduct. 11. RESPONSIBILITY FOR DAMAGE. 11.1 The Contractor shall obtain and maintain in full force and effect during the life of the Contract, contractual liability insurance for bodily injury liability and property damage liability assumed by the Contractor of all claims and lawsuits against the Contractor and his/her subcontractors arising out of or in connection with the Work to be performed. Such insurance as is afforded by the policy to the Contractor for Contractual Property Damage Liability Insurance shall include coverage for property damage caused by blasting, collapse, structural injuries or damage to underground utilities. The policy shall not contain the so-called "x" "c" "u" exclusions. 11.2 The Contractor shall maintain vehicle liability, and property damage insurance in the amount of not less than $2,000,000 for one person injured in one accident, and not less than $2,000,000 for two or more persons injured in any one accident, and not less than $2,000,000 with respect to any property damage involved and public general liability insurance in the amount of not less than $2,000,000 each occurrence or in the aggregate. 11.3 Evidence of insurance including Commercial General Liability, Workers’ Compensation, and Automobile Liability in compliance with the above requirements shall be furnished to the City by Certificate of Insurance. Such Certificate of Insurance shall be furnished prior to the commencement of Work under the Contract. The insurance policy shall provide that the policy shall remain in force during the life of this Contract and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to City from the insurance company. 11.4 Such insurance shall be issued by a company or companies approved by the City, licensed and listed with "Insurance Organizations Authorized by the Insurance Commissioner to Transact the Business of Insurance in the State of California," and shall have a rating of A- or better. 11.5 Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor for liability in excess of such coverage, nor shall it preclude the City from taking such other actions as is available to it under any other provision of this Contract or otherwise in law. 11.6 The Contractor shall arrange for the policies to be so conditioned as to cover the performance of any changes or extra Work which may be required under the Contract. 11.7 The costs of this insurance shall be considered as included in the prices paid for the various Contract items of Work and no additional compensation will be allowed, therefore.

Page 7 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

11.8 The Contractor shall either: (1) require each of its subcontractors to procure and to maintain Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified, or (2) insure the activities of its subcontractors in its own policy in like amount. 11.9 The Contractor's policies shall contain an Additional Insured Endorsement naming as additional insured the City and its officers, consultants, agents, and employees while on the Project and acting within the scope of their duties. For any claims related to the Project, Contractor’s insurance coverage shall be primary insurance as respects City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by City, its officers, officials, employees, or volunteers shall be in excess of Contractor’s insurance and shall not contribute with it. 11.10 Prior to commencement of Work under this Contract, the Contractor shall furnish endorsements from each of the insurance companies. 11.11 The Contractor shall reimburse the City and the Engineer for all costs and expenses, including attorney's fees, incurred by said City and the Engineer, in enforcing the provisions of Section 11.0 of this Contract. 12. NOTICES. Any notices to be given under this Contract, or otherwise, shall be served by certified mail and addressed and delivered as listed below: City of Del Mar [INSERT CONTRACTOR] Attn: City Clerk Attn: ______1050 Camino del Mar ______Del Mar, CA 92014 [email protected] ______

13. LIQUIDATED DAMAGES; EXTENSION OF TIME. In accordance with Government Code Section 53069.85, CONTRACTOR agrees to forfeit and pay to CITY the sum of six hundred dollars ($600) per day for each calendar day completion is delayed beyond the time allowed pursuant to paragraph 4 of this Contract. Such sum shall be deducted from any payments due to or to become due to CONTRACTOR. CONTRACTOR will be granted an extension of time and will not be assessed liquidated damages for unforeseeable delays beyond the control of and without the fault or negligence of CONTRACTOR, including delays caused by CITY. CONTRACTOR is required to promptly notify CITY of any such delay. 14. PERFORMANCE. The City hereby promises and agrees with the Contractor to employ, and does hereby employ the Contractor to provide the materials and to do the Work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, and in the manner and upon the

Page 8 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

conditions hereinafter set forth, and the City and the Contractor for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. 15. CONTRACT AUTHORITY OVER PROPOSAL. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the Bid or Proposal of the Contractor, then this instrument shall control, and nothing herein shall be considered as an acceptance of the said terms of said Proposal conflicting herewith. 16. CONTRACT DOCUMENTS. The Contract consists of the following documents, all of which are component parts of the Contract as if herein set out in full, or attached hereto: 1. Notice Inviting Bid(s) 2. Information and Instructions for Bidders 3. Proposal 4. Contract 5. Worker's Compensation Certificate 6. Performance Bond 7. Payment Bond 8. Modifications to the Standard Specifications: General Provisions, Special Provisions, Construction Methods, and Technical Provisions 9. Plans & Standard Drawings, Approved Submittals, Exhibits, and Site Photos 10. Addenda and approved Change Orders

All the above-named Contract Documents are intended to be complementary. The Work required by one of the above-named documents and not by others shall be performed as if required by all. Any conflicts in terms or requirements of any of the Contract Documents shall be determined by the order of precedence set forth in the GREENBOOK. 17. ATTACHMENTS. The following Contract Documents are attached hereto: A. Scope of Work B. Proposal/Bid Schedule/Schedule of Values C. Worker's Compensation Certificate D. Performance Bond E. Payment Bond

18. NON-DISCRIMINATION. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, physical or mental disability, medical condition, genetic information, marital status, military or veteran status, gender, gender identity, gender expression, sexual orientation, or any other

Page 9 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

class protected under state, federal, or local law. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to any class or category protected under state, federal, or local law and shall make reasonable accommodation to qualified individuals with disabilities. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment, or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 19. CALIFORNIA LAW; VENUE/MISCELLANEOUS. This Contract shall be construed and interpreted according to the laws of the State of California. Any action brought to enforce or interpret any portion of this Contractt shall be brought in the County of San Diego, California. Contractor hereby waives any and all rights it might have pursuant to California Code of Civil Procedure section 394. 20. CONSULTANT’S CERTIFICATION OF AWARENESS OF IMMIGRATION AND CONTROL ACT OF 1986. Contractor certifies that Contractor is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC §§ 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 21. NO WAIVER. No failure of either the City or the Contractor t to insist upon the strict performance by the other of any covenant, term or condition of this Contract, nor any failure to exercise any right or remedy consequent upon a breach of any covenant, term, or condition of this Contract shall constitute a waiver of any such breach of such covenant, term or condition. 22. SEVERABILITY. The unenforceability, invalidity, or illegality of any provision of this Agreement shall not render any other provision unenforceable, invalid, or illegal. 23. CONFLICTS BETWEEN TERMS. If an apparent conflict or inconsistency exists between the main body of this Contract and the Exhibits, the main body of this Contract shall control. If a conflict exists between an applicable federal, state, or local law, rule, regulation, order, or code and this Contract, the law, rule, regulation, order, or code shall control. Varying degrees of stringency among the main body of this Contracts, the Exhibits, and laws, rules, regulations, orders, or codes are not deemed conflicts, and the most stringent requirement shall control. Each Party shall notify the other immediately upon the identification of any apparent conflict or inconsistency concerning this Contract.

Page 10 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

24. SIGNING AUTHORITY. The representative for each Party signing on behalf of a corporation, partnership, joint venture, or governmental entity hereby declares that authority has been obtained to sign on behalf of the corporation, partnership, joint venture, or entity and agrees to hold the other Party or Parties hereto harmless if it is later determined that such authority does not exist.

IN WITNESS WHEREOF, the Parties hereto have executed this Contract, which will be effective as of the date of the City’s execution of the Contract listed below.

CITY OF DEL MAR, [NAME OF CONTRACTOR], a municipal corporation a California Corporation

By: By: Ashley Jones, Interim City Manager [Name], [Title]

Date: Date:

APPROVED AS TO FORM:

Leslie E. Devaney, City Attorney

ATTEST:

______Sarah Krietor, Acting City Clerk

Page 11 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

ATTACHMENT A – SCOPE OF WORK

Contractor shall refer to 2021 Water, Sewer, Pavement Improvements Project Specifications and Drawings for the description of the scope of work to be performed.

Page 12 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

ATTACHMENT B – PROPOSAL/BID SCHEDULE/SCHEDULE OF VALUES

Quantities are estimated and are for the purpose of comparing bids. Bidder to enter unit price and total amount and lump sum amounts for each bid item. Payment will be based on actual quantities furnished, installed, or constructed in accordance with the Schedule of Values.

UNIT NO DESCRIPTION OF WORK QTY UNIT TOTAL PRICE GENERAL ITEMS 1 Mobilization/Demobilization LS 1 $ $ 2 Traffic Control LS 1 $ $ Storm Water Pollution Control & Best 3 LS 1 $ $ Management Practices 4 Construction Staking & Potholing LS 1 $ $ 5 Trench Safety, Bracing and Shoring LS 1 $ $ 6 Dewatering LS 1 $ $ 7 Sewage Bypassing LS 1 $ $ 8 Import Material CY 800 $ $ 9 Unsuitable Material CY 1200 $ $ 10 Survey Monumentation (NOT USED) EA 0 $ $ WATER IMPROVEMENTS Install 6” FPVC Water Pipe (HDD) (21st 11 LF 150 $ $ Street) 12 Install 6” PVC Water Pipe (21st Street) LF 20 $ $ Install 6” PVC Water Pipe (Sand Barr 13 LF 840 $ $ Lane) 14 Forest Way PRS Modifications LS 1 $ $ 15 4th Street PRS Modifications LS 1 $ $ SEWER IMPROVEMENTS Install 6” CIPP Lining (MH B10-18 to 16 LF 402 $ $ MH B10-17) Point Repair Existing 6” Sewer (Camino 17 EA 1 $ $ Del Mar) 18 Install 8” PVC Sewer Pipe (La Amatista) LF 20 $ $ Install 8” PVC Sewer Pipe (El Amigo 19 LF 263 $ $ Road) Point Repair Existing 6” Sewer (Nob 20 EA 2 $ $ Avenue) 21 Manhole Rehabilitation EA 4 $ $

Page 13 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

PAVING IMPROVEMENTS El Amigo Road (Camino del Mar to Nob Avenue) 22 Mobilization/Demobilization LS 1 $ $ 23 Traffic Control/Phasing/Traffic & Ped Safety LS 1 $ $ Cold Plane AC Pavement 2” and Install 2” 24 SF 10,598 $ $ AC Overlay Adjust to Grade Existing Sewer Manhole 25 EA 1 $ $ Cover 26 Adjust to Grade Existing Water Valve Cover EA 3 $ $ 27 Adjust to Grade Existing Gas Valve Cover EA 1 $ $ 28 Install Blue Fire Hydrant Marker EA 2 $ $ 29 Replace Pavement Striping & Markings LS 1 $ $ Nob Avenue (7th Street to La Amatista) 30 Mobilization/Demobilization LS 1 $ $ 31 Traffic Control/Phasing/Traffic & Ped Safety LS 1 $ $ Cold Plane AC Pavement 2” and Install 2” 32 SF 7,299 $ $ AC Overlay Adjust to Grade Existing Sewer Manhole 33 EA 1 $ $ Cover 34 Adjust to Grade Existing Water Valve Cover EA 5 $ $ 35 Install Blue Fire Hydrant Marker EA 1 $ $ Replace Pavement Striping, Markings and 36 LS 1 $ $ Markers Drainage Repair (Nob Avenue at La Amatista) Remove Concrete Cross Gutter including 37 SF 724 $ $ Curb Returns 38 Remove Asphalt Pavement and Base SF 3,238 $ $ 39 Remove Concrete Curb Ramp and Sidewalk SF 283 $ $ 40 Construct Cross Gutter SF 1,060 $ $ 41 Construct 6” Concrete Curb & Gutter LF 95 $ $ 42 Construct 8” Concrete Curb & Gutter LF 106 $ $ 43 Construct Concrete Sidewalk SF 12 $ $ 44 Construct AC Dike, Type A LF 16 $ $ 45 Construct AC Dike, Type E LF 75 $ $ 46 Construct Curb Ramp, Type A LS 1 $ $ 47 Patch AC Pavement (full depth AC) SF 3,238 $ $ 48 Adjust NextG Utility Cover to Grade EA 1 $ $ 49 Adjust Water Meter Box to Grade EA 1 $ $ 50 Adjust Water Valve Cover to Grade EA 1 $ $ Hoska Lane and Alley Improvements (per Exhibit in Appendix C) 51 Paving, concrete gutter repairs LS 1 $ $ Camino Del Mar Pavement Spot Repairs 52 Areas designated by City PW Director Allowance 1 $ 50,000 $ 50,000

Page 14 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

Total Base Bid of Project in Numbers Total Base Bid of Project in Words: Dollars and Cents Payment will be based on actual quantities furnished, installed, or constructed in accordance with the Schedule of Values.

Page 15 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

ATTACHMENT C - WORKER'S COMPENSATION CERTIFICATE

Section 3700 of the Labor Code provides in part as follows:

"Every employer except the state shall secure the payment of compensation in one or more of the following ways:

(a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this state.

(b) By securing from the Director of Industrial Relations a certificate of consent to self-insure either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees.”

I hereby certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work of this Contract.

CONTRACTOR'S NAME:

ADDRESS:

BOND NO.:

SIGNATURE:

PRINT NAME/TITLE OF SIGNER:

DATE:

Page 16 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

BOND NO.______

ATTACHMENT D - PERFORMANCE BOND

WHEREAS, the City of Del Mar, a Charter City and municipal Corporation (“City”) on the _____ day of ______, 20___, awarded to [Name of Contractor] (“Principal”) a contract for the work described as 2021 Water, Sewer, Pavement Improvements Project; and

WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract.

NOW THEREFORE, We, the Principal and ______duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the penal sum of ______Dollars ($...... ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if Principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements, in the said contract and any alteration thereof made as therein provided, on his, her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue.

Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or additions to the terms of the contract or to the work or to the specifications.

In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all litigation costs and expenses incurred by City in such suit, including attorney's fees, court costs, expert witness fees and investigation expenses.

Page 17 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

IN WITNESS WHEREOF, identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above named, on the _____ day of ______, 20___.

SURETY PRINCIPAL

By: By:

(Name) (Name)

(Title) (Title)

By:

(Name)

(Title)

Signature of Attorney-in-Fact

NOTE: (a) Signature of those executing for Surety must be properly acknowledged.

(b) The Attorney-in-fact must attach a certified copy of the Power of Attorney.

Page 18 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

ACKNOWLEDGMENT

A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

STATE OF CALIFORNIA COUNTY OF )

On, ______before me ____, a notary public in and for said County and State, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to within this instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on this instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

Signature (Seal)

Page 19 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

BOND NO.______

ATTACHMENT E - PAYMENT BOND

WHEREAS, the City of Del Mar, a Charter City and municipal Corporation (hereinafter designated as City), on day of , 20 awarded to

______(hereinafter designated as the Principal) a contract for the work described as follows:

2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

WHEREAS, said Principal is required by Chapter 5, Title 3, Part 6, Division 4 (including, specifically, Section 9550) of the California Civil Code to furnish a bond in connection with said contract.

NOW THEREFORE, We, the Principal and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the penal sum of Dollars ($ ) lawful money of the United States, said sum being not less than one hundred percent (100%) of the estimated amount payable by City under the terms of the above-referenced contract, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, pursuant to Section 9554 of the California Civil Code, if said principal, hers/his/its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any of the persons named in Section 9100 of the California Civil Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Section 18663 of the California Revenue and Taxation Code, with respect to such work and labor, the surety or sureties will pay for the same in an amount not exceeding the sum hereinabove specified, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court.

This Bond shall inure to the benefit of any of the persons named in Section 9100 of the California Civil Code, so as to give a right of action to such persons or their assigns in any suit brought upon this bond.

It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining or relating to any scheme or work of improvement hereinabove described or pertaining or relating to the furnishing of labor, materials, or Page 20 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement hereinabove described, nor by any rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond, and that his bond be construed most strongly against the surety and in favor of all persons for whose benefit such bond is given, by reason of any breach of contract between the City and Principal or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 9100 of the California Civil Code, and has not been paid the full amount of his claim. Surety hereby waives notice of any such change, extension of time, addition, alteration or modification herein mentioned.

This bond is executed by Surety to and shall comply with the provisions of Chapter 5, Title 3, Part 6, Division 4 of the Civil Code and of Chapter 2, Title 14, Part 2 of the Code of Civil Procedure and said bond shall be subject to all of the terms and provisions thereof.

IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of , 20 .

SURETY PRINCIPAL

By: By:

(Name) (Name)

(Title) (Title)

By:

(Name)

(Title)

_____ Signature of Attorney-In-Fact

(Attach required acknowledgements) Page 21 of 22 CONSTRUCTION CONTRACT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR 2021 WATER, SEWER, PAVEMENT IMPROVEMENTS PROJECT

ACKNOWLEDGMENT

A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

STATE OF CALIFORNIA COUNTY OF )

On, ______before me ____, a notary public in and for said County and State, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to within this instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on this instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

Signature (Seal)

Page 22 of 22 MODIFICATIONS TO THE STANDARD SPECIFICATIONS

“GREENBOOK” PART 1 – GENERAL PROVISIONS GENERAL PROVISIONS

MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 1 – GENERAL PROVISIONS

1. STANDARD SPECIFICATIONS

All the WORK to be done under this contract shall be in accordance with these Special Provisions and the “GREENBOOK” Standard Specifications for Public Works Construction, 2018 edition, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of Associated General Contractors of California. Copies of the Standard Specifications are available from the publisher:

BNi Building News 990 Park Center Drive, Suite E Vista, California 92081 (760) 734-1113 www.bnibooks.com

The Standard Specifications set forth above, referred hereinafter as Standard Specifications, will control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents.

The section numbers of these Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring amendment, elaboration, or specifying options, are called out.

GP - 1 GENERAL PROVISIONS

“GREENBOOK” PART 1 GENERAL PROVISIONS

SECTION 1 – GENERAL, TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS

1-2 TERMS AND DEFINITIONS. [Add or redefine the following:]

Agency: City of Del Mar

Board: City Council of the City of Del Mar

Caltrans: State of California, Department of Transportation

County: County of San Diego

Engineer: The Public Works Director of the City of Del Mar or an authorized representative

Federal: United States of America

Contractor: The word Contractor is supplemented by adding thereto the following: The term Contractor means the Contractor as defined herein or his authorized representative.

State State of California

1-7 AWARD AND EXECUTION OF CONTRACT.

1-7.1 General. [Replace with the following:]

Within ten (10) working days after the date of the AGENCY'S Notice of Award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY:

Contract Agreement Performance Bond Payment Bond Public Liability and Property Damage Insurance Certificate Automobile Liability Insurance Certificate Noncollusion Affidavit Worker's Compensation Insurance Certificate

GP - 2 GENERAL PROVISIONS

Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee.

The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials.

A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so.

1-7.2 Contract Bonds. [Add the following]

The Performance Bond shall remain in force until the date of recordation of the Notice of Completion. The Payment Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion.

In conformance with the State of California Government Code, Chapter 13, Section 4590, the CONTRACTOR may substitute securities for any monies withheld by the AGENCY to endurance under the contract.

At the request and expense of the CONTRACTOR, securities equivalent to the amount withheld shall be deposited with the AGENCY, or with a state or federally chartered bank as the escrow agent, who shall pay such monies to the CONTRACTOR upon notification by AGENCY of CONTRACTOR's satisfactory completion of the contract.

The type of securities deposited and the method of release shall be approved by the AGENCY.

GP - 3 GENERAL PROVISIONS

SECTION 2 - SCOPE OF THE WORK

2-2 PERMITS. [Delete subsection in its entirety and replace with the following:]

Within 10 calendar days of the commencement date stated in the Notice to Proceed, the CONTRACTOR shall submit a complete list of all permits he will obtain indicating the AGENCY required to grant the permit and the expected date of submission for the permit and required date for receipt of the permit. The CONTRACTOR shall bear all costs of inspection required by agency or utility from which the permit was obtained, as well as all costs, relating to traffic control or safeguarding of persons or property required by said AGENCY or utility."

In accordance with City Ordinance, every person conducting or carrying on a commercial activity within the City from a fixed place of business shall pay an annual license tax. WORK described within this contract qualifies as such a commercial activity.

The CONTRACTOR and all subcontractors shall be required to verify they have obtained business license(s) prior to the processing of any progress payment. All costs associated with obtaining the required license(s) shall be borne by the CONTRACTOR.

A Business License Application form can be downloaded directly from: http://www.delmar.ca.us/DocumentCenter/View/544/Business-License-and-Application-Fee- Summary-PDF?bidId=

The CONTRACTOR shall obtain written authorization from the private property owners prior to any construction on private property.

The permits and the City business license shall be valid for the entire construction period and shall be kept at the job site at all times. All provisions of the permit shall apply and shall have authority over any conditions contained herein these Special Provisions. Any costs incurred due to compliance with the permit or in obtaining a city business license or any other required permit or license shall be included in the contract cost for the WORK item involved and no additional payment will be made. Failure to comply with these specific licensing and permit requirements will result in withholding of any progress payment(s) to the CONTRACTOR.

Payment for permits and license requirements, unless otherwise noted herein, shall be included in the various items of WORK and no additional compensation will be allowed therefore.

2-4 COOPERATION AND COLLATERAL WORK. [Add the following paragraphs following the second paragraph:]

The CONTRACTOR shall cooperate with property owners, various utility companies, and other interested parties within or adjacent to the limits of the WORK specified herein.

GP - 4 GENERAL PROVISIONS

It shall be the responsibility of the CONTRACTOR to schedule his WORK and that of his subcontractors to produce a smooth flow of WORK in a competent manner. All CONTRACTORS on this project shall cooperate with each other scheduling their WORK.

2-5.2 Temporary Utility Services. [Add the following:]

Water for any purpose shall be obtained by the CONTRACTOR at his expense. Refer to Section 402 UTILITIES. In no case, may the CONTRACTOR obtain water from unmetered fire hydrants. The penalty for taking water from an unmetered fire hydrant shall be deducted from the payment due to the CONTRACTOR if the AGENCY is assessed by the water purveyor. The costs of obtaining water shall be included in the prices paid for the various contract items of WORK included and no additional compensation will be allowed therefore, unless otherwise specified in these Contract Documents.

2-6 CHANGES IN WORK REQUESTED BY THE CONTRACTOR. [Add the following:]

2-6.1 Cost Reduction Proposal

1. You may submit to the Engineer in writing, proposals for modifying the Plans, Specifications, or other requirements of the Contract for the sole purpose of reducing the total cost of construction. 2. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the Project such as service life, economy of operation, ease of maintenance, desired appearance, or design and safety standards. 3. Include the following information in the cost reduction proposal: a) A description of both the existing Contract requirements for performing the Work and the proposed changes. b) An itemization of the Contract requirements that shall be changed if the proposal is adopted. c) A detailed estimate of the cost of performing the Work under the existing Contract and under the proposed change. d) A statement of the time within which the Engineer shall make a decision. e) The Contract items of Work affected by the proposed changes, including any quantity variation attributable thereto. 4. These provisions of this subsection do not require the Engineer to consider any cost reduction proposal which may be submitted. The City shall not be liable to you for not accepting or acting upon any cost reduction proposal you submitted pursuant to this subsection nor for any delays to the Work attributable to the proposal. 5. If a cost reduction proposal is similar to the information included in the Contract Documents or adopted by the City after the advertisement for the Contract, the Engineer will not accept such proposal and reserves the right to make such changes without compensation to you under the provisions of this subsection.

GP - 5 GENERAL PROVISIONS

6. You shall continue to perform the Work in accordance with the requirements of the Contract until a Change Order incorporating the cost reduction proposal has been issued. If a Change Order has not been issued by the date upon which your cost reduction proposal specified a decision should be made, or such other date as you may subsequently have specified in writing, the cost reduction proposal shall be deemed rejected. 7. The Engineer is the sole judge of the acceptability of a cost reduction proposal and the estimated net savings. In determining the estimated net savings, the City has the right to disregard the Contract Bid prices if, in the judgment of the Engineer, such prices do not represent a fair measure of the value of the Work to be performed or to be deleted. 8. The City reserve the right, where it deems such action appropriate, to require you to share in the City’s costs of investigating your cost reduction proposal as a condition of considering such proposal. Where such a condition is imposed, indicate your acceptance in writing allowing the City to deduct amounts payable to you from any monies due or that may become due to you under the Contract. 9. If the Engineer accepts your cost reduction proposal in whole or in part, the Engineer shall issue a Change Order to incorporate the changes in the Plans and Specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted to be put into effect. If the Engineer’s approval is conditional, the Change Order shall include any conditions upon which the Engineer's approval is based. 10. The Change Order also includes the estimated net savings in the cost of performing the Work due to the accepted cost reduction proposal and provides that the Contract cost be adjusted by crediting the City with 50% of estimated net savings amount. 11. The Contract Time shall not be extended by the acceptance of the cost reduction proposal and the performance of the Work unless specified otherwise in the Change Order. 12. The amount specified as payable to you in the Change Order is full compensation for the cost reduction proposal and the performance of the Work. 13. The City expressly reserves the right to adopt a cost reduction proposal for general use on contracts administered by the City when it determines that said proposal is suitable for application to other contracts. When an accepted cost reduction proposal is adopted for general use, only the Contractor who first submitted such proposal shall be eligible for compensation subject to this subsection, and in that case, only for contracts awarded prior to submission of the accepted cost reduction proposal. 14. The cost reduction proposals identical or similar to previously submitted proposals shall be eligible for consideration and compensation under the provisions of this subsection if the identical or similar previously submitted proposals were not adopted for general application to other contracts administered by the City. 15. Subject to the provisions contained herein, the City or any other public agency shall have the right to use all or any part of any submitted cost reduction proposal without obligation or compensation of any kind to you. You shall bear all costs to revise bonds for the Project to include the cost reduction incentive proposal Work.

2-7 CHANGES INITIATED BY THE AGENCY.

2-7.1 General. [Add the following paragraph after the first paragraph:]

GP - 6 GENERAL PROVISIONS

The CONTRACTOR shall prepare prices for the extra WORK in accordance with the ENGINEER's instructions and shall submit said prices to the ENGINEER for approval. The CONTRACTOR shall not proceed with the extra WORK until ordered to do so in writing by the ENGINEER.

The CONTRACTOR shall submit rates for labor and equipment, including subcontractors, at the preconstruction meeting for all potential extra WORK.

GP - 7 GENERAL PROVISIONS

SECTION 3 - CONTROL OF THE WORK

3-2 SELF-PERFORMANCE.

3-2.1 Self Performance. [Add the following:]

The contract labor performed or provided by the CONTRACTOR shall amount to at least 50 percent of the total contract labor for the Contract. Contract labor shall exclude superintendence.

Prior to award of the Contract, the otherwise qualifying low bidder shall submit a list of all subcontractors intended to perform WORK on the project. This list shall include the name and location of the place of business of each subcontractor who will perform WORK or labor or render service to the prime CONTRACTOR in or about the construction of the WORK or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime CONTRACTOR, specially fabricates and installs a portion of the WORK or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime CONTRACTOR’s total bid. The prime CONTRACTOR shall provide a description by bid item number or otherwise fully designate the portion of WORK to be performed by each subcontractor.

3-7 CONTRACT DOCUMENTS.

3-7.3 Examination of Contract Documents. [Add the following:]

The bidder shall examine carefully the entire site of the WORK, including but not restricted to the conditions and encumbrances related thereto, the Plans and Specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the WORK to be performed, the quantities of material to be furnished and as to the requirements of the proposal, Plans, Specifications, and the Contract.

3-7.4 Record Drawings [Add the following:]

(a) The CONTRACTOR shall keep and maintain, at the job site, one record set of specifications, addenda, change orders, modifications, full size contract drawings and shop drawings. On these, he shall mark all project conditions, locations, configurations, and any other changes or deviations which may vary from the details represented on the original contract drawings, including buried or concealed construction and utility features which are revealed during the course of construction. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the locations indicated, or which were not indicated on the contract drawings. Said record drawings shall be supplemented by any detailed sketches as necessary or directed to indicate, fully, the WORK as actually constructed. These master record drawings of the

GP - 8 GENERAL PROVISIONS

CONTRACTOR's representation of as-built conditions, including all revisions made necessary by addenda, change orders, and the like shall be maintained up-to-date during the progress of the WORK.

(b) Record drawings shall be accessible to the ENGINEER at all times during the construction period and shall be delivered to the ENGINEER upon completion of the WORK.

(c) Requests for partial payments will not be approved if the record drawings are not kept current, and not until the completed record drawings, showing all variations between the WORK as actually constructed and as originally shown on the contract drawings or other contract documents, have been inspected by the ENGINEER.

(d) Final payment will not be approved until the CONTRACTOR- prepared record drawings have been delivered to the ENGINEER. Said up-to-date, record drawings may be in the form of a set of prints with carefully plotted information overlaid in pencil.

(e) Upon completion of the WORK and prior to final acceptance, the record drawings shall be turned over to the ENGINEER for transmittal to the AGENCY.

Upon completion of the Work and prior to final acceptance, the complete set of Plans, marked up to show as-built conditions, shall be delivered to the Engineer for review. Full compensation for preparing, maintaining and providing Record Drawings (“As-Builts”) shall be included in the stipulated lump sum price for this item of work. If no item is shown in the bid, then the Contractor shall include all costs in the various items of work.

3-10 SURVEYING.

3-10.4 Survey Service. [Add the following:]

The CONTRACTOR shall perform and be responsible for the accuracy of surveying adequate for construction, however the task of surveying itself shall be performed under the direction of a licensed Land Surveyor or Professional Engineer, whom is authorized to practice land surveying, retained or provided for by the CONTRACTOR. The cost of any additional surveying and/or construction staking primarily for the convenience of the CONTRACTOR and for replacement of stakes or field markings lost for any reason will be the responsibility of the CONTRACTOR. The cost to re-establish and file a corner record and tie sheets for any monumentation that is damaged or lost for any reason will be the responsibility of the CONTRACTOR.

The CONTRACTOR shall be responsible for inventorying all existing striping that will be affected by the WORK and tying out all utility covers that will require adjustment to grade after the proposed finished surface is placed. CONTRACTOR shall be responsible for protection of existing survey monuments and centerline ties. The CONTRACTOR shall be

GP - 9 GENERAL PROVISIONS responsible for the finished WORK's conforming to the lines, grades and benchmarks given by the ENGINEER. The CONTRACTOR shall establish supplementary benchmarks, elevations, lines and grades and any other necessary controls, which are not established by the ENGINEER and which are necessary to complete the WORK. Compensation for above WORK by the CONTRACTOR shall be included in the various contract bid items and no additional compensation shall be made therefore.

