Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-2582C- 25 ,9.�
CITY OF ARCADIA
SHORT -FORM CONSTRUCTION CONTRACT
SEWER MANHOLE REPAIR AT VARIOUS LOCATIONS
This Contract is made and entered into this .2��day of U,az , 2010
by and between the City of Arcadia, a municips: organization organized under the laws of th::
State of California with its principal place of business at 240 West Huntington Drive, Arcadia,
California 91066 ( "City ") and Sancon Engineering, Inc., a California Corporation with its
principal place of business at 5841 Engineer Drive, Huntington Beach, CA 92649
( "Contractor "). City and Contractor are sometimes individually referred to as "Party" and
collectively as "Parties" in this Contract.
RECITALS
A. City is a municipal corporation organized under the laws of the State of
California, with power to contract for services necessary to achieve its purpose.
B. Contractor desires to perform and assume responsibility for the provision of
certain construction services required by the City on the terms and conditions set forth in this
Contract. Contractor represents that it is experienced in providing sewer manhole repair
services to public clients, that it and its employees or subcontractors have all necessary
licenses and permits to perform the Services in the State of California, and that is familiar with
the plans of City.
C. City desires to engage Contractor to render such services for the Sewer
Manhole Repair at Various Locations Project ( "Project ") as set forth in this Contract.
The City and the Contractor for the considerations stated herein agree as follows:
CONTRACT
Parties.
1.1 City's Representative. The City hereby designates Tom Tait, Public Works
Services Director, or his or her designee, to act as its representative for the performance of
this Contract ( "City's Representative "). City's Representative shall have the power to act on
behalf of the City for all purposes under this Contract. Contractor shall not accept direction or
orders from any person other than the City's Representative or his or here designee.
1.2 Contractor's Representative. Before starting the Work, Contractor shall submit in
writing the name, qualifications and experience of its proposed representative who shall be
subject to the review and approval of the City ( "'Contractor's Representative "). Following
approval by the City, the Contractor's Representative shall have full authority to represent and
act on behalf of the Contractor for all purposes under this Contract. The Contractor's
Representative shall supervise and direct the Work, using his best skill and attention, and shall
be responsible for all construction means, methods, techniques, sequences and procedures and
for the satisfactory coordination of all portions of the Work under this Contract. Contractor's
RVPUB \SDEITSCH \740726.3
Representative shall devote full time to the Project and either he or his designee, who shall be
acceptable to the City, shall be present at the Work site at all times that any Work is in progress
and at any time that any employee or subcontractor of Contractor is present at the Work site.
Arrangements for responsible supervision, acceptable to the City, shall be made for emergency
Work which may be required. Should Contractor desire to change its Contractor's
Representative, Contractor shall provide the information specified above and obtain the City's
written approval.
2. Incorporation of Documents. This Contract includes and hereby incorporates in full by
reference the following documents, including all exhibits, drawings, specifications and
documents therein, and attachments and addenda thereto: General Liability Insurance,
Workers Compensation Insurance, Automobile Insurance, Performance Bond, Payment
Bond and City Business License.
3. Contractor's Basic Obligation; Scope of Work. Contractor promises and agrees, at its
own cost and expense, to furnish to the Owner all labor, materials, tools, equipment, services,
and incidental and customary work necessary to fully and adequately complete the Project,
including all structures and facilities necessary for the Project or described in the Contract
(hereinafter sometimes referred to as the "Work "), for a Total Contract Price as specified
pursuant to this Contract. All Work shall be subject to, and performed in accordance with the
above referenced documents, as well as the exhibits attached hereto and incorporated herein
by reference. The plans and specifications for the Work are further described in Exhibit "A"
attached hereto and incorporated herein by this reference. Special conditions, if any, relating to
the Work are described in Exhibit "B" attached hereto and incorporated herein by this reference.
4. Change in Scope of Work. Any change in the scope of the Work, method of
performance, nature of materials or price thereof, or any other matter materially affecting the
performance or nature of the Work shall not be paid for or accepted unless such change,
addition or deletion is approved in advance and in writing by a valid change order executed by
the City.
5. Period of Performance and Liquidated Damages. Contractor shall perform and complete
all Work under this Contract within thirty (30) calendar days, beginning the effective date of the
Notice to Proceed ( "Contract Time "). Contractor shall perform its Work in strict accordance with
any completion schedule, construction schedule or project milestones developed by the City.
Such schedules or milestones may be included as part of Exhibits "A" or "B" attached hereto, or
may be provided separately in writing to the Contractor. Contractor agrees that if such Work is
not completed within the aforementioned Contract Time and /or pursuant to any such completion
schedule, construction schedule or project milestones developed pursuant to provisions of the
Contract, it is understood, acknowledged and agreed that the City will suffer damage. Pursuant
to Government Code Section 53069.85, Contractor shall pay to the City as fixed and liquidated
damages the sum of One Hundred Dollars and No Cents ($100.00) per day for each and
every calendar day of delay beyond the Contract Time or beyond any completion schedule,
construction schedule or Project milestones established pursuant to the Contract.
RVPU B\SDE ITSCH\740726.3 2
6. Standard of Performance; Performance of Employees. Contractor shall perform all Work
under this Contract in a skillful and workmanlike manner, and consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California. Contractor represents and maintains that it is skilled in the professional calling
necessary to perform the Work. Contractor warrants that all employees and subcontractors
shall have sufficient skill and experience to perform the Work assigned to them. Finally,
Contractor represents that it, its employees and subcontractors have all licenses, permits,
qualifications and approvals of whatever nature that are legally required to perform the Work,
including a City Business License, and that such licenses and approvals shall be maintained
throughout the term of this Contract. As provided for in the indemnification provisions of this
Contract, Contractor shall perform, at its own cost and expense and without reimbursement
from the City, any work necessary to correct errors or omissions which are caused by the
Contractor's failure to comply with the standard of care provided for herein. Any employee who
is determined by the City to be uncooperative, incompetent, a threat to the safety of persons or
the Work, or any employee who fails or refuses to perform the Work in a manner acceptable to
the City, shall be promptly removed from the Project by the Contractor and shall not be
re- employed on the Work.
7. Substitutions / "Or Eaual ".
7.1 Pursuant to Public Contract Code Section 3400(b) the City may make a finding
that designates certain products, things, or services by specific brand or trade name. Unless
specifically designated in this Contract, whenever any material, process, or article is indicated or
specified by grade, patent, or proprietary name or by name of manufacturer, such Specifications
shall be deemed to be used for the purpose of facilitating the description of the material,
process or article desired and shall be deemed to be followed by the words "or equal."
7.2 Contractor may, unless otherwise stated, offer for substitution any material,
process or article which shall be substantially equal or better in every respect to that so
indicated or specified in this Contract. However, the City may have adopted certain uniform
standards for certain materials, processes and articles. Contractor shall submit requests,
together with substantiating data, for substitution of any "or equal" material, process or article no
later than thirty -five (35) days after award of the Contract. To facilitate the construction
schedule and sequencing, some requests may need to be submitted before thirty -five (35) days
after award of Contract. If the City has specified particular deadlines prior to the thirty -five day
period after contract award, such deadlines, if any, shall be set forth in the Special Conditions
attached hereto. Provisions regarding submission of "or equal" requests shall not in any way
authorize an extension of time for performance of this Contract. If a proposed "or equal"
substitution request is rejected, Contractor shall be responsible for providing the specified
material, process or article. The burden of proof as to the equality of any material, process or
article shall rest with the Contractor.
7.3 The City has the complete and sole discretion to determine if a material, process
or article is an "or equal" material, process or article that may be substituted. Data required to
substantiate requests for substitutions of an "or equal" material, process or article data shall
include a signed affidavit from the Contractor stating that, and describing how, the substituted
"or equal" material, process or article is equivalent to that specified in every way except as listed
on the affidavit. Substantiating data shall include any and all illustrations, specifications, and
other relevant data including catalog information which describes the requested substituted "or
equal" material, process or article, and substantiates that it is an "or equal" to the material,
process or article. The substantiating data must also include information regarding the durability
RVPUB \SDEITSCH \740726.3
and lifecycle cost of the requested substituted "or equal" material, process or article. Failure to
submit all the required substantiating data, including the signed affidavit, to the City in a timely
fashion will result in the rejection of the proposed substitution.
7.4 The Contractor shall bear all of the City's costs associated with the review of
substitution requests. The Contractor shall be responsible for all costs related to a substituted
"or equal" material, process or article. Contractor is directed to the Special Conditions (if any) to
review any findings made pursuant to Public Contract Code section 3400.
8. Stormwater Pollution Prevention Plan. If applicable, the Contractor shall file a Notice of
Intent and procure a State Water Resources Control Board (State Water Board) National
Pollutant Discharge Elimination System General Permit for Waste Discharge Requirements for
Discharges of Storm Water Runoff Associated with Construction Activity (Permit). The
Contractor shall be solely responsible for preparing and implementing a Storm Water Pollution
Prevention Plan (SWPPP) prior to initiating work. The Contractor shall be responsible for
procuring, implementing and complying with the provisions of the Permit and the SWPPP,
including the standard provisions, monitoring and reporting requirements as required by Permit.
It shall be the responsibility of the Contractor to evaluate and include in the Total Contract Price,
the cost of procuring the Permit and preparing the SWPPP as well as complying with the
SWPPP and any necessary revisions to the SWPPP. The Contractor shall also include in the
Total Contract Price the cost of monitoring as required by the Permit.
9. Control and Payment of Subordinates; Contractual Relationship. City retains Contractor
on an independent contractor basis and Contractor is not an employee of City. Any additional
personnel performing the work governed by this Contract on behalf of Contractor shall at all
times be under Contractor's exclusive direction and control. Contractor shall pay all wages,
salaries, and other amounts due such personnel in connection with their performance under this
Contract and as required by law. Contractor shall be responsible for all reports and obligations
respecting such additional personnel, including, but not limited to: social security taxes, income
tax withholding, unemployment insurance, and workers' compensation insurance.
10. City's Basic Obligation. City agrees to engage and does hereby engage Contractor as
an independent contractor to furnish all materials and to perform all Work according to the terms
and conditions herein contained for the sum set forth above. Except as otherwise provided in
the Contract, the City shall pay to Contractor, as full consideration for the satisfactory
performance by the Contractor of the services and obligations required by this Contract, the
above referenced compensation in accordance with compensation provisions set forth in the
Contract.
11. Compensation and Payment.
11.1 Amount of Compensation. As consideration for performance of the Work
required herein, City agrees to pay Contractor the Total Contract Price of TWENTY -EIGHT
THOUSAND FOUR HUNDRED DOLLARS AND NO CENTS ($28,400.00) ( "Total Contract
Price ") provided that such amount shall be subject to adjustment pursuant to the applicable
terms of this Contract or written change orders approved and signed in advance by the City.
11.2 Payment of Compensation. If the Work is scheduled for completion in thirty (30)
or less calendar days, City will arrange for payment of the Total Contract Price upon completion
RVPUB \SDEITSCH \740726.3 4
and approval by City of the Work. If the Work is scheduled for completion in more than thirty
(30) calendar days, City will pay Contractor on a monthly basis as provided for herein. On or
before the fifth (5th) day of each month, Contractor shall submit to the City an itemized
application for payment in the format supplied by the City indicating the amount of Work
completed since commencement of the Work or since the last progress payment. These
applications shall be supported by evidence which is required by this Contract and such other
documentation as the City may require. The Contractor shall certify that the Work for which
payment is requested has been done and that the materials listed are stored where indicated.
Contractor may be required to furnish a detailed schedule of values upon request of the City
and in such detail and form as the City shall request, showing the quantities, unit prices,
overhead, profit, and all other expenses involved in order to provide a basis for determining the
amount of progress payments.
