Loading...
HomeMy WebLinkAboutPlanes, Boats and Automobiles LTD; 2014-07-31; PWM15-03TRANPWM15-03TRAN CITY,OF CARLSBAD MINOR PUBLIC WORKS CONTRACT LINDEN TERRACE STORM DRAIN OUTFALL IMPROVEMENTS CONTRACT NO. 66021 This agreement is made on the ^ day of -{Tf^A/ , 2014, by the City of Carlsbad, California, a municipal corporation, (herefnafte/called "City"), and Planes, Boats and Automobiles, a limited liability company, whose principal place of business is 800 Grand Avenue, Suite A- 9, Carlsbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Sherri Howard (City Project Manager). PREVAILING WAGES 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. Contractor 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 ofCarlsbad 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. LINDEN TERRACE STORM DRAIN Page 1 of 5 City Attorney Approved 2/7/13 OUTFALL IMPROVEMENTS CONT. NO. 66021 PWM15-03TRAN Contractor hereby acknowledges that the filing of a false claim may subject 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 subcontractor frclTKDartioioating in contract bidding. Signature: 0 KUXAS>. (td (^-^^ Print Name: Ke^tk^ U^Ker-iy \lf ScK. REQUIRED 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 clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City ofCarlsbad as an 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, daniages, injury and liabiiity, 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. JURISDICTION, The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within fifteen (15) working days after receipt of Notice to Proceed. LINDEN TERRACE STORM DRAIN Page 2 of 5 City Attorney Approved 2/7/13 OUTFALL IMPROVEMENTS CONT. NO. 66021 PWM15-03TRAN CONTRACTOR'S INFORMATION. PLANES, BOATS AND AUTOMOBILES (PBA) (name of Contractor) (Contractor's license number) 816826 (license class, and exp. date) A, B Expires 1-31-15 800 GRAND AVENUE, STE. A-9 (street address) CARLSBAD, CA 92008 (city/state/zip) 760 801 5238 (telephone no.) 760 729 7913 (fax no.) pbaltd@gmail.com (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR PLANES, BOATS AND AUTOMOBILES, a limited liability company By: CITY OF CARLSBAD, a municipal corporation of the State of Caiifornia (sign here) Kevin Doherty, Vice President (print name/title) It City Monagor, Deputy City Manager .or Department prector. as authorized by the City Manager Jim Howell By: (sign here) Ray Files, President (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: CELIA A. BREWER, City Attoiyey BY: "^L^nt^il City Attorne; LINDEN TERRACE STORM DRAIN OUTFALL IMPROVEMENTS CONT. NO. 66021 Page 3 of 5 City Attorney Approved 2/7/13 PWM15-03TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR 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 Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project 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 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." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract Total % Subcontracted: LINDEN TERRACE STORM DRAIN OUTFALL IMPROVEMENTS CONT. NO. 66021 Page 4 of 5 City Attorney Approved 2/7/13 PWM15-03TRAN EXHIBIT B LINDEN TERRACE STORM DRAIN OUTFALL IMPROVEMENTS JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Removal of existing rip-rap, new class 11 backing, rehab CMU wall with protective coating, mortar caps, new concrete spillway with low flow channel, connection to existing swale, new single swing qate, BMP's $15,650 TOTAL* $15,650 *lncludes taxes, fee's, expenses and ali other costs. LINDEN TERRACE STORM DRAIN OUTFALL IMPROVEMENTS CONT. NO. 66021 Page 5 of 5 City Attorney Approved 2/7/13 PROPOSAL TO: Sherry Howard FROM: KEVIN DOHERTY CityofC-Bad DATE: 6.24.14 r-AX NUMBER: TcrrAi. NO. OF PAC;E.S INCLUDINC; COVER: PHONE NUMBER: RE: Project # 6602 - Linden Terrace • URGENT • FOR Ri'VIEW • PLliASE COMMENT • PLEASIC RI'PLY • PLICASE RBCYCLl-; NOTIiS/COMMENTS: SITE: 7309 Linden Terrace - Storm outfall Improvements SCOPE OF WORK: - Remove existing roclcs - Remove to 12" of native soil & re-compact - Rehabilitate existing CMU walls with sica 107 and mortar cap - Saw cut existing swale at required elevation - Construct concrete flat work to plans - Replace existing rocks - Install service access gate on south side TOTAL LABOR & MATER/ALS = $ 15,650.00 (Water by city, permits by city, vegetation cleanout by city) iRanllfYbti, 1(fvin(Dolierly 760.801.5238 800 GRAND