Loading...
HomeMy WebLinkAboutTruesdell Corporation of California Inc; 2009-08-19; PWS09-26ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOCtt 2010-0324044 JUN28, 2010 11:23 AM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER, COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on December 24, 2009. 6. The name of the contractor for such work or improvement is Truesdell Corporation of California, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Repair of Palomar Airport Road Bridge over Carlsbad Boulevard, Project No. 4700. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD "^Robert T. City Engin VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on /"VEXxo ^3 , 2010, accepted the above described work as completed and ordereatpt a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on (-VusiuL «?L3> 2010, at Carlsbad, California. CITY OF CARLSBAD 20,276 RESO.#2010-158 ZORRAljNE ifo/WOOD /City rk CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 BID NO. PWS09-26ENG ORevised 05/01/08 Contract No. 4700 RE-BID Page 1 of 98 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 17 Bidder's Bond to Accompany Proposal 18 Guide for Completing the "Designation Of Subcontractors" Form 20 Designation of Subcontractor and Amount of Subcontractor's Bid Items 22 Bidder's Statement of Technical Ability and Experience 23 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 24 Bidder's Statement Re Debarment :. 25 Bidder's Disclosure of Discipline Record 26 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 28 Contract Public Works 29 Labor and Materials Bond 35 Faithful Performance/Warranty Bond 37 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 39 oRevised 05/01/08 Contract No. 4700 RE-BID Page 2 of 98 Pages GENERAL PROVISIONS w*Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms ................................................................................................................... 42 1-2 Definitions ............................................................................................................ 43 1-3 Abbreviations ....................................................................................................... 47 1-4 Units of Measure .................................................................................................. 49 1-5 Symbols ............................................................................................................... 50 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ........................................................................ 51 2-2 Assignment .......................................................................................................... 51 2-3 Subcontracts ........................................................................................................ 51 2-4 Contract Bonds .................................................................................................... 52 2-5 Plans and Specifications ..................................................................................... 53 2-6 Work to be Done .................................................................................................. 57 2-7 Subsurface Data .................................................................................................. 57 2-8 Right-of-Way ........................................................................................................ 57 2-9 Surveying ............................................................................................................. 57 2-10 Authority of Board and Engineer ......................................................................... 58 2-11 Inspection ............................................................................................................. 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ............................................................... 59 3-2 Changes Initiated by the Agency ......................................................................... 59 3-3 Extra Work ........................................................................................................... 61 s*"""" 3-4 Changed Conditions ............................................................................................ 63 3-5 Disputed Work ......................................................................................... ............ 64 Section 4 Control of Materials 4-1 Materials and Workmanship ................................................................................ 67 4-2 Materials Transportation, Handling and Storage ................................................. 71 Section 5 Utilities 5-1 Location ............................................................................................................... 71 5-2 Protection ................................................................................ ! ............................ 72 5-3 Removal ............................................................................................................... 72 5-4 Relocation ............................................................................................................ 72 5-5 Delays .................................................................................................................. 73 5-6 Cooperation ......................................................................................................... 73 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ......................................... 74 6-2 Prosecution of Work ............................................................................................ 78 6-3 Suspension of Work ............................................................................................ 78 6-4 Default by Contractor.. ......................................................................................... 79 6-5 Termination of Contract ....................................................................................... 79 6-6 Delays and Extensions of Time ........................................................................... 79 6-7 Time of Completion ............................................................................................. 80 ,„*— 6-8 Completion, Acceptance, and Warranty .............................................................. 81 u 6-9 Liquidated Damages ............................................................................................ 81 6-10 Use of Improvement During Construction ........................................................... 81 Revised 05/01/08 Contract No. 4700 RE-BID Page 3 of 98 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 82 7-2 Labor 82 7-3 Liability Insurance 82 7-4 Workers' Compensation Insurance 83 7-5 Permits 83 7-6 The Contractor's Representative 84 7-7 Cooperation and Collateral Work 84 7-8 Project Site Maintenance 85 7-9 Protection and Restoration of Existing Improvements 86 7-10 Public Convenience and Safety 87 7-11 Patent Fees or Royalties 93 7-12 Advertising 93 7-13 Laws to be Observed 93 7-14 Antitrust Claims 94 Section 8 Facilities for Agency Personnel 8-1 General 94 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 94 9-2 Lump Sum Work 94 9-3 Payment 95 9-4 Bid Items 98 Appendix A Pictures of Missing Hardware Revised 05/01/08 Contract No. 4700 RE-BID Page 4 of 98 Pages TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01045 Cutting and Patching 01400 Quality Control 01530 Protection of Existing Facilities 01560 Environmental Protection 01600 Materials and Equipment 01630 Substitutions 01720 Record Documents DIVISION 02 - SITE WORK 02050 Demolition 02100 Site Preparation 02270 Erosion, Sedimentation, and Dust Control 02510 Asphalt Concrete Paving DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03251 Concrete Joints 03300 Cast-in-Place Concrete 03310 Bonding Agents for Concrete 03600 Grout 03700 Embedded Galvanic Anodes 03730 Concrete Rehabilitation (Forming and Scrubbing Applications) 03731 Concrete Rehabilitation (Scrubbed, Screeded and Floated Applications) 03732 Concrete Rehabilitation (Vertical or Overhead Scrubbed and Screeded Applications) 03930 Epoxy-lnjected Crack Repair DIVISION 05 - METALS 05500 Miscellaneous Metals 05503 Adhesive Anchors and Bars DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07190 Water Repellents 07900 Joint Sealers (Elastomeric and Non-Elastomeric Sealant) DIVISION 09 - FINISHES 09870 Coating Systems for Steel 09880 Protective Coatings (Surface Sealant) 09811 Protective Coatings (Corrosion Inhibitor) Revised 05/01/08 Contract No. 4700 RE-BID Page 5 of 98 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON JUNE 4, 2009, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read. This project is being re-bid with changes to the plans and specifications. The work includes concrete repair and construction, and guardrail replacement. REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 BID NO. PWS09-26ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include contract Technical Specifications and the Stan- dard Specifications for Public Works Construction, Parts 2 & 3, 2009 Edition, all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) in the SSPWC do not apply. Revised 05/01/08 Contract No. 4700 RE-BID Page 6 of 98 Pages The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $760,000. TIME OF COMPLETION: The Contractor shall complete the Work between the dates September 8, 2009 and December 16, 2009 as set forth in Section 6-7 of these General Provisions. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost for postage will be added. Revised 05/01/08 Contract No. 4700 RE-BID Page 7 of 98 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE-BID MEETING A pre-bid meeting will not be held before the bid opening date. Bidders are encouraged to visit the site. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 05/01/08 Contract No. 4700 RE-BID Page 8 of 98 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor '"*••"•"' shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) 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. '"*»•••• Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, Cajifornia, by Resolution No. 2009-045, adopted on the 10™ day of March, 2009. April 20. 2009 Date Deputy City Clerk Publish Date: April 24, 2009 Revised 05/01/08 Contract No. 4700 RE-BID Page 9 of 98 Pages CITY OF CARLSBAD REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 CONTRACTOR'S pkoVSSM™1****0*"" RECORDED: City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 SIGNATURE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish ail labor, materials, equipment, transportation, and services required to do ail the work to complete Contract No. 4700 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE 'A' PAR BRIDGE OVER CARLSBAD BOULEVARD Item No. Description Mobilization at1 (Price in Words) 2 Traffic Control at Approximate Quantity And Unit LS Unit Price (Figures) 55.008*eo LS (Price in Words) 3 General Demolition at LS (Price in Words) AC Pavement and Seal Coat at ' A LS (Price in Words) Total Amount (Figures) S 55 GOD & $ «»»»„, Revised 05/01/08 Addendum No. 1 Contract No. 4700 RE-BID Page 10 of 98 Pages Concrete with Reinforcing Steel and Dowels at 185CY $ (Unit Price in Words) Concrete Repairs Type 2 Including Demo at O^itL fL'pllyttv' Avi4 ggyy 32,900 SQ $_ Inches (Unit Price in Words) Concrete Crack Repairs Type 1at antL. 10,180 Inches (Unit Price in Galvanized Guardrail/ Handrail with Connections at 780 LF Measured per Plan View (Unit Price in Words) 9 Anode Installation (Gaivashield) at 200 EA $ (Unit Price in Words) 10 Migratory Corrosion Inhibitor 4,770SF $_ Coating (Ferrogard 903) at (Unit Pfice in Words) 11 SIKATOP Seal (107 Grey) 38,000 SF $_ Coating at (Unit Price in Words) 12 Joint Sealer SI KAFLEX 1A at 1.238LF $_ (Unit Price in Words) (,25* // ~" ' $ ' — 25?*~ s s $ **> Revised 05/01/08 Addendum No. 1 Contract No. 4700 RE-BID Page 11 of 98 Pages 13 14 Replacement Reinforcing Steel for Type 2 Repairs, coated and anchored •«lv- H' (Unit Price in Words) Double Yellow Center! ine per Caltrans Detail 22 (Unit Price in Words) 50 IBS 310 LF 35"3 Total amount of bid for Schedule 'A' in numbers: $(.17. Price(s) given'above are firm for 90 days after date of bid opening. SCHEDULE'S' PAR BRIDGE OVER RAILROAD TRACKS item No. Description 1 Traffic Control at (Price in Words) 2 Install Missing Hardware (3 locations pictured) at A 1*~&w4—(Unit Pries Approximate Quantity And Unit LS LS (Price in Words) Concrete Repairs Type 2 on concrete barrier walls Including Demo at (Unit Price' in Words) Anode Installation (Galvashieid) at 100 EA (Unit Price in Words) $ $ 6,000 SQ $_ Inches $ Unit Price (Fiqures) Total Amount (Figures) Revised 05/01/08 Addendum No. 1 Contract Mo. 4700 RE-BID Page 12 of 98 Pages Item No. 5 Description Replacement Reinforcing Steel for Type 2 Repairs, coted and anchored Approximate Quantity Unit Price And Unit (Figures) 25 IBS $ Total Amount (Figures) $ (Unit Price in Words) Concrete Deck Treatment Sikadur55SLVwith Shotblast Surface Preparation 5,600 SF $_ (Unit Price in Words) 7 Double Yellow Centerline per Caltrans Detail 22 200 LF Off (Unit Prifce in Words) Total amount of bid for Schedule 'B' in numbers: $ 5D/ 5OP Price(s) given above are firm for 90 days after date of bid opening. BID SCHEDULES 'A' AND 'B' TOTALS Total amount of bid Schedules 'A1 and 'B' in words:. Total amount of bid for Schedules 'A' and 'B' in numbers. $ C?*-r7 The Contractor's Proposals will be evaluated based on the total amount bid for Schedules 'A' and 'B'. The City reserves the right to delete any work or bid items from the Contract. The Contractor is obligated to honor ail bid prices regardless of the City's deletion of work or bid items. Addendum(a) No(s)._L proposal. has/have been received and is/are included in this The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing trie required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. oRevised 05/01/08 Addendum No. 1 Contract No 4700 RE-BID Page 13 of 98 Pages The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license/ number (f / 5o^ % _ , classification A CZZ/Cbn Dob which expires on <sy^//'7/t^l _ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is p/ff EffYvu • _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (1 0%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 , Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _ (2) Signature (given and surname) of proprietor _ (3) Place of Business _ (Street and Number) City and State _ (4) Zip Code _ Telephone No. _ (5) E-Mail _ Revised 05/01/08 Contract No. 4700 RE-BID Page 14 of 98 Pages IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) . Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted J r\A<Sl>./r\A<Sl>./xii [ O (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of. (4) Place of Business /3/d ^.^2^<2gg City and State /^/A^ue* /.^ / • 7 *>rXx ^~i fy* o / * *% 1(5) Zip Code & ^>^6 *— Telephone No. (_ ({&£-<) (Street and Number NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 05/01/08 Contract No. 4700 RE-BID Page 15 of 98 Pages •taw"STATE OF ARIZONA ) COUNTY OF MARICOPA ) On this 3"* day of June. 2009 before me, Nancy L. Mackowiak, the undersigned Notary Public, in and for the State of Arizona personally appeared Kurt L. Clink . personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed thewritten instrument. Given under my hand and the Notary seal this 3rd day of June. 2009. My Commjs":— **—'20,2009 Nancy Lynn Mackowiak Notary Public - Arizona Marteopa County My Commission Expires September 20, 2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 1 Department of Consumer Affairs '-Vf _ ^ Contractors State License Boardu Contractor's License Detail - License # 615058 £-Lj DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. * CSLB complaint disclosure is restricted by law (B&P 7124,6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. » Per B&P 7Q71,17, only construction related civil judgments reported to the CSLB are disclosed. :» Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. » Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: Workers' Compensation: 615058 Extract Date: 06/04/2009 TRUESDELL CORPORATION OF CALIFORNIA INC 131OW23RD STREET TEMPE, AZ 85282 Business Phone Number: (602) 437-1711 Corporation 03/16/1991 03/31/2011 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION D06 CONCRETE RELATE DSERV 1C ES C33 PAJNIINGAND DECORATING A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number CA709117 in the amount of $12,500 with the bonding company MERCHANTS BONDING COMPANY (MUTUAL). Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) EDWARD JOHN VAN DER WERF certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 03/28/2001 BQJ's Bonding History This license has workers compensation insurance with the SEABRIGHT INSURANCE COMPANY Policy Number: BB1081502 Effective Date: 07/26/2008 Expire Date: 07/26/2009 Workers' Compensation History Conditions of Use | Privacy Policy Copyright © 2009 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 6/4/2009 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised 05/01/08 Contract No. 4700 RE-BID Page 16 of 98 Pages BID SECURITY FORM (Check to Accompany Bid) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a 'Certified *Cashiers check payable toytne order of CITY OF CARLSBAD, in the sum of /aollars ($_J- this amount being ten percent (10%) of the total amount of the bja. The proceeds of this check shall become the property of the City provided this proposal shall be^accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Paymenf'Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City ifthe undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award ofXne contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If trip Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-jtne sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 05/01/08 Contract No. 4700 RE-BID Page 17 of 98 Pages 06-/B3/2009 11:03 6024371821 TRUESDELL PAGE 02/02 BIDDER'S BOND TO ACCOMPANY PROPOSAL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 KNOW ALL PERSONS BY THESE PRESENTS: That we, Tmesdell Corporation of CalifaiffiifeiDal. and Merchants Bonding Company (mutual) as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 10% amount bid for whjCh payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. cRevised 05/01/08 Contract No. 4700 RE-BID Page 18 of 98 Pages 3/03/2009 12:26 6024371821 TRUESDELL PAGE 02/02 ft In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this.. day of.June 20 09 . PRINCIPAL Truesdell California, Inc Executed by SURETY this j4 of _... June 20.09 . .day (print name here) (title and organization^of signatory) SURETY: Merchants Bonding Company (mutual) (name of Surety) 2100 Fleur Dr Des Moines, Iowa 50321 (address of Surety) 800 678 817^ (tslephonejujmber o^SuretyJ_ By:. (signatu Jessika Gulliver (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney „ Depty City Attorney Revised 05/01/08 Corrtraci No. 4700 RE-BID Page 19 gf 96 Pages STATE OF ARIZONA ) COUNTY OF MARICOPA ) On this 3rd day of June. appeared Kurt L. Clink 2009 before me, Nancy L. Mackowiak, the undersigned Notary Public, in and for the State of Arizona personally . personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument. Given under my hand and the Notary seal this 3rd day of June. 2009. My Commission Expires: September 20,2009 Nancy Lynn Mackowiak Notary Public - Arizona Marieopa CountyMy Commission Expires September 20, 2009 STATE OF ARIZONA COUNTY OF MARICOPA ) ,thOn this 4 day of June 2009, before me, Melanie Warnock, the undersigned Notary Public, in and for the State of Arizona personally appeared Jessika Gulliver, personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument as Attorney-in-Fact on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. thGiven under my hand and the Notary Seal this 4 day of June, 2009 My commission Expires: July 12, 201 Notary Public !anie Warnock ">UBLIC -- ARIZONA OPA COUNTY mission Expires '12,2011 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint JESSIKA GULLIVER of PHOENIX and State of ARIZONA its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 26th day of November , 2008 | • ~ » • 4 , MERCHANTS BONDING COMPANY (MUTUAL) ._ -o- .'•• 1933 By STATE OF IOWA COUNTY OF POLK ss. r 'President On this 26th day of November , 2008 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CINDY SMYTH Commission Number 173504 My Commission ExpiresMarch 16, 2012 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 4th day of June , 2009 . ..«W« Secretary -o- 1933 POA 0005 (1/09) Company Profile Page 1 of 1 CALIFORNIA DEPARTMENT OF INSURANCE Company Profile Company Search Company Search Results CompanyInformation Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information MERCHANTS BONDING COMPANY (MUTUAL) 2100 FLEUR DRIVE DES MOINES, IA 50321-1158 800-678-8171 Old Company Names back to top Agent For Service JERE KEPRIOS C/0 CT CORPORATION SYSTEM 818 WEST SEVENTH ST LOS ANGELES CA 90017 back to top Reference Information back to top NAIC Group List Effective Date NAIC #: California Company ID #: Date Authorized in California: 14494 2482-8 01/27/198.2 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile:IOWA NAIC Group #: back to top 3479 Merchants Bonding Co Grp Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. LIABILITY MISCELLANEOUS SURETY back to top © 2008 California Department of Insurance http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPro... 6/4/2009 o GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than thirty-five percent (35%) of the work with its own forces. Am¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 20 of 98 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 05/01/08 Contract No. 4700 RE-BID Page 21 of 98 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 The Bidfder certifies that it has used-the:Sub=bid-of4he:following-listed-subGontFactors::in--preparing4his Bid f brW:W6fR ^arW:thaTthe-list&^ as/.designatedtothis"list i " .Apt." The".. the1 Ihe case oLbids:or:Work-in-excess of onY-HalfWWrjje?cl&ifiT^%) of the Bidder's total bid, offer^rpeoTTstfucW^ perc^7(o;5%For '"teln^l^iinl^Sllare^i-OpDQy, whichever is •gfeatW, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency, SUBCONTRACTOR'S BIO ITEMS Page j of /L* pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 05/01/08 Contract No. 4700 RE-BID Page 22 of 98 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 The Bidder certifies that it has used the:sub^bid of-the following- listed-subcontractors in..preparing-this bid fortrie -Work and :that the listed subcontractors" will be:used to perform the .portions of the Work as designated in this list in accordance with applicable provisions of,the specifications.and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further ceftffies that no:additional suB^ Work-in excess of one-half of dne" percent (0.5%) of the Bidder's total bid, or in the case of bids or. offers for construction of -streets and highways; including bridges, in excess of one-half of one: percent"(0.5%) Or ten-thousand dollars ($-lO,OOQ)\ whichever is greaten, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Line. +t 6><£/A^x^d Subcontractor Name and Location of Business yk^ { 6> ^< (2/iaJt,/- ^A jjhd pioy'^/. Ci^f^^r. I Vlfyfa. Cft 93 083 Subcontractor's License No. and Classification* C]£) (02fo <$• C/^ Amount of Work by Subcontractor In Dollars* & j£0f *&• ' Page *- of ^ pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice inviting Bids." Revised 05/01/08 Contract No. 4700 RE-BID Page 22 of 98 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed fT^kjLO*(s Name and Address of the Employer f ^Au -rtj. G<^ Name and Phone No. of Person to Contract^^^e. g^.u Type of Work 'm6£ Z/^/ Amount of Contract Revised 05/01/08 Contract No. 4700 RE-BID Page 23 of 98 Pages Truesdell Corporation Truesdell Corporation of California, Inc. Reference List City of Carlsbad - Repair of Palomar Airport Road Bridge over Carlsbad Boulevard Contract No. 4700 Job No, Project & Location 1 2 3 4 5 6 7 STATE OF CA - DOT CALTRANS 11-080004 SAN DIEGO COUNTY VARIOUS LOCATIONS JOB # 946405 US NAVY GRAVING DOCK REPAIRS SAN DIEGO, CA JOB#CA06212 STATE OF CA - DOT CALTRANS 11 -248404 SAN DIEGO, CA JOB # CA06209 CITY OF PHOENIX CONTRACT 119782 VARIOUS LOCATIONS STREET AND BRIDGE TRANSPORTATION, PHOENIX, AZ JOBMZ06158 STATE OF CA - DOT CALTRANS 02-2C74U4 SHASTA COUNTY VARIOUS LOCATIONS JOB#CA07116 STATE OF CA - DOT CALTRANS 04-2 A7 104 CONTRA COSTA JOB#CA07114 STATE OF CA - DOT CALTRANS 07-4A3104 LOS ANGELES COUNTY VARIOUS LOCATIONS JOB # 898004 Capacity PRIME SUBCONTRACTOR PRIME PRIME SUBCONTRACTOR PRIME PRIME Scope of Work JOINT ASSEMBLY REPLACEMENT, POLYESTER CONCRETE OVERLAY, STRUCTURAL BRIDGE DECK REPAIRS, REMOVAL AND REPLACEMENT OF UNSOUND CONCRETE, BRIDGE BEARING PAD REPLACEMENT AND SEISMIC RETROFIT. JOINT REPLACEMENTS, CHEMICAL FOAM INJECTION TO FILL VOIDS AND CRACKS, REMOVAL OF UNSOUND CONCRETE AND THE REPAIR OF STRUCTURAL CONCRETE TO BOTTOM AND WALLS OF GRAVING DOCK. STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES Contract Type & Final Amount $ 5,236,077.43 $ 2,373,663.52 $ 1,425,854.86 $ 2,192,781.83 $ 1,307,891.50 $ 1,170,365.79 $ 1,062,030.09 Start & Completion Dates (month/year) 11/05-12/07 1/07-8/07 9/06-5/07 6/07-6/08 8/07-12/07 7/07-11/07 8/04-11/05 Name, Address, & Phone # of Owner or General Contractor STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 1 20 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 MARATHON CONSTRUCTION 10108 RIVERFORD RD. LAKESIDE, CA. 92040 619-276-4401 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 120 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 CITY OF PHOENIX 200 W. WASHINGTON ST.-7TH FLOOR PHOENIX, ARIZONA 85003 602-534-0966 J. F. SHEA CONSTRUCTION P. 0. BOX 49451 9 REDDING, CA. 96049 530-246-4292 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1120N. STREET SACRAMENTO, CA 95816 (916) 654-2852 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 120 N. STREET SACRAMENTO, CA 95816 (916)654-2852 Name, Address, & Phone # of Architect/Engineer STATE OF CALIFORNIA DISTRICT 1 1 OFFICE 2829 JUAN STREET SAN DIEGO, CA 92110 (619)688-6785 UNITED STATES DEPT. OF THE NAVY 32ND & HARBOR DRIVE SAN DIEGO, CA. 619-234-6142 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1120N. STREET SACRAMENTO, CA 95816 (916)654-2852 CITY OF PHOENIX 200 W. WASHINGTON ST.-7TH FLOOR PHOENIX, ARIZONA 85003 602-534-0966 J. F. SHEA CONSTRUCTION P. O. BOX 49451 9 REDDING, CA. 96049 530-246-4292 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 1 1 Grand Ave Oakland, CA 94612 (510)286-4444 State of California Department of Transportation 1 DOS. Main Street Los Angeles, CA 9001 2 213-897-3656 S:\nmact ;,Prequalification\Project Lists.xis .2/9/2009 Truesdell Corporation Truesdell Corporation of California, Inc. Reference List City of Carlsbad - Repair of Palomar Airport Road Bridge over Carlsbad Boulevard Contract No. 4700 8 9 10 11 12 STATE OF CA - DOT CALTRANS 12-06704 ORANGE COUNTY JOB#CA07111 STATE OF CA - DOT CALTRANS 06-OA2704 TULARE & KINGS COUNTIES, CA JOB #9451 05 STATE OF CA - DOT CALTRANS 07-4S01 04 LA VARIOUS COUNTIES JOB#CA07110 STATE OF CA - DOT CALTRANS 07-4S0104 LA COUNTY, CA JOB #20-07-1 10 STATE OF CA - DOT CALTRANS 11 -258904 SAN DIEGO COUNTY, CA JOB #20-08-1 12 PRIME PRIME PRIME PRIME PRIME STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES STRUCTURAL CONCRETE RESTORATION OF HIGHWAYS & BRIDGES $ 939,757.55 $ 777,416.58 $ 653,165.88 $ 642,425.89 $ 598,598.00 6/07-12/07 9/05-12/05 10/07-12/07 10/07-6/08 7/08-10/08 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 1 20 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 120 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1120N. STREET SACRAMENTO, CA 95816 (916) 654-2852 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 1 20 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1120N. STREET SACRAMENTO, CA 95816 (916) 654-2852 State of California Department of Transportation 3347 Michelson Dr. Suite 100 Irvine, CA92612 949-724-2000 State of California Department of Transportation 1352 Olive Ave Fresno, CA 93728 559-488-4075 State of California Department of Transportation 1 00 S. Main Street Los Angeles, CA90012 213-897-3656 State of California Department of Transportation 1 00 S. Main Street Los Angeles, CA 9001 2 213-897-3656 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1 1 20 N. STREET SACRAMENTO, CA 95816 (916) 654-2852 S:\nmacl<]?requalification\Project Lists.xls 2/9/2009 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: OET Comprehensive General Liability B^ Automobile Liability 0 Workers Compensation 0 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) 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. Revised 05/01/08 Contract No. 4700 RE-BID Page 24 of 98 Pages ACORD, CERTIFICATE OF LIABILITY INSURANCE °™.^i PRODUCER Webb & Greer Ins Agency, Inc. *"*•>! W Warner Rd #113 v^aape AZ 85284 Phone: 480-820-4040 Fax:480-730-1191 INSURED Truesdell Corporationof California, Inc1310 W. 23rd StreetTempe AZ 85282-1837 DATE (MWDD/YYYY) 07/24/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Travelers Indemnity Co INSURERS: Travelers Prop. Casualty INSURER c: Navigator Insurance Co. INSURER o: Seabright Insurance Co. INSURER E: NAIC# 25658 36161 42307 15563 COVERAGES POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR A B C D NSRE TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE [ X | OCCUR PD Deduct $10,000 GEN'L AGGREGATE LIMIT APPLIES PER: | POLICY jX~]jECT I I LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X~| OCCUR | | CLAIMS MADE ^1 DEDUCTIBLE X~] RETENTION $ 10 , 000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER 0943C781IND08 8100943C781TIL08 SF08UMB415616NV BB1091502 SNEUftW 11/01/08 11/01/08 11/01/08 07/26/09 WflWW1 11/01/09 11/01/09 11/01/09 07/26/10 LIMTTS EACH OCCURRENCE UAMAtjt 1 U HtN 1 tU PREMISES (Ea occurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THANAUTO ONLY: EAACC AGG EACH OCCURRENCE AGGREGATE „ WQ STATU- X TORY LIMITS OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $1,000,000 $500,000 $5,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 $ $ $ $ $ $ $10,000,000 $10,000,000 $ $ $ $$1,000,000 $$1,000,000 $$1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Repair of Palomar Airport Road Bridge over Carlsbad Blvd; Contract #4700 SEE ATTACHED FOR ADDITIONAL INSURED CERTIFICATE HOLDER CANCELLATION CITYC36 City of Carlsbad, CA Public Works 1635 Faraday Ave Carlsbad CA 92005 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORlZECVREPRESENTATlVjtf /jf ,/ffiytot*^ £( /foc*"^ ACORD 25 (2001/08)© ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. T******** ACORD 25 (2001/08) MfYTFDAFI' HOUDEHGOBE \nzx.Txc36<nVS 1 l_|-f*lLS. INSURED'S NAME Truesdell RE: Repair of Palomar Airport Road Bridge #4700 ^Corporation over Carlsbad Blvd; TRBESrl, OP ID NL Contract PAGE 3 DATE 07/24/09 ,,-ty of Carlsbad, CA, its officials, employees 6 volunteers are an additional insured for general liability, arising out of activities performed by or on behalf of the contractor, per form CGD246 8/05, including primary & non-contributory. Waiver of subrogation for general liability per form CGD316, pgs 1-2, auto liability per form CAT353, pg 3 and workers compensation per form WC000313. Separation of insured's per policy form C60001 10/01 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring insurance* means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 @ 2005 The St. Paul Travelers Companies, Inc.CG D2 46 08 05 POLICY* 0943C781IND08 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III - Limits Of insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc.Page 1 of 2 008S80 COMMERCIAL GENERAL LIABILITY 2. This insurance does not apply to damage to premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: a. Rupture, bursting, or operation of pres- sure relief devices; b. Rupture or bursting due to expansion or swelling of the contents of any building or structure, caused by or resulting from wa- ter; c. Explosion of steam boilers, steam pipes, steam engines, or steam turbines. 3. Paragraph 6. of LIMITS OF INSURANCE (Section III) is deleted and replaced by the following: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under COVERAGE A. for the sum of all damages because of "property damage" to any one premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: fire; explosion; light- ning; smoke resulting from such fire, explo- sion, or lightning; or water. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occurrence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or light- ning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be the higher of: a. $300,000; or b. The amount shown on the Declarations for Damage To Premises Rented To You Limit. 4. Paragraph a. of the definition of "insured con- tract" (DEFINITIONS - Section V) is deleted and replaced by the following: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with permission of the owner, caused by: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water, is not an "insured contract"; 5. This Provision B. does not apply if coverage for Damage To Premises Rented To You of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section I - Coverages) is excluded by endorsement. C. BLANKET WAIVER OF SUBROGATION We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your work"; or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. D. BLANKET ADDITIONAL INSURED - MANAG- ERS OR LESSORS OF PREMISES WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (referred to below as "additional insured") with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property dam- age" occurs or the "personal injury" or "advertis- ing injury" offense is committed, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits shown on the Decla- rations, whichever are less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense which is committed, after you cease to be a ten- ant in that premises; b. Any premises for which coverage is ex- cluded by endorsement; or c. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible Page 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 Policy #0943C781IND08 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE - Provisions A.-H. and J.-N. of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured B. Extension of Coverage - Damage To Premises Rented To You • Perils of fire, explosion, lightning, smoke, water • Limit increased to $300,000 C. Blanket Waiver of Subrogation D. Blanket Additional Insured - Managers or Lessors of Premises E. Incidental Medical Malpractice F. Extension of Coverage - Bodily Injury G. Contractual Liability - Railroads PROVISIONS A. BROADENED NAMED INSURED 1. The Named Insured in Item 1. of the Declara- tions is as follows: The person or organization named in Item 1. of the Declarations and any organization, other than a partnership, joint venture or lim- ited liability company, of which you maintain ownership or in which you maintain the major- ity interest on the effective date of the policy. However, coverage for any such additional organization will cease as of the date, if any, during the policy period, that you no longer maintain ownership of, or the majority interest in, such organization. 2. WHO IS AN INSURED (Section II) Item 4.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. H. Additional Insured - State or Political Subdivisions I. Other Insurance Condition J. Increased Supplementary Payments • Cost of bail bonds increased to $2,500 • Loss of earnings increased to $500 per day K. Knowledge and Notice of Occurrence or Offense L. Unintentional Omission M. Personal Injury - Assumed by Contract N. Blanket Additional Insured -Lessor of Leased Equipment 3. This Provision A. does not apply to any per- son or organization for which coverage is ex- cluded by endorsement. B. EXTENSION OF COVERAGE - DAMAGE TO PREMISES RENTED TO YOU 1. The last paragraph of COVERAGE A. BOD- ILY INJURY AND PROPERTY DAMAGE LI- ABILITY (Section I - Coverages) is deleted and replaced by the following: Exclusions c. through n. do not apply to dam- age to premises while rented to you, or tem- porarily occupied by you with permission of the owner, caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water. A separate limit of insurance applies to this coverage as described in Section III Limits Of Insurance. CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 6 Policy #BB1071502 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. V\fe will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Waiver of Subrogation when required by written contract --.,„.