All construction surveying, monument preservation, and monument replacement surveying necessary to complete the WORK as shown on the plans and provided for in these contract documents and specifications shall be accomplished by or under the direction of a licensed Land Surveyor or Professional Engineer, with the ability to practice land surveying in the State of California, retained or provided by the CONTRACTOR. The AGENCY reserves the right to direct additional construction surveys to be performed by the CONTRACTOR when it feels it is required to adequately construct the WORK.

All costs to the CONTRACTOR for protecting, removing, restoring, repairing, replacing, or reestablishing monuments or accessories to monuments or costs associated with the preparation or filing of Corner Records pursuant to sections 8700 to 8806 of the Business and Professions Code shall be included in the various contract bid items and no additional compensation shall be made therefore.

Full compensation of conforming to the requirements of this section shall be included and no additional compensation shall be made therefore, and shall include, but not be limited to, construction staking of all proposed improvements, locating survey monuments, re-setting of affected survey monuments, and centerline ties. Preparing and filing affected centerline tie sheets and Corner Records, locating Bench Marks and notifying the County Surveyor’s Office of same, professional office services and field calculations, and furnishing all labor, materials, tools, equipment, and incidentals for doing all WORK involved, and no additional compensation will be allowed therefore. When the contract does not include a pay item for monument preservation and unless otherwise provided in the specifications, full compensation for all monument preservation required to complete the WORK shall be included in the price bid for other items of WORK and no additional compensation will be allowed therefore.

3-12 WORK SITE MAINTENANCE.

3-12.1 General. [Add the following:]

The CONTRACTOR shall keep premises free from accumulations of waste materials, mud, dust and rubbish at all times. The CONTRACTOR shall provide adequate trash receptacles at the site, and shall promptly empty the containers when filled.

No material other than clear, clean water is allowed to flow in the street gutters and/or into storm drains.

GP - 10 GENERAL PROVISIONS

Construction materials shall be neatly stacked by the CONTRACTOR when not in use. Dusty materials in piles or in transit shall be covered to prevent suspension of the dirt or air. The CONTRACTOR shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids and cleaning solutions from the affected surfaces to prevent marring or other damage.

Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment submittals.

[Delete the second paragraph and replace with the following:]

Unless directed otherwise by the ENGINEER, the CONTRACTOR shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day to keep paved areas acceptably clean wherever construction, including restoration, is incomplete.

[Add the following to the third paragraph:]

All public roadways used as haul routes must be cleaned daily of all dirt, mud and debris deposited on them as a result of construction. Cleaning is to be done to the satisfaction of the ENGINEER.

[Add the following:]

The CONTRACTOR shall properly safeguard all equipment, materials, and WORK against loss, damage, malicious mischief, or tampering by unauthorized persons until acceptance of the WORK by the AGENCY. Locked and covered storage or continuous surveillance by a watchman shall be provided as necessary to accomplish this purpose.

The AGENCY reserves the right to retain title to all soils, stone, sand, gravel, and other materials developed and obtained from excavations and other operations connected with the WORK. Unless otherwise specified in the contract documents, neither the CONTRACTOR nor any subcontractor shall have any right, title, or interest in or to any such materials. The CONTRACTOR will be permitted to use in the WORK, without charge, any such materials which meet the requirements of the contract documents.

The AGENCY may desire to salvage certain items of existing equipment which are to be dismantled and removed during the course of construction. Prior to removal of any existing equipment from the site of the WORK, the CONTRACTOR shall ascertain from the ENGINEER whether or not the particular item or items are to be salvaged. Items to be salvaged shall be stockpiled on the site in a location as directed by the ENGINEER, at the CONTRACTOR's expense. All other items of equipment shall be disposed of off-site by the CONTRACTOR at his own expense.

GP - 11 GENERAL PROVISIONS

Payment for daily cleaning of all dirt, mud, and debris deposited on public roadways as a result of construction shall be included in the various items of WORK and no additional compensation will be allowed therefore.

3-12.2 Air Pollution Control. [Add the following:]

The CONTRACTOR shall comply with all air pollution control rules, regulations, ordinances and statutes which apply to any WORK performed pursuant to the Contract, including any air pollution control rules, regulations, ordinances and statutes, specified in Section 11017 of the Government Code.

In the absence of any applicable air pollution control rules, regulations, ordinances or statutes governing solvents, all solvents, including, but not limited to, the solvent portions of paints, thinners, curing compounds, and liquid asphalt used on the project shall comply with the applicable material requirements of the San Diego Air Pollution Control District. All containers of paint, thinner, curing compound or liquid asphalt shall be labeled to indicate that the contents fully comply with said requirements. Materials to be disposed of shall not be burned, either inside or outside the highway right of way. The provisions of Subsection 300-1.3 “Removal and Disposal of Materials” of the Standard Specifications permitting disposal of material by burning shall not apply.

3-12.2.1 Smog Control. [Add the following:]

The CONTRACTOR shall at all times maintain strict compliance with all applicable regulations of the San Diego Air Pollution Control District. Such regulations shall include, but will not be limited to:

 Maintenance of permits for all equipment requiring such permitting by the APCD or State Air Resources Board.  Compliance with all permit conditions of permitted equipment including operating conditions, equipment maintenance, installation of emission control devices, and record keeping.  Mitigation of all smoke, odors, or other air emissions that may constitute a nuisance.

In the event that the smoke problem becomes excessive, it may be necessary to add an additional blower system to reduce the problem. No additional compensation will be made for any necessary steps required to reduce the smoke.

3-12.3 Noise Control. [Add the following:]

The noise level from the CONTRACTOR's operations shall conform to Chapter 9.20 of the Del Mar Municipal Code as amended by Ordinance No. 452. A copy of this ordinance is available upon request.

GP - 12 GENERAL PROVISIONS

The use of portable leaf blowers is prohibited within the City of Del Mar. NO EXCEPTIONS shall be granted. For every incident where the Contractor or Subcontractors are observed using leaf blowers, the CONTRACTOR shall pay the AGENCY, or have monies due withheld, the sum of five hundred ($500).

3-12.4 Storage of Equipment and Materials.

3-12.4.2 Storage in Public Streets. [Add the following:]

The CONTRACTOR shall not store construction materials, equipment or excavated material within the public right-of-way at any time without prior permission from the ENGINEER. The CONTRACTOR shall secure at his own expense any area required for plant sites, storage of equipment or materials, or for other purposes if sufficient area is not available within the project limits.

No parking of any construction equipment or stockpile of material will be allowed within the City Right of Way during non-working hours for the duration of the construction. Unused equipment or material (including the displaced material) shall be removed and stored offsite (to a fenced and screened area) daily. The CONTRACTOR may, at his own expense, maintain and operate a WORK and storage area outside of the public right-of-way. The CONTRACTOR’s storage area is subject to all requirements of the BMPs to be implemented in the storage facility shall be designated in the SWPPP/BMP Plan and utilized in the storage facility as needed. In such case the CONTRACTOR shall submit to AGENCY written authorization from the owners of the subject property prior to occupation. Occupation of site without written authorization shall be grounds for immediate suspension of WORK. Location of the storage site shall be approved by AGENCY. Condition and operation of yard shall conform to these specifications. The CONTRACTOR shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The CONTRACTOR shall vacate site and return it to pre-project condition within five (5) working days following application for Notice of Completion. The CONTRACTOR shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the CONTRACTOR from any further clean-up or restoration WORK and shall submit a copy of such release to AGENCY. The Notice of Completion will not be issued until said release is submitted.

The CONTRACTOR shall provide and maintain suitable parking areas, for use by all construction workers and others performing WORK or furnishing services in connection with the project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, construction activities, or public parking.

Unless specific stockpile and storage areas have been established by the AGENCY as described elsewhere in the special provisions, stockpile and equipment storage locations shall be selected by the CONTRACTOR, subject to written approval by the ENGINEER. When any material or equipment is to be stored outside the highway or street right-of-way, the CONTRACTOR shall first obtain written authorization from the property AGENCY on whose property the storage is to be made, and

GP - 13 GENERAL PROVISIONS he/she shall file with the ENGINEER said permit, or a certified true copy thereof, together with a written release from the property AGENCY absolving the AGENCY and ENGINEER from any and all responsibility in connection with the storage of materials or equipment on said property. The CONTRACTOR shall leave all storage areas in a neat and clean condition, satisfactory to the ENGINEER, and in accordance with the provisions of the storage permits.

Stockpile and storage areas shall be allowed only for new, clean construction materials intended for use within the near future. Temporary storage of construction trash and waste materials shall be in approved containers and equipped with lids that are closed when not in use. Disposal of construction trash or waste materials shall not be allowed within the city limits.

The AGENCY may have limited space adjacent to the existing City Public Works Yard for use by the CONTRACTOR as a temporary construction storage yard at the discretion of the Public Works Director. This area may be used for materials and equipment storage only. No excavation, refuse material, hazardous substances or fuel containers will be allowed. This area would not be for the exclusive use of the CONTRACTOR, but will also be used for other city activities. Any fencing required to enclose the temporary storage yard will be the responsibility of the CONTRACTOR. The CONTRACTOR shall be fully responsible for providing all security necessary at the storage area for protection of his equipment and materials and for making all provisions necessary for public safety. The AGENCY will assume no liability for vandalism, lost or damaged equipment or materials or public injury at the storage area. The CONTRACTOR shall keep the storage yard neat and orderly and shall clean and refurbish the yard following completing of WORK to conditions acceptable to the AGENCY.

Full compensation for conforming to the requirements of this provision shall be considered as included in the various items of WORK and no additional compensation will be allowed therefore.

The storage of fuel, fuel oils or gasoline shall not be allowed within the City limits.

3-12.5 Sanitary Sewers.

3-12.5.4 Sanitary Facilities. [Add the following:]

(a) Toilet Facilities. Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of subpart d, section 1926.51 Of the OSHA standards for construction.

(b) Sanitary and Other Organic Wastes. The CONTRACTOR shall establish a regular collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the site in a manner satisfactory to the ENGINEER and in accordance with all laws and regulations pertaining thereto. Disposal of all such wastes shall be at the CONTRACTOR's expense.

GP - 14 GENERAL PROVISIONS

3-12.6 Water Pollution Control. [Add the following:]

The CONTRACTOR shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all surface and subsurface water entering the excavations or other parts of the WORK to the satisfaction of the AGENCY. This may include, but not limited to, coffer dams, well points, piping, pumps, French drains, etc., as necessary to accomplish the above.

Discharge of Hydrostatic Test Water and Potable Water In discharging hydrostatic test water, pipeline flushing water, and any potable water the CONTRACTOR shall comply with all requirements of the California Regional Water Quality Control Board, San Diego Region, regarding wastewater discharges, including Permit Order No. R9-2002-0020 or R9-2010-0003 after September 1, 2010 General Waste Discharge Requirements for Discharges of Hydrostatic Test Water and Potable Water to Surface Waters and Storm Drains or Other Conveyance Systems.

If the wastewater discharge is applied to land without entering into a municipal storm drain (MS4) system or defined streambed, then Order No. R9-2002-0020 or R9-2010-0003 is not applicable.

3-12.6.3 Storm Water Pollution Prevention Plan (SWPPP) [Add the following:]

Stormwater Discharge Requirements A new Storm Water General Permit, Order 2009-0009-DWQ, took effect July 1, 2010. The CONTRACTOR shall comply with the new permit requirements. The most significant changes to the new requirements in Order No. 2009-09-DWQ are included in Appendix A.

The CONTRACTOR shall maintain the project footprint under 1 acre, otherwise an application for coverage or Notice of Intent under the General Permit must be completed and filed with the State Water Resources Control Board. In such a case, the AGENCY shall be notified immediately and the Storm Water Pollution Prevention Plan (SWPPP) 3-12.6.3 amended to comply with the General Construction Permit. The SWPPP shall contain a site map which shows the construction site perimeter, existing and proposed buildings, lots, roadways, storm water collection and discharge points, general topography both before and after construction, and drainage patterns across the project. The SWPPP shall list Best Management Practices (BMPs) 3-12.6.2 the CONTRACTOR intends to use to protect storm water runoff and the placement of those BMPs. Additionally, the SWPPP shall contain a visual monitoring program; a chemical monitoring program for "non- visible" pollutants to be implemented if there is a failure of BMPs; and a sediment monitoring plan if the site discharges directly to a water body listed on the 303(d) list for sediment.

The CONTRACTOR shall designate a qualified person who is trained and competent in the implementation of the project’s SWPPP and use of BMPs and who shall be on the site daily, although not necessarily full time, to evaluate the conditions of the site with respect to storm water pollution prevention. This person shall ensure the implementation of the conditions of the City of Del Mar, the Contract Documents, and other State and local regulations and ordinances with respect to control of

GP - 15 GENERAL PROVISIONS erosion, sediment and other forms of water pollution, as well as other waste management regulations. Further, this person shall be responsible for monitoring weather and implementation of any emergency plans as needed. The weather shall be monitored on a five-day forecast plan and a full BMP protection plan shall be activated when a 40% chance of rain is forecasted. This person shall also be responsible for overseeing any site grading operations and evaluating the effectiveness of the BMP's. This person shall modify the BMP’s as necessary to keep the site in compliance. This person or other designated site management staff shall be responsible to inspect the BMP’s routinely and ensure maintenance measures are implemented and revised the SWPPP as needed to meet compliance.

The CONTRACTOR shall educate all employees, subcontractors, and suppliers about storm water pollution prevention and mitigation measures needed during various construction activities to prevent the impact of construction discharges. The CONTRACTOR shall ensure that all personnel are trained in basic urban runoff management. A list of attendees and copies of the educational materials shall be kept on file at the site and submitted to the ENGINEER at the conclusion of each training session, upon request.

The CONTRACTOR shall protect the site with BMPs, such as gravel bags and filter fabric, all new and existing storm water conveyance system structures and other facilities from sedimentation or other related construction debris and discharges, or by any other equal product that is approved by the ENGINEER. The CONTRACTOR shall prevent any discharge of concrete rinse water or other pollutant into a stormwater conveyance facility with physical barriers.

The CONTRACTOR shall submit a BMP plan with the locations for concrete washout, staging, and storage areas. Further, the CONTRACTOR shall show pollutant control measures to be used (BMPs) to confine construction waste in these designated areas, including construction entrance stabilization and -wash measures to reduce the tracking or deposition of sediment onto public and private roads.

The CONTRACTOR shall maintain and repair all pollutant control measures as soon as possible after the conclusion of each rain event as worker safety allows. For the duration of the project, the CONTRACTOR shall submit, with each progress payment request, documentation that these pollutant control measures were maintained, including detailed reports on daily routine WORK and special maintenance WORK that was performed, and a list of BMPs that were found to be inadequate and what modifications were made.

Monthly progress payments are conditioned upon the Owner having received from the CONTRACTOR the pollution control inspection and maintenance reports.

If an unmitigated non-stormwater discharge leaves the project site, the CONTRACTOR shall immediately stop all the activity causing the discharge and mitigate the discharge. The CONTRACTOR shall also immediately notify the ENGINEER of the discharge. As soon as practical, any and all waste material, sediment, debris or other pollution from any discharge shall be removed from the drainage system by the CONTRACTOR.

GP - 16 GENERAL PROVISIONS

3-12.6.4 Dewatering [Add the following:]

CONTRACTOR is advised that groundwater may be encountered during construction of project. If groundwater is encountered, CONTRACTOR shall dewater the trench as required for proper installation of the pipeline and protection of the workers at no additional cost to AGENCY in accordance with Section E herein. CONTRACTOR shall comply with all requirements of the California Regional Water Quality Control Board, San Diego Region, regarding discharge of groundwater from dewatering, including Permit Order No. R9-2008-0002 General Waste Discharge Requirements for Discharges from Groundwater Extraction and Similar Discharges to Surface Waters within the San Diego Region Except San Diego Bay and procure all permits and/or authorizations required to dewater the pipeline trench.

If the groundwater discharge is applied to land without entering into a municipal storm drain (MS 4) system or defined streambed, then Order No. R9-2008-0002 is not applicable. Prior to discharging water on private property, CONTRACTOR shall obtain written permission of the owner(s) approving such use. Said written permission shall be submitted to the AGENCY. a) Other Discharges For all other wastewater discharge situations, the CONTRACTOR shall, at his sole expense, obtain a discharge permit from the California Regional Water Quality Control Board, San Diego Region. A copy of said discharge permit shall be provided to the AGENCY. CONTRACTOR shall comply with conditions therein and perform the monitoring required. b) Miscellaneous Discharge Requirements CONTRACTOR shall not allow any discharges from the construction site which may have an adverse effect on receiving waters of the United States. The wastewater discharge shall not contain a concentration of total residual chlorine of more than 0.1mg/1. The wastewater discharge shall not contain oils, greases, waxes, or other potentially hazardous materials. The wastewater discharge shall not cause erosion or sedimentation in the receiving water. CONTRACTOR shall provide written notification to the AGENCY/municipality that owns, operates, and maintains the storm drain conveyance system a minimum of one (1) week prior to the start of any discharge into a storm drain conveyance system.

3-12.7 Weed Control. [Add the following:]

The CONTRACTOR shall at all times comply with requirements for hazardous communications programs. Pest control specialists are to be trained and supervised in the safe application, storage, and disposal of chemicals in accordance with EPA, OSHA, and DPR regulations. Use of Round- Up, Ranger-Pro, or any other product with Glyphosate is prohibited. Violations of any of these requirements will lead to a civil (Public Nuisance) penalty of up to $5,000 per day, per violation.

GP - 17 GENERAL PROVISIONS

SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES

5-1 LAWS AND REGULATIONS.

5-1.1 General. [Add the following:]

The CONTRACTOR will be required to submit weekly certified payrolls for the project. The CONTRACTOR shall also submit payrolls for all subcontractors who perform WORK in excess of $10,000.

The payrolls reflect payment of the prevailing wage to all employees plus required fringe benefits. Failure to comply with this requirement may be cause for the AGENCY to stop construction or to withhold contract payments until the CONTRACTOR shows compliance.

5-7 SAFETY.

5-7.1 Work Site Safety. Protection of the Public. [Add the following:]

It is part of the service required of the CONTRACTOR to make whatever provisions are necessary to protect the public. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property, which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed WORK or partially removed facilities. Unusual conditions may arise on the WORK which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of WORK under this contract.

Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such WORK to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary.

The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility for public safety.

GP - 18 GENERAL PROVISIONS

5-7.2 Safety Orders. [Add the following:]

The CONTRACTOR shall comply with the provisions of any AGENCY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection.

In accordance with Section 6500 of the Labor Code, the CONTRACTOR is required to obtain a permit from the Division of Industrial Safety for any trench or excavation of five feet or more in depth and into which a person is required to descent.

In accordance with Section 7104 of the Public Contract code, any public works contract, which involves excavations that extend deeper than four feet below the surface shall provide as follows:

(a) That the CONTRACTOR shall promptly, and before the following conditions are disturbed, notify the public entity, in writing, of any:

(1) Material that the CONTRACTOR believes may be material that is 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 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 as inherent in WORK of the character provided for in the contract.

(b) That the public entity shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the CONTRACTOR's cost of, or the time required for, performance of any part of the WORK shall issue a change order under the procedures described in the contract.

(c) That, in the event that a dispute arises between the public entity and the CONTRACTOR whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the WORK, the CONTRACTOR shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all WORK to be performed under the contract. The CONTRACTOR shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties.

GP - 19 GENERAL PROVISIONS

5-7.2.3 Payment. [Add the following:]

Full compensation for conforming to all sections of 5-7 shall be considered as included the various items of WORK and shall include, but not be limited to, traffic control, notifications, providing temporary pedestrian access surfaces, advanced signing, maintenance of parking restrictions, and no additional compensation shall be allowed therefore.

5-8 Mandatory Recycling of Industrial Waste. [Add the following section:]

The CONTRACTOR shall dispose of designated recyclable materials in accordance with Del Mar Mandatory Recycling Ordinance No. 590, Section 11.20.110. The following materials are the designated industrial use recyclables subject to the ordinance: dirt, asphalt, sand, land clearing brush, concrete and rock.

Asphalt containing "Petromat" may require special handling; all costs associated with disposal shall be borne by CONTRACTOR.

Names, locations and fees of recyclers accepting the above items may be obtained by contacting the County of San Diego Department of Public Works, Solid Waste Division, (619) 974-2661.

Prior to final project approval, the CONTRACTOR shall comply with the mandatory recycling ordinance by submitting to the city weight receipts for recyclable construction material.

GP - 20 GENERAL PROVISIONS

SECTION 6 – PROSECUTION AND PROGRESS OF THE WORK

6-2 PROSECUTION OF THE WORK. [Add the following:] All proposed concrete improvements in each phase shall be completed before proceeding to the next phase. Temporary AC ramp transitions and walkways will be required per section 7-10.2 “Pedestrian and Business Access” for temporary pedestrian and vehicular access. All temporary pedestrian access shall conform to the American Disability Act (ADA).

6-3 TIME OF COMPLETION.

6-3.1 General. [Add the following:]

The time for completion shall be as noted in the Notice Inviting Bids and the Contract.

6-3.4 Working Hours. [Add the following:]

The CONTRACTOR's activities shall be confined to the hours as outlined below:  7:00 am to 4:30 pm Monday through Friday. No weekend or night work shall be permitted, unless requested in advance and approved by the City.

No lane closures, material deliveries, or other WORK will be allowed except within the hours of WORK. All trenches shall be plated and recessed at the end of each working day. Deviation from these hours will not be permitted without the prior consent of the ENGINEER, except in emergencies involving immediate hazard to persons or property. In the event of a requested deviation, inspection service fees will be charged against the CONTRACTOR. The service fees will be calculated at overtime rates, including benefits, overhead, and travel time. The service fees will be deducted from any amounts due the CONTRACTOR.

6-4 DELAYS AND EXTENSIONS OF TIME.

6-4.2 Extensions of Time [Add the following:] An allowance for say 10 weather days and 5 unforeseen condition days shall be included in the contractor’s baseline schedule.

6-9 LIQUIDATED DAMAGES. [Replace with the following:]

GP - 21 GENERAL PROVISIONS

For each consecutive calendar day in excess of the time for completion of the WORK the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due it, the sum per day as listed in the Contract.

For every hour or for any part of an hour thereof in excess of the required time, per the traffic control plan or these Special Provisions, that all vehicular travel lanes of the roadway are not open to regular vehicular traffic, the CONTRACTOR shall pay the AGENCY, or have monies due withheld, the sum of five hundred ($500) per hour.

For every hour or for any part of an hour thereof that a flagger is absent from the required intersection or roadway, per the traffic control plan and/or these Special Provisions, the CONTRACTOR shall pay the AGENCY, or have monies due withheld, the sum of five hundred ($500) per hour.

GP - 22 GENERAL PROVISIONS

SECTION 7 - MEASUREMENT AND PAYMENT

7-3 PAYMENT.

7-3.1 General. [Insert the following after the first paragraph:]

Compensation for items of WORK not specifically identified in these General Provisions shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the WORK to grades and dimensions shown on the plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all WORK shown on the plans and in these specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the CONTRACTOR by nature of compliance with the plans and specifications except as provided in Sections 2, “Scope of Work” of the Greenbook, as modified in these Special Provisions.

[Delete the last paragraph and replace with the following:]

At the expiration of thirty-five (35) days from the filing and recording of the Notice of Completion of the WORK, the amount deducted from the final estimate and retained by the AGENCY will be paid to the CONTRACTOR except such amounts as required to be withheld by properly executed and filed to stop payment, or as may be authorized by the contract.

When no bid item is provided for WORK/improvement shown or indicated on the plans and specifications, payment for such WORK/improvement will be considered to be included in various applicable items of WORK.

7-3.2 Partial and Final Payment. [Amend the first sentence of the first paragraph to read:]

The closure date for the purpose of making partial progress payments will be the last day of each month. The CONTRACTOR may request, in writing, that such monthly closure date be changed. The ENGINEER may approve such request when it is compatible with the AGENCY'S payment procedure. The CONTRACTOR shall prepare the approximate measurement of the WORK performed through the closure date and submit it to the AGENCY for approval by the 10th day of the following month. When the WORK is complete, the ENGINEER will determine the final quantities of the WORK performed and prepare the final progress payment report.

Each month, the CONTRACTOR shall meet with the ENGINEER, a minimum of three working days prior to the submittal of the progress payment to the AGENCY, to finalize and receive approval regarding the measurement of the WORK performed through the closure date and the estimated value of the progress payment based on the contract Unit Prices or as provided for in Section 9-2. Any progress payment submitted without such approval will be considered incomplete and returned to the CONTRACTOR and no payment shall be considered until such approval is obtained.

GP - 23 GENERAL PROVISIONS

[Add the following to the end of this section:]

Payments are commonly authorized and made within 30 days following the 10th day of the month submitted. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. In addition, the final progress payment will not be released until the CONTRACTOR returns the control set of Plans and Specifications showing the as-built conditions.

A full ten percent (10%) retention will be deducted from all progress payments. The final retention will be authorized for final payment thirty–five (35) days after the date of recordation of the Notice of Completion.

The CONTRACTOR, however, may receive interest on the retained amount, or receive the retained amount itself so long as the securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY.

At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a State or Federally-chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract.

Surety eligible for investment shall include those listed in Section 16430 of the State Government Code or bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and stand-by letters of credit.

Any escrow agreement entered into and shall be substantially similar to the form "Escrow Agreement for Security Deposits" in lieu of retention as contained in Section 4590 of Chapter 13 of Division 5 Title 1 of the Government Code.

7-3.3 Delivered Materials. [Replace with the following:]

The monthly estimate prepared by the ENGINEER shall include an amount to cover partial payment for certain materials purchased by the CONTRACTOR. Said amount will include 80 percent of the value of all acceptable materials and equipment for the Contract that have been delivered and suitably stored at the project site but not yet used in the WORK, provided any such individual item has a value of more than $5,000 and will become a permanent part of the improvement. Said value will be based on certified copies of invoices delivered by the CONTRACTOR to the ENGINEER. Payment will not be issued without certified copies of invoices. Requests for partial payment for materials on hand must be made by the CONTRACTOR on forms provided by the ENGINEER.

GP - 24 GENERAL PROVISIONS

7-3.4 Mobilization. [Amend this section as follows:]

Mobilization shall include the obtaining of all permits, insurance, and bonds; moving onto the site of all equipment; furnishing and erecting, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the WORK.

Mobilization shall include, but not be limited to, the following principal items:

(a) Installing temporary construction power and wiring.

(b) Developing construction water supply.

(c) Providing field office trailers for the CONTRACTOR.

(d) Providing on-site sanitary facilities and portable water facilities.

(e) Arranging for, and erection of, CONTRACTOR's WORK and storage yard.

(f) Submittal of all required subcontractor insurance certificates and bonds.

(g) Obtaining all required permits.

(h) Posting all OSHA required notices and establishment of safety programs.

(i) Have the CONTRACTOR's superintendent at the job site full time with a pager and cellular phone.

(j) Demobilization.

Payment for mobilization and demobilization is unique since there are various sites throughout the City of Del Mar. CONTRACTOR shall include mobilization and demobilization in each item of WORK listed in the Bid Schedule and no additional compensation shall be allowed. No payment for mobilization, or any part thereof will be approved for payment under the contract until mobilization items listed above have been successfully completed and the CONTRACTOR is ready to move onto the next item of WORK. The amount of the CONTRACTOR's bid which will be allowed for mobilization shall be limited to a maximum 6.0 percent of the total bid amount, unless the CONTRACTOR can show written proof that his actual mobilization exceeds that amount. The OWNER shall retain 25% of the mobilization allowance for demobilization. Payment for demobilization will be made following the completion of each WORK item.

GP - 25 GENERAL PROVISIONS

7-4 PAYMENT FOR EXTRA WORK.

7-4.2.3 Tools and Equipment Rental. [Delete the second paragraph and replace with the following:]

The rates to be used in determining equipment rental costs shall be those rates listed for such equipment in the State of California, Department of Transportation publication entitled “Equipment Rental Rates and General Prevailing Wage Rates,” which is in effect on the date upon which the WORK is accomplished, regardless of ownership and any rental or other agreement entered into by the CONTRACTOR, if such may exist for the use of such equipment. If it is deemed necessary by the ENGINEER to use equipment not listed in the said publication, a suitable rental rate for such equipment will be established by the ENGINEER. The CONTRACTOR may furnish any cost data which might assist the ENGINEER in the establishment of such rental rate.

7-4.3 Markup. [Delete in its entirety and SUBSTITUTE with the following:]

1. Work paid under Allowance Bid items for permits, governmental fees, or direct payments specified in the Contract Documents shall not be subject to any markups. 2. The allowance for overhead and profit shall not exceed the values listed in the table below:

Component Overhead Profit Labor 10% 5% Material 10% 5% Equipment 10% 5%

3. Markups for materials shall be applied to the actual cost of the material before applying the sales tax. 4. When a Subcontractor is performing Extra Work, the allowance for overhead and profit shall be applied to the labor, materials, and equipment costs of the Subcontractor as follows: a) Regardless of the number of Subcontractor tasks for Extra Work, you may only apply 10% for the first $50,000 of the Subcontractor’s portion of accumulated total cost. b) If the accumulated costs of single or subsequent tasks exceed the $50,000 threshold, you shall instead only apply 5% to any amounts in excess of the $50,000. c) You shall not apply 10% to any costs after the first $50,000 of accumulated total costs from performing Extra Work. d) Regardless of the number of hierarchical tiers of Subcontractors, you may only markup a Subcontractor’s Work once.

GP - 26 GENERAL PROVISIONS

SECTION 8 - FACILITIES FOR AGENCY PERSONNEL

8-1 GENERAL. [Add the following:]

No field offices for AGENCY personnel shall be required; however, the AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR, at any time during the operation of the WORK.

GP - 27 MODIFICATIONS TO THE STANDARD SPECIFICATIONS

“GREENBOOK” PART 3 – CONSTRUCTION METHODS CONSTRUCTION METHODS

MODIFICATIONS TO THE STANDARD SPECIFICATIONS “GREENBOOK” PART 3 – CONSTRUCTION METHODS

1. STANDARD SPECIFICATIONS

All the WORK to be done under this contract shall be in accordance with these Special Provisions and the “GREENBOOK” Standard Specifications for Public Works Construction, 2018 edition, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of Associated General Contractors of California. Copies of the Standard Specifications are available from the publisher:

BNi Building News 990 Park Center Drive, Suite E Vista, California 92081 (760) 734-1113 www.bnibooks.com

The Standard Specifications set forth above, referred hereinafter as Standard Specifications, will control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents.

The section numbers of these Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring amendment, elaboration, or specifying options, are called out.