AVE, STE A-9 - CARLSBAD - CA. 9200? PH: 760/729-7913 FX: 760/729-7913 LICENSE # 816826 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEIVIENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. Masonry wall cap mortar shall meet the requirements specified under technical specification Section 040513 Vertical Overhead Repair Mortar. All masonry walls shall receive a polymer-modified Portland cement finish protective coating as specified in Section 09880 Protective Coatings. Revised 11/24/10 Contract No. 6602 Page 1 of 7 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of cleanng and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless othenwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-11 STONEWORK FOR EROSION CONTROL. 300-11.4 Payment. Delete and replace as follows: Rock protection will be paid for at the lump sum contract Price Bid for the project, complete and in place, in accordance with the details and requirements of the plans and specifications. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Tier 1 Storm Water Pollution Revised 11/24/10 Contract No. 6602 Page 2 of 7 Prevention Plan, hereafter referred to as the "SWPPP," The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required Tier 1 SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance ofthe SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. A ^¥ Revised 11/24/10 Contract No. 6602 Page 3 of 7 The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. Add the following section: 303-1.9.5 Surface Finish for Concrete Spillway. The Contractor shall provide a surface finish for concrete spillway to prevent the use of rollerblades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer. A Revised 11 /24/10 Contract No. 6602 Page 4 of 7 APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX 063r rGsidsnt* As a part of the City of Carlsbad's ongoing program to maintain its drainage systems, the storm drain outfall behind your home will be retrofitted. This construction may require some access through your property and storage of materials in the street. Construction is scheduled TUE. WED. XX/XX/XX THU. FRI. to occur: MON. DATE: from 7:00A.M. to 5:00 P.M. ABC is the Contractor that will be performing the construction activities for the city and you may call them at the above phone number if you have any questions regarding the project If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Revised 11/24/10 Contract No. 6602 Page 5 of 7 APPENDIX "B" SUPPLEMENTAL TECHNICAL SPECIFICATIONS Section 04 05 13 Vertical Overhead Repair Mortar Division 9 - Finishes section 09880 Protective Coatings ' Revised 11 /24/10 Contract No. 6602 Page 6 of 7 SECTION 04 05 13 Veitical Overhead Repair Mortar PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. This Specification shall be read as a whole by all parties concerned. Each Section may contain more or less the compiete Work of any trade. The Contractor is solely responsible to make clear to the Subcontractors the extent of their Work and coordinate overlapping Work. Prior to each use of any Sika product, the Contractor must always read and foiiow the warnings and instructions on the product's most current Technical Data Sheet, product label and Material Safety Data Sheet which are available at www.sikausa.com or by calling (800) 933-7452. Nothing contained in any Sika materials relieves the Contractor of the obligation to read and follow the warnings and instructions for each Sika product as set forth in the current Technical Data Sheet, product label and Material Safety Data Sheet prior to product use. 1.02 SYSTEM DESCRIPTION A, This specification describes the patching of interior and/or exterior vertical and overhead surfaces with a rapid setting portland cement mortar. 1.03 RELATED SECTIONS A. Masonry Mortaring: Section 04 05 13 1.04 REFERENCES A. The following standards are applicable to this section: (ASTM C496) Splitting Tensile Strength (ASTM C109) Compressive Strength (ASTM C293) Flexural Strength (ASTM C882) Slant Shear Bond Strength (ASTM C157) Volume Change (ICRI No. 210.3) Direct Tensile Bond Strength 1.05 QUALITY ASSURANCE A. Manufacturing qualifications: The manufacturer of the spedfied product shall be ISO 9001 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis. B. Contractor qualifications: Contractor shall be qualified in the field of concrete repair and protection with a successful track record of 5 years or more. Contractor shall maintain qualified personnel who have received product training by a manufacturer's representative. C. Store and apply materials in accordance with all safety requirements, taking into consideration weather conditions, as specified by manufacturer or as modified by applicable rules and regulations of authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations. 