* 1983 N"*"*' Council on Comperaatfon Inturano*. Policy 8100943C781TIL08 COMMERCIAL AUTO This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to Personal Effects Cov- erage. H. NOTICE OF AND KNOWLEDGE OF OCCURRENCE SECTION IV - BUSINESS AUTO CONDITIONS, A. 2. Duties In The Event Of Accident, Claim, Suit Or Loss, subparagraph a. is deleted and re- placed by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or pur authorized representative prompt notice of the "accident" or "loss" including: (1) How, when and where the "accident" or "loss" occurred; (2) the "insuretfs" name and address; and (3) to the extent possible, the names and ad- dresses of any injured persons and wit- nesses. Your duty to give us or our authorized repre- sentative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; or 3. An executive officer or insurance man- ager, if you are a corporation. I. BLANKET WAIVER OF SUBROGATION SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract exe- cuted prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. J. UNINTENTIONAL ERRORS OR OMISSIONS SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions; 2. Concealment, Mis- representation, Or Fraud is amended by adding the following: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. K. MENTAL ANGUISH SECTION V - DEFINITIONS, Definition C. is amended by adding the following: "Bodily injury" also includes mental anguish but only when the mental anguish arises from other bodily injury, sickness, or disease. CA T3 53 01 04 Copyright, The Travelers Indemnity Company Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 3 000795 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: (print name/title) 4>* */ C*^6 *tru*A Page./ 0,pages of this Re Debarment form oRevised 05/01/08 Contract No. 4700 RE-BID Page 25 of 98 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? )\ yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page / of / pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 4700 RE-BID Page 26 of 98 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: ^^sodl o (print name/title) Page I of I pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 4700 RE-BID Page 27 of 98 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of ealifui nia County of REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 ) ) ss. ) (Name of Bidder) _, being first duly sworn, deposes and says that he or she is 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. I declare under penal executed on the perjury that the foregoing is true and correct and that this affidavit was day of O^f^L, 20 ^? . i ifasririhari and awncn to beforeJTIB. O PMfftcy Notary Public - Arizona EAL)«tarteOfM County My Commi*«ion Exptnm September 20,2009 - Revised 05/01/08 Contract No. 4700 RE-BID Page 28 of 98 Pages f w I c* IHi o /HIi I o O dU Public Works - Contract Administration c May 26, 2009 ADDENDUM NO, 1 RE: REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BLVD. BID NO. PWS09-26ENG, CONTRACT NO. 4700 Please include the attached addendum in the Motice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. / / RHONDA HEATHER Associate Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Oder's Signature 1635 Faraday Avenue • Carlsbad, CA 920CS-T314 * (750} SO2-4S:77 « FAX (760) 602-3582 CITY OF CARLSBAD REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 Bid No. PWS09-26ENG Addendum No. 1 From: Jon Schauble, Project Manager Phone: (760)602-2762 Fax: (760) 602-8562 No. of Pages: 6 (including this page) Date: May 22, 2009 Bid Opening Date: June 4, 2009 2:00 pm (unchanged) CONTRACTOR'S PROPOSAL Bid Schedules have been revised. Please use attached bid sheets for Bid Schedules 'A' and 'B' (pages 10-13). Schedule 'A' Bid Item 5: "Concrete with Reinforcing Steel and Dowels" shall include the 5" utility ducts shown in the details on Plan Sheet 6. Bid Item 8: "Galvanized Guardrail/Handrail with Connections" shall be measured in plan view and paid for per linear foot which includes all tubing in cross section as shown on Plan Sheet 6. TECHNICAL SPECIFICATIONS Delete the sentence: "No substitutions will be allowed" throughout the Technical Specifications. Substitutions for specified materials will be considered on a case-by-case basis per Section 4- 1.6 of the General Provisions (see page 69 of the Contract Documents). The Contractor shall make submittals prior to starting Work per Section 2-5.3 of the General Provisions. The Contractor shall allow 20 working days for the City to review each submittal. Contract No. 4700 Addendum No. 1 CONSTRUCTION PLANS Modify selected text as follows: (Sheet 2) GUARDRAIL NOTES: 1. For hand railing notes and details not shown, see all notes 1,2, and 3 of on Sheet S-3. 4. A minimum of two - 5" round openings diameter utility ducts are required for future utilities in addition to those on other plan sheets. Openings are to be sealed at ends and extended 8" past end of sidewalk if not used. Duct forms are to be tied down. (Sheet 2) GUARDRAIL REPLACEMENT SCOPE OF WORK: A. Demolition: 1. Mechanically remove guardrail, concrete, and reinforcing steel per Sheet D-1. B. Preparation: Delete existing notes and replace with the following: Prepare existing concrete surfaces per these plans and specifications. C. Installation: 1. Install new guardrail/handrail, reinforcing steel, and concrete per these plans and specifications. Install new reinforcing steel and guardrail per details on this sheet. 2. Place new concrete filling all voids to match original construction. D. Quantity of Guardrail and Concrete Repair: 2. Concrete Repair has an approximate quantity of 1,365 cubic foot. (Sheet 4) CRACK REPAIRS - SCOPE OF WORK Refer to schedules of repairs on Sheets S-10 and S-11. All specified repair products shall be installed in accordance with the manufacturer's instructions. (Sheet 4) CONCRETE REPAIRS - SCOPE OF WORK Refer to schedules of repairs on Sheets S-10 and S-11. All specified repair products shall be installed in accordance with the manufacturer's instructions. B. Preparation: 5. Roughen concrete in area to be repaired. Precondition the concrete surface to a SSD condition. If there is NO anode being installed in the repair and if a scrub coat is NOT used, apply Armatec 110 Epocem corrosion inhibiting primer as a bonding agent. Ensure that the bonding agent material is applied wet on wet to the patch repair mortars. See detail 2/S-1. (Sheet 4) TYPICAL DETAIL FOR CONCRETE SPALLS AND DELAMINATION REPAIRS (TYPE 2 REPAIR) Add note: Do not apply SIKA Armatec 110 Epocem corrosion inhibiting primer if an anode is being installed in the repair. (Sheet 6) CONCRETE SIDEWALK/CURB REPAIR REPLACEMENT DETAIL ON BRIDGE DECK (Sheet 6) CONCRETE SIDEWALK/CURB REPA4R REPLACEMENT DETAIL OFF BRIDGE DECK Contract No. 4700 Addendum No. 1 CITY OF CARLSBAD REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4700 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE 'A' PAR BRIDGE OVER CARLSBAD BOULEVARD Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 1 Mobilization at LS $ $ (Price in Words) 2 Traffic Control at LS $ $ (Price in Words) 3 General Demolition at LS $ (Price in Words) 4 AC Pavement and Seal Coat LS $ $ at (Price in Words) Revised 05/01/08 Addendum No. 1 Page 10 of 98 Pages Contract No. 4700 RE-BID Concrete with Reinforcing Steel and Dowels at 185 CY $ (Unit Price in Words) Concrete Repairs Type 2 Including Demo at 32,900 SQ $_ Inches $ (Unit Price in Words) 7 Concrete Crack Repairs Type 1 at 10,180 Inches $$ (Unit Price in Words) 8 Galvanized Guardrail/ Handrail with Connections at 780 LF Measured per Plan View $ (Unit Price in Words) Anode Installation (Galvashield) at 200 EA $$ (Unit Price in Words) 10 Migratory Corrosion Inhibitor Coating (Ferrogard 903) at 4,770 SF $_ (Unit Price in Words) 11 SIKATOP Seal (107 Grey) Coating at 38,000 SF $ (Unit Price in Words) 12 Joint Sealer SIKAFLEX 1A at 1,238 LF $_ (Unit Price in Words) $ Revised 05/01/08 Addendum No. 1 Contract No. 4700 RE-BID Page 11 of 98 Pages 13 Replacement Reinforcing Steel for Type 2 Repairs, coated and anchored 50 IBS $$_ 14 (Unit Price in Words) Double Yellow Centerline per Caltrans Detail 22 310 LF (Unit Price in Words) Total amount of bid for Schedule 'A' in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. SCHEDULE 'B' PAR BRIDGE OVER RAILROAD TRACKS Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 1 Traffic Control at (Price in Words) 2 Install Missing Hardware (3 locations pictured) at LS LS $_ $ (Price in Words) Concrete Repairs Type 2 on concrete barrier walls Including Demo at 6,000 SQ Inches $_ (Unit Price in Words) 4 Anode Installation (Galvashield) at 100 EA $ (Unit Price in Words) A Revised 05/01/08 Addendum No. 1 Contract No. 4700 RE-BID Page 12 of 98 Pages Item No. 5 Description Replacement Reinforcing Steel for Type 2 Repairs, coated and anchored Approximate Quantity Unit Price And Unit (Figures) 25 LBS $ Total Amount (Figures) $. (Unit Price in Words) Concrete Deck Treatment Sikadur 55 SLV with Shotblast Surface Preparation 5,600 SF $_$ (Unit Price in Words) 7 Double Yellow Centerline per Caltrans Detail 22 200 LF $_ (Unit Price in Words) Total amount of bid for Schedule 'B' in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. BID SCHEDULES 'A' AND 'B' TOTALS Total amount of bid Schedules 'A' and 'B' in words: Total amount of bid for Schedules 'A' and 'B' in numbers: $ The Contractor's Proposals will be evaluated based on the total amount bid for Schedules 'A' and 'B'. The City reserves the right to delete any work or bid items from the Contract. The Contractor is obligated to honor all bid prices regardless of the City's deletion of work or bid items. Addendum(a) No(s)._ proposal. has/have been received and is/are included in this The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. Revised 05/01/08 Addendum No. 1 Contract No. 4700 RE-BID Page 13 of 98 Pages CONTRACT PUBLIC WORKS o This agreement is made this • day of by and between the City of Carlsbad, California, a municipalkforporation, (hereinafter called "City"), and Truesdell Corporation of California, Inc. whose principal place of business is 1310 W. 23rd Street Tempe AZ 85282 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 05/01/08 Contract No. 4700 RE-BID Page 29 of 98 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that 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. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City 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 contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and 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, 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. 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. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 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. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Am& Revised 05/01/08 Contract No. 4700 RE-BID Page 30 of 98 Pages 9. Indemnification. 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 relating 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. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. A*¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 31 of 98 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certifiqates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Revised 05/01/08 Contract No. 4700 RE-BID Page 32 of 98 Pages (A) Assertion of 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. 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. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. 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. (F) Carlsbad Municipal Code. 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. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. 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. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. Revised 05/01/08 Contract No. 4700 RE-BID Page 33 of 98 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR:corporation of (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorne By: Depu Revised 05/01/08 Contract No. 4700 RE-BID Page 34 of 98 Pages STATE OF ARIZONA COUNTY OF MARICOPA On this 31st day of July. 2009 before me, Nancy L. Mackowiak, the undersigned Notary Public, in and for the State of Arizona personally appeared Kurt L. Clink & Edward J. Van Per Werf . personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument Given under my hand and the Notary seal this 31st day of July My Commission Expires: September 20,2009 NancyL. Mad&wiak,MftaryPubli Nancy Lynn Mackowiak Notary PuWlc - Arizona Marteopa County My Commission Expires September 20, 2009 Bond #: CAC62425 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2009-179, adopted July 14, 2009, has awarded to Truesdell Corporation of California, Inc. (hereinafter designated as the "Principal"), a Contract for: REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, TRUESDELL CORPORATION OF CALIFORNIA, INC., as Principal, (hereinafter designated as the "Contractor"), and Merchants Bonding Company (mutual) 2100 Fleur Dr Des Moines, Iowa 50321 as Surety, are held firmly bound unto the City of Carlsbad in the sum of Six Hundred Forty Seven Thousand Six Hundred Forty Seven Dollars ($647,647), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety 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 hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 05/01/08 Contract No. 4700 RE-BID Page 35 of 98 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this .30 day of July ,20 09. CONTRACTOR: Truesdell Corporation of California, Inc. Executed by SURETY this 30 day of July , 20 09. SURETY: Merchants Bonding Company (mutual) (name of Surety) 2100 Fleur Dr Des Moines, IA 50321 (address of Surety) 800 678 8171 r of Surety) (print name here) nature orAttorney-in-Fact) Jessika Gulliver (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BV: M>. L Deputy City Attorney Revised 05/01/08 Contract No. 4700 RE-BID Page 36 of 98 Pages STATE OF ARIZONA ) COUNTY OF MARICOPA ) On this 31st day of July. 2009 before me, Nancy L. Mackowiak, the undersigned Notary Public, in and for the State of Arizona personally appeared Kurt L. Clink & Edward J. Van Per Werf . personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument. Given under my hand and the Notary seal this 31st day of July My Commission Expires: September 20,2009 Nancy L. Ma£j<owiak,^<6tary Pub]gJ Nancy Lynn Mackowiak Notary Public - Arizona Marlcopa County My GommiMlon Expires September 20, 2009 sejidxg uotssjuiiuoo fyt AiNflOO VdOOIbVWVNOZIUV -- onand AHVION 6002 'Ainp P Aep oe si.m |Bas AJB^ON UOJSSJLULUOO A|/\| PUB pueu. ALU japun ! pajnoaxa uojiBJodjoo aqj jBqi auu o; pa6pa|Mou>|OB PUB paiUBU u|ajam uo^BJodjoo am p j|Bu.aq uo uhAaujOHV SB ^uaujnjisu! uajju/w am pajnoexa OMM uosjed ai|} aq 01 (aouapjAa AjopBiSjies jo s|SBq uo auj o; uaAOjd jo) auu o; UMOU>| A||Buosjad 'jaAjnno Bijjssar paJBaddB A||Buosjad BUOZUV |o aJBis joj pus uj 'ojiqnd AJB^ON pau6isjapun aqi '>|OOUJB/V\ a|UB|a|Aj 'auu ajojaq '6002 ^lnr P Asp oe sim UQ ( vdoomviAi do AiNnoo ( VNOZIdV dO 31VIS Bond #: CAC62425 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2009-179, adopted July 14, 2009, has awarded to Truesdell Corporation of California, Inc. (hereinafter designated as the "Principal"), a Contract for: REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, TRUESDELL CORPORATION OF CALIFpRNIA, INC., as Principal, (hereinafter designated as the "Contractor"), and Merchants Bonding Company (mutual) 2100 Fleur Dr Des Moines. IA 50321 as Surety, are held firmly bound unto the City of Carlsbad in the sum of Six Hundred Forty Seven Thousand Six Hundred Forty Seven Dollars ($647,647), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their 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 Contract and any alteration thereof made as therein provided on 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 of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety 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 there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 05/01/08 Contract No. 4700 RE-BID Page 37 of 98 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 30 day of July 20 22- CONTRACTOR: Truesdell Corporation of California, Inc. Executed by SURETY this 30 July . day of 09 .,20. (name of By: (sign here) /UtA/f. (print name here) SURETY: Merchants Bonding Company (mutual) (name of Surety) 2100 Fleur Dr Des Moines, Iowa 50321 (address of Surety) 800 678 8171 (telephone number of Surety) (Title and Organization of Signatory) By: (sign here) (print namehere) ire of Aftwfey-in-Fact) Jessika Gulliver (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney Revised 05/01/08 Contract No. 4700 RE-BID Page 38 of 98 Pages STATE OF ARIZONA ) COUNTY OF MARICOPA ) On this 30th day of July 2009, before me, Melanie Warnock, the undersigned Notary Public, in and for the State of Arizona personally appeared Jessika Gulliver, personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument as Attorney-in-Fact on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. Given under my hand and the Notary Seal this 30th day of July, 2009 M^comrnission Expires: July 12, 201,1 Notary Public STATE OF ARIZONA ) COUNTY OF MARICOPA ) On this 31" day of July. 2009 before me, Nancy L. Mackowiak, the undersigned Notary Public, in and for the State of Arizona personally appeared Kurt L. Clink & Edward J. Van Per Werf . personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument. Given under my hand and the Notary seal this 31st day of July. 2009. My Commission Expires: Septemb<f 20,2009 Nancy Lynn Mackowiak Notary Public - Arizona Martcopa County My Commission Expires September 20, 2009 MERCHANTS BONDING COMPANY POWER OF ATTORNEY f Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under "W. the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Jessika Gulliver of Phoenix and State of AZ its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 26th day of November , 2008 MERCHANTS BONDING COMPANY (MUTUAL) •£•/- -°- £H •*; 1933 /f; Byv% .$•/ " f STATE OF IOWA ***«....••** President COUNTY OF POLK ss. On this 26th day of November , 2008 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CINDY SMYTH Commission Number 173504 My Commission ExpiresMarch 16, 2012 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 30th day of July , 2009 . '• •=£•>•. POA 0005 (1/09) '*• •>-:'— -o- *' 1S33 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City o address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter ca Carlsbad whose led "City" and _whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 in the amount of dated (hereinafter referred to <«•**' as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. **** 5. The interest earned on the securities or the money market accounts held in escrow and all ""d**" interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 05/01/08 Contract No. 4700 RE-BID Page 39 of 98 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature. Address 1635 Faraday Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address Revised 05/01/08 Contract No. 4700 RE-BID Page 40 of 98 Pages At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature. Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature. Address For Escrow Agent:Title Name Signature. Address Revised 05/01/08 Contract No. 4700 RE-BID Page 41 of 98 Pages GENERAL PROVISIONS FOR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD CONTRACT NO. 4700 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. O Revised 05/01/08 Contract No. 4700 RE-BID Page 42 of 98 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. cRevised 05/01/08 Contract No. 4700 RE-BID Page 43 of 98 Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. oRevised 05/01/08 Contract No. 4700 RE-BID Page 44 of 98 Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. . Revised 05/01/08 Contract No. 4700 RE-BID Page 45 of 98 Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision'by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 05/01/08 Contract No. 4700 RE-BID Page 46 of 98 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install' FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN FoundationoRevised 05/01/08 Contract No. 4700 RE-BID Page 47 of 98 FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV .Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q .„ Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 05/01/08 Contract No. 4700 RE-BID Page 48 of 98 SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 05/01/08 Contract No. 4700 RE-BID Page 49 of 98 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (urn) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) „ 1.6093 kilometer (km) 1 square foot (fr)} 0.0929 square meter (nr) 1 square yard /yd ) 0.8361 square meter (m ) 1 cubic foot (ft3). 0.0283 cubic meter (nrn 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilpgram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) am (kg 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907'kg) 1 Poise .................................................................................................. 0.1 pascal • second (Pa ' s) 1 centistoke (cs) ................................................................................... 1 square millimeters per second (mm /s) 1 pound force (Ibf) ................................................................................ 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) ................................................................ 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................................. 1.3558 Watt (W) 1 part per million (ppm) ........................................................................ 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ....................................................................... Degree Celsius (°C): °F = (1.8 x °C) + 32 ................... . .......................................................... °C = (°F- 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo(k) ................................................................................................... 103, centi(c) ................................................................................................. 10:, milli(m) ................................................................................................. 10"3 micro (n) ............................................................................................... 10" nano(n) ................................................................................................ 10" pico(p) .................................................................................................. 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z. Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line m¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 50 of 98 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) 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 improvements, 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, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. m¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 51 of 98 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 35 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 65 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 35 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, 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 Agency. 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. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not les's than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 52 of 98 bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC) current edition, Parts 2 & 3, and the latest supplements thereto at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc hereinafter designated "SSPWC", as amended. The construction plans consist of 11 sheets designated as City of Carlsbad Drawing No. 458-8, Project No. 4700. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern all the Work including Schedule 'A' and Schedule 'B' Bid Items. The Work on the bridge over the railroad tracks shall utilize the same drawing details and specifications as the bridge over Carlsbad Boulevard. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. Revised 05/01/08 Contract No. 4700 RE-BID Page 53 of 98 The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Technical Specifications 6) Plans (Drawings) 7) Carlsbad General Provisions and Supplemental Provisions. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which Submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Revised 05/01/08 Contract No. 4700 RE-BID Page 54 of 98 Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. A*¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 55 of 98 Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. oRevised 05/01/08 Contract No. 4700 RE-BID Page 56 of 98 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5,.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. m& Revised 05/01/08 Contract No. 4700 RE-BID Page 57 of 98 2-9.2.1 Survey Requirements, Stakes shall be set at offsets approved by the Engineer as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. 2-9.2.2 Payment for Survey, Payment for work performed to satisfy the requirements of Section 2-9 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as Revised 05/01/08 Contract No. 4700 RE-BID Page 58 of 98 often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right -^^ to the Contractor to demand acceptance of such changes. -^ 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 50 percent of the Contract Price. Should it become.necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from Revised 05/01/08 Contract No. 4700 RE-BID Page 59 of 98 the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. Am¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 60 of 98 3-3 EXTRA WORK. 33-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer "*«^ determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). ^ ^^(b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less ""**'*' expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. •^ Revised 05/01/08 Contract No. 4700 RE-BID Page 61 of 98 All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Revised 05/01/08 Contract No. 4700 RE-BID Page 62 of 98 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be 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. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. Revised 05/01/08 Contract No. 4700 RE-BID Page 63 of 98 The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. Revised 05/01/08 Contract No. 4700 RE-BID Page 64 of 98 The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (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 contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 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. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 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 or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 Revised 05/01/08 Contract No. 4700 RE-BID Page 65 of 98 days of receipt of the local agency's response or within 15 days of the local agency'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, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in 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 running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by 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. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 66 of 98 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall.be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Am¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 67 of 98 -•••*l|l.r tS-l-NM-JHIi^lff ii)«». Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Revised 05/01/08 Contract No. 4700 RE-BID Page 68 of 98 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment Revised 05/01/08 Contract No. 4700 RE-BID Page 69 of 98 in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or Revised 05/01/08 Contract No. 4700 RE-BID Page 70 of 98 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. m¥ Revised 05/01/08 Contract No. 4700 RE-BID • Page 71 of 98 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition, and the supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. 4**** k When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Revised 05/01/08 Contract No. 4700 RE-BID Page 72 of 98 Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 05/01/08 Contract No. 4700 RE-BID Page 73 of 98 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law, the Contractor shall begin work on September 8, 2009 and after receipt of the "Notice to Proceed" letter from the City. 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6- 1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a Revised 05/01/08 Contract No. 4700 RE-BID Page 74 of 98 scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the oh-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) Revised 05/01/08 Contract No. 4700 RE-BID Page 75 of 98 working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. Revised 05/01/08 Contract No. 4700 RE-BID Page 76 of 98 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and Revised 05/01/08 Contract No. 4700 RE-BID Page 77 of 98 6-1 . 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. Revised 05/01/08 Contract No. 4700 RE-BID Page 78 of 98 The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 79 of 98 No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials. The Contractor will not be entitled to damages or additional payment due to delays, except as provided in Section 6-6.3. 6-6.2 Extensions of Time. Extensions of time will not be granted on this project. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work between the dates of September 8, 2009 and December 16, 2009. The Contractor shall diligently prosecute the Work to completion by December 16, 2009. 6-7.2 Working Day. A working day is any day within the period between the dates of September 8, 2009 and December 16, 2009, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Revised 05/01/08 Contract No. 4700 RE-BID Page 80 of 98 The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of $1,500. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,500 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the Am¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 81 of 98 improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. A*¥ Revised 05/01/08 Contract No. 4700 RE-BID Page 82 of 98 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "***% "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor ^*% all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform ^Jj work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Since the work is general maintenance to an existing structure, resource agency permits are not required. 7-5.2 Relations with the Railroad. 7-5.2.1 General. As long as the Contractor does not enter the Railroad right-of-way and does not hang equipment or personnel over Railroad right of way, no permit will be required from the Railroad. The Contractor shall ensure that no construction debris or materials fall onto the Railroad right of way. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein collectively referred to as Railroad. The Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease.*~-™^ 7-5.2.2 Right of Entry Permit. For any encroachment into Railroad right-of-way, it shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 83 of 98 District Board (The Board), prior to the commencement of any work. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760) 966-6504 (760) 754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages •^ Revised 05/01/08 Contract No. 4700 RE-BID Page 84 of 98 resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. Revised 05/01/08 Contract No. 4700 RE-BID Page 85 of 98 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. •^ Revised 05/01/08 Contract No. 4700 RE-BID Page 86 of 98 Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor shall submit a Traffic Control Plan to the City per Section 7-10.3.6 of the General Provisions. The City Engineer will allow a full closure of both traffic lanes on the bridge over Carlsbad Boulevard, provided that the Contractor's Traffic Control Plan receives approval by the City Engineer. The Contractor must show detours on submitted Traffic Control Plans and the Contractor shall be responsible for all signing, changeable message signs (CMS), barriers, delineators, flaggers, etc. All costs associated with preparing, installing, and maintaining the Traffic Control Plans, detours, signing, CMS, barriers, delineators, flaggers, etc shall be included in the Bid Item "Traffic Control." Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 87 of 98 The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, CMS, temporary bridges, flagpersons, and watchpersons. Three changeable message signs (CMS) shall be utilized in the Traffic Control for the duration of this project. The Contractor shall place signs warning motorists of future road closures 21 calendar days prior to actual road closure per approved TCP. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially Revised 05/01/08 Contract No. 4700 RE-BID Page 88 of 98 closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ..................................................................................... (760) 602-2720 2) Carlsbad Fire Department Dispatch .................................................. (760)931-2197 3) Carlsbad Police Department Dispatch .............................................. (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) .................. (760) 438-2980 5) Carlsbad Traffic Signals Operations .................................................. (760) 602-2752 6) North County Transit District .............................................................. (760) 967-2828 7) Waste Management .......................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid Item Traffic Control. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5. Let seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Revised 05/01/08 Contract No. 4700 RE-BID Page 89 of 98 Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than a minimum acceptable lateral safety buffer distance of 6 feet, nor operate equipment within 2 feet from any traffic lane occupied by traffic. For equipment the two feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic striping operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these General Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Revised 05/01/08 Contract No. 4700 RE-BID Page 90 of 98 Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. The Contractor shall have new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), changeable message signs, tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made Revised 05/01/08 Contract No. 4700 RE-BID Page 91 of 98 therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation, of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow Revised 05/01/08 Contract No. 4700 RE-BID Page 92 of 98 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. Contractor shall comply with applicable State of California and local noise control regulations. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 93 of 98 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. No facilities for agency personnel will be required for this project. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 94 of 98 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided -under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. 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. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 95 of 98 Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to m& Revised 05/01/08 Contract No. 4700 RE-BID Page 96 of 98 ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered, but not incorporated •„**/ into the work, will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory work will be made at the lump-sum price for bid item Mobilization in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and preparatory work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and preparatory work. Progress payments for Mobilization will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of -""v the amount bid for Mobilization will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for Mobilization will be allowed therefore. Am& Revised 05/01/08 Contract No. 4700 RE-BID Page 97 of 98 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the Plans, in the Contract Documents, General Provisions, or Technical Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. A•^ Revised 05/01/08 Contract No. 4700 RE-BID Page 98 of 98 APPENDIX A COPY COPY TECHNICAL SPECIFICATIONS 09/29/08 Contract No. 4700 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD SECTION 01045 CUTTING AND PATCHING PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall provide all labor, equipment, materials, and incidentals for cutting and patching required to complete the WORK as shown on the DRAWINGS and as specified herein. 1.2 DEFINITION A. "Cutting and Patching" is defined to include the cutting and patching of nominally completed and previously existing Asphalt Concrete pavement, concrete, steel, wood, and miscellaneous metal structures, piping, and pavement, to accommodate the construction of the WORK, or the installation of other facilities or structures, or to uncover other facilities and structures for access or inspection, or to obtain samples for testing, or for similar purposes. 1.3 REQUIREMENTS OF STRUCTURAL WORK A. Structural Work shall not be cut and patched in a manner resulting in a reduction of load- carrying capacity or load/deflection ratio. B. Prior to cutting-and-patching the following categories of WORK, the CONTRACTOR shall obtain the SITE REPRESENTATIVE approval to proceed: 1. Structural steel 2. Miscellaneous structural metals 3. Structural concrete 4. Foundation construction 5. Bearing and retaining walls (abutments) 6. Structural decking 7. Asphalt Concrete pavement 1.4 OPERATIONAL AND SAFETY LIMITATIONS A. The CONTRACTOR shall not cut-and-patch operational elements and safety-related components in a manner resulting in a reduction of capacities to perform in the manner intended or resulting in decreased operational life, increased maintenance, or decreased safety. B. Prior to cutting-and-patching the following categories of WORK, the CONTRACTOR shall obtain the SITE REPRESENTATIVE'S approval to proceed: 09/29/08 Contract No. 4700 CUTTING AND PATCHING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01045 OVER CARLSBAD BOULEVARD 1. Sheeting, shoring and cross bracing. 2. Any utilities attached to the bridge structure or passing through the abutments or support bents of the bridge. 1.5 VISUAL REQUIREMENTS A. The CONTRACTOR shall not cut-and-patch WORK exposed on the exterior in a manner resulting in a reduction of visual aesthetic qualities, or resulting in substantial visual evidence of the cut-and-patch work, as judged solely by the SITE REPRESENTATIVE. The CONTRACTOR shall remove and replace WORK judged by the SITE REPRESENTATIVE to have been cut-and-patched in a visually unsatisfactory manner, and at no additional cost to the OWNER. 1.6 APPROVALS A. Where prior approval of cutting-and-patching is required, the CONTRACTOR shall submit the request well in advance of time when the WORK will be performed. The request should include a description of why cutting-and-patching cannot reasonably be avoided, how it will be performed, how structural elements (if any) will be reinforced, products to be used, firms and tradesmen to perform the WORK, approximate dates of the WORK, and anticipated results in terms of structural, operational, and visual variations from the original WORK. B. The CONTRACTOR shall also request approval to proceed prior to starting WORK of this Section. PART 2 - PRODUCTS 2.1 MATERIALS USED IN CUTTING-AND-PATCHING A. Except as otherwise indicated, the CONTRACTOR shall provide materials for cutting- and-patching which will result in equal-or-better WORK than the Work being cut-and- patched, in terms of performance characteristics and including visual effects where applicable. The CONTRACTOR shall use material specified in the project SPECIFICATIONS and DRAWINGS. B. Materials shall comply with the requirements of the SPECIFICATIONS and the DRAWINGS, wherever applicable. PART 3 - EXECUTION 3.1 PREPARATION A. The CONTRACTOR shall provide adequate temporary support for WORK to be cut to prevent failure. B. The CONTRACTOR shall provide adequate protection of other WORK during cutting- and-patching. 