Loading...
HomeMy WebLinkAboutPlanes, Boats and Automobiles LTD; 2012-03-28; PWM12-42UTILCity of Carlsbad MINOR PUBLIC WORKS PROJECT CONTRACT Project Manager Clavton Dobbs Date Issued: March 28. 2012 (760) 438 2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 PWM12-42UTIL DESCRIPTION Labor, materials and equipment to do emergency repair/rehabilitation of three (3) sewer manholes located on Avenida Encinas ~ Asset ID numbers 35a-43, 35a-44 and 28c-9 ~ consisting of hydroblasting, mortaring and applying polyurethane epoxy. Contractor reqired to provide right-of-way permit CAL-OSHA requirements including confined space entry will be followed. Scope of work Exhibit "A" Attached specifications Exhibit "B" Project Manager: Phone No. Clavton Dobbs 760 438 2722 SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor PLANES. BOATS AND AUTOMOBILES. LTD. Name 800 Grand Ave. Suite A-9 Address Carlsbad CA 92008 City/State/Zip 760 729 7913 Telephone 760 729 7913 Fax E-Mail Address Revised 09/01/09 Name and Title^^MJ^erson Authorized to sign contracts. Sigriature yp Title Name Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 2 Rehabilitation of two (2) sewer manholes on Avenida Encinas asset number 35a-43, asset number 35a-44 $5,800.00 $5,800.00 2 1 Rehabilitation of one sewer manhole on Avenida Encinas Asset number 28c-9 $7,495.00 TOTAL $19,095.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless othenfl^ise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City resen/es the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive SUBMITTED BY: Planes, Boats and Automobiles. Ltd. Company/Business. Name 816826 e»&Name Authforized Signature Pnnted Narne and Title ' f\p(\i\ (Q-I^ Contractor's License Number _A Classification(s) 0[~1>I-^0I^ Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax l.D.#: Revised 09/01/09 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No NONE Total % Subcontracted: 0% Indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $30,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance bv: Clayton Dobbs (project manager) The Payment of Prevailing Wages Is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or syl^contractor from participating in contract bidding. Signature: Print Name: Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out ofthis agreement is San Diego County, California. Start Work: I agree to start within working days after receipt of Notice to Proceed. Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR: PLANES. BOATS AND AUTOMOBILES. LTD. (nanie of Contr^or) By : /I / (Wl ign here) CITY OF CARLSBAD a municipal corporation of the State of California: By: Utilities Director By (print name and title) / (e-mail address)) 5950 El Camino Real. Carlsbad CA 92008 (address) 760 598 0070 (telephone no.) (sign here) (prinj name and title) Ptx) A/cf<?aW/9-y (address) (city/state/zip) (telephone no.) (fax no.) (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: -6 Revised 09/01/09 Exhibit A Scope of work and locations • Obtain right-of-way permit • Install false bottoms to make sure that debris is captured and not allowed to enter sewer system • Under glass manhole walls and bench to remove loose and decomposing concrete with a minimum water pressure of 5000 psi. Capture remove and dispose of all resulting debris. • Apply grout to inside of sewer manholes to return them exactly to their original thickness, size and shape. • Apply Raven 405 epoxy coating completely covering entire inside of manhole. See attached specification for Raven epoxy coating application. • All men will be implementation work including its inspection shall comply with the attached specification from animal rehabilitation, "technical requirements and specifications forthe corrosion protection and rehabilitation of new and existing concrete/masonry wastewater structures" • Clean the entire area Locations • 6030 Avenida Encinas 35 a-43 & 35a-44 • 5800 Avenida Encinas 28 c-9 • See attached maps PROPOSAL TO: CLAYTON DOBBS KEVIN DOHERTY COMPANY; DATE: Cityof Catisbad 3,15.2012 FAX NUMBER! TOTAI, NO. OF' i>AGfiS INCLUDING COWR: PHONENUMBER: RE: KE-HAB TWO MANHOLES NOTES/ COimENTS,- SITE ADDRESS: Avenida Encinas, Carlsbod SCOPE QF WORIC: Rehab manholes 35A-43 and 35A-44 Hydro blast interior to remove contamination. Apply high early mortar to restore surface of manhole, and then apply 125 mils Raven 405 liner per manufacturers recommendations. Pull test and spark test while on site @ 12,500 volts and repair as needed. Right of way permits as required included. TOTAL LABOR & MATERIALS: $5,800 X 2 ^ $11,600 Thank You, Kevin Doherty 760.801,5238 soo GR^ND AVE. STE A-9 - CAKLSBAD - CA - P2008 1?U: 760.729,791^ FX,- 760.729.7$i3 LICENSE # SUS26 20/10 39yd ain VEd BQ'-Pl ZIQZ/91/EQ PBA LIMITED PROPOSAL TO: FROM: CLAYTON DOBBS KEVIN D COMPANY: DATE: CITYOFCARLSBAD 3-5-12 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: PHONE NUMBER: RE: 760-802-4773 Manhole by claim