CM - 1 CONSTRUCTION METHODS

“GREENBOOK” PART 3 CONSTRUCTION METHODS

SECTION 303 – CONCRETE AND MASONRY CONSTRUCTION

303-5.5.2 Curb. [Delete the last two sentences and replace with the following:]

Prescribing CONTRACTOR’s names on any concrete surface is prohibited. CONTRACTOR shall remove any prescribed CONTRACTOR’s names or remove and replace concrete at no additional cost to the City. Joints shall conform to 303-5.4

CM - 2 MODIFICATIONS TO THE STANDARD SPECIFICATIONS

“GREENBOOK” PART 4 – EXISTING IMPROVEMNTS EXISTING IMPROVEMENTS

“GREENBOOK” PART 4 EXISTING IMPROVEMENTS

SECTION 400 – PROTECTION AND RESTORATION

400-1.1 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. [Add the following new subsection:]

The CONTRACTOR shall relocate, repair, replace or re-establish all existing improvements within the project limits which are not designated for removal (e.g. curbs, gutters, sidewalks, driveways, fences, walls, irrigated systems, signs, utility installations, pavements, structures, landscaping, etc.) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. Damaged or removed traffic signal detector loops and or irrigations systems shall be replaced or repaired and returned to service within 72 hours, unless otherwise directed by the ENGINEER.

Where existing traffic striping, pavement markings, and curb markings are damaged or their reflectivity reduced by the CONTRACTOR's operations, such striping or markings shall also be considered as existing improvements and the CONTRACTOR shall repaint or replace such improvements.

Relocations, repairs, replacements or reestablishments shall be at least equal to the existing improvements and shall match such improvements in finish and dimensions, unless otherwise specified.

The CONTRACTOR shall protect, by covering in plastic, existing brick surfaces, walls and other existing improvements to remain during concrete and asphalt concrete construction.

[Delete the last paragraph and replace with the following:]

All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing, or re-establishing and/or supporting existing improvements shall be included in various items of WORK and no additional compensation will be allowed therefore.

Full compensation for Survey Monument Preservation, shall including the cost of all labor, tools, equipment, incidentals, flagmen, providing notices, and any other safety measures used for the field survey and monument placement, shall be paid for by the lump sum price bid as shown on the BID SCHEDULE and no additional compensation will be allowed.

400-1.2 RESPONSIBILITY FOR DAMAGE. [Add the following new subsection:]

In addition to the provisions of Subsection 5-4 (“Liability Insurance.”) of the Standard Specifications as between the Agency and the Contractor, the Contractor shall take and assume all responsibility for the Work as stated herein and/or shown on the Plans.

EI - 1 EXISTING IMPROVEMENTS

The Contractor shall bear all losses and damages directly or indirectly resulting to him, to the Agency, the Engineer, their officers, employees, and agents, or to others on account of the performance or character of the work, unforeseen difficulties, accidents or any other causes whatsoever.

The Contractor shall assume the defense of and indemnify and save harmless the Agency, the Engineer, their officers, employees, and agents respectively from all claims, loss, damage, injury and liability of every kind, nature, and description, directly or indirectly arising from the performance of the Contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, regardless of responsibility for negligence.

The Agency does not and shall not; waive any rights against the Contractor which it may have be reason of the aforesaid hold harmless agreements, because of the acceptance by the Agency or deposit with the Agency by Contractor, of any insurance policies required herein or as described in Subsection 7-3. The aforesaid hold harmless agreement by Contractor shall apply to all damages and claims for damages of every kind suffered or alleged to have been suffered by reason of any of the aforesaid operations of Contractor, or any Subcontractor, regardless of whether or not such insurance policies are determined to be applicable to any of such damages or claims for damages.

No act by the Agency, Engineer or their representatives in processing or accepting any plans, in releasing any bond, in inspecting or accepting any work, or of any other nature, shall in any respect relieve the Contractor or anyone else, from any legal responsibility, obligation or liability he might otherwise have.

400-2 Permanent Survey Markers. [Add the following:].

In accordance with Senate Bill 1563, the CONTRACTOR shall file a Corner Record Form referencing survey monuments subject to disturbance in the Office of the County Surveyor prior to the start of construction and also prior to the completion of construction for the replacement of survey monuments. The CONTRACTOR shall not disturb survey monuments, lot stakes (tagged), or bench marks without the consent of the ENGINEER. The CONTRACTOR shall bear the expense of replacing any that may be disturbed. Replacement shall be done only under the direction of the ENGINEER by a Registered (licensed) Licensed Land Surveyor or a Registered Civil Engineer authorized to practice land surveying within the State of California.

The centerline monuments for all intersections within the project limits shall be permanently tied out prior to cold milling and overlay and re-established after final asphalt concrete paving. Upon submittal of all corner records and centerline tie notes and monuments to the Office of the County Surveyor, the CONTRACTOR shall submit copies of the same records to the Agency. CONTRACTOR shall also submit accepted and filed corner records upon acceptance by the Office of the County Surveyor prior to completion of the project.

EI - 2 EXISTING IMPROVEMENTS

SECTION 402 - UTILITIES

402-1 LOCATION. [Add the following:] a) The existence and location of any underground utilities or structures are not shown on the plans. The CONTRACTOR shall take precautionary measures to protect all utilities as required by the specifications, the CONTRACTOR shall perform all exploratory excavations necessary to determine the exact locations and depths of all existing underground facilities that may conflict with the proposed improvements. b) The CONTRACTOR shall notify the utilities at least 48 hours in advance of excavating around any of their structures and to determine the location of all utilities. c) It shall be the CONTRACTOR's responsibility alone to determine the location of underground utilities or substructures of every nature and to protect them from damage prior to commencing WORK. The CONTRACTOR shall pothole all underground utilities which are shown on the Plans, or marked in the field by utility owners as being within 5 feet horizontal distance from the edge of any planned project sewer, water main, storm drain, retaining walls, electrical conduit, gas main, telephone conduit, cablevision conduit, irrigation conduit alignment, or other conduit of any type. The potholes shall be at all crossings of each utility and at one hundred (100) foot maximum intervals along each utility. The CONTRACTOR agrees to be fully responsible for any and all damages, which may be caused by his failure to exactly locate and preserve any and all underground utilities. In the event the CONTRACTOR encounters underground utilities he shall verify the exact location of the utility and immediately notify the ENGINEER, regardless of whether the unknown utility conflicts with the proposed construction or not. In the event of such a previously unknown conflict, the CONTRACTOR shall immediately notify the ENGINEER as to the extent, if any, of delays or additional costs resulting from said conflict. The CONTRACTOR shall perform WORK and provide necessary materials to disconnect or relocate existing utilities as indicated. Relocate existing utilities at the direction of the ENGINEER only if utility conflicts cannot be resolved or avoided. Relocation of utilities will be a changed condition. d) The CONTRACTOR shall perform potholing of all existing utility connections as a first order of WORK for each phase of the WORK. The CONTRACTOR shall submit a complete Pothole Report to the CITY and ENGINEER seven (7) working days prior to trenching. The Pothole Report shall include, at a minimum, dates, station location per Drawings, utility type and size, and depth from surface to top and bottom of pipe. The Contractor shall backfill and patch these potholes immediately after establishing those locations. The backfill shall conform to the relative compaction requirements for trenches. e) When uncharted or incorrectly charted underground piping or other utilities and services are encountered during site WORK operations, notify the applicable utility company immediately to obtain procedure directions. Cooperate with the applicable utility company in maintaining active services in operation.

EI - 3 EXISTING IMPROVEMENTS f) WATER SUPPLY. The CONTRACTOR shall provide, at his own expense, an adequate supply of water of a quality suitable for construction purposes. The CONTRACTOR shall provide and operate all pumping facilities, pipelines, , hydrants, storage tanks, and all other equipment necessary for the adequate development and operation of his water supply system. The CONTRACTOR shall be solely responsible for the adequate functioning of his water supply system and shall be solely liable for any claims arising from the use of same, including discharge or waste of water there from. g) WATER CONNECTIONS. The CONTRACTOR shall obtain approval for Application for Construction Water Meter from the Finance Department. Upon clearance of payment and approval, the CONTRACTOR shall proceed to the Public Works Department to receive approved water meter and install water meter connection prior to drawing water from any fire hydrant or pipeline. For each such connection made, the CONTRACTOR shall first attach to the fire hydrant or pipeline a valve and a meter, if required by said authority, of a size and type acceptable to said authority, City, and/or AGENCY. If the CONTRACTOR chooses to obtain water within the City of Del Mar, the CONTRACTOR shall coordinate with the Public Works Department. CONTRACTOR shall comply with all requirements set forth by the Public Works Department. The CONTRACTOR shall apply for a construction meter. The City of Del Mar requires a $1,000 deposit on all construction meters upon application. A $50.00 monthly service fee will be assessed. In addition the City charges $3.20 per unit (HCF) of water used. h) REMOVAL OF WATER CONNECTIONS. Before final acceptance of the WORK on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the ENGINEER and to the City or AGENCY owning the affected utility. i) POWER. The CONTRACTOR shall provide, at his own expense, all necessary power required for his operations under the contract, and shall provide and maintain all temporary power lines required to perform the WORK in a safe and satisfactory manner. j) CONSTRUCTION LIGHTING. All WORK conducted at night or under conditions of deficient daylight shall be suitably lighted by the CONTRACTOR to insure proper WORK and to afford adequate facilities for inspection and safe working conditions. k) CONSTRUCTION WIRING. All wiring for temporary electric light and power shall be installed and maintained in first- class manner and shall be securely fastened in place. All electrical facilities shall conform to the requirements of the OSHA Safety and Health Standards for construction.

402-1.1 Underground Service Alert.

Attention is directed to Section 4215 through 4217 of the Government Code of the State of California requiring that two (2) working days prior to commencing any excavation, Underground Service Alert of Southern California be notified by telephone, toll free, 1-800-422-4133 or 811, for the assignment

EI - 4 EXISTING IMPROVEMENTS of an “Inquiry Notification Number”. The “Inquiry Notification Number” must be given to the ENGINEER prior to the start of any WORK on this project. If the CONTRACTOR fails to obtain this number, the AGENCY reserves the right to stop all WORK on the project. No additional compensation or extension of working time shall be allowed for this delay.

402-4 RELOCATION. [Delete the second sentence of the last paragraph and replace with the following:]

When not otherwise required by the plans and specifications and when directed by the ENGINEER, the CONTRACTOR shall arrange for the relocation of service connections, as necessary, for it to complete its WORK.

The CONTRACTOR is responsible for maintaining all utility services including but not limited to sanitary sewer, water, gas, electrical, telephone and cable T.V. to all properties within the immediate vicinity of WORK area. Payment for maintaining all existing utilities is considered in the various contract bid items and no additional compensation will be allowed therefore.

402-5 DELAYS DUE TO UTILITY CONFLICTS. [Add the following:]

All notification to utility companies insofar as the relocation or removal of a utility shall be made by the ENGINEER based on CONTRACTOR's request as submitted to the ENGINEER at least 48 hours in advance of the needed WORK. Any costs for delay of the CONTRACTOR of utility companies in this regard shall be assigned to the CONTRACTOR, if these costs are a result of the CONTRACTOR's request being untimely in any respect excepting thereof any delay cost incurred as a result of the utility company not responding at their agreed time.

402-7 UTILITY MARKINGS. [Add the following section:]

Upon completion of the project, the CONTRACTOR shall be required to remove, to the satisfaction of the ENGINEER, all utility locator markings and utility tie-out paint markings that either the CONTRACTOR, the AGENCY or utility companies make during the course of the WORK from the surfaces of sidewalks, driveway approaches, curb and gutters using the removal method acceptable to the ENGINEER. Any damage to the existing improvements due to the CONTRACTOR’s removal operation shall be repaired at the CONTRACTOR’s expense. Payment for removing utility markings shall be included in the various applicable items of WORK, and no additional compensation will be allowed therefore.

EI - 5 MODIFICATIONS TO THE STANDARD SPECIFICATIONS

“GREENBOOK” PART 6 – TEMPORARY TRAFFIC CONTROL TEMPORARY TRAFFIC CONTROL

“GREENBOOK” PART 6 TEMPORARY TRAFFIC CONTROL

SECTION 600 – ACCESS

600-1.1 Traffic and Access. [Add the following:]

The CONTRACTOR shall provide safe public access and assistance to all properties impacted by the Work at all times.

Within ten (10) calendar days after notification of award, the CONTRACTOR shall submit, for review and approval by the ENGINEER, a Traffic Control Plan. The Traffic Control Plan shall be signed and stamped by a traffic control specialist, familiar with the preparation of traffic control plans per the California MUTCD. WORK ON CAMINO DEL MAR, VIA DE LA VALLE OR JIMMY DURANTE BOULEVARD ADDITIONALLY REQUIES A STAMP FROM A CALIFORNIA LISCENSED TRAFFIC ENGINEER OR CALIFORNIA LISCENSED CIVIL ENGINEER.

The CONTRACTOR shall provide, to the ENGINEER, a telephone number at which the CONTRACTOR's representatives can be reached, at any hour, should an emergency occur requiring replacement or relocation of the required traffic control devices.

It is essential that the WORK be properly planned and that the WORK proceed according to the approved schedule.

The CONTRACTOR shall provide general courtesy notices to all occupants of residences or businesses within 300 feet of proposed WORK, printed door hanging type notices measuring 8 1/2 by 11 inches in size advising the occupants of schedule WORK affecting access and secondly, specific notices to all occupants of residences or businesses advising then when they may have limited access to property due to construction – BE SPECFIC and INFORMATIVE – so the occupants of residences or businesses can plan for the disruption.

Example text: On ___ (Date) from 7:30 AM until 12:00 PM access to your driveway will not be possible due to asphalt street repairs, please remove your vehicles and park in a legal space on the street or at a neighbors property if you will require use of your vehicle.

CONTRACTOR shall include contact name and company information and on a formatted sheet as approved by the ENGINEER.

The CONTRACTOR shall provide sufficient written notice, forty-eight (48) hours prior to the start of any phase of the WORK, to all affected businesses and property owners, and shall be responsible for protection of all private and public property in the vicinity. The CONTRACTOR shall submit a sample notification letter to the ENGINEER for review and approval prior to distribution. Damages to any such properties or utilities caused by CONTRACTOR’s operations shall be corrected by the CONTRACTOR at no cost to the OWNER.

TTC - 1 TEMPORARY TRAFFIC CONTROL

All signs shall be illuminated or reflectorized when they are used during hours of darkness. All cones, pylons, barricades, or posts used in the diversion of traffic shall be reflectorized. All signing, barricading and diversion of traffic shall be subject to the approval of the ENGINEER. The CONTRACTOR shall provide a telephone number at which the CONTRACTOR's representatives can be reached should an emergency occur requiring replacement or relocation of the required traffic devices.

All existing traffic signs and street signs shall be maintained in visible locations during construction. Signs designated for removal shall be salvaged and delivered to the AGENCY Yard or disposed of as directed by the AGENCY.

"TEMPORARY NO PARKING" signs shall be posted at least seventy-two (72) hours in advance of the WORK. The signs shall be placed no more than 50 feet apart on each side of the alleys, streets, and parking areas and at shorter intervals if conditions warrant. The CONTRACTOR shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs shall be provided by the CONTRACTOR. Signs shall not be posted on any tree, utility pole or traffic sign. These signs shall be removed when the street is reopened for traffic.

Should the CONTRACTOR elect to alter the existing traffic stripes and markings, or to divert the flow of traffic on the construction project for its convenience and there are no specific pavement markings or lane delineations shown on the Plans or in the Specifications, he shall provide the necessary temporary striping in accordance with the California Manual of Traffic Control Devices (CA MUTCD) Manual, unless otherwise directed by the ENGINEER.

At least one 12-foot wide traffic lane shall be provided for each direction of travel on all streets at all times, except as permitted by the ENGINEER. The traffic lanes shall be maintained on pavement, and shall remain unobstructed.

Clearances from traffic lanes shall be 5 feet to the edge of any excavation and 2 feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. The use special of equipment maybe required (i.e. offset boom excavating equipment, etc.) to maintain traffic lane width, no additional compensation will be made.

The CONTRACTOR shall provide access to all fire hydrants, valves, vaults, meters and pull boxes at all times. Traffic signals, pedestrian signals and stop signs shall remain unobstructed at all times.

All trenches shall be plated and recessed at the end of each working day.

The CONTRACTOR shall schedule the WORK in such a manner that no construction vehicle shall traverse any newly laid street pavement.

TTC - 2 TEMPORARY TRAFFIC CONTROL

SECTION 601 – TEMPORARY TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES

601-3.6.4 Street Closures, Detours, Barricades. [Add the following:]

The CONTRACTOR shall prepare a permit application for street closure and shall attach two copies of the proposed traffic control signing, barricading, and/or detour routing. The permit application and accompanying attachments shall be submitted to the ENGINEER for review at least seventy-two (72) hours prior to the start of such WORK. Upon approval from the ENGINEER, a no-fee Street Closure Permit will be issued. No Street Closure, Lane Closure, Detour or other WORK requiring traffic control shall commence prior to issuance of said permit.

The CONTRACTOR shall submit a daily WORK schedule and traffic routing plan showing the intended construction zone signing and operations for each phase of the WORK to be accomplished. The daily WORK schedule and traffic routing plan shall be submitted within 10- working days after the date of the AGENCY’S execution of the Contract Agreement. No WORK shall commence until this plan has been reviewed and approved in writing by the ENGINEER.

All barricading and construction signing shall be in conformance with the California MUTCD. The CONTRACTOR shall furnish and install all flagmen, lights, signs, barricades, and other safety devices and equipment required in accordance with the California MUTCD, and maintain them in new or like new condition for the duration of the construction project, unless otherwise approved by the ENGINEER. Additional construction signing and barricading, required in the opinion of the ENGINEER to protect the public, shall be immediately erected by the CONTRACTOR, at no additional cost to the OWNER.

Temporary traffic channelization shall be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the ENGINEER. The CONTRACTOR shall prepare any plans that may be required for temporary striping to the satisfaction of the ENGINEER. In no event will temporary striping be allowed on finish pavement surfaces which are to remain.

The CONTRACTOR shall schedule an employee to police the temporary delineators and barricades within the travel way every day including Saturdays, Sundays, and holidays. Any corrective WORK required to be done by AGENCY forces shall be back charged to the CONTRACTOR and withheld from the final payment based on the actual costs, plus a 40% markup for City administration and miscellaneous costs.

[Add the following:]

The CONTRACTOR shall notify the ENGINEER a minimum of five (5) working days prior to closing or restricting left-turn movements. CONTRACTOR shall provide sequential arrow boards for all lane closures. A minimum of ninety-six (96) hours prior to restricting left turn movements and/or closing left-turn pockets, the CONTRACTOR shall post sign in advance of and in the area of the closure or restriction. The signs, as a minimum, shall notify the public of the date(s) of the closure and the duration.

TTC - 3 TEMPORARY TRAFFIC CONTROL

Judgment as to adequate or sufficient barricading and signing shall be that which is sufficient and adequate in the opinion of the ENGINEER.

The CONTRACTOR shall relocate, preserve and maintain the visibility of all existing signs within the project limits which affect the flow of traffic, as directed by the ENGINEER. Any signs which are damaged or found to be missing during the course of construction shall be replaced by the CONTRACTOR at his expense as directed by the ENGINEER. All other signs that interfere with the course of WORK and are not necessary for the safe flow of traffic will be removed and replaced by the OWNER. Traffic control signs include Stop Signs, Speed Limit, Parking Restriction and other regulatory signs.

TTC - 4 SPECIAL PROVISIONS SPECIAL PROVISIONS

1. LOCATION OF WORK The general locations and limits of the work are: 1. 21st Street / Court Street, Santa Fe Avenue, Forest Way, Nob Avenue, La Amatista Road, Camino del Mar, El Amigo and 4th Street

2. POTHOLING Potholing shall be the first item of work completed. Potholing shall be completed within for 20- working days after NTP. No other work shall commence until the potholing report has been submitted. The contractor shall allow the Engineer 10 working days to review the complete pothole report prior to starting any work activities.

3. UTILITY NOTIFICATIONS The CONTRACTOR shall notify the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the CONTRACTOR and is not guaranteed to be complete or correct:

510-645-2929 AT&T Distribution 800-540-8121

866-639-8460 NextG Networks Inc. 888-632-0931 Peter Kiefer City of Del Mar Public Works Public Works (858)755-3294 [email protected] Charter Communications/Spectrum 866-340-0183 (former Time Warner Cable) MCI So. Cal. 800-289-3427 (Verizon Business) SDGE 800-611-7343 Gas Mapping & Records SDGE 800-411-7343 Electric Mapping & Records

SDGE 877-789-9866 (Press 2,2,2) Planning (760) 476-5621 SDGE 760 480-7603 Project Management

S.C. Gas/Sempra (800) 427-2000 (Commercial) Transmission (800) 427-2200 (Residential)

SP - 1 SPECIAL PROVISIONS

Water Peter Kiefer City of Del Mar (858)755-3294 Public Works [email protected] Sewer Peter Kiefer City of Del Mar (858)755-3294 Public Works [email protected]

Redflex Traffic System,Inc. (800) 568-8405

4. AUTHORITY OF THE ENGINEER The Public Works Director (ENGINEER) of the City of Del Mar, shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and WORK performed, as to the manner of performance and rate of progress of the WORK; all questions which arise as to the acceptable fulfillment of the contract on the part of the CONTRACTOR; and all questions as to claims and compensations.

The ENGINEER’s decision shall be final, and the ENGINEER shall have exclusive authority to enforce and make effective such decisions and orders as the CONTRACTOR fails to carry out promptly.

Any order given by the ENGINEER, not otherwise required by these Specifications will on request of the CONTRACTOR be given or confirmed by the ENGINEER in writing.

5. PRECONSTRUCTION MEETING Following award of the contract but prior to commencement of WORK, the CONTRACTOR shall meet with the ENGINEER and AGENCY and furnish the following items:

A. A preliminary schedule of WORK as described in Subsection 130.02(a) showing the sequence of construction of the principal items of WORK. The diagram shall show the beginning and ending dates of the items of WORK.

B. A projection of monthly payments to be earned.

C. A list of names, titles, addresses, and telephone numbers of the CONTRACTOR's responsible personnel indicating those who may be reached outside of normal working hours.

D. Time and Material (T&M) Labor and Equipment rates.

6. REMOVAL AND DISPOSAL OF MATERIALS All materials removed must be hauled away from the project site and legally disposed of at a materials site located outside the limits of Del Mar. The CONTRACTOR is encouraged to recycle materials whenever possible.

SP - 2 SPECIAL PROVISIONS

The CONTRACTOR shall recycle construction debris, asphalt, and concrete generated from removals required to construct the project. The CONTRACTOR shall recycle the waste material through an approved recycling plant. See section 7-16 of these the Standard Specifications for recycling requirements.

Payment for recycling of materials shall be included in the unit or lump sum prices for the various items of WORK. No additional payment shall be made for recycling of materials.

7. TRAFFIC CONTROL PLANS The CONTRACTOR shall refer to Part 3, Modifications to the Standard Specifications, Paragraph 7-10.1, Traffic and Access.

A. CONTRACTOR shall prepare traffic control plans for the project as required for safety in accordance with the AGENCY’s traffic department and the “California Manual on Uniform Traffic Control Devices for Streets and Highways, Part 6, Temporary Traffic Control” dated December 2012. Traffic control requirements may be modified by the AGENCY or as conditions warrant. CONTRACTOR shall modify traffic control as required by AGENCY at no additional cost. Street closures are not allowed.

B. Throughout each WORK period, CONTRACTOR shall inspect traffic control (signs, barricades, arrow boards, and delineators) and shall maintain same in accordance with said manual. All temporary signs shall be placed on a Type 1 barricade with a flasher.

8. CONTRACTOR WORK AREA The CONTRACTOR shall be responsible for obtaining and paying all costs in connection with any additional WORK area, storage sites, or staging areas which may be required for proper completion of the WORK. The CONTRACTOR is responsible for locating and securing legal storage, staging, and parking areas. The CONTRACTOR must provide a storage and staging plan to the AGENCY, including written permission from legal owner(s) of property/properties stating they are allowing the CONTRACTOR to use their property.

It shall be understood that responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the CONTRACTOR and that no claim shall be made against the AGENCY or the AGENCY’s authorized representatives by reason of any act. It shall be further understood that should any occasion arise necessitating access to the sites occupied by these stored material or equipment, the ENGINEER shall direct the CONTRACTOR owning or responsible for the stored materials and equipment to immediately move the same. No materials or equipment may be placed upon the property of the AGENCY other than the designated areas on the Drawings unless the AGENCY has agreed to the location contemplated by the CONTRACTOR to be used for storage.

No equipment, vehicles, personal vehicles, or materials may be parked or stock piled outside the AGENCY’s easements or properties, or outside of the designated CONTRACTOR staging areas. No parking or construction staging will be allowed on surrounding streets (residential and public) or private property unless written approval is obtained from appropriate jurisdiction.

9. DOCUMENTATION OF EXISTING CONDITIONS PRIOR TO CONSTRUCTION

SP - 3 SPECIAL PROVISIONS

The CONTRACTOR shall perform a preconstruction survey of existing improvements along the roadway alignment and appurtenance locations to provide a record of preconstruction conditions. This survey shall include the following as a minimum:

A. Video of existing working areas, staging and stockpiling areas.

B. Video of construction access roads and public roads to be used by the CONTRACTOR, including all public and private streets and routes used for access to and from the WORK site.

C. Any other areas as directed by the AGENCY which may be disturbed or which are to be protected from the CONTRACTOR’s operations.

D. Photographs of potential “problem areas”. Problem areas shall also be shown in video.

E. Mapping of problematic areas of damaged paving (redline areas on plans).

CONTRACTOR shall notify the AGENCY seven calendar days in advance and coordinate the scheduling of the video so that a representative of the AGENCY may accompany the CONTRACTOR during the videotaping.

At the completion of the survey the CONTRACTOR shall present the AGENCY with a report detailing the existing conditions along the pipeline alignment and within working, staging, and stockpile areas. The report shall include the following as a minimum:

1. One copy of the video in color in DVD format. 2. One copy of each “potential problem area” photograph (4-inch by 6-inch colored photos). 3. Redlined plans showing areas of damaged paving or other damaged surface improvements. 4. Written summary of “potential problem areas” and the CONTRACTOR’s recommendations to address these problem areas.

Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The CONTRACTOR will not be allowed to begin excavation or dewatering activities until the final report has been submitted and accepted by the AGENCY.

10. PROTECTION OF EXISTING IMPROVEMENTS Unless specifically noted otherwise, the CONTRACTOR shall take every precaution to protect all existing surface improvements, fencing, landscaping, irrigation, retaining walls, landscaping walls, posts, ditches, drainage facilities, curbs, gutters, pavement, trees, street lights, and all other existing improvements along the pipeline alignment or within the CONTRACTOR’s working areas, staging and stockpile areas, and access routes. Any damage or disturbance to existing surface improvements that are necessary to complete the WORK shall be kept to a minimum. The CONTRACTOR shall replace in like and kind all existing improvements that are damaged or disturbed during construction at CONTRACTOR’s sole expense. Any replacements or repairs to damaged or disturbed improvements shall be to original conditions or better.

SP - 4 TECHNICAL PROVISIONS TECHNICAL PROVISIONS

Prepared by: Psomas 401 B Street Suite 1600 San Diego, CA 92101 GENERAL All WORK shall be constructed in accordance with these project specific Technical Provisions, the 2018 edition of the "Standard Specifications for Public Works Construction" (Greenbook), the City of San Diego Standards and/or San Diego Regional Standards, latest edition, and also in accordance with any supplementary standards or specifications (such as Caltrans) which may be referred to herein, all to the satisfaction of the ENGINEER. The Technical Provisions are in addition to the Greenbook Modifications at the front end of this specifications document.

‘MODIFICATIONS TO THE GREENBOOK’

PART 1 – GENERAL PROVISIONS

SECTION 7 – MEASUREMENT AND PAYMENT 7-6 BID ITEMS

PART 2 – CONSTRUCTION MATERIALS

SECTION 200 – ROCK MATERIALS 200-1 ROCK PRODUCTS

SECTION 201 – CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-2 REINFORCEMENT FOR CONCRETE

SECTION 203 – BITUMINOUS MATERIALS 203-1 PAVING ASPHALT 203-3 EMULSIFIED ASPHALT 203-6 ASPHALTIC CONCRETE

SECTION 207 – GRAVITY PIPE 207-17 PVC GRAVITY PIPE

SECTION 209 – PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-4 PVC PRESSURE PIPE

SECTION 212 – WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 212-5 VALVES 212-8 COUPLINGS 212-12 PAINTING, INTERIOR LINING, AND EXTERIOR COATING

SECTION 214 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND

TP-1 TECHNICAL PROVISIONS PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-5 THERMOPLASTIC MATERIAL FOR TRAFFIC STRIPING AND MARKINGS

SECTION 217 – BEDDING AND BACKFILL MATERIALS 217-1 BEDDING MATERIAL 217-2 TRENCH BACKFILL

PART 3 – CONSTRUCTION METHODS

SECTION 300 – EARTHWORK 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION 300-4 UNCLASSIFIED FILL

SECTION 302 – ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-15 CRACK SEALING

SECTION 303 – CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS

SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION 306-4 SHORING AND BRACING 306-5 DEWATERING 306-6 BEDDING 306-7 PREFABRICATED GRAVITY PIPE 306-12 BACKFILL 306-15 PAYMENT

SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKERS, AND PAVEMENT MARKERS

PART 4 – EXISTING IMPROVEMENTS

SECTION 401 – REMOVAL 401-8 ASBESTOS CEMENT PIPE REMOVAL

PART 5 – SYSTEM REHABILITATION

SECTION 500 – PIPELINE REHABILITATION 500-1 PIPELINE REHABILITATION 500-2 SUBMITTALS 500-3 CLEANING AND PRELIMINARY INSPECTION 500-5 LINING

TP-2 TECHNICAL PROVISIONS 500-6 END SEALS 500-8 SERVICE CONNECTION RE-ESTABLISHMENTS

SECTION 502 – MANHOLE AND STRUCTURE REHABILITATION 502-5 LINING SYSTEMS 502-8 PAYMENT

Add: PART 9 – CONSTRUCTION SPECIFICATION INSTITUTE SPECIFICATIONS

SECTION 02320: HORIZONTAL DIRECTIONAL DRILLING (HDD) SECTION 02951: TEMPORARY SEWER BYPASSING SECTION 15070: FUSED POLYVINYL CHLORIDE (FPVC) PIPE & INSTALLATION

*Reference to Caltrans 2018 Standard Specifications Section 60-3.03 will be noted on plans

TP-3 TECHNICAL PROVISIONS PART 1 - GENERAL PROVISIONS

PART 1 SHALL CONFORM TO PART 1 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SUPPLEMENTAL AMENDMENTS, EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS:

SECTION 7 – MEASUREMENT AND PAYMENT

7-6 BID ITEMS. (Add the following):

Payment for the work included in each Bid Item shall be made at the actual quantity constructed, using the units listed in the Bid Schedule and the Unit Prices included in the BID. All other work shown or mentioned on the Plans, in the Specifications, or in any one of the Contract Documents shall be considered as included in the related Bid Items shown in the Bid Schedule. The Contractor must complete all work that is shown or described in the Contract Documents, whether or not there is a specific Bid Item for that work, and no additional compensation will be allowed.