09/29/08 Contract No. 4700 CUTTING AND PATCHING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01045 OVER CARLSBAD BOULEVARD 3.2 INSTALLATION A. The CONTRACTOR shall employ skilled tradesmen to perform cutting-and-patching. Except as otherwise indicated, the CONTRACTOR shall proceed with cutting-and- patching at the earliest feasible time and perform the WORK promptly. B. The CONTRACTOR shall use methods least likely to damage WORK to be retained and WORK adjoining. 1 . In general, where physical cutting action is required, the CONTRACTOR shall cut WORK with sawing and grinding tools, not with hammering and chopping tools. Openings through concrete work shall be core drilled. 2. Comply with the requirements of Technical Specifications wherever applicable. C. The CONTRACTOR shall patch with seams that are as invisible as possible and comply with specified tolerances for the WORK. D. The CONTRACTOR shall restore exposed seams of patched area; and, where necessary, extend finish restoration onto retained WORK adjoining, in a manner which will eliminate evidence of patching. PART 4 - MEASUREMENT AND PAYMENT 4.1 CUTTING AND PATCHING A. Full compensation for conforming to the requirements of this Section, CUTTING AND PATCHING, including all labor, material, equipment, tools, and incidentals will be considered included in the price paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed. END OF SECTION ** 09/29/08 Contract No. 4700 CUTTING AND PATCHING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01045 OVER CARLSBAD BOULEVARD SECTION 1400 QUALITY CONTROL PART 1 - GENERAL 1.1 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the WORK due to its failure to comply with this requirement. B. The CONTRACTOR shall inspect related and appurtenant work and shall report in writing to the OWNER any conditions which will prevent proper completion of the WORK. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR at its sole cost and expense. C. Quality Control for this WORK shall be in accordance with the General Provisions, Section 4 - Control of Material and the following supplemental provisions. 1.2 RELATED SECTIONS A. General Provisions of the Contract, Section 4 - Control of Material. 1.3 INSPECTION OF THE WORK A. The WORK shall be conducted under the general observation of the OWNER and shall be subject to inspection by representatives of the OWNER acting on behalf of the OWNER to insure compliance with the requirements of the CONTRACT DOCUMENTS. Such inspection may include shop or field inspection, as required. The OWNER shall be permitted access to all parts of the WORK. B. The presence of the OWNER or any inspector(s) shall not relieve the CONTRACTOR of the responsibility for the proper execution of the WORK in accordance with all requirements of the CONTRACT DOCUMENTS. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the OWNER or of any inspector(s). C. All materials or articles furnished by the CONTRACTOR shall be subject to rigid inspection, and no materials or articles shall be used in the WORK until they have been inspected and accepted by the OWNER or his representative. 1.4 TIME OF INSPECTION AND TESTS A. Samples and test specimens required under these SPECIFICATIONS shall be furnished and prepared for testing in ample time for the completion of the necessary tests and analyses before said articles or materials are to be used. The CONTRACTOR shall furnish and prepare all required test specimens at its own expense. Except as 09/29/08 Contract No. 4700 QUALITY CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01400 OVER CARLSBAD BOULEVARD otherwise provided in the CONTRACT DOCUMENTS, performance of the required tests will be by the OWNER, all costs therefore will be borne by the OWNER at no cost to the CONTRACTOR; except, that the costs of any test which shows unsatisfactory results shall be borne by the CONTRACTOR. Whenever the CONTRACTOR is ready to backfill, bury, cast in concrete, hide, or otherwise cover any WORK under the CONTRACT, the OWNER shall be notified not less than 24 hours in advance of the covering. Failure of the CONTRACTOR to notify the OWNER at least 24 hours in advance of any such inspections shall be reasonable cause for the OWNER to order a sufficient delay in the CONTRACTOR'S schedule to allow time for such inspections and any remedial or corrective work required, and all costs of such delays, including its effect upon other portions of the WORK, shall be borne by the CONTRACTOR. 1.5 SAMPLING AND TESTING A. When not otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of. ASTM, as applicable to the class and nature of the article or materials considered; however, the OWNER reserve the right to use any generally accepted system of inspection which, in the opinion of the OWNER will insure the quality of the workmanship is in full accord with the CONTRACT DOCUMENTS. B. Any waiver of any specific testing or other quality assurance measure, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial work, shall not be construed as a waiver of any technical or qualitative requirements of the CONTRACT DOCUMENTS. C. Notwithstanding the existence of such waiver, the OWNER shall reserve the right to make independent investigations and tests as specified in the following paragraph and, upon failure of any portion of the WORK to meet any of the qualitative requirements of the CONTRACT DOCUMENTS, shall be reasonable cause for the OWNER to require the removal or correction and reconstruction of any such WORK. D. In addition to any other inspection or quality assurance provisions that may be specified, the OWNER shall have the right to independently select, test, and analyze, at the expense of the OWNER, additional test specimens of any or all of the materials to be used. Results of such tests and analyses shall be considered along with the tests or analyses made by the CONTRACTOR to determine compliance with the applicable SPECIFICATIONS for the materials so tested or analyzed; provided, that wherever any portion of the WORK is discovered, as a result of such independent testing or investiga- tion by the OWNER, which fails to meet the requirements of the CONTRACT DOCUMENTS, all costs of such independent inspection and investigation, and all costs of removal, correction, and reconstruction or repair of any such WORK shall be borne by the CONTRACTOR. 1.6 RIGHT OF REJECTION A. The OWNER or the OWNER'S inspector shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to 09/29/08 Contract No. 4700 QUALITY CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01400 OVER CARLSBAD BOULEVARD meet the requirements of the CONTRACT DOCUMENTS, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the WORK at the site. If the OWNER or inspector, through an oversight or otherwise, has accepted materials or WORK which is defective or which is contrary to the CONTRACT DOCUMENTS, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be rejected by the OWNER. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the WORK after notification or rejection. C. All costs or removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) PART 4 - MEASUREMENT AND PAYMENT 4.1 QUALITY CONTROL A. Full compensation for conforming to the requirements of this Section, QUALITY CONTROL, including all labor, materials, equipment, tools, and incidentals will be considered included in the price paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 Contract No. 4700 QUALITY CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01400 OVER CARLSBAD BOULEVARD SECTION 01530 PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall protect existing facilities in accordance with the General Provisions, Section 7-9 - Protection and Restoration of Existing Improvements and the following supplemental provisions. B. The CONTRACTOR shall be responsible for taking all precautions, providing all programs and taking all actions to protect the WORK, property (including the protection of roadways and property below the Palomar Airport Road Bridge) and all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all as specified herein, and in accordance with the requirements of the CONTRACT DOCUMENTS. C. The CONTRACTOR'S actions to prevent injury, damage, or loss shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the WORK, the work of any other contractor, or utility service company. 2. Provide suitable storage facilities for all materials which are subject to damage by exposure to weather, theft, breakage, or otherwise. 3. Place upon the WORK or any part thereof only such loads as are consistent with the safety of that portion of the WORK. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the WORK shall present a safe, orderly and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, and other hazardous areas and shall adhere to all precautions as identified in Section 1570 Traffic Regulations. D. The CONTRACTOR shall not, except with prior written consent from proper parties, enter or occupy privately-owned land with personnel, tools, materials or equipment, except on easements provided herein. E. CONTRACTOR shall assume full responsibility for the preservation of all public and private property or facility on, below, or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at his expense, to a condition equal to or better than that existing before the damage was done. 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD F. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR'S work. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the SITE REPRESENTATIVE. G. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. H. The CONTRACTOR shall recover and replace the surveying monument disk located in the concrete sidewalk in the north east corner of the bridge. The CONTRACTOR shall hire the services of a qualified Land Surveyor, licensed in the state of California, to reestablish and place the monument in the same position as it currently exists and submit all required documentation to the appropriate authority having authority over the monument. 1.2 RELATED SECTIONS A. The WORK of the following Section applies to WORK of this Section. Other Sections of the Specification, not referenced below, shall also apply to the extent required for proper performance of the WORK. 1. Section 01045, Cutting and Patching 2. General Provisions of the Contract, Section 7 - Responsibilities of the Contractor. 1.3 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until notified by the SITE REPRESENTATIVE that the OWNER has secured authorization from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin work, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, or structure or replace the same. 1.4 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD 1.5 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms, concrete curbs, gutters, or sidewalks cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the CONTRACT DOCUMENTS or in the requirements of the agency issuing the permit. All temporary and permanent pavements shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be subject to the requirements of Section 01045, Cutting and Patching, in addition to requirements set forth herein. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. The CONTRACTOR is responsible for the replacement of traffic detector loops damaged or removed during construction which are associated with existing traffic controls. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.6 EXISTING UTILITIES AND APPURTENANCES A. General: The CONTRACTOR shall protect all underground utilities and appurtenances that may be affected or impaired during construction operations. The CONTRACTOR is responsible for ascertaining the actual location of all existing utilities and appurtenances that will be encountered during his construction operations, and to assure that such utilities or other improvements are adequately protected from damage from such operations. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will be notified by the CONTRACTOR to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the utility owner or operator sufficiently in advance of the 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD WORK for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the SITE REPRESENTATIVE and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. OWNER'S Right of Access: The right is reserved to the OWNER and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of- way, or easement for the purpose of making changes in their property made necessary by the WORK of this CONTRACT. E. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR. F. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the SITE REPRESENTATIVE. If directed by the SITE REPRESENTATIVE, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work. The CONTRACTOR shall make all reasonable efforts to have all existing utility locations identified before any excavation begins by calling Dig Alert or directly contacting the individual utilities. G. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the CONTRACT DOCUMENTS with reasonable accuracy, and for equipment on the project which was actually working on that portion of the WORK which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the contract provisions. H. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement owner before being concealed by backfill or other work. I. Maintaining in Service: All oil and gasoline pipelines, power, telephone communication cable ducts, natural gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all operations under the CONTRACT, unless other arrangements satisfactory to the SITE REPRESENTATIVE are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD damage due to his operations, and the provisions of this Section shall not be abated even if such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.7 EXCAVATION NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of existing underground facilities, including all water, sewer, storm drain, gas, petroleum products; or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way, the CONTRACTOR shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said owners or agencies can locate the utilities and be present during such work if required. CONTRACTOR shall also comply with the following notification requirements: 1. All known underground structures, except water, gas, sewer, electric, telephone and cable television service connections, are shown. This information is shown for the assistance of the CONTRACTOR, in accordance with the best information available, but is not guaranteed to be correct or complete. 2. The CONTRACTOR shall explore ahead of any trenching and excavation work and shall uncover all obstructing underground structures sufficiently to determine their location, to prevent damage, to them and to prevent interruption to the services which such structures provide. If the CONTRACTOR damages an underground structure, he shall restore it to original condition at his own expense. 3. Necessary changes in the location of the WORK may be directed by the SITE REPRESENTATIVE to avoid unanticipated underground structures. 4. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the CONTRACT DOCUMENTS, the SITE REPRESENTATIVE will direct CONTRACTOR, in writing, to perform the WORK, which shall be paid for under the provisions of the General Conditions. 1.8 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: Underground structures are defined to include, but are not limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adjacent to the limits of the WORK. B. Surface Structures: Surface structures are defined as all existing buildings, structures and other facilities above the ground surface, their foundations, or any extension below the surface, and include, but are not limited to, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and other facilities visible above the ground surface. C. Protection of Underground and Surface Structures: 1. The CONTRACTOR shall sustain in their places and protect from direct or indirect injury all underground and surface structures located within or adjacent to 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD the limits of the WORK. Such sustaining and supporting shall be done carefully and as required by the party owning or controlling such structure. Before proceeding with the WORK of sustaining and supporting such structure, the CONTRACTOR shall satisfy the SITE REPRESENTATIVE that the methods and procedures to be used have been approved by the party owning same. 2. The CONTRACTOR shall assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the WORK. The CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by his work to any structure. The CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the owner of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs, which are temporarily removed to facilitate installation of the WORK, shall be replaced and restored to their original condition at the CONTRACTOR'S expense. 1.9 PROTECTION OF CARLSBAD BLVD. A. The CONTRACTOR shall protect Carlsbad Blvd. during entire construction period. B. Proper protective covering shall be used when moving heavy equipment, handling materials or other loads, during demolition of existing facilities, handling concrete, steel, mortar and grout and when cleaning exposed areas requiring repair and / or replacement. C. Use metal pans to collect all oil and cuttings from pipe, conduit, or rod threading machines and under all metal cutting machines. D. Load bearing repairs less than 28 days old shall not be loaded without written permission of the SITE REPRESENTATIVE. No load bearing elements shall be loaded in excess of its design loading. E. Traveled way traffic decking or sidewalks shall not be loaded without written permission of the SITE REPRESENTATIVE. F. The CONTRACTOR shall restrict access to vehicular travel lanes except as required by the WORK and as approved on the Traffic Control Plans. 1.10 PROTECTION OF INSTALLED PRODUCTS A. Provide protection of installed products to prevent damage from subsequent operations. Remove protection facilities when no longer needed prior to completion of WORK. No extra payment will be allowed for this work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) 09/29/08 Contract No. 4700 PROTECTION OF EXISTING FACILITIES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01530 OVER CARLSBAD BOULEVARD PART 4 - MEASUREMENT AND PAYMENT 4.1 PROTECTION OF EXISTING FACILITIES A. Full compensation for conforming to the requirements of this Section, PROTECTION OF EXISTING FACILITIES, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PROTECTION OF EXISTING FACILITIES 01530 SECTION 01560 ENVIRONMENTAL PROTECTION PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. B. C. The CONTRACTOR shall be responsible to assure that all of his employees and agents observe and comply with existing laws, ordinances, regulations and orders, in effect for the protection of the total environment. The CONTRACTOR shall provide the following environmental controls: 1. Chemicals Handling. 2. Noise Abatement. 3.Additional Environmental Controls. In addition, the CONTRACTOR shall implement all controls described in the approved environmental documents and the Mitigation Monitoring and Reporting Program (MMRP) prepared for this Project. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to WORK of this Section. Other Sections of the SPECIFICATIONS not referenced below shall also apply to the extent required for acceptable performance of the WORK. 1. General Provisions of the Contract, Section 7 - Responsibility of the Contractor. 1.3 LAYOUT, REMOVAL, AND CLEAN-UP OF TEMPORARY ENVIRONMENTAL CONTROLS A. Submit for approval in accordance with the General Provisions, Section 2-5.3 (Submittals), working drawings showing proposed locations and details of environmental controls to be implemented in accordance with the requirements of the California Environmental Quality Act, Mitigation Monitoring and Reporting Program (MMRP), permits, mandates, regulations, and ordinances applicable to this project. Upon substantial completion of the WORK, the CONTRACTOR shall remove and dispose of all temporary structures, surplus environmental control material, and rubbish from right of way, staging areas, and any other areas utilized by the CONTRACTOR, in an acceptable manner and in accordance with local regulations. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 ENVIRONMENTAL PROTECTION 01560 1.4 CHEMICALS HANDLING A. All chemicals used during project construction or furnished for project operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall be used and stored in accordance with procedures established by the U.S. Environmental Protection Agency, the U.S. Department of Agriculture, or any other resource agency. Use of all such chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. 1.5 NOISE ABATEMENT A. Reference is made to the General Provisions, Section 7-5 (Permits). 1.6 ADDITIONAL ENVIRONMENTAL CONTROLS A. The CONTRACTOR is directed to the prepared MMRP for this project for additional environmental controls. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) PART 4 - MEASUREMENT AND PAYMENT 4.1 ENVIRONMENTAL PROTECTION A. Full compensation for conforming to the requirements of this Section, ENVIRONMENTAL PROTECTION, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 ENVIRONMENTAL PROTECTION 01560 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall be responsible for providing products and materials in conformance with the requirements of these SPECIFICATIONS, and for product delivery, storage, and handling in conformance with manufacturer's recommendations and as specified herein. B. Products are defined as material, components, equipment, fixtures, and systems incorporated into and forming the WORK. 1.2 RELATED SECTIONS A. The work of the following Sections apply to work of this Section. Other Sections of the SPECIFICATIONS, not referenced below, shall also apply to the extent required for proper performance of the WORK. 1. Section 01400, Quality Control. 2. Section 01630, Substitutions. 3. General Provisions of the Contract. 1.3 SUBMITTALS A. Within 30 days after the start of the Project as established by the Notice to Proceed, submit a complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. Submit Shop Drawings and other submittals as required elsewhere in the SPECIFICATIONS. 1.4 PRODUCT DELIVERY A. The delivery, transportation, handling, and storage of equipment and material required for the WORK shall be in accordance with the General Provisions, Section 4-2 - Materials Transportation, Handling, and Storage and the following supplemental provisions. B. The CONTRACTOR shall arrange with the United States Postal Service for a special mailing address for the project. All deliveries shall be made to that address. No deliveries will be accepted by the OWNER. C. The CONTRACTOR shall arrange deliveries of products in accordance with progress ^^ schedules and in sufficient time to allow for inspection by the SITE REPRESENTATIVE i prior to installation. 09/29/08 Contract No. 4700 MATERIAL AND EQUIPMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01600 OVER CARLSBAD BOULEVARD D. The CONTRACTOR shall coordinate deliveries to avoid conflict with the WORK and conditions at site and to accommodate the following: 1. Work of other contractors, or the OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. E. Products shall not be shipped from the manufacturer's or fabricator's facility or delivered to project site until related Shop Drawings, including shop or factory test reports and records, have been accepted and returned as approved by the SITE REPRESENTATIVE. F. Shipments of materials to the CONTRACTOR or subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party with the name of the CONTRACTOR, project, street number, and city. Shipments shall not be delivered to the OWNER. G. Products shall not be delivered to the site until required storage facilities have been provided and are ready to receive products for storage. H. Products shall be delivered to site in manufacturer's original, unopened, labeled containers. The CONTRACTOR shall keep the SITE REPRESENTATIVE informed of delivery of all equipment to be incorporated in the WORK. I. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. J. Immediately upon delivery, the CONTRACTOR shall inspect shipment to assure: 1. Product complies with requirements of the CONTRACT DOCUMENTS and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, and labels are legible. 4. The manufacturer shall ensure that all delivered products are properly protected and undamaged. K. The manufacturer shall package or crate products to protect from damage during shipping, handling, and storage. 1. Mark or tag outside of packing to indicate contents by name and product / equipment number, special precautions for handling, and recommended requirements for storage. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 MATERIAL AND EQUIPMENT 01600 2. Protect machined and unpainted parts subject to damage by the elements. 3. Transport and handle products in accordance with manufacturer's written instructions. 4. Inspect shipments to assure products comply with requirements, quantities are correct, and products are undamaged. 1.5 PRODUCT HANDLING The CONTRACTOR shall: A. Provide equipment and personnel necessary to handle products, including those provided by the OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or over stressing. D. Lift heavy components only at designated lifting points. E. Ensure that all materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. 1.6 PRODUCT STORAGE A. The CONTRACTOR shall store and protect materials in accordance with manufacturer's recommendations and requirements of the CONTRACT DOCUMENTS. B. The CONTRACTOR shall ensure that the manufacturer's product containers shall not be opened until time of installation. C. The CONTRACTOR shall make all arrangements and provisions necessary for the storage of materials and equipment. All excavated materials, construction equipment, and materials and equipment to be incorporated into the WORK shall be placed so as not to injure any part of the WORK or existing facilities and so that free access can be maintained at all times to all parts of the WORK and to all public utility installations in the vicinity of the WORK. Materials and equipment shall be kept neatly and compactly stored in locations that will cause a minimum of inconvenience to the OWNER, other contractors, public travel, adjoining owners, tenants and occupants. Arrange storage in a manner to provide easy access for inspection. D. Areas available on the construction site for storage of materials and equipment shall be within the project site or at other sites approved by the SITE REPRESENTATIVE. Products shall not be stored inside the structures being constructed. 09/29/08 Contract No. 4700 MATERIAL AND EQUIPMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01600 OVER CARLSBAD BOULEVARD E. Materials and equipment shall be stored to facilitate inspection and to ensure preservation of the quality and fitness of the WORK, including proper protection against damage by freezing and moisture. 1. Arrange storage to provide access for inspection and inventory control. a. Periodically inspect to assure products are undamaged, and are maintained under required conditions. b. Maintain an inventory of materials stored to facilitate inspection and estimate progress payments for materials delivered but not yet installed. 2. Store products in accordance with manufacturer's written instructions, with seals and labels intact and legible. Store sensitive products in weather-tight enclosures; maintain within temperature and humidity ranges required by manufacturer's written instructions. F. Products subject to damage by moisture, freezing, or other effects of the elements shall be stored inside weatherproof storage areas that are equipped with suitable temperature and moisture controls. G. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. H. Store loose granular materials on solid surfaces in a well-drained area; prevent mixing with foreign matter. I. Lawns, grass plots, or other private property shall not be used for storage purposes without written permission of the OWNER or other person in possession or control of such premises. J. The CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. K. If necessary to move stored materials and equipment prior to or during construction, the CONTRACTOR shall move materials and equipment without any additional compensation. PART 2 - PRODUCTS 2.1 GENERAL PRODUCT REQUIREMENTS A. B. Provide new industrial quality products unless used or reuse of existing is specifically authorized in the CONTRACT DOCUMENTS. Provide standard catalogue products of manufacturers regularly engaged in the manufacture of the products unless specifically authorized otherwise. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 MATERIAL AND EQUIPMENT 01600 1. Provide products that comply with specified requirements and that will function properly in their expected environment and under expected service conditions. 2. Where two or more units of the same product class are provided, provide products from the same manufacturer that are interchangeable. 3. Factory assemble equipment when practical. 4. For equipment shipped unassembled, provide with assembly plans and written instructions. Match-mark or tag separate parts and assemblies to facilitate field assembly. 5. Install products in accordance with requirements of the CONTRACT DOCUMENTS and approved recommendations of manufacturer. C. The CONTRACTOR shall make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the WORK. D. Product fabrication, manufacture, or purchase shall not begin until related Shop Drawings are accepted and returned without objection by the SITE REPRESENTATIVE. 2.2 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Provide any product meeting those standards. B. Products Specified by Naming One or More Manufacturers: Submit a Substitution Request for any manufacturer not specifically named. Product fabrication, manufacture, or purchase shall not begin until Substitution Requests and subsequent related Shop Drawings are returned without objection by the SITE REPRESENTATIVE. PART 3 - EXECUTION 3.1 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate satisfactory operation of each system to the SITE REPRESENTATIVE and the OWNER'S PERSONNEL. PART 4 - MEASUREMENT AND PAYMENT 4.1 MATERIALS AND EQUIPMENT A. Full compensation for conforming to the requirements of this Section, MATERIALS AND EQUIPMENT, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 Contract No. 4700 MATERIAL AND EQUIPMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01600 OVER CARLSBAD BOULEVARD SECTION 01630 SUBSTITUTIONS o PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall submit a Request for Substitution for any product or material or manufacturer not specifically named in the SPECIFICATIONS or the Approved Materials List. The Request for Substitution shall conform to the requirements of this Section, and shall contain complete data substantiating that the proposed substitution complies with the CONTRACT DOCUMENTS. B. The CONTRACTOR shall conform to the CONTRACTOR'S options regarding selection of manufacturers, fabricators, suppliers, or distributors of products, materials, or equip- ment as defined in the General Provision, Section 4-1.6 (Trade Names or Equals). C. For CONTRACTOR'S options requiring a Request for Substitution, the CONTRACTOR shall submit a written Request for Substitution as defined below. 1.2 RELATED SECTIONS A. The WORK of the following Sections apply to WORK of this Section. WORK of other Sections of the SPECIFICATIONS, not referenced below, shall also apply to the extent required for proper performance of the WORK. 1. Section 01400, Quality Control. 2. Section 01600, Materials and Equipment. 3. General Provision of the Contract 1.3 SUBSTITUTIONS A. During a period of thirty-five (35) days from the date of the Notice to Proceed, the SITE REPRESENTATIVE will accept written requests from the CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After the specified period has elapsed, Requests for Substitution will be considered only in the case that the specified product is not available, or other unforeseen events or conditions beyond the control of the CONTRACTOR. B. Submit five (5) copies of the Request for Substitution. Submit a separate request for each item, product, material, or equipment specified. In addition to the requirements set forth in the CONTRACT DOCUMENTS, include in each request the following: 1.For products or manufacturers: 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 SUBSTITUTIONS 01630 a. Manufacturer's information, including manufacturer's name and address, contact person name and telephone number, and company data - history, facilities, distribution facilities, technical support, sales offices, and similar information. b. Manufacturer's product literature with product description, performance and test data, and reference standards. c. Samples, if appropriate. d. Name and address of the nearest service and technical support facility, including a current contact name and telephone number. e. Reference list of current owner names and addresses, including contact names and telephone numbers, of similar projects in which manufacturer or product was used. Include the number of units installed and dates of installation. 2. For construction methods (if specified): a. Detailed description of proposed construction method. b. Drawings illustrating construction method. 3. Such other data that the SITE REPRESENTATIVE and the OWNER may request to establish that the proposed substitution is equal to the specified manufacturer, product, or construction method. Failure to provide such additional data, or failure to provide requested data in a timely manner will be grounds for rejection of the substitution request. 4. The CONTRACTOR shall be solely responsible for demonstrating that the proposed substitution is equal to the specified manufacturer, product or construction method. C. In making a request for substitution, the CONTRACTOR represents that: 1. The CONTRACTOR has investigated the proposed substitution and determined that it is equal to, or superior in all respects, to the product, manufacturer or construction method specified. 2. The CONTRACTOR will provide the same or better guarantees or warranties for the proposed substitution as for the product, manufacturer or method specified. 3. The CONTRACTOR waives all claims for additional costs or extensions of time related to the proposed substitution that may subsequently become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the CONTRACT DOCUMENTS. 09/29/08 Contract No. 4700 SUBSTITUTIONS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01630 OVER CARLSBAD BOULEVARD 2. It will delay completion of the WORK on this CONTRACT or the work of other contractors. 3. The substitution is merely indicated or implied on a Shop Drawing Submittal, and is not accompanied by a formal written Request for Substitution from the CONTRACTOR. 4. The CONTRACTOR fails to demonstrate that the proposed substitute manufacturer, product, or construction method is equal to that specified. The SITE REPRESENTATIVE shall have sole authority for determining whether or not the proposed substitute is equal to the specified manufacturer, product, or construction method. E. If the SITE REPRESENTATIVE or the OWNER determines that a proposed substitute is not equal to that specified, the CONTRACTOR shall furnish the specified product, manufacturer or method specified, with no allowance made for delay to the Project, and at no additional cost to the OWNER. F. Only one Substitution Request will be considered for each product. When the SITE REPRESENTATIVE does not accept a proposed substitution, the CONTRACTOR shall provide the specified manufacturer, product, or construction method with no allowance made for delay to the Project, and at no additional cost to the OWNER. G. Submit Shop Drawings in accordance with the General Provisions, Section 2-5.3 (Submittals), and the appropriate technical sections for those proposed substitutions that are accepted by the SITE REPRESENTATIVE. Acceptance of a substitution does not relieve the CONTRACTOR from the requirements for submission of Shop Drawings and other information as set forth in the CONTRACT DOCUMENTS. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) PART 4 - MEASUREMENT AND PAYMENT 4.1 SUBSTITUTIONS A. Full compensation for conforming to the requirements of this Section, SUBSTITUTIONS, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 SUBSTITUTIONS 01630 SECTION 01720 RECORD DOCUMENT PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall maintain and provide the SITE REPRESENTATIVE with Record Documents ("As-Builts") as specified below. Where the phrase "As-Builts" is used, it shall mean Record Drawings or Record Documents. Record Documents shall be updated to show current revisions as a condition precedent to monthly progress payments. B. Maintenance of Documents: 1. The OWNER will furnish three sets of CONTRACT DRAWINGS, including Addenda, to the CONTRACTOR. 2. The CONTRACTOR shall maintain in the CONTRACTOR'S field office in clean, dry, legible condition at a secure location, a complete set of the following: CONTRACT DOCUMENTS, addenda, approved Shop Drawings, product data, photographs, Change Orders, other modifications to CONTRACT DOCUMENTS, test records, survey data, field orders, and all other documents pertinent to CONTRACTOR'S Work. 3. The CONTRACTOR shall provide files and racks for proper storage and easy access. File in accordance with filing format of Construction Specifications Institute (CSI), unless otherwise approved by the SITE REPRESENTATIVE. 4. The CONTRACTOR shall have documents available at all times for review by the SITE REPRESENTATIVE and OWNER during normal working hours. 