City shall review and pay all progress payment requests in accordance with the
provisions set forth in Section 20104.50 of the California Public Contract Code. No progress
payments will be made for Work not completed in accordance with this Contract.
11.3 Contract Retentions. From each approved progress estimate, ten percent (10 %)
will be deducted and retained by the City, and the remainder will be paid to Contractor. All
Contract retainage shall be released and paid to the Contractor and subcontractors pursuant to
California Public Contract Code Section 7107.
11.4 Other Retentions. In addition to Contract retentions, the City may deduct from
each progress payment an amount necessary to protect City from loss because of: (1)
liquidated damages which have accrued as of the date of the application for payment; (2) any
sums expended by the City in performing any of Contractor's obligations under the Contract
which Contractor has failed to perform or has performed inadequately; (3) defective Work not
remedied; (4) stop notices as allowed by state law; (5) reasonable doubt that the Work can be
completed for the unpaid balance of the Total Contract Price or within the scheduled completion
date; (6) unsatisfactory prosecution of the Work by Contractor; (7) unauthorized deviations from
the Contract; (8) failure of the Contractor to maintain or submit on a timely basis proper and
sufficient documentation as required by the Contract or by City during the prosecution of the
Work; (9) erroneous or false estimates by the Contractor of the value of the Work performed;
(10) any sums representing expenses, losses, or damages as determined by the City, incurred
by the City for which Contractor is liable under the Contract; and (11) any other sums which the
City is entitled to recover from Contractor under the terms of the Contract or pursuant to state
law, including Section 1727 of the California Labor Code. The failure by the City to deduct any
of these sums from a progress payment shall not constitute a waiver of the City's right to such
sums.
11.5 Substitutions for Contract Retentions. In accordance with California Public
Contract Code Section 22300, the City will permit the substitution of securities for any monies
withheld by the City to ensure performance under the Contract. At the request and expense of
the Contractor, securities equivalent to the amount withheld shall be deposited with the City, or
with a state or federally chartered bank in California as the escrow agent, and thereafter the City
shall then pay such monies to the Contractor as they come due. Upon satisfactory completion
of the Contract, the securities shall be returned to the Contractor. For purposes of this Section
and Section 22300 of the Public Contract Code, the term "satisfactory completion of the
contract" shall mean the time the City has issued written final acceptance of the Work and filed
a Notice of Completion as required by law and provisions of this Contract. The Contractor shall
be the beneficial owner of any securities substituted for monies withheld and shall receive any
RVPUB \SDEITSCH \740726.3 5
interest thereon. The escrow agreement used for the purposes of this Section shall be in the
form provided by the City.
12. Title to Work. As security for partial, progress, or other payments, title to Work for which
such payments are made shall pass to the City at the time of payment. To the extent that title
has not previously been vested in the City by reason of payments, full title shall pass to the City
at delivery of the Work at the destination and time specified in this Contract. Such transferred
title shall in each case be good, free and clear from any and all security interests, liens, or other
encumbrances. Contractor promises and agrees that it will not pledge, hypothecate, or
otherwise encumber the items in any manner that would result in any lien, security interest,
charge, or claim upon or against said items. Such transfer of title shall not imply acceptance by
the City, nor relieve Contractor from the responsibility to strictly comply with the Contract, and
shall not relieve Contractor of responsibility for any loss of or damage to items.
13. Termination.
13.1 If Contractor fails to commence work as provided in this Contract, or fails to make
delivery of materials promptly as ordered, or to maintain the rate of delivery or progress of the
work in such manner as in the opinion of City's authorized representative will ensure a full
compliance with the Contract within the time limit, or if in the opinion of City's authorized
representative, Contractor is not carrying out the provisions of the contract in their true intent
and meaning, written notice will be served on Contractor and its Surety to provide, within a
specified time to be fixed by City's authorized representative, for satisfactory compliance with
the Contract. If Contractor neglects or refuses to comply with such notice within the time therein
fixed, he /she shall not thereafter exercise any rights under said Contract or be entitled to receive
any of the benefits thereof, except as hereinafter provided, and City's authorized representative
may, with the approval of the City Council, perform any part of the work or purchase any or all of
the material included in the Contract or required for the completion thereof, or take possession
of all or any part of the machinery, tools, appliances, materials and supplies used in the work
covered by the Contract or that have been delivered by or on account of Contractor for use in
connection therewith, and the same may be used either directly by City or by other parties for it,
in the completion of the work.
13.2 City has the right to terminate or abandon any portion or all of the work under this
Contract by giving ten (10) calendar days written notice to Contractor. In such event, City shall
be immediately given title and possession to all original field notes, drawings and specifications,
written reports and other documents produced or developed for that portion of the work
completed and /or being abandoned. City shall pay Contractor the reasonable value of services
rendered for any portion of the work completed prior to termination. If said termination occurs
prior to completion of any task for the Project for which a payment request has not been
received, the charge for services performed during such task shall be the reasonable value of
such services, based on an amount mutually agreed to by City and Contractor of the portion of
such task completed but not paid prior to said termination. City shall not be liable for any costs
other than the charges or portions thereof which are specified herein. Contractor shall not be
entitled to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work.
13.3 Contractor may terminate its obligation to provide further services under this
Contract upon thirty (30) calendar days' written notice to City only in the event of substantial
RVPUB \SDEITSCH \740726.3 6
failure by City to perform in accordance with the terms of this Contract through no fault of
Contractor.
14. Completion of Work. When the Contractor determines that it has completed the Work
required herein, Contractor shall so notify City in writing and shall furnish all labor and material
releases required by this Contract. City shall thereupon inspect the Work. If the Work is not
acceptable to the City, the City shall indicate to Contractor in writing the specific portions or
items of Work which are unsatisfactory or incomplete. Once Contractor determines that it has
completed the incomplete or unsatisfactory Work, Contractor may request a reinspection by the
City. Once the Work is acceptable to City, City shall pay to Contractor the Total Contract Price
remaining to be paid, less any amount which City may be authorized or directed by law to retain.
Payment of retention proceeds due to Contractor shall be made in accordance with Section
7107 of the California Public Contract Code.
15. Contract Interpretation. Should any question arise regarding the meaning or import of
any of the provisions of this Contract or written or oral instructions from City, the matter shall be
referred to City's Representative, whose decision shall be binding upon Contractor.
16. Loss and Damage. Except as may otherwise be limited by law, the Contractor shall be
responsible for all loss and damage which may arise out of the nature of the Work agreed to
herein, or from the action of the elements, or from any unforeseen difficulties which may arise or
be encountered in the prosecution of the Work until the same is fully completed and accepted
by City.
17. Indemnification.
17.1 To the fullest extent permitted by law, the Contractor shall defend, indemnify and
hold harmless the City, its respective officials, officers, agents, employees, and representatives
( "Indemnitees ") from any and all claims, demands, causes of action, costs, expenses, liabilities,
losses, damages (including without limitation the payment of all consequential damages and
attorneys fees and other related costs and expenses) or injuries, in law or equity, regardless of
whether the allegations are false, fraudulent, or groundless, to tangible property or persons
(including wrongful death, accidents or injuries arising from the alleged failure to inspect or to
maintain traffic controllers or traffic signals, injuries or damages occurring during the transport of
products or in rendering services under the Contract Documents, such as automobile accidents,
trip /slip and fall accidents and third party assaults) arising out of or resulting from the
performance of the Work or this Contract (including claims made by subcontractors for
nonpayment), to the extent that the acts, omissions or willful misconduct are attributable to the
Contractor or anyone employed directly or indirectly by any of them. Contractor shall defend, at
Contractor's own cost, expense and risk, with legal counsel of Indemnitee's choosing, any and
all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or
instituted against the City, its respective officials, officers, agents, employees and
representatives. To the extent of its liability, Contractor shall pay and satisfy any judgment,
award or decree that may be rendered against the City and its respective officials, officers,
agents, employees, and representatives, in any such suit, action or other legal proceeding.
Contractor shall reimburse the City and its respective officials, officers, agents, employees, and
representatives for any and all legal expenses and costs incurred by each of them in connection
therewith or in enforcing the indemnity herein provided. The only limitations on this provision
shall be those imposed by Civil Code section 2782.
RVPUB \SDEITSCH \740726.3
17.2 The duty to defend and to hold harmless, as set forth above, shall include the
duty to defend as established by Section 2778 of the California Civil Code, and the duty to
defend shall arise upon the making of any claim or demand against the City, its respective
officials, officers, agents, employees and representatives, notwithstanding that no adjudication
of the underlying facts has occurred, and whether or not Contractor has been named in the
claim or lawsuit.
17.3 Nothing contained in the preceding sections shall be deemed to obligate the
Contractor to indemnify the City or any of the other Indemnitees, against liability for damages or
any other loss, damage or expense sustained, suffered or incurred on account of death or bodily
injury to active persons or injury to property caused by the sole negligence or willful misconduct
of the City or any of the other Indemnitees set forth above. Therefore, if it is determined by legal
proceedings or agreement, that the Contractor has no direct contributory or incidental
negligence or other obligation to the City or the other Indemnitees, and the Contractor is in no
way a proper party to a particular claim, then the Contractor shall not be obligated to hold the
City or any Indemnitees harmless with respect to said claim. However, until such determination
is made by legal proceedings or agreement, or if the Contractor is found to have any degree of
direct or contributory negligence or if it is determined that the Contractor is in any way or to any
degree a proper party to said claim, then the Contractor's obligations under all of the terms and
provisions of the preceding section shall remain in full force and effect.
17.4 Nothing in this provision, or elsewhere in the Contract Documents, shall be
deemed to relieve the Contractor of its duty to defend the City or any Indemnitee, as specified
under this Article, pending a determination of the respective liabilities of the City or any
Indemnitee, by legal proceeding or agreement.
17.5 In furtherance to, but not in limitation of the indemnity provisions in this Contract,
Contractor hereby expressly and specifically agrees that its obligation to indemnify, defend and
hold harmless as provided in this Contract shall not in any way be affected or diminished by any
statutory or constitutional immunity it enjoys from suits by its own employees or from limitations
of liability or recovery under workers' compensation laws.
18. Insurance.
18.1 Time for Compliance. Contractor shall not commence Work under this Contract
until it has provided evidence satisfactory to the City that it has secured all insurance required
under this section. In addition, Contractor shall not allow any subcontractor to commence work
on any subcontract until it has provided evidence satisfactory to the City that the subcontractor
has secured all insurance required under this section.
18.2 Minimum Requirements. Contractor shall, at its expense, procure and maintain
for the duration of the Contract insurance against claims for injuries to persons or damages to
property which may arise from or in connection with the performance of the Work hereunder by
the Contractor, its agents, representatives, employees or subcontractors. Contractor shall also
require all of its subcontractors to procure and maintain the same insurance for the duration of
the Contract. Such insurance shall meet at least the following minimum levels of coverage:
(a) Minimum Scope of Insurance. Coverage shall be at least as broad as the
latest version of the following: (1) General Liability: Insurance Services Office Commercial
General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance
Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); (3) Workers'
RVPUB \SDEITSCH \740726.3 8
Compensation and Employer's Liability: Workers' Compensation insurance as required by the
State of California and Employer's Liability Insurance; and (4) Builders %All Risk: Builders'/All
Risk insurance covering for all risks of loss, including explosion, collapse, underground
excavation and removal of lateral support (and including earthquakes and floods if requested by
the City).