1. Mobilization/Demobilization – Lump Sum

The Contractor shall be paid a fixed lump sum price for the cost of providing bonds, insurance, financing, and moving equipment to and from the job site.

Payment for this item shall be made at the contract lump sum price and shall include full compensation for mobilization and demobilization, along with any incidentals to accomplish all the Work as specified herein and no additional compensation shall be allowed. 75% of the total price of this item shall be paid with the first monthly progress payment to the Contractor after award of the contract and 25% be paid with the final progress payment.

2. Traffic Control – Lump Sum

All costs associated with the preparation, submittal, and revisions of traffic control plans, and the implementation of the plans in the field, are to be included in the Contractor’s bid line item for “Traffic Control”. Paving improvements traffic control is also provided for each road section and shall be inclusive of the items noted above.

3. Storm Water Pollution Control & Best Management Practices – Lump Sum

Payment for all work associated with the above-mentioned requirements as described under this Section, and as shown on the plans, including but not limited to, implementation and maintenance of BMP’s shall be included in the bid item “Storm Water Pollution Control & Best Management Practices”. No additional payment will be made.

4. Construction Staking & Potholing – Lump Sum

Construction surveying services will be provided by the Contractor. Contractor shall verify all invert elevations, and pipe slopes as shown on the plans, prior to installation. Payment shall be included in the lump sum bid item “Construction Survey/Mobilization” and no additional compensation shall be made.

TP-4 TECHNICAL PROVISIONS

5. Trench Safety, Bracing, and Shoring – Lump Sum

See description in Section 306-4.

6. Dewatering – Lump Sum

See description in Section 306-5.

7. Sewage Bypassing – Lump Sum

Payment for this item shall be made at the contract lump sum price and shall include all compensation for furnishing all labor, materials, tools and equipment as required to provide bypass pumping of wastewater at the project site. No additional payment will be made.

8. Import Material – Cubic Yards

See description in Section 306-12.6.

9. Unsuitable Material – Cubic Yards

See description in Section 300-2.2.

10. Survey Monumentation – Each

Survey Monumentation will be performed by the City.

11. Install 6 Inch FPVC Water Pipe (21st Street) – Linear Foot

Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 6 Inch FPVC water pipe via Horizontal Directional Drilling (HDD) in 21st Street and under Camino del Mar, pipe fusion, highlining, clearing and grubbing, trench excavation, removal of unsuitable material, bedding, backfill, import material, fittings and appurtenances, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, pipe testing and inspection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to install the pipe, complete in place. No additional payment will be made.

12. Install 6 Inch PVC Water Pipe (21st Street) – Linear Foot

Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 6” PVC water pipe via open trench in 21st Street, highlining, clearing and grubbing, trench excavation, bedding, backfill, fittings and appurtenances, valves, location and reconnection of water laterals, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, temporary resurfacing, asbestos cement pipe removal and disposal, connection to existing water system, water system shutdown and final connection to

TP-5 TECHNICAL PROVISIONS existing system, pipe testing and inspection, disinfection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to install the pipe, complete in place. No additional payment will be made.

13. Install 6 Inch PVC Water Pipe (Sand Barr Lane) – Linear Foot

Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 6” PVC water pipe via open trench in Sand Barr Lane, highlining, clearing and grubbing, trench excavation, bedding, backfill, removal and disposal of existing water pipe, fittings and appurtenances, valves, location and reconnection of water laterals, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, temporary resurfacing, asbestos cement removal and disposal, connection to existing water system, water system shutdown and final connection to existing system, pipe testing and inspection, disinfection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to install the pipe, complete in place. No additional payment will be made.

14. Forest Way PRS Modifications – Lump Sum

Payment for this item shall be made at the contract lump sum price and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the removal of existing valves and appurtenances, demolition of concrete vault walls per plans, installation of new 8” pressure reducing valve, 8” butterfly valves, fittings and appurtenances, installation 4” PVC bypass water pipe, 4” gate valves, fittings and appurtenances, construction of new concrete vault walls and floor, installation of new vault hatch, highlining, trench excavation, bedding, backfill, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, asbestos cement removal and disposal, connection to existing water system, water system shutdown and final connection to existing system, pipe testing and inspection, disinfection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to modify the Forest Way PRS, complete in place. No additional payment will be made.

15. 4th Street PRS Modifications – Lump Sum

Payment for this item shall be made at the contract lump sum price and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the removal of existing valves and appurtenances, installation of new 8” pressure reducing valve, 8” butterfly valves, fittings and appurtenances, installation 4” PVC bypass water pipe, 4” gate valves, fittings and appurtenances, highlining, trench excavation, removal of unsuitable material, bedding, backfill, import material, trench shoring safety design and installation, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, asbestos cement removal and disposal, connection to existing water system, water system shutdown and final connection to existing system, pipe testing and inspection, disinfection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to modify the 4th Street PRS, complete in place. No additional payment will be made.

16. Install 6 Inch CIPP Lining (MH B10-18 to MH B10-17) – Linear Foot

TP-6 TECHNICAL PROVISIONS Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 6” CIPP lining from MH B10-18 to MH B10-17 (between La Amatista and El Amigo Road), sewer main cleaning and video inspection, location and reconnection of sewer laterals via CIPP top , pipe testing and inspection, site restoration, and all other work necessary to install the CIPP lining, complete in place. No additional payment will be made.

17. Point Repair Existing 6 Inch Sewer (Camino del Mar) –Each

Payment for this item shall be made at the contract price for Each Point Repair and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to installation of new 6” PVC sewer pipe segments for point repair of the existing sewer pipe, 10 linear feet minimum, removal of damaged or disjointed VCP sewer pipe, clearing and grubbing, trench excavation, access or insertion pit, bedding, placing and joining pipe, backfill, location and reconnection of sewer laterals via open cut, fittings and appurtenances, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, pipe testing and inspection, CCTV inspection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to point repair the existing sewer pipe, complete in place. No additional payment will be made.

18. Install 8 Inch PVC Sewer Pipe (La Amatista) – Linear Foot

Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 8” PVC sewer pipe via open trench in La Amatista, clearing and grubbing, trench excavation, bedding, backfill, removal and disposal of existing sewer pipe, installation, fittings and appurtenances, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, temporary resurfacing, pipe testing and inspection, pavement repairs, trench resurfacing, concrete cross gutter repairs, site restoration, and all other work necessary to install the pipe, complete in place. No additional payment will be made.

19. Install 8 Inch PVC Sewer Pipe (El Amigo Road) – Linear Feet

Payment for this item shall be per linear foot and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to the installation of 8” PVC sewer pipe via open trench in El Amigo Road, clearing and grubbing, trench excavation, bedding, backfill, removal and disposal of existing sewer pipe and cleanout, installation, location and reconnection of sewer laterals via open cut, fittings and appurtenances, new cleanout, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, temporary resurfacing, pipe testing and inspection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to install the pipe, complete in place. No additional payment will be made.

20. Point Repair Existing 6 Inch Sewer (Nob Avenue) –Each

Payment for this item shall be made at the contract price for Each Point Repair and shall include all compensation for furnishing all labor, equipment and materials for implementing the following items including, but not limited to installation of new 6” PVC sewer pipe segments for point repair

TP-7 TECHNICAL PROVISIONS of the existing sewer pipe, 10 linear feet minimum, removal of damaged or disjointed VCP sewer pipe, clearing and grubbing, trench excavation, access or insertion pit, bedding, placing and joining pipe, backfill, location and reconnection of sewer laterals via open cut, fittings and appurtenances, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, pipe testing and inspection, CCTV inspection, pavement repairs, trench resurfacing, site restoration, and all other work necessary to point repair the existing sewer pipe, complete in place. No additional payment will be made.

21. Manhole Rehabilitation – Each

See description in Section 502-8.

END OF PART 1

TP-8 TECHNICAL PROVISIONS PART 2 - CONSTRUCTION MATERIALS

PART 2 SHALL CONFORM TO PART 2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SUPPLEMENTAL AMENDMENTS, EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS:

SECTION 200 – ROCK MATERIALS

200-1 ROCK PRODUCTS

200-1.2 Crushed Rock and Rock Dust.

200-1.2.1 General. Shall be free of debris, roots, wood, scrap material, vegetation, soft unsound particles, deleterious or objectionable materials.

SECTION 201 – CONCRETE, MORTAR, AND RELATED MATERIALS

201-1 PORTLAND CEMENT CONCRETE. (Add the following): Concrete pavement replacement for pipe replacement shall be Concrete Pavement listed in Table 201-1.1.2.

Reinforced concrete vault shall be Channels and Boxes, Inverts in Table 201-1.1.2.

201-1.1 Requirements.

201-1.1.1 General. Prepackage unmixed concrete shall not be allowed.

201-1.1.2 Concrete Specified by Class and Alternate Class. The concrete class and maximum slump for the various types of construction shall be as follows:

Type of Construction Concrete Class Maximum Slump (inches)

Curb, Gutter, Sidewalk and Curb Ramps 520-C-2500 4 Cross Gutter 560-C-3250 4

201-1.2 Materials.

201-1.2.1 Cement. Portland Cement. All cement to be used for concrete shall be Type II/V.

201-2 REINFORCEMENT FOR CONCRETE

201-2.2 Steel Reinforcement.

201-2.2.1 Reinforcing Steel. All reinforcing steel used on this project shall be Grade 60 billet steel conforming to ASTM A-615.

SECTION 203 – BITUMINOUS MATERIALS

TP-9 TECHNICAL PROVISIONS

203-1 PAVING ASPHALT

203-1.1 General. The asphalt concrete design mix shall be submitted for approval a minimum of two (2) weeks prior to start of construction.

203-1.3 Test Reports and Certification. The Contractor shall furnish asphalt in conformance with Caltrans “Certification Program for Suppliers of Asphalt.” Caltrans maintains the program requirements, procedures, and a list of approved suppliers.

The Contractor shall prevent the formation of carbonized particles caused by overheating asphalt during manufacturing or construction.

203-3 EMULSIFIED ASPHALT

203-3.1 General. Emulsified Asphalt for tack coat to existing asphalt pavement and contact with PCC surfaces shall be SS-1h slow setting anionic emulsion.

203-6 ASPHALT CONCRETE

203-6.1 General. Materials incorporated in the work shall be manufactured, handled and used in compliance with Section 203-6 of the Standard Specifications for Public Works Construction.

The Contractor shall furnish the Engineer, at least two (2) weeks prior to the start of work, with a list of material sources together with Certificates of Compliance, indicating that materials to be incorporated in the work fulfill the requirements of these specifications. The Certificates of Compliance shall be signed by the material supplier or representative. The Engineer may permit the use of paving materials, aggregate, cement line, anti-strip agents, asphalt, or any combination thereof prior to sampling and testing when accompanied by a Certificate of Compliance.

203-6.2 Materials.

203-6.2.1 Asphalt Binder. The amount of liquid asphalt, by weight, to be added to the aggregate shall be as specified by the Contractor, subject to approval by the City Engineer. The amount specified shall be within the general range of percentages of the total mixed materials. The actual amount, however, will be determined through a complete asphalt concrete mix design performed on materials intended for use on the project.

The allowable tolerance in percentage of asphalt content from that percentage specified by the engineer shall be 0.3 percent.

203-6.2.3 Rock Products for Type III Asphalt Concrete Mixtures. Add the following:

Anti-Strip Agents: When aggregate is found to be subject to stripping via prescribed test procedures, dry hydrated lime conforming to the requirements of ASTM C 207, or Type N Portland cement conforming to applicable requirements, or other approved anti-strip agents shall be added.

TP-10 TECHNICAL PROVISIONS The other approved anti-strip agents are to be added in accordance with the manufacturer’s recommendations.

203-6.3 Job Mix Formula (JMF) and Mix Design.

203-6.3.1 General. The Contractor shall furnish the Engineer with a Job Mix Formula (JMF) for the asphalt concrete no later than two (2) weeks prior to actual placement of the material. The JMF shall indicate the percentage passing each specified sieve size and percent asphalt to be used for each asphalt concrete mixture to be incorporated in the work. The job mix formula (gradation), with allowable tolerance for a single test, shall be used for job control. Single test variation tolerance is shown below. In no event shall there be less than two percent (2%) passing the No. 200 sieve.

JOB MIX FORMULA GRADING TOLERANCE (FOR SINGLE TEST)

SIEVE SIZE PERCENT No. 4  6 No. 30  5 No. 200 2 Asphalt, percent by weight of mix 0.3

The Engineer shall have the right to obtain samples for all materials to be used in the work and to test such samples for the purpose of determining specification compliance.

The Engineer reserves the right to obtain said samples at the point of delivery and/or at the point of manufacture. The Engineer shall also have the right to inspect sources of materials to be used in the work to determine acceptability of procedures used by the material supplier.

203-15 AC Pavement Crack Sealant. Subsection 203-15 is hereby added to Section 203 of the Standard Specifications.

203-15.1 General. Crack sealant product materials shall conform to ASTM D6690. Contract shall submit the crack sealant product data in accordance with Section 2-5.3.

SECTION 207 – GRAVITY PIPE

207-17 PVC GRAVITY PIPE.

207-17.3 Joining Systems. (Add the following):

The sewer pipe material shall be Polyvinyl Chloride (PVC) (Section 207-17), SDR-35. Pipe shall have integral bell and spigot joints. The bell shall consist of an integral wall section with solid cross section rubber ring, factory assembled, securely locked in place to prevent displacement during assembly. Rubber ring shall be provided at each joint to allow for contraction and expansion of the pipe. All fittings and accessories shall be manufactured and furnished by the pipe manufacturer, if available, and shall be bell and/or spigot configurations compatible with that of the pipe.

TP-11 TECHNICAL PROVISIONS

The joint approved for PVC pipe on this project is Elastomeric Gasket (Section 207-17.3.2). The gasket shall be polyurethane, or synthetic rubber with equal or greater resistance to solvency, chemical, or biological attack and shall conform to the requirements of 208-1.2, and 208-4 , “Gaskets for Thermoplastic Pipe”.

SECTION 209 – PRESSURE PIPE

209-1 IRON PIPE AND FITTINGS. (Add the following): A. Mechanical-Joint, Ductile-Iron Pipe: AWWA C151, with mechanical-joint bell and plain spigot end unless flanged ends are indicated. 1. Mechanical-Joint and Flanged Joint Ductile-Iron Fittings: AWWA C110, ductile- or gray-iron standard pattern or AWWA C153, ductile-iron compact pattern. 2. Glands, Gaskets, and Bolts: AWWA C111, ductile- or gray-iron glands, rubber gaskets, and steel bolts. B. Ductile-iron pipe and fittings will be manufactured per AWWA C110, C111, C115, C150, C151, and C153. Gray-iron and cast-iron fittings or flanges will not be used. C. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile- iron pipe and ductile-iron fittings will have a pressure rating equal to or greater than the adjacent piping. D. Flanges: AWWA C110. Joints that are above ground, within structures, or submerged will be flanged unless otherwise shown on the Approved Plans. Unless otherwise specified, ductile-iron flanges will be in accordance with ANSI/AWWA C110/A21.10, facing and drilling of all flanges must match ANSI B16.1 Class 125 flanges rated at a working pressure of 1,724 KPa (250 psi). E. Maximum working pressure of flanges will be as specified in AWWA or ASME/ANSI. Flanges will be integrally cast per AWWA C110 or shop-threaded per AWWA C115. Flanges will be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. F. Plain ends will conform to the requirement of AWWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. G. The exterior surfaces of all pipe and fittings will be factory coated with a minimum one (1) mil thick petroleum asphaltic material per AWWA C110 and C151. All buried pipe and fittings shall be wrapped in polyethylene encasement. H. The interior surfaces of all ductile iron pipe and fittings will be minimum 1/8” thick cement mortar for pipe sizes 4” through 12” per AWWA C104. I. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. American Ductile Iron Pipe Co. 2. U.S. Pipe 3. Equal.

209-4 PVC PRESSURE PIPE. (Add the following): A. 4” through 12” diameter PVC shall be in accordance with AWWA C900, DR 18, Class 235 PVC pipe will be used for mains and related appurtenances sized 4” through 12". See Section 15070 in these specifications for FPVC to be used for HDD installation.

TP-12 TECHNICAL PROVISIONS 1. PVC pipe will have common profiles for inter-changeability between rough-barrel dimensions, couplings, ends, and elastomeric gaskets to facilitate future repairs. When assembled, the pipe will have only one gasket per bell and spigot end, and/or two gaskets per coupling. 2. PVC pipe will be provided in standard 6.10m (20') lengths, unless otherwise detailed or required on the Approved Plans. When deep trenches or shoring restrictions hinder the use of the standard length sections, the use of 3.05m (10') and 4.57m (15') lengths will be allowed. Random lengths will not exceed 15% of the total length provided. 3. The minimum length of PVC pipe sections used for tie-ins and stub-outs will be 5’, unless otherwise approved by the Engineer. Milled Over All (MOA) PVC Pipe having asbestos cement size 6-inch through 12-inch may be used to make a connection to existing water main. 4. Horizontal Radius: In areas where it is required to lay the pipe along a curve, it shall be done in conformance with pipe manufacturer’s recommendations. 5. Provide pipe with cast-iron equivalent outside diameter, and integral wall-thickened bell and spigot ends. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Diamond Plastics Corporation 2. JM Eagle or approved equal C. Joint Restraint Systems (PVC PIPE) 1. Joint Restraint Systems will be ductile-iron and will consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts. Serrations will provide positive restraint, exact fit, 360º contact, and support of the pipe wall. 2. For restraint at dip fittings, a sufficient number of bolts shall connect the restraint ring to the dip fitting. 3. For restraint at PVC pipe bells, a split serrated ring shall also be used to grip the barrier of the pipe behind the bell, and a sufficient number of bolts shall be used to connect the restraint rings 4. Joint restraints will be provided where shown on the drawings. Restraints will include 316 stainless steel bolts and fusion bonded epoxy coated ductile iron parts (ASTM A536). 5. Restraint Devices will incorporate a series of serrations on the inside diameter to provide positive restraint, exact fit, 360° contact, and support of the pipe wall. 6. Restraint Devices will be manufactured of high strength ductile iron, ASTM A536, Grade 65-45-12 or ASTM A36 structural steel. 7. All Restraint Devices will have a water working pressure rating equivalent to the full rated pressure of the pipe on which they are installed, with a minimum 2:1 safety factor in any nominal pipe size. 8. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not

TP-13 TECHNICAL PROVISIONS limited to, the following: i. Ebaa Iron ii. Romac Industries, Inc. iii. Equal

SECTION 212 – WATER AND SEWER SYSTEM VALVES AND APPURTENANCES

212-5 VALVES.

212-5.1 RESILIENT WEDGE GATE VALVES (Add the following):

A. All isolation valves shall be resilient wedge gate valves per AWWA C509 and C515, Ductile-Iron Gate Valves, unless otherwise shown on approved plans. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. American Cast Iron Pipe Co.; American Flow Control Div. 2. Mueller Co.; Water Products Div. 3. Equal C. Nonrising-Stem, Resilient-Seated Gate Valves: Description: Ductile-iron body and ; with ductile-iron gate, resilient seats, low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise), and stem nut. Stem seals will be the O-ring type incorporating a minimum of two rings as required by AWWA C509. Low-friction torque-reduction thrust washers or bearings will be provided on the stem collar. Wedge (gate) will be fully encapsulated with a bonded-in- place Nitrile elastomer covering. Minimum thickness of the rubber seating area will be 6.35mm. Valves for buried applications will be provided with a 50mm (2") square operating nut and will be spur gear actuated. Valves located above ground or in structures will be equipped with a hand wheel in accordance with AWWA C509 unless otherwise indicated on the Approved Plans. All bolts and nuts used in the construction of RWGVs will be Type 316 stainless steel. D. Standard: AWWA C509 & C515. E. Minimum Pressure Rating: 235 psig. F. End Connections: Mechanical joint or flanged joint compatible with the piping system in which they are being installed in accordance with Approved Plans or directed by the Engineer. G. Exterior and Interior Coating: Fusion Bonded Epoxy Lined and Coated complying with AWWA C210, C213, and C550, with the following modifications: 1. Epoxy lining and coating of valve surfaces will be performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited except for touchup repairs. 2. Repairs made to manufacturer’s applied coatings will be performed in a facility with qualified personnel, where the environment can be controlled. The facility will be approved by the valve manufacturer. 3. Surface preparation will be as detailed in SSPC-SP5, White-Metal Blast Cleaning. 4. The minimum dry film thickness for epoxy linings will be 0.203mm (0.008” or 8 mils). 5. Powder epoxy coating materials will contain one hundred percent (100%) solids, in accordance with AWWA C213.

TP-14 TECHNICAL PROVISIONS H. Fusion bonded epoxy coating and lining is required for all valves.

212-5.1.5 TAPPING SLEEVES (Add the following):

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. American Cast Iron Pipe Co.; Waterous Co. Subsidiary. 2. East Jordan Iron Works, Inc. 3. Flowserve. 4. Mueller Co.; Water Products Div. 5. U.S. Pipe and Foundry Company. B. Description: Sleeve and valve compatible with drilling machine. C. Standard: MSS SP-60. D. Tapping Sleeve: Cast- or ductile-iron or stainless-steel, two-piece bolted sleeve with flanged outlet for new branch connection. Include sleeve matching size and type of pipe material being tapped and with recessed flange for branch valve. E. Valve: AWWA, cast-iron, nonrising-stem, resilient-seated gate valve with one raised face flange mating tapping-sleeve flange. Gate Wells: A. Gate wells for valves larger than 50mm (2”) will be 200mm (8”) diameter Class 305 C900 PVC pipe. B. Gate wells for use in potable water system applications will be white or blue. C. Gate well lids will be circular ductile-iron selected from the Approved Materials List and will include a skirt for a close fit inside the upper portion of the gate well. Lids will be cast with the City’s name and the word “WATER” for use on potable water systems. D. Unless otherwise indicated on the Approved Plans or directed by the Engineer, gate well lids for valves larger than 50mm (2”) will be in accordance with City of San Diego Standard Drawing SDW-153. Valve Stem Extensions A. Valve Stem Extensions shall be in accordance with City of San Diego Standard Drawing SDW-109. B. Indicator Posts: UL 789, FMG-approved, vertical-type, cast-iron body with operating wrench, extension rod, and adjustable cast-iron barrel of length required for depth of burial of valve

212-5.6 AIR RELEASE, AIR VACUUM, AND COMBINATION AIR VALVES (Add the following): Combination Air Valves: A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cla-Val 2. Crispin-Multiplex Manufacturing Co. 3. Val-Matic Valve & Manufacturing Corp. 4. Approved Equal B. Description: Float-operated, hydromechanical device to automatically release accumulated air or to admit air. C. Standard: AWWA C512.

TP-15 TECHNICAL PROVISIONS D. Pressure Rating: 235 psig E. 50mm (2”) combination air valves will be the single-body type incorporating stainless steel internal components and suction screen. National Pipe Threaded (NPT) inlet and outlet configurations. F. Enclosures: Air Valve Enclosures will be a 24” diameter by 36” high steel enclosure with hinged double doors. Enclosure will be 10 GA. steel with stainless steel hardware. Enclosure will be coated with a zinc primer and blue color powder top coat. Enclosures to be mounted on 6-inch- (150-mm-) minimum thickness precast concrete, of dimensions required to extend at least 6 inches (150 mm) beyond edges of enclosure housings. Include openings for piping. Enclosures will be made by Pipeline Products, San Marcos or approved equal.

212-5.7 PRESSURE REDUCING VALVES AND PRESSURE RELIEF VALVES

212-5.7.1 General. Furnish and install a complete operating pilot-operated control valve including appurtenant mechanical connections and pilotry required for compliance with manufacturer’s installation requirements, building codes and standards. The approximate upstream and downstream pressures for the stations are as follows: 111 psi upstream and 58 psi downstream (Forest Way), and 104 psi upstream and 63 psi downstream (4th Street).

212-5.7.2 Materials.

1. At a minimum each pressure reducing valve shall provide the following: a. Electronic and manual control. b. Local and remote pressure control at multiple set points for normal operation and low flow operations. c. Local and remote flow monitoring and totalizing capability. d. Hydraulic backup in case of power failure. e. The valve manufacturer shall certify that at a minimum, these criteria can be met. Anything less will be rejected. 2. Pilot-operated Control Valves shall conform to AWWA C530. 3. Pilot-operated Control Valves for potable water service shall conform to NSF/ANSI 61. 4. Pressure Relief Valves shall maintain constant operator-set upstream pressure within close limits and discharge to atmosphere when pressure is exceeded, relieving pressures enough to avoid damage to station. 5. All pressure relief valves shall be provided with a limit switch actuated by the opening and closing of the valve to which it is mounted. Switch must be connected to the RTU with a connection to the City’s SCADA that sends a signal when the valve opens and another signal when the valve closes. 6. Pressure reducing valves shall automatically reduce a higher inlet pressure to an operator-set steady lower downstream pressure regardless of changing flow rate and/or varying inlet pressure. 7. The pressure reducing valve shall be electronically actuated to combine precise control of hydraulic pilots with remote valve control capability. The control method shall be simple remote set-point change from an RTU to the motorized pilot controls where the 4-20 mA command signal is ranged to a

TP-16 TECHNICAL PROVISIONS specific pressure range. In the event of power or control input failure, the pilot controls remain in hydraulic control, assuring system stability 8. The valves shall be hydraulically operated, single diaphragm actuated, globe pattern consisting of three major components: the body with seat installed, the cover with bearing installed, and the diaphragm assembly. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. Valve body and cover shall be of ductile iron with steel as an acceptable alternative. 9. The valve shall contain a resilient synthetic rubber disc forming a tight seal against a single removable seat. The disc guide shall permit smooth transition of flow and shall hold the disc firmly in place. The disc retainer shall be capable of withstanding opening and closing shocks. 10. The diaphragm assembly shall contain a stainless steel stem of sufficient diameter to withstand high hydraulic pressures. The FDA-approved diaphragm shall consist of a flexible material compatible with the operating fluid with proof of burst and cycle testing. If using nylon fabric bonded with synthetic rubber, the diaphragm must withstand a Mullins burst test of a minimum of 600 psi per layer of nylon fabric and shall be cycle tested 100,000 times to insure longevity. Other flexible materials will be considered, given they are FDA-approved and compatible with the operating fluid. The diaphragm shall be fully supported in the valve body and cover by machined surfaces which support no less than one-half of the total surface area of the diaphragm in either the fully open or fully closed position. 11. The stem shall be fully guided through its complete by a removable bearing in the valve cover and an integral bearing in the valve seat. The stem shall have machined flats on its shoulder or other means to facilitate disassembly. All pressure reducing/sustaining/relief valves shall come equipped with a specially designed stem with angled rifling, or other design, that channels deposits away and minimizes the risk of scale buildup or other mineral deposits from seizing the valve. 12. The valve seat shall be either threaded or screwed to the body in a way that eases maintenance. The seat with integral bearing shall be of the solid, one piece design and shall have a taper on the seating surface for positive drip tight shut-off. Dual piece seats shall not be permitted. The lower bearing of the valve stem shall be contained concentrically within the seat. 13. To ensure proper alignment of the valve stem, the valve body and cover shall be machined with a locating lip. No "pinned" covers to the valve body shall be permitted. All necessary repairs and/or modifications other than replacement of the main valve body shall be possible without removing the valve from the pipeline. 14. The Contractor shall require the valve manufacturer to warrant the valve to be free of defects in material and workmanship for a period of one year from date of shipment, provided the valve is installed and used in accordance with all applicable instructions. The valve manufacturer shall also provide a computerized cavitation analysis which shows flow rate, differential

TP-17 TECHNICAL PROVISIONS pressure, percentage of valve opening, Cv, system velocity, and the incidence of cavitation damage. 15. The pressure reducing valve come standard with a valve position indicator. 16. Electronic Pilot Control: Each pressure reducing valve shall come equipped with an electronically controlled pilot control valve with remote pressure sensing capability that automatically reduces higher inlet pressures to a lower outlet pressure. They shall be direct-acting, spring-loaded, diaphragm-type control regulator that operate hydraulically. They are to be held open by the force of the compression spring above the diaphragm and close when the downstream pressure acting on the underside of the diaphragm exceeds the spring setting.

The hydraulic control valve pilot system shall consist of an electronic actuator that allows a remote set-point command signal from a SCADA control system. The motor-driven actuator adjusts the pilot controls by altering the spring pressure setting.