5. Record Documents shall not be used for any other purpose and shall not be removed from the CONTRACTOR'S office without the SITE REPRESENTATIVE'S approval. C. Marking System: Provide colored pencils or felt tipped pens for marking changes, revisions, additions, and deletions to the record set of CONTRACT DRAWINGS to show actual installation conditions. Use the following color code unless otherwise approved by the SITE REPRESENTATIVE. 1. Changes or additions to Work: Red. 2. Deletions: Green. 3. Printed Notation: Black. 09/29/08 Contract No. 4700 RECORD DOCUMENTS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01720 OVER CARLSBAD BOULEVARD D. Recording: 1. Label the Cover Sheet, Index and each supplemental sheet of every individual document "PROJECT RECORD" in 2-inch high printed letters. 2. Keep record documents current. 3. Do not permanently conceal any portions of the WORK until required information has been recorded. 4. As-Built Drawings: a. b. Maintain a clean, undamaged set of blue or black line white-prints of CONTRACT DRAWINGS and Shop Drawings as As-Built Drawings. Legibly mark As-Built Drawings to show actual conditions, locations and installation details that vary from the representations on the original CONTRACT DOCUMENTS. c. Where Shop Drawings more accurately portray WORK, record a cross- reference at corresponding location on CONTRACT DRAWINGS. d. Give particular attention to concealed elements that would be difficult to measure and record at a later date. e. Mark new information that is important to the OWNER but was not shown on the CONTRACT DRAWINGS or Shop Drawings. f. Organize record drawing sheets into manageable sets. Bind sets with durable-paper cover sheets; print suitable titles, dates, and other identification on cover of each set. g. Provide depths of various elements of foundations in relation to site datum. h. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements shall be included. i. Locate internal utilities and appurtenances concealed in construction referenced to visible and accessible features of structures. j. Include field changes of dimensions and details. k. Include changes made by Change Order or Field Order, Request for Information, addenda, and submittals. I. Provide details not shown on the original CONTRACT DRAWINGS. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 RECORD DOCUMENTS 01720 5. Record Specifications and Addenda a. Maintain one complete copy of Project Specifications, including addenda as record SPECIFICATIONS. b. Include with Record Specifications one copy of other written construction documents, such as Change Orders, RFI's, and modifications issued in printed form during construction. c. Mark Record Specifications to show substantial variations in actual WORK performed in comparison with text of SPECIFICATIONS and modifications. d. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. e. Other pertinent data not originally specified. f. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. g. Note related As-Built Drawing information and Product Data. 6. Record Product Data: a. Maintain one copy of each Product Data submittal as Record Product Data. b. Note related change orders and markup of As-Built Drawings and Record Specifications. c. Mark Record Product Data to show significant variations in actual WORK performed in comparison with information submitted. Include variations in products delivered to site and from manufacturer's installation instructions and recommendations. d. Give particular attention to concealed products and portions of the WORK that cannot otherwise be readily discerned later by direct observation. 7. Record Samples: a. Comply with OWNER'S instructions regarding delivery to on-site storage area. 8. Miscellaneous Record Documents: a. Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of WORK. 09/29/08 Contract No. 4700 RECORD DOCUMENTS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01720 OVER CARLSBAD BOULEVARD E. b. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. c. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submittal: 1. The submittal of Record Documents shall be in accordance with the General Provisions, Section 2-5.4 (Record Drawings) and the following supplemental provisions. 2. The SITE REPRESENTATIVE shall review the CONTRACTOR'S updated Record Documents on a monthly basis as a prerequisite for recommending approval of the CONTRACTOR'S monthly progress payment. Failure of the CONTRACTOR to maintain updated Record Documents shall result in a delay for processing the CONTRACTOR'S monthly progress payment until such Record Documents are properly updated. Submittals shall be in accordance with the General Provisions, Section 2-5.3 (Submittals). 3. No later than 10 days after Substantial Completion and prior to Final Acceptance, the CONTRACTOR shall submit Record Documents to the SITE REPRESENTATIVE for review and comment. a. The Record Documents will be reviewed and returned to the CONTRACTOR within 10 days of receipt by the SITE REPRESENTATIVE. b. The CONTRACTOR shall make corrections and deliver the final Record Documents submittal not later than 30 days after the SITE REPRESENTATIVE returns the initial submittal and prior to final payment. c. Final payment or release of retention will not be made until Record Documents are accepted by the SITE REPRESENTATIVE. 4. Each submittal shall be accompanied by a transmittal letter containing: a. Date b. Project title and number c. CONTRACTOR'S name and address d. Title and number of each Record Document e. Certification that each document as submitted is complete and accurate f. Signature of the CONTRACTOR, or his authorized representative 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 RECORD DOCUMENTS 01720 1.2 RELATED SECTIONS A. The WORK of the following Sections apply to the WORK of this Section. WORK of other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. General Provisions of the Contract. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) PART 4 - MEASUREMENT AND PAYMENT 4.1 RECORD DOCUMENTS A. Full compensation for conforming to the requirements of this Section, RECORD DOCUMENTS, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 Contract No. 4700 RECORD DOCUMENTS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 01720 OVER CARLSBAD BOULEVARD SECTION 02050 DEMOLITION PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall furnish all labor, equipment, material, and incidentals necessary to perform and complete demolition WORK as called out on the CONTRACT DRAWINGS, and specified herein. B. In areas called out for demolition on the CONTRACT DRAWINGS, the CONTRACTOR shall remove, haul away, and appropriate dispose of identified materials. Identified materials shall include, but not limited to: 1 . Deteriorated and / or damaged concrete. 2. Deteriorated and / or damaged reinforcing steel and other miscellaneous metal items. 3. The existing metal guard rails, including rails, posts, vertical and horizontal members, base plates, and miscellaneous connection devices. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the SPECIFICATIONS, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 01045, Cutting and Patching 2. Section 01530, Protection of Existing Facilities 3. Section 01560, Environmental Protection 4. Section 02270, Erosion, Sedimentation, and Dust Control 5. General Provisions of the Contract. 1 .3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. The WORK of this Section shall comply with the current edition of the California Building Code as adopted by the authority having jurisdiction over the WORK. B. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted editions of the Regional and Supplemental Amendments. 09/29/08 Contract No. 4700 DEMOLITION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02050 OVER CARLSBAD BOULEVARD 1.4 CONTRACT SUBMITTALS A. The CONTRACTOR shall submit a demolition schedule to the OWNER'S SITE REPRESENTATIVE indicating what is to be demolished and the coordination of WORK for any shut off and continuation of utility services before the start of the demolition work. The schedule shall indicate the proposed methods and operations of facility demolition, and provide a sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. B. . Before completion of the WORK, the CONTRACTOR shall submit an Affidavit of Legal Disposal attesting to the lawful disposal of all demolished materials. C. Submittal shall be made in accordance with the General Provisions, Section 2-5.3 (Submittals). PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. Structure portions that require demolition in order to prepare the site for repairs shall be demolished and removed in compliance with good construction practices. Demolition of existing facilities should be kept to a minimum but still remove the deteriorated or damaged concrete, reinforcing steel, etc. as shown on the CONTRACT DRAWINGS. B. If the deteriorated or damaged material exceeds or is in addition to those areas identified on the CONTRACT DRAWINGS, the CONTRACTOR shall inform the SITE REPRESENTATIVE of the situation and not proceed with demolition in that identified area until permission is received from the SITE REPRESENTATIVE to proceed. 3.2 POLLUTION CONTROL A. Pollution control and suppression of dust shall be in compliance with SSPWC Section 7. B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.3 PROTECTION A. Safe passage of persons and vehicles around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people, vehicles and damage to adjacent portions of the project not requiring demolition and shall be in compliance with SSPWC Section 7. B. Shoring and bracing shall be provided to prevent movement, settlement, deformation or collapse of the structure from demolition efforts. 09/29/08 Contract No. 4700 DEMOLITION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02050 OVER CARLSBAD BOULEVARD C. Existing portion of the structure, appurtenances, etc. not to be demolished shall be protected and maintained as necessary and in accordance with SSPWC Section 7. D. The CONTRACTOR shall protect and maintain all other utilities during the demolition work. 3.4 DEMOLITION OF CONCRETE AND GUARDRAIL A. The CONTRACTOR shall remove the guardrail and deteriorated, unsound or damage concrete at the areas shown on the CONTRACT DRAWINGS. B. The CONTRACTOR shall saw cut the perimeter of the demolition to define the extent of the repair and create a working edge using a Vz" deep saw cut. C. The CONTRACTOR shall remove the concrete in order to expose un-corroded reinforcing steel, and remove concrete from behind the steel a minimum of %". D. The CONTRACTOR shall roughen the surface of the repair area to achieve an ICRI concrete surface equivalent to or greater than CSP 6. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, walks, vehicle traffic, and other adjacent utilities or facilities. Re-routing of traffic and traffic lanes shall be in accordance with the approved Traffic Control Plan prepared by the CONTRACTOR and submitted to and approved by the City of Carlsbad's City Engineer. All removed material not designated for salvage and all debris shall become the property of the CONTRACTOR. B. Site debris, rubbish, and other materials resulting from the demolition operations shall be removed and disposed of in compliance with all laws and regulations. Burning of removed materials from demolition, or other project construction activities is not permitted. 3.6 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match existing adjacent surfaces and in compliance with Section 01045, Cutting and Patching. B. The CONTRACTOR shall repair all damages caused to un-demolished portions of the project and to adjacent facilities by demolition to the satisfaction of the SITE REPRESENTATIVE, and at no additional cost to the OWNER. C. After patching and repairing has been completed, the CONTRACTOR shall carefully remove splatters of mortar from adjoining work and repair any damage caused by such cleaning operations. 09/29/08 Contract No. 4700 DEMOLITION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02050 OVER CARLSBAD BOULEVARD 3.7 PAVEMENT REMOVAL A. Any asphalt or concrete pavement that requires removal shall be saw cut on a neat line at right angles to the curb face. 3.8 PROTECTION OF EXISTING FACILITIES A. The CONTRACTOR shall preserve in operating condition, unless otherwise noted, all active utilities, including electrical services. The CONTRACTOR shall repair damage to such utilities caused by WORK under this CONTRACT to the satisfaction of the SITE REPRESENTATIVE. 3.9 SALVAGE A. The OWNER has the right to salvage any items scheduled for removal. The CONTRACTOR shall notify the SITE REPRESENTATIVE five (5) days prior to any salvage or demolition WORK to determine the disposition of items to be removed. The SITE REPRESENTATIVE will mark items to be salvaged. Such items shall be properly disconnected, removed from their foundations or attachment points, cleaned and stored at a location designated by the SITE REPRESENTATIVE. 3.10 CLEANING A. During and upon completion of the WORK, the CONTRACTOR shall promptly remove unused tool and equipment, surplus materials, rubbish, debris, and dust and shall leave the areas affected by the WORK in a clean condition in accordance with the General Provisions, Section 6-8 (Completion, Acceptance, and Warranty). B. The CONTRACTOR shall clean adjacent structures and facilities of dust, dirt and debris caused by demolition and return adjacent areas to the condition that existed prior to start of WORK. C. The CONTRACTOR shall clean and sweep the affected portions of the road / street, sidewalk, etc. daily. PART 4 - MEASUREMENT AND PAYMENT 4.1 DEMOLITION A. Full compensation for conforming to the requirements of this Section, DEMOLITION, including all labor, materials, equipment, tools, and incidentals will be considered included in the LUMP SUM price paid for this item of work in the Bid Schedule. **END OF SECTION** 09/29/08 Contract No. 4700 DEMOLITION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02050 OVER CARLSBAD BOULEVARD SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall furnish all labor, equipment, materials, and incidentals necessary to prepare the site for the specified repairs. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02050, Demolition 2. General Provisions of the Contract. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted editions of the Regional and Supplement Amendments. 1.4 CONTRACTOR SUBMITTALS A. Before starting the WORK, the CONTRACTOR shall have submitted a Storm Water Pollution Prevention Plan in accordance with the requirements of General Provisions. B. Before starting the WORK, the CONTRACTOR shall have submitted and received a Traffic Control Plan approved by the City Engineer of the City of Carlsbad, CA. C. Before completion of the WORK, the CONTRACTOR shall submit an Affidavit of Legal Disposal attesting to the lawful disposal of all materials removed by clearing, grubbing, and stripping. 1.5 DEFINITIONS A. The following definitions apply to the WORK of this Section: 1. Unsound concrete is defines as concrete that may have limited visual damage, but still may be of unacceptable nature due to delineation, subsurface voids, or other deleterious nature that have been identified by the OWNER or may be identified by the CONTRACTOR during the repair operations. 09/29/08 Contract No. 4700 SITE PREPARATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02100 OVER CARLSBAD BOULEVARD PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. Existing Conditions: The site shall be examined and the SITE REPRESENTATIVE shall be notified of any conditions that affect the WORK of this Section. B. Utility Interference: Where existing utilities interfere with the WORK of this Section, the SITE REPRESENTATIVE shall be notified of interferences, and notifications to the OWNERS of the affected utilities shall be provided in accordance with SSPWC Section 7. 3.2 SITE PREPARATION A. The CONTRACTOR shall inspect the site and identify all areas requiring repair. These areas shall include, but are not limited to: 1. Concrete cracks 2. Damaged or spalled concrete 3. Stained concrete 4. Concrete that may be of "unsound" quality. 5. Metal guardrail. PART 4 - MEASUREMENT AND PAYMENT 4.1 SITE PREPARATION A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 Contract No. 4700 SITE PREPARATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02100 OVER CARLSBAD BOULEVARD SECTION 02270 EROSION CONTROL PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall abide by the requirements for project site maintenance, including dust control as per the General Provisions, Section 7-8 (Project Site Management). B. The CONTRACTOR shall provide all labor, equipment, materials and incidentals to establish and maintain control measures to control erosion, sedimentation, and airborne dust as required by local regulations and by the OWNER, as shown on the DRAWINGS and as specified herein during the period of the CONTRACT. C. The CONTRACTOR shall establish, construct, and maintain erosion and sediment control measures. Silt control devices shall be installed in the appropriate locations before construction begins. Erosion control structures and measures shall be maintained until temporary ground cover is established to stop all sediment and erosion. All fines imposed for improper erosion and sedimentation control shall be paid by the CONTRACTOR responsible for the WORK, and no separate or additional compensation will be made. D. Temporary erosion and pollution control shall include construction work off-site where such work is necessary for borrow pit operations, haul roads, material stockpiles, or equipment storage sites. E. The CONTRACTOR shall acquire land disturbance permits from the local authority prior to commencing WORK. The CONTRACTOR shall be responsible for submitting to the local authority sufficient documents such that the local authority can acquire approval from the soils and water conservation authority having jurisdiction over the WORK. F. The CONTRACTOR shall install temporary erosion and sediment controls to assure that any storm water, other water, and drainage from job site areas that'may be stripped or modified of naturally existing or artificially established stabilization or protection against erosion shall pass through some type of filter system before being discharged, The CONTRACTOR shall be responsible for keeping all job site areas sufficiently moist to control dust. 1.2 SLOPE PROTECTION AND EROSION CONTROL A. Whenever steeper slopes or abrupt changes in grade are required, a diversion berm or ditch shall be constructed at the top of the slope to cause the surface water to flow along the diversion to a controlled down slope drainage. The diversion shall be protected against erosion with mulch or hay bales and paved inverts where needed. 09/29/08 Contract No. 4700 EROSION CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02270 OVER CARLSBAD BOULEVARD B. Silt barriers shall be constructed and maintained around all inlets throughout the construction period. Sediment accumulated behind silt barriers shall be removed when the ponding capacity behind the barrier is reduced by one-half. 1.3 SILTATION FENCES A. Silt fences shall be installed in the locations as indicated on the DRAWINGS. Silt fences shall be installed prior to clearing operations. Silt fences shall be kept in good repair and maintained throughout construction. Sediment shall be removed when the ponding capacity is reduced by one-half. B. Silt fences or barriers shall be constructed around all inlets to the stormwater system. They shall be repaired and maintained throughout construction. Sediment shall be removed when the ponding capacity behind the barrier is reduced by one-half. 1.4 DUST CONTROL A. The CONTRACTOR shall exercise precautionary measures to minimize dust emissions. This shall include, but is not limited to, periodic sprinkling or wetting of the site. The CONTRACTOR has the option of using a dust palliative. The CONTRACTOR must comply with all local air quality or other environmental requirements. PART 2 - PRODUCTS 2.1 SILT FENCE A. Silt fence shall be nylon reinforced polyester netting with fabric weight in excess of 4.0 ounces per yard and having a built-in cord running throughout the top edge of the fabric. Silt fence fabric shall be equal to Mirafi 100X, inert to chemicals commonly found in soil, and resistant to mildew, rot, insects, and rodent attack. Posts shall be either steel or 2-inch square pressure treated fir, southern pine or hemlock and shall be spaced not more than 6 feet on center. 2.2 STRAW ROLLS A. Straw rolls shall consist of clean, undecayed, firmly packed straw of nominal size and firmly bound by at least two separate circuits of rope or band material that will withstand weathering for a minimum of three months. 2.3 GRAVEL BAGS A. Bag Material: Bags shall be woven polypropylene, polyethylene or polyamide fabric, minimum unit weight 135 g/m2 (four ounces per square yard), mullen burst strength exceeding 2,070 kPa (300 psi) in conformance with the requirements in ASTM designation D3786, and ultraviolet stability exceeding 70% in conformance with the requirements in ASTM designation D4355. 09/29/08 Contract No. 4700 EROSION CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02270 OVER CARLSBAD BOULEVARD B. Bag Size: Each gravel-filled bag shall have a length of 450 mm (18 in), width of 300 mm (12 in), thickness of 75 mm (3 in), and mass of approximately 15 kg (33 Ib). Bag dimensions are nominal, and may vary based on locally available materials. Alternative bag sizes shall be submitted to the RE for approval prior to deployment. C. Fill Material: Gravel shall be between 10 mm and 20 mm (0.4 and 0.8 inch) in diameter, and shall be clean and free from clay balls, organic matter, and other deleterious materials. The opening of gravel-filled bags shall be between 13 kg and 22 PART 3 - EXECUTION 3.1 INSTALLATION A. Silt fences shall be installed by securely fastening silt fence fabric using wire ties. The silt fence shall be installed loosely with adjacent panels overlapped a minimum of 12 inches. Silt fence material shall be embedded at least six inches beneath ground surface and shall extend upward at least 1.5 feet above the disturbed area ground surface. The top edge of the fabric shall be reinforced or shall have a one-inch tuck. B. Straw rolls shall be installed in a row with ends tightly abutting. Rolls shall be securely anchored in place by wood stakes, steel fence pickets, or rebar driven through the roll. Stakes shall be driven flush with the roll and shall extend at least 18 inches beneath the roll into the underlying soil. C. When gravel bags are used as a linear control for sediment removal: ,<*"% 1. Install along a level contour. 2. Turn ends of gravel bag row up slope to prevent flow around the ends. Generally, gravel bag barriers shall be used in conjunction with temporary soil stabilization controls up slope to provide effective erosion and sediment control. D. When gravel bags are used for concentrated flows: 1. Stack gravel bags to required height using a pyramid approach. 2. Upper rows of gravel bags shall overlap joints in lower rows. 3. Construct gravel bag barriers with a set-back of at least 3 feet from the toe of a slope. Where it is determined to be not practicable due to specific site conditions, the gravel bag barrier may be constructed at the toe of the slope, but shall be constructed as far from the toe of the slope as practicable. E. Accumulated silt and debris shall be removed by the CONTRACTOR from behind the face of the silt fences as necessary to provide proper silt fence operation and when the ponding capacity is reduced by one-half. Clogged or damaged fabric shall be immediately replaced at no additional cost to the OWNER. F. Accumulated silt and debris and damaged or deteriorated bales shall be removed by the CONTRACTOR at no additional cost. 09/29/08 Contract No. 4700 EROSION CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02270 OVER CARLSBAD BOULEVARD G. Temporary construction exits shall be maintained in a condition that will prevent tracking or flow of mud out of the WORK area or onto public roads. 3.2 PROVISIONS FOR EROSION CONTROL DURING CONSTRUCTION A. The CONTRACTOR shall implement erosion control measures around all areas to be disturbed prior to disturbing ground in the area, to the satisfaction of the SITE REPRESENTATIVE. The SITE REPRESENTATIVE will periodically inspect erosion control structures to confirm that the CONTRACTOR is maintaining these features. B. The CONTRACTOR shall take sufficient precautions during construction to eliminate run-off of polluting substances such as silt, clay, wastes, fuels, oils, and bitumen into water supplies and surface waters. Special precautions shall be taken in the use of construction equipment to conduct operations in a manner that reduces erosion. C. The temporary drainage ditches, silt fences, and other erosion and sediment control features shall be maintained at locations identified by the SITE REPRESENTATIVE. D. Disposal of drainage from the site shall be at a location approved by the SITE REPRESENTATIVE. Drainage shall not be disposed of until silt and other sedimentary materials have been removed. Particular care shall be taken to prevent the discharge of unsuitable drainage to a water supply or surface water body. E. As a minimum, the following shall apply: 1. Staked rolls of straw, gravel bags, or approved silt fencing shall be provided at points where drainage from the work site leaves the site, to reduce the sediment content of the water. Sufficient rolls of straw, gravel bags, or silt fence shall be provided such that all flow will filter through the straw, gravel bags, or silt fence. Other methods, which reduce the sediment content to an equal or greater degree, may be used as approved by the SITE REPRESENTATIVE. F. Drainage leaving the site shall flow to natural water drainage courses in a manner that controls and prevents erosion of the drainage channels. PART 4 - MEASUREMENT AND PAYMENT 4.1 EROSION, SEDIMENTATION, AND DUST CONTROL A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 Contract No. 4700 EROSION CONTROL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02270 OVER CARLSBAD BOULEVARD SECTION 02510 ASPHALT CONCRETE PAVING PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall furnish all labor, equipment, material, and incidentals necessary to perform and complete ASPHALT CONCRETE PAVING WORK as called out on the CONTRACT DRAWINGS, and specified herein. B. In areas called out for Asphalt Concrete paving on the CONTRACT DRAWINGS, the CONTRACTOR shall clean and prepare the surface to receive the Asphalt Concrete paving, apply tack coat of paving asphalt to the prepared surface and edges, place and compact the Asphalt Concrete as shown on the CONTRACT DRAWINGS, apply seal coat over the entire AC bridge pavement per Greenbook Sections 203-9 and 302-8. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the SPECIFICATIONS, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 01045, Cutting and Patching 2. Section 01530, Protection of Existing Facilities 3. Section 01560, Environmental Protection 4. Section 02050, Demolition 5. Section 02270, Erosion, Sedimentation, and Dust Control 6. General Provisions of the Contract 7. Standard Specifications for Public Works Construction 8. General Provision of the Contract. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (Greenbook or SSPWC) together with the latest adopted editions of the Regional and Supplemental Amendments. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 ASPHALT CONCRETE PAVING 02510 1.4 ASTM Standards 1.5 CONTRACT SUBMITTALS A. The CONTRACTOR shall submit an Asphalt Concrete mix design for a "hot" mix to the OWNER'S SITE REPRESENTATIVE for review and approval. Asphalt Concrete shall not be placed until the SITE REPRESENTATIVE has approved the mix design and the method of placement proposed by the CONTRACTOR. B. Before acceptance the WORK, the CONTRACTOR shall submit test reports to the SITE REPRESENTATIVE that the Asphalt Concrete has been properly compacted and is ready for inspection by the SITE REPRESENTATIVE for satisfactory surface drainage. C. Submittal shall be made in accordance with the General Provisions, Section 2-5.3 (Submittals). PART 2 - PRODUCTS 2.1 GENERAL A. All required materials and equipment required for the placement, compaction, and finished surfacing of the Asphalt Concrete and asphaltic products shall be supplied by the CONTRACTOR or subcontractor or supplier to the CONTRACTOR. B. All products and material shall be new. No reclaimed or recycled products or materials will be acceptable. C. Asphalt Concrete and asphaltic products and materials shall be supplied by a reputable supplier that provides and prepares Asphalt Concrete products: 1. Hot Mix Asphalt Concrete shall meet the requirements of SSPWC Sections 203-6 and 302-5. AC shall be C2-PG64-10 for upper lift surface course and B-PG64-10 for lower lift base course. 2. Emulsified asphalt shall meet the requirements of grade SS-1 h, per SSPWC 203-3. Seal coat shall meet the requirements of SSPWC 203-9 and 302-8. 3. Clean sand shall meet the requirements of SSPWC Section 200-1.5.2 and 200- 1.5.5. PART 3 - EXECUTION 3.1 GENERAL A. Pavement portions that require demolition in order to prepare the site for repairs shall be demolished and removed in compliance with good construction practices (see Section 02050, DEMOLITION). Demolition of existing facilities should be kept to a minimum but still be removed to the designated existing asphalt pavement lines and limits as shown on the CONTRACT DRAWINGS. 09/29/08 Contract No. 4700 ASPHALT CONCRETE PAVING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02510 OVER CARLSBAD BOULEVARD B. If the required removal area exceeds or is in addition to those areas identified on the ^a^ CONTRACT DRAWINGS, the CONTRACTOR shall inform the SITE ^ REPRESENTATIVE of the situation and not proceed with demolition in that identified area until permission is received from the SITE REPRESENTATIVE to proceed. 1. Remove and dispose of existing Asphalt Concrete as shown on the CONTRACT DRAWINGS. 2. All existing Asphalt Concrete areas to be removed shall be saw cut along neat lines as shown on the CONTRACT DRAWINGS. All saw cuts shall be vertical and corners shall be at right angles. 3. Remove existing asphalt concrete within the designated limits down to the existing concrete bridge deck. 4. Grind the outside edge of the existing pavement to a depth of 1.5 inches, a minimum of six (6) inches beyond the saw cut line. 5. Dispose of Asphalt Concrete debris by appropriate and approved methods. 6. Clean the exposed concrete deck and ground surface of the existing pavement to remove all dust, grit and other debris left on the deck and pavement surfaces from the removal process. A C. Place a paving asphalt tack coat per SSPWC Section 302-5.4. Tack coat shall be ^J applied to all surfaces and edges where the Asphalt Concrete is to be placed. D. Asphalt Concrete shall be placed and spread as per SSPWC Section 302-5.5. E. Asphalt Concrete shall be rolled / compacted as per SSPWC Section 303-5.6. The compacted finished grades of the Asphalt Concrete shall match the existing grades. The 6-inch wide AC grind area shall also be paved to match existing grades. F. After AC paving has been completed, entire AC bridge pavement shall be seal coated per SSPWC Sections 203-9 and 302-8. G. Clean / sweep surface of asphalt concrete after curing to remove excess sand. Properly dispose of debris. 3.2 POLLUTION CONTROL A. Pollution control and suppression of dust shall be in compliance with SSPWC Section 7. B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.3 PROTECTION o 09/29/08 Contract No. 4700 ASPHALT CONCRETE PAVING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02510 OVER CARLSBAD BOULEVARD A. Safe passage of persons and vehicles around the area of asphalt placement shall be provided. Operations shall be conducted to prevent injury to people, vehicles and damage to adjacent portions of the project not requiring pavement surfacing and shall be in compliance with SSPWC Section 7. B. Existing and repaired portion of the structure, appurtenances, etc. shall be protected and maintained as necessary and in accordance with SSPWC Section 7. C. The CONTRACTOR shall protect and maintain all other utilities during the work. 3.4 CLEANING A. During and upon completion of the WORK, the CONTRACTOR shall promptly remove unused tool and equipment, surplus materials, rubbish, debris, and dust and shall leave the areas affected by the WORK in a clean condition in accordance with the General Provisions, Section 6-8 (Completion, Acceptance, and Warranty). B. The CONTRACTOR shall clean adjacent structures and facilities of dust, dirt and debris caused by demolition and pavement placement and return adjacent areas to the condition that existed prior to start of WORK. C. The CONTRACTOR shall clean and sweep the affected portions of the road / street, sidewalk, etc. daily. PART 4 - MEASUREMENT AND PAYMENT 4.1 ASPHALT CONCRETE PAVING A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the lump sum price paid for the Bid Item "AC Pavement and Seal Coat." Removal and disposal of existing pavement as shown on plans shall be considered included in the bid price paid for "General Demolition." **END OF SECTION** 09/29/08 Contract No. 4700 ASPHALT CONCRETE PAVING REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 02510 OVER CARLSBAD BOULEVARD SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete formwork. The WORK also includes: a. Providing openings in formwork to accommodate the WORK under this and other Sections and building into the formwork all items such as sleeves, anchor bolts, inserts and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. B. Coordination: Review installation procedures under other Sections and coordinate the installation of items that must be installed with the formwork. C. Related Sections:^% 1. Section 01600, Material and Equipment. ^**^ 2. Section 03200, Concrete Reinforcement. 3. Section 03251, Concrete Joints. 4. Section 03300, Cast-ln-Place Concrete. 1.2 QUALITY ASSURANCE A. Substratum Conditions: 1. The CONTRACTOR shall examine and the conditions under which concrete framework is to be performed, and notify the SITE REPRESENTATIVE in writing of any unsatisfactory conditions. Do not proceed with the WORK until all unsatisfactory conditions have been corrected in a manner acceptable to the SITE REPRESENTATIVE B. Reference Standards: Comply with applicable provisions and recommendations of the current editions of the following, except as otherwise shown or specified: 1. ACI 301, Specifications for Structural Concrete. 2. ACI 347, Recommended Practice for Concrete Formwork. -«*•% 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD 3. US Product Standard, PS-1. 4. California Building Code (CBC). 5. ACI 117, Specifications for Tolerances for Concrete Construction and Materials. C. Allowable Tolerances: 1. Variation from plumb: a. In lines and surfaces of columns, piers, walls, and in risers. (1) Maximum in any 10-feet of height: 1/4-inch. (2) Maximum for entire height: VS-inch. b. For exposed corner columns, control-joint grooves, and other exposed to view lines: (1) Maximum in any 20-foot length: 1/4-inch. (2) Maximum for entire length: 14-inch. 2. Variation from level or from grades specified: a. In slab soffits, beam soffits and in arises, measured before removal of supporting shores. (1) Maximum in any 10-feet of length: 1/4-inch. (2) Maximum in any bay or in any 20-foot length: 3/8-inch. (3) Maximum for entire length: Vi-inch. 3. Variation in sizes and location of sleeves, and wall openings: Maximum of %- inch. 4. Variation in horizontal plan location of beam, column and wall center lines from required location: Maximum of 1/£-inch. 5. Variation in cross sectional dimensions of columns and beams and in thickness of slabs and walls: Maximum of -1/4-inch, +1/2-inch. a. Thickness: (1) Decrease in specified thickness: 5 percent. (2) Increase in specified thickness: No limit except that which may interfere with other construction. 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD D. All items for permanent or temporary facilities shall be used in accordance with manufacturers instructions. 1.3 SUBMITTALS A. Shop Drawings: Submit for information purposes copies of manufacturer's data and installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. Submit shop drawings as per the General Provisions Section 2-5.3 (Submittals). 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Material and product delivery, storage, and handling shall be done as per Section 01600, Material and Equipment, and these supplemental provisions. B. On delivery to job site, place materials in area protected from weather. C. Store materials above ground on framework or blocking. Cover wood for forms with protective waterproof covering. Provide for adequate air circulation or ventilation. D. Handle materials to prevent damage. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct formwork for exposed concrete surfaces with plywood, metal, metal-framed plywood- faced or other panel type materials acceptable to the SITE REPRESENTATIVE, to provide continuous, straight, smooth as-cast surfaces. Furnish in largest practical sizes to minimize number of joints and to conform to joint system shown or specified. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Form Ties: 1. Provide factory-fabricated, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling of concrete surfaces upon removal. Materials used for tying forms will be subject to approval of the SITE REPRESENTATIVE. Manufacturers: Burke Penta by the Burke Company, Richmond Snap Tys by the Richmond Screw Anchor Company, or equal. 2. Unless otherwise shown, provide ties so that portion remaining within concrete after removal of exterior parts is at least 1 inch from the outer concrete surface. Unless otherwise shown, provide form ties that will leave a hole no larger than 1- inch diameter in the concrete surface. C. Forms Coatings: Provide commercial formulation form-coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede the wetting of surfaces to be cured with water or curing compounds. 