(b) Minimum Limits of Insurance. Contractor shall maintain limits no less
than: (1) General Liability: $1,000,000 per occurrence for bodily injury, personal injury and
property damage. If Commercial General Liability Insurance or other form with a general
aggregate limit is used including, but not limited to, form CG 2503, either the general aggregate
limit shall apply separately to this Contract /location or the general aggregate limit shall be twice
the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury
and property damage; (3) Workers' Compensation and Employer's Liability: Workers'
compensation limits as required by the Labor Code of the State of California. Employer's
Liability limits of $1,000,000 per accident for bodily injury or disease; and (4) Builders %A11 Risk:
Completed value of the project.
18.3 Insurance Endorsements. The insurance policies shall contain the following
provisions, or Contractor shall provide endorsements on forms supplied or approved by the City
to add the following provisions to the insurance policies:
(a) General Liability. (1) The City, its directors, officials, officers,
employees, agents and volunteers shall be covered as additional insureds with respect to the
Work or operations performed by or on behalf of the Contractor, including materials, parts or
equipment furnished in connection with such work; and (2) the insurance coverage shall be
primary insurance as respects the City, its directors, officials, officers, employees, agents and
volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Contractor's
scheduled underlying coverage. Any insurance or self- insurance maintained by the City, its
directors, officials, officers, employees, agents and volunteers shall be excess of the
Contractor's insurance and shall not be called upon to contribute with it.
(b) Automobile Liability. (1) The City, its directors, officials, officers,
employees, agents and volunteers shall be covered as additional insureds with respect to the
ownership, operation, maintenance, ;use, loading or unloading of any auto owned, leased, hired
or borrowed by the Contractor or for which the Contractor is responsible; and (2) the insurance
coverage shall be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage
excess of the Contractor's scheduled underlying coverage. Any insurance or self- insurance
maintained by the City, its directors, officials, officers, employees, agents and volunteers shall
be excess of the Contractor's insurance and shall not be called upon to contribute with it in any
way.
(c) Workers' Compensation and Employer's Liability Coverage. The insurer
shall agree to waive all rights of subrogation against the City, its directors, officials, officers,
employees, agents and volunteers for losses paid under the terms of the insurance policy
which arise from work performed by the Contractor.
RVPUB \SDEITSCH \740726.3
(d) All Coverages. Each insurance policy required by this Contract shall be
endorsed to state that: (1) coverage shall not be suspended, voided, reduced or canceled
except after thirty (30) days prior written notice by certified mail, return receipt requested, has
been given to the City; and (2) any failure to comply with reporting or other provisions of the
policies, including breaches of warranties, shall not affect coverage provided to the City, its
directors, officials, officers, employees, agents and volunteers.
18.4 Builders'/All Risk Policy Requirements. The builders' /all risk insurance shall
provide that the City be named as loss payee. In addition, the insurer shall waive all rights of
subrogation against the City.
18.5 Separation of Insureds; No Special Limitations. All insurance required by this
Section shall contain standard separation of insureds provisions. In addition, such insurance
shall not contain any special limitations on the scope of protection afforded to the City, its
directors, officials, officers, employees, agents and volunteers.
18.6 Deductibles and Self- Insurance Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. Contractor shall guarantee that, at the
option of the City, either: (1) the insurer shall reduce or eliminate such deductibles or self -
insured retentions as respects the City, its directors, officials, officers, employees, agents and
volunteers; or (2) the Contractor shall procure a bond guaranteeing payment of losses and
related investigation costs, claims and administrative and defense expenses.
18.7 Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best's rating no less than A:VIII, licensed to do business in California, and satisfactory to
the City.
18.8 Verification of Coverage. Contractor shall furnish City with original certificates of
insurance and endorsements effecting coverage required by this Contract on forms satisfactory
to the City. The certificates and endorsements for each insurance policy shall be signed by a
person authorized by that insurer to bind coverage on its behalf, and shall be on forms supplied
or approved by the City. All certificates and endorsements must be received and approved by
the City before work commences. The City reserves the right to require complete, certified
copies of all required insurance policies, at any time.
18.9 Subcontractors. All subcontractors shall meet the requirements of this Section
before commencing Work. In addition, Contractor shall include all subcontractors as insureds
under its policies or shall furnish separate certificates and endorsements for each subcontractor.
All coverages for subcontractors shall be subject to all of the requirements stated herein.
18.10 Reporting of Claims. Contractor shall report to the City, in addition to
Contractor's insurer, any and all insurance claims submitted by Contractor in connection with the
Work under this Contract.
19. Bond Requirements.
19.1 Payment Bond. If required by law because the Total Contract Price exceeds
$25,000 or otherwise specifically requested by City in Exhibit "C" attached hereto and
incorporated herein by reference, Contractor shall execute and provide to City concurrently with
this Contract a Payment Bond in an amount required by the City and in a form provided or
RVPUB \SDEITSCH \740726.3 10
approved by the City. If such bond is required, no payment will be made to Contractor until the
bond has been received and approved by the City.
19.2 Performance Bond. If specifically requested by City in Exhibit "C" attached
hereto and incorporated herein by reference, Contractor shall execute and provide to City
concurrently with this Contract a Performance Bond in an amount required by the City and in a
form provided or approved by the City. If such bond is required, no payment will be made to
Contractor until the bond has been received and approved by the City.
19.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or
any surety be found to be unsatisfactory, Contractor shall renew or replace the effected bond
within (ten) 10 days of receiving notice from City. In the event the surety or Contractor intends
to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given
to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior
to expiration of the original bonds. No further payments shall be deemed due or will be made
under this Contract until any replacement bonds required by this Section are accepted by the
City. To the extent, if any, that the Total Contract Price is increased in accordance with the
Contract, the Contractor shall, upon request of the City, cause the amount of the bond to be
increased accordingly and shall promptly deliver satisfactory evidence of such increase to the
City. If the Contractor fails to furnish any required bond, the City may terminate the Contract for
cause.
19.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as
defined in California Code of Civil Procedure Section 995.120, shall be accepted. If a
California - admitted surety insurer issuing bonds does not meet these requirements, the insurer
will be considered qualified if it is in conformance with Section 995.660 of the California Code of
Civil Procedure, and proof of such is provided to the City.
20. Safetv. Contractor shall execute and maintain its work so as to avoid injury or damage
to any person or property. Contractor shall comply with the requirements of the specifications
relating to safety measures applicable in particular operations or kinds of work. In carrying out
its Work, the Contractor shall at all times be in compliance with all applicable local, state and
federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of
employees appropriate to the nature of the Work and the conditions under which the Work is to
be performed. Safety precautions as applicable shall include, but shall not be limited to,
adequate life protection and life saving equipment; adequate illumination for underground and
night operations; instructions in accident prevention for all employees, such as machinery
guards, safe walkways, scaffolds, ladders, bridges, gang planks, confined space procedures,
trenching and shoring, fall protection and other safety devices, equipment and wearing apparel
as are necessary or lawfully required to prevent accidents or injuries; and adequate facilities for
the proper inspection and maintenance of all safety measures. Furthermore, Contractor shall
prominently display the names and telephone numbers of at least two medical doctors
practicing in the vicinity of the Project, as well as the telephone number of the local ambulance
service, adjacent to all telephones at the Project site.
21. Warranty. Contractor warrants all Work under the Contract (which for purposes of this
Section shall be deemed to include unauthorized work which has not been removed and any
non - conforming materials incorporated into the Work) to be of good quality and free from any
defective or faulty material and workmanship. Contractor agrees that for a period of one year
RVPUB \SDEITSCH \740726.3 11
(or the period of time specified elsewhere in the Contract or in any guarantee or warranty
provided by any manufacturer or supplier of equipment or materials incorporated into the Work,
whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after
being notified in writing by the City of any defect in the Work or non - conformance of the Work to
the Contract, commence and prosecute with due diligence all Work necessary to fulfill the terms
of the warranty at its sole cost and expense. Contractor shall act sooner as requested by the
City in response to an emergency. In addition, Contractor shall, at its sole cost and expense,
repair and replace any portions of the Work (or work of other contractors) damaged by its
defective Work or which becomes damaged in the course of repairing or replacing defective
Work. For any Work so corrected, Contractor's obligation hereunder to correct defective Work
shall be reinstated for an additional one year period, commencing with the date of acceptance of
such corrected Work. Contractor shall perform such tests as the City may require to verify that
any corrective actions, including, without limitation, redesign, repairs, and replacements comply
with the requirements of the Contract. All costs associated with such corrective actions and
testing, including the removal, replacement, and reinstitution of equipment and materials
necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and
guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the
Work, whether express or implied, are deemed to be obtained by Contractor for the benefit of
the City, regardless of whether or not such warranties and guarantees have been transferred or
assigned to the City by separate agreement and Contractor agrees to enforce such warranties
and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform
its obligations under this Section, or under any other warranty or guaranty under this Contract,
to the reasonable satisfaction of the City, the City shall have the right to correct and replace any
defective or non - conforming Work and any work damaged by such work or the replacement or
correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse
the City for any expenses incurred hereunder upon demand.
22. Laws and Regulations. Contractor shall keep itself fully informed of and in compliance
with all local, state and federal laws, rules and regulations in any manner affecting the
performance of the Contract or the Work, including all Cal /OSHA requirements, and shall give
all notices required by law. Contractor shall be liable for all violations of such laws and
regulations in connection with Work. If the Contractor observes that the drawings or
specifications are at variance with any law, rule or regulation, it shall promptly notify the City in
writing. Any necessary changes shall be made by written change order. If the Contractor
performs any work knowing it to be contrary to such laws, rules and regulations and without
giving written notice to the City, the Contractor shall be solely responsible for all costs arising
there from. City is a public entity of the State of California subject to certain provisions of the
Health & Safety Code, Government Code, Public Contract Code, and Labor Code of the State.
It is stipulated and agreed that all provisions of the law applicable to the public contracts of a
municipality are a part of this Contract to the same extent as though set forth herein and will be
complied with. Contractor shall defend, indemnify and hold City, its officials, directors, officers,
employees and agents free and harmless, pursuant to the indemnification provisions of this
Contract, from any claim or liability arising out of any failure or alleged failure to comply with
such laws, rules or regulations.
22.1 Immigration Reform and Control Act. Contractor acknowledges that Contractor,
and all subcontractors hired by Contractor to perform services under this Agreement, are aware
of and understand the Immigration Reform and Control Act ( "IRCA "). Contractor is and shall
remain in compliance with the IRCA and shall ensure that any subcontractors hired by
Contractor to perform services under this Agreement are in compliance with the IRCA. In
addition, Contractor agrees to indemnify, defend and hold harmless the City, its agents, officers
RVPUB \SDEITSCH \740726.3 12
and employees, from any liability, damages or causes of action arising out of or relating to any
claims that Contractor's employees, or the employees of any subcontractor hired by Contractor,
are not authorized to work in the United States for Contractor or its subcontractor and /or any
other claims based upon alleged IRCA violations committed by Contractor or Contractor's
subcontractor(s).
23. Permits and Licenses. Contractor shall be responsible for securing City permits and
licenses necessary to perform the Work described herein, including, but not limited to, a City
Business License. While Contractor will not be charged a fee for any City permits, Contractor
shall pay the City's applicable business license fee. Any ineligible contractor or subcontractor
pursuant to Labor Code Sections 1777.1 and 1777.7 may not perform work on this Project.
24. Trenching Work. If the Total Contract Price exceeds $25,000 and if the Work governed
by this Contract entails excavation of any trench or trenches five (5) feet or more in depth,
Contractor shall comply with all applicable provisions of the California Labor Code, including
Section 6705. To this end, Contractor shall submit for City's review and approval a detailed
plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker
protection from the hazard of caving ground during the excavation of such trench or trenches. If
such plan varies from the shoring system standards, the plan shall be prepared by a registered
civil or structural engineer.