jumper NOTES/COMMENTS: SITE ADDRESS; manhole - 28-c9 SEWER Left tum lanes in front of claim jumper SCOPE: Hydro blast interior to remove contamination. Apply apply high early mortar to restore surface of manhole, and then apply 125 mils Raven 405 Uner per manufactures recommendations. Pull test and spark test while on site @, 12,500 volts and repair as needed. Traffic control and right of way permits as required included. TOTAL LABOR AND MATERIALS 7,495.00 ANY WATER REQUIRED TO BE SUPPLIED BY CITY Thank you Pbaltd Kevin Doherty 760-801-5238 800 GRAND AVE, STE A-9 - CARLSBAD - CA - 92001 PH: 760/729-5428 FX: 760/729-7917 LICENSE # 816826 IS Searches a Scale 1: 1,175.33 Map Content Q ^ Right-click a layer for more functions Active Layer: Sewer Access Hole • • atlasMaps • 0 IVlap Grid (4X) ^ 0 Sewer inventoryi^^turej .[Zl Eas'ement \ • 0 Contour 2005 • n] Sewer Clean Zones • • City Quadrant GO Searches Scale 1: 983.89 GO EXHIBIT B TECHNICAL REQUIREMENTS AND SPECIFICATIONS FOR THE CORROSION PROTECTION AND/OR REHABILITATION OF NEW AND EXISTING CONCRETE/MASONRY WASTEWATER STRUCTURES PART 1 GENERAL 1 1 SUMMARY . ^ . A This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for concrete and masonry wastewater structures as herein specified. B. Related Sections: Environmental, Health and Safety 1 2 REFERENCES , ^ ^. . , A. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. . B ASCE Manual No. 92 - Manuals and Reports on Engineering Practice, Manhole Inspection and Rehabilitation (2008 Update). C ASTM D638 - Tensile Properties of Plastics. D'. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. ^ . rM E ASTM D695 - Compressive Properties of Rigid Plastics. F' ASTM D1653 - Water Vapor Transmission of Organic Coating Films G. ASTM D4541 - Pull-off Strength of Coatings Using a Portable Adhesion Tester H. ASTM D7234 - Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Puli-Off Adhesion Testers. I. ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Appiied to Concrete Substrates. J ASTM D2584 - Volatile Matter Content. K ASTM D543 - Resistance of Plastics to Chemical Reagents. L.' ASTM D4258 - Standard Practice for Surface Cleaning Concrete for Coating . _.. ^ ^ M ASTM D4259 - Standard Practice for Abrading Concrete N' ASTM. C109 - Compressive Strength Hydraulic Cement Mortars, o'. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. P ICRI Technical Guideline No. 03732 - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. ^ ^ . 0 SSPC SP-13/NACE No. 6 - Surface Preparation of Concrete. R." SSPWC 210-2.3.3 & 211-2 - Chemical Resistance Test (Pickle Jar Test). , ^. S SSPWC 500-2 - Manhole and Structure Rehabilitation. T." ASCE - The published Manuals and Reports on Engineering Practices of the American Society of Civil Engineers VerlO.6 7/15/10 Pagel of 11 U. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. v. ICRI - The published standards of the International Concrete Repair Institiute, Des Plaines, IL. W. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. X. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. Y. Los Angeles County Sanitation District - Evaluation of Protective Coatings for Concrete (otherwise known as the ''Redner Test"). Z. SSPWC - Standard Specifications for Public Works Construction (otherwise known as "The Greenbook"). 1.3 SUBMITTALS A. Product Data: 1. Technical data sheet for each repair and coating product to be used; including application, cure time,surface preparation procedures and certification from coating product manufacturer as to the compatibility ofthe repair material(s) and coating system. 2. Material Safety Data Sheet (MSDS) for each product to be used. 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. Coating product physical properties shall be substatiated through submittal of testing results as documented by an accredited third party laboratory and shall be representative of the actual field applied product including cure mechanism(s) as to be employed in the field. 4. Five (5) references of manufacturer indicating successful coating system performance greater than five (5) years in age of the submitted coating product(s) within the municipal wastewater environment. B. Contractor Data: 1. Current documentation from repair and coating product manufacturer(s) certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein (Section 1.4). 2. Five (5) references of Contractor indicating successful coating system installation performance greater than five years In age of coating product(s) ofthe same material type as specified herein, applied by spray application within the municipal wastewater environment. 