1.06 DELIVERY, STORAGE AND HANDLING A. All materials must be delivered in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. Damaged material or unsealed pails must be removed from the site immediately. B. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. C. Store and handle the specified product as recommended by the manufacturer. 1.07 JOB CONDITIONS A. Environmental Conditions: Do not apply material if it is raining or snowing or if such conditions appear to be imminent. Minimum application temperature 40°F (S^C) and rising. B. Protection: Precautions should be taken to avoid damage to packaging 7309 UNDEN TERRACE SECTION 04 0513 VERTICAL OVERHEAD REPAIR MORTAR STORM DRAIN OUTFALL IMPROVEMENTS 1.08 SUBMITTALS A. Submit two copies of manufacturer's actual literature including: Product Data Sheets and appropriate Material Safety Data Sheets (MSDS). 1.09 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of one (1) year, beginning with date of substantial completion ofthe project PART 2 - PRODUCTS 2.01 MANUFACTURER A. SikaQuick® VOH, as proposed by Sika Corporation, Is considered to conform to the requirements of this specification. 2.02 MATERIAL A. Vertical Overhead Repair Moratr shall be SikaQuick VOH, fast setting, cementitious repair mortar manufactured by Sika Corp B. The material shall be high build mortar made with a specialty cement blend C. The material shall be a one-component repair materal manufactured by Sika Corporation 2.03 PERFORMANCE CRITERIA A. Typical Properties of the cementitious repair mortar: 1. Aspect: Powder 2. Colour: concrete grey 4. Mixing Ratio: 6 - 6.5 pints/unit 5. Comply with the following test methods: a. Splitting Tensile Strength 300 psi (1 day) b. Compressive Strength > 1000 psi (3 hrs) c. Flexural Strength 400 psi (1 day) d. Direct Tensile Bond Strength substrate faiiure e. Expansion <0.05% f. Shrinkage <0.05% PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Areas to be repaired must be clean, sound, and free of contaminants. All loose and deteriorated concrete shall be removed by mechanical means. Mechanically prepare the concrete substrate to obtain a surface profile of +/- 1/8" (CSP 6 or greater as per ICRI Guidelines) with a new exposed aggregate surface. Area to be patched shall not be less than 1/4" in depth. B. Where reinforcing steel with active corrosion is encountered, sandblast the steel to a white metal finish to remove all contaminants and rust. Where corrosion has occuired due to the presence of chlorides, the steel shall be high pressure washed after mechanical deaning. Prime steei with 2 coats of Sika Armatec 110 EpoCem as directed by manufacturer. (See Spec Component SC-201-0699) 3.02 MIXING AND APPLICATION A. Mechanically mix in appropriate sized mortar mixer or with a Sika jiffy paddle and low speed (400-600 rpm) drill. Pour approximately 5 pints of water into the mixing container. Add the powder while continuing to mix. Mix to a uniform consistency for a maximum of three minutes. Add up to another Vz pint of water to mix If a greater flow is desired. Should smaller quantities be needed, be sure the proper water/powder ratio Is maintained and that the dry material is uniformly blended before mixing the components together. Mix oniy that amount of material that can be placed in 30 minutes. Do not retemper material. B. Mixing of the rapid-setting portland cement concrete: Pour 5 to 5 1/2 pints of water into the mixing container. Add the powder while continuing to mix. Add correct amount ofthe pre- approved coarse aggregate, and continue mixing to a uniform consistency. Mixing time shouid be 3 minutes maximum. 