17. Hydraulic Pilot Control: In case of power failure, hydraulic backup shall be provided for all pressure reducing valves with a low volume, direct- acting, adjustable, spring-loaded, normally open diaphragm valve, designed to permit flow when controlled pressure is less than the spring setting. The valve shall maintain a constant downstream pressure within close limits and regardless of varying inlet pressure. Body porting provisions shall provide for either straight through or 90-degree angle installation. It shall operate in any position. a) The valve shall be equipped with a stainless steel seat and a resilient sealing disc molded into a renewable holder. The disc assembly shall be threaded into a retainer-stem assembly. This assembly shall be aligned by a guide plug installed in the bottom of the body and by the diaphragm on the top. The diaphragm center hole shall fit snugly to the stem. The diaphragm shall be supported by a large diameter, stainless steel washer which shall be secured with a stainless steel constant tension washer and a stainless steel nut. A threaded shall protect the adjusting screw and jam nut. Provision shall be provided for the securing of the protecting cap with a seal wire to discourage unauthorized changes to the setting. b) Disassembly and re-assembly shall be easily accomplished for maintenance and repairs. c) The adjustment range and pilot settings shall accommodate a pressure drop of approximately 70-75 psi. 18. All pressure relief valves shall be provided with a limit switch actuated by the opening and closing of the valve to which it is mounted. Switch must be connected to the RTU with a connection to the City’s SCADA that sends a signal when the valve opens and another signal when the valve closes. a. A stainless steel actuating stem with a swivel adapter fastened directly to the main valve stem moves through an adapter and gland with two O- ring seals allowing the stop collar to actuate the micro switch bracket

TP-18 TECHNICAL PROVISIONS mounted on the exterior of the adapter which is attached to the cover of the main valve. b. The single pole, double-throw micro switch can be connected either to open or to close the circuit when actuated. c. Must be easily adjusted for operation at any point of the valve’s travel by loosening a screw and raising or lowering the collar on the actuating stem. d. The switch shall be in a weather proof enclosure (NEMA rated). All assemblies must be capable of accommodating up to 3 switches. e. The switch shall be a Cla-Val Model X105L or approved equal. The contractor shall provide same manufacturer products to match existing City of Del Mar equipment and components. 19. The pilot system should be capable of a differential pressure up to 200 psi and have a pressure rating up to 400 psi. 20. The pressure reducing valves shall be Cla-Val Model 390-02 or an approved equal. The contractor shall provide same manufacturer products to match existing City of Del Mar equipment and components. 21. The pressure relief valve shall be a Cla-Val Model 50-01 or approved equal. The contractor shall provide same manufacturer products to match existing City of Del Mar equipment and components. 22. Unless otherwise stated, pressure reducing/relief valves shall be constructed of the following materials:

ITEM MATERIAL SPECIFICATION Main valve body and Ductile iron ASTM A 536 cover

Flanges for valves 3” Ductile Iron Flat faced diameter and above Pressures 0- ASME/ANSI B16.42 Class 150 Ductile Iron (Drilled and Faced) 275 psi Alignment Boltholes of flanged valves shall straddle horizontal and vertical centerlines of pipe run to which valves are attached. Flange Bolts and Nuts SS Type 316 Bonnet Bolts, Nuts, and Type 316 ASTM A 276 or A 1931 Washers Stainless Steel Main valve trim and Type 316 ASTM A 276 or A 351 seat (except stem) Stainless Steel Stem Type 316 ASTM A 276 or A 351 Stainless Steel Provide oxy-nitrite treated stem for potable water system Pilotry (Tubing) Type 316 stainless steel Pilotry (Valves, Bronze body, strainers, flow controls, ASTM B 62 other appurtenances) and B 61

Epoxy Lining Epoxy AWWA C550 12 mil minimum DFT Meet NSF 61 for potable water applications Do not coat sealing areas and bronze or stainless steel parts. Exterior Finish Coat Epoxy Fusion-Bonded per manufacturer’s Urethane recommendation

TP-19 TECHNICAL PROVISIONS

23. The following product design criteria, options and accessories are required for pilot- operated control valves:

ITEM DESCRIPTION Ends – Valves larger Flanged per ANSI B16.1 Flat face. Boltholes shall straddle than 2.5 inches horizontal and vertical centerlines of pipe run to which valves are attached. Flow Rate At a minimum, valves shall provide the following flow rates: 1-210 gpm (2-inch valve) 2-300 gpm (2½-inch valve) 2-460 gpm (3-inch valve) 4-800 gpm (4-inch valve) 10-1800 gpm (6-inch valve) 15-3100 gpm (8-inch valve) 35-4900 gpm (10-inch valve) 50-7000 gpm (12-inch valve) Maximum Non-Shock 200 psi Inlet Pressure Maximum Transient 250 psi Pressure Minimum Pressure Drop 5 psi across Seat Maximum Pressure 100 psi Drop across seat Anti-Cavitation Trim Not required. Manufacturer to provide cavitation calcs to confirm Pressure sustaining Not required feature Check feature Required Isolation Valves on Pilot Required on both sides of pilot for all pilot systems Lines Opening and Closing Required Speed Control In Line Y-Strainer on Required Pilot Line Position Indicator Required Pressure Gauges Not required Differential pressure Not required transmitters Pressure transmitters 2 per pressure reducing valve Remote pressure control Required on all pressure reducing valves Remote Flow Required on all pressure reducing valves monitoring

202-5.7.3 Submittals. The Contractor shall furnish the following submittals.

SUBMITTAL DESCRIPTION Shop Drawings Required for valves per valve and equipment shop drawing requirements. Required for flow curves, electronic and manual pressure reducing controls, valve stem operators, valve position transmitters, all pilot tubing, controls and appurtenances per valve and equipment shop drawing requirements.

TP-20 TECHNICAL PROVISIONS

SUBMITTAL DESCRIPTION Catalog Data Required per catalog data requirements. Include manufacturer’s maximum/minimum recommended flows and maximum/minimum operating pressures. Show lining and coating data and thicknesses. Material data and pressure ratings for all components of the valve Installation Instructions Required per installation instruction requirements. O & M Instructions Required per operation and maintenance instruction requirements. Certificates of Submit certified report of testing of factory-applied linings Compliance Engineering Required for cavitation per engineering calculations Calculations requirements. Required for pressure relief valves to verify valves are sized properly to work together. If calculations show valves shown in Contract Documents to be improperly sized or specified, submit letter to engineer requesting appropriate variance. Warranty Furnish 1 year warranty from date of final acceptance

212-5.7.4 Spare Parts: Provide 3 diaphragm and rubber kits for each pressure reducing valve. 212-8 COUPLINGS. (Add the following): A. Provide couplings for ductile iron equivalent outside diameter. Couplings shall be Smith & Blair Pipe-Lock 472 Series or approved equal, to accommodate DR 18 PVC pipe. B. Mechanical joint restraint devices for nominal pipe sizes 3 inch through 36 inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10, and shall be EBBA Iron 2000PV or approved equal. Restrained flange adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10, and shall be EBBA Iron 2100 or approved equal.

212-8.3 COUPLINGS RESTRAINT SYSTEMS. (Add the following): A. Flange adapters will be made of ductile iron conforming to ASTM A536 and have flange drilling and facing compatible with ANSI/AWWA C110/A21.10 and ANSI/AWWA C115/A21.15. Unrestrained flange adapters may only be used when thrust blocks are shown on the plans. B. Restraint for the flange adapter will consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws will be used to insure proper initial set of gripping wedges. C. The flange adapter will be capable of deflection during assembly, or permit lengths of pipe to be field cut, to allow a minimum of 0.6” gap between the end of the pipe and the mating flange without affecting the integrity of the seal. D. For PVC pipe, the flange adapter will have a pressure rating equal to the pipe.

TP-21 TECHNICAL PROVISIONS E. For ductile iron pipe, the flange adapter will have a safety factor of 2:1 minimum. F. Nuts and bolts will be Type 316 stainless steel G. All components will be manufactured and assembled in the United States. The purchaser will, with reasonable notice, have the right to plant visitation at his/her expense. H. The adapter will have fusion bonded coating on both its interior and exterior. I. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ebaa Iron 2. Romac Industries, Inc. 3. Equal

212-8.3.1 COUPLINGS RESTRAINT SYSTEMS. (Insert the following): A. Description: Plain-end pipe with flexible couplings and with ends of same sizes as piping to be joined meeting AWWA C219. B. Steel Couplings will have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings will be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length will be 175 mm (7") for pipe sized 150 mm (6") through 600 mm (24"). C. Pressure Rating: 235 psi D. Sleeve bolts will be made of stainless steel per ASTM A193 or Type 304 and will have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and will conform to AWWA C111. E. If the coupling requires a step in the sleeve, proper restraint must be provided to prevent migration along the pipeline. F. Fusion bonded coating for interior and exterior. G. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Romac Industries, Inc. 2. Smith & Blair, Inc. 3. Dresser, Inc.; Dresser Piping Specialties. 4. Equal

212-12 PAINTING, INTERIOR LINING, AND EXTERIOR COATING. (Add the following): A. Polyethlylene Encasement for Underground Ductile Iron Piping: B. Standards: ASTM A 674 or AWWA C105. C. Polyethlylene wrap or sleeves will be used for the protection of buried ductile-iron pipe fittings, appurtenances, and valves. D. Polyethylene wrap and sleeves will be clear for use with potable water. Polyethylene encasement will be secured with 50mm (2”) wide polyethylene or vinyl adhesive tape or with plastic tie straps.

TP-22 TECHNICAL PROVISIONS SECTION 214 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS

214-4 PAINT FOR STRIPING AND MARKINGS

214-4.1 General. Add the following:

Traffic striping, pavement markings, and/or curb painting shall be waterborne-based paint unless otherwise noted and shall conform to the provisions in Sections 314 – Traffic Striping, Curb and Pavement Markings, and Pavement Markers of the Standard Specifications and these Special Provisions. Paint material shall be used at its manufactured consistency and shall conform to the requirements of the State of California Department of Transportation specifications PTWB-01R2. Paint shall correspond to SWARCO brand traffic paint, or approved equivalent:

SWARCO 1140/1160 Series Waterborne acrylic traffic paint (TTP-1952E Type I/TTP-1952E TYPE II)

WHITE – Product Code ZB1140 RED – Product Code ZB1151/1161 BLUE – Product Code ZB1164 YELLOW – Product Code ZB1146 GREEN – Product Code ZB1162 BLACK – Product Code ZB1147

All paints may be obtained from Traffic Safety Materials, LLC, 7722 Clairemont Mesa Blvd., San Diego, CA 92111; (619) 450-8987 or any other supplier.

214-5 THERMOPLASTIC MATERIAL FOR TRAFFIC STRIPING AND MARKINGS

214-5.1 General. Add the following:

Thermoplastic material is only to be used within the Caltrans right-of-way or as otherwise shown on the plans.

Thermoplastic must comply with State Specification PTH-02SPRAY, PTH-02HYDRO, or PTH- 02ALKYD. Primer must comply with the thermoplastic manufacturer’s recommendations.

SECTION 217 – BEDDING AND BACKFILL MATERIALS

217-1 BEDDING MATERIAL. (Add the following): A ¾” maximum crushed rock bedding shall be used. The excavated onsite soils are not likely suitable for bedding and shading of the proposed sewer pipeline. The pipe zone is a minimum of 4 inches below the pipe to 12 inches over the top of pipe. The bedding material, at least 12 inches over the top of the pipe, should be compacted to at least 90 percent of the maximum dry density as obtained by ASTM D 1557. Upon completion of the required bedding, the trench backfill shall be placed and mechanically compacted.

TP-23 TECHNICAL PROVISIONS All crushed rock bedding shall be encased in a non-woven geotextile US 120NW by US Fabric, or approved equal. Where open trench excavation occurs and crush rock bedding is used, the bedding section shall be encased in the geotextile fabric along the entire length of pipe length per manufacturer’s recommendations. 217-2 TRENCH BACKFILL. (Add the following):

Native backfill shall be used whenever possible. Where the native backfill is used, the backfill shall conform to the Greenbook Requirements. The Contractor shall set up screening facilities and screen the native material prior to any backfilling. The unsuitable material shall be hauled away to a licensed recycling center. The Engineer will be responsible for decisions whether or not the excavated material is suitable for backfill and when separate payment is made for imported backfill. The preliminary borings indicate that subsurface materials generated from the trench excavations will be suitable for use as backfill in the trench zone, provided the backfill is free of vegetation, debris, organic materials, deleterious materials, and particles greater than 3 inches and largest dimension. The bulk of the earthwork will be completed within the trench zone. Backfill within this interval should be placed in 8-inch loose lifts and compacted to 90% relative compaction after ASTM D 1557 and 95% relative compaction in the upper 12-inches of subgrade in streets. 217-2.2 IMPORTED BACKFILL. Is added and shall include the following: The import material shall conform to Greenbook Section 217-2 for trench backfill. The contractor shall identify the source of proposed material to the Engineer no less than 10 working days prior to its intended use. The material source, soil properties, and origin shall be clearly described. The contract unit price for “Import Material” needed to replace the volume displaced for unsuitable material shall be paid per cubic yard (CY) , to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work associated with purchase and delivery of material, and no additional compensation will be allowed. Placement and compaction of import/select material in the trench shall be paid per applicable bid item. Any changes to quantities for the above items shall not classify as a substantial change. Therefore, regardless of total actual volume (percentage) compared to estimated quantities, the unit price bid by the Contractor shall be applied to the final quantity when payment is calculated for this item. No adjustment in the unit price will be allowed. The City reserves the right to not use any of the estimated quantity, and if this right is exercised, the Contractor will not be entitled to any compensation. END OF PART 2

TP-24 TECHNICAL PROVISIONS PART 3 -CONSTRUCTION METHODS

PART 3 SHALL CONFORM TO PART 3 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SUPPLEMENTAL AMENDMENTS, EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS:

SECTION 300 - EARTHWORK

300-1 CLEARING AND GRUBBING.

300-1.1 General. (Add the following to the second paragraph):

Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site, as shown on the drawings and directed by the Engineer.

The Contractor shall remove all debris from the project site by the end of each work day. The Contractor shall remove all items indicated on plans and as necessary to complete the work and/or as may be directed by the Engineer, to the satisfaction of the Engineer.

The Contractor shall submit proposed salvage, demolition, and removal procedures for approval before work is started. Procedures shall provide for careful removal and disposition of materials specified for salvaging, coordination with other work in progress, a disconnection schedule of all utility services, and a detailed description of methods and equipment to be used for each operation and of the sequence of operations.

The Contractor is responsible for repairing all irrigation lines, hardscape, and appurtenances damaged or removed as part of the construction. The Contractor shall be responsible for root removal and disposal.

The Contractor shall use extreme caution in protecting all existing improvements adjacent to the project including PCC improvements, irrigation facilities and appurtenances, trees, water meters, parkway drains, walkways, brickwork, etc. Contractor shall be responsible for replacing damaged improvements in kind as a result of construction operations.

Vehicle and Equipment Storage and Maintenance Area. Payment will be considered as included and made to the contractor at the contract bid price for Mobilization. Payment will include the installation, maintenance, relocation (as deemed necessary by the contractor), and removal and disposal of all materials resulting from the use of the area.

Section 4216/4217 of the Government Code requires a DigAlert identification number be issued at least two (2) working days prior to a “Permit to Excavate” will be valid. For a DigAlert identification number, Contractor shall call the following Underground Service Alert, services and utilities:

DigAlert 811

The Contractor shall protect all existing structures or facilities (including utilities) that are adjacent to, or fall within, the limits of the work to be done under this contract in accordance with Sections

TP-25 TECHNICAL PROVISIONS 300-1 of the Standard Specifications. This item shall also include those structures and facilities which the Plans show, or these Specifications indicate, to be protected. Any structure or facility to be protected which is damaged as a result of the construction shall be repaired or replaced at the Contractor’s expense to the satisfaction of the City Engineer.

300-1.4 Payment. (Remove this section and replace with the following):

Payment for clearing and grubbing shall be measured and paid for per Bid Items in Section 7-6. Payment shall include full compensation for all labor, equipment and material required to complete all work necessary to clear, grub and remove all natural and artificial objectionable material within the limits of excavation. Payment shall include full compensation for removal and disposal of all resulting material including, but not limited to; dumping fees, haul off, removal of excess subgrade, roots, landscaping, fences, footings, concrete, asphalt, all rubbish and debris whether above or below ground, in accordance with the Standard Specifications, the Supplementary General Provisions, and as directed by the Engineer as required to complete all Work as shown on the plans.

300-2 UNCLASSIFIED EXCAVATION.

300-2.1 General. Replace with the following:

Unclassified excavation shall consist of all excavation, including but not limited to roadway bituminous pavement, and concrete pavement, roadway base material, curb, gutters, cross gutters, driveways, and sidewalks.

300-2.1.1 Requirements. Subsection 300-2.1.1 is hereby added to Section 300 of the Standard Specifications.

Bituminous pavement shall be removed to clean, straight lines. Saw cutting of edges to be joined shall be to the full depth of the pavement. If thickness of existing asphalt section to be removed is greater than the proposed structural section, the Contractor shall remove the full thickness of existing asphalt pavement, compact existing subgrade and construct AC pavement thickness equaling the difference between existing asphalt section removed and proposed structural section.

Concrete curb, curb and gutter, cross gutter and sidewalk shall be removed to neatly sawn cuts made to a minimum depth of 1½ inches. Concrete sidewalk to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. No section to be replaced shall be smaller than 30 inches in either length or width. If the saw cut in sidewalk would fall within 12 inches of a score mark, the saw cut shall be made along the score mark. Curb and gutter shall be sawed to a depth of 1½ inches on a neat line at right angles to the curb face.

300-2.2 Unsuitable Material. (Delete and replace with the following:):

Material that is unsuitable for its planned use shall be excavated and disposed of as directed by the Engineer.

The Engineer shall determine if the excavated material is deemed unsuitable for trench backfill. Unsuitable Material is defined as heavy clay, highly expansive, organic material, deleterious

TP-26 TECHNICAL PROVISIONS material, vegetation, debris, uncompactable material, and/or other material unsuitable for supporting the water and sewer main and backfill.

300-2.9 Payment. (Add the following):

Payment for the removal of Unsuitable Material shall be measured and paid for on a cubic yard (CY) basis and shall included full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; excavation, removal, sloping, rounding top and ends of excavations, stockpiling, haul off, disposal, and all related incidentals required to complete the work in place.

Any changes to quantities for the above items shall not classify as a substantial change or change of character of work. Therefore, regardless of total actual volume (percentage) compared to estimated quantities, the unit price by the Contractor shall be applied to the final quantity when payment is calculated for this item. No adjustment in the unit price will be allowed. The City reserves the right to not use any of the estimated quantity, and if this right is exercised, the Contractor will not be entitled to any compensation.

Payment for all removal and disposal of all bituminous pavement and concrete pavement, roadway base material, curb, gutters, cross gutters, sidewalks, and ramps shall be as indicated in the Bid Schedule. Payment for the removal and disposal of any excess excavation as a result of wet subgrade shall be in conformance with Section 300-2.2.2 “Wet Material” of the Standard Specifications.

300-4 UNCLASSIFIED FILL

300-4.3 Other Fill Materials. Select fill shall be in-situ soils conforming to Section 300- 4 of the Standard Specifications and these Special Provisions.

300-4.10 Payment. Replace with the following:

No separate payment shall be made for unclassified fill. Payment for unclassified fill shall be included in the contract price for Unclassified Excavation and other related items of work. Fill work shall include over-excavation and re-compaction of existing subgrade soils to achieve subgrade compaction prior to the placement of fill, and filling and grading, stockpiling, loading, and hauling to final location and disposing of surplus material at a legal disposal site and all work included with this Section and Section 300-2.

SECTION 302 – ROADWAY SURFACING

Add the following section:

302-1 COLD MILLING OF EXISTING PAVEMENT

302-1.8 Disposal of Millings. Add the following:

Removal shall consist of planing and cutting the pavement where indicated and removing the loosened material. No aggregate shall remain on the project at the end of each workday. Aggregate

TP-27 TECHNICAL PROVISIONS material loosened and directly removed shall become the property of the Contractor and shall be disposed of off the site in accordance with Section 300-1.3.

302-1.11 Measurement. Delete and replace with the following:

Cold milling will be measured by square foot.

302-1.12 Payment. Delete and replace with the following:

The contract unit price per square foot for cold milling shall be considered as full compensation for furnishing all labor, tools, materials and equipment for doing all work necessary to complete the cold milling process, including removal and disposal of grindings and no additional compensation will be allowed therefor.

302-6 PORTLAND CEMENT CONCRETE PAVEMENT.

302-6.8 Measurement and Payment. Delete and replace with the following:

Payment for concrete pavement shall be paid for per the bid item for “Install 6” PVC Water Pipe (Sand Barr Lane)”, Section 7-6 and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work associated with the removal, installation and repair of concrete pavement and no additional compensation will be allowed. If the existing concrete pavement varies within 2 inches, plus or minus, of the specified thickness on the plans no additional compensation will be allowed.

Add the following section:

302-15 CRACK SEALING

Existing cracks or holes one-quarter inch (¼") or larger shall be cleaned, repaired and filled with liquid asphalt, slurry, hot mix or as directed by the Engineer. Existing cracks smaller than one- quarter inch (¼") shall be cleaned of vegetation only. Contractor shall not seal areas with extensive alligator cracking consisting of several broken pieces as determined by the Engineer.

All cracks to be sealed shall be completely clean, dry, and free of all loose material, vegetation, and any other foreign substances which may cause the sealant not to adhere to the crack wall. The pavement surface shall be swept clean of all foreign and loose material for a minimum of six (6) inches on either side of the crack. The loose material shall be removed from the work area prior to applying the crack sealing material.

Cracks shall be cleaned using a hot compressed air lance (HCL) apparatus or as otherwise approved by the Engineer. The Contractor shall clean and dry all cracks with the HCL immediately before sealing. Air exiting the lance shall be heated to a temperature sufficient enough to remove the oxidized surface from the crack walls.

Sealant shall be applied from the bottom of the crack, up to the surface, in a manner which does not result in sealant bridging or entrapping air pockets. The sealant shall be applied to a slightly overfilled condition and then leveled with a squeegee. The over band shall not exceed one and

TP-28 TECHNICAL PROVISIONS one-half inches (1 ½") on either side of the crack. After the sealant has cooled, there may be a slight depression of not more than one-eighth inch (1/8") below the adjacent pavement.

Cracks not cleaned or properly sealed shall be rejected and all costs incurred for removal and replacement of the rejected areas shall be borne exclusively by the contractor.

302-15.1 Payment. Payment for all work associated with crack sealing including all labor, material, and equipment costs shall be considered included in the price paid for Cold Plane AC Pavement 2” and Install 2” AC Overlay and no additional compensation shall be allowed therefor.

SECTION 303 – CONCRETE AND MASONRY CONSTRUCTION

303-1 CONCRETE STRUCTURES

303-1.1 General.

303-1.1.1 Submittals. Add the following:

The Contractor shall furnish the following submittals for construction of new vault walls and floor as part of the Forest Way PRS Modifications:

SUBMITTAL DESCRIPTION Shop Drawings Required per structural shop drawing requirements. Engineering Provide engineering calculations sealed by licensed California Calculations Civil Engineer. Required for concrete mix design per engineering calculations requirements; shall be sealed by licensed California Civil Engineer.

303-5.9 Payment. Add the following:

Payment for concrete vault walls and floor shall be paid for per the bid item for “Forest Way PRS Modifications”, Section 7-6 and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work associated with construction of concrete vault walls and floor, and no additional compensation will be allowed.

303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS

303-5.1 Requirements,

303-5.1.1 General. Add the following:

The curb ramp work will conform to the requirements of Section 303-5 of the Greenbook as modified herein. The work will consist of the following:

The Contractor shall be solely responsible for means and methods for laying out and verifying all proposed curb ramp and appurtenance grades, including all associated sidewalks, curbs, and gutter plates, in accordance with San Diego Regional Standard Drawings and as indicated in the

TP-29 TECHNICAL PROVISIONS construction documents. The final grades for all constructed curb ramps and appurtenances shall not exceed maximum grades indicated in the Standard Plans and the construction documents. There shall be no construction tolerances allowed. Any curb ramps or appurtenances constructed in excess of maximum grades as indicated in the aforementioned documents shall be removed and replaced at the Contractor’s sole expense.

Removal of AC pavement and existing concrete, including curb and gutter or portion of spandrel as occurs, and sidewalk necessary to construct the ramp, shall be made as straight edges and by full-depth saw cutting only. Removal limits shall be agreed to in writing prior to the saw cutting operation for each ramp location. The new curbs ramps shall be constructed within four (4) days of the demolition/removal of the existing ramp.

The curb ramps locations and types are shown on the plans.

303-5.9 Measurement and Payment. Add the following:

Payment to construct curb ramps will be made at the contract unit price per each, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in providing and constructing the curb ramps, including removal and construction of curb, curb and gutter, cross gutter spandrel, alley apron, AC pavement and sidewalk, removal of existing ramps and sidewalk associated with ramp construction, excavating or filling as needed to achieve proper subgrade elevations, subgrade compaction, and construction of curb, gutter and sidewalks in place, as necessary to achieve ADA compliant grades (regardless of replacement limits shown on plans), construction staking of curb ramps, removal and reconstruction of adjacent improvements including, but not limited to, private hardscape improvements and landscaping/irrigation improvements, repainting of new curb to match painting of existing curb, if any, prior to ramp construction, and joining work to tie proposed ramp into the adjacent existing PCC (doweling, epoxy, etc.) as shown on the plans, complete in place as specified in the special provisions and as directed by the Engineer. The payment for curb ramps shall include the detectable warning strip.

Payment to construct new curb and gutter will be made at the contract unit price per linear foot, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in providing and constructing the curb and gutter including excavating or filling as needed to achieve proper subgrade elevations, subgrade compaction, and construction of the new curb and gutter, construction staking, removal and reconstruction/remodeling/protection of adjacent improvements including, but not limited to, trees/tree roots, private hardscape improvements and landscaping/irrigation improvements, providing smooth transitions of the landscape areas behind the curb to the new top of curb grades, complete in place as specified in the special provisions and as directed by the Engineer.

Payment to construct new sidewalk, where the existing sidewalk will be made at the contract unit price per square foot, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in providing and constructing the sidewalk including removal of the existing sidewalk, excavating or filling as needed to achieve proper subgrade elevations, subgrade compaction, and construction of the new sidewalk , construction staking, removal and reconstruction/remodeling/protection of adjacent improvements including, but not limited to, trees/tree roots, private hardscape improvements and

TP-30 TECHNICAL PROVISIONS landscaping/irrigation improvements, providing smooth transitions of the landscape areas adjacent to the sidewalk to the new top of concrete grades, complete in place as specified in the special provisions and as directed by the Engineer.

SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION

306-2.7 Shutdowns of Existing Pipelines (Add the following):

All shut downs of existing water mains will be performed only by the City. The Contractor shall NOT shut down any existing water main. Should the contractor wish to have an existing water main shut down, a formal written request will be made to the City, 15 working days in advance of the time of the requested shut down. The City will allow a shut down only when such shut down will cause a minimum of disturbance to the normal delivery of water to customers. The City will have the sole discretion as to approval of schedules for requested shut downs and may require rescheduling if in the City’s opinion the requested time for shut down will adversely affect the proper functioning of the water distribution system.

All water meter boxes and water services shall be protected. The service to a given user shall not be interrupted except with prior notification. The Contractor shall make provisions necessary to keep the existing water services. The Contractor shall notify the City at least 5 days in advance if water service will disrupt a customer and shall coordinate water disruption notifications with the City. Customer notice will be given a minimum of at least 24 hours prior to cutting of the service line. Highlines shall be installed, maintained and removed to provide uninterrupted service to the users while the service is interrupted. The highline pipe shall be a minimum of 2 inches in diameter. The Contractor shall submit a plan of all proposed highline facilities for approval by the Engineer prior to installation. Proper disinfection practices shall be maintained at all times as required by the State Health Department. Adequate fire protection facilities shall be maintained at all times.

306-2.7.4 High-lining Materials. (Add the following subsection):

306-2.7.4.1 General.

A. Materials may have been used previously, but shall be in good working condition, free of defect, and have only been used to convey potable water.

B. The Contractor shall procure pipe, fittings, adapters, materials, and components required for a complete and operable high-lining system installation.

C. Products and materials shall be suitable for the intended purpose and recommended by the manufacturer for the application intended.

D. Hoses shall be used only at corners and curves and for connections to service meter(s).

306-2.7.4.2 Galvanized Pipe.

A. Pipes shall be fabricated in sections of 2 inches galvanized steel pipe and shall conform to the following:

TP-31 TECHNICAL PROVISIONS

a. ASTM A53 or other equal ASTM galvanized pipe standard.

b. Minimum wall thickness shall be Schedule 40.

c. Pipe ends shall be machine cut or rolled for grooved couplings and fittings in compliance with ANSI/AWWA C606.

B. Fittings shall be ductile iron and shall conform to the following:

a. Fittings and couplings, including tees, wyes, elbows, reducers, , plugs, and adapters, shall have standard flexible grooved mechanical joint connections in compliance with ANSI/AWWA C606.

b. Minimum pressure rating shall be 200 psig.

c. Housing material shall be ductile iron coated with the manufacturer’s standard painting system. Coupling gasket material shall be standard Ethylene- Polypropylene Diene Monomer (EPDM) rubber.

d. Couplings shall be Victaulic Style 78 or approved equal.

e. The branch outlet of reducing tees shall be 1 inch male pipe thread. Connections of standard tees shall be grooved.

f. Grooved elbows with 11 ¼-degree, 22 ½-degree, 45-degree, and 90-degree bend angles shall be required to configure the high-line piping system to existing bends and contours at the Site.

g. Manufacturers shall be Victaulic, Mech-Line, or approved equal.

306-2.7.4.3 Miscellaneous Materials.

A. Meter Connections – for meters up to 1 inch in size:

a. The connections shall be 90-degrees, long radius, brass elbow couplings with a swivel meter nut on one end and male pipe threads on the other.

b. The swivel meter nut shall be sized to fit the specific meter. The male pipe thread end shall be fitted with a galvanized steel “Chicago” 2-lug, quarte-turn, quick disconnect hose fitting-to-female pipe thread fitting.

c. Manufacturers shall be James Jones Co., Ford Meter Box Co., Inc., or approved equal.

B. Bushings, Reducers, and Adapters.

TP-32 TECHNICAL PROVISIONS a. The Contractor shall provide all bushings, reducers, and adapters required to connect the high-line system to the existing fire hydrants, meters, and other facilities at the Site. Bushing, reducers, and adapters shall be provided at no additional cost to the City.

b. For pipe-to-hose adapters, when 1 inch hoses are used, the adapter shall be a 1 inch galvanized steel, “Chicago” 2-lug, quarter-turn, quick disconnect hose-to-female pipe thread fitting.

c. For fire hydrant-to-pipe connectors, the actual connection to the live fire hydrant shall be a brass or bronze 2.5 inches female fire hydrant thread to 2 inches male pipe thread fitting.

C. Bolts and Fasteners.

a. Bolts and fasteners, including bolts, nuts, and washers, shall meet the minimum requirements of ASTM A 307, and shall be hot dipped galvanized according to ASTM A 153.

b. Bolts shall be installed with nuts face down.

D. Valves.

a. Pipe shutoff valves shall be 2 inches, lever handle, two-position, manual butterfly valves with grooved mechanical connections in compliance with ASTM C 606. Minimum pressure rating shall be 200 psig.

b. Housing material shall be ductile iron coated with the manufacturer’s standard painting system. Seal material shall be standard EPDM rubber.

c. Manufacturers shall be Victaulic, Mech-Line, or approved equal.

E. Curb Stop Valves.

a. Curb Stop Valves shall be bronze full-port ball valves without handles.

b. Seats shall be molded Buna-N rubber or other approved material. The ball shall be Teflon-coated brass or bronze. Approved plastic ball materials shall be considered as substitutes.

c. Size shall be 1 inch, with female pipe thread connections. Other sizes and end connections may be required to accommodate specific user connections.

d. Manufacturers shall be James Jones Co., Ford Meter Box Co., Inc., A.Y. McDonald Mfg. Co., or approved equal.