3. Documentation of requirements of Section 1.6 B & C. 1.4 QUALITY ASSURANCE A. Coating and repair products(s) shall be produced by a single manufacturer including recommended underlayment, filler compounds, base coat and top coat materials to ensure material compatibility. B, Coating and repair product(s) shall be capable of being installed and curing properly within the specified environment(s); specifically within environmental conditions of a typical sanitary sewer. Coating product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems. Ver10.6 7/15/10 Page 2 of 11 C. Coating and Repair product(s) shall be fully compatible; including ability to bond effectively (as tested for in Section 3.5 C.) to each other and/or the host substrate, forming a composite system. D. Contractor shall utilize equipment for the application of the coating and repair product(s) which has been approved by the product manufacturer; and Contractor shall have received training on the operation and maintenance of said equipment from the product manufacturer. Written certification of such approval(s) and training shall be submitted by the coating and repair product manufacturer(s). E. Contractor and contractor personnel shall be certified by, or have their training approved and certified by, the coating and repair product(s) manufacturer(s) for the handling, mixing, application and inspection of the product(s) to be used as specified herein. Written certification of such training shall be submitted by the coating and repair product manufacturer(s) and shall include the individual contractor personnel to be employed on the project. F. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable ofthe proper use, preparation and installation ofthe product(s) to be used as specified herein. G. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE, SSPC, ICRI or other standards as referenced herein. H. Pre-construction meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. 1.5 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Coating and repair materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. All materials are to be handled according to their material safety data sheets. 1.6 SITE CONDITIONS A. Contractor shali conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. C. Flow diversion and/or bypass plans shall be submitted by Contractor to Owner as necessary to perform the specified work. 1.7 WARRANTY A. Contractor shall warrant all work against defects in materiais and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Contractor shail, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said Verl 0.6 7/15/10 Page 3 of 11 one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. B. Coating and repair product supplier(s) shall warrant all coating materials for a period of one (1) year from the date of final acceptance, unless otherwise noted, to be free of manufacturing defects; and products will meet current published physical properties when applied and tested in accordance with the manufacturer's standards. If, within said one (1) year period, any product does not meet the physical properties or is defective in manufacture the manufacturer will either replace the defective product or refund the purchase price. PART 2 PRODUCTS 2.1 EXISTING PRODUCTS ... A. Standard Portland cement or new concrete must cured a mmimum of 28 days prior to application of the coating product(s) or surfaces must be prepared and coating materials applied according to the coating product manufacturer's recommendations for such conditions. B. Remove existing coatings prior to application of the coating product(s) which may affect the performance and adhesion of the coating product(s). ^ ^ . ... C. Thoroughly clean and prepare existing products to effect a seal with and promote the adhesion ofthe coating product(s). 2.2 REPAIR PRODUCTS , , A. Repair products shall be used to fill voids or bugholes, smooth transitions between components, replace lost motar in masonry structures, smooth rough surfaces, rebuild severely deteriorated substrates and/or to remediate infiltration prior to theinstallation ofthe coating product(s). . , \ 1. Repair materials must be supplied by the coating product(s) manufacturer or shall be expressly approved by the coating product(s) manufacturer in writing for compatible with the specified coating product(s). 2. All materials shall be mixed, applied and cured in accordance with the manufacturer's recommendations. 3. Repair product physical properties shall be substatiated through submittal of accredited third party testing results and shall be representative ofthe actual field applied product and cure mechanism(s) to be employed in the field. B. 100% solids, solvent-free epoxy grout; specifically the specified coating product(s) (Section 2.3 C.) enhanced with Raven 200 polyolefin fiber filler or other approved aggregate. C. Factory blended, rapid setting, high-early strength, non-shrink, calcium aluminate repair mortar to be trowel or pneumatically spray applied to the entire surface. 