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD PART 3 - EXECUTION 3.1 GENERAL A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the WORK and replaced at the CONTRACTOR'S expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and Federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by the CONTRACTOR'S personnel and by the SITE REPRESENTATIVE and shall be in sufficient number and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the DRAWINGS, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly-placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. C. CONTRACTOR and his installer shall examine the substrate and the conditions under which WORK is to be performed and notify the SITE REPRESENTATIVE of unsatisfactory conditions. Do not proceed with the WORK until unsatisfactory conditions have been corrected in a manner acceptable to the SITE REPRESENTATIVE. 3.2 FORM CONSTRUCTION A. General: Construct forms complying with ACI 347; to the exact sizes, shapes, lines and dimensions shown; as required to obtain accurate alignment, location and grades; to tolerances specified; and to obtain level and plumb work in finish structures. Provide for openings, offsets, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. Finish shall be as determined by approved mock-up or sample panel, if specified by the SITE REPRESENTATIVE. B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. C. Falsework: 1. Erect falsework and support, brace and maintain it to safely support vertical, lateral and asymmetrical loads applied until such loads can be supported by in- place concrete structures. Construct falsework so that adjustments can be made for take-up and settlement. 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD 2. Provide wedges, jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished work of required dimensions. D. Forms for Exposed To View Concrete: 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean coiners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Use extra studs, waters and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses, rustication joints and projections with smooth- finish materials, and install in forms with sealed joints to prevent displacement. E. Corner Treatment: 1. Form exposed corners of beams, walls, foundations, bases and columns to produce smooth, solid, unbroken lines, except as otherwise shown. Except as specified below for reentrant or internal corners, exposed corners shall be chamfered. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. G. Joints: The treatment of joints shall conform to the requirement of Section 03251, Concrete Joints. .Locate as shown and specified. H. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is to be placed. Retighten forms immediately after concrete placement as required to eliminate mortar leaks. 3.3 FORM COATINGS A. Coat form contact surfaces with a non-staining form-coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate in the forms or to come into contact with surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. B. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD 3.4 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into the formwork, anchorage devices and other embedded items, shown, specified or required by other Sections and other contracts. Refer to paragraph 1.1.B of this section for the requirements of coordination. Use necessary setting drawings, diagrams, instructions and directions. B. Edge Forms and Screeds Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finished slab surface. Provide and secure units to support screeds. 3.5 FIELD QUALITY CONTROL A. Before concrete placement, the CONTRACTOR shall check the formwork, including tolerances, lines, ties, tie cones, and form coatings. He shall make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. B. During concrete placement the CONTRACTOR shall check formwork and related supports to ensure that forms are not displaced and that completed WORK shall be within specified tolerances. C. If the CONTRACTOR finds that forms are unsatisfactory in any way, either before or during placing of concrete, placement of concrete shall be postponed or stopped until the defects have been corrected, and reviewed by the SITE REPRESENTATIVE. 3.6 REMOVAL OF FORMS A. Conform to the requirements of ACI 301 and ACI 347, except as specified below. B. Removal of Forms and Supports: 1. Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. No heavy loading on "green" concrete will be permitted. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as determined by the SITE REPRESENTATIVE. C. Do not remove supporting forms or shoring until the members have acquired sufficient strength to safely support their weight and the load upon them. Results of suitable control tests may be used as evidence that the concrete has attained sufficient strength. D. The time for removal of all forms will be subject to the SITE REPRESENTATIVE'S approval. 3.7 NOT USED 3.8 RE-USE OF FORMS 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD A. Clean and repair surfaces of forms to be re-used in the WORK. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces. Form surfaces shall be subject to the SITE REPRESENTATIVE'S approval. PART 4 - MEASUREMENT AND PAYMENT 4.1 CONCRETE FORM WORK A. Full compensation for conforming to the requirements of this Section, CONCRETE FORMWORK, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 Contract No. 4700 CONCRETE FORMWORK REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03100 OVER CARLSBAD BOULEVARD SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete reinforcement. 2. The extent of concrete reinforcement is shown on the CONTRACT DRAWINGS. 3. The WORK includes fabrication and placement of reinforcement including bars, ties and supports. B. Related Sections Specified Elsewhere: 1. Section 01600, Materials and Equipment. 2. Section 03100, Concrete Formwork. 3. Section 03300, Cast-ln-Place Concrete. 4. General Provisions of the Contract. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the current editions of the following, except as otherwise shown or specified: 1. The Building Code, as referenced herein, shall be the California Building Code, (CBC). 2. CRSI MSP-1, Concrete Reinforcing Steel Institute Manual of Standard Practice. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of these SPECIFICATIONS, all WORK specified herein shall conform to or exceed the requirements of the Building Code and the applicable requirements of the current editions of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section. 1. Codes and Standards a. The Building Code, as referenced herein, shall be the California Building Code' 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD b. Minimum SPECIFICATIONS for Welding of Reinforcing Steel. (See Appendix this section). 2. Commercial Standards a. ANSI/ACI 315- Details and Detailing of Concrete Reinforcement. b. ANSI/ACI 318-Building Code Requirements for Reinforced Concrete. c. ASTMA615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. d. ASTM A706 Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's Specifications and installation instructions for all materials and reinforcement accessories. 2. Drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315, Parts A and B unless otherwise indicated. Show top and ^M^ bottom reinforcing on separate plan views. Show bar schedules, stirrup spacing, J diagrams of bent bars, arrangements and assemblies, as required for the fabrication and placement of concrete reinforcement unless otherwise noted. Splices shall be kept to a minimum. Splices in regions of maximum tension stresses shall be avoided. a. Drawings detailing the location of all construction and expansion joints shall be submitted and approved before Shop Drawings for reinforcing steel are submitted. B. Certificates: 1. Submit 1 copy of steel producer's certificates of mill analysis, tensile and bend tests for reinforcing steel per batch. C. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.5 DELIVERY, HANDLING AND STORAGE A. Delivery, handling and storage of reinforcing materials shall be as per Section 01600, Material and Equipment, and the following supplemental provisions. B. Deliver concrete reinforcement materials to the site bundled, tagged and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings ^^ shown on placement diagrams. """*"• 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD C. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the ground. PART 2 - PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: Provide ASTM A61 5 Grade 60 for all bars except for welded bars which shall conform to ASTM A706. All reinforcing bars shall be epoxy-coated as shown on the plans. B. Supports for Reinforcement: Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 1 . Use wire bar type supports complying with CRSI recommendations, except as specified below. Do not use wood, brick, or other unacceptable materials. 2. For slabs on grade, use precast concrete blocks. 3. For all concrete surfaces, where legs of supports are in contact with forms, provide supports complying with CRSI "Manual of Standard Practice", with either hot-dip galvanized, plastic protected or stainless steel legs. 2.2 FABRICATION A. General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI, Manual of Standard Practice. In case of fabricating errors, do not re-bend or straighten reinforcement in a manner that will injure or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the WORK: 1 . Bar lengths, bends, and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. PART 3 - EXECUTION 3.1 INSPECTION A. The CONTRACTOR and his installer shall examine the substrate and the conditions under which concrete reinforcement is to be placed, and notify the SITE REPRESENTATIVE in writing of unsatisfactory conditions. Do not proceed with the WORK until unsatisfactory conditions have been corrected in a manner acceptable to the SITE REPRESENTATIVE. 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD 3.2 INSTALLATION A. Placing: Reinforcing steel shall be accurately positioned as shown on the DRAWINGS, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcing steel shall be supported by concrete or metal supports, spacers or metal hangers. Where concrete is to be placed on the ground, supporting concrete blocks (or dobbies) shall be used, in sufficient numbers to support the continuous length of the steel. For concrete over formwork, the CONTRACTOR shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. Where the concrete surface will be exposed to the weather in the finished structure or where rust would impair finishes, the portions of all accessories in contact with the formwork shall be galvanized or shall be made of plastic. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. Bars additional to those shown on the DRAWINGS which may be found necessary or desirable by the CONTRACTOR for the purpose of securing reinforcement in position shall be provided by the CONTRACTOR at its own expense. D. Placing Tolerances: Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318. E. Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be acceptable to the SITE REPRESENTATIVE. Bar Tying: Bars shall be tied sufficiently often to prevent shifting. There shall be at least three ties in each bar length (this shall not apply to dowel laps or to bars shorter than 4 feet, unless necessary for rigidity). Slab bars shall be tied at every intersection around the periphery of the slab. Slab bar intersections shall be tied at not less than every fourth intersection, but at not greater than the following maximum spacing: ' •', - • . " • ' ' . :'•.•-"• Bars No. 5 and smaller Bars No. 6 through No. 9 Bars No. 10 through No. 1 1 Slab Bars (inches) 60 96 120 G. Where concrete surfaces shall be core-drilled to install sockets for handrail, reinforcing steel shall be placed to coordinate with handrail socket locations. 3.3 SPACING OF BARS A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1- 1/3 times the maximum size of the coarse aggregate, nor less than one inch. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD C. In spirally-reinforced and in tied columns, the clear distance between longitudinal bars shall be not less than 1-1/2 times the bar diameter, nor less than 1-1/2 times the maximum size of the coarse aggregate, nor less than 1-1/2 inches. 3.4 SPLICING A. General: Reinforcing bar splices shall only be used at locations shown on the DRAWINGS. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be acceptable to the SITE REPRESENTATIVE. Welded splices shall conform to the requirements of Part 4 of this Section. B. Splices of Reinforcement: The length of lap for reinforcing bars, unless otherwise shown on the DRAWINGS shall be in accordance with ACI 318. C. When shown on the DRAWINGS, welded splices and mechanical connections shall develop at least 125 percent of the specified yield strength of the bar in tension. D. Bending or Straightening: Reinforcing shall not be straightened or rebent in a manner, which will injure the material. Bars with kinks or bends not shown on the DRAWINGS shall not be used. All bars shall be bent cold, unless otherwise permitted by the SITE REPRESENTATIVE. No bars partially embedded in concrete shall be field-bent except as shown on the DRAWINGS or specifically permitted by the SITE REPRESENTATIVE. 3.5 CONCRETE COVER A. On all formed surfaces there shall be a nominal cover over the steel of two (2) inches minimum. B. Unless otherwise specified in these SPECIFICATIONS or shown on the DRAWINGS, all reinforcing steel facing subgrades in footings for concrete construction shall be given a nominal protective cover of three (3) inches. C. No "bury" or "carrier" bars will be allowed unless specifically approved by the SITE REPRESENTATIVE. 3.6 CLEANING AND PROTECTION A. Reinforcing steel shall at all times be protected from moisture until concrete is placed around it. B. The surfaces of all reinforcing steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcing shall be re-inspected and, if necessary re- cleaned. 3.7 INSPECTION OF REINFORCEMENT A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete is granted by the SITE REPRESENTATIVE. All concrete placed in 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD violation of this provision will be rejected and removed by the CONTRACTOR at no additional cost to the OWNER. 3.8 MECHANICAL COUPLERS A. Mechanical couplers shall be provided where shown and where approved by the SITE REPRESENTATIVE. The couplers shall develop a tensile strength, which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. Straight threaded type couplers shall require the use of the next larger size reinforcing bar or shall be used with reinforcing bars with specially forged ends which provide upset threads which do not decrease the basic cross section of the bar. 3.9 DOWELS A. Where dowels or placement of reinforcing steel into existing concrete is required, holes shall be drill into the existing concrete as shown on the drawings for size, depth and spacing. B. Materials and installation procedures shall conform to ICC evaluation service report ICC- ER-2322 (No substitutions will be permitted). C. Drilled hole shall be filled with epoxy adhesive as per the manufacturer's direction. D. Installers shall be trained by the manufacturer's representative. PART 4 - APPENDIX TO SECTION 03200 These SPECIFICATIONS shall apply to the welding of reinforcing steel for splices, steel connection devices, inserts, anchors and anchorage details, as well as any other welding of reinforcing steel both in the fabricating shop and in the field. When welding reinforcing steel to primary structural members, the provisions of AWS D1.1 shall also be fully satisfied. Reinforcing steel may be subject to cracking due to embrittlement when welded, and special procedures are needed to minimize this problem. These are minimum SPECIFICATIONS and shall not supersede any more restrictive SPECIFICATIONS shown on the approved plans. 4.1 STANDARDS FOR WELDING A. The details, procedures, workmanship and technique of reinforcing steel welding shall be in accordance with the requirements of the Reinforcing Steel Welding Code, AWS D1.4 current edition as published by the American Welding Society. B. All welding shall be performed in accordance with the requirements of an approved procedure specification. 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD 4.2 APPROVED PROCEDURES A. Each joint welding procedure for reinforcing bar splices, bar connections, and insert connections that are to be employed shall be established in a procedure specification and shall be qualified prior to use by tests as prescribed in AWS D1.4. B. Procedure qualification tests shall be witnessed by a registered special inspector in structural steel assembly and tested by an approved testing agency. The results of successful procedure qualification tests and the approved procedure SPECIFICATIONS shall be submitted to the SITE REPRESENTATIVE. C. The approved procedure SPECIFICATIONS shall be made available at the site where welding is performed. 4.3 WELDER QUALIFICATION A. All welders to be employed in welding reinforcing bars shall have been qualified by tests as prescribed in AWS D1.4, unless evidence of previous qualification is accepted by the SITE REPRESENTATIVE and the Registered Special Inspector. B. Welder qualification tests shall be witnessed by a Registered Special Inspector in structural steel assembly. C. Upon request of the Registered Special Inspector or the SITE REPRESENTATIVE, welders shall provide evidence of qualification for each process, position and type of weld to be performed. 4.4 SPECIAL INSPECTION (PERFORMED BY THE OWNER) A. Special inspection for reinforcing steel welding shall be provided by a special inspector certified to inspect structural steel assembly. B. The special inspector shall provide continuous inspection for all reinforcing steel welding. C. Special inspection is required for reinforcing steel welding performed on the site (field) and off site (shop). 4.5 GENERAL A. Arc strikes on reinforcing steel outside the area of permanent welds shall be avoided. B. Tack welds shall be made using preheat and quality requirements applicable to permanent welds. Tack welds that do not become a part of permanent welds are prohibited. Under no circumstances should stressed bars be tack welded along their length. 09/29/08 Contract No. 4700 CONCRETE REINFORCMENT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03200 OVER CARLSBAD BOULEVARD PART 5 - MEASUREMENT AND PAYMENT 5.1 CONCRETE REINFORCEMENT A. Full compensation for conforming to the requirements of this Section, CONCRETE REINFORCEMENT, including all labor, materials, equipment, tools, and incidentals will be considered in the price paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REINFORCMENT 03200 SECTION 03251 CONCRETE JOINTS PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete joints. 2. The types of concrete joints required include the following: a. Construction joints. b. Control Cracking Joints (transverse expansion or weakened plane joints). 3. The CONTRACTOR shall locate and verify the positions of each existing control or expansion joint. The CONTRACTOR shall verify with the SITE REPRESENTATIVE the proposed locations of all new control / cracking and construction joints. CONTRACTOR shall not proceed with the concrete placement until all proposed control / cracking and construction joints have been approved by the SITE REPRESENTATIVE. B. Related Sections: 1. Section 03100, Concrete Form Work. 2. Section 03200, Concrete Reinforcement. 3. Section 03300, Cast-ln-Place Concrete. 4. Section 03600, Grout. 5. Section 03310, Bonding Agents for Concrete. 6. Section 07900, Joint Sealers. 7. General Provisions of the Contract. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the most current edition of the following, except as otherwise shown or specified: 1. SSPWC Section 302-6.5 Joints B. All manufactured items shall be installed in accordance with manufacturer's instructions. 09/29/08 Contract No. 4700 CONCRETE JOINTS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03251 OVER CARLSBAD BOULEVARD 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials required. 2. Layout of all construction joint locations prior to the submittal of steel reinforcing DRAWINGS. 3. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.4 TYPES OF JOINTS A. Construction Joints: When fresh concrete is placed against a hardened concrete surface, the joint between the two placements is called a construction joint. The surface of the first placement may also be required to receive a coating of bond breaker as called for on the detail DRAWINGS. B. Weakened Plane Joints: The function of the weakened plane joint is to provide a weaker plane in the concrete, where shrinkage cracks will probably occur. A groove, of the shape and dimensions shown on the Drawing, is formed or saw-cut in the concrete. See SSPWC Section 302-6.54. PART 2 - PRODUCTS 2.1 EPOXY BONDING AGENT A. Where indicated, provide an epoxy-modified cement bonding agent, solvent-free, epoxy product as a "bond breaker' to the hardened concrete where the joint is located. B. Product and Manufacturer: Provide one of the following (No substitutions allowed): 1. Sika Armatec 110 E POCEM Corrosion Inhibiting Primer. 2.2 JOINT SEALANT A. Where indicated on the drawings, all weakened plane joints, not to exceed V* inch deep, shall be sealed with Sikaflex - 1 a joint sealant. PART 3 - EXECUTION 3.1 GENERAL A. Weakened plane joints shall be installed in concrete walking areas at intervals not to exceed 5 feet. If the patch area within the walkway is less than 5 feet, no additional construction joints are required other than the beginning / end of the repair section where a saw cut is made and a construction joint is created by the demolition removal process. Carlsbad - Palomar Airport Road Bridge Repair Concrete Joints July 2, 2008 03251-2 B. Apply Sika Armatec 110 EPOCEM as per the manufacturer's instructions for a "bond breaker" application. The Sika Armatec 110 EPOCEM must be applied to the existing and prepared surface of the concrete where the joint is to occur and allowed to dry. After the Sika Armatec 110 EPOCEM has thoroughly dried, place the new patch material in the repair area as per manufacturer's instructions. PART 4 - MEASUREMENT AND PAYMENT 4.1 CONCRETE JOINTS A. Full compensation for conforming to the requirements of this Section, CONCRETE JOINTS, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. END OF SECTION 09/29/08 Contract No. 4700 CONCRETE JOINTS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03251 OVER CARLSBAD BOULEVARD SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install cast-in-place concrete. 2. The WORK includes providing concrete consisting of Portland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed, transported, placed, finished and cured. The WORK also includes: a. Providing openings in concrete to accommodate the WORK under this and other Sections and building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all other items to be embedded. B. Coordination: ^aatbk.1. Review installation procedures under other Sections and coordinate the "^^ installation of items that must be installed in the concrete. s**"*ii C. Related Sections: 1. Section 03100, Concrete Formwork. 2. Section 03200, Concrete Reinforcement. 3. Section 03251, Concrete Joints. 4. Section 03310, Bonding Agents for Concrete. 5. Section 03600, Grout. 6. Section 03730, 03731, 03732 Concrete Rehabilitation. 7. Section 03930, Crack Repair. 8. General Provisions of the Contract. 1.2 QUALITY ASSURANCE A. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction ^*\ 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD (SSPWC) together with the latest editions of the Regional and Supplement Amendments. B. Reference Standards: Comply with the applicable provisions and recommendations of the most current edition of the following, except as otherwise shown or specified. 1. ACI 117, Standard Tolerances for Concrete Construction and Materials. 2. ACI 211.1, Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete. 3. ACI 214, Recommended Practice for Evaluation of Compression Test Results of Field Concrete. 4. ACI 301, Specifications for Structural Concrete. 5. ACI 304, Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. 6. ACI 305, Recommended Practice for Hot Weather Concreting. 7. ACI 306, Recommended Practice for Cold Weather Concreting. 8. ACI 309, Recommended Practice for Consolidation of Concrete. 9. ACI 311, Recommended Practice for Concrete Inspection. 10. ACI 315, Details and Detailing of Concrete Reinforcement. 11. ACI 318, Building Code Requirements for Reinforced Concrete. 12. ACI 347, Recommended Practice for Concrete Formwork. 13. ACI 350-01, Code Requirements for Environmental Engineering Concrete Structures. 14. AASHTO M 182, Burlap Cloth Made From Jute or Kenaf. 15. The California Building Code (CBC). B. Concrete Testing Service: 1. CONTRACTOR shall employ, at his own expense, a testing laboratory experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes. a. Testing agency shall meet the requirements of ASTM E 329. b. Selection of a testing laboratory is subject to the SITE REPRESENTATIVE'S approval. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD c. Submit a written description of the proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities and equipment, and other information which may be requested by the ENGINEER. 2. Materials and installed WORK may require testing and retesting, as directed by the SITE REPRESENTATIVE, at any time during the progress of the WORK. Allow free access to material stockpiles and facilities at all times. Tests not specifically indicated to be done at OWNER'S expense, including the retesting of rejected materials and installed WORK, shall be done at CONTRACTOR'S expense. C. Qualifications of Water-Reducing Admixture Manufacturer: 1. Water-reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. The CONTRACTOR shall furnish copy of manufacturer's quality assurance handbook to document the existence of the program. Manufacturer shall maintain a concrete testing laboratory which has been approved by the Cement and Concrete Reference Laboratory at the Bureau of Standards, Washington, D.C. 2. When requested by the SITE REPRESENTATIVE, provide a qualified concrete technician employed by the admixture manufacturer to assist in proportioning the concrete for optimum use of the admixture. The concrete technician, when requested, shall advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix proportions to meet changing jobsite conditions. D. Tests for Concrete Materials: 1. Submit written reports to the SITE REPRESENTATIVE, for each material sampled and tested, prior to the start of WORK. Provide the Project identification name and number, date of report, name of CONTRACTOR, name of concrete testing service, source of concrete aggregates, material manufacturer and brand name for manufactured materials, values specified in the referenced specification for each material, and test results. Indicate whether or not material is acceptable for intended use. 1.3 SUBMITTALS A. Samples: Submit samples of materials as specified and as otherwise may be requested by the SITE REPRESENTATIVE, including names, sources and descriptions. B. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications with application and installation instructions for proprietary materials and items, including admixtures and bonding agents. 2. List of concrete materials and concrete mix designs proposed for use. Include the results of all tests performed to qualify the materials and to establish the mix. r -I Jdesigns. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 3. The following information, if ready-mixed concrete is used. a. Physical capacity of mixing plant. b. Trucking facilities available. c. Estimated average amount, which can be produced and delivered to the site during a normal 8-hour day, excluding the output to other customers. C. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders, materials and mix design tests. The SITE REPRESENTATIVE'S review will be for general information only. Production of concrete to comply with specified requirements is the responsibility of the SITE REPRESENTATIVE. D. Submit notarized certification of conformance to referenced standards when requested by the ENGINEER. E. Delivery Tickets: Furnish to the SITE REPRESENTATIVE copies of all delivery tickets for each load of concrete delivered to the site. Provide items of information as specified in ASTM C 94. 1. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for concrete must be kept clean and free from all foreign matter during transportation and handling and kept separate until measured and placed in the mixer. Bins or platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken during hauling, piling and handling to insure that segregation of the coarse and fine aggregate particles does not occur and the grading is not affected. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: 1. Portland cement, ASTM C 150, Type II 2. Use Portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. A single brand of cement shall be used throughout the WORK. 3. Do not use cement which has deteriorated because of improper storage or handling. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD B. Aggregates: ASTM C 33 and as herein specified. 1. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, or other materials that can cause stains on exposed concrete surfaces. 2. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. a. Dune sand, bank run sand and manufactured sand are not acceptable. 3. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: a. Crushed stone, processed from natural rock or stone. b. Washed gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. C. Water: Clean, free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.2 CONCRETE ADMIXTURES A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instruction. Do not use admixtures, which have not been incorporated and tested in the accepted mixes, unless otherwise authorized in writing by the SITE REPRESENTATIVE. B. Calcium Chloride: Do not use calcium chloride in concrete. Do not use admixtures containing calcium chloride. C. Corrosion-Inhibiting Admixture: 1. Product and Manufacturer: Provide the following (no substitutions): a. Sika FerroGard 901, as manufactured by Sika Chemical Corporation. D. High-Range Water Reducing Admixture: 1. Product and Manufacturer: Provide the following (no substitutions): a. Sikament 10ESL, as manufactured by Sika Chemical Corporation. 2.3 PROPORTIONING AND DESIGN OF MIXES A. Proportioning: o <*"^3 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 Concrete shall be composed of cement, admixtures, aggregates, and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the WORK shall be determined by the CONTRACTOR and submitted to the SITE REPRESENTATIVE for review and approval prior to use in the WORK. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have maximum smoothness of surface. Mix designs with more than 43 percent of sand of the total weight of fine and coarse aggregate shall not be permitted. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the OWNER. All changes shall be reviewed and approved by the SITE REPRESENTATIVE. The minimum compressive strength and cement content of concrete shall be not less than that shown in the following tabulation. The SITE REPRESENTATIVE may order the cement content for any class of concrete to be increased over the quantity specified in the tabulation if he or she determines that such increase is necessary to attain the required strength. Such increased quantities of cement, if so ordered, shall be furnished by the CONTRACTOR at no additional cost to the OWNER. Concrete Minimum 28-day Compressive Strength (psi) 4,000 Maximum Size Aggregate (in.) 3/4 Minimum Cement percu.yd. (Ibs) 658 Maximum W/C Ratio (by weight) 0.45 B. Use an independent testing facility acceptable to the SITE REPRESENTATIVE for preparing and reporting proposed mix designs. 1. The testing facility shall not be the same as used for field quality control testing. C. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for concrete required. Comply with ACI 211.1 and report to the SITE REPRESENTATIVE the following data: 1. Complete identification of aggregate source of supply. 2. Tests of aggregates for compliance with specified requirements. 3. Scale weight of each aggregate. 4. Absorbed water in each aggregate. 5. Brand, type and composition of cement. 6. Brand, type and amount of each admixture. 7. Amounts of water used in trial mixes. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 8. Proportions of each material per cubic yard. 9. Gross weight and yield per cubic yard of trial mixtures. 10. Measured slump. 11. Measured air content. 12. Compressive strength developed at 7 days and 28 days, from not less than 3 test cylinders cast for each 7-day and 28-day test, and for each design mix. D. Submit written reports to the SITE REPRESENTATIVE of proposed mix of concrete at least 15 days prior to start of WORK. Do not begin concrete production until mixes have been approved by the SITE REPRESENTATIVE. E. Laboratory Trial Batches: When laboratory trial batches are used to select concrete proportions, prepare test specimens and conduct strength tests as specified in ACI 301. 1. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage and 6 compression test specimens from each batch. 2. Three compression test cylinders shall be tested at 7 days and 3 at 28 days. The average compressive strength for the 3 cylinders prepared for any given trial batch shall be not less than 125 percent of the specified compressive strength. F. Shrinkage Tests: 1. Drying shrinkage tests will be made for the trial batch and during construction to ensure continued compliance with these SPECIFICATIONS. One set of 3 specimens shall be taken from the first placement of each class of concrete having a 28-day strength of 4,000 psi or higher, and an additional set of 3 specimens of each type shall be taken during construction, as required by the SITE REPRESENTATIVE. 2. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. The CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. 3. If the required shrinkage limitation is not met during construction, the CONTRACTOR shall be required to take any or all of the following actions, at no additional cost to the OWNER, for securing the specified shrinkage requirements. These actions may include changing the source of aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage and still maintain the specified compressive strength. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD G. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the CONTRACTOR when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the OWNER and as accepted by the SITE REPRESENTATIVE. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the SITE REPRESENTATIVE before using the revised mixes. H. Admixtures: 1. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. I. Slump Limits: 1. Use of a high-range water reducer is acceptable, if appropriate. Slump limits are 7 inches maximum and 5 inches minimum when using the water reducing admixture. The product shall be manufactured by one of the following: a. Sikament FF 10 EL b. Sikament 86 by Sika Corporation. 2. If water reducing agents are not used, the allowed slump shall be 3 inches + / -1 inch. 2.4 EPOXY BONDING AGENT A. See Section 03310 for cast-in-place concrete, bonding agents for concrete. 2.5 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M182, Class 3. B. Moisture-Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap-polyethylene sheet. C. Curing Compound: ASTM C 309 Type 1-D (water retention requirements): 1. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical ^^Company 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD b. Sealtight 1100, as manufactured by W.R. Meadows, Incorporated. ,^* c. Mastercure, as manufactured by Master Builders. d. Hunt Process clear ARB as manufactured by Hunt Process Co. e. Select Cure CRB as manufactured by Select Products Co. f. Or equal. 2. The product shall meet volatile organic compound restrictions of C.A.R.B. 3. Provide fugitive dye. 2.6 EMBEDDED ITEMS A. Items such as plates, angles, inserts, bolts and similar items not specified elsewhere shall be provided and installed under this Section. PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR and his/her installer shall examine the substrate and the conditions under which WORK is to be performed and notify the SITE REPRESENTATIVE of ^ unsatisfactory conditions. Do not proceed with the WORK until unsatisfactory conditions .^J have been corrected in a manner acceptable to the SITE REPRESENTATIVE. Provide 24 hours notice to the SITE REPRESENTATIVE of intended concrete placements. 3.2 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready- mixed process. Batch plants shall comply with the recommendations of ACI 304, and shall have sufficient capacity to produce concrete of the qualities specified, in quantities required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of the SITE REPRESENTATIVE. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. c. Replace mixer blades when they have lost 10 percent of their original w height. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready-Mix Concrete: 1. Comply with the requirements of ASTM C 94, and as herein specified. Proposed changes in mixing procedures, other than herein specified, must be accepted by the SITE REPRESENTATIVE before implementation. a. Plant equipment and facilities: Conform to National Ready- Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers which are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. c. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. e. Do not allow the drum to mix while in transit. f. Mix at proper speed until concrete is discharged. g. Maintain adequate facilities at the job site for continuous delivery of concrete at the required rates. h. Provide access to the mixing plant for the SITE REPRESENTATIVE at all times. C. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery in order to prevent delay of placing the concrete after mixing, or holding dry- mixed materials too long in the mixer before the addition of water and admixtures. 3.3 TRANSPORTING CONCRETE A. Transport and place concrete not more than 90 minutes after water has been added to the dry ingredients. B. Take care to avoid spilling and separation of the mixture during transportation. C. Do not place concrete in which the ingredients have been separated. D. Do not retemper partially set concrete. E. Use suitable and approved equipment for transporting concrete from mixer to forms. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 3.4 CONCRETE PLACEMENT A. General: Place concrete continuously so that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03251, "Concrete Joints," and Section 303-5.4 "Joints" in the SSPWC and approved in writing by the SITE REPRESENTATIVE. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure, which will cause segregation. 1. Screed concrete, which is to receive other construction to the proper level to avoid excessive skimming or grouting. 2. Do not use concrete which becomes non-plastic and unworkable, or does not meet the required quality control limits, or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 3. Do not place concrete until all forms, bracing, reinforcement, and embedded items are in final and secure position. 4. Unless otherwise approved, place concrete only when the SITE REPRESENTATIVE is present. 5. Allow a minimum of 3 days before placing concrete against a slab or wall already in place. 6. In order to minimize the effects of shrinkage, concrete shall be placed in units as bounded by construction joints shown on the CONTRACT DRAWINGS. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured for at least seven (7) calendar days before a contiguous unit or units are placed (unless otherwise indicated), except that the corner sections of vertical walls shall not be placed until all the adjacent wall panels have cured at least fourteen (14) calendar days. B. Concrete Conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods, which will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris, water, snow, ice and other deleterious materials. 3. Do not use chutes for distributing concrete unless approved in writing by the SITE REPRESENTATIVE. 3 'tq^^jiF 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 a. Provide sketches showing methods by which chutes will be employed when requesting such approval. b. Design chutes, if permitted, with proper slopes and supports to permit efficient handling of the concrete. 4. Pumping concrete is permitted, however do not use aluminum pipe for conveying. C. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place concrete at such a rate that concrete which is being integrated with fresh concrete is still plastic. 2. Do not permit concrete to free-fall within the form from a distance exceeding 4 feet. Windows shall be placed in the forms at four 4 feet on center for the full height of the wall. 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the applicable recommended practices of ACI 309. Vibration of forms and reinforcing will not be permitted, unless otherwise accepted by the SITE REPRESENTATIVE. 5. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete and at least 6 inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 6. Do not place concrete in beam and slab forms until the concrete previously placed in columns and walls is no longer plastic. 7. Force concrete under pipes, sleeves, openings and inserts from one side until visible from the other side to prevent voids. D. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground, as specified for formed concrete structures. 4. Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. E. Bonding for Next Concrete Placement: Roughen surfaces of set concrete to minimum amplitude of Y* inch at all joints. See Sections 03251, "Concrete Joints" and Section 03310, "Bonding Agents for Concrete". Clean surfaces of laitance, coatings, loose particles, and foreign matter. Roughen surfaces in a manner to expose bonded aggregate uniformly and to not leave laitance, loose particles of aggregate or damaged concrete at the surface. F. Quality of Concrete Work: 1. Make all concrete solid, compact and smooth, and free of laitance, cracks and cold joints. 2. All concrete in contact with earth, water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent ordered by the SITE REPRESENTATIVE, or repair to the satisfaction of the SITE REPRESENTATIVE, surfaces which contain cracks or voids, are unduly rough, or are in any way defective. Thin patches or plastering will not be acceptable. 4. All leaks through concrete, and cracks, holes or other defective concrete in areas of potential leakage, shall be repaired and made watertight by the CONTRACTOR. 5. Repair, removal, and replacement of defective concrete as ordered by the SITE REPRESENTATIVE shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete WORK from physical damage or reduced strength, which could be caused by frost, freezing actions, or low temperatures, in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 40° F, provide adequate means to maintain the temperature, in the area where concrete is being placed, at between 50° F and 70° F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film. Maintain the heat and protection, if necessary, to insure that the ambient temperature does not fall more than 30° F in the 24 hours following the seven- 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD day period. Avoid rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40° F, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 55° F and not more than 85° F at point of placement. 4. Do not use frozen materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Ascertain that forms, reinforcing steel, and adjacent concrete surfaces are entirely free of frost, snow and ice before placing concrete. 5. Do not use salt and other materials containing antifreeze agents or chemical accelerators, or set-control admixtures, unless approved by SITE REPRESENTATIVE, in mix designs. H. Hot Weather Placing: 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with AC I 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 85° F when the temperature is rising and below 85° F when the temperature is falling. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water. 3. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Wet forms thoroughly before placing concrete. 5. Do not place concrete at a temperature so as to cause difficulty from loss of slump, flash set, or cold joints. 6. Do not use set-control admixtures unless approved by the SITE REPRESENTATIVE in mix designs. 7. Obtain the SITE REPRESENTATIVE'S approval of other methods and materials proposed for use. 3.5 FINISH OF FORMED SURFACES A. Rough Form Finish: 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 1. B. Standard rough form finish shall be the concrete surface having the texture imparted by the form material used, with tie holes and defective areas repaired and patched with mortar of 1 part cement to 1 Yz parts sand and all fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. 2.Use rough form finish for the following (unless otherwise indicated): a. Exterior vertical surfaces up to 1 foot below grade. b. Interior and exterior exposed beams and undersides of slabs. c. Other areas shown. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials which will impart a smooth, hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as above with all fins or other projections completely removed and smoothed. 2. Use smooth form finish for surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. C. Smooth Rubbed Finish: 1. Provide smooth rubbed finish to concrete surfaces which have received smooth form finish as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2.Except where surfaces have been previously covered as specified above, use smooth rubbed finish for the following: a. b. Exterior exposed walls and other vertical surfaces down to 1 foot below grade. Exterior horizontal surfaces, except exterior exposed slabs and steps, c. Other areas shown. Related Unformed Surfaces: 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 1. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. 3.6 MONOLITHIC SLAB FINISHES A. Float Finish: 1. After placing concrete slabs, do not WORK the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently. Check and level the surface plane to a tolerance not exceeding 1/4 inch in 10 feet when tested with a 10 foot straightedge placed on the surface at not less than 2 different angles. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid containers except those to receive grout topping. b. Exterior below grade horizontal surfaces. B. Trowel Finish: 1. After floating, begin the first trowel finish operation using a power-driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. 2. Consolidate the concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8 inch in 10 feet when tested with a 10- foot straight edge. Grind smooth surface defects, which would telegraph through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs unless otherwise shown or specified. b. Slabs to receive resilient floor finishes. C. Non-Slip Broom Finish: 1. Immediately after float finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fiber-bristle broom unless otherwise directed. Coordinate the required final finish with the SITE REPRESENTATIVE before application. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 2. Use Non-Slip Broom Finish for the following: a. Exterior exposed horizontal surfaces subject to light foot traffic. b. Exterior concrete steps and ramps. c. Horizontal surfaces which will receive a grout topping. 3.7 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not less than 72 hours. 3. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least 7 days and in accordance with ACI 301 procedures. For concrete sections over 30 inches thick and formed walls, continue final curing for an additional 7 days, minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Perform curing of concrete by moist curing, or by moisture- retaining cover curing. Use curing compound only in cold weather and only when permitted by the SITE REPRESENTATIVE. a. For curing, use water that is free of impurities which could etch or discolor exposed, natural concrete surfaces. 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water-fog spray. c. Covering the concrete surface with the specified absorptive cover, thoroughly saturating the cover with water, and keeping the absorptive cover continuously wet with sprinklers or porous hoses. Place absorptive cover so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent absorptive covers. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 3. Provide moisture-retaining cover curing as follows: a. Cover the concrete surfaces with the specified moisture- retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3 inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by the SITE REPRESENTATIVE. The compounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas, which are subjected to heavy rainfall within 3 hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period. For concrete surfaces, which will be in contact with potable water, the manufacturer shall certify that the curing compound used is EPA and NSF approved. C. Curing Formed Surfaces: 1. Cure formed concrete surfaces, including the undersides of girders, beams, supported slabs and other similar surfaces by moist curing with the forms in place for the full curing period or until forms are removed. When forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: 1. Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by using the appropriate method specified above. 2. Final cure unformed surfaces, unless otherwise specified, by utilizing methods specified above, as applicable. E. Temperature of Concrete During Curing: 1. When the atmospheric temperature is 40° F and below, maintain the concrete temperature between 50° F and 70° F continuously throughout the curing period. When necessary, make arrangement before concrete placing for heating, covering, insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protection complying with the requirements of ACI 306. 2. When the atmospheric temperature is 80° F and above, or during other climatic conditions which will cause too rapid drying of the concrete, make arrangements before the start of concrete placing for the installation of wind breaks or shading, and for fog spraying, wet sprinkling, or moisture-retaining covering. Protect the concrete continuously for the concrete curing period. Provide hot weather protection complying with the requirements of ACI 305, unless otherwise specified. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD 3. Maintain concrete temperature as uniformly as possible, and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete which exceed 5° F in any one hour and 50° F in any 24 hour period. F. Protection from Mechanical Injury: 1. During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. 3.8 FIELD QUALITY CONTROL A. Field quality control testing shall be performed by the OWNER. The SITE REPRESENTATIVE will make slump tests and will direct the number of tests and cylinders required. The OWNER will make standard compression test cylinders and entrained air tests as specified below. The CONTRACTOR shall furnish all necessary assistance required by the SITE REPRESENTATIVE. The CONTRACTOR shall be charged for the cost of any additional tests and investigation on WORK performed which does not meet the SPECIFICATIONS. 3.9 MISCELLANEOUS CONCRETE ITEMS A. Curbs: 1. Exterior curbs shall have rubbed finish for vertical surfaces and a broomed finish for top surfaces. 3.10 CONCRETE REPAIRS A. Repair of Formed surfaces: 1. Repair exposed-to-view formed concrete surfaces, that contain defects, which adversely affect the appearance of the finish. Surface defects that require repair include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, and holes left by the rods and bolts; fins and other projections on the surface; and stains and other discolorations that cannot be removed by cleaning. 2. Repair concealed formed concrete surfaces that may contain defects that adversely affect the durability of the concrete. Surface defects that require repair include cracks in excess of 0.01-inch wide, cracks of any width and other surface deficiencies which penetrate to the reinforcement or completely through non- reinforced sections, honeycomb, rock pockets, holes left by tie rods and bolts, and spalls except minor breakage at corner. 3. Repair structural cracks and cracks in water-holding structures. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD B. Method of Repair of Formed Surfaces: 1. Repair and patch defective areas with cement mortar immediately after removal of forms and as directed by the SITE REPRESENTATIVE. 2. Cut out honeycomb, rock pockets, voids over 1/4-inch diameter, and holes left by tie rods and bolts, down to solid concrete but, in no case, to a depth of less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar, thoroughly clean, dampen with water, and brush-coat the area to be patched with the specified bonding agent. a. For exposed-to-view surfaces, blend white Portland cement and standard Portland cement so that, when dry, the patching mortar color will match the color of the surrounding concrete. CONTRACTOR shall impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. 3. Cracks which require repair shall be repaired as per Section 03930, Concrete Rehabilitation; Epoxy-lnjected Crack Repair. C. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and low areas as herein specified. 3. Repair finish of unformed surfaces that contain defects which adversely affect the durability of the concrete. Surface defects, as such, include crazing, cracks in excess of 0.01-inch wide or which penetrate to the reinforcement or completely through non-reinforced sections regardless of width, spelling, popouts, honeycomb, rock pockets, and other objectionable conditions. D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after the concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out the low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Use one of the following. Apply in accordance with the manufacturer's directions and recommendations. 09/29/08 Contract No. 4700 CAST-IN-PLACE CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03300 OVER CARLSBAD BOULEVARD Sikatop, as manufactured by Sika Chemical Company. b. Or equal. 3. 4. Repair defective areas, except random cracks as shown in Section 03730 Concrete Rehabilitation Cracks which require repair shall be repaired as shown in Section 03930, Concrete Rehabilitation, Epoxy-lnjected Crack Repair. E. Other Methods of Repair: 1. Repair methods not specified above may be used if approved in writing by the SITE REPRESENTATIVE. PART 4 - MEASUREMENT AND PAYMENT 4.1 CAST-IN-PLACE CONCRETE A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the unit price paid for the Bid Item "Concrete with Reinforcing Steel and Dowels." ** END OF SECTION ** 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CAST-IN-PLACE CONCRETE 03300 SECTION 03310 BONDING AGENTS FOR CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. This SPECIFICATION describes the use of a bonding bridge between new Portland-Cement mortar or concrete and hardened Portland-Cement mortar or concrete. 2. Related Sections Specified Elsewhere: a. Section 03200, Concrete Joints. b. Section 03300, Cast-in-Place Concrete. c. Section 03700, Embedded Galvanic Anodes. d. Section 03730, Concrete Rehabilitation (For Forming and Pouring Applications). e. Section 03731, Concrete Rehabilitation (For Scrubbed, Screeded and Floating Applications). f. Section 03732, Concrete Rehabilitation (For Vertical or Overhead Scrubbed Applications). g. General Provisions of the Contract. 1.2 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer, or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets (MSDS) for complete handling recommendations. 09/29/08 Contract No. 4700 BONDING AGENTS FOR CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03310 OVER CARLSBAD BOULEVARD 1.3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and the following supplemental provisions. B. 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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 coating. 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to the SITE REPRESENTATIVE and shall include: Product Data Sheets, and appropriate MSDS. B. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation, is considered to conform to the requirements of this SPECIFICATION. No substitution will be allowed. 2.2 MATERIALS A. Epoxy resin/Portland Cement adhesive shall be Sika Armatec 110 EpoCem B. Component "A" shall be an epoxy resin/water emulsion containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. C. Component "B" shall be primarily a water solution of a polyamine. 09/29/08 Contract No. 4700 BONDING AGENTS FOR CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03310 OVER CARLSBAD BOULEVARD o D. Component "C" shall be a blend of selected Portland Cements and sands. E. The material shall not contain asbestos. 2.3 PERFORMANCE CRITERIA A. Properties of the mixed epoxy resin/Portland Cement adhesive. 1. Pot Life: 90 minutes @ 73° F 2. Contact Time: 95°F (35°C) 6 hours a. 68°F (20°C) 12 hours b. 50°F (10°C) 16 hours c. 40°F (5°C) 24 hours 3. Color: dark gray B. Properties of the cured epoxy resin/Portland Cement adhesive. 1. Compressive Strength (ASTM C-109) a. 3day:4500psi(31.0MPa) b. 7 day: 6500 psi (44.8 MPa) c. 28 day: 8500 psi (58.6 MPa) 2. Splitting Tensile Strength (ASTM C-496) a. 28 days: 600 psi (4.1 MPa) 3. Flexural Strength (ASTM C-348) a. 1250 psi (8.6 MPa) 4. Bond Strength ASTM C-882 at 14 days a. Wet on Wet, 0-hr, open time: 2800 psi (19.3 MPa) b. 24-hr, open time: 2600 psi (17.9 MPa) 5. Bond of Steel Reinforcement to Concrete (Pullout Test) a. Sika Armatec 110 coated 625-psi (4.3 MPa) b. Epoxy coated 508 psi (3.5 MPa) c. Plain Reinforcement 573 psi (3.95 MPa) 6. The epoxy resin/Portland Cement adhesive shall not produce a vapor barrier. 09/29/08 Contract No. 4700 BONDING AGENTS FOR CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03310 OVER CARLSBAD BOULEVARD 7. Material must be proven to prevent corrosion of reinforcing steel when tested under the procedures as set forth by the Federal Highway Administration Program Report No. FHWA/RD86/193. Proof shall be in the form of an independent testing laboratory corrosion report showing prevention of corrosion of the reinforcing steel. Note: Tests above were performed with material and curing conditions at 73°F and 45- 55% relative humidity. PART 3 - EXECUTION 3.1 MIXING AND APPLICATION A. Mixing the epoxy resin: Shake contents of Components "A" and Component "B". Completely empty both components into a clean, dry mixing pail. Mix thoroughly for 30 seconds using a jiffy paddle with a low-speed (400-600 rpm) drill. Slowly add the entire contents of Component "C" while continuing to mix for 3 minutes until uniform with no lumps. Mix only that quantity that can be applied within its pot life. B. Placement procedure: 1. Apply to prepared surface with a stiff-bristle brush, broom or "hopper type" spray equipment. 2. For hand-applied mortars - Place fresh, plastic concrete/mortar while the bonding bridge adhesive is "wet" or within open times indicated in section 2.03.A.2. 3. Adhere to all limitations and cautions for the epoxy resin/Portland Cement adhesive in the manufacturer's current printed literature. 3.2 CLEANING A. The uncured epoxy resin/Portland Cement adhesive can be cleaned from tools with water. The cured epoxy resin/Portland Cement adhesive can only be removed mechanically. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. PART 4 MEASUREMENT AND PAYMENT 4.1 BONDING AGENT FOR CONCRETE A Full compensation for conforming to the requirements of this Section, BONDING AGENT FOR CONCRETE, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. 09/29/08 Contract No. 4700 BONDING AGENTS FOR CONCRETE REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03310 OVER CARLSBAD BOULEVARD Sika ® Armatec 110 EpoCem Bonding Bridge SC-200 1. Pre-wet surface to saturated surface dry (SSD). 2. Apply by stiff bristle brush or spray apply with "hopper type" C| or equal equipment. 3. Place repair material while Sika Armatec 110 EpoCem is still wet or within indicated open times. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 END OF SECTION * * 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 BONDING AGENTS FOR CONCRETE 03310 SECTION 03600 GROUT PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 2. Grout shall be placed at the following locations: a. Base of guardrail supports b. Other locations as shown on the CONTRACT DRAWINGS. B. Related Sections Specified Elsewhere: 1. Section 03251, Concrete Joints. 2. Section 03300, Cast-ln-Place Concrete. 3. Section 05500, Miscellaneous Metals. 4. General Provisions of the Contract. 1.2 SUBMITTALS A. Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all proprietary materials. B. Reports and Certificates: 1. For proprietary materials, submit copies of reports on quality control tests. 2. For nonproprietary materials, submit certification that materials meet specification requirements. C. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. 09/29/08 Contract No. 4700 GROUT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03600 OVER CARLSBAD BOULEVARD B. Delivery of Materials: Grout materials from manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. C. Storage of Materials: Grout materials shall be stored in a dry shelter and shall be protected from moisture. PART 2 - PRODUCTS 2.1 MATERIALS A. Non-Shrink, Non-Metallic Grout: 1. Pre-mixed non-staining cementitious grout requiring only the addition of water at the job site. 2. Product and Manufacturer. Provide one of the following: a. Euco N-S by The Euclid Chemical Company. b. Masterflow 713 by Master Builders Company. c. Sika Grout 212 by Sika Chemical Company. d. Or equal. B. Non-metallic, 100 percent solids, high strength epoxy grout. 1. Use clean well graded sand with epoxy resins suitable for use on dry or damp surfaces. 2. Product and Manufacturer. Provide one of the following: a. Euco High Strength Grout by The Euclid Chemical Company. b. Sikadur 42 Grout by Sika Chemical Company. c. Five Star Epoxy Grout by U.S. Grout Corporation. d. Or equal. PART 3 - EXECUTION 3.1 INSPECTION A. The CONTRACTOR and his installer shall examine the substrate and conditions under which grout is to be placed, and notify the SITE REPRESENTATIVE in writing of unsatisfactory conditions. Do not proceed with the WORK until unsatisfactory conditions have been corrected in a manner acceptable to the SITE REPRESENTATIVE. Carlsbad - Palomar Airport Road Bridge Repair Grout July 2, 2008 03600-2 PART 4 - MEASUREMENT AND PAYMENT >«S 4.1 GROUT A. Full compensation for conforming to the requirements of this Section, GROUT, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. ** END OF SECTION ** 09/29/08 Contract No. 4700 GROUT REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03600 OVER CARLSBAD BOULEVARD SECTION 03700 EMBEDDED GALVANIC ANODES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Contract Drawings and General Provisions including General and Supplementary conditions and Division 1 Specification Sections, and Section 02050, Demolition, apply to this Section. 1.2 SUMMARY A. This Section includes furnishing all labor, tools, materials, equipment and services necessary to properly install embedded galvanic anodes. B. Embedded galvanic anodes are designed to provide localized corrosion protection. When placed at the appropriate spacing along the perimeter of the concrete patches or along the interface between new/existing concrete, the anodes mitigate the formation of new corrosion sites in the existing concrete. 1.3 REFERENCES A. ACI/ICRI 1999 Concrete Repair Manual B. ACI Guideline No. 222 - Corrosion of Metals in Concrete C. ICRI Guideline No. 03730 Guide for Surface Preparation for the Repair of Deteriorated Concrete resulting from Reinforcing Steel Corrosion D. ASTM A615 Standard Specification for Deformed and Plain Billet-Steel Bar for Concrete Reinforcement E. ASTM B418-95a Standard Specification for Cast and Wrought Galvanic Zinc Anodes F. ASTM A82-97a Specification for Plain Steel Wire for Concrete Reinforcement PART 2 - PRODUCTS 2.1 MATERIALS A. Embedded galvanic anodes shall be puck-shaped approximately 21/2 inches in diameter by 1 inch high, pre-manufactured, containing more than 100g of zinc metal in compliance with ASTM B418-95a Type I around a pair of steel tie wires in compliance with bright annealed ASTM A82-97a and encased in a highly alkaline cementitious shell with a pH of 14 or greater. The cementitious shell shall contain no chlorides or other corrosive constituents as per ACI Guideline No. 222. Anodes shall be supplied with integral tie wires for tying to the reinforcing steel. Embedded galvanic anodes shall be Galvashield XP+ available from Sika Corporation. No substitutions will be allowed. 09/29/08 Contract No. 4700 EMBEDDED GALVANIC ANODES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03700 OVER CARLSBAD BOULEVARD B. Repair mortars, concrete and bonding agents shall be Portland cement-based materials with suitable electrical conductivity. Non-conductive repair materials such as epoxy, urethane, or magnesium phosphate shall not be permitted. C. SikaRepair 222 (horizontal), 223 (vertical), are all available from Sika Corporation. D. Deformed bars for reinforcement shall be hot-rolled steel in accordance with ASTM A615 Grade 60. 2.2 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Materials and product delivery, storage, and handling shall be done as per Section 01600, Materials and Equipment, and the manufacturer's instructions. PART 3 - EXECUTION 3.1 CONCRETE REMOVAL A Minimum repair area required for installation of an embedded galvanic anode shall be: 1. Width: twice the diameter of the anode. 2. Depth: to the bottom of the cleaned, existing or newly installed reinforcing steel bars plus twice the thickness of the anode. B. Do not install anodes in areas to be repaired that are less than 1.0 foot square in surface projection and with a minor dimension of less than six (6) inches. 1. Remove loose or delaminated concrete as per the CONSTRUCTION DRAWINGS and Section 02050, Demolition. C. Undercut all exposed reinforcing by removing concrete from the full circumference of the steel. The minimum clearance between the concrete substrate and reinforcing steel shall be 3/4 inch or 1/4 inch larger than the top size aggregate in the repair material, whichever is greater. D. Concrete removal shall continue along the reinforcing steel until there are no visible signs of corrosion. 3.2 CLEANING AND REPAIR OF REINFORCEMENT A. Clean exposed reinforcing steel of rust, mortar, etc. to provide sufficient electrical connection and mechanical bond. B. If significant reduction in the cross section of the reinforcing steel has occurred, replace or install supplemental reinforcement as directed by the SITE REPRESENTATIVE. C. Secure loose reinforcing steel by tying tightly to other bars with steel tie wire. 09/29/08 Contract No. 4700 EMBEDDED GALVANIC ANODES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03700 OVER CARLSBAD BOULEVARD 3.3 EDGE AND SURFACE CONDITIONING OF CONCRETE A. Concrete patches shall be square or rectangular in shape with squared corners. B. Sawcut the patch boundary 1/2 inch deep or less if required to avoid cutting reinforcing steel. C. Create a clean, sound substrate by removing bond-inhibiting materials from the concrete substrate by high pressure water blasting or abrasive blasting. 3.4 GALVANIC ANODE INSTALLATION A. Galvanic anodes shall be installed along the perimeter of the repair or interface with spacing as specified on the DRAWINGS and as per the manufacturer's instructions. Anode spacing will vary with changes in the reinforcing steel density, the level of chloride in the structure and the corrosivity of the local environment, etc. In no case shall the distance between anodes exceed 30 inches. Minimum spacing shall be Vi of the maximum anode spacing as recommended in the product data sheet for corrosion prevention applications, but not more than 30 inches. B. Due to the uncertainty of the extent of each repair area, it is the CONTORACTOR'S responsibility to determine where and how many Sika Galvshield XP+ Anodes are to be installed. The SITE REPRESENTATIVE shall approve the number and location of all anodes proposed by the CONTRACTOR for installation. C. Provide sufficient clearance between anodes and substrate to allow repair material to encase anode. D. Secure the galvanic anodes as close as possible to the patch edge using the anode tie wires. The tie wires shall be wrapped around the cleaned reinforcing steel and twisted tight to allow little or no free movement. 1. If the anode is to be tied onto a single bar, or if less than 1 inch of concrete cover is expected, place anode beneath the bar and secure to clean reinforcing steel. 2. If sufficient concrete cover exists, the anode may be placed at the intersection between two bars and secured to each clean bar. E. Electrical Continuity 1. The CONTRACTOR shall confirm electrical connection between anode tie wire and reinforcing steel by measuring DC resistance (ohm, Q) with a multi-meter. 2. The CONTRACTOR shall confirm electrical continuity of the exposed reinforcing steel within the repair area. If necessary, electrical continuity shall be established with steel tie wire. 3. Electrical continuity is acceptable if the DC resistance measured with multi-meter is less than 1 Q. 09/29/08 Contract No. 4700 EMBEDDED GALVANIC ANODES REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03700 OVER CARLSBAD BOULEVARD 4. 5. Install anodes prior to application of Sika Armatec 110 EPOCEN Corrosion Inhibiting Primer. Do not overcoat the anode or its connections with Sika Armatec 110 EPOCEM. Embed the anode in Sika Repair 223 Mortar prior to placing the Sika Top Mortar for concrete repair. F. Inspection 1.The SITE REPRESENTATIVE shall inspect all anode installations and verify their proper connection and electrical continuity before the anodes are covered with repair material. 3.5 CONCRETE REPLACEMENT A. Repair material shall have a resistivity below 15,000 ohm-cm or if the resistivity of the repair material is above 15,000 ohm-cm or unknown, embed the anodes in individual pockets of SikaRepair 223 (all mixed with water) as the embedding mortar to form a conductive bridge to the concrete substrate. If embedding mortar is used, the embedding mortar shall cover the individual anode, by a minimum thickness of 1/2 inch, and shall completely fill the space between the anode and the concrete substrate over a minimum area of 4 inches in diameter. Repair materials with significant polymer modification and/or silica fume content may have high resistivity. Similarly, if bonding agents are used, they shall have suitable conductivity. Insulating materials such as epoxy bonding agents shall not be used unless otherwise called for in the design. B. Following normal concrete repair procedures complete the repair with the repair material, taking care not to create any air voids around the anode. PART 4 - MEASUREMENT AND PAYMENT 4.1 EMBEDDED GALVANIC ANODES A. Full compensation for conforming to the requirements of this Section, EMBEDDED GALVANIC ANODES, including all labor, materials, equipment, tools, and incidentals will be considered included in the UNIT COST FOR EACH ANODE installed paid for this item of work in the Bid Schedule; "Anode Installation". END OF SECTION 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 EMBEDDED GALVANIC ANODES 03700 SECTION 03730 CONCRETE REHABILITATION FOR FRAMING AND POURING APPLICATIONS PART 1 - GENERAL 1.1 DISCRETION A. Scope: 1. This specification describes the patching or overlay of interior and/or exterior horizontal surfaces with a polymer- modified, portland cement mortar/concrete. B. Related Sections Specified Elsewhere: 1. Section 03200, Concrete Reinforcement. 2. Section 03310, Bonding Agents for Concrete. 3. Section 05503, Adhesive Anchoes and Bars. 4. General Provisions of the Contract. 1.2 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer 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. 1.3 DELIVERY.STORAGE, AND HANDLING A. All materials shall be delivered, stored and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE FOR FORMING AND POURING APPLICATIONS OVER CARLSBAD BOULEVARD 03730 C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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. 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PROUDCTS 2.1 MANUFACTURER A. SikaTop 111 Plus, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. No substitions will be allowed. 2.2 MATERIALS A. Polymer-modified Portland cement mortar: 1. Component A shall be a liquid polymer emulsion of an acrylic copolymer base and additives. a. pH: 4.5-6.5 b. Film Forming Temperature: 73°F max. c. Tear Strength: 950-psi min. d. Elongation at Break: 500% min. e. Particle Size: less than 0.1 micron ' 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE FOR FORMING AND POURING APPLICATIONS OVER CARLSBAD BOULEVARD 03730 "*•»«*«' 2. Component A shall contain an organic, penetrating corrosion inhibitor which has been independently proven to reduce corrosion in concrete via ASTM G3 (half- cell potential tests). The corrosion inhibitor shall not be calcium nitrite, and shall have a minimum of 5 years of independent field testing to document performance on actual construction projects. 3. Component B shall be a blend of selected portland cements, specially graded aggregates, admixtures for Controlling setting time, water reducers for workability, and an organic accelerator. 4. The materials shall be non-combustible, both before and after cure. 5. The materials shall be supplied in a factory-proportioned unit. 6. The polymer-modified, portland cement mortar must be placeable from 1/2-in. to 1-in. in depth per lift for horizontal applications. B. To prepare a polymer-modified portland cement concrete: aggregate shall conform to ASTM C-33. The factory-proportioned unit shall be extended with 42-lb. max. of a 3/8 in. ( No.8 distribution per ASTM C-33, Table II) clean, well-graded, saturated surface dry aggregate, having low absorption and high density. Aggregate must be approved for use by the engineer. 2.3 PERFORMANCE CRITERIA A. Typical Properties of the mixed polymer-modified, portland cement mortar: 1. Working Time: Approximately 30 minutes 2. Finishing Time: 50-120 minutes 3. Color: concrete gray B. Typical Properties of the cured polymer-modified, portland cement mortar: 1. Compressive Strength (ASTM C-109 Modified) a. 1 day: 2500 psi min. (17.2 MPa) b. 7 day: 5500 psi min. (37.9 MPa) c. 28 day: 7000 psi min. (48.3 MPa) 2. Flexural Strength (ASTM C-293) @ 28 days: 1500 psi (10.3 MPa) 3. Splitting Tensile Strength (ASTM C-496) @ 28 days 700 psi (4.8 MPa) 4. Bond Strength (ASTM C-882 Modified) @ 28 days: 2500 psi (17.2 MPa) 5. The portland cement mortar shall not produce a vapor barrier. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE FOR FORMING AND POURING APPLICATIONS OVER CARLSBAD BOULEVARD 03730 6. Density(wet mix): 136 Ibs. / cu. ft. (2.18 kg/I) 7. Permeability (AASHTO T-277 @ 28 days Approximately 500 Coulombs) Note: Tests above were performed with the material and curing conditions @710F - 750F and 45-55% relative humidity. PART 3 - EXECUTION 3.1 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 +/-1/16" (CSP 5 or greater as per ICRI Guidelines) with a new exposed aggregate surface. Area to be patched shall not be less than 1/2" in depth. B. Where reinforcing steel with active corrosion is encountered, mechanically clean the steel to a white metal finish to remove all contaminants and rust (as per SSPC-SP3). Where corrosion has occurred due to the presence of chlorides, the steel shall be high pressure washed after mechanical cleaning. Prime steel with 2 coats of Sika Armatec 110 EpoCem at 20 mils thich per coat, allow to dry, as directed by manufacturer. (See Spec Component SC-201-0699) 3.2 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 4/5 gal Component A into the mixing container. Add Component B while continuing to mix. Mix to a uniform consistency for a maximum of three minutes. Add remaining Component A to mix if a more loose consistency is desired. Should smaller quantities be needed, be sure the components are measured in the correct ratio and that the Component B is uniformly blended before mixing the components together. Mix only that amount of material that can be placed in 30 minutes. Do not retemper material. B. Mixing of the polymer-modified portland cement concrete: Pour all (1-gal) of Component A into the mixing container. Add Component B while continuing to mix. Add correct amount of the pre-approved coarse aggregate, and continue mixing to a uniform consistency. Mixing time should be 3 minutes maximum. 