25. Hazardous Materials and Differing Conditions. As required by California Public Contract
Code Section 7104, if this Contract involves digging trenches or other excavations that extend
deeper than four (4) feet below the surface, Contractor shall promptly, and prior to disturbance
of any conditions, notify City of: (1) any material discovered in excavation that Contractor
believes to be a hazardous waste that is required to be removed to a Class I, Class II or Class
III disposal site; (2) subsurface or latent physical conditions at the site differing from those
indicated by City; and (3) unknown physical conditions of an unusual nature at the site,
significantly different from those ordinarily encountered in such contract work. Upon notification,
City shall promptly investigate the conditions to determine whether a change order is
appropriate. In the event of a dispute, Contractor shall not be excused from any scheduled
completion date and shall proceed with all Work to be performed under the Contract, but shall
retain all rights provided by the Contract or by law for making protests and resolving the dispute.
26. Underground Utility Facilities. To the extent required by Section 4215 of the
California Government Code, City shall compensate Contractor for the costs of: (1)
locating and repairing damage to underground utility facilities not caused by the failure
of Contractor to exercise reasonable care; (2) removing or relocating underground utility
facilities not indicated in the construction drawings; and (3) equipment necessarily idled
during such work. Contractor shall not be assessed liquidated damages for delay
caused by failure of City to provide for removal or relocation of such utility facilities.
27. Labor Code Provisions.
27.1 Prevailing Wages. Funding for the work is with local funds and, as provided
under the Owner's Charter will NOT require compliance with the prevailing wage requirements.
27.2 Apprenticeable Crafts. If the Total Contract Price exceeds $35,000 and if
Contractor employs workmen in an apprenticeable craft or trade, Contractor shall comply with
the provisions of Section 1777.5 of the California Labor Code with respect to the employment of
RVPUB \SDEITSCH \740726.3 13
properly registered apprentices upon public works. The primary responsibility for compliance
with said section for all apprenticeable occupations shall be with Contractor.
27.3 Hours of Work. Contractor is advised that eight (8) hours labor constitutes a
legal day's work. Pursuant to Section 1813 of the California Labor Code, Contractor shall forfeit
a penalty of $25.00 per worker for each day that each worker is permitted to work more than
eight (8) hours in any one calendar day and forty (40) hours in any one calendar week, except
when payment for overtime is made at not less than one and one -half (1 -1/2) times the basic
rate for that worker.
27.4 Payroll Records. Contractor and each subcontractor shall keep an accurate
payroll record, showing the name, address, social security number, work classification, straight
time and overtime hours worked each day and week, and the actual per diem wages paid to
each journeyman, apprentice, worker, or other employee employed by him or her in connection
with the public work. The payroll records shall be certified and shall be available for inspection
at all reasonable hours at the principal office of Contractor in the manner provided in Labor
Code section 1776. In the event of noncompliance with the requirements of this section,
Contractor shall have 10 days in which to comply subsequent to receipt of written notice
specifying in what respects such Contractor must comply with this section. Should
noncompliance still be evident after such 10 -day period, the Contractor shall, as a penalty to
City, forfeit not more than $50.00 for each calendar day or portion thereof, for each worker, until
strict compliance is effectuated. The amount of the forfeiture is to be determined by the Labor
Commissioner. Upon the request of the Division of Apprenticeship Standards or the Division of
Labor Standards Enforcement, such penalties shall be withheld from progress payments then
due. The responsibility for compliance with this section is on the Contractor.
27.5 Contractor's Labor Certification. By its signature hereunder, Contractor certifies
that he is aware of the provisions of Section 3700 of the California Labor Code which require
every employer to be insured against liability for Worker's Compensation or to undertake self -
insurance in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Work.
28. Labor and Material Releases. Contractor shall furnish City with labor and material
releases from all subcontractors performing work on, or furnishing materials for, the work
governed by this Contract prior to final payment by City.
29. Equal Opportunity Employment. Contractor represents that it is an equal opportunity
employer and that it shall not discriminate against any employee or applicant for employment
because of race, religion, color, national origin, ancestry, sex, age or other interests protected
by the State or Federal Constitutions. Such non - discrimination shall include, but not be limited
to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or
recruitment advertising, layoff or termination.
30. Anti -Trust Claims. This provision shall be operative if this Contract is applicable to
California Public Contract Code Section 7103.5. In entering into this Contract to supply goods,
services or materials, the Contractor hereby offers and agrees to assign to the City 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. Section 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 Contract. This assignment shall be made and become
RVPUB \SDEITSCH \740726.3 14
effective at the time the City tender final payment to the Contractor, without further
acknowledgment by the Parties.
31. Claims of $375,000 or Less. Notwithstanding any other provision herein, claims of
$375,000 or less shall be resolved pursuant to the alternative dispute resolution procedures set
forth in California Public Contract Code §§ 20104, et seg.
32. Claims. Pursuant to Public Contract Code Section 9201, the City shall provide the
Contractor with timely notification of the receipt of any third -party claim, relating to the Contract.
The City is entitled to recover its reasonable costs incurred in providing such notification.
33. Prohibited Interests.
33.1 Solicitation. Contractor maintains and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for Contractor,
to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it
agreed to pay any company or person, other than a bona fide employee working solely for
Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Contract. For breach or violation
of this warranty, City shall have the right to terminate this Contract without liability.
33.2 Conflict of Interest. For the term of this Contract, no member, officer or
employee of City, during the term of his or her service with City, shall have any direct interest in
this Contract, or obtain any present or anticipated material benefit arising therefrom. In addition,
Contractor agrees to file, or to cause its employees or subcontractors to file, a Statement of
Economic Interest with the City's Filing Officer as required under state law in the performance of
the Work.
34. Certification of License. Contractor certifies that as of the date of execution of this
Contract, Contractor has a current contractor's license of the classification indicated below
under Contractor's signature.
35. General Provisions.
35.1 Notices. All notices hereunder and communications regarding interpretation of
the terms of the Contract or changes thereto shall be provided by the mailing thereof by
registered or certified mail, return receipt requested, postage prepaid and addressed as follows:
city
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: Jan Balanay
Contractor
Sancon Engineering, Inc.
5841 Engineer Drive
Huntington Beach, CA 92649
Attn: Chuck Parsons
Any notice so given shall be considered received by the other Party three (3) days after deposit
in the U.S. Mail as stated above and addressed to the Party at the above address. Actual
notice shall be deemed adequate notice on the date actual notice occurred, regardless of the
method of service.
35.2 Time of Essence. Time is of the essence in the performance of this Contract.
RVPUB \SDEITSCH \740726.3 15
35.3 Assignment Forbidden. Contractor shall not, either voluntarily or by action of law,
assign or transfer this Contract or any obligation, right, title or interest assumed by Contractor
herein without the prior written consent of City. If Contractor attempts an assignment or transfer
of this Contract or any obligation, right, title or interest herein, City may, at its option, terminate
and revoke the Contract and shall thereupon be relieved from any and all obligations to
Contractor or its assignee or transferee.
35.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another,
and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
35.5 City's Right to Employ Other Contractors. City reserves right to employ other
contractors in connection with this Project.
35.6 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any
term referencing time, days or period for performance shall be deemed calendar days and not
work days. All references to Contractor include all personnel, employees, agents, and
subcontractors of Contractor, except as otherwise specified in this Agreement. All references to
City include its elected officials, officers, employees, agents, and volunteers except as otherwise
specified in this Agreement. The captions of the various articles and paragraphs are for
convenience and ease of reference only, and do not define, limit, augment, or describe the
scope, content or intent of this Agreement.
35.7 Waiver. No waiver of any default shall constitute a waiver of any other default or
breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or
service voluntarily given or performed by a Party shall give the other Party any contractual rights
by custom, estoppel or otherwise.
35.8 No Third Party Beneficiaries. There are no intended third party beneficiaries of
any right or obligation assumed by the Parties.
35.9 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
35.10 Governing Law. This Contract shall be governed by California law. Venue shall
be in Los Angeles County.
35.11 Counterparts. This Contract may be executed in counterparts, each of which
shall constitute an original.
35.12 Successors. The Parties do for themselves, their heirs, executors, administrators,
successors, and assigns agree to the full performance of all of the provisions contained in this
Contract.
35.13 Attorneys' Fees. If either Party commences an action against the other Party,
either legal, administrative or otherwise, arising out of or in connection with this Contract, the
prevailing Party in such action shall be entitled to have and recover from the losing Party
reasonable attorneys' fees and all other costs of such action.
RVPUB \SDEITSCH \740726.3 16
35.14 Authority to Enter Contract. Each Party warrants that the individuals who have
signed this Contract have the legal power, right and authority to make this Contract and bind
each respective Party.
35.15 Entire Contract: Modification. This Contract contains the entire agreement of the
Parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings or agreements. This Contract may only be modified by a writing signed by both
Parties.
IN WITNESS WHEREOF, each of the Parties has caused this Contract to be executed
on the day and year first above written.
CITY OF ARCADIA
By: 12>�
Donald Penman
City Manager
Dated: — 1° ix. 2010
Attest:
City djerk
Dated: b- 2010
APPROVED AS TO FORM
Stephen P. Deitsch
City Attorney
Dated: /01-\ b 2010
RVPUB \SDEITSCH \740726.3 17
SANCON ENGINEERING, INC.
By: 0 S. Z7--)
Chuck Parsons
Vice President
Dated: 2010
CONCUR:
7�q
Tom Tait
Public Works Services Director
Dated: fd - 2,6) 12010
EXHIBIT "A"
PLANS AND SPECIFICATIONS
The following plans and specifications are incorporated into this Contract herein by this
reference:
• All work shall be done in accordance with the "Standard Specifications for Public Works
Construction ( SPPWC), Latest Edition.
• Contractor shall supply all, but not limited to, labor, materials, and equipment necessary
to construct and /or install the following improvements.
• Contractor shall comply with OSHA Confined Space Entry.
• All sewer manhole channel repair shall include the following:
o Contractor shall use Sika Top 122 PLUS and Sika Armatec 110 EpoCem
products for all sewer channel and shelf repairs and all reinforcement bars shall
be deformed bars conforming to ASTM -A706 Grade 60.
• Sewer manhole frame and cover shall be per SPPWC 210.
• All manhole frame and cover shall be adjusted to grade per SPPWC 205 -1.
• Concrete shall be 560 -13-3250 for all work on sewer manholes.
• Asphalt Finish Course shall be Asphalt Concrete D1 -AR -4000 (3/8" Course
Maximum, 1 '/2" Thick) or Asphalt Concrete D1- PG -64 -10 (3/8" Course Maximum,
1 1/2" Thick).
RVPUB \SDEITSCH \740726.3 18
INSTALL MANHOLE FRAME
AND CD%rrR (SEE NOTE 1C)
INSTALL MANHOLE FRAME AND PROPOSED GRADE OR
PROPOSED GRADE OR COVER (SEE NOTE 1C)---\\ / TOP OF MANHOLE
TOP OF MANHOLE J
EXISTING GRADE OR D
TOP OF EXISTING I(SEE NOTE 1B)
m
15 mm (1/2 ")
CLP.SS 'D"
MORTAR o
z
7-T- LLi
EXISTING It I I I It
i
ptANR!OLE-��I i � li li
II I t 11
i n
ill I TI �►I
�j j I Ij
II I it
II II
It 1 I II
II I I II
II
II : II
L - - -- T- - - - --I
300 mm (12 ") MIN.
610 mm (24 ") MAX.