7309 UNDEN TERRACE SECnON04 05 13 VERTICAL OVERHEAD REPAIR MORTAR STORM DRAIN OUTFALL IMPROVEMENTS C. Placement Procedure: At the time of application, the substrate should be saturated surface dry with no standing water. Mortar and/or concrete must be scrubbed into substrate filling all pores and voids. While the scrub coat is still plastic, force material against the edge of the repair, working toward the center. After filling, consolidate, then screed. Allow mortar or concrete to set to desired stiffness, then finish with a trowel for a smooth surface. Broom or burlap drag for rough surface. Areas where the depth of the repair is less than 2-inches over head and 3-inches vertical shall be repaired with one lift ofthe rapid setting portland cement mortar. Areas that exceed these depths must be repaired with multiple lifts. D. As per ACI recommendations for portland cement concrete, curing is required. Moist cure with wet burlap and polyethylene, a fine mist of water or a water-based* compatible curing compound. Moist curing should commence immediately after finishing and continue for 48 hours. Protect newly applied material from rain, sun, and wind until compressive strength Is 70% of the 28-day compressive strength. To prevent from freezing cover with insulating material. Setting time Is dependent on temperature and humidity. •Pretesting of curing compound is recommended. E. Adhere to all procedures, limitations and cautions for this product in the manufacturers current printed technical data sheet and literature. 3.03 CLEANING . . A. The uncured material can be deaned from tools with water. The cured cement mortar can only be removed mechanically. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. END OF SECTION 7309 UNDEN TERRACE SEOION 04 0513 VERTICAL OVERHEAD REPAIR MORTAR STORM DRAIN OUTFALL IMPROVEMENTS Component: SC-202-0501 CONCRETE _ SikaTop Seal 107 BESTOBATION SYSTEMS DIVISION 9-FINISHES Section 09880 Protective Coatings Part 1 - General I.Ol Summary A. This specification describes tlie coating of substrates with a non-vapor barrier, protective waterproofing, polymer- modified, Portland cement slurry. L02 Quality Assurance A. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis. B. Contractor qualifications: Contractor shalt be qualified in the field of concrete repair and protection with a successful track record of 5 years or more. Contractor shall maintain qualified personnel who have receivced product training by manufacturer's representative C. Install materials in accordance with all safety and weather conditions required by manu&cturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations. 1.03 Delivery, Storage, and Handling A. All materials must be delivered in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. Damaged material must be removed irom the site immediately. B. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. C. Condition the specified product as recommended by the manufacturer. 1.04 Job Conditions A. Environmental Conditions: Do not apply material if it is raining or snowing or if such conditions appear to be imminent. Minimum application temperature 40°? (5°C) and rising. B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified material. 1.05 Submittals A. Submit two copies of manufacturer's literature, to Include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submit copy of Certificate of Approved Contractor status by manufacturer. 1.06 Warranty A. Provide a written warranty from the manufacturer against defects of materials for a period of one (I) years, beginning with date of substantial completion of the project. Part 2 - Products 2.01 Manufacturer A. SikaTop Seal 107, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. 2.02 Materials A. Polymer-modified portland cement coating: Component "A" shall be a liquid polymer emulsion of an aciylic co-polymer base and additives. Component "B" shaii be a blend of selected portiandcements, specially graded aggregates, and admixtures to control setting time and workablity. The ratio of Componet A: Component B shall be: Slurry 1:4 by wieght Mortar 1:4.5 by wieght The material shall be non-combustible, either before or after cure. 2.03 Performance Criteria A. Properties of the mixed polymer-modified portland cement coating:: 1. Pot Life: Approx. 60 minutes at 68F Approx. 30 minutes at 86F 2. Color: gray or white B. Properties of the cured polymer-modified portland cement coating: 1. Tensile Strength (ASTM C-3D7) 28 days Type White 870 psi (6.0 Mpa) Type Gray 990 psi (6.8 Mpa) 2. Bond Strength (ACI 503R-30 Modified): Pull-off test 28 days 180psi (!.25N/mm^) 3. Moisture Vapor permeability (ASTM £96) 28 days 18 perms 4. Compressive Sfrength (ASTM D-695) at 28 days Type White 3000 psi (20.7 Mpa) Type Gray 3400 psi (23.4 Mpa) 5. Flexibilty (ASTM D522 Modified) Approximately 25% 6. Carbon Dioxide Diffusion Coefficient (UCO2) Approx. 