1. Manufacturer: Raven Lining Systems, James Dugger, Broken Arrow, Oklahoma 800-324-2810 or 918-6150-140 fax. 2. Product: Raven 705CA Cement Mortar having the following characteristics: a. Product Type: Calcium aluminate mortar b. Tensile Strength, psi (ASTM C496):>685 Verl 0.6 7/15/10 Page 4 of 11 c. Compressive Strength, psi (ASTM C109): >9,200 @ 28 days d. Flexural Strength, psi (ASTM C293): >1,650 e. Shrinkage @ 90% R. H., % (ASTM C596): 0 f. Adhesion to Concrete, psi (ASTM C882): >4,000 psi g. Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage h. Density of wet mix: 129 - 139 lbs./ft^ i. Applied Density: 135 lbs/ft^ (+/- 5 Ibs). D. Factory blended, non-shrink, hydraulic cement to be used for infiltration remediation. 1. Manufacturer: Asappllcable 2. Product: Raven 715 Hydraulic cement having the following characteristics: a. Product Type: Hydraulic cement b. Compressive Strength, psi (ASTM C109): > 1,000 @ 1 hour, >2500 psi @ 24 hours c. Pull Out Strength, (ASTM C234): 14,000 pounds d. Sulfate Resistance 2,000 ppm ( ASTM C267 15 cycles) no weight loss e. Freeze/Thaw (ASTM C666 100 cycles) no visible damage f. Shrinkage @ 90% R. H., % (ASTM C596): 0 2.3 COATING PRODUCTS A. Coating product shall be applied to all interior surfaces to protect the host substrate and repair materials from all forms of chemical or bacteriological attack typically found in municipal sanitary sewer systems and to impart a degree of structural enhancement. B. Coating product physical properties shall be substatiated through submittal of accredited third party testing results and shall be representative ofthe actual field applied product and cure mechanism(s) to be employed in the field. C. 100% Solids, Solvent-Free, Ultra-High Build Epoxy Coating to be spray applied to all interior surfaces of exposed concrete above the springline or as otherwise detailed. 1. Manufacturer: Raven Lining Systems, James Dugger, Broken Arrow, Oklahoma 800-324-2810 or 918-6150-140 fax. 2. Product: Raven 405 - 100% solids, solvent-free ultra high-build epoxy system exhibiting the foliowing characteristics: a. Product Type: amine cured epoxy b. VOC Content (ASTM D2584): 0% c. Compressive Strength, psi (ASTM D695): 18,000 (minimum) d. Tensile Strength, psi (ASTM D638): 7,500 (minimum) e. Flexural Modulus, psi (ASTM D790): 700,000 (minimum) f. Adhesion to Concrete, psi/mode of failure (ASTM D4541/7234): 200 psi (minimum) with substrate (concrete) failure g. Chemical Resistance (ASTM D543/G20) immersionservice for: 2.3.C.2.g.l. Municipal sanitary sewer environment 2.3.C.2.g.2. Sulfuric acid, 30% 2.3.C.2.g,3. Sodium hydroxide, 10% h. Successful Pass: Sanitation District of L.A. County Coating Evaulation Study and SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test) D. 100% Solids, Solvent-Free, Ultra-High Build Epoxy Coating to be manually or spray applied to interior surfaces of exposed concrete below the typical flow line; specifically deisgned for accelerated cure Verl 0.6 7/15/10 Page 5 of 11 and suitable for release of flow in less than 45 minutes at normal service temperatures or as otherwise detailed. 1. Manufacturer: Raven Lining Systems, James Dugger, Broken Arrow, Oklahoma 800-324-2810 or 918-6150-140 fax. 2.4 PRODUCT APPLICATION EQUIPMENT A. Cementitious repair products for spot repair may be mixed and applied using hand and/or power tools B. Cemetitious repair products to be spray applied shall be mixed and applied using manufacturer approved batch mixing and low velocity spray devices. C. Coating product primer may be applied using hand tools or other convention/airless spray application device(s). D. Coating product to be spray applied shall be mixed and applied using manufacturer approved heated plural component spray equipment. E. Coating product application to hard to reach areasor for touch-up may be performed using hand tools. PART 3 EXECUTION 3.1 EXAMINATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to Contractor. C. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing coating installation. Should earlier coating be required, coating product manufacturer shall recommend specifications including appropriate cure assessment testing and use of speciality primers and sealers such as Raven 155. D. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the manufacturer. E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. F. Specified surfaces should be shielded to avoid exposure of direct sunlight, other intense heat source or, where cementitous products are employed, excessive ventilation. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. G. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 3.2 REPAIRS AND SURFACE PREPARATION A. Excessive debris, sediment, root intrusion or other foreign materails which may impact the effectiveness ofthe surface preparation process shall be removed prior to the commencement thereof. B. Offset sturctural componets, lids, covers, frames, etc. shall be repaired, replaced or reset prior to the commencement of surface preparation. Verl 0.6 7/15/10 Page 6 of 11 C. External soil/fill voids shall be remediated and/or stabilized by replacement or injection of stabilizing grout as determined appropriate by the engineer. D. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shali be removed in accordance with SSPC-SP 1. E. Choice of surface preparation method(s) should be based upon the condition ofthe structure and concrete or masonry surface, potential contaminants present, access to perform work, and the required cleanliness and profile ofthe prepared surface to receive the repair and/or coating product(s). F. Surface preparation method, or combination of methods, that may be used include high-pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water cleaning and others as referenced in industry accepted standards such as: 1. NACE No. 6/SSPC SP-13 Surface Preparation of Concrete, 2. ASTM ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coating and ASTM-D-4259 Standard Practice for Abrading Concrete, 3. ICRI Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. 4. NACE/SSPC Standards for the surface preparation of steel. G. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound, clean and neutralized surface suitable for the specified coating product(s). 1. Resulting surface profile ofthe prepared concrete substrate shall be (as described in ICRI Technical Guideline No. 03732): a. For appliction of cementitious materials; at least a CSP2 b. For application of coating products: at least a CSP4. 2. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains, a. In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12. Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level. 3. Steel surfaces to be coated shall be abrasive blast cleaned. a. Blast air shall be free of oil and water. b. Abrasive shall be as required to produce the specified level of cleanliness and profile in an efficienet and uniform manner. Abrasive shall not be recycled. c. Abrasive blasting shall not be performed when the air or steel temperature is below 40 deg F, when the relative humidity exceeds 80%, or when the steel is less than 5 deg F warmer than the dewpoint. The Contractor will provide dehumidification, and/or temperature control as necessary to meet these conditions. d. Blast cleaning shall be in accordance with SSPC-SP 5, White Metal Blast Cleaning for immersion service of the coated areas. Blast cleaning for other surfaces shall be in accordance with Verl 0.6 7/15/10 Page 7 of 11 SSPC-SP 10, Near White Blast Cleaning. Anchor profile shall be 2.5-5.0 mil and relative to the coating thickness specified. e. Alternatively, surfaces to be recoated may be cleaned according to NACE No. 5/SSPC-SP 12 Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating. 3.2.G.3.e.1. Preparation shall be to NACE No. 5/SSPC-SP 12, WJ- 1, Clean to Bare Substrate using a minimum of High- Pressure Waterjetting (10,000 psi-30,000 psi). 3.2.G.3.e.2. Waterjetting does not produce an etch or profile of the magnitude currently recognized by the coatings industry. Rather, it exposes the original abrasive-blasted surface profile if one exists. An anchor profile of at least 2.5 mils is required to be exposed. If sufficient profile does not exist, abrasive blasting shall be performed as specified in section 3.2 D. 3.2.G.S.e.3. At the time of the recoating, the amount of flash rust shall be no greater than "No Flash Rust" as defined in NACE N0.5/SSPC-SP 12. 3.2.G.S.e.4. If inhibitors are to be used with the standard jetting water, the coatings manufacturer shall be consulted to ensure the compatibility of inhibitors with the coatings. H. Prior to the application of the coating product repairs shall be completed to ensure the following: 1. Ail inflow and infiltration shall be eliminated by use of appropriate repair material(s), such as hydraulic cements and/or chemical grouts as described in Section 2.2. 2. All repairs to joints, pipe seals, steps, mechanical penetrations, benches, inverts, pipes or other opertuences to be coated shall be completed and repaired surfaces prepared according to this section. a. Benches or other horizontal surfaces shall have adequate slope (1" rise per lineal foot minimum) to minimize the retention of debris following surcharge. b. Inverts or flow channels shall be smooth without lips, rough edges or other features which may cause debris to collect; contoured to minimze turbulent flow; and be sloped to promote adequate flow from the inlet(s) to the outlet pipe. c. All joints, pipe seals, steps or other penetrations shall be sealed against inflow, infiltration and exfiltration and be adequately filled, smoothed and contured to promote monolithic coating application. I. Areas where reinforcing steel has been exposed shall be repaired in accordance with the Project Engineer's recommendations or at the minimum all exposed steel shall be prepared in accordance with Section 3.2 prior to coating with the coating product specified or other approved primer as specified by the coating product manufacturer. 