(SEE NOTE 2A)
TOP OF EXISTING
BRICKWORK
- --
MANHOLE ,
-E — - -- - -I - -- - --
REMOVE EXISTING
BRICKWORK TO AN
ELEVATION AT
WHICH INSIDE
DIAMETER OF
EXISTING MANHOLE
!S NOT LESS THAN
750 mm (30 ")
RAISING EXISTING BRICK MANHOLES
EXISTING GRADE OR TOP
OF EXISTING MANHOLE
PROPOSED GRADE OR 1
�
TOP OF MANHOLE --1 II I
F;--CONSTRUCT
BRICKWORK,
1 m (40 ") MIN-
7- INSTALL MANHOLE FRAME
AND COVER. (SEE NOTE 1C)
TOP OF EXISTING BRICKWORK
EI T REMOVE EXISTING
EI BRICKWORK TO AN
11 0 ELEVATION AT
1 11 �11�
1 ---� WHICH UPPER
11 PORTION OF
MANHOLE CAN BE
H RECONSTRUCTED
11 ON A TAPER NOT
TO EXCEED TWO
m I HORIZONTAL TO
FIVE VERTICAL
1' .1
L------ - - - --1
I
LOWERING EXISTING BRICK MANHOLES
aRaAUt_ca7EO sr THE (
PueucE�ooac COMMA �V CJC�E� Ri�GI rP�5i�1..J`F ` C"i 1.1.� G 1�6�P
j SIAIVDHRU PLAN
I
11 ffq
I
I
1 15 mm (1/2 ")
11
II I
w
CEMENT
PLP.STER
rr
11
I��
EXISTING
polo
---- -
- - - --
E EIw
S�
I! MANHOLE
1' .1
L------ - - - --1
I
LOWERING EXISTING BRICK MANHOLES
RAISING EXISTING PRECAST
CONCRETE SEWER MANHOLES
EXISTING GRADE OR TOP OF EXISTING MANHOLE-,
- - - - - - - - - - - - - - - - - - - - - - - - i
PROPOSED GRADE OR INSTALL MANHOLE
TOP (IF MANHOLE FRAME AND COVER
ran ns (SEE NOTE IC)
r
I I I
(SEE NOTE 1B).LL�.
za
I I 1 1 1
I ,-t
II 1 0
II I 11
E�
1 E ED
w
I I I I I n ^v
I I I I
II �I
I I I I
I I I I
EXISTING
LL__________1J MANHOLE
I I CIF s-- I I
I
LL__- __ - - - - --
! I I t
LL------ - - - -1J
LOWERING EXISTING PRECAST
CONCRETE SEWER MANHOLES
BRICK I \AANHOLES PRECAST CONCRETE SEWER MANHOLES
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
aRaAUt_ca7EO sr THE (
PueucE�ooac COMMA �V CJC�E� Ri�GI rP�5i�1..J`F ` C"i 1.1.� G 1�6�P
j SIAIVDHRU PLAN
I
1964
I �e"!C
REV. 1996 iI
rl USE K11H STANDARLU SPEC:IFIC:ATIONS FOR PUBLIC, WORKS CONSTRUCTION
SHEET 1 CIF
X.
�¢
rr
11
11 I 11
1 1 1 1
polo
---- -
- - - --
E EIw
I 1
I
O °lw
I ! I
FIT - - - --
I I I I
I I
I !
- EXISTING
L1____
- -___1J
MANHOLE
1 ! I I
LL------ - - - -1J
I I
I I
LL----- - - - - --
RAISING EXISTING PRECAST
CONCRETE SEWER MANHOLES
EXISTING GRADE OR TOP OF EXISTING MANHOLE-,
- - - - - - - - - - - - - - - - - - - - - - - - i
PROPOSED GRADE OR INSTALL MANHOLE
TOP (IF MANHOLE FRAME AND COVER
ran ns (SEE NOTE IC)
r
I I I
(SEE NOTE 1B).LL�.
za
I I 1 1 1
I ,-t
II 1 0
II I 11
E�
1 E ED
w
I I I I I n ^v
I I I I
II �I
I I I I
I I I I
EXISTING
LL__________1J MANHOLE
I I CIF s-- I I
I
LL__- __ - - - - --
! I I t
LL------ - - - -1J
LOWERING EXISTING PRECAST
CONCRETE SEWER MANHOLES
BRICK I \AANHOLES PRECAST CONCRETE SEWER MANHOLES
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
aRaAUt_ca7EO sr THE (
PueucE�ooac COMMA �V CJC�E� Ri�GI rP�5i�1..J`F ` C"i 1.1.� G 1�6�P
j SIAIVDHRU PLAN
I
1964
I �e"!C
REV. 1996 iI
rl USE K11H STANDARLU SPEC:IFIC:ATIONS FOR PUBLIC, WORKS CONSTRUCTION
SHEET 1 CIF
N OTES.
GENERAL
A. EXCEPT AS INDICATED HEREON OR ON THE MANHOLES SHALL
CONFORM TO: SPPWC 200, PRECAST CONCRETE SEWER MANHOLE AND
SPPWC 203, BRICK SEWER MANHOLE.
B. DIMENSION "D" SHALL BE THE SAME AS THE SIZE OF MANHOLE FRAME AND
COVER TO BE USED.
C. THE CONTRACTOR MAY REUSE THE EX!STING MANHOLE FRAME AND COVER, UNLESS
DAMAGED DURING THE WORK OR WHEN OTHERWISE SHOWN IN THE
CONTP.ACT DOCUMENTS. ITEMS DAM�IAGED BY THE CONTRACTOR SHALL
BE REPLACED WITH IDENTICAL NEW ITEMS AT NO EXCPENSE TO THE AGENCY'.
D. EXISTING STEPS _LOCATED WITHIN ^REMOVAL yLIMITS SHALL BE REPLACED. WHEN
I; t.IVIV VAL �r LnIJ -"1! JTtr�J �+%101'JD TiIE IVI /�',P'J r10 LE R�la1 ✓ \V'AI I.IhvalT !.
SHOWN ON THE PLANS, THE STEPS SHALL BE REMOVED TO A DEPTH
OF 50 mm (2 ") BEYOND THE INSIDE FACE OF THE BRICK MANHOLE AND
THE HOLES SHALL BE FILLED WITH CLASS "D" MORTAR.
2. RAISING EXISTING BRICK I'VIIANHOLES
A. BRICK MANHOLES TO BE RAISED LESS THAN 300 mm (1') MA:Y BE
EXTEND VERTICALLY, PROVIDED THAT AT A DEPTH OF 750 mm (2 1 /2')
BELOW THE TOP OF THE MANHOLE AT ITS NEW ELEVATION, THE INSIDE DIAMETER
OF THE MANHOLE IS 750 mm (30 ") OR GREATER.
B. BRICK MANHOLES TO BE RAISED LESS THAN 90 mm (3 1/2 ") MAY BE RAISED
BY APPLYING CLASS "D" MORTAR TO THE TOP OF THE EXISTING BRICKWORK.
IF THE BRICK MANHOLE IS TO BE RAISED 90 mm (3 1 /2 ") OR MORE, A
NEW COURSE OR COURSES OF BRICKWORK SHALL BE PLACED ON TOP OF THE
EXISTING BRICKWORK.
3. LOWERING EXISTING BRICK MANHOLES
A. WHERE A BRICK MANHOLE IS TO BE LOWERED LESS THAN 300 mm ('I'),
THE FRAME MAY BE RESET ON THE EXISTING BRICKWORK AND THE 1 m
(40 ") MINIMUM BRICKWORK RECONSTRUCTION Olv1ITTED, PROVIDED THAT THE
BASE OF THE FRAME DOES NOT OVERHANG THE BRICI <WORK ON THE INSIDE
SURFACE OF THE N/tANHOLE MORE THAN AN AVERAGE OF 35 mm (1 1/2 ") IN
QUADRANT NOR MORE THAN 50 mm (2 ") AT ANY POINT.
4 RAISING EXISTING PRECAST CONCRETE SEWER MANHOLES
A. PRECAST CONCRETE MANHOLES TO BE RAISED LESS THAN 75 mm (3 ") MAY BE
RAISED BY APPLYING CLASS "D" MORTAR TO THE TOP OF THE EXISTING IVANHOLE,
PROVIDED THE TOTAL HEIGHT OF MORTAR, EXISTING AND NEWLY APPLIED,
DOES NOT EXCEED 75 mm (3 ").
B. WHERE THE PRECAST C01lCPETE MANHOLE IS TO BE RAISED 75 mm (3"
OP, MORE, OR WHERE THE TOTAL HEIGHT OF MORTAR, EXISTING AND NEWLY
APPLIED, WOULD EXCEED 75 mm (3 ") GRADE RINGS SHALL BE UTILIZED.
CLASS "D" MORTAR MAY BE USED FOR FINAL ADJUSTMENT, BUT NOT MORE THAN
75 mm (3 ") IN HEIGHT. WHERE RAISING THE MANHOLE WOULD RESULT
IN THE UPPER SEGMENT OF THE SHAFT BEING MORE THAN 750 mm
IN HEIGHT, REMOVE THE REDUCER AND THE UPPER SEGMiEI T OF THE SHAFT,
INSTALL ADDITIONAL RINGS OR PIPE TO THE LOWS -F SEGMENT OF THE S IAFT,
AND REINSTALL THE REDUCER AND GRADE RINCS A,S REQUIRED,
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
S 1 ANDARU PLAN d
METR C
SH- ° OF
5. LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES
A. REMOVE SUFFICIENT GRADE RINGS TO LOWER THE MANHOLES A.S REQUIRED,
APPLY CLASS "D" MORTAR TO A HEIGHT NOT EXCEEDING 775 mm (3 ")
FOR ADJUSTMENT TO FINAL GRADE.
B. WHERE REMOVAL OF GRADE RINGS WOULD RESULT IN THE UPPER SESILdENT OF
THE SHAFT BEING LESS THAN 300 mm (12 ") IN HEIGHT, REMOVE THE REDUCER
AND SUFFICIENT SECTIONS OF THE LOWER SEGMENT OF THE SHAFT AND
REINSTALL ANY NECESSARY SEGMENT OF THE LOWER SHAFT, THE REDUCER, AND
THE GRADE RINGS TO CONFORM TO THE P.EQUIREMENTS OF THIS PLAN.
C. EXISTING GRADE RINGS NEED NOT BE REMOVED IF EXISTNG MORTAR IS REMOVED,
AND AT LEAST 35 mm (1 1/2") OF MORTAR MAY BE PLACED ON TOP OF THE
E)!!STING GR. -.nE PINCS TO RESEAT THE R.-,.ME.
6. REPLACEMENT OF BRICK REDUCER WITH PRECAST CONCRETE REDUCER AND SHAFT
UNLESS OTHERWISE INDICATED ON THE PLANS, THE CONTRACTOR MAY INSTALL
A PRECAST CONCENTRIC CONCRETE REDUCER, CONCRETE GRADE RINGS, AND
CONCRETE PIPE IN LIEU OF RECONSTRUCTING A BRICK REDUCER, PROVIDED:
A. THE MAXIMUM ID OF SEWER PIPE CONNNECTED TO THE IJANHOLE DOES NOT
EXCEED 200 mm (E ").
B. THE CONTRACTOR SECURES PRIOR APPROVAL FROM THE ENGINEER. TO INSTALL
THE CONCENTRIC REDUCER ONTO THE MANHOLE SHAFT. THE ENGINEER MAY,
AS PART OF THE INSTALLATION P.EOUIREMENTS, REQUIRE THE CONTRACTOR
TO COAT THE INSIDE OF THE REDUCER, RINGS, AND PIPE WITH AN APPROVED
COATING.