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 wet, force material against edge of repair, working toward center. If repair area is too large to fill while scrub coat is still wet use Sika Armatec 110 EpoCem in lieu of scrub coat (See Spec Component SC-200). After filling, consolidate, then screed. Allow mortar or concrete to set to desired stiffness, then finish with trowel, manual or power, for smooth surface. Broom or burlap drag for rough surface. Areas where the depth of the repair is less than 1-inch shall be repaired with polymer-modified portland cement mortar. In areas where 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE FOR FORMING AND POURING APPLICATIONS OVER CARLSBAD BOULEVARD 03730 the depth of the repair is greater than 1 inch, the repair shall be made with polymer- modified portland cement concrete. 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 the polymer-modified portland cement mortar in the manufacturers current printed technical data sheet and literature. 3.3 CLEANING A. The uncured polymer-modified portland cement mortar can be cleaned from tools with water. The cured polymer -modified portland 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. PART 4 - MEASUREMENT AND PAYMENT 4.1 CONCRETE REHABILITATION A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE FOR FORMING AND POURING APPLICATIONS OVER CARLSBAD BOULEVARD 03730 SikaTop® 111 Plus Crack Filler SC-026 1. Repair area should not be less than 1/2" in depth. 2. Apply scrub coat to the prepared substrate. 3. While scrub coat is still wet place SikaTop 111 Plus, filling the entire cavity. A. Strike off and level as required. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION FOR FORMING AND POURING APPLICATIONS 03730 SikaTop® 111 Plus Hand-applied Repair SC-026 1. Repair area should not be less than 1/2" in depth. 2. Substrate should be saturated surface dry (SSD) with no standing water. 3. Apply scrub coat to substrate, filling all pores and voids. 4. While scrub coat is still wet apply SikaTop 111 Plus. Note: If repair area is too large to fill while scrub coat is still wet,- use Sika Armatec 110 EpoCem in lieu of the scrub coat. (See Spec Component SC-200) For applications .greater than 1" in depth, add a 3/8" coarse aggregate. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION FOR FORMING AND POURING APPLICATIONS 03730 SikaTop® 111 Plus Overlay SC-026 1. Repair area should not be less than 1/2" in depth. 2. Substrate should be saturated surface dry (SSD) with no standing water. 3. Apply scrub coat to substrate, filling all pores and voids. 4. While scrub coat is still wet apply SikaTop 111 Plus. Note: If overlay area is too large to cover while scrub coat is still wet, use Sika Armatec 110 EpoCem in lieu of the scrub coat. (See Spec Component SC-200) For applications greater than 1" in depth, add a 3/8" coarse aggregate. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION FOR FORMING AND POURING APPLICATIONS 03730 SECTION 03731 CONCRETE REHABILITATION FOR SCRUBBED, SCREEDED, AND FLOATED APPLICATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. This specification describes the patching or overlay of interior and/or exterior horizontal surfaces with a polymer- modified, portland cement mortar/concrete. B. Related Sections Specified Elsewhere: 1. Section 03200, Concrete Reinforcement. 2. Section 03310, Bonding Agents for Concrete. 3. Secrion 05503, Adhesive Anchors and Bars. 4. General Provisions of the Contract. 1.2 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer 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. 1.3 DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered, stored and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE SCRUBBED, SCREEDED & FLOATED APPLICATIONS OVER CARLSBAD BOULEVARD 03731 C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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. 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be as per the General Provisions, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURER A. SikaTop 122 Plus, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. No substitutions will be allowed. 2.2 MATERIALS A. Polymer-modified Portland cement mortar: 1. Component A shall be a liquid polymer emulsion of an acrylic copolymer base and additives. a. pH: 4.5-6.5 b. Film Forming Temperature: 73°F max. c. Tear Strength: 950-psi min. d. Elongation at Break: 500% min. e. Particle Size: less than 0.1 micron 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE SCRUBBED, SCREEDED & FLOATED APPLICATIONS OVER CARLSBAD BOULEVARD 03731 2. Component A shall contain an organic, penetrating corrosion inhibitor which has been independently proven to reduce corrosion in concrete via ASTM G3 (half- cell potential tests). The corrosion inhibitor shall not be calcium nitrite, and shall have a minimum of 5 years of independent field testing to document performance on actual construction projects. 3. Component B shall be a blend of selected portland cements, specially graded aggregates, admixtures for controlling setting time, water reducers for workability, and an organic accelerator. 4. The materials shall be non-combustible, both before and after cure. 5. The materials shall be supplied in a factory-proportioned unit. 6. The polymer-modified, portland cement mortar must be placeable from 1/8-in. to 1-in. in depth per lift for horizontal applications. B. To prepare a polymer-modified portland cement concrete: aggregate shall conform to ASTM C-33. The factory-proportioned unit shall be extended with 42-lb. max. of a 3/8 in. ( No.8 distribution per ASTM C-33, Table II) clean, well-graded, saturated surface dry aggregate, having low absorption and high density. Aggregate must be approved for use by the Engineer. 2.3 PERFORMANCE CRITERIA A. Typical Properties of the mixed polymer-modified, portland cement mortar: 1. Working Time: Approximately 30 minutes 2. Finishing Time: 50-120 minutes 3. Color: concrete gray B. Typical Properties of the cured polymer-modified, portland cement mortar: 1. Compressive Strength (ASTM C-109 Modified) a. 1 day: 3000 psi min. (20.7 MPa) b. 7 day: 5500 psi min. (37.9 MPa) c. 28 day: 7000 psi min. (48.3 MPa) 2. Flexural Strength (ASTM C-293) @ 28 days: 2000 psi (13.8 MPa) 3. Splitting Tensile Strength (ASTM C-496) @ 28 days 750 psi (5.2 MPa) 4. Bond Strength (ASTM C-882 Modified) @ 28 days: 2200 psi (15.2 MPa) 5. The portland cement mortar shall not produce a vapor barrier. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE SCRUBBED, SCREEDED & FLOATED APPLICATIONS OVER CARLSBAD BOULEVARD 03731 6. Density(wet mix): 136 Ibs. / cu. ft. (2.18 kg/I) 7. Permeability (AASHTO T-277 @ 28 days Approximately 500 Coulombs) Note: Tests above were performed with the material and curing conditions @ 71 oF - 75oF and 45-55% relative humidity. PART 3 - EXECUTION 3.1 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 +/-1/16" (CSP 5 or greater as per ICRI Guidelines) with a new exposed aggregate surface. Area to be patched shall not be less than 1/8" in depth. B. Where reinforcing steel with active corrosion is encountered, mechanically clean the steel to a white metal finish to remove all contaminants and rust (as per SSPC-SP3). Where corrosion has occurred due to the presence of chlorides, the steel shall be high pressure washed after mechanical cleaning. Prime steel with 2 coats of Sika Armatec 110 EpoCem at 20 mils thick per coat, allow to dry, as directed by manufacturer. (See Spec Component SC-201-0699) 3.2 MIXING AND APPLICATIONS A. Mechanically mix in appropriate sized mortar mixer or with a Sika jiffy paddle and low speed (400-600 rpm) drill. Pour approximately 4/5 gal Component A into the mixing container. Add Component B while continuing to mix. Mix to a uniform consistency for a maximum of three minutes. Add remaining Component A to mix if a more loose consistency is desired. Should smaller quantities be needed, be sure the components are measured in the correct ratio and that the Component B is uniformly blended before mixing the components together. Mix only that amount of material that can be placed in 30 minutes. Do not retemper material. B. Mixing of the polymer-modified Portland cement concrete: Pour all (1-gallon) of Component A into the mixing container. Add Component B while continuing to mix. Add correct amount of the pre-approved coarse aggregate, and continue mixing to a uniform consistency. Mixing time should be 3 minutes maximum. 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 edge of repair, working toward center. If repair area is too large to fill while scrub coat is still wet use Sika Armatec 110 EpoCem in lieu of scrub coat (See Spec Component SC-200). After filling, consolidate, then screed. Allow mortar or concrete to set to desired stiffness, then finish with trowel, manual or power, for smooth surface. Broom or burlap drag for rough surface. Areas where the depth of the repair is less than 1-inch shall be repaired with polymer-modified portland cement mortar. In areas where 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE SCRUBBED, SCREEDED & FLOATED APPLICATIONS OVER CARLSBAD BOULEVARD 03731 the depth of the repair is greater than 1 inch, the repair shall be made with polymer- modified portland cement concrete. 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 the polymer-modified portland cement mortar in the manufacturers current printed technical data sheet and literature. 3.3 CLEANING A. The uncured polymer-modified portland cement mortar can be cleaned from tools with water. The cured polymer -modified portland 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. PART 4 - MEASUREMENT AND PAYMENT 4.1 CONCRETE REHABILITATION A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE SCRUBBED, SCREEDED & FLOATED APPLICATIONS OVER CARLSBAD BOULEVARD 03731 SikaTop® 122 Plus Crack Filler SC-025 o 1 . Repair area should not be less than 1/8" in depth. 2. Apply scrub coat to the prepared substrate. 3. While scrub coat is still wet place SikaTop 122 Plus, filling the entire cavity. 4. Strike off and level as required. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION SCRUBBED, SCREEDED & FLOATED APPLICATIONS 03731 SikaTop® 122 Plus Hand-applied Repair SC-025 1. Repair area should not be less than 1/8" in depth. 2. Substrate should be saturated surface dry (BSD) with no standing water. 3. Apply scrub coat to substrate, filling all pores and voids. 4. While scrub coat is still wet apply SikaTop 122 Plus. Note: If repair area is too large to fill while scrub coat is still wet, use Sika Armatec 110 EpoCem in lieu of the scrub coat. (See Spec Component SC-200) For applications greater than 1" in depth, add a 3/8" coarse aggregate. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION SCRUBBED, SCREEDED & FLOATED APPLICATIONS 03731 SikaTop® 122 Plus Overlay SC-025 1. Repair area should not be less than 1/8" in depth. 2. Substrate should be saturated surface dry (SSD) with no standing water. 3. Apply scrub coat to substrate, filling all pores and voids. 4. While scrub coat is still wet apply SikaTop 122 Plus. Note: If repair area is too large to fill while scrub coat is still wet, use Sika Armatec 110 EpoCem in lieu of the scrub coat. (See Spec Component SC-200) For applications greater than 1" in depth, add a 3/8" coarse aggregate. o Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION SCRUBBED, SCREEDED & FLOATED APPLICATIONS 03731 SECTION 03732 CONCRETE REHABILITATION FOR VERTICAL AND OVERHEAD APPLICATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. This SPECIFICATION describes the patching of interior and/or exterior vertical or overhead surfaces with a polymer-modified, Portland Cement mortar. B. Related Sections Specified Elsewhere: 1. Section 03200, Concrete Reinforcing. 2. Section 03310, Bonding Agents for Concrete. 3. Section 05503, Adhesive Anchors and Bars. 4. General Provisions of the Contract. 1.2 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer 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. 1.3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE VERTICAL & OVERHEAD APPLICATIONS OVER CARLSBAD BOULEVARD 03732 C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 45°F (7°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. 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to the SITE REPRESENTATIVE and shall include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be as per the General Provisions, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURER A. SikaTop 123 Plus, as manufactured by Sika Corporation, is considered to conform to the requirements of this SPECIFICATION. No substitutes will be allowed. 2.2 MATERIALS A. Polymer-modified Portland cement mortar: 1 . Component A shall be a liquid polymer emulsion of an acrylic copolymer base and additives. a. pH: 4.5-6.5 b. Film Forming Temperature: 73°F max. c. Tear Strength: 950-psi min. d. Elongation at Break: 500% min. e. Particle Size: less than 0.1 micron 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE VERTICAL & OVERHEAD APPLICATIONS OVER CARLSBAD BOULEVARD 03732 2. Component A shall contain an organic, penetrating corrosion inhibitor which has been independently proven to reduce corrosion in concrete via ASTM G3 (half- cell potential tests). The corrosion inhibitor shall not be calcium nitrite, and shall have a minimum of 5 years of independent field testing to document performance on actual construction projects. 3. Component B shall be a blend of selected Portland Cements, specially graded aggregates, admixtures for controlling setting time, water reducers for workability, and an organic accelerator. 4. The materials shall be non-combustible, both before and after cure. 5. The materials shall be supplied in a factory-proportioned unit. 6. The polymer-modified, Portland Cement mortar must be placeable from 1/8" to 1- 1/2" in depth per lift for vertical applications and 1/8" to 1" in depth for overhead applications. 2.3 PERFORMANCE CRITERIA A. Typical Properties of the mixed polymer-modified, Portland Cement mortar: 1. Working Time: Approximately 10-15 minutes 2. Finishing Time: 20 - 60 minutes 3. Color: concrete gray B. Typical Properties of the cured polymer-modified, Portland Cement mortar: 1. Compressive Strength (ASTM C-109 Modified) a. 1 day: 3500 psi min. (24.1 MPa) b. 7 day: 6000 psi min. (44.8 MPa) c. 28 day: 7000 psi min. (48.3 MPa) 2. Flexural Strength (ASTM C-293) @ 28 days: 2000 psi (13.8 MPa) 3. Splitting Tensile Strength (ASTM C-496) @ 28 days: 900 psi (6.2 MPa) 4. Bond Strength (ASTM C-882 Modified) @ 28 days: 2200 psi (15.2 MPa) 5. The Portland Cement mortar shall not produce a vapor barrier. 6. Density (wet mix): 132 Ibs. / cu. ft. (2.2 kg/I) 7. Permeability - AASHTO T-277 @ 28 days Approximately 500 Coulombs Note: Tests above were performed with the material and curing conditions @ 71 oF - 75oF and 45-55% relative humidity. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE VERTICAL & OVERHEAD APPLICATIONS OVER CARLSBAD BOULEVARD 03732 PART 3 - EXECUTION 3.1 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 concrete substrate to obtain a surface profile of +/-1/16" (CSP 5 or greater as per ICRI Guidelines) with a new exposed aggregate surface. Area to be patched shall not be less than 1/8" in depth. B. Where reinforcing steel with active corrosion is encountered, mechanically clean the steel to a white metal finish to remove all contaminants and rust (as per SSPC-SP3). Where corrosion has occurred due to the presence of chlorides, the steel shall be high pressure washed after mechanical cleaning. Prime steel with 2 coats of Sika Armatec 110 EpoCem at 20 mils per coat, allow to dry, as per the technical data sheet (See Spec Component SC-201-0699). 3.2 MIXING AND APPLICATION A. Mechanically mix in an appropriate sized mortar mixer or with a Sika mud paddle and low speed (400-600 rpm) drill. Pour approximately 4/5 gal Component A into the mixing container. Add Component B while continuing to mix. Mix to a uniform consistency for a maximum of three minutes. Add remaining Component A to mix for desired consistency. Should smaller quantities be needed, be sure the components are measured in the correct ratio and that the Component B is uniformly blended before mixing the components together. Mix only that amo unt of material that can be placed in 10 -15 minutes. Do not re-temper material. B. Placement Procedure: At the time of application, the substrate shall be saturated surface dry with no standing water. Mortar must be scrubbed into substrate filling all pores and voids. While the scrub coat is still plastic, force material against edge of repair, working toward center. If repair area is too large to fill while scrub coat is still wet use Sika Armatec 110 EpoCem in lieu of scrub coat. (See spec component SC-200-0699) After filling, consolidate then screed. Allow mortar to set to desired stiffness then finish with trowel for smooth surface. Wood float or sponge float for a rough surface. Areas where the depth of the repair area to sound concrete is greater than 1-1/2", the repair shall be made in lifts of 1-1/2" maximum thickness. The top surface of each lift shall be scored to produce a rough surface for the next lift. The preceding lift shall be allowed to reach final set before applying fresh material. The fresh mortar must be scrubbed into the preceding lift. C. 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. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE VERTICAL & OVERHEAD APPLICATIONS OVER CARLSBAD BOULEVARD 03732 D. Adhere to all procedures, limitations and cautions for the polymer-modified Portland Cement mortar in the manufacturers current printed technical data sheet and literature. 3.3 CLEANING A. The uncured polymer-modified Portland Cement mortar can be cleaned from tools with water. The cured polymer - modified Portland 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. PART 4 - MEASUREMENT AND PAYMENT 4.1 CONCRETE REHABILITATION A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. 09/29/08 Contract No. 4700 CONCRETE REHABILITATION REPAIR OF PALOMAR AIRPORT ROAD BRIDGE VERTICAL & OVERHEAD APPLICATIONS OVER CARLSBAD BOULEVARD 03732 SC-027 SikaTop® 123 Plus Crack Filler (Vertical / Overhead) 1. 2. 3. Repair area should be no less than 1/8" in depth. Apply scrub coat to prepared substrate. tnsWhile scrub coat is still wet place SikaTop 123 Plus filling the entire cavity. 4. Strike off and level as required. \ Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION VERTICAL & OVERHEAD APPLICATIONS 03732 SC-027 SikaTop® 123 Plus Hand-applied (Vertical / Overhead) 1. Repair area should not be less than 1/8" in depth. 2. Substrate should be saturated surface dry (SSD) with no standing water during application. 3. Apply scrub coat to the substrate, filling all pores and voids. 4. While scrub coat is still wet apply SikaTop 123 Plus. Note: If repair area is too large to fill while scrub coat is still wet, use Sika Armatec 110 EpoCem in lieu of the scrub coat. (See Spec Component SC-200) For applications greater than 1-1/4" in depth, apply SikaTop 123 Plus in lifts. Score the top surface of each lift to produce a roughened surface for the next lift. Allow preceding lift to reach final set. Repeat from step 3. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 END OF SECTION * * * •»«»,**• 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 CONCRETE REHABILITATION VERTICAL & OVERHEAD APPLICATIONS 03732 SECTION 03930 EPOXY-INJECTED CRACK REPAIR PART 1 - GENERAL 1.1 SUMMARY A. This SPECIFICATION describes the pressure injection of cracks with an epoxy resin adhesive. 1.2 QUALITY ASSURANCE A. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001/9002 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. Install materials in accordance with all safety and weather conditions required by the manufacturer, 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. 1.3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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 product. 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD ""-1' 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to the SITE REPRESENTATIVE and shall include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be made as per the General Provisions of the Contract, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Sikadur 35 Hi-Mod LV as manufactured by Sika Corporation, 1682 Marion Williamsport Road, Marion, Ohio 43302 is considered to conform to the requirements of this SPECIFICATION. B. Sikadur 31 Hi-Mod Gel, as manufactured by Sika Corporation, 1682 Marion Williamsport Road, Marion, Ohio 43302 is considered to conform to the requirements of this SPECIFICATION. C. Sikadur Injection Gel, as manufactured by Sika Corporation, 1682 Marion Williamsport Road, Marion, Ohio 43302 is considered to conform to the requirements of this SPECIFICATION/ D. No substitutes will be allowed. 2.2 MATERIALS A. Epoxy resin adhesive for pressure injection of cracks shall be Sikadur 35 Hi-Mod Gel: 1. Component "A" shall be a modified epoxy resin of the diglycidiether bisphenol A Type containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be primarily a reaction product of a selected amine blend with an epoxy resin of the diglycidiether bisphenol A Type containing suitable viscosity control agents, pigments, and accelerators. 3. The ratio of component A: component B shall be 1:1 by volume 4. The material shall not contain asbestos. B. Epoxy resin adhesive for sealing of cracks & porting devices shall be Sikadur 31 Hi-Mod Gel or Sikadur Injection Gel.: 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD 1. For Sikadur 31 Hi-Mod Gel: a. Component "A" shall be a modified epoxy resin of the diglycidiether bisphenol A Type containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. b. Component "B" shall be primarily a reaction product of a selected amine blend with an epoxy resin of the iglycidiether bisphenol A Type containing suitable viscosity control agents, pigments, and accelerators. c. The ratio of component A: component B shall be 1:1 by volume d. The material shall not contain asbestos. 2. For Sikadur Injection Gel: a. Component "A" shall be a modified epoxy resin of the diglycidiether bisphenol a Type containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. b. Component "B" shall be primarily a reaction product of a selected amine blend with an epoxy resin of the diglycidiether bisphenol a Type containing suitable viscosity control agents, pigments, and accelerators. c. The ratio of component A: component B shall be 1:1 volume. d. The material shall not contain asbestos. 3. Epoxy resin adhesive for sealing of cracks & porting devices shall be Sikadur Injection Gel: a. Component "A" shall be a modified epoxy resin of the diglycidiether bisphenol A Type containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. b. Component "B" shall be primarily a reaction product of a selected amine blend with an epoxy resin of the diglycidiether bisphenol a Type containing suitable viscosity control agents, pigments, and accelerators. c. The ratio of component A: component B shall be 1:11 volume. d. The material shall not contain asbestos. C. Porting devices as required for either manual or automated application. Porting devices for automated application hall be supplied from the manufacturer of the pressure injection equipment. 2.3 PERFORMANCE CRITERIA A. Properties of the mixed epoxy resin adhesive used for the pressure injection grouting: 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD "-t 1. Pot Life: min. 25 minutes (60 gram mass) @ 73° F 2. Tack-FreeTime: 90°F (32°C) 1.5 to 2 hours a. 75deg. F (24 deg. C) 3 to 3.5 hours b. 40°F (5°C) 14-16 hours 3. Viscosity: Approx. 375 cps. 4. Color: Clear, Amber B. Properties of the cured epoxy resin adhesive used for the pressure injection grouting: 1. Compressive Strength (ASTM D-695) min. a. 3 day: 10000 psi (69.9 MPa) b. 7 day: 11000 psi (75.8 MPa) c. 28 day: 13000 psi (89.6 MPa) 2. Compressive Modulus, psi: min. a. 7 day 21.6x105 psi 3. Shear Strength (ASTM D-732) a. 14 day: 5100 psi (35 MPa) 4. Flexural Strength (ASTM D-790) min. a. 14 day: 14000 psi (97 MPa) 5. Tangent Modulus of Elasticity in Bending min. a. 14 day: 3.7 x 105 psi 6. Bond Strength (ASTM C-882) a. 14 day (moist cure) min. 7. Hardened Concrete to Hardened Concrete 2200 psi (15 Mpa) 8. Water Absorption (ASTM D-570) max. a. 24 hour 0.90% 9. Tensile Properties (ASTM D-638) min. a. 7 day Tensile Strength 8900 psi (61 Mpa) 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD 10. Elongation at Break 5.4% a. 14 day Modulus of Elasticity 4.1 x 105 psi (2800 Mpa) C. Properties of the mixed epoxy resin adhesive used for sealing of cracks & porting devices: 1. Pot Life: min. 30 minutes (60 gram mass) @ 73° F 2. Tack-FreeTime: a. 75°F (24°C) 2 to 3.5 hours b. 40°F (5°C) 14 to 16 hours 3. Consistency: Non-sag paste 4. Color: Concrete Gray D. Properties of the cured epoxy resin adhesive used for sealing of cracks & porting devices: 1. Compressive Strength (ASTM D-695) min. @ 73F a. 1 day: 9000 psi (62.0 MPa) b. 3 day: 11000 psi (75.8 MPa) c. 28 day: 12000 psi (82.8 MPa) 2. Compressive Modulus, psi: min. a. 7 day 3.9 x 105 psi 3. Shear Strength (ASTM D-732) a. 14 day: 3400 psi (23.4 MPa) 4. Flexural Strength (ASTM D-790) min. a. 14 day: 4400 psi (30.2 MPa) 5. Tangent Modulus of Elasticity in Bending min. a. 14day:1.0x 105 psi 6. Bond Strength ASTM C-882 a. 14 days (moist cure) min. 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD 7. Hardened Concrete to Hardened Concrete 2400 psi (16.6 Mpa) 8. Water Absorption (ASTM D-570) max. a. 24 hour 0.79% 9. Tensile Properties (ASTM D-638) min. a. 7 day Tensile Strength 3600 psi (24.8 Mpa) 10. Elongation at Break 0.4% a. 14 day Modulus of Elasticity 1.0 x 105 psi (2800 Mpa) Note: Tests above were performed with material & curing conditions at 73F & 45-55% relative humidity. PART 3 - EXECUTION 3.1 MIXING AND APPLICATION A. Mixing the epoxy resin adhesive for sealing the cracks & porting devices: Premix each component. Proportion two parts by volume of Component "A" to one part Component "B" into a clean, dry mixing pail. Mix thoroughly for 3 minutes with a jiffy paddle on a low- speed (400-600 rpm) drill or dispense from a ready to use prepackage coaxial cartridge. Mix only that quantity of material that can be used within its pot-life (25-35 minutes 73F). B. Mixing of the epoxy resin adhesive used for the pressure injection grouting: Manual: Premix each component. Proportion two parts by volume of Component "A" to one part Component "B" into a clean, dry mixing pail. Mix thoroughly for 3 minutes with a jiffy paddle on a low-speed (400-600 rpm) drill. Mix only that quantity of material that can be used within its pot-life (20-30 minutes 73F). C. Placement procedure: 1. The epoxy resin adhesive for sealing the cracks & porting device: Set the porting devices as required by the equipment manufacturer. Spacing of the porting devices shall be accomplished as required to achieve the travel of the epoxy resin for the pressure injection grouting between ports and fill the cracks to the maximum. 2. On structures open on both-sides, provide porting devices on opposite sides at staggered elevations. Apply the mixed epoxy resin adhesive for sealing over cracks and around each porting device to provide an adequate seal to prevent the escape of the epoxy resin adhesive for the injection grouting. Where required by the SITE REPRESENTATIVE, apply the epoxy resin adhesive for sealing in such a manner that minimal defacing or discoloration of the substrate shall result. D. The epoxy resin adhesive for the pressure injection grouting: 1. Manual: Load the mixed epoxy resin adhesive for grouting into a disposable caulking cartridge or bulk-loading caulking gun. Inject the prepared cracks with a constant 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD pressure in order to achieve maximum filling & penetration without the inclusion of air pockets or voids in the epoxy resin adhesive. Begin the pressure injection at the widest part of the crack being injected and continue until there is the appearance of epoxy resin adhesive at an adjacent port, thus indicating travel. When travel is indicated, the decision to discontinue or continue the pressure injection from that port should be made by the CONTRACTOR based on his experience, with the approval of the SITE REPRESENTATIVE. Continue procedure until the pressure inject able cracks has been filled. 2. Automated: Dispense the epoxy resin adhesive for grouting under constant pressure in accordance with procedures recommended by the equipment manufacturer as required to achieve maximum filling and penetration of the prepared cracks without the inclusion of air pockets or voids in the epoxy resin adhesive. The pressure injection of single or multiple ports, by use of a manifold system, is possible. This decision should be made by the CONTRACTOR, with the approval of the SITE REPRESENTATIVE. Continue the approved procedure until all pressure inject able cracks have been filled. E. If penetration of any cracks is impossible, consult the SITE REPRESENTATIVE before discontinuing the injection procedure. If modification of the proposed procedure is required to fill the cracks, submit said modification in writing to the SITE REPRESENTATIVE for acceptance prior to proceeding. F. Adhere to all limitations and cautions for the epoxy resin adhesive in the manufacturers current printed literature. 3.2 CLEANING A. After the epoxy resin adhesive for grouting has cured, the epoxy resin adhesive for sealing cracks and porting devices shall be removed as required by the Engineer. Clean the substrate in a manner to produce a finish appearance acceptable to the OWNER. B. The uncured epoxy resin adhesive can be cleaned from tools with approved solvent. The cured epoxy resin adhesive can only be removed mechanically. C. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. PART 4 - MEASUREMENT AND PAYMENT 4.1 EPOXY - INJECTED CRACK REPAIR A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the unit price paid for the Bid Item "Concrete Crack Repairs Type 1." 09/29/08 Contract No. 4700 EPOXY-INJECTED CRACK REPAIR REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 03930 OVER CARLSBAD BOULEVARD SC022 Sikadur Injection Gel Crack Filler / Cap Seal 1 . Set porting devices over cracks. 2. Place mixed Sikadur Injection Gel epoxy resin adhesive over cracks and around each injection port a minimum of 1" wide by a %" thick. 3. Allow sufficient time for epoxy resin adhesive cap seal to set before injecting. 4. When the cap seal has cured, inject Sikadur Injection Gel with steady pressure. 5. Use automated injection equipment or manual method. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 END OF SECTION * * * 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 EPOXY-INJECTED CRACK REPAIR 03930 SECTION 05500 MISCELLANEOUS METALS PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall provide miscellaneous metals and appurtenances, complete, in accordance with the CONTRACT DOCUMENTS. B. WORK Included in this Section. Principal items are: 1. Shop/erection drawings 2. Metal tube guard rails and railing. 3. Bolts for framing connections. 4. Welding electrodes. 5. Miscellaneous iron and steel items indicated, specified, or required for completion of the CONTRACT, unless included under other Sections. 6. Galvanizing and shop primer finishes, including field touch-up. 1.2 RELATED SECTIONS A. The WORK of the following Sections apply to the WORK of this Section. Other, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 01300, Submittals. 2. Section 03200, Concrete Reinforcement. 3. Section 03300, Cast-in-Place Concrete. 4. Section 03600, Grout. 5. Section 05503, Adhesive Anchors and Bays. 6. Other miscellaneous items accessory required for installations indicated on the DRAWINGS. 7. General Provisions of the Contract. 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. The current edition of the California Building Code (CBC). B. Except as otherwise indicated, the current editions of the following commercial standards apply to the Work of this Section: 1. Commercial Standards: a. AASHTO Standard Specification for Highway Bridges b. AISC Specification for Design, Fabrication and Erection of Structural Steel for Buildings with Commentary and Code of Standard Practice for Steel Buildings and Bridges c. AWSB2.1 Welding Procedures and Performance Qualifications d. AWS D1.1 Structural Welding Code - Steel e. AWS QC1 Standard for AWS Certification of Welding Inspectors f. NFPA101 Life Safety Code 2. ASTM Standards in Building Codes: a. ASTM A36 Specification for Structural Steel b. ASTM A53 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated Welded and Seamless c. ASTM A123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. ASTM A153 Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware e. ASTM A193 Specification for Alloy-Steel and Stainless steel Bolting Materials for High-Temperature Service f. ASTM A194 Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure and High-Temperature Service g. ASTM A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates h. ASTM A500 Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes i. ASTM A569 Specification for Steel, Carbon (0.15 Maximum Percent), Hot Rolled Sheet and Strip Commercial Quality 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD j. ASTM F593 Specifications for Stainless Steel Bolts, Hex Cap Screws, and Studs k. ASTM F594 Specifications for Stainless Steel Nuts I. ASTM A575 Specifications for Steel Bars, Carbon, Merchant Quality, M- Grades m. ASTM A992 Standard Specification for Structural Steel Shapes n. ASTM A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized coating 1 .4 CONTRACTOR SUBMITTALS A. Shop Drawings: Shop Drawings shall be submitted in accordance with the General Provisions of the Contract, Section 2-5.3, (Submittals). B. Product List and Product Data Sheets: Protective Coating, a product list shall be submitted with product data sheets of intended shop coats. Submittals shall be made as per the General Provisions, Section 2-5.3 (Submittals). 1.5 QUALITY ASSURANCE A. Miscellaneous metals shall be fabricated and erected in accordance with the latest edition of the AISC "Specification for the Design, Fabrication and Erection of Steel for Buildings", and "Code of Standard Practice for Steel Buildings and Bridges", except whenever there is a discrepancy between the DRAWINGS and this Specification, the DRAWINGS shall govern. B. Continuous Inspections: All welding and bolting of framing assemblies shall be conducted under the continuous inspection of an International Code Council (ICC) certified "Special Inspector" selected by the OWNER with costs borne by the OWNER. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the ICC Evaluation Services, Inc.; only the field welding and bolting of structural framing assemblies will be required to be performed under continuous inspection of the ICC-certified "Special Inspector." The OWNER shall be notified at least 24 hours in advance of needed inspections. Copies of inspection reports for shall be provided for the OWNER, CONTRACTOR, and governing building official. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel: Steel shall conform to the following requirements: 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD 1. Shapes, Plates, Bars: ASTM A 36 or ASTM A992. 2. Structural Steel Tube Sections: ASTM A 500. 2.2 GALVANIZING A. Galvanizing for Iron and Steel: All steel plates, shapes, bars, and fabricated assemblies shall be hot-dipped galvanized, including but not limited to handrails and guardrails. Galvanizing for iron and steel shall conform to ASTM A123, with the average weight of 2.0 ounces per square foot, and not less than 1.8 ounces per square foot. B. Ferrous Metal Hardware Items: Ferrous metal hardware items shall conform to ASTM A153, with average coating weight of 1.3 ounces per square foot. C. Touch-up paint for repair of damage to galvanized coating by handling, transportation, cutting, and field welding or bolting shall be a zinc rich paint for galvanizing conforming to ASTM A780. 2.3 WELDING ELECTRODES A. Steel Electrodes: Welding electrodes shall be in conformance with AWS D1.1, except E7024 rods or electrodes shall not be used. 2.4 BOLTS A. Anchor bolts shall be stainless steel supplied with stainless steel nut. B. Bolt Requirements: Bolts shall comply with the following: 1. Nuts shall be capable of developing the full strength of the bolts. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. Bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 2. The length of all bolts shall be such that after joints are made up, each bolt shall extend through the entire nut, but in no case more than 1/2-inch beyond the nut. 3. All bolts and threaded rods shall conform to ASTM F593. 4. All nuts shall conform to ASTM F594. 2.5 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the following (or equal): 1. Field Repairs to Galvanizing a. Galvinox b. Galvo-Weld 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD PART 3 - EXECUTION 3.1 FABRICATION AND INSTALLATION REQUIREMENTS A. Fabrication and Erection: Except as otherwise indicated, the fabrication and erection of structural framing shall conform to the requirements of the American Institute of Steel Construction "Manual of Steel Construction." 1. The WORK of this Section shall be coordinated with related trades. Particular attention is required for items to be embedded in concrete work. All punching and drilling, indicated or required, shall be provided for attachment of other WORK to that of this Section. 2. Compliance with Safety Requirements. Dimensions required for the fabrication and installation of handrails, etc. which are not shown on the DRAWINGS, shall conform to the Division of Occupational Health and Safety, General Industrial Safety Orders, State of California. B. Protection: The CONTRACTOR shall provide and be responsible for protection and repair of adjacent surfaces and areas which may become damaged as a result of WORK in this Section. WORK performed hereunder shall be protected until completion and final acceptance of project by the OWNER. The CONTRACTOR shall repair or replace all damaged or defective work to original specified condition at no additional cost to the OWNER. 