306-2.7.4.4 Payment.

TP-33 TECHNICAL PROVISIONS Payment for high-lining will be made in conformance with the terms of the Contract and will be based on Bid Items in Section 7-6, and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work associated with installation and operation of high-lining, and no additional compensation will be allowed.

306-3.4 Minimum and Maximum Pipe Zone Trench Width (Add the following):

Trenches in concrete pavements shall be vertical open-cut trenches. Trench width shall be kept as narrow as is practical for the method of backfill densification selected by the contractor but shall have a minimum width as referenced herein and maximum width at the top of pipe 8-inches either side of the outside diameter of pipe.

306-4 SHORING AND BRACING. (Add the following):

The Contractor shall design sheeting, shoring, and bracing in accordance with Article 6 of CAL OSHA and the California State Labor Code. The standards of design referred to in the Labor Code shall be those of CAL OSHA.

The depth of trench, bracing, and shoring is determined based on the estimated vertical measurement of the existing ground elevation to the invert of the sewer main or manhole to be constructed within the respective trench.

Horizontal strutting below the barrel of a pipe and the use of pipe as support is not acceptable. The Contractor shall submit to the City information required by Section 6705 of the California State Labor Code. The construction of sheeting, shoring, and bracing shall not disturb the state of soil adjacent to the trench and below excavation bottom. Trench sheeting below the top of a pipe shall be left in place. Trench excavation shall not be started until the design for trench support is approved by the City.

Payment for all work associated with the installation of sheeting, shoring, and bracing for the construction will be included in the Contract bid price per lump sum for “Trench Safety, Bracing, and Shoring” and shall include full compensation for all labor, materials, equipment, tools, design and incidentals, and for doing all the work of sheeting, shoring, and bracing, complete in place, and as specified in these Special Provisions, and no additional compensation will be allowed.

306-5 DEWATERING. (Add the following):

No earthwork related to water and sewer line construction will be allowed ‘in the wet’, that is, with water within 2 vertical feet of the earthwork being undertaken. Contractor shall anticipate dewatering in low coastal areas, see Appendix A. The Contractor must plan dewatering and excavation, such that stable and dry excavations are maintained throughout the construction sequence. The contractor shall comply with all requirements of the California Regional Water Quality Control Board, San Diego Region, regarding discharge of groundwater from dewatering, including Permit Order No. R9-2008-0002 General Waste Discharge Requirements for Discharges from Groundwater Extraction and Similar Discharges to Surface Waters within the San Diego Region Except San Diego Bay and procure and pay for all permits and/or authorizations required to dewater the pipeline trench.

TP-34 TECHNICAL PROVISIONS The Contractor is solely responsible for design, construction, operation, maintenance, and removal of the dewatering system selected. The selected dewatering system shall be designed to prevent migration and pumping of soil fines with the discharge water. The use of a desilting basin and filter system shall be provided to separate sediment from the groundwater and filter sediment up to 200 microns prior to discharge to the sanitary sewer system, as approved by the City. The Contractor shall obtain City approval and discharge location for discharging filtered groundwater to the City sewer system.

Redundancy shall be incorporated into the dewatering system design to allow for routine maintenance and/or occasional failure of the dewatering equipment while maintaining the required drawdown.

Avoid inducing settlement or damage to existing facilities, pavement, or adjacent property. Dewatering system shall be used within the trench area or excavation of shafts/pits to reduce the volume of extracted water and impacts to the natural water table outside the construction area. Contractor shall submit preconstruction photographs before dewatering to document existing cracks of concrete or other surfaces which may subsequently be attributed to dewatering operations. Contractor shall monitor ground surface to detect excessive and unacceptable ground subsidence associated with dewatering operations. The monitoring and repair of damage caused by such subsidence shall be borne by Contractor at no additional cost to the City.

Contractor shall provide dewatering design plans stamped by a CA registered professional engineer and install accordingly. Dewatering plans and engineering calculations shall be submitted to the City for approval prior to construction, demonstrating adequacy of proposed dewatering system.

Contractor shall make his own judgement regarding the transmissivity of the ground to convey groundwater unto open excavations. Contractor’s bid price for groundwater dewatering shall be deemed by the City to cover all costs associated with groundwater dewatering (including pre- treatment) regardless of the actual depth to groundwater and regardless of the actual volume of groundwater that is pumped and disposed of.

Payment for all work associated with the installation of dewatering systems for the construction will be included in the Contract bid price per lump sum for “Dewatering”, and shall include full compensation for all labor, materials, equipment, tools, design and incidentals, and for doing all the work of dewatering system, complete in place, and as specified in these Special Provisions, and no additional compensation will be allowed.

306-6 BEDDING.

306-6.1 General. (Add the following):

A 3/8” maximum crushed rock bedding shall be used per City of San Diego Standard Drawing SDS-119 for sewer mains. The excavated onsite soils are not likely suitable for bedding and shading of the proposed sewer pipeline. The pipe zone is a minimum of 4 inches below the pipe to 12 inches over the top of pipe. The bedding material, to at least 12 inches over the top of the pipe, should be compacted to at least 90 percent of the maximum dry density as obtained by ASTM D

TP-35 TECHNICAL PROVISIONS 1557. Upon completion of the required bedding, the trench backfill shall be placed and mechanically compacted. Jetting shall not be permitted.

All crushed rock bedding shall be encased in a non-woven geotextile US 120NW by US Fabric, or approved equal. Where open trench excavation occurs and crush rock bedding is used, the bedding section shall be encased in the geotextile fabric along the entire length of pipe length per manufacturer’s recommendations.

306-7 PREFABRICATED GRAVITY PIPE.

306-7.7 Plastic Sewer and Drainage Pipe.

306-7.7.5 Sewer Lateral Reconnection. (Add the following subsection):

Sewer lateral reconnections shall be per San Diego Regional Standard Drawing SS-01. Permission shall be obtained from affected property owners by the City. No work shall be performed until a permit is obtained. The symbol on the drawing is to show the approximate location of the lateral. All connections shall be made using a cut in wye, unless otherwise determined by the City. Saddle connections are not permitted. The Contractor shall locate all existing laterals by televising and potholing, determine the correct number of existing services, and reconnect all sewer laterals.

Payment for sewer lateral reconnections shall be paid for per the bid item for 6” sewer pipe installation, Section 7-6 and shall include full compensation for furnishing all labor, materials, tools, equipment, locating laterals, testing, and incidentals and for doing all the work associated with purchase and delivery of material, and no additional compensation will be allowed.

306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning. Shall be completed in accordance with Greenbook and these specifications.

306-12 BACKFILL.

306-12.1 General. (Add the following):

Native backfill shall be used whenever possible. Where the native backfill is used, the backfill shall conform to the Greenbook Requirements. The Contractor shall set up screening facilities and screen the native material prior to any backfilling. The unsuitable material shall be hauled away to a licensed recycling center. The Engineer will be responsible for decisions whether or not the excavated material is suitable for backfill and when separate payment is made for imported backfill.

The preliminary borings indicate that subsurface materials generated from the trench excavations will be suitable for use as backfill in the trench zone, provided the backfill is free of vegetation, debris, organic materials, deleterious materials, and particles greater than 3 inches and largest dimension. Bedrock will be excavated over portions of the alignment. Excavated bedrock material could also contain larger chunks of rock that require processing before reuse.

The bulk of the earthwork will be completed within the trench zone. Backfill within this interval should be placed in 8-inch loose lifts and compacted to 90% relative compaction after ASTM D

TP-36 TECHNICAL PROVISIONS 1557 and 95% relative compaction in the upper 12-inches of subgrade in streets. Jetting shall not be permitted.

306-12.6 IMPORTED BACKFILL. Is added and shall include the following

The densification method for imported backfill material shall be the same as the method described in the above Section 306-12.

Separate payment for imported backfill will be made only when the excavation is done in heavy clay, highly expansive or other deleterious material, and as described in Section 300-2.2 Unsuitable Materials, rock excavations, and the imported backfill is ordered by the Engineer. The Engineer will be responsible for decisions whether or not the excavated material is suitable for backfill and when separate payment is made for imported backfill. The import material shall conform to Greenbook Section 217-2 for trench backfill. The contract unit price for import material needed to replace the volume displaced by unsuitable material shall be paid per cubic yard (CY), to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work associated with purchase and delivery of material, and no additional compensation will be allowed. Placement and compaction of import/select material in the trench shall be paid per applicable bid item in Section 7-6.

Any changes to quantities for the above items shall not classify as a substantial change. Therefore, regardless of total actual volume (percentage) compared to estimated quantities, the unit price bid by the Contractor shall be applied to the final quantity when payment is calculated for this item. No adjustment in the unit price will be allowed. The City reserves the right to not use any of the estimated quantity, and if this right is exercised, the Contractor will not be entitled to any compensation.

306-15 PAYMENT

306-15.1 General. (Add the following):

Payment for Replacement or Installation of New Sewer Mains

The depth of sewer main shall be determined based on estimated vertical measurement from the existing ground elevation to the invert of the sewer main at the same location.

The unit price paid per linear foot shown in the bid schedule for “Install 8 Inch PVC Sewer Pipe (La Amatista)” and “Install 8 Inch PVC Sewer Pipe (El Amigo Road)” with varying materials, surface materials, sizes, and at varying depths measured along the centerline of the pipe shall include full compensation for furnishing and installing the pipe via open trench, clearing and grubbing, trench excavation, bedding, backfill, removal and disposal of existing sewer pipe and cleanout, installation, location and reconnection of sewer laterals via open cut, fittings and appurtenances, new cleanout, potholing, support and protection of existing utilities and structures, preparation of subgrade, trench plates, temporary resurfacing, pipe testing and inspection, pavement repairs, trench resurfacing, concrete cross gutter repairs, site restoration, and all other work necessary to install the pipe, complete in place.

The unit price paid per linear foot shown in the bid schedule for “Install 8 Inch PVC Sewer Pipe

TP-37 TECHNICAL PROVISIONS

(La Amatista)” and “Install 8 Inch PVC Sewer Pipe (El Amigo Road)” shall also include removing and disposing of existing improvements, and also installation of improvements where removed or damaged during construction and no additional compensation will be allowed therefor. No additional compensation will be allowed for ground or surface water control if encountered in trench excavation, unless a specific bid item(s) is/are provided and approved by the Engineer.

306-15 PAYMENT

306-15.7 Buried Structures (Remove this section and replace with the following):

Cleanouts.

Payment for installation of sewer cleanouts will be made in conformance with the terms of the Contract and will be based on Bid Items in Section 7-6 for each cleanout structure shown on the plans. Payment shall include excavation, backfill, constructing inverts, furnishing and installing bases, frames, covers, interior lining, exterior coating, restoration of the street surfaces, and all other work necessary to construct the cleanout structure as described in these specifications, complete in place, and no additional compensation will be allowed therefore.

SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 314-1 General.

Add the following sections:

314-1.1 Replacement. All stripes, markings and markers shall be replaced in kind, per original layout (or as directed by the City Engineer), by the Contractor. Paints shall be rapid dry and shall be supplied in accordance with Section 214 of the Standard Specifications. Paint shall be applied in accordance with Section 314 of the Standard Specifications. Contractor shall apply glass beads per Standard Specifications.

314-1.2 Stop Bar and Legend Stencils. Shall match size and style used by the City of Del Mar.

314-2.3 Payment. The contract lump sum price for Replace Pavement Striping, Markings, Markers shall be considered as full compensation for furnishing all labor, materials, tools and equipment, and for all work involved in the replacement of painted lines, markings, markers and signage, and no additional compensation will be allowed therefor.

END OF PART 3

TP-38 TECHNICAL PROVISIONS PART 4 - EXISTING IMPROVEMENTS

PART 4 SHALL CONFORM TO PART 4 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SUPPLEMENTAL AMENDMENTS, EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS:

SECTION 401 – REMOVAL

400-3 Payment. Delete the last sentence and Add the following:

Permanent survey markers will be restored by the contractor and shall be included in the various bid items and no additional payment will be provided.

401-8 ASBESTOS CEMENT PIPE REMOVAL Is added and shall include the following

A. Abandoned Piping: Close open ends of abandoned underground piping indicated to remain in place. Include closures strong enough to withstand hydrostatic and earth pressures that may result after ends of abandoned piping have been closed.

B. Close open ends of piping with concrete plug per WAS standard drawing WP-03.

C. Backfill to grade according to Section 312000 "Earth Moving."

D. Work around existing asbestos-cement pipe, including snap-cutting, removal and legal disposal: Cutting of asbestos-cement pipe shall be limited to wet snap-cutting methods and shall ensure airborne asbestos concentrations at no time exceed 0.1 fiber per cubic centimeter as averaged over a sampling period of 30 minutes.

E. Snap-cutting of asbestos-cement pipe shall use cutting mounted on a chain wrapped around the pipe. Hydraulic or manual applied pressure shall simultaneously squeeze cutting wheels into pipe wall until it severs. Snap-cutting shall proceed as follows:

1. Excavate around asbestos-cement pipe a sufficient distance to assure adequate tool clearance in area to be cut. Take care to avoid abrading or chipping pipe.

2. Clean and wash pipe surface with water in area to be cut.

3. Attach cutting tool around asbestos-cement pipe.

4. Apply water to area being cut until cutting is complete.

5. Operate cutting tool per tool manufacturer’s instructions until cutting is complete, making sure to apply water with sufficient quantities to assure area being cut is continuously wet and no friable asbestos cement dust is created.

6. Detach cutting equipment and move to next location, repeating above procedure.

7. Upon completion of final cut, thoroughly wash cutting equipment with clean water

TP-39 TECHNICAL PROVISIONS to remove all asbestos-cement debris. Drain was wash water into trench bottom. Remove washed cutting equipment from trench.

8. Install other pipe and fittings as needed to complete Work taking care to avoid abrasion or chipping of asbestos-cement pipe.

9. When all pipe work is complete, thoroughly wash hands, boots, and any small tools with clean water to remove all asbestos-cement debris. Drain wash water to trench bottom.

10. Remove disposable protective clothing, HEPA filters, and other asbestos- contaminated materials, debris or containers and dispose of them in sealed impermeable bags or other closed impermeable containers.

11. Exit ditch in manner that no asbestos-cement debris will contaminate clothing, boots, tools or other clothing.

12. Dispose of and/or protect asbestos-cement utilities in accordance with OSHA Construction Industry Standard for Occupational Exposure to Asbestos Subpart Z, 29CFR 1926.1101 Asbestos.

13. Backfill trench.

F. Asbestos-cement pipe shall not be stored on site. Pipe shall be immediately removed and legally disposed of.

The payment for the removal, handling, training, supervision, testing, and disposal of asbestos cement pipe and related materials will be paid for per the bid items in Section 7-6.

END OF PART 4

TP-40 TECHNICAL PROVISIONS PART 5 - PIPELINE SYSTEM REHABILITATION

PART 5 SHALL CONFORM TO PART 5 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, INCLUDING SUPPLEMENTAL AMENDMENTS, EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS:

SECTION 500 – PIPELINE, MANHOLE AND STRUCTURE REHABILITATION

500-1 PIPELINE REHABILITATION

500-1 GENERAL. Add the following:

The Contractor shall furnish and install, between the limits shown on the Plans, a tight-fitting sewer rehabilitation liner. The allowed rehabilitation methods shall be as follows:

A. Cured-in-Place Pipe Liner (CIPP) shall conform to 500-5.5.

The Contractor shall provide all labor, equipment, materials and incidentals to pipe rehab operations.

In general, the selected pipe rehabilitation method shall be in accordance with the plans and specifications. The construction schedule for each rehabilitation operation shall be arranged to minimize the disruption to the property owners and the general public. At the completion of the operations, an as-built shall be provided for each pipe segment installed.

500-2 SUBMITTALS. (Add the following):

The Contractor shall submit the following items to the City for approval prior to starting the installation:

SUBMITTAL DESCRIPTION Shop Drawings Liner: Rehabilitation CIPP liner design, calculations for a fully deteriorated host pipe, top for sewer lateral reconnections, and other materials to be used as applicable. Submit field verification notes: Field verify pipeline sizes and lengths prior to ordering liner materials. Provide written notification to City’s Representative detailing any discrepancies between information obtained in field and Plans. Hydrophilic End Seals: Submit field verification notes: Field verify pipeline sizes and lengths prior to ordering liner materials.

Lateral Seals ( Connection): Submit field verification notes: Field verify pipeline sizes and lengths prior to ordering liner materials.

Manhole rehabilitation materials, methods for installation, and other materials to be used as applicable. Submit Manufacturer-recommended construction details not shown on Plans.

Work Plan Submit work plan description, identifying number of setups (MH to MH), staging, and schedule for identifying lateral locations, liner insertion and monitoring, pipe and lateral connections finishing, and restoration. Submit installation and setup procedures including necessary equipment. Submit detailed layout plan, including staging area. Include phasing and procedure as needed.

TP-41 TECHNICAL PROVISIONS

SUBMITTAL DESCRIPTION Submit work plan description and schedule for resin saturation, resin curing and monitoring, insertion and heating schedule/plan at least 21 days in advance of each CIPP tube installation, as applicable. MSDS (Material Safety Data Sheet) for all materials.

Plan to protect existing adjacent utilities

Plan to monitor and protect existing homes and private property features.

Submit traffic control plans. Submit list of procedures for inspection, repairs, equipment, and materials for Repairs, as applicable. Submit plan for remote repairs as necessary to install liner, including patching and sealing pipe for typical pipe damage (ie, eroded invert, holes in pipe, minor joint offsets, jagged edges, etc).

Bypass Plan Submit bypassing plan for liner installation. Submit work plan description for any needed bypassing of flow, including but not limited to; schedule, product insertion and monitoring, pipe and service connections as applicable, finishing, and restoration. Replacement In the event liner fails to meet field testing requirements, Contractor shall promptly supply Plan a plan to repair, remove, and/or replace failed liner. Discharge Plan Submit curing medium discharge plan compliant with state and local requirements. If waste discharge permit is required to dispose of curing medium, Contractor shall obtain and maintain said permit, at no additional compensation from the City. Catalog Data Required per catalog data requirements. Submit information on liner material.

Submit information on fabric tube, flexible membrane (coating) material and resin. Submit information from resin manufacturer including specifications, characteristics, properties, and methods of application, including written certification resin is appropriate for intended application.

Installation Installation or application instruction requirements. Instructions Submit installation and setup procedures for liner including necessary equipment. Submit list and definition of defects in installed liner that will not affect operation and long-term life of product and will not require repair or patching. Submit list of procedures, equipment, and materials for patching and sealing host pipe for typical pipe damage (ie, eroded invert, collapsing pipe, leaking joints, jagged edges, etc). Engineering Required for pipe to substantiate basis of design per engineering calculations Calculations requirements.  Assume groundwater at ground surface.  Assume fully deteriorated host pipe. Test Record Submit for field tests per test record transcript requirements to document: Transcripts  Lining thickness (By qualified  Initial Flexural Modulus (EI) per ASTM D 790 independent  Pipe stiffness per ASTM D 2412 third party  Flexural strength laboratory)  Long-term Flexural Modulus (EF) to account for long-term plastic material “creep” per ASTM D 2990 Submit certified copies of test reports on service connection epoxy sealant chemical corrosion resistance according to ASTM F1216, and delamination test results according to ASTM F 1216 – 8.4. Submit certified copies of test reports on field-cured CIPP samples obtained during installation per ASTM F1216, Part 8.1 or ASTM F1743; and ASTM D5813. Test reports shall verify physical properties specified have been achieved in prior field applications.

TP-42 TECHNICAL PROVISIONS

SUBMITTAL DESCRIPTION CCTV Submit Pre and Post CCTV Inspection Reports of the existing pipe in accordance with Inspection 500-3 and 500-9, respectively. Clean pipe and submit post-cleaning video inspection videos before beginning CIPP work. Submit post-lining video inspection reports and videos as required.

Warranty Furnish three-year warranty from date of final acceptance. Warranty shall include such repairs or measures needed to remedy failure of liner from host pipe that may occur or become evident due to tapping or pipe breakage from any cause during warranty period. Warranty shall state: “The complete pipeline rehabilitation was performed properly. We (the Contractor and Manufacturer) warrant all material and workmanship for three years starting from day of City’s final acceptance. Contractor and Manufacturer promise to provide prompt field response to Owner’s request regarding any defect in pipeline rehabilitation.

Contractor shall submit the items as shown in the table above, including the following general items in accordance with Section 3-8 of these specifications, to the Resident Engineer. Approval of the submittal by the Engineer shall be obtained prior to the start of any operation.

1) Shop drawings, catalog data, and Manufacturer's technical data showing complete information on material composition, physical properties, engineering design, calculations, and dimensions of new pipe liner and fittings. Include Manufacturer’s recommendation for handling, storage, and repair of pipe and fittings damaged.

2) Work Plans, method of construction and restoration of existing sewer service connections, including detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow, and reconnection of sewer service connections.

3) Qualifications of the lining crew in accordance with these specifications. Certification of workmen training for installing pipe liner.

4) Construction procedure, operation sequence and schedule.

5) Confined space entry program.

500-3 CLEANING AND PRELIMINARY INSPECTION.

500-3.1 General. (Add the following):

The Contractor shall remove all internal debris out of the sewer line that will interfere with the installation of liner. The debris and materials removed from the sewer line shall be disposed of by the Contractor. Precaution shall be taken by the Contractor in the use of cleaning equipment to avoid damage to the existing pipe and bedding. The repair of any damage, caused by the cleaning equipment, shall be the responsibility of the Contractor.

It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of the liner. If pre-installation inspection reveals an obstruction such as protruding metal that will prevent the installation process, that was not evident on the pre-

TP-43 TECHNICAL PROVISIONS bid video and it cannot be removed by conventional cleaning equipment, then the Contractor shall use the robotic cutter, remote control equipment, or other trenchless means, to cut and grind the metal to flush pipe interior surface.

500-3.4 Closed Circuit Television (CCTV) Inspection. (Add the following):

Documentation in DVD format and written log sheets for each line section shall be submitted to the Engineer.

CCTV Inspection of pipelines shall be in the presence of the City’s Inspector. All CCTV inspections of pipelines shall be performed by NASSCO certified operators.

1. CCTV Inspection of pipeline during pre-installation

CCTV inspection of the pipeline is required immediately after the cleaning of the sewer pipes. The inspection shall be performed by experienced personnel trained in locating breaks, obstacles and service connections using close circuit television (CCTV) inspection techniques. The pipeline interior shall be carefully inspected to determine the location of any conditions that may prevent proper installation of liner. These shall be noted and corrected.

2. CCTV Inspection of pipeline during post-installation

After the installation of liner, the Contractor shall perform another CCTV inspection. The finished product shall be smooth and free of visual defects, damage, deflection, holes and leaks. The Contractor shall repair the defects or damage to the satisfaction of the Engineer. CIPP liner shall be attached to the host pipe and shall be free of significant wrinkle. All wrinkles in excess of 3/8” within the flow line shall be removed.

500-5 LINING.

500-5.3 Sewage Bypassing and Pumping. (Delete and replace with the following):

Contractor shall furnish all labor, tools, equipment, and materials to “bypass” or “high-line” to maintain flows during the construction of any existing sewer facility. All scheduled shut-downs shall be no more than 4 (four) hours in duration, unless otherwise approved by the City, and shall be scheduled during off-peak sewage flows, as approved by the Engineer. The Contractor shall conform to all Federal, State, and Local regulations during the performance of sewer shut-downs, bypass, highlines, and operations related to maintaining flows in the existing sewer system. Appropriately sized standby or backup pump(s)/system shall be available onsite for all bypass and high-line related work. Contractor shall, in case of failure of primary pumping system, switch over to the backup system to maintain sewer flows. The discharge shall be de-pressurized prior to discharging in the sewer pipe.

Payment for sewer bypass system shall be paid for per the lump sum bid item for sewage bypassing and shall include all the cost of labor, material and equipment for a bypass system (including backup or standby capacity). No additional payment is allowed. The method used shall be the responsibility of Contractor and shall not inconvenience property owners or the public in general.

TP-44 TECHNICAL PROVISIONS The Contractor shall submit his bypass plan to the City for approval prior to start of construction.

The Contractor is responsible for all operation and monitoring of the temporary sewer bypass system, at all time, and should not rely on City staff or facilities.

500-5.5 Cured-In-Place (CIPP) Liner.

500-5.5.1 General. (Add the following):

The CIPP liner installation shall conform to the Standard Specifications for Public Works Construction (SSPWC), 2018 edition, Section 500.5.5, Cured-In-Place Pipe Liner. These Specifications include the minimum requirements for the rehabilitation of 6-inch diameter sewer main by the installation of CIPP liner within the existing pipe as shown on the Plans included as part of these Contract Documents. The Contractor shall verify pipe size and lengths prior to ordering the liner materials. The Contractor shall notify the Engineer in case that the actual size and length are different from these Contract Documents.

It is the intent of this specification to provide for the reconstruction of pipeline by the installation of a resin-impregnated flexible tube, which is tightly formed to the original pipe. The resin is cured using either hot water under hydrostatic pressure or steam pressure within the tube. The installer shall select the method of resin curing and submit to the City as a part of the submittal. The CIPP shall be continuous and tight fitting. The CIPP shall extend the full length of the original pipe and provide a structurally sound, jointless and water-tight pipe.

The Contractor shall be responsible for repairing the pipeline as necessary for the liner installation, where remote point repairs are shown to be necessary in the existing CCTV prior to any rehabilitation.

Measure and fabricate tube so when installed inside existing buried pipe, it tightly fits interior circumference and fits irregularly offset pipe joints, gradual bends of beveled pipe, cracks, pitting and other surface damage or corrosion deterioration of pipe. CIPP liner shall be of sufficient length to extend continuously between two manholes or other access structures.

In order to minimize the City’s risk, only proven products with substantial successful long-term track records will be approved. Products and Installers seeking approval must meet all the following criteria to be deemed acceptable:

1. For a Product to be considered acceptable, a minimum of 50 successful sewer system projects of similar size shall have been performed in the United States. The manufacturer shall provide the list of references to the City for approval.

2. The Installer must have at least 3 years’ experience in the installation of CIPP liners of at least 8” diameter and pipe length of 200,000 feet minimum must have successfully been installed. Installer’s superintendent must have a minimum of 5 years of CIPP installation experience and must be on-site during the installation of the CIPP products.

TP-45 TECHNICAL PROVISIONS 3. The CIPP liner products submitted for approval must provide third party test results supporting the structural performance (short-term and long-term) of the product and chemical resistant properties to meet the standard requirements. No product will be approved without qualified independent third party testing verification.

500-5.5.2 Material Composition and Testing. (Add the following):

The sewn tube shall consist of one or more layers of absorbent non-woven fabric and meet the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1 or ASTM D 5813, Sections 5 and 6. The tube shall be capable of absorbing and carrying resins, constructed to withstand installation pressures and curing temperature and have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections.

The wet out tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness.

The tube shall be manufactured within six months prior to installation to a size that when installed will tightly fit the internal circumference and length of the original pipe and negotiate bends, curves and fittings as shown on the Plans. The Contractor shall determine the minimum tube length necessary to effectively span the designated run between manholes. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The outside layer of the tube shall be coated with an impermeable, flexible membrane that will contain the resin and allow the resin impregnation (wet out) procedure to be monitored.

The tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident.

The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made.

Seams in the tube shall meet the requirements of ASTM D5813.

The tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturer’s name or identifying symbol. The tubes must be manufactured in the USA.

The Contractor shall be careful in handling the tube not to cause any damage before and during the installation. The tube shall be stored in a place that prevents environmental degradation from temperature or ultraviolet exposure.

The resin system shall be a corrosion resistant including all required catalysts, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743, the physical properties herein, and those which are to be utilized in the submitted and approved design of the CIPP for this project.

TP-46 TECHNICAL PROVISIONS The structural properties of CIPP liner shall comply with ASTM Standard for a fully deteriorated host pipe. The CIPP design shall assume no bonding to the original pipe wall.

The manufacturer must have performed long-term testing for flexural creep of the CIPP pipe material installed. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing as defined within the relevant ASTM standard. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790 testing) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short-term test results shall not be applied unless substantiated by qualified third party test data to the City’s satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in the CIPP design.

The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work.

The cured pipe material (CIPP) shall conform to the structural properties, as listed below.

MINIMUM CIPP PHYSICAL PROPERTIES

Cured Composite Per ASTM F1216 – Minimum Property Test Method Initial Per Test Method Flexural Modulus of Elasticity – Short Term ASTM D-790 250,000 psi Flexural Strength – Short Term ASTM D-790 4,500 psi Flexural Modulus of Elasticity – (50 YR) ASTM D-790 125,000 psi

The required structural CIPP wall thickness shall be based as a minimum, on the physical properties herein or greater values if substantiated by independent lab testing and in accordance with the design equations in the Appendix X1, Design Considerations of ASTM F1216, and the following design parameters:

Parameter Factor Design Safety Factor 2.0 Creep Retention Factor 50% Ovality 5% as calculated per ASTM F1216 Groundwater Depth 5’ above of pipe Soil Depth – above the crown Varies from 10 to 15 feet Live Load H20 highway

TP-47 TECHNICAL PROVISIONS

Soil Load 125 pounds per cubic foot Soil Modulus 1,000 psi Minimum Service Life 50 years

Physical Properties and Chemical Resistance - The CIPP shall meet the above physical properties and chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these requirements. The liner manufacturer shall submit the certified test reports prepared by qualified independent third party laboratory.

CIPP Field Samples - When requested by the Engineer, the Contractor shall submit test results from field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section D have been achieved in previous field applications. Samples for this project shall be made and tested as described herein.

"Lining through" manholes and trimming CIPP liner after curing will be permitted by Owner.

The Contractor is hereby notified that pipe is a permit-required, confined space. The permit shall specify a company to provide confined space rescue (or proof of training and certifications for self-rescue) and emergency services and shall not be the City of La Mesa Fire Department.

Confirm locations of all active storm lateral connections and/or direct “pipe to pipe” connections prior to installing and curing CIPP.

Cut any protruding lateral or “pipe to pipe” connections as part of lining preparation work. Verify pipe is clean and pipe conditions are as necessary for installation of liner system.

The Contractor shall be careful in handling the tube not to cause any damage before and during the installation. The tube shall be stored in a place that prevents environmental degradation from temperature or ultraviolet exposure.

The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work.