C. THE CONCRETE GRADE RINGS, THE CONCRETE P.EDUCEP,, AND ANY CONCRETE PIPE
SHALL BE JOINED TOGETHER AND BEDDED ONTO THE EXISTING BR, CK MANHOLE
WITH CLASS "D" MORTAR. THE DEPTH, WIDTH, AND THICKNESS OF THE MORTAR
SHALL BE OF SUFFICIENT DIMENSIONS TO PROPERLY AND ADEQUATELY JOIN AND
BED THE COMPONENT PARTS.
i SIANDARD PLAN j
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION M rRi
S-)EVER MANHOLE D, SHEET 7 OF
I_F
SLC
2,
h�
PLAN OF COVER
OP VIEW s47
%,. Al-,
�M�iiai %iii
I I qI
....viii //%
E 'JE E
Er-
SECTION A
END VIEW
I
OLES
6 -13mm
(I /:') RIES
SEE DETAIL
01 NOTCHES
v
76 mm f3')
76
— LDCKINIO GUIDEL
'0
b
PLAN OF FRAME
SECTION B -B
LOCKING GUIDE
SIDE VIEW C -C
F4^
EIT
_.F'.
IF m�fi mm
5
e �_]F mm
E � I tt i
Irn1Y)
f yT�
T�
e,
_L.
PLAN OF COVER DE TL, IL OF I�JOTCHES
BGTTOiIA VIEW
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
ju j,��.�('�( FRAME: I STANDARD PLAN'
PROMULOAIrm BY THE f 511 D mm t24-) y"" N OO[ ; E N: AME: METRIC
PU13UC WORKS STANDARDS, 1NC.. I LOCKING �` 1
GRE'ENSDOI, COMMITTEE i AN E ' ; 1 V�
19R4 ,
REV. 1993. +age ncnlr r 6Tlrihlc] cnF- PI IRI IG WORKS CONSTRLICT_IOIJ I SHE77 I OF
IJ G TE S
1. THE CAST IR�DN USED SHALL CONFO?Iv/ TD L,STiM A- -B CL�,ES 35E.
THE FRAME AND COVER SHALL EE COATED WITH ASPi- IALTUM OR
BITUMINOUS PAINT AFTER TESTING AND INSPECTION.
3. COVERS SHALL BE CAST WITH THE LETTER "D" FOR STORM DRAINS
AND "S" FOR SEWERS AND THE AGENCY IDENTIFICATION IN ACCORDANCE
WITH INSTRUCTIONS FURNISHED BY THE AGENCY. THE LETTER "D" OR
"S" SHALL BE APPROXIMATELY 65 mm (2 1/2 ") HIGH WITH 13 mm (1/2 ")
LINE WIDTH AND PLACED IN THE CENTER OF THE COVER, ALL LETTERS
SHALL BE FLUSH WITH THE FINISHED SURFACE OF THE COVER.
4. FOUNDRY IDENTIFYING MARK, HEAT AND DATE SHALL BE CAST ON THE
BOTTOM OF THE COVER AND ON THE INSIDE OF THE FRAME.
5. IMPORTED COVERS AND FRAMES SHALL HAVE THE COUNTRI' OF ORIGIN
MARKING IN COMPLIANCE WITH FEDERAL REGULATIONS.
S. WEIGHT OF FRAME SHALL BE 73 kg (160 POUNDS). WEIGHT OF COVER
SHALL BE 91 kg (200 POUNDS). ACTUAL WEIGHTS SHALL BE WITHIN
A RANGE OF 950/70 TO 110 %.
7, THE MANHOLE FRAME AND COVER SHALL BE INSPECTED BY THE ENGINEER
PRIOR TO SHIPMENT TO THE JOB SITE. ACCEPTANCE WILL BE INDICATED
BY THE AGENCY'S MAR K.
S. THE PROOF -LOAD FOR TEST METHOD B OF ESPWC 200 -3.2
IS 228 kN (55,300 POUNDS).
9. COVERS FOR MANHOLES LOCATED IN EASEMiENTS, ALLEYS, PAR�:WAYS AND
ALL OTHER PLACES EXCEPT PAVED STREETS SHALL BE PROVIDED WITH
SOCKET SET SCREW LOCKING DEVICES. DRILL AND TAP TWO HOLES TO A
DEPTH OF '25 mm (1") AT 90 DEGREES TO PICK HOLE AND INSTALL 19 mm
1" 19 mm (3/4" x 3/4") STAINLESS STEEL SOCKET SET SCP.EWS WITH
10 mm (3/8 ") RECESSED HEX HEAD. ALL THREADS SHALL BE N.C.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
sTnNorRD PLAN
METRIC
' 2ID -2
wo CS
Io m (` MANHOLE 7r ,AMr
44D CO` LOOKING, E
SHEET ^ Qr- _2
Product Data Sheet
Edition 8.2003
Identification no. 189
SikaTop 122 Plus
Two- component, polymer- modified, cementitious, trowei-grade
plus FerroGard 901 penetrating corrosion inhibitor
Description SikaTop 122 PLUS is a two - component, polymer- modified, portland- cement, fast - setting, trowel -grade
mortar. It is a high performance repair mortar for horizontal and vertical surfaces and offers the
additional benefit of FerroGard 901, a penetrating corrosion inhibitor.
Where to Use e On grade, above, and below grade on concrete and mortar.
• On horizontal surfaces.
• As a structural repair material for parking structures, industrial plants, walkways, bridges, tunnels, dams,
and ramps.
• To level concrete surfaces.
e As an overlay system for top pinglresurfacingconcrete.
• Overlay in cathodic protection systems.
Advantages s High compressive and flexural strengths.
• High early strengths. Opens totrafficfast: foot in4- 6 hours, pneumatic tire in8 -12 hours.
• High abrasion resistance.
• Increased freeze /thaw durability and resistance to deicing salts.
ar Compatible with coefficient of thermal expansion of concrete - PassesASTMC- 884(modified).
• Increased density- improved carbon dioxide resistance (carbonation) without adversely affectmgwater
vaportransmission (nota vapor barrier).
• Enhanced with FerroGard 901, a penetrating corrosion inhibitor- reduces corrosion even in the adjacent
concrete.
• Notflammable,non- toxic.
• Conformsto ECA/USPHS standards for surface contactwith potablewater.
• USDAapproved forfood industry.
it ANSI /NSF Standard 61 potable water approved.
Yield 0.51 cu, ft./ unit mortar; 0.75 cu. ft. /unit concrete; (SikaTop 122 +42lbs. 3/8 peagravel)
Component `A' -1 -gal. plastic jug; 4 /carton. Component V - 61.5 -lb. multi -wall bag.
Typical Data (material and curing conditions (5) 73°F(23 °C) and 50 %R.H.)
Shelf Life One yearin original, unopened packaging.
Storage Conditions Store dry at 40'-957.
Component'A'from freezing. lffrozen, discard.
Color Concrete graywhen mixed.
Mixing Ratio Plant-proportioned kit, mix, entire unit.
Application Time Approximately. 30 minutes.
FinishingTime 50 -120 minutes
Note: All times start after adding Component?'to Component'A'and are highly affected by tempera-
ture, relative humidity, substrate temperature, wind, sun and other iob site conditions.
Density (wetmix) 136lbs. /cu. -ft. (2.18 kg. /l)
Flexural Strength (ASTM C -293) '28days 2,000psi(13.8MPa)
Splitting Tensile Strength (ASTM C-496) 28days 750 psi (5.2 MPa)
'Bond Strength* (ASTM C-882 modified) 28days 2,200psi(15.21VIPa)
Compressive Strength (ASTM C =109)
1.day 3,000 psi (20.7 MPa)
7 days 5,500 psi (37.9 MPa)
28days 7,000 psi (48.3 MPa)
Permeability(AASHTCYT -277) 28days Approx. 500 Coulombs. Electrical resistivity (ohm- cm)28,000
FreezelThaw Resistance (ASTM C -666) 300 cycles 98%
CorrosionTestingfor FerroGard 901
CrackedBeam Corrosion' Tests:
Reduced corrosion rates 63 16 versus control specimens
ASTM G109 modified after40Ddays
Mortar scrubbed into substrate.
Flow to Use
Substrate Concrete, mortar, and masonry products.
Surface Preparation - Concrete /Mortar: Remove all deteriorated concrete, dirt, oil, grease, and all
bond - inhibiting materials from surface. Be sure repair area is not less than 118 inch in depth. Prepara-
tion work. should be done by high pressure water blast, scabbier, or other appropriate mechanical
means to obtain an exposed aggregate surface with a minimum surface profile of ±1/16 inch (CSP -5).
Saturate surface with clean water, Substrate should be saturated surface dry (ESD) with no standing
water during application.
Reinforcing. Steel: Steel reinforcement should he thoroughly prepared by mechanical cleaning to
remove all Laces o1 rust Where corrosion ha:; occurred due to the presence of chlorides the steel
should be high - pressure washed with clean water after mechanical cieaning, For priming of reinforcing
steel use Sika Armatec 110 EpoCern (consult Technical Data Sheet).
Concrete Substrate: Prime the prepared substrate with a brush or sprayed applied coat of Silva
Armatec 110 EpoCem (consult Technical Data Sheet). Alternately, a scrub coat of SikaTop 122 Plus
can be applied prior to placement of the mortar. The repair mortar has to be applied into the wet scrub
coat before it dries,
Pour approximately 7/8 of Component 'A' into the mixing container. Add Component B' (powder) while
mixing continuously. Mix mechanically with a low -speed drill (400- 600 rpm) and miring paddle or mortar
mixer. Add remaining Component 'A' (liquid) to mix if a more loose consistency is desired. Mix to a
uniform consistency, maximum 3 minutes; Thorough mixing and proper proportioning of the two
components is necessary.
For SikaTop 122 PLUS concrete: Pour all of Component 'A' into mixing container. Add all of Compo-
nent 'B' while mixing, then introduce 3/8 inch coarse aggregate at desired quantity. Mix to uniform
consistency, maximum 3 minutes. Addition rate is 42 lbs. per bag (approx. 3.0 to 3.5 gal by loose
volume). The aggregate must be non - reactive (reference ASTMC1260.. C227 and C289), clean, wel!-
graded, saturated surface dry, have low absorption and high density and comply with ASTMI C 33 size
number 8 per Table 2.
Note: Variances in the quality of the aggregate will affect the physical properties of SikaTop 122 PLUS.
The yield is increased to 0.75 cu. ft. /unit with the addition of the aggregate (42 Ids.). Do not use limestone
Application & Finish SikaTop 122 PLUS must be scrubbed into the substrate, filling all pores and voids. Force material
1- SOU- 933-SIKA
against edge of repair, working toward center. After filling repair, consolidate, then screed. Allow
Regional information and Sales
mortar or concrete to set to desired stiffness, then finish with wood or sponge float for a smooth
vour nearest Sika sales office, contact your rectorial center
surface or broom or burlap -drag for a rough finish.
Curing
As per ACI recommendations for portland cement concrete, curing is required. Moist cure with wet burlap
eta kL
and polyethylene, a fine mist of water or a water based" compatible curing compound. Curing compounds
601 Delmar Avenue
adversely affect the adhesion of following layers of mortar, leveling mortar or protective coatings. Moist
1
curing should commence immediately after finishing. Protect newly applied material from direct sunlight,
Pointe Claire
wind, rain and frost.
��
`Pretesting of curing compound is recommended.
Limitations
Application thickness: Min. Max. in one lift
' :1 6
Neat 1/8 inch (3 mm) 1 inch (25 mm)
Phone 514- 697 2610
Extended 1 inch (25 mm) 4 inches (100 mm)
»j
f"''�'7c`'d7
• Minimum ambient and surface temperatures 457 (7 °C) and rising at time of application.