1. Where welding is done in proximity to finished surfaces, such surfaces shall be protected from damage due to weld sparks, spatter or tramp metal. C. Guard Rails and Railings: Guard rails and railing shall be fabricated complete with stanchions, toe plates, welded and bolted fittings, attachments and expansion/contraction provisions true to size configurations to meet or exceed the requirements of CAL/OSHA, and as shown on the DRAWINGS. The welds shall be reasonably smooth and uniform. D. Embedded Steel Plates: Embedded steel plates shall have continuously welded joints. Exposed welds shall be ground flush. Hot-dip galvanizing shall be provided after fabrication. 3.2 WELDING A. Welding Steel: Welding shall be performed in accordance with the "Structural Welding Code-Steel", AWS D1.1. Welders shall be qualified by tests in accordance with AWS B2.1. 3.3 GALVANIZING A. Galvanizing: All steel plates, shapes, bars, and fabricated assemblies (including but not limited to handrails and guardrails) shall be thoroughly cleaned of rust and scale and be galvanized in accordance with the requirements of ASTM A 123. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Non- 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD '^^^^|L stainless steel bolts, anchor bolts, nuts and similar threaded fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A 153. Field repairs to galvanizing shall be made using "Galvinox," "Galvo-Weld," or equal. PART 4 - MEASUREMENT AND PAYMENT MISCELLANEOUS METALS A. Full compensation for conforming to the requirements of this Section, MISCELLANEOUS METALS, including all labor, materials, equipment, tools, and incidentals will be considered included in the bid item for which the metal is installed. ** END OF SECTION ** 09/29/08 Contract No. 4700 MISCELLANEOUS METALS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05500 OVER CARLSBAD BOULEVARD SECTION 05503 ADHESIVE ANCHORS AND BARS PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install adhesive anchors as shown and specified. B. This Section includes all anchors required for the WORK, but not specified under other Sections. C. The types of WORK using adhesive anchors or bays includes, is not limited to the following: 1. Anchorage of guardrails and railings 2. Anchorage of dowelled-in reinforcing bars 1.2 RELATED SECTIONS A. The Work of the following Sections apply to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of the WORK. 1. General Provisions of the Contract. 2. Section 05500, Miscellaneous Metals 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. The current edition of the California Building Code (CBC). B. Comply with the applicable provisions and recommendations of the following, except as otherwise shown or otherwise specified. 1. ASTM F 593, Stainless Steel Bolts, Hex Cap Screws, and Studs. 2. ASTM F594, Stainless Steel Nuts. C. Adhesive anchors shall be International Code Council (ICC) approved. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval in accordance with the requirements of the General Provisions of the Contract, Section 2-5.3 (Submittals), and the following: 09/29/08 Contract No. 4700 ADHESIVE ANCHORS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05503 OVER CARLSBAD BOULEVARD 1. Setting DRAWINGS and templates for location and installation of anchorage assemblies. 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 3. Load and anchoring calculations signed and sealed by a California Registered Civil Engineer as specified in Paragraph 2.1. All required calculations and certifications by a California Registered Professional Engineer shall be at the CONTRACTOR'S expense and shall be included with the CONTRACTOR'S bid. 1.5 QUALITY ASSURANCE A. Manufacturers and suppliers of the materials specified herein shall be required to review and satisfy all relevant requirements of the CONTRACT DOCUMENTS. The CONTRACTOR, manufacturer, supplier, fabricator and/or subcontractors furnishing and/or installing materials, services and specialties associated with this Section shall fully coordinate their efforts to avoid potential claims that are based on failure to review relevant CONTRACT DOCUMENTS. PART 2 - PRODUCTS 2.1 MATERIALS A. Adhesive Anchors and Bars: Unless otherwise shown or specified, all drilled, concrete anchors shall be adhesive anchors. No material substitutions will be considered. 1. Epoxy adhesive anchors are required for drilled anchors at anchoring framing connections, and for dowelled in reinforcing bars. Epoxy system shall be HILTI HIT RE 500-SD with adhesive per ICC ESR-2322. PART 3 - EXECUTION 3.1 INSPECTION A. The CONTRACTOR shall examine areas and conditions under which adhesive anchors are to be installed, and notify the SITE REPRESENTATIVE in writing of conditions detrimental to proper and timely completion of WORK. Do not proceed with WORK until unsatisfactory conditions have been corrected in a manner acceptable to the SITE REPRESENTATIVE. 3.2 INSTALLATION A. Adhesive anchors and bars and adhesive material: CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the anchor or reinforcing bar. The CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. B. Adhesive anchor manufacturer's representative shall observe and demonstrate the proper installation procedures for the adhesive anchors and adhesive material at no 09/29/08 Contract No. 4700 ADHESIVE ANCHORS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05503 OVER CARLSBAD BOULEVARD additional expense to the OWNER. Each installer shall be certified, in writing, by the manufacturer to be qualified to install the adhesive anchors. A copy of each installer's certification shall be given to the SITE REPRESENTATIVE a minimum of 2 working days prior to the installation of any adhesive anchor or reinforcing bar. 3.3 CLEANING A. After installation clean exposed anchors and/or bars. 3.4 FIELD QUALITY CONTROL A. The CONTRACTOR shall employ a testing laboratory to perform field quality testing of installed anchors. The SITE REPRESENTATIVE is to determine the level of testing which is required for the expansion anchors. A minimum of 10 percent of the adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the anchor. B. If failure of any of the adhesive anchors occurs, the CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. The CONTRACTOR shall correct improper workmanship, remove and replace, or correct as instructed by the SITE REPRESENTATIVE, all anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D. The CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the anchor. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to the SITE REPRESENTATIVE. F. Provide access for the testing agency to places where WORK is being produced so that required inspection and testing can be accomplished. PART 4 - MEASUREMENT AND PAYMENT 4.1 ADHESIVE ANCHORS AND BARS A. Full compensation for conforming to the requirements of this Section, ADHESIVE ANCHORS AND BARS, including all labor, materials, equipment, tools, and incidentals will be considered included in the bid item for which the adhesive anchors and bars are installed. END OF SECTION 09/29/08 Contract No. 4700 ADHESIVE ANCHORS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 05503 OVER CARLSBAD BOULEVARD CONCRETE Spec Component 006-0101 RESTORATION Sikadur 55 SLV SYSTEMS DIVISION 7-Termal and Moisture Protection Section 07190 Water Repellents Part 1 - General 1.01 Summary . A. This specification describes the grouting of cracks/sealing of concrete by topical treatment with a 100% solids epoxy resin. 1.02 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer, 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 from 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°F (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 product. 1.05 Submittals A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). 1.06 Warranty A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. Section 07190 Water Repellents Part 2 - Products 2.01 Manufacturers A. Sikadur 55 SLV, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. 2.02 Materials A. Epoxy resin adhesive shall be Sikadur 55 SLV: 1. Component "A" shall be a modified epoxy resin of the epichlorohydrin bisphenol A type containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be an aliphatic diamine containing suitable viscosity control agents and accelerators. 3. The ratio of component "A": Component "B" shall be 2.5 : 1 by Volume. 2.03 Performance Criteria A. Properties of the mixed epoxy resin adhesive: 1. Pot Life: min. 25 minutes (60 gram mass) @ 73° F 2. Tack-Free Time: 73°F (22°C) 6 hours 60°F (15°C) 16 hours 3. Color: Clear, Amber 4. Viscosity: 95 cps. B. Properties of the cured epoxy resin adhesive: 1. Compressive Strength (ASTM D-695) .min. a lday:5150psi (35.5 MPa) b. 7 day: 14800 psi (102 MPa) c. 28 day: 15800 psi (108.9 MPa) Compressive Modulus, PSI: .min, a. 7 day 3.7 x 105 psi 2. Shear Strength (ASTM D-732) a. 7 days: 7600 psi (52.4 MPa) 3. Flexural Strength (ASTM D-790) min. a. 7 days: 9500 psi (65.5 MPa) Tangent Modulus of Elasticity in Bending .min. b. 7 days: 4.8 x 105 psi 4. Bond Strength ASTM C-882 14 days (moist cure) .min. a. Hardened Concrete to Hardened Concrete 2700 psi (18.6 Mpa) b. Hardened Concrete to Steel 2000 psi (13.8Mpa) 5. Water Absorption (ASTM D-570) .max. a. 24 hour immersion 0.61% 6. Tensile properties (ASTM D-638) .min. a. 7 day Tensile Strength 7500 psi (51.7 Mpa) Elongation at Break 2.3% Note: Tests above were performed with material and curing conditions at 73°F and 45-55% relative humidity. Section 07190 Water Repellents 2 o Part 3 - Execution 3.01 Mixing and Application A. Mixing the epoxy resin: Premix each component. Empty entire contents of Component "B" container into Component "A" container. Mix thoroughly for 3 minutes with a jiffy paddle on a low-speed (400-600 rpm) drill. Mix only that quanity of material that can be used within its potlife (25 minutes 73F). DANGER: HEAT AND SMOKE POTENTIAL Leaving mixture of Component A and B in container longer than 25 minutes (pot life) will allow mixture to begin the curing (harding) process in the container. Spread mixture onto intended surface as soon as properly mixed. Leaving curing product in container can generate excessive heat, become extremely hot, and may self- combust. Self combusting materials may generate potentially harardous smoke. Only mix together the amount of material that can be used and applied in less than stated potlife. If smoke or excessive heat/flame occurs, ventilate area, and cool outside of can with water. DO NOT POUR WATER INTO CAN. DO NOT BREATHE SMOKE. B. Placement procedure: 1. Large cracks can be prefilled with oven dry sand and must be filled prior to the application. Pour mixed epoxy resin over all visible cracks for 5-10 minutes. Repeat the ponding procedure until the cracks are sealed. Care must be taken not to allow the epoxy resin to stiffen in these ponded areas. Spread material out over the substrate before it sets. Fill the cracks when widest ( during the coolest part of the day) to maximize flow and material fill. If needed, seal cracks from underside, when accessible, to prevent leakage. 2. After the visible cracks have been sealed, if needed commence sealing the entire prepared surface. Pour the mixed epoxy resin onto the substrate. Spread material using rubber squeegee and rollers. Allow material to penetratethe pores of the substrates. Continue to apply until the substrate is sealed. The finished appearance of the substrate should be wet looking with no visible surface film. After 30 minutes and within 2 hours cover treated area with a light broadcast of a 8/20 or similar oven dry sand. Distribute evenly over surface at a rate of 15 to 20 Ibs./ per 100 sq. ft.. Allow material to cure before removal of any loose sand and then open to traffic. B. Adhere to all limitations and cautions for the epoxy resin adhesive in the manufacturers current printed literature 3.02 Cleaning A. The uncured epoxy resin adhesive can be cleaned from tools with approved solvent. The cured epoxy resin adhesive 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-006 Sikadur® 55 SLV Section 07190 Water Repellents SURFACE PREPARATION SHOTBLASTING For Overlays/Coatings/Healer-Sealers Surface Preparation A. The surface must be mechanically prepared by shotblasting in accordance with ICRI No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings and Polymer Overlays. Areas to be treated must be clean, sound and free of contaminants. Follow the manufacturers recommendations for minimum surface profile as prescribed in the technical product data sheet. B. Cracks in the substrate in the area of the overlay work must be treated as directed by the Engineer. Section 07190 Water Repellents Surface Preparation-Shotblasting 4 Crack Healer/Surface Sealer 1. Spread neat Sikadur 55 SLV with flat squeegee or roller allowing to pond over cracked areas. 2. Let material penetrate into cracks and surrounding substrate. 3. Remove excess leaving no visible surface film. Note: For cracks greater than Vs" wide, fill crack with oven-dried sand before applying Sikadur 55 SLV. Prior to filling seal underside of slab, when accessible, to prevent leakage. Section 07190 Water Repellents o SECTION 07900 JOINT SEALERS PART 1 - GENERAL 1.1 SUMMARY A. This specification describes the sealing of joints and cracks with a one-component, gun- grade, elastomeric polyurethane sealant. Sikaflex-1 A shall be placed around all posts imbedded in concrete at the joint between the concrete and the post. 1.2 QUALITY ASSURANCE A. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001/9002 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. Install materials in accordance with all safety and weather conditions required by manufacturer 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 .3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (5°C) and rising. 09/29/08 Contract No. 4700 JOINT SEALERS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 07900 OVER CARLSBAD BOULEVARD B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified coating. 1.5 SUBMITTALS A. The CONTRACTOR shall submit copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS) as per Section 2-5.3, Submittals of the General Provisions. 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Sikaflex-1a, as manufactured by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 is considered to conform to the requirements of this specification. No substitutions will be allowed. 2.2 MATERIALS A. Polyurethane sealant: 1. The joint sealant shall be a one-component, gun grade, polyurethane-base material. It shall be applicable in horizontal, vertical, and overhead joints. The sealant shall cure under the influence of atmospheric moisture to form an elastomeric substance. B. Any primers, as required, recommended by the manufacturer of the specified product, approved by the engineer. C. Backer rod or bond breaker tape, as approved by the engineer. 2.3 PERFORMANCE CRITERIA A. Properties of the uncured polyurethane sealant: 1. Initial Cure (Tack-Free Time): TT-S-00230C - 4 hours a. Final Cure 4-7 days 2. Consistency: non-sag 3. Color: 7 architectural standard colors B. Properties of the cured polyurethane sealant: 09/29/08 Contract No. 4700 JOINT SEALERS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 07900 OVER CARLSBAD BOULEVARD 1. Tensile Properties (ASTM D-412) at 21 days a. Tensile Stress: 200-psi min.(137 MPa) b. Elongation at Break: 500% c. Modulus of Elasticity (1). 25% 35 psi (0.24 MPa) (2). 50% 60 psi (0.41 MPa) (3). 100% 85 psi (0.59 MPa) 2. Shore A Hardness (ASTM D-2240) at 21 days: 40+/- 5 3. Tear Strength (ASTM D-624) at 21 days: 50 Ib./in. 4. Adhesion in Peel (TT-S-00230C, ASTM C 794) a. Concrete: 20-lb. min. - 0% Adhesion Loss b. Aluminum: 20-lb. min. - 0% Adhesion Loss c. Glass: 20-lb. min. - 0% Adhesion Loss 5. Service Range: -40o to 170oF (-400 to 77 0 C) 6. The sealant shall conform to Federal Specification TT-S-00230C, Type II, Class A. 7. The sealant shall conform to ASTM C-920, Type S, Grade NS, Class 25. 8. The sealant must comply with ANSI Standard 61 (NSF Approval) for use in contact with potable water. 9. The sealant shall be non-staining. Note: Tests were performed with material and curing conditions at 71o-75oF and 45-55% relative humidity. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. The joint and adjacent substrate must be clean, dry, sound and free of surface contaminants. Remove all traces of the old sealant, dust, laitance, grease, oils, curing compounds, form release agents and foreign particles by mechanical means, i.e. - sandblasting, etc., as approved by the engineer. Blow joint free of dust using compressed air line equipped with an oil trap. 09/29/08 Contract No. 4700 JOINT SEALERS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 07900 OVER CARLSBAD BOULEVARD «*«***«*"»•- 3.2 MIXING AND APPLICATION A. Joints: 1. Placement Procedure: Prime substrate as required based upon the recommendations of the manufacturer of the specified product, when field testing indicates need, and when the joints will be subject to immersion after cure, as approved by the Engineer. 2. Install approved backer rod or bond breaker tape in all joints subject to thermal movement to prevent three-sided bonding and to set the depth of the sealant at a maximum of 1/2 in., measured at the center point of the joint width. Approval of the backer rod or bond breaker tape shall be made by the engineer. 3. Joints shall be masked to prevent discoloration or application on unwanted areas, as directed by the engineer. If masking tape is used, it shall not be removed before tooling, yet must be removed before the initial cure of the sealant. Do not apply the masking tape until just prior to the sealant application. 4. Install sealant into the prepared joints when the joint is at the mid-point of its expansion and contraction cycle. Place the nozzle of the gun, either hand, air, or electric powered, into the bottom of the joint and fill entire joint. Keep the tip of the nozzle in the sealant; continue with a steady flow of sealant preceeding the nozzle to avoid air entrapment. Avoid overlapping the sealant to eliminate the entrapment of air. Tool as required to properly fill the joint. 5. Adhere to all limitations and cautions for the polyurethane sealant as stated in the manufacturer's printed literature. 3.3 CLEANING A. The uncured polyurethane sealant can be cleaned with an approved solvent. The cured polyurethane sealant can only be removed mechanically. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. PART 4 - MEASUREMENT AND PAYMENT 4.1 JOINT SEALERS A. Full Compensation for conforming to the requirements of this Section, including all labor, materials, equipment, tools, and incidentals will be considered included in the unit price paid for the Bid Item "Joint Sealer SIKAFLEX 1A." 09/29/08 Contract No. 4700 JOINT SEALERS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 07900 OVER CARLSBAD BOULEVARD SC-069 Sikaflex®-1a Crack Filler Figure 1 - Surface Seal 1. Surface seal cracks up to a %" wide by gunning Sikaflex-1a into crack. 2. Tool as required to properly fill crack. Note: Prior to applying any coating, allow sealant to cure for 7 days. Figure 2 - Notch & Seal 1. Gun Sikaflex-1a into prepared crack to a minimum depth of %". 2. Tool as required to properly fill crack. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 JOINT SEALERS 07900 SC-069 Sikaflex®-1a Expansion Joint Filler Backer rod T~ Sealant 1. Install appropriate backer material to prevent three-sided adhesion and to control sealant depth. 2. Sikaflex-1 a should be gunned into joint at mid-point of designed expansion and contraction cycle. 3. Tool as required to properly fill joints. Note: Sikaflex-1 a is designed for all types of joints where sealant will not exceed 1/2" in depth. Proper joint design is 2:1 width to depth ratio. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 JOINT SEALERS 07900 SECTION 09870 COATING SYSTEMS FOR STEEL PART 1 - GENERAL 1.1 SUMMARY A. This specification describes the use of a 3-component, epoxy-modified, cementitious, anti-corrosion coating for all reinforcing steel. 1.2 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 shall be qaulified in the field of concrete repair and protection with a successful track record of 5 years or more. Contractor shall maintain qaulified personnel who have receivced product training by a manufacturer's representative. C. Install materials in accordance with all safety and weather conditions required by manufacturer, 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. 1.3 DELIVERY, STORAGE, AND HANDLING A. All material shall be stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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 coating. 09/29/08 Contract No. 4700 COATING SYSTEMS FOR STEEL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09870 OVER CARLSBAD BOULEVARD 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be made as per the General Provisions of the Contract, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. No substitutions allowed. 2.2 Materials A. Epoxy resin/portland cement adhesive shall be Sika Armatec 110 EpoCem 1. Component "A" shall be an epoxy resin/water emulsion containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be primarily a water solution of a polyamine. 3. Component "C" shall be a blend of selected portland cements and sands. 4. The material shall not contain asbestos. 2.3 PERFORMANCE CRITERIA A. Properties of the mixed epoxy resin/portland cement adhesive. 1. Pot Life: 90 minutes @ 73° F 2. Contact Time: a. 95oF (35oC) 6 hours b. 68oF (20oC) 12 hours c. 50oF (10oC) 16 hours d. 40oF (5oC) 24 hours 3. Color: dark gray 09/29/08 Contract No. 4700 COATING SYSTEMS FOR STEEL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09870 OVER CARLSBAD BOULEVARD B. Properties of the cured epoxy resin/portland cement adhesive. 1. Compressive Strength (ASTMC-109) a. 3day:4500psi (31.0MPa) b. 7 day: 6500 psi (44.8 MPa) c. 28 day: 8500 psi (58.6 MPa) 2. Splitting Tensile Strength (ASTM C-496) a. 28 days: 600 psi (4.1 MPa) 3. Flexural Strength (ASTM C-348) a. 1250 psi (8.6 MPa) 4. Bond Strength ASTM C-882 at 14 days a. Wet on Wet, 0-hr, open time: 2800 psi (19.3 MPa) b. 24-hr, open time: 2600 psi (17.9 MPa) 5. Bond of Steel Reinforcement to Concrete (Pullout Test) a. Sika Armatec 110 EpoCem coated 625-psi (4.3 MPa) b. Epoxy coated 508 psi (3.5 MPa) c. Plain Reinforcement 573 psi (3.95 Mpa) 6. The epoxy resin/portland cement adhesive shall not produce a vapor barrier. 7. Material must be proven to prevent corrosion of reinforcing steel when tested under the procedures as set forth by the Federal Highway Administration Program Report No. FHWA/RD86/193. Proof shall be in the form of an independent testing laboratory corrosion report showing prevention of corrosion of the reinforcing steel. Note: Tests above were performed with material and curing conditions at 73°F and 45- 55% relative humidity. PART 3 - EXECUTION 3.1 MIXING AND APPLICATION A. Mixing the epoxy resin: Shake contents of Components "A" and Component "B". Completely empty both components into a clean, dry mixing pail. Mix thoroughly for 30 09/29/08 Contract No. 4700 COATING SYSTEMS FOR STEEL REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09870 OVER CARLSBAD BOULEVARD seconds using a jiffy paddle with a low-speed (400-600 rpm) drill. Slowly add the entire contents of Component "C" while continuing to mix for 3 minutes until uniform with no lumps. Mix only that quantity that can be applied within its pot life. B. Placement procedure: 1. Apply to prepared steel surface with a stiff-bristle brush, or "hopper type" spray equipment at 20 mils minimum thickness. 2. Properly coat the underside of the totally exposed steel. 3. Allow to dry (approx. 2-3 hours) then apply a second coat at 20 mils minimum thickness. 4. Allow drying again before placing repair mortar. C. Adhere to all limitations and cautions for the epoxy resin/portland cement adhesive in the manufacturers current printed literature. 3.2 CLEANING A. The uncured epoxy resin/portland cement adhesive can be cleaned from tools with water. The cured epoxy resin/portland cement adhesive can only be removed mechanically. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. PART 4 - MEASUREMENT AND PAYMENT 4.1 COATING SYSTEMS FOR STEEL A. Full compensation for conforming to the requirements of this Section, COATING SYSTEMS FOR STEEL, including all labor, materials, equipment, tools, and incidentals will be considered included in the prices paid for various Contract items of related work in the Bid Schedule and no additional compensation will be allowed therefore. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 COATING SYSTEMS FOR STEEL 09870 Sika® Armatec 110 EpoCem Anti-corrosion SC-201 Apply Sika Armatec 110 EpoCem with stiff bristle brush or spray 20 mils thick, covering all exposed steel. Cure to tack-free 2-3 hours. Apply a second coat at 20 mils. Allow to dry again before applying repair mortar or concrete. \ f- Concrete Restoration Systems 4?y Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 COATING SYSTEMS FOR STEEL 09870 SECTION 09880 PROTECTIVE COATINGS PART 1 - GENERAL 1.1 SUMMARY A. This specification describes the coating of substrates with a non-vapor barrier, protective waterproofing, polymer-modified, portland cement slurry. Apply the protective barrier to all concrete surfaces. 1.2 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 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 receivced product training by manufacturer's representative. C. Install materials in accordance with all safety and weather conditions required by manufacturer 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. 1.3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental specifications. B 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 (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. 09/29/08 Contract No. 4700 PRTOECTIVE COATINGS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09880 OVER CARLSBAD BOULEVARD 1.5 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. C. Submittals shall be made as per the General Provisions of the Contract, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURER A. SikaTop Seal 107, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. No substitutions will be allowed. 2.2 MATERIALS A. Polymer-modified portland cement coating: 1. Component "A" shall be a liquid polymer emulsion of an acrylic co-polymer base and additives. 2. Component "B" shall be a blend of selected portlandcements, specially graded aggregates, and admixtures to control setting time and workablity. 3. The ratio of Componet A: Component B shall be: a. Slurry 1:4 by weight b. Mortar 1:4.5 by weight 4. The material shall be non-combustible, either before or after cure. 2.3 PERFORMANCE CRITERIA A. Properties of the mixed polymer-modified portland cement coating:: 1. Pot Life: a. Approx. 60 minutes at 68F b. Approx. 30 minutes at 86F 09/29/08 Contract No. 4700 PRTOECTIVE COATINGS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09880 OVER CARLSBAD BOULEVARD 2. Color: gray or white B. Properties of the cured polymer-modified portland cement coating: 1. Tensile Strength (ASTM C-307) 28 days a. Type White 3,000 psi (20.7 Mpa) b. Type Gray 3,400 psi (23.4 Mpa) 2. Bond Strength (ACI 503R-30 Modified): Pull-off test a. 28 days 180 psi (1.25N/mm2) 3. Moisture Vapor permeability (ASTM E96) a. 28 days 18 perms 4. Compressive Strength (ASTM D-695) at 28 days a. Type White 870 psi (6.0 Mpa) b. Type Gray 990 psi (6.8 Mpa) 5. Flexibilty (ASTM D522 Modified) a. Approximately 25% 6. Carbon Dioxide Diffusion a. Coefficient (uCO2) Approx. 35,000 equivalent to 6inches of concrete 7. Watertightness under Hydrostatic Pressure (DIN 1048 Mod.) Water Pressure Feet Bar 16 33 99 0.5 1 3 Penetrated Water Grains Grams 0 15 31 0 1 3 Water Absorption Grains Grams Ft.2* hours m2* hours 0 3 10 0 2 7 Rendering mortars absorbing less than 91 grains/ft.2 * h (64 grams/m2 *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. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PRTOECTIVE COATINGS 09880 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 oF - 75oF and 45-55%relative humidity. PART 3 - EXECUTION 3.1 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 with ICRI Guideline No. 03732 for coatings and fall within CSP3. All surfaces must be saturated surface dry (SSD), with no standing water at time of application. 3.2 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. Apply Sika Top Seal 107 to all exposed concrete surfaces on the bridge and abutments, excluding the deck rails. C. Coating Application: Apply trowel, notched trowel, stiff bristle brush, or spray equipment. Work material into the prepared substrates, filling all pores and voids. Apply two coats, 40 mils thick (approximately 40 sq.ft. per gallon) per coat. 1. 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. 2. 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. 3. For spray application: Use a hopper gun spray equipment, textured sprayer (e.g. Texspray E110c 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 uniform surface with a fine sponge or a plastic trowel. D. When applying the coating, never stop the application until the entire surface has been coated. Always stop application at an edge, corner, or joint. Never let a previously coated film dry; always coat into a wet film. Always apply the coating at a 45o angle to an edge, corner, or joint. E. Adhere to all limitations and cautions for the polymer-modified cement coating in the manufacturer's printed literature. 09/29/08 Contract No. 4700 PRTOECTIVE COATINGS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09880 OVER CARLSBAD BOULEVARD F- Contractor shall submit to the Site Representative, 2 ft. by 2 ft. mock up samples of the proposed finish texture and color. The Site Representative will select the finish and texture desired for the coating. 3.3 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. PART 4 MEASUREMENT AND PAYMENT 4.1 PROTECTIVE COATINGS A. Full compensation for conforming to the requirements of this Section, PROTECTIVE COATINGS, including all labor, materials, equipment, tpols, and incidentals will be considered included in the UNIT COST PER SQUARE FOOT of applied area paid for this item of work in the Bid Schedule! "s\V(Tdf 5«a( (l<J7 Grey) 09/29/08 Contract No. 4700 PRTOECTIVE COATINGS REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09880 OVER CARLSBAD BOULEVARD SikaTop Seal 107 Surface Coating SC-202 ^ 1. Substrate must clean and sound. Pre-wet to saturated surface dry(SSD). 2. Apply SikaTop Seal 107 with a stiff bristled brush, broom, notched trowel, or "hopper type" spray equipment. Concrete Restoration Systems by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PRTOECTIVE COATINGS 09880 SECTION 09881 PROTECTIVE COATINGS (INHIBITOR) PART 1 - GENERAL 1.1 SUMMARY A. This specification describes the treatment of concrete surfaces with a penetrating corrosion inhibtor to reduce the effects of corrosion in reinforced concrete. Apply the corrosion inhibitor to all surface areas on the seaward side excluding the areas of repair. 1.2 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 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. Install materials in accordance with all safety and weather conditions required by manufacturer 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. D. Manufacturer must be capable of testing on-site for the presence of the corrosion inhibitor at the specified depth. 1.3 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered, stored, and handled as per Section 01600, Materials and Equipment, and these supplemental provisions. B. 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 from the site immediately. C. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. D. Condition the specified product as recommended by the manufacturer. 1.4 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 45°F (7°C) and rising. 09/29/08 Contract No. 4700 PROTECTIVE COATINGS (INHIBITOR) REPAIR OF PALOMAR AIRPORT ROAD BRIDGE 09881 OVER CARLSBAD BOULEVARD 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. 1.5 SUBMITTALS A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). B. Submittals shall be made as per the General Provisions of the Contract, Section 2-5.3 (Submittals). 1.6 WARRANTY A. Provide a written warranty from the manufacturer against defects of materials for a period of five (5) years, beginning with date of substantial completion of the project. PART 2 - PRODUCTS 2.1 MANUFACTURER A. Sika Ferrogard 903, as manufactured by Sika Corporation, is considered to conform to the requirements of this specification. No substitutions will be allowed. 2.2 MATERIALS A. General: Penetrating corrosion inhibiting impregnation coating 1. The material shall be a organic and inorganic in nature and environmentally safe. 2. The materials shall be water based. 3. The materials shall be not contain calcium nitrite. 4. The material shall not form a vapor barrier. 5. The material shall be a mixed inhibitor.> 2.3 PERFORMANCE CRITERIA A. Typical Properties of the penetrating corrosion inhibiting impregnation coating: 1. Viscosity (Brookfield Viscometer, Spindle #1, Speed 100) 15 cps. 2. Color: Pale Yellow 3. Density: 1.13(9.4 Ibs./ gal.) 4. PH:11(+/-1) 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PROTECTIVE COATINGS (INHIBITOR) 09881 5. Flash point: None (water-based) B. Corrosion testing of migrating corrosion inhibiting impregnation coating: 1. The material must form a continuous film on the reinforcing steel and displace chlorides ions from the steel surface (X-ray Photon Spectroscopy (XPS) and Secondary Ion Mass Spectroscopy (SIMS). 2. The material must penetrate independently of orientation (horizontal, vertical, overhead) at a rate up to 1/10 to 4/5 inches (2.5 to 20 mm) per day, depending on density of concrete. (Secondary Neutron Mass Spectroscopy (SNMS). 3. The material must have demonstrated the reduction in corrosion currents after treatment as calculated by the Cracked Beam Corrosion Tests of concrete. (Adapted from ASTM G 109) 4. The material must form a protective layer on the reinforcing steel of high intergrity measured at 100A thickness. (X-ray Photon Spectrocopy and Secondary ion Mass Spectroscopy). 5. The material must penetrate up to 3 inches (76 mm) in 28 days. (Secondary Nuetron Mass Spectroscopy). Note: Tests above were performed with the material and curing conditions @ 71oF-75oFand45- 55% relative humidity. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Concrete surfaces must be prepared by suitable mechanical means, by abrasive blast cleaning or high pressure water at sufficient volume and pressure to remove all surface contaminants such as oil, grease, curing membranes, efflorescence, algae, moss, dirt, etc. All loose materials and any existing coatings must be removed to provide a clean, sound, dry, and absorbent surface prior to application of the Sika Ferrogard 903. 3.2 MIXING AND APPLICATION A. Apply Sika Ferrogard 903 at a total minimum consumption rate 200 sf/gallon by brush, roller, or low pressure spray in two coats (dependent on absorbency) for a total consumption of 100 sf./gallon. Note: When Sika Ferrogard 903 is to be applied before Sika mortars or coatings throughly wash down surfaces using clean water. Any white powdery residue must be removed by water jetting using adequate volume and pressure. Note: Best results are usually obtained by low pressure spray application. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PROTECTIVE COATINGS (INHIBITOR) 09881 Note: Between applying the subsequent coats of sika Ferrogard 903 allow the previous coats to absorbed into the concrete and dry (approximately 2-6 hours minimum dependent on temperature and humidity). Note: The treated area should be protected from rain or frost for a period of at least 24 hours after application of Sika Ferrogard 903. B. Adhere to all procedures, limitations and cautions for this product in the manufacturers current printed technical data sheet and literature. C. Sika Ferrogard 903 Migrating Corrosion Inhibitator Coating shall be applied to all concrete surfaces on the seaward side of the bridge excluding the areas of repair patching. D. Sika Ferrogard 903 Migrating Corrosion Inhibitator Coating shall be applied before the Sikatop Seal 107 (grey) is applied. 3.5 CLEANING A. The material can be cleaned from tools with water. B. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. PART 4 - MEASUREMENT AND PAYMENT 4.1 PROTECTIVE COATING (CORROSION INHIBITOR) A. Full compensation for conforming to the requirements of this Section, PROTECTIVE COATING (CORROSION INHIBITOR), including all labor, materials, equipment, tools, and incidentals will be considered included in the UNIT COST PER SQUARE FOOT of applied area paid for this item of work in the Bid Schedule: "Migratory Corrosion Inhibitor Coating." 09/29/08 Contract No. 4700 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD PROTECTIVE COATINGS (INHIBITOR) 09881 SC-203 Sika Ferrogard®903 Migrating, corrosion-inhibiting impregnation coating 1. Substrate must be clean, sound and free of standing water. Note: While residual moisture does not affect the treatment, the drier the substrate the better the penetration and protection 2. Apply Sika Ferrogard 903 by roller, brush (horizontal surface), or spray. Note: When spraying, use a conventional airless spray system or hand- pressure equipment. 3. A minimum of two coats is always required. Waiting time between coats is 1 /2 hour minimum. 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PROTECTIVE COATINGS (INHIBITOR) 09881 SC-203 Sika Ferrogard 903® Migrating, corrosion-inhibiting impregnation coating 1. Substrate must be clean, sound and free of standing water. Note: While residual moisture does not affect the treatment, the drier the substrate the better the penetration and protection 2. Apply Sika Ferrogard 903 by roller, brush (horizontal surface), or spray. Note: When spraying, use a conventional airless spray system or hand-pressure equipment. 3. A minimum of two coats is always required. Waiting time between coats is 1/2 hour minimum. *** END OF SECTION *** 09/29/08 REPAIR OF PALOMAR AIRPORT ROAD BRIDGE OVER CARLSBAD BOULEVARD Contract No. 4700 PROTECTIVE COATINGS (INHIBITOR) 09881