500-5.5.5 Installation. (Add the following):

Insertion shall proceed as follows:

1. Inverted: Add water, air, or steam, adjusting volume and pressure to cause flexible tube to invert from insertion point to receiving point, holding CIPP tube tightly against host pipe per ASTM F1216.

In general, Curing shall be scheduled to ensure work occurs within authorized working hours which are 7:30 am to 4:30 pm. Curing shall proceed as follows:

TP-48 TECHNICAL PROVISIONS

1. After insertion is completed, apply suitable heat source with water recirculation or steam recirculation system capable of delivering heated curing agent uniformly throughout section to achieve consistent cure of resin. Curing temperatures and durations shall be as recommended by Manufacturer and accepted by Owner’s Representative.

2. During the entire cure cycle (heat-up/cool-down) the temperature shall be monitored continuously with a system that will monitor the curing liner in increments no greater than 10’ increments in order to verify an exotherm and that full cure has been achieved. Temperature curing data shall be taken from the bottom third of the pipe liner. Temperature parameters shall be provided by the resin manufacturer including an allowable range for proper curing. Temperature gauges shall also be installed in the following areas: incoming water supply, outgoing water supply, and between the impregnated tube and the pipe invert at lining termination points. Curing temperature data shall be provided to the Engineer with the post lining videos upon completion of the project. No pipe liners shall be installed or paid for which do not include this proper cure verification.

The minimum and maximum curing times, interface temperature between liner and tubes, and steam or water temperature, and pressures required to keep the liner tube inflated shall be as required by the liner manufacturer. This information shall be submitted for review prior to beginning the lining process. Obtain Owner’s Representative’s initials on curing logs. Initial cure may be considered completed when exposed portions of flexible tube pipe take a hard set and temperatures are adequate, as recommended by Manufacturer.

3. Standby heat source shall be ready for service within 4 hours in case of a breakdown of primary .

4. Discharge curing agent as specified and in accordance with applicable permits. All condensate/water used in the curing process shall not be discharged into the storm drain system and may be discharged into the municipal sewer system. Contractor shall obtain any required discharge permit and pay all fees associated with disposing of residual condensate/water.

Cool-down shall proceed as follows:

1. Cool Down: After tube has cured, cool-down period shall be used prior to opening downstream end, reconnection of services, and returning normal flow back to into system. Cool CIPP in accordance with Manufacturer's instructions and as accepted by Owner’s Representative. Do not release internal pressure in a way that can create a vacuum and damage CIPP. Cool water in CIPP to below 100°F before discharge. Steam cured CIPP shall be cooled to a temperature of 120 degrees Fahrenheit interface temperature.

500-5.5.7 Service Connections. (Add the following):

TP-49 TECHNICAL PROVISIONS 1. After curing is complete, Contractor shall reestablish all live service connections in accordance with 500-8, “Service Connection Re-Establishment”. After the service has been completely established, proceed with sealing the lateral connection in accordance with Section 501 of the SSPWC.

500-5.5.8 Repairs. (Add the following):

Contractor shall be required to clean and prepare the existing pipe enough, so that when the pipe liner installation is complete in place, the City’s maintenance equipment hoses, cameras, etc will fit and be usable in all pipes, as they are used for normal maintenance on other existing 6-inch City sewers. If the City’s maintenance equipment is not able to fit into the pipe and function normally into all rehabilitated pipes, then the Contractor shall be required to redo the cleaning and lining at no additional cost to City.

Field testing shall include the following: Test Standard First test Retests paid Item Test for (ASTM or other test standard) Frequency paid for by for by Cured- Demonstrate compliance to Contract in-Place- 11-month Documents and Manufacturer’s printed 1 test City Contractor Pipe Inspection literature. City shall perform video Liner inspection in conformance with this (CIPP Specification. Any defects found during Liner) inspection shall be repaired and/or replaced at Contractor’s expense, in a manner acceptable to City. This inspection does not relieve Contractor from warranty requirements specified herein. 35-month Demonstrate compliance to Contract 1 test City Contractor Inspection Documents and Manufacturer’s printed literature. City shall perform video inspection in conformance with this Specification. Any defects found during inspection shall be repaired and/or replaced at Contractor’s expense, in a manner acceptable to City.

Correct defective work at Contractor’s expense: Repair lining defects, which can impede flow, cause future cleaning problems, and similar adverse performance conditions to satisfaction of City. Major defects may require CIPP removal and replacement or relining. Minor defects may require cutting, grinding and/or resin-fill repairs of dry spots, lifts and/or delaminations as directed by City’s Representative. Methods of repair, which may require field or workshop demonstration, shall be accepted by City’s Representative. Internal repairs may be made with accepted fabric and resins to restore strength and integrity.

ADD: 500-5.5.9 Water for Construction.

The Contractor shall furnish and pay for all water required for the construction, including water for cleaning and curing.

TP-50 TECHNICAL PROVISIONS No compensation shall be paid to the Contractor for water for the initial filling or refilling, for testing or retesting, and for re-flushing the pipeline.

ADD: 500-5.5.10 Measurement and Payment for Pipe Rehabilitation.

The contract price paid per lineal foot of sewer pipe as shown in the bid item for “Install 6” CIPP Lining (MH B10-18 to MH B10-17)”, in accordance with 500-5.5, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved installation of the sewer pipe rehabilitation liner, complete in place, including pipe cleaning and preparation cleaning in accordance with 500-3, CCTV inspections, utilities and service lateral locating, protecting the utilities, re-instatement of the service laterals, liner testing, restoring site to the original condition, and any other related work for installing pipe liner as shown on the project plans or specified herein as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

Payment for sewer lateral connection top hat seals in accordance with 500-8 shall be paid for per the bid item for 6” CIPP lining installation.

Payment for sewer bypass system or highline shall be paid for per the lump sum bid item for sewage bypassing.

500-6 END SEALS. (Add the following):

The pipe rehabilitation liner shall make a tight seal at manhole openings with no annular gaps nor visible leakage of groundwater. Contractor shall install Hydrophilic End Seals at all manhole penetrations prior to mainline rehabilitation. The end seals must be composed of hydrophilic rubber and molded as a one-piece, 3-inch wide which when installed will form a 360 degree seal between the host pipe and the newly installed liner. The use of caulking, rope or band type of an end seal will not be allowed. Acceptable End Seals are Insignia™ End Seals by LMK Technologies, www.lmktechnologies.com (815) 433-1275, or approved equal. Submit field verification notes: Field-verify pipeline sizes and lengths prior to ordering liner materials.

500-8 SERVICE CONNECTION RE-ESTABLISHMENT. (Add the following):

Contractor shall install top hats for each existing sewer lateral connection. The top hat shall be the Cosmic Top Hat™ or approved equal. The top hat shall provide a seal between the main pipeline and a lateral connection and be comprised of a resin impregnated, fiberglass laminate shaped to fit within the lateral service connection and wrap around the main pipeline sealing the connection (including 360-degree wrap). Epoxy is utilized in addition to the resin to provide an adhesive, water tight seal. Submit field verification notes: Field verify pipeline sizes, lateral sizes, and lengths prior to ordering materials.

TP-51 TECHNICAL PROVISIONS SECTION 502 – MANHOLE AND STRUCTURE REHABILITATION

502-5 LINING SYSTEMS.

502-5.3.1 General (Add the following):

A representative of the lining manufacturer must be onsite at critical phases of the job to insure that surface preparation and conditions meet the minimum acceptable limits for lining application. Rep shall also be present during spark test and repairs, as applicable.

502-5.3.2 Lining Material (Add the following):

The rehabilitation of manholes on the approved plans, unless shown otherwise, shall use a polyurethane lining system. The lining material shall be a two-component, 100% solid, non- solvent hybrid polyurethane coating (no rigid epoxy coatings will be allowed) with a shore "D" hardness of 57 at 77 degrees Fahrenheit, such as Sancon 100 as manufactured by Sancon Engineering, Huntington Beach, CA, Zebron #386 as manufactured by Zebron Corporation, CA, Utilithane 1600 or equal. The material shall be the high-build type capable of application thickness, as specified, without runs or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0.5 inch (12.7 millimeter). The flash point of the fluid mixture shall be 450 degrees Fahrenheit open Zahn cup.

Cementitious repair resurfacing materials shall be used to fill large voids, smooth deteriorated surfaces and rebuild severely deteriorated concrete structures. Cementitious resurfacing and repair materials shall be hand or machine applied, with mortar having minimum 8,000 psi compression strength per ASTM C-109 at 28 days. All cementitious repair resurfacing materials shall be approved by the polyurethane coating manufacture and Project Engineer.

Primer and Lining Materials:

1. A cement bonding agent/moisture vapor barrier shall be applied prior to application of cementitious repair resurfacing materials. The cement bonding agent/moisture vapor barrier agent shall be Simpson FX-752, Sikadur 32 Hi-Mod or equal products as approved by the polyurethane coating manufacture and Project Engineer. The use of the cement bonding agent/moisture vapor barrier is a requirement for this project.

2. After complete application and cure of cementitious repair resurfacing materials, and prior to application of the Primer and Polyurethane Coating, the cured cementitious repair resurfacing materials shall be abrasive blasted per to NACE No.6/SSPC-SP-13, ASTM D4258, ASTM D-4259, to thoroughly clean the surface removing all contaminates, laitance and curing compounds. The Surface Profile of the cementitious resurfacing materials achieved during this final stage of surface preparation and prior to application of the Primer and Polyurethane Coating shall be a minimum ICRI CSP-4. Where Primer and Polyurethane Coating are to be applied over existing concrete surface(s) with no Cementitious repair resurfacing materials

TP-52 TECHNICAL PROVISIONS applied, surface perpetration shall be identical as instructed herein.

Active Infiltration:

Stop active infiltration at manhole using the following:

1. Active infiltration with large flows of water shall be stopped by injecting chemical grout. Chemical grout shall be a highly reactive, fast acting, 2 component polyurethane foam with 100% solids and no shrinkage, designed to stop large flows of water. Chemical grout shall be ZG-23 by Zebron, or approved equal.

2. 100% Calcium Aluminate Cement Infiltration Control Material (Custom Plug) – A rapid setting hydraulic cement product specifically formulated for stopping water and minor infiltration instantly shall be used to stop minor infiltration, and shall be Standard Plug Plus Cement, Custom Plus Cement, by Standard Cements, Kerneos or approved equal. Apply cement per manufacturer’s recommendations.

Contractor shall be fully responsible for application and installation of products to stop active infiltration per manufacturer’s recommendations, including but not limited to; delivery and storage, mixing and curing requirements.

502-8 PAYMENT. (Add the following):

Payment for manhole rehabilitation, in accordance with 502-5, where the rim and covers are to be salvaged shall be paid for per the bid items in Section 7-6.

END OF PART 5

TP-53 TECHNICAL PROVISIONS

PART 9 (Is added and shall include the following):

The following sections supplement the Standard Specifications and Standard Special Provisions and supersede any conflicting requirements. The paragraphing follows the Construction Specifications Institute (CSI) format and includes the following sections; Section 02320 Horizontal Directional Drilling (HDD), Section 02951 Temporary Sewer Bypassing, and Section 15070 FPVC Pipe & Installation.

SECTION 02320 – HORIZONTAL DIRECTIONAL DRILLING (HDD)

PART 1 - GENERAL

WORK INCLUDED

A. This Section includes materials and trenchless installation of 6” C-900 fusible polyvinylchloride (FPVC) pipe, DR 18 using horizontal directional drilling methods. For the purpose of this project, HDD is defined as the trenchless installation of pipe by horizontal directional drilling, also commonly referred to as directional boring or guided horizontal boring. This work shall include all services, equipment, materials and labor for the complete and proper installation, testing, restoration of underground utilities, and environmental protection and restoration.

1.2 RELATED WORK

A. Section 306-8.9: Pipeline Pressure Testing, Disinfection, and Commissioning B. Section 15070: FPVC Pipe & Installation

1.3 SYSTEM DESCRIPTION

A. Contractor shall install complete pipe by HDD construction to the limits shown on the Approved Plans or as approved by the City, including appurtenant connections in conformance with manufacturer’s installation requirements and compliance with applicable construction and safety codes and standards.

B. The path shall be designed by the drilling Contractor. Ensure that pipe joints do not deflect more that 50% of manufacturer’s recommended maximum deflection as applicable. The installation pull forces on the pipe shall be determined by the Contractor, based on the selected method of construction and geotechnical information contained in the Geotechnical Reports prepared for this project.

C. The limits and/or depths of HDD shown on the Approved Plans may be increased by Contractor for Contractor’s convenience, if Contractor so desires. However, approval of the City to increase the limits and/or depths of HDD must first be obtained. It shall be understood that where an increase in HDD limits and/or depths is permitted by the City for Contractor’s convenience, payment for the Work will be made as though the original HDD limits and/or depths had been used.

TP-54 TECHNICAL PROVISIONS D. Contractor will be allowed the use of various construction methods for constructing HDD shafts and HDD within the parameters provided in these specifications, provided Contractor can demonstrate to the satisfaction of the City’s Representative that the proposed methods will complete the Work in accordance with these contract documents, permit requirements, and any applicable safety codes and regulations. Acceptance of methods or equipment for HDD by District shall in no way relieve Contractor of the responsibility for damages of any nature which might occur as a result of the method used or of the responsibility of meeting the requirements of the Approved Plans and Specifications.

1.4 QUALITY ASSURANCE

A. Provide names, qualifications, and experience of machine operators, including training and experience records, previous project names, previous project locations, previous project Cities and Districts (including contacts with current telephone numbers), and experience of the operators with the model and manufacture of the machine proposed for use on this project. The machine operators shall have at least 5 years of trenchless pipe installation experience and shall have worked on at least two HDD projects totaling 10,000’ using the same equipment required for this project.

B. Provide the name of the project superintendent for HDD operations. The HDD superintendent shall have at least 10 years of trenchless pipe installation experience and shall have worked on at least two HDD projects using the same equipment required for this project.

C. Contractor is solely responsible for safety on the jobsite. Perform work in a manner to maximize safety, avoid exposure of workers, and control dust, fumes, vapors, gases, or other atmospheric impurities in accordance with OSHA, Federal, State, and local requirements for work in confined spaces. Comply with “Tunnel Safety Orders” of the Division of Industrial Safety of State of California as outlined in Title 8 of the California Administrative Code.

D. The requirements set forth in this document specify a wide range of procedural precautions necessary to ensure that the very basic, essential aspects of a proper directional bore installation are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this specification or within any associated permit. Adherence to the specifications contained herein, or the inspector’s approval on any aspect of any directional bore operation covered by this specification, shall in no way relieve the Contractor of their ultimate responsibility for the satisfactory completion of the work authorized under the Contract. The HDD contractor shall be responsible for the repair of all damage to private and/or public property (at no expense to the City). Repair work shall meet all local and state rules and requirements.

E. Contractor shall adhere to all environmental requirements as applicable for this project.

1.5 REFERENCES

TP-55 TECHNICAL PROVISIONS A. Title 8, California Administrative Code, Tunnel Safety Orders.

1.7 SUBMITTALS

A. Furnish the following submittals:

SUBMITTAL DESCRIPTION Safety Plan Procedures to meet all applicable OSHA safety requirements (Submitted for Shoring, sheeting, or bracing protection against soil instability and record purposes groundwater inflow only and not subject to review Safety for shaft access and exit, including ladders, stairs, walkways, and by City’s hoists Representative) Protection against mechanical and hydraulic equipment operations, and for lifting and hoisting equipment and material MSDS for any hazardous substances to be used. Monitoring for hazardous gases Protection of shaft including traffic barriers, accidental or unauthorized entry, and falling objects Emergency protection equipment Name of site safety representative and safety supervising responsibilities HDD Work Plan The Contractor shall have a minimum of 5 year experience and 10,000’ of similar sized pipe installed. Provide a list of personnel, including backup personnel, with their qualifications and experience. Complete drawings and written descriptions sufficiently detailed for the sequence of operations to be performed during construction and that demonstrate that the proposed materials and procedures will meet the requirements of this specification. Arrangement drawings and technical specifications of the equipment to be used and equipment features showing that the machine meets the requirements set forth herein. The equipment and methods of controlling line and grade of pilot hole operations. Confirm that alignment control and steering system can achieve the required pipeline line and grade within the specified tolerances. Procedures for monitoring boring advancement. Size and type of cutter head, back reamer, electronic monitoring devices with information supporting its relevance to existing soil conditions. Size, type and bend radius of drill rods. Pre-construction bore-log depicting a plan and profile of the proposed bore path. The bore-log shall show all utility crossings and existing structures. Contractor shall execute a potholing program to identify all existing utilities in proposed bore path prior to HDD. Submit report on findings and validate proposed HDD alignment. Drilling fluid management plan including potential environmental impacts and emergency procedures and associated contingency plans. Location of disposal sites with written documentation indicating they will accept drilling mud and are in compliance with state regulations. Drilling fluid type to be defined and must match soil conditions and the cutter. Approved Plans for storage and handling of pipe

TP-56 TECHNICAL PROVISIONS

SUBMITTAL DESCRIPTION Calculations of estimated maximum thrust forces for HDD and calculations for the combined loading on the pipe, in conjunction with soil load, groundwater, mud, and equipment pull forces, including all assumptions and values used in the calculations, so to demonstrate the proposed piping as shown on Approved Plans will sustain installation forces without pipe failure. Calculations shall be signed and sealed by a California-licensed professional engineer. Details of noise control measures Planned location, layout, size, and design of proposed shafts. Shaft design submittals shall be site specific, signed, and sealed by a Professional Engineer registered in the State of California. Layout and limits of working sites. Indicate areas for storage, material, and spoil handling, and equipment set-up. Site security arrangements and traffic protection, including security fence for the working site perimeter, shaft security fence or shaft covers to prevent accidental or unauthorized entry, and traffic barriers. Submit for approval the as-built records in duplicate to the City’s Representative within five days after completing the pull back. The as-built records (24 x 36 sepia and Auto CAD disk of as-built data, 40 horizontal max scale with 8-foot vertical max scale) shall include a plan, profile (data every 25 LF of main, at a minimum), and all information recorded during the progress of the work, including all subsurface anomalies identified by potholing. The HDD contractor shall certify the accuracy of all as-built record drawings. Contingency Contingency plans for possible problems including differing soil conditions, Plans a Frac-Out and Surface Spill Contingency Plan (for approval). Experience Description of similar projects, including names, addresses, and telephone numbers of Owner’s Representatives on which this similar system by the same manufacturer has been successfully used. All personnel shall be fully-trained in their respective duties as part of the directional drilling crew and in safety. (Each person must have been fully- trained for over 1,000 hours on all facets of directional drilling, including, but not limited to, machine operations, mud mixing, locating, and material fusion.) A responsible representative who is thoroughly familiar with the equipment and type of work to be performed, must be in direct charge and control of the operation at all times. In all cases, the supervisor must be continually present at the job site during the actual Directional Bore operation. The Contractor shall have a sufficient number of competent workers on the job at all times to ensure the Directional Bore is made in a timely and satisfactory manner. Schedule Schedule of HDD work, including shaft excavation, and shoring, dewatering, pipe setup, equipment setup, pilot hole installation, reaming, and pull back completion. Dewatering Groundwater control methods, drawings, details, calculations, and supporting information in accordance with the Stormwater Pollution Prevention Plan and applicable NPDES discharge permits. Plan shall include, at a minimum, the location and depth of dewatering wells and sump, method of water disposal, and sequence of dewatering shaft.

B. Refer to General Provisions for definition of requirements for shop drawings and catalog data.

TP-57 TECHNICAL PROVISIONS C. Review of submittal material does not relieve Contractor of responsibilities for excavation method, excavation support system, dewatering, making a satisfactory pipe installation, and meeting requirements of these documents, but will be primarily to ascertain compliance with contract requirements. Contractor shall not commence work on any items requiring a Work Plan or other submittals until the submittals have been reviewed and returned by City’s Representative. Structural designs and other engineered components shall be signed and sealed by a California-licensed professional engineer.

1.8 PROJECT SITE CONDITIONS

A. Contractor is strongly encouraged to visit the site to observe existing site conditions, utilities, traffic, access points, etc, prior to bidding. B. A geotechnical report has been prepared for this project and is included in Appendix A. Contractor shall use this information as the basis for preparing the bid.

1.9 SCHEDULING

A. In variance to normal working hours specified elsewhere in the Contract Documents, Contractor may work extended hours during the HDD installation of pipe. Contractor shall obtain approval from the City and shall comply with all local noise ordinances.

B. Contractor shall pay for the additional inspection cost during the HDD installation of pipe during extended work hours.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Refer to General Provisions for basic requirements for products and materials.

B. Pipe used in HDD shall be 6” C-900 FPVC pipe DR 18 in accordance with Section 15070. The minimum and maximum range of inside diameters of pipe shall be as shown on the Approved Plans. Pipe shall be straight, round, smooth, and with flush- joint outer surfaces. Contractor shall select pipe compatible with equipment provided, soil conditions shown in the geotechnical reports, and the line and grade requirements. Contractor shall have sole responsibility to determine pipe laying length, wall thickness, and other criteria necessary to meet these requirements. Pipe used for HDD shall withstand pull forces imposed by process of installation, as well as final in-place loading and operational conditions.

2.2 EQUIPMENT REQUIREMENTS

A. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pullback the pipe, a drilling fluid mixing, delivery, and recovery system of sufficient capacity to successfully complete the drill, a drilling fluid recycling system to remove solids from the drilling fluid so that the fluid can be re-used, a guidance system to accurately guide boring operations, a vacuum truck of

TP-58 TECHNICAL PROVISIONS sufficient capacity to handle the drilling fluid volume, and trained and competent personnel to operate the system. All equipment shall be in good, safety operating condition with sufficient supplies, materials, and spare parts on hand to maintain the system in good working order for the duration of this project.

B. The directional drilling machine shall consist of a power system to rotate, push, and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull- back pressure during pull-back operations. The rig shall be grounded during drilling and pull-back operations. There shall be a system to detect electrical current from the drilling string and an audible alarm which automatically sounds when an electrical current is detected.

C. The drill head shall be steerable by changing its rotation and shall provide the necessary cutting surfaces and drilling fluid jets.

D. Mud Motors (if required) shall be of adequate power to turn the required drilling tools.

E. A Magnetic Guidance System (MGS) or proven gyroscopic system shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. The guidance shall be capable of tracking at all depths up to eighty feet and in any soil condition, including hard rock. It shall enable the driller to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate to +/-2% of the vertical depth of the borehole at sensing position at depths up to one hundred feet and accurate within 4-feet horizontally. The MGS shall be of a proven type and shall be operated by personnel trained and experienced with this system. The Operator shall be aware of any magnetic anomalies on the surface of the drill path and shall consider such influences in the operation of the guidance system if using a magnetic system.

F. Bore Tracking and Monitoring: At all times during the pilot bore, the Contractor shall provide and maintain a bore tracking system that is capable of accurately locating the position of the drill head in the x, y, and z axes. The Contractor shall record these data at least once per drill pipe length or every twenty-five (25) feet, whichever is most frequent.

G. Downhole and Surface Grid Tracking System: Contractor shall monitor and record x, y, and z coordinates relative to an established surface survey bench mark. The data shall be continuously monitored and recorded at least once per drill pipe length or at twenty-five (25) feet, whichever is more frequent.

H. Deviations between the recorded and design bore path shall be calculated and reported on the daily log. If the deviations exceed plus or minus 5 feet (horizontal or vertical deviation) from the design path, such occurrences shall be reported immediately to the Engineer. The Contractor shall undertake all necessary measures to correct deviations

TP-59 TECHNICAL PROVISIONS and return to design line and grade.

I. Drilling Fluid Pressures and Flow Rates: Drilling fluid pressures and flow rates shall be continuously monitored and recorded by the Contractor. The pressures shall be monitored at the pump. These measurements shall be made during pilot bore drilling, reaming, and pullback operations.

J. DRILLING FLUID (MUD) SYSTEM:

1. Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid. Mixing system shall continually agitate the drilling fluid during operations.

2. Drilling Fluids: Drilling fluid shall be composed of clean water, appropriate additives, and clay. Water shall be from an authorized source with a minimum pH of 6.0. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and additives shall be mixed thoroughly and be absent of any clumps or clods. No potentially hazardous material may be used in drilling fluid. Contractor to coordinate with the City to identify a water source.

3. Delivery System: The delivery system shall have filters in-line to prevent solids from being pumped into the drill pipe. Connections between the pump and drill pipe shall be relatively leak-free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and conveyed to the drilling fluid recycling system. A berm, minimum of 12" high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits, and drilling fluid cycling system to prevent spills into the surrounding environment. Pumps and/or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage and recycling facilities.

4. Drilling Fluid Recycling System: The drilling fluid recycling system shall separate sand, dirt, and other solids from the drilling fluid to render the drilling fluid re-usable. Spoils separated from the drilling fluid will be stockpiled for later use or disposal.

5. Control of Drilling Fluids: The Contractor shall follow all requirements of the Frac-Out and Surface Spill Contingency Plan, as submitted and approved, and shall control operational pressures, drilling mud weights, drilling speeds, and any other operational factors required to avoid hydrofracture fluid losses to formations, and control drilling fluid spillage. This includes any spillages or returns at entry and exit locations or at any intermediate point. All inadvertent returns or spills shall be promptly contained and cleaned up. The Contractor shall maintain on-site mobile spoil removal equipment during all drilling, pre-reaming, reaming, and pullback operations and shall be capable of quickly removing spoils. The Contractor shall immediately notify the City of any inadvertent returns or spills and immediately contain and clean up the return or spill.

TP-60 TECHNICAL PROVISIONS K. OTHER EQUIPMENT:

1. Pipe Rollers: Pipe rollers, if utilized, shall be of sufficient size to fully support the weight of the pipe while being hydro-tested and during pull-back operations. Sufficient number of rollers shall be used to prevent excess sagging of pipe.

2. Restrictions: Other devices or utility placement systems for providing horizontal thrust, other than those defined above in the preceding sections, shall not be used unless approved by the Engineer prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the projects.

PART 3 - EXECUTION

3.1 PREPARATION

A. Notify the City’s Representative at least three days in advance of start of HDD operations.

B. HDD shall not begin until the following conditions have been met:

CONDITION DESCRIPTION Submittals Submittals made and approved Potholing Contractor’s potholing completed and validated bore path clear of existing utilities. Pre-Construction Surveys Surveys completed, including installation of settlement points and their initial survey. Shaft Excavation and Shaft excavation and support has been completed in accordance with Support Contract Documents and applicable safety rules. Groundwater Control Groundwater control for breaking out of HDD pit has been established. Pre-Construction Safety Pre-construction safety conference has been conducted in accordance Conference with CAL/OSHA requirements. Arrange this conference and inform City of time and place of conference at least 7 days in advance. Safety Contractor’s site safety representative shall prepare code of safe practices and an emergency plan in accordance with CAL/OSHA requirements. Provide City with copy of each document prior to beginning tunnel excavation. Hold safety meetings and provide safety instruction for new employees as required by CAL/OSHA. Equipment and Materials Furnish at jobsite all necessary equipment, power, water, and utilities for excavation, boring machine, removal and disposal of spoil, and other associated work consistent with Contractor’s methods of construction. Equipment and methods shall be compatible with the anticipated geologic conditions identified in the GBR and geotechnical reports described in the Contract Documents.

TP-61 TECHNICAL PROVISIONS C. Do not use gasoline-powered equipment in shafts. Diesel-, electric-, and pneumatic- powered equipment will be acceptable, subject to applicable local, state, and federal regulations.

3.2 INSTALLATION

A. Refer to General Provisions for basic execution and installation requirements.

B. Contractor shall be responsible for means and methods of HDD and shall ensure safety of Work, Contractor's employees, the public, and adjacent property, whether public or private.

C. Portions of excavation may be below the groundwater table. Provide the necessary groundwater control measures at the site to perform the work, to provide safe working conditions, and to prevent flowing or standing water in the excavation during HDD operations. Dewatering shall be limited to the shaft area.

D. DRILLING PROCEDURES

1. DRILL PATH: Prior to drilling, Contractor shall utilize all verified located information to determine drill pathway. Marked up drawings (see Site Preparation paragraph) shall be on site at all times, and referred to during the drill operation.

2. GUIDANCE SYSTEM: Contractor shall provide and maintain instrumentation necessary to accurately locate the pilot hole (both horizontal and vertical displacements), measure pilot string torsional and axial, and measure drilling fluid discharge rate and pressure. The City shall have access to instrumentation and readings at all times during operation.

3. PILOT HOLE: The pilot hole shall be drilled along the path shown on the Approved Plans and profile drawings or as directed by the City in the field. Unless approved otherwise by the City, the pilot hole tolerances shall be as follows:

a) Elevation: As shown on the Approved Plans. b) Horizontal Alignment: ±2 feet. c) Curve Radius: The pilot hole radius shall be at least 20% larger than the maximum bending radius, as recommended by the pipe manufacturer of the pipe being installed. d) Entry Point Location: The exact pilot hole entry point shall be within ±5 feet of the location shown on the drawing or as directed by the City in the field. e) Exit Point Location: The exit point location shall be within ±2 feet of the location shown on the drawing or as directed by the City in the field.

TP-62 TECHNICAL PROVISIONS 4. PULL BACK: After successfully reaming bore hole to the required diameter, Contractor will pull the pipe through the bore hole. In front of the pipe will be a swivel and reamer to compact bore hole walls. Once pull-back operations have commenced, operations must continue without interruption until pipe is completely pulled into bore hole. During pull-back operations Contractor will not apply more than the maximum safe pipe pull pressure at any time. Maximum allowable tensile force imposed on the pull section shall be equal to 80% of the pipe manufacturer’s safety pull (or tensile) strength. Torsional stress shall be minimized by using a swivel to connect a pull section to the reaming assembly. The pullback section of the pipeline shall be supported during pullback operations so that it moves freely and the pipe is not damaged. External pressure shall be minimized during installation of the pullback section in the reamed hole. Damaged pipe resulting from external pressure shall be replaced at no cost to the City. The Contractor shall maintain neutral buoyancy at all times during pullback and shall provide calculations to determine rate of pullback and fill rates of the pipe being installed during pullback. The Contractor shall be responsible for any damage to the pull section resulting from such modifications. In the event that pipe becomes stuck, Contractor will cease pulling operations to allow any potential hydro-lock to subside and will commence pulling operations. If pipe remains stuck, Contractor will notify the City. The City and Contractor will discuss options and then work will proceed accordingly.

E. PIPE ASSEMBLY: Pipe shall be welded/fused together in one length, if space permits. Pipe may be placed on pipe rollers before pulling into bore hole to minimize damage to the pipe and reduce pull back friction. See Section 15070 FPVC.