Fax 514- 694 -279^
• Addition of coarse aggregates maynesultin variations ofthe physical properties of the mortar
rr� '
ow
t
• Do notuse solvent -based curing compound.
e Size, shape and depth of repair must be carefully considered and consistentwith practices recommended
by ACI. Foradditional information, contact Technical Service.
a Foradditional information on substrate preparation, referto ICP.I Guideline No.03 7 32 Coatings, and
Polymer Ovenays.
c If aggressivemeans of substrate preparation is employed, substrate strengthshould betested inaccor-
dancewith ACI 503 Appendix A priorto the repair application.
e As with all cement based materials, avoid contact with aluminum to prevent adverse chemical
reaction and possible product failure. Insulate potential areas of contact by coating aluminum bars,
rails post: etc with an appropriate epoxv such as Sikadur Hi -Mod 32,
Caution
Component 'A' - Irritant - May cause skinleveirespiratory irritation. Avoid breathing vapors Use with adequate
ventilation Avoid skin and eve contact. Safety doodles and rubber sieves are recommended
Component 'l - Irritant; suspect carcinogen - Contains portiand cement and sand tcrvstalime silica). Skir and eve
Irritant. Avoid contact Dust may cause respiratory tract irritation Avoid breathing dust JFe only with adequate
ventilation. May cause delayed lung injury (silicosis). IARC lists crystalline silica as naving sufficient evidence of
carcinogenicity in laboratory animals and limited evidence of carcinogenicity in humans. NTP also lists crystalline silica as
a suspect carcinogen. Use of safety goggles and chemical resistant cloves is recommended, If PELs are exceeded, an
appropriate NIOSH approved respirator is required Remove contaminated ctothino.
First Aid
In case of skin contact, wash thoroughly with soap and water For eye contact, flush immediately with plenty of water
for at least 15 minutes, and contact a physician. For respiratory problems, remove person to fresh air
Clean Up
In case of spillage, scoop or vacuum into appropriate container, and dispose of in accordance with current, applicable
local, state and federal regulations. Keep container tightly closed and in an upright position to prevent spillage and
leakage. Mixed components: Uncured material can be removed with water Cured material can only be removed
mechanically.
KEEP CONTAINER TIGHTLY CLOSED KEEP OUT OF REACH OF CHILDREN
NOT FOR INTERNAL CONSUMPTION FOR INDUSTRIAL USE ONLY
CONSULT MATERIAL SAFETY DATA SHEET FOR MORE INFORMATION
Sika warrants this product for one year from date of installation to be tree from manufacturing defects and to meet the
technical properties on the current technical data sheet if used as directed within shelf life. User determmes suitability or
product for intended use and assumes all risks. Buyer's sole remedy shall be limited to the purchase price or replacement
of product exclusive of labor or cost of tabor.
NO OTHER WARRANTIES EXPRESS OR IMPLIED SHALL APPLY INCLUDINGANY WARRANTY OF MERCHANTABILITY
OR FITNESS FOR A PARTICULAR PURPOSE SIKA SHALL NOT EE LIABLE UNDER ANY LEGAL THEOF. Y FOR
SPECIAL OR CONSEQUENTIAL DAMAGES
Visit our website at www.sikausa.com
1- SOU- 933-SIKA
NATIONWIDE
Regional information and Sales
Centers. Fort he location of
vour nearest Sika sales office, contact your rectorial center
Sika Corporation
Sika Canada Inc.
Silva Mexicana S.A. de C.V.
eta kL
201 Polito Avenue
601 Delmar Avenue
Carreterd Libre Celava Km. 5.5
1
Lyndnurst N 107071
Pointe Claire
"ormoidor Queretaro
��
Phone 8UD9 :,-7452
Quebec H9R4A9
C.F 76020 AP.13F
' :1 6
Fax. -0 9.62 ^_5
Phone 514- 697 2610
Phone 5' 42250122
»j
f"''�'7c`'d7
Fax 514- 694 -279^
Fax 5242250 &37
rr� '
ow
t
CfaNORETE
Part I — General
9571SION 3 - CON
Section Concrete Toppings
113720 Concrete Resurfacing
(13730 Concrete Rehabilitation
Spec Component: SC41254 300
SiLUT or, 122 Plus
1.01 Summary
A. This spc�z-.ficaiion describes the patching or overlay of interior and /or exterior horizontal surfaces with: a poh ni n
modified, porlland cement mortar /concrete.
1.112 Quality Assurance:
A. 1�4anufacturing 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 wifli all safeny 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.
1.003 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 Beat until ready for use.
C. Condition the specified product as recommended by the manufacturer.
1_04 Sob Conditions
A. Environmental Conditions: Do not apply material if it is raining or snowing or if such conditions appear to be
imminent. iviiriimum application tc riperature 45 °F (7 °C ) and rising.
B. Protection: Precautions should be taken to avoid damage to any surface near the wort: zone due to mi - -ing and
handling of the specified material.
1.P5 Submittals
A. Submit two copies of manufacturer "s literature, to include: Product Data Sheets, and appmpriaie Malenal Safely Daly
Sheets (MSDS).
1.06 Warranty
A. Provide a written warranty; from the manufacturer against defects of materials for a period of five (5j years, beginning;
vAth date of substantial completion of the project.
Park 2 - Product
Z.01 Manufacturer
A railLaTp) =2 Pins, as manufaGTLred bl/ Si .a COI- P07Eitfon. _. conaider °.d tc confcrn. ti; the.` requfren cn! Of tilt.'
specification.
�.{� ]"iateiiu6s
A. Pobrine = modiiiedPortland cement mortar.
1. Component A shall be a liquid polymer emulsion of an acn,lic copolymerbase and additives.
a. pH: 4a -65
b. Film Fonning Temperature: 737 m —
c. Tear Strength: 954 -psi min.
d. Elonaation at Break: 500 °.'u min.
e. Particic 5izc lessthm, 0-1 micron
2. Component A shall contain an organic, penetrating corrosion inhibitor which. has been independently proven
to reduce corrosion in concrete via ASTIR G3 (half -cell potential tests). The corrosion inhibitor shall not he
calcium nitrite, and shall have a minimum of 5 years of independent field testing to document
pen`.ormance on actual construction projects.
3. Component. B .shall be LA blend -of selected portland cements, specially traded a•gcregatts, azdm_:aurec for
controlling, setting time, wafter reducers for workability-a d an organic accelerator.
4. The materials shall be non- combustible. both before and after cure.
5. The materials shall be supplied in a. factor)—proportioned unit.
6. The poIymer-modi.ti °d, portl and cement mortar must be pIaceable from W!8 ni t.o 1-in, in depth per lift for'
horizontal applications.
B. To prepare a polymer-modified portland cement concrete: agg%reg to shall conform to AST1\6 C-33. The factor -
proportioned unit shall be ex tended with 42 -1b. mare of a 3/S in ( No.9 distribution per ASTIvi C -33, Table III clean,
well- graded, saturated surface dry aggregate, having lovv absorption and high dcnsity. Aogreaate must be approved
for use by the Engineer.
2.63 Performance Criteria
A. Typical Properties of the mixed polymer modified.. pordand cement mortar:
L Worlcirl, Time: Approximate)), 30 minutes
2. Finishing Time 50 -120 uainutes
3. Color. concrete gray
P. Typical Properties of the cured polymer- modified; portiand cement mortar:
L Comer essive Strength (ASTIVI C -109 Modified)
a. I da)7: 3000 psi min.(20.7 MPa)
b. 7 day: 5500 psi min. (37.9 I ,a)
c. 2t day': 7)00psiTain. (4113 NIPa)
2. Flexural Strength (ASTIA C -293) 0 28 days: 2000 psi (I3.8 IVII'a)
Spiltrng T ensile Sfrengtrc (AS T l✓f C -496' ICU. 23 days 50 p3, (5 Iva-
-
4. Bond Strcnuth (ASTIv1 C4,22 Modified) rat 2r, days: 2200 psi (I IvLva)
5. The portlarid i:emml mortar shall not produce a vapor bamer
6. Dcnsity(wet mi)i): L36 lbs. / cu. ft. (21 .8 kg/l)
7. Permeability- T -277 0 2fi days Approximately 500 Coulombs)
Note.: Test; above were performed with the material and curing conditions ua 71"F— 75 "F and reiative hutnidiry.
Part 3 - E --e:eai€or.
3.01 Surface preparation
A. Areas to lit! repaired must. be dean. sound. and free of contaminants. All loose and deteriorated concrete shall be
Tumoved by mechanical means, 11techamcally prepare the concrete substrate to obtain a surface pro file, of +/- 1 116"
(CSP 5 or greater.as per ICP.I Guidelines) with a nev` exposed agg egate surface. Area to be patched shall not be lez s
than 1/8" in depth.
B. Where reinforcing steel with active corrosion is encountered; sand'bla'st the steel to a white metal finish to remove all
contaminants and rust. Where corrosion has occurred due to the presence of' clllorides, the steel shafl be high
pressure washed after mechanical cleaning. Prime steel with 2 coats of Silva Aumatec 110 EpoCem as directed by
manufacturer. (See Spec Component SC- 201-0699)
IG-1 Nuring and Application
A. lJ.echanicaliy min: in appropriate sized mortar mi);.er or with a Shea jiffy paddle and low speed (400 -600 rpm) drill. Four
approximately 415 gal Component A into the mi.7dng container. Add Component B while continuing to min; I&,' 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 mining the components together. Mil: only that amount of material that can
be placed in 30 minutes. Do not retemper material.
B. I&-dng of 4h- pol }7rre modff ied portland c anent =11! Four all rij of Component A irtic ilie
eontamer. 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 Frocedure: 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. Vdhile 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 Silva 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 I -inch shall be
repaired with polymer - modified nortiand cement mortar. in areas where the depth of the repair is greater than : inch
the repair shall be made with polymer modified portland cement concrete.
D. As per ACI recommendations for portland cemertt concrete, curing is required. Moist cure with wet "buflap and
polyethylene, a fine mist of water or a water - based* compatible curing compound. Moist curing should commence
immediate).), after finishing and continue for 48 hours. Protect newly applied material from .rain, sun, and wind until
compressive strength is 70 °/0 of the 2S-day compressive strength. To prevent from freezing cover with insulating
matzrial. Sctl:ing time is d:pcndLnt on t-rapzr attire 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 tecbtrical data sheet and literature.
3.05 Cieanino
A. The uncured polymer - modified portland cement mortar can be cleaned from tools with ware:. The cured polymer -
modified por -land cement mo; ar can only be removed mechanically.
B. Leave finished wort; and work area in a neat, clean condition without evidence of spillover: onto adjacent areas.
C- 0. 2 5 Sika Top- 2 2' Plus
Crack f"ller
M
1. Repair area should not be less t m 1/8" m d.-pth.
2. Apply scrub coal. to the prepared subs—,Tate.
3. Wiale scrub coat is still Bret place Sa @:a� op 122 Fins, filitiag the erriire =W7 .
4. Strike of and io el as required.
C;on=ete Restoration Systems by SHm C:orpoh ation, 201 PoRte venm.: Lxmdhurst, NJ, VC711
- i a o ' "2 Plus
Hand-applied Repair
f-
I. Repair area, should not be less ihan 1/8" mi dept%-
? Subst;ai-- should be saturated sm-face dr5� (S SD) with no standing water.
3. Apple scrub coa`i: to sub.^trate. filling all pores and voids,
4. VUle scrub coat is SUIT wet: apply SikaTop f22 Piro.
l V ate: if repair arm is to c, large to fill Rihile scrub coat is soil wet, use Sll;a ham mac I 10 Eno Cem in
lieL of the scrub coat. (Seel Spec Compon-ont SC -200)
For applications greater IYm i" ir. depth., add a ' / &" coarse aggregate.