35,000 equivalent to 6inches of concrete 7. Watertightness under Hydrostatic Pressure (DIN 1048 Mod.) Water Pressure Penetrated Water Water Absorption Feet (bar) grains (grams) srains (grams) Ft.^ * hours m^* hours 16 (0.5) 0 (0) 0 (0) 33 (1) 15 (1) 3 (2) 99 (3) 31 (3) 10 (7) Rendering mortars absorbing less than 91 grains/ft.^ * h (64 grams/m^ *h) are considered watertight. 8. The material shall not produce a vapor barrier. 9. The material meets the chemical requirements in accordance with ANSI/NSF Standard 61- potable water approval. 10. The material shall be thermally compatible with portland cement mortar and concrete. Note: Tests above were performed with the material and curing conditions @ 71''F- 7S''F and 4S-55%reJatlve humidity. Part 3 - Execution 3.01 Surface Preparation A. Substrate must be clean, sound, and free of surface contaminants. Remove dust, laitance, grease, oils, curing compounds, form release agents and all foreign particles by mechanical means. An open-textured, sandpaper-like substrate is ideal. Substrate shall be in accordance widi ICRI Guideline No. 03732 for coatings and fall within CSP4. All surfaces must be saturated surface dry (SSD), with no standing water at time of applicatton. 3.02 Mixing and Application A. Mixing: Under normal circumstances, full quantities of both components are mixed together, a slurry consistency will result. For a trowelable consistency use only 90% of component A. Mix in a clean container by slowly adding the powder component to the liquid component and mixing with a slow speed (400-600rpm) drill and mixing paddle. B. Coating Application: Apply trowel, notched trowel, stiff bristle brush, or spray equipment. Work material into the prepared substrates, filling all pores and voids. For brush grade: Apply first coat, with horizontal brush strokes and leave to harden (4 to 8 hours). Apply second coat with vertical brush stokes. For trowel consistency: Apply the first coat with a notched trowel and leave to harden (4 to 8 hours). Apply the second coat with a flat trowel. For spray application: Use a hopper gun spray equipment, textured sprayer (e.g. Texspray El 10c by Graco), or a rotor/stator pump equipment. Allow the first coat to harden (4 to 8 hours) prior to the application of the second coat. As soon as the mortar layer starts to set, a unifonn surface with a fine sponge or a plastic trowel. C. When applying the coating, never stop the application until the entire surface has been coated. Always stop application at an edge, comer, or joint. Never let a previously coated film dry; always coat into a wet film. Always appiy the coating at a 45° angle to an edge, comer, or joint. D. Adhere to all limitations and cautions fbr the polymer-modified cement coating in the manufacturer's printed literature. 3.03 Cleaning A. The uncured polmer-modified portland cement coating can be cleaned from tools with water. The cured polymer- modified Portland cement coating coating can only be removed mechanically. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. SC-202 SikaTop Seal 107 Waterproof Coating System 1. Substrate surface preparation shall provide a clean and sound surface with a finish profile of a CSP-1 to 4 as per ICRI Technical Guidlines 2. Pre-soak to provide saturated surface dry (SSD) substrate condition prior to applying coating material. 3. Apply 2-coats of SikaTop Seal 107 with a stifFbristled brush, broom, notched trowel, or "hopper type" spray equipment, (milage thickness per technical data sheet) Concrete Restoration Systems by Silta Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 APPENDIX "C" Plans DWG 400-3C Sheets 1-3 V Revised 11 /24/10 Contract No. 6602 LO I- z: > o cc a. i- O z s o. IT; OC O h-U to LU U < CH CH LU H Q cn o m (N o u LU —) O a: Q. 5 I UJ < Q < CO tn _i cc < Q: LU OC CD m iu III oc. p Z OC O < u < CO 10 u S o ^ oc < o oe < I lU Z X ^ :^ m 2 X uj b < Ui X 5^ U > CJ 1/1 O o rsl LU Z 3 -3' fi il iimlti iliil! 3 i i ill Hi M PI ill 5 SI ,11 ^9 If i III If lim iiliilifi ill 111 Um ml ml ml 1 III H LIP IIM Hfll In II i l! ! If It ;l P P pi 111 Ik IS III lllli ^1 I If ll f ill! Ill IP m m I I r sis i ii IH I il! i i I ill If I i liil if i I ! It I S II i i hi III § 1 i H i f .i ti li ^ mi