F. ACCEPTABILITY OF DAMAGED PIPE: Cuts or gouges that reduce the wall thickness by more than 10% are not acceptable and must be cut out and discarded. Adhere to Section 15070 FPVC. The fused pipe shall be inspected prior to pullback. If any cuts or gouges are observed, the Contractor shall remove and replace the damaged portion of pipe prior to pullback.

G. LOCATE WIRE: Locate wire shall be provided on all installations. Locate wire shall be 12 AWG copper-clad carbon steel with 30 mils (min) insulation. The external color shall be either white or yellow. Locate wire shall be brought to grade within a valve box or locate station box at all “entry point locations” and all “exit point locations”. There is no maximum length or interval between locate wire stations. If the locate wire breaks or is not continuous (from end to end), the Contractor shall, at the Contractor’s expense, provide soft-digs for the portions of the main with 12 feet or less cover (every 50 LF along main) to confirm as-built data. This soft-dig data shall be recorded on the as-built record drawings.

H. HDD LAUNCH AND RECEIVING SHAFTS: Contractor shall have sole responsibility to select the location and size of HDD shafts to suit his selected method of construction and equipment.

1. Perform excavation and backfill of shafts in accordance with Section 306.

TP-63 TECHNICAL PROVISIONS 2. Install shaft shoring and bracing in accordance with shop drawing submittals and Cal-OSHA safety requirements.

3. Provide watertight seals at pipe penetrations into and out of the shafts. The seal shall withstand full hydrostatic loading conditions.

4. Construct a suitable guardrail barrier around the periphery of the shaft, meeting applicable safety standards. Properly maintain the barrier throughout the period the shaft remains open. Repair broken boards, supports, and structural members. In addition, provide a full cover or other security barrier for each access shaft in which there is no construction activity or which is unattended by Contractor's personnel.

I. OBSTRUCTIONS: Notify the City’s Representative immediately upon encountering an object, feature, or event that stops the forward progress of the HDD. The City’s Representative shall review all procedures, means, methods, and sequencing for removal of the object. Proceed with removal procedures upon receiving written authorization by the City’s Representative.

J. Equip all electrical systems utilized with appropriate ground fault systems. Use electrical systems that are insulated, not permitting any bare wire exposures.

K. Use generators that are suitably insulated for noise ("hospital" type).

L. Necessary equipment for pipe excavation shall include signal systems, fire extinguishers, safety equipment, and other equipment required by Contractor's method of construction. Such equipment shall be maintained in good repair.

3.3.1 FIELD QUALITY CONTROL

A. Maintain drilling logs that accurately provide drill bit location (both horizontally and vertically) at least every 15 feet along the drill path. In addition, keep logs that record, as a minimum, the following, every 15 minutes throughout each drill pass, back ream pass, or pipe installation pass:

1. Drilling Fluid Pressure 2. Drilling Fluid Flow Rate 3. Drill Thrust Pressure 4. Drill Pullback Pressure 5. Drill Head Torque

B. Make all instrumentation, readings, and logs available to the District at all times during operation.

C. Other items to log:

1. Groundwater control operations and piezometric levels 2. Any observation of lost ground or other ground movement

TP-64 TECHNICAL PROVISIONS 3. Indications of damaged pipe 4. Any unusual conditions or event 5. Operation shutdown periods or other interruptions in the work, with detailed descriptions of the reasons for the shutdown

D. Electronic data files, complete with any conversions or programs necessary for interpretation, as determined by the City’s Representative, shall be submitted within 24 hours of the operation. Automated data shall be recorded on a time basis not to exceed one minute. Data stored on a per foot basis shall be supplemental to the timed recordings.

E. Construction Control of Line and Grade:

1. The City’s Representative will define the baseline and benchmarks as indicated on Approved Plans. Contractor shall check baseline and benchmarks at beginning of work and report any errors or discrepancies to the City’s Representative.

2. Use baseline and benchmarks defined by the City’s Representative and provide additional temporary control monumentation as required to furnish and maintain reference control lines and grades for the construction. Use these lines and grades to establish the exact location of the excavation and structures.

3. Establish and be responsible for accuracy of control for construction of entire project, including surveying access shaft locations, structures, excavation, pipe alignment, and grade.

4. Establish control points sufficiently far from operation not to be affected by ground movement.

5. Record initial setup.

6. Maintain daily surveying records of alignment and grade. Submit three copies of these records to the City’s Representative within 24 hours of operation. Contractor, however, remains fully responsible for accuracy of work and correction of it, as required.

7. If allowable tolerances are exceeded, Contractor shall bear full responsibility and expense for correction (redesign, reconstruction, easement acquisition, etc.). If redesign is required, obtain services of a California-licensed Professional Engineer for redesign.

3.4 CLEANING

A. Remove spoil from the job site and dispose of off site. B. After backfill of the pits has been completed and HDD equipment has been removed, the site shall be dressed smooth and left in a neat and presentable condition, free of all cleared vegetation, rubbish, and other construction wastes.

TP-65 TECHNICAL PROVISIONS C. The site shall be restored to its original condition.

3.5 PROTECTION

A. Execute HDD operations so that ground settlement and heave will be minimized. The completed pipe shall have full bearing against earth; no voids or pockets will be left in any portion of the Work. Fill the annular space between the installed pipe and the ground with bentonite lubricant or other suitable material. If loss of ground occurs, fill the resulting void with suitable material, such as grout, as accepted by the City’s Representative.

B. Earth Movement: Contractor shall be responsible for damage due to settlement from any construction-induced activities.

1. Take precautions to avoid damage or settlement to the buildings, structures, roads, and utilities in close proximity to the Work. Use construction methods and equipment to minimize loss of earth at the excavation face and settlement or heave of earth around pipe.

2. If excessive movement of ground is detected, the City’s Representative may order work stopped and secured. Before proceeding, correct any problem causing or resulting from such movement.

3. If settlement of ground surface occurs during construction affecting accuracy of temporary benchmarks established by the City’s Representative, Contractor shall detect and report such movement. Locations of permanent project control monuments are shown on the Approved Plans; Contractor may use these to verify temporary benchmark accuracy. Advise the City’s Representative of any settlement affecting permanent monument benchmarks. Upon completion, submit field books pertaining to monitoring of permanent monument benchmarks to the City’s Representative.

C. Dewatering method used shall not cause damage to adjacent structures or property due to lowering of water table and subsequent ground settlement. Contractor's dewatering method shall provide means for controlling water inflows to prevent inflow of fines and other adverse effects due to groundwater. In the event any damage does occur, Contractor shall be fully responsible for correction of damage and settlement of any claims arising from such damage.

D. If dewatering is used to control groundwater level, install piezometers to monitor water level and maintain instrumentation to detect any movement in adjacent structures and property. Monitor water level by recording initial water level before dewatering is started and thereafter on a weekly basis. Remove water monthly from piezometers to demonstrate they are operable. Submit weekly reports of water levels to the City’s Representative. City’s Representative shall have access to piezometers at all times to perform independent measurements. Remove piezometers prior to project completion. END OF SECTION

TP-66 TECHNICAL PROVISIONS SECTION 02951 – TEMPORARY SEWER BYPASSING

PART 1 – GENERAL

Sewage Bypassing shall be needed for work as shown on plans and, generally, in accordance with Section 3-12.5.2, "Sewage Bypass and Pumping Plan," of the GREENBOOK and as supplemented herein.

Compensation for sewage bypassing and all incidentals, including but not limited to, the items as described in this section shall be included in the contract price per the lump sum bid item for “Sewage Bypassing” and no separate payment will be made therefore.

1.1 Work Included

A. Contractor is responsible for the design, installation, and operation of external bypassing of wastewater flows via a temporary highline pumping system around Work, as necessary for construction.

B. The Contractor is responsible for obtaining current flow condition information at the time of construction. The City is not responsible for any deviations in quantity of sewage flow at any time during the construction period. Higher flows may be encountered depending on weather and other upstream conditions.

C. Equipment furnished shall be capable of bypassing existing sewage flows and keeping all existing sewer mains and service laterals operational at all time.

D. Contractor is responsible for all monitoring 24 hours a day / 7 days a week, and should not rely on City staff or facilities.

1.2 System Description

A. Provide labor, materials and supervision to temporarily bypass flow around Work.

B. Notify City’s Representative before bypassing sewage flow a minimum of 48 hours in advance.

C. Notify customers whose service will be disrupted in writing before bypassing sewer service a minimum of 48 hours in advance. The City shall review and approve the maximum disruption time.

D. Entire bypassing system shall be in place and tested before bypassing any sewage.

E. Sewer spills are not allowed. Contractor shall be fully responsible for taking immediate action to clean up and remedy any sewer spill situation. Notify City’s Representative immediately in event of sewage spill.

1.3 Quality Assurance

TP-67 TECHNICAL PROVISIONS A. Use adequate numbers of skilled workmen trained and experienced in necessary trades and crafts and completely familiar with specified requirements and methods for proper performance of Work of this section.

B. Provide temporary pumps, conduits, and other equipment to bypass sewage flow. Furnish necessary labor and supervision to set up, maintain and operate pumping and bypass system.

C. Engine-driven pumps may be used only for bypassing 6-inch and larger mains, and shall be equipped with mufflers or enclosed to keep noise level below 60db or 10db above ambient noise levels when measured at property lines closest to noise source. Generators shall also be enclosed.

D. Sewer lateral bypass pumps shall be electric-driven and comply with same noise requirements as engine-driven pumps. Pumps and bypass lines shall be of adequate capacity and size to handle flows.

E. Maintain on-site sufficient equipment and materials to ensure continuous and successful operation of bypass and dewatering systems. Standby pumps shall be fueled and operational at all times. Maintain on site sufficient valves, tees, elbows, connections, tools, sewer plugs, piping, and other parts or system hardware to ensure immediate repair or modification of any part of system.

F. Design all piping, joints and accessories to withstand at least twice maximum system pressure, or 50 psi, whichever is greater.

G. Where flows are bypassed, all bypass flow shall be discharged as accepted by City’s Representative. Do not discharge to ground surface, receiving waters, storm drains, or locations which may result in groundwater contamination or potential health hazards.

H. Do not shut down bypassing system between shifts, on holidays or weekends, or during work stoppages without written permission from City’s Representative. Notify all parties whose service laterals will be affected. Do not remove bypass without informing City’s Representative.

1.4 Submittals

A. Furnish the following submittals. SUBMITTAL DESCRIPTION Shop Drawings Required per pipeline equipment shop drawing requirements. Show location of temporary sewer plugs diversion points and bypass discharge lines. Show expected high water level behind plugs and diversions. Show capacities of pumps, prime movers and standby equipment. Show standby power source. Show materials proposed for temporary surfacing over bypass pipes. Show materials proposed for permanent surface replacement over bypass pipe trenches. Show methods for security and protection of bypass system. Description of Show suction and discharge pipe diameters, materials and bury depths

TP-68 TECHNICAL PROVISIONS

SUBMITTAL DESCRIPTION Proposed Equipment Show size and model of pumps including pump curve, horsepower, speed, voltage and phase or fuel type and fuel consumption as applicable. Show make, model, horsepower, kW and kVA ratings, speed, voltage, phase, fuel type and fuel consumption of standby generator if used. Show standby equipment provided on-site in case of emergency. Staffing Plan and Provide staffing plan for maintaining equipment for 24-hour continuous reliable Schedule operation including weekends and holidays. Show anticipated times of flow interruption and/or flow diversion Traffic Control Plan Required Spill Contingency Plan Detail precautions to be implemented to prevent sewage spills, including specific responses and control measures to follow during overflow resulting from breakage or blockage and maintenance and inspection schedules to detect potential problems and mitigate potential release resulting from overflows, bypass pipe ruptures, pipe ruptures, blockages and backups. Engineering Provide design calculations, including system head curve analysis showing Calculations adequacy of system and selected equipment. Warranty If water levels are raised more than 18 inches above sewer soffit at any point in upstream sewer, provide statement accepting full responsibility and liability for damage to upstream properties due to backflow during bypassing.

PART 2 – PRODUCTS (Not applicable)

PART 3 - EXECUTION

3.1 Preparation

A. Make field measurements needed to install sewage bypass equipment, before submitting shop drawings or ordering. Make minor changes in dimensions and alignments as needed to avoid utilities or structural conflicts.

B. Contractor shall locate all laterals on affected sewer to be bypassed and provide alternate means of service or additional bypassing as needed without disrupting use of the service. Lateral service information can be obtained at the City’s Sewer Department.

C. Examine areas and conditions under which work of this section will be performed. Correct conditions detrimental to timely and proper completion of Work.

D. Bypass pumps shall be designed for raw sewage applications, resistant to ragging and capable of passing a minimum 3-inch solid sphere. Pumping system shall be equipped with sound attenuation to limit noise to meet local noise ordinances. Back-up pumps providing 100% redundancy shall be on-site and connected at all times. In multi-pump applications, back-up pump shall be equal in capacity under same pumping conditions as largest duty pump. Provide pumps capable of pumping over full range of flows for each set-up.

E. Temporary piping may be placed above ground only if it will be in service no more than one calendar day or is within areas protected by approved traffic control plans. Place all other temporary piping in recessed trench, with allowable vehicle loading. At all street crossings, temporary resurfacing of recessed trenches shall be flush with existing grade. When temporary pipeline crosses a wheelchair ramp or sidewalk, install pipeline within recessed

TP-69 TECHNICAL PROVISIONS trench or provide asphalt mound ramped at a slope not greater than 1:12, in accordance with ADA requirements.

F. Fully test bypass system (all equipment) prior to commencing bypass operation including:

1. Pressure testing piping at test pressure specified above with potable water prior to introducing sewage to line. 2. Inspecting piping for leaks and repair or replace leaking sections and joints. 3. Testing pumping system, including back-up pumps.

G. All material and equipment identified in spill contingency plan, including control measures in event of spill shall be on-site prior to commencing bypass operation.

3.2 Bypass Pumping Procedures

A. The following installation standards shall be followed:

1. Applicable OSHA and Cal OSHA regulations

2. Applicable Regional Water Quality Control Standards.

3. Other applicable building, fire, and plumbing code requirements.

B. Refer variances between above documents and Contract Documents to Owner’s Representative.

C. Bypass sewage as follows:

1. Disposal of water shall not damage property nor create a public nuisance. Maintain pumping equipment and machinery in good working condition on hand for emergencies. Have workmen available for operation of said equipment.

2. During bypass pumping, sewage shall not be leaked, dumped or spilled onto any area outside sewer system. When bypass pumping operations are complete, drain all piping into sanitary sewer prior to disassembly. In the event sewage accidentally drains into storm drainage system or street, immediately stop overflow, notify Owner and Owner’s Representative, and take necessary action to clean up and disinfect spillage to Owner’s satisfaction. If sewage is spilled onto public or private property, wash down, clean up, and disinfect spillage to satisfaction of Owner, property owner, Owner’s Representative, and applicable Regional Water Quality Control Boards.

3. Take all necessary precautions, including constant monitoring of bypass pumping to prevent sewage spills due to back-up and/or overflow resulting from breakage or blockage of bypass system. Provide experienced personnel knowledgeable in bypass equipment operation to monitor each bypass when installed and operating. At no time shall bypass system be left unattended during operation by designated personnel. Contractor shall be liable for all cleanup, damages, and resultant fines in event of a spill.

TP-70 TECHNICAL PROVISIONS 4. Protect pumps and piping from damage, vandalism, and/or theft to maximum extent possible and as shown on Plans.

5. After Work is completed, remove temporary bypass system. Return surrounding area, including all hardscape, landscape, irrigation, and utilities to pre-construction condition.

6. Contractor shall be responsible for all labor, materials, equipment, and incidentals associated with temporary controls and diversions required to maintain uninterrupted flow in all existing sewer lines associated with this project.

D. Contractor shall repair without cost to City any damage resulting from Contractor’s negligence, inadequate or improper installation, maintenance and operation of bypassing and a dewatering system including mechanical or electrical failures.

3.3 Field Quality Control

A. Field testing shall include:

TEST STANDARD FIRST TEST (ASTM OR OTHER PAID FOR RETESTS ITEM TEST FOR TEST STANDARD) FREQUENCY BY PAID FOR BY Bypass System No spills, no Comply with NPDES 1 Contractor Contractor leakage Permit Requirements

B. The Contractor shall visually inspect the entire bypass pumping and piping system for leaks or spills at minimum 2 times per day, at beginning and end of shifts, or as directed by City Inspector. The Contractor shall also create an inspection log and shall enter the time of the inspections and the condition of the piping and the name of the inspector into the log for review by the Engineer. Frequency of inspections shall be determined by the City.

C. The Contractor is responsible for all operation and monitoring of the temporary sewer bypass systems, 24 hours a day / 7 days a week, and should not rely on City staff or facilities.

END OF SECTION

TP-71 TECHNICAL PROVISIONS SECTION 15070 – FPVC PIPE & INSTALLATION

PART 1 – GENERAL

1.01 DESCRIPTION

This section includes materials, installation, and testing of fused polyvinyl chloride (FPVC) distribution pipe conforming to AWWA C900. Size is 6-inches with DR 18 pipe.

1.02 PIPE IDENTIFICATION SYMBOLS

Interpret pipe identification symbols used on the Drawings as follows: PVC-6"-DR 18 designates type of pipe (polyvinyl chloride); nominal pipe size (6 inches); and dimension ratio (DR 18).

1.03 REFERENCE STANDARDS AND SUBMITTALS

A. REFERENCES: 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced.

Reference Title ANSI/AWWA American National Standard for Ductile-Iron and Gray-Iron Fittings, 3- C110/A21.10 inch through 48-inch, for Water and Other Liquids ANSI/AWWA American National Standard for Rubber-Gasket Joints for Ductile-Iron C111/A21.11 Pressure Pipe and Fittings ANSI/AWWA AWWA Standard for Ductile-Iron Compact Fittings for Water Service C153/A21.53 AWWA C605 Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C651 Standard for Disinfecting Water Mains AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm), for Water Distribution

TP-72 TECHNICAL PROVISIONS

Reference Title AWWA C905 Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm), for Water Distribution and Transmission AWWA M23 AWWA Manual of Supply Practices PVC Pipe—Design and Installation, Second Edition ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals

ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM D1785 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2152 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion ASTM D2241 Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) ASTM D2665 Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings ASTM F1057 Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique ASTM F1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air UNI-B-6 Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe UNI-PUB-08 Tapping Guide for PVC Pressure Pipe NSF-14 Plastics Piping System Components and Related Materials NSF-61 Drinking Water System Components--Health Effects PPI TR-2 PVC Range Composition Listing of Qualified Ingredients

B. Manufacturer Requirements 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784. C. FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. D. SPECIFIED PIPE SUPPLIERS 1. FPVC pipe shall be used as manufactured under the trade names Fusible C- 900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc., Poway, CA, (858) 679-9551. Fusion process shall be as patented by Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051. City and engineer are aware of no other supplier of fusible polyvinylchloride pipe that is an equal to this specified pipe supplier and products.

TP-73 TECHNICAL PROVISIONS

E. WARRANTY 1. The pipe shall be warranted for one year per the pipe supplier’s standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider’s standard terms. F. PRE-CONSTRUCTION SUBMITTALS 1. Submit shop drawings in accordance with Section 1 General Conditions. 2. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: 1) Pipe Size 2) Dimensionality 3) Pressure Class per applicable standard 4) Color 5) Recommended Minimum Bending Radius 6) Recommended Maximum Safe Pull Force 7) Fusion technician qualification indicating conformance with this specification 8) Submit manufacture's catalog data and descriptive literature for tracer wire and marking tape. 3. The following WORK PLAN AND INFORMATION is required from the Contractor. This WORK PLAN AND INFORMATION shall also be supplied to the pipe supplier, should it be requested: 1) Shop drawings shall include for each operation all excavation locations, interfering utilities, excavation dimensions, flow bypass and traffic control schematics. 2) Contingency plan, including the following: a) Unforeseen obstructions that stop or delay the operation b) Unforeseen deflections that would over bend the FPVC pipe c) Damage to existing utility installations 3) Work schedule identifying construction sequencing, daily work hours and working dates for each installation. G. POST-CONSTRUCTION SUBMITTALS 1. The following AS-RECORDED DATA is required from the contractor and/or fusion provider to the City or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a) Pipe Size and Thickness b) Machine Size c) Fusion Technician Identification d) Job Identification e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Heating and Cool Down Time of Fusion j) Ambient Temperature

1.04 RELATED WORK SPECIFIED ELSEWHERE

TP-74 TECHNICAL PROVISIONS C. Section 306-8.9: Pipeline Pressure Testing, Disinfection, and Commissioning D. Section 02320: Horizontal Directional Drilling

1.05 INSPECTION AND FIELD VERIFICATION

A. The Engineering Manager shall inspect materials, productions, and testing at manufacturer's plant.

B. Where new pipelines are to be connected to existing waterlines of the City, the Contractor shall verify in the field the location, elevation, pipe material, pipe outside diameter, and any other characteristics of the existing waterline before proceeding with the pipe installation. This field verification shall be performed in the presence of the Engineering Manager.

PART 2 - MATERIALS

2.01 FPVC PIPE

Size is 6-inches with DR 18 pipe. Maximum working pressure will be as identified by the City.

A. FPVC pipe shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. B. FPVC pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C. FPVC pipe shall be manufactured in a standard 40’ nominal length, or custom lengths as specified. D. FPVC pipe shall be blue in color for potable water use. E. Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. NSF-61 mark verifying suitability for potable water service 7. Extrusion production-record code 8. Trademark or trade name 9. Cell Classification 12454 and/or PVC material code 1120 may also be included F. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults.

2.02 RESTRAINT COUPLINGS

A. Provide couplings for ductile iron equivalent outside diameter per Section 212-8

TP-75 TECHNICAL PROVISIONS

2.03 FITTINGS, LININGS, BOLTS, NUTS AND GASKETS FOR FLANGES

A. Provide ductile iron fittings per Section 209-1 and 212-2.

2.04 OUTLETS

A. For outlets 2-inches and smaller, attach a service saddle to the pipe that accommodates the PVC pipe pressure rating. All stainless steel shall be fully passivated for enhanced corrosion resistance. All saddles shall be sized for installation on ductile iron equivalent outside diameter PVC pipe conforming to AWWA C905. Service saddles shall be Romac Industries Style 202NS, or District approved equal.

B. For outlets 3-inches and larger, use a ductile iron tee with a flanged outlet.

2.05 TRACER WIRE

A. Use AWG No.14 stranded copper wire with high molecular weight polyethylene (HMW/PE) insulation specifically designed for direct burial in corrosive soil or water. Polyethylene insulation shall conform to ASTM D 1248, Type 3, Class C, Grade 5. Wires with cut or damaged insulation are not acceptable and replacement of the entire wire which has been damaged will be required at the Contractor's expense. Tracer wire shall be tested and verified by the City.

2.06 WARNING/IDENTIFICATION TAPE

A. Use marking tape consisting of one layer of aluminum foil laminated between two colored layers of inert plastic film. The lamination bond shall be strong enough that the layers can not be separated by hand. Tape shall be a minimum of 5 mils thick and 6-inches wide. Elongation shall be a minimum of 600%. Tape shall bear a continuous, printed message every 16 to 36-inches warning of the installation buried below. Tape shall be selected from the Approved Materials List.

PART 3 - EXECUTION

3.01 PRODUCT MARKING

Legibly mark pipe at 5-foot intervals to identify the nominal pipe size, OD base, PVC, dimension ratio number and pressure class, AWWA C900, manufacturer's name and production code, and the seal of the testing agency that verified the suitability of the material for potable water service.

3.02 DELIVERY AND TEMPORARY STORAGE OF PIPE

A. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the City or engineer. B. Each pipe shipment should be inspected prior to unloading to see if the load has

TP-76 TECHNICAL PROVISIONS shifted or otherwise been damaged. Notify City or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. C. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier’s guidelines shall be followed. D. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. E. During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. F. If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to ensure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. G. The decision of the Engineering Manager shall be final as to the acceptability of the pipe to be installed.

3.03 HANDLING OF PIPE

A. Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the City or engineer. B. Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the City or engineer. C. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. D. Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. E. If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. F. Pipe shall be stored and stacked per the pipe manufacturer’s guidelines.

3.04 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE

At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean

TP-77 TECHNICAL PROVISIONS and sanitary condition until its acceptance by the City.

3.05 PIPE LAYOUT FOR STRAIGHT AND CURVED ALIGNMENTS

A. Pipe layout and bending radii shall be in conformance with manufacturer’s requirements.

3.06 INSTALLING PIPE IN TRENCH

A. See Standard Specification Section 306 for trenching, backfilling and compacting.

B. Inspect each pipe and fitting before lowering into the trench. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying.

C. Handle pipe in a manner to avoid any damage to the pipe. Do not drag pipe over the ground, drop it onto the ground, or drop objects on it. Do not drop or allow pipe to fall into trenches.

D. Laying tolerances for the installed pipe shall not vary greater than 0.3-foot horizontally, or greater than 0.25-foot vertically from the alignment and elevations shown on the Drawings.

E. Grade the bottom of the trench to the line and grade to which the pipe is to be laid, with allowance for pipe thickness. Remove hard spots that would prevent a uniform thickness of pipe base material (imported sand). Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of pipe handling slings.

F. At the location of fittings, dig fitting holes in the bottom of the trench and at the sides to permit visual inspection and to prevent the pipe from being supported by the fitting.

G. Keep the trench in a dewatered condition during pipelaying. Removal of water shall be in conformance with these specifications.

3.07 FUSION JOINTS A. GENERAL 1. FPVC pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier’s guidelines. 2. FPVC pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a) HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or

TP-78 TECHNICAL PROVISIONS contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier’s guidelines. b) CARRIAGE – Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c) GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d) DATA LOGGING DEVICE – An approved datalogging device with the current version of the pipe supplier’s recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: a) Pipe rollers shall be used for support of pipe to either side of the machine b) A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier’s recommendations. c) An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d) Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e) Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. B. JOINT RECORDING Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt-fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician’s joint report.

3.08 INSTALLING BURIED FITTINGS

A. The City Representative will inspect all fittings prior to installation for damage to the interior protective coatings. Patch damaged areas in the field with material similar to the original.

B. For mechanical joint fittings, clean the bell socket and the plain end of the pipe of all foreign material and dirt. Place the gland on the pipe spigot with the lip extension toward the plain end. Lubricate the pipe spigot and gasket. Use the same lubricant as supplied by the pipe manufacturer. Install the gasket on the pipe spigot with the narrow edge of the

TP-79 TECHNICAL PROVISIONS gasket toward the plain end. Insert the pipe into the bell socket and press the gasket firmly into the gasket recess. Keep the joint straight during assembly. Push the gland towards the socket and center it around the pipe with the gland lip against the gasket. Insert bolts and hand tighten nuts. Make joint deflection after assembly but before tightening bolts. Uniformly tighten bolts and nuts in a progressive diametrically opposite sequence, and torque nuts to 75 to 90-foot-pound with a calibrated torque wrench.

C. For push-on joint fittings, clean the bell ends of the fitting of all foreign material and dirt. Insert the gasket in the groove of the bell and make sure the gasket faces the correct direction. Feel that the gasket is completely and evenly seated in the groove. When pipe is cut in the field, bevel the plain end prior to installation. Lubricate the exposed gasket surface and the beveled pipe spigot with the same lubricant supplied by the pipe manufacturer. Insert the spigot into the bell and force it slowly into position. Keep the joint straight while pushing. Make joint deflection after the joint is assembled.

3.09 INSTALLING FLANGED JOINTS

A. Clean bolts, nuts and flange faces by wire brushing before installing gasket and adjoining flange. Coat bolt shafts with waterproof gear grease or primer for wax tape coating prior to insertion in flange bolt holes. Do not apply grease or primer to threads. Lubricate threads of bolts and nuts with oil or graphite prior to installation. Assemble all bolts and nuts in the flange, then uniformly tighten bolts and nuts in a progressive diametrically opposite sequence, and torque with a calibrated torque wrench. All clamping torque shall be applied to the nuts only.

B. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall or retighten the bolts and nuts, and retest the Joints. Joints shall be watertight. Replace galled, cracked, or distorted bolts and nuts.

3.10 INSTALLING SERVICE SADDLES

A. Place the service saddle on the pipe and hand tighten the nuts while positioning the saddle in its final location. Uniformly tighten the nuts in a progressive diametrically opposite sequence and torque with a calibrated torque wrench to the saddle manufacturer's recommended values.

B. Mount a tapping machine on the corporation stop to cut a hole in the pipe with a shell type cutter made specifically for PVC pipe. Do not use other devices or hand equipment to bore through the pipe wall.

3.11 INSTALLING POLYETHYLENE ENCASEMENT

Wrap buried service saddles, fittings and flanged joints with polyethylene material. Complete the wrap prior to placing concrete anchors, supports, or thrust blocks per these specifications. Repair polyethylene material damaged during construction.

3.12 INSTALLING TRACER WIRE

TP-80 TECHNICAL PROVISIONS Prior to backfill, install tracer wire on top of pipe and secure in place with 2-inch wide plastic adhesive tape at maximum 10-foot intervals. Run tracer wire continuously along pipe and terminate in adjacent valve boxes for buried assemblies or buried valves. Where buried splices occur, use an electrical splicing kit consisting of a split bolt connector, mold, and two part encapsulating epoxy resin such as Scotchcast, or City approved equal. Provide 24-inches of coiled wire at access points for attachment of pipe locating equipment. Each installed run of pipe shall be capable of being located using the tracer wire. Protect wire insulation from damage during installation and backfilling. Wire insulation that is broken, cut, or damaged shall be replaced.

3.13 INSTALLING WARNING/IDENTIFICATION TAPE

After the pipe zone and the first 12-inches in the trench zone have been backfilled and compacted, place the marking tape on the compacted backfill and center over the pipe. Run tape continuously along the trench and tie ends of tape together. Wrap marking tape around valve box extension pipes and continue along pipe.

3.14 PRESSURE TESTING AND DISINFECTION

See Specification Section 306-8.9 for pressure testing and disinfection requirements.

3.16 INSTALLATION ACCEPTANCE AND CLEANUP

C. The first several feet of FPVC pipe shall be inspected for damage. Depending on the gouging, abrading or damage witnessed the pipe may be accepted, de-rated, reinstalled, or abandoned as unusable per the contract documents. D. Following the installation, the project site shall be returned to a condition equal to or better than the pre-construction condition of the site. All excavations will be backfilled and compacted per the construction documents, and jurisdictional standards. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re-landscaped. E. Contractor shall verify that all utilities, structures, and sub-surface features within the envelope of possible impact of the bursting operation as determined for the project specific site conditions are sound.

END OF SECTION

TP-81