3.3 APPLICATION OF REPAIR AND RESURFACING PRODUCTS A. Repair products as per section 2.2 D shall be used to fill voids, bugholes, ahd other surface defects which may affect the performance or adhesion of the coating product(s). B. Repair products as per section 2.2 C and/or D shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the coating product(s) to be applied. Ver10.6 7/15/10 Page 8 of 11 These products shall be installed to Vi!' minimum thickness or as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. C. Repair products as per section 2.2 F and/or G shall be used to remediate all active inflow, infiltration and/or external soil/fill voids. D. All Repair products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. E. All repaired or resurfaced substrates shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application as per section 3.2. 3.4 APPLICATION OF COATING PRODUCT(S) A. Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods. B. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order. C. Contractors qualified in accordance with Section 1.4 of these specifications shall perform all aspects of coating product(s) installation. D. Prepared surfaces shall be coated via spray application of the coating product(s) described herein unless otherwise recommended by the coating product manufacturer. E. Coating thickness shall be in relation to the profile of the surface to be coated as recommended by the coating product manufacturer. F. In all cases the coating product(s) shall be applied to a minimum dry film thickness of 120 mils to surface profiles of CSP-4 to CSP-5 or 150 mils minimum DFT to surface profiles of CSP-6 or greater.Subsequent topcoating or additional coats ofthe coating product(s) shall occur within the product's recoat window or 24 hours which ever is less. Additional surface preparation procedures will be required if this recoat window is exceeded. G. For resistance to ground water head pressure the coating shall be a minimum of 120 mils for depths up to 15' and 150 mils minimum for depths from 15' to 80'. For depths greater than 80' consult the coating manufacuter for recommendations. H. Coating product(s) shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. I. Procedures and materials necessary to effect the interface between dissimilar materials and the coating product shall be as recommended by the coating product(s) manufacturer. J. Termination points ofthe coating product(s) shall be made at the manhole frame and chimney joint (or other manway as is present), 1" below normal flow levels at the bench or within the invert [unless invert is specified to receive coating], and a minimum of 1" interfacing within each pipe penetration. K. Sewage flow shall be stopped, bypassed or diverted as necessary for application of the coating product(s) to the invert and interface with pipe materials. Verl 0.6 7/15/10 Page 9 of 11 3.5 TESTING AND INSPECTION A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. B. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection ofthe substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates or ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. 1. Test voltage shall be a minimum of 100 volts per mil of coating system tiiickness. 2. Detection ofa known or induced tioiiday in tiie coaitng product shail be confirmed to ensure proper operation of the test unit. 3. All areas repaired shall be retested follwing cure ofthe repair materiai (s). 4. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted and ail possbile holidays shaii be marked and repaired as described above. 5. Documentation of areas tested, equipment employed, results and repairs made shall be submitted to the Owner/Engineer by Contractor. C. Adhesion of the coating system to the substrate shall be confirmed in a minimum of 10% of the manholes coated, or for large structures once every 1000 square feet of coated area. Testing shall be conducted in accordance with ASTM D7234 Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers.Owner's representative shall select the manholes or areas to be tested. 1. For each test manhole a minimum of three 20 mm dollies shall be affixed to the coated surface; one at the cone area, one at the mid section and one near the bottom of the structure. 2. For larger structures a minimum of three 20 mm dollies shall be affixed to the coated surface at random locations within each 1000 square foot area or as otherwise agreeded upon. 3. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of at least twice the anticipated failure point (generally at least 1000 psi) and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately cleaned and prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non-test and require retesting. 4. Prior to performing the pull test, the coating shall be scored to the substrate, or within 10 mils of the substrate surface, by mechanical means without disturbing the dolly or coating system bond within the test area. Verl 0.6 7/15/10 Page 10 of 11 Verl 0.6 7/15/10 Page 11 of 11