Concmte Restomtfon Systems by Sitra Cor-paraition, 201 Fofitck, venue, Lvndhursw, NJ 67(171
Overlay
f-
1. Repair area should not be less than 1/9" in depth.
2. Substrate should be saturated stuface dry (SSD) with no standing water.
3. Apply scrub coat to subszate, filling all pores and voids.
4. While scrub ;,oat is still wet apply Sikes -Top 122 Plus.
Note: If repair area is too large to fill while scrub coat is still wee use Silva y►n=ec 11() Epo(Cexn in lieu
of the scrub coat. (See Spec Component. SC -700)
For apphcaaions greater than I "in depth add a 3/C coarse aggregate.
Concrete Restoration Systems by Sika Corporation. 2U,1 Poke ALvenu- Lyndhurst, NT.t CIC'/, I
Product Data Sheet
Edition 3.2003
Identification no. 132
Sika Armatec 110 EpoCem
Bonding Agent and
Reinforcement Protection
Sika.Armatec 110 EpoCem is a 3 component, solvent_ ee, moistures ±o!erant, epow- modified, ementitioue
products pecificaIly form ufated as a bonding agent and an anti- corrosion coating.
isn,_ w
Where to Use a As an anti- corrosion coating for reinforcing steel in concrete restoration.
c As added protection to reinforcing steel in areas of thin concrete cover.
i "'_'
;A a Asa bonding agent for repairs to concrete and steel.
a Asa bonding agentfor placing fresh, plastic concrete to existing hardened concrete.
Advantages a Excellent adhesion to concrete and steel.
• Acts as an effective barrieragainst penetration of water and chlorides.
• Long open time - up to 16 hours.
• Not vapor barrier.
• Can be used exterior on- grade.
• Contains corrosion inhibitors.
• Excellent bonding bridge for cement or epoxy based repair mortars.
• High strength, unaffected by moisturewhen cured.
c Spray, brush or roller application.
it Non- flammable,solventfree.
Coverage Bonding agent: minimum (theoretical) on smooth, even substrate 80 sq. ft.igal. (=20 miis thickness).
Coveragewill vary depending on substrate profile and porosity.
Reinforcement Prate ction:40 sq. ft. /gal. ( =20 milsthickness) (2 coat appli cation).
3.5 gal. unit. (47.6 fl. oz. Comp. A + 122.1 fl. oz. Comp. B + 46.82 lb. Comp. C) Comp. A + B in carton,
Comp. C in multi -wall bag.
1.65 gal. unit. (22.7 fl. oz. A + 57.6 fl. oz. B +4 bags n 5.5 lb.) Factory - proportioned units in a pail.
Typical Data (Nateriaiand.curing conditions @ 73 °Fand 50 %R.H.)
Shelf Life 1 year in original, unopened packaging.
Storage Store dry at40' ° -95 °F (4 °- 35 °C). Condition material to 65 °- 75 °F(18 °- 24 °C)before
using, if components A, and Bare frozen, discard. Protect Component Cfrom humidity.
Color Concrete gray
!Density (Mixed) 125lb. /cu. ft. (2.0 kg.)
PotLife Approximately 90 minutes
Compressive'Stren.gth (ASTM C -109) 3 days 4500 psi (31.0 MPa)
7 days 6500 psi (443 MPa)
28 days 8500 psi (58.6 MPa)
Flexural Strength (ASTMC348) 28 days 1250psi (8.6 MPa)
Splitting Tensile Strength(ASTM.0 -496) 28days 600 psi (4.1 MPa)
important Data for Siha Armatec I10 asa Corrosion Protective Coating
Water Water Permeability at 10 bar (145 psi) 8.92 x 10'" ft. /sec.
Control 7.32 x'1010 ft.isec.
Water vapor diffusion coefficientp H2O 110
Carbon Dioxide Carbon dioxide diffusion coefficient p CO 14000
TESTDATA: Time-to-Corrosion Study
- Sika Armatec 110 morethan tripled the time to corrosion
-Reduced corrosion rate by over40 °6
Important Data for Sika Armatec 110 as a Bonding Agent
Bond Strength (ASTM0882) 14 days moist cure, plastic concrete to hardened concrete:
Wet on Wet 2800 psi 09.3 MPa)
24 hr. Open Time 2600 psi (17.9 MPa)
Bond of Steel Reinforcementto Concrete (Pullout Test):
Silva Armatec 110 Coated 625 psi (4.3 MPa)
Epax<Coated 508 psi ( 3.5 MPa)
Plain Reinforcement 573 psi (3.95 MPa)
How to Use
Surface Preparation Cement itious substrates: Should be cleaned and prepared to achieve aiaitance and contaminant -
free surface prepared In accordance with the requirements specified by the overlay or repair material
by blast cleaning or equivalent mechanical means. Substrate must be saturated surface dry (SSD)
with no standing Water.
Steel: Should be cleaned and prepared thoroughly by blast cleaning.
Mixing Shake contents of both Component 'A,' and Component 'E'. Empty entire contents of both Component 'A'
and Component 'B' into a clean, dry mixing pail. Mix thoroughly for 30 seconds with a Sika paddle on a
low speed (400 -600 rpm) drill. Slowly add the entire contents of Component 'C' while continuing to mix
for 3 minutes until blend is uniform and free of lumps. Mix only that quantity that can be applied within
its pot life.
Application As a bonding agent - Apply by stiff - bristle brush or broom. Spray apply with Goldbiatt Pattern Pistol
or equal equipment. For best results, work the bonding slurry well into the substrate tc ensure complete
coverage of all surface irregularities. Apply the freshly mired patching mortar or concrete wet on wet,
or up to the maximum recommended open time, onto the bonding slung.
Maximum recommended open time between application of Armatec 110 and patching mortar or
concrete:
,90'-97-- ;26° 25 °C. 6 hours
65 ° -79 -F (18 ° -26 °C) 12 hours
50 ° -64 -F (10 ° -17 °C) 16 hours
40 °-497 (4 ° -9 °C) wet -on -wet
For corrosion protection only - Apply by stiff- bristle brush or spray at 80 sq. ft. /gal. (20 mils). Take
special care to properly coat the underside of the totally exposed steel. Allow coating to dry 2 -3 hours
Cc 73°F, then apply a second coat at the same coverage. Allow to dry again before the repair mortar or
concrete is applied. Pour or place repair within 7 days.
Limitations e Substrate and ambient temperature: Minimum 40°F
s Maximum 957 (35 °C)
■ Minimum thickness: As a bonding agent 20 mils.
■ For reinforcement protection 40 mils
■ (2 coats, 20 mils each).
s Not recommended for use with expansive grouts.
s Use of semi -dry mortars onto Sika Armatec 110 EpoCem must be applied "weton wet ".
e When used in overhead applications with hand placed patching mortars, use "wet on wet "formaximum
mortar build thickness.
■ Substrate profile as specified bythe overlay orrepair material is still required.
e As with all cement based materials, avoid contactwith aluminum to preventadverse chemical reaction and
possible product failure. Insulate potential areas of contact by coating aluminum bars, rails, posts etc, with
an appropriate epoxy such as Sikadur Hi -Mod 32.
Caution Part A & E: IRRITANT; SENSITIZER - Can cause skin sensitization after prolonged orrepeated contact.
Skin and eye irritant. High concentrations of vapor may cause respiratory irritation. Avoid skin contact. Use
only with adequate ventilation. Use of safety goggles and chemical resistant gloves is recommended.
Part C: IRRITANT; SUSPECT CARCINOGEN - Contains crystalline silica. quartz (sand); cement. Skin and
eye irritant. Dust may cause respiratory tract irritation. Avoid breathing dust. Use only with adequate
ventilation. May cause delayed lung injury (silicosis). IARC list crystalline silica as having sufficient evidence
ofcarcinogeni city to laboratory animals and limited evidence of carcinogenicity in humans. NTP also lists
crvstaliine silica as a suspect carcinogen. Use of safety gloves is recommended. In case of high dust
concentrations or exceedance of PELs, use an appropriate NIOSH approved respirator.
First Aid In case of eye contact, wash immediately with soap and water for 15 minutes; immediately consult a
physician. In case of skin contact, wash with soap and water, consulta physician for irritation. For respiratory
problems, remove person to tresh air and institute artificial respiration if necessary; consult physician. In
case of ingestion, immediately consult physician. Wash clothing before reuse.
Ciean -Up In case of spills or leaks, wear suitable protective equipment, contain spill, collect with absorbent material,
and transferto a suitable container. Ventilate area. Avoid contact. Dispose of in accordance with current,
applicable local, state, and federal regulations.
KEEP CONTAINER TIGHTLY CLOSED KEEP OUT OF REACH OF CHILDREN
NOT FOP, INTERNAL CONSUMPTION FOR INDUSTRIAL USE ONLY
CONSULT MATERIAL SAFETY DATA SHEET FOR MORE INFORMATION
Sika warrants this product for one year from date of installation to be free from manufacturing detects and to meet the
technical properties on the current technical data sheet if used as directed within shelf life. User determines suitability of
croduct far intended use and assumes all riSK.s. Buyers sole remedy shall be limited to the purchase price or replacement
of product exclusive of labor or cost of labor.
NO OTHER WARRANTIES EXPRESS OR IMPLIED SHALL APPLY INCLUDING ANY WARRANTY OF MERCHANTABILITY
OR FITNESS FOR A PARTICULAR PURPOSE. SIKA, SHALL NOT BE LIABLE UNDER. ANY LEGAL THEORY FOR
SPECIAL OR CONSEQUENTIAL DAMAGES
Visit our website at www.siltausa.com 1800- 92'-SIKA NATIONWIDE
Reatonal Information and Sales Centers. For the location of vour nearest Sika sales office, contact your regional center
Silva Corporation Sika Canada V. Sika Mexicana S.A. be C.V. �, 1.1 A L i ' y-
201 Polito Avenue 601 DelmarAvenue Carretera Libre Celava Km. 8.5 f, h
Lvndrimst NJ 07071 Pointe Claire Correctdora Queretaro
Phone. 800 9 ', -7460 Quebec H9R 4P.9 C.F. 76920 A.F. 136 � � S P.FY
Fa> :.201 921;,6225 Fnone.514 -697 -2610 Phone. 5.42:.50122
Fax 514- 694 -2792 Fax 5,'42250537
Si,, nn,i Arnlni(!C :lrt� Ieglsl ✓fP.tl
it :uiF�rrlarl :', IVlaor iri USF. rrime!i iii ll:.i
Spec Component: SC -201 -0907
Siica Armatec I10 EpoCem
CONCRETE
RESTCE��.71ON
SYSTEMS DIVISION 9 - FINISHES
Section 09800 - SPECIAL COATINGS
Section 09870 - Coating Systems for Steel
Part 1 - General
I.01 Summary
A. This specification describes the use of a "I- component.. epoxy- modified; cementitious, anti- corrosion coating,
for reinforcing steel in concrete restoration.
1.02 duality 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 gaulified in the field of concrete repair and protection with a
successful tract: record of 5 years or more. Contractor shall maintain gaulified personnel who have receiviced
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.
I.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 407 (5 °C) and rising.
B. Protection: Precautions should be taken to avoid damage to any surface near the worl: zone due to mixing and
handling of the specified coating.
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 matenals for a period of one (1) years,
beginning with date of substantial completion of the project.
Part 2 - Products
2.01 klanufacturers
A. Sika Armatec 110 EpoCem; as manufactured by Silva Corporation, is considered to conform to the
requirements of this specification.
2.02 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 glyo dyl ether.
_.
Component "b shall be primarily d water solution Of a pol.v "an "tine.
3. Component "C" shall be a blend of selected portland cements and sands.
4. The material shall not contain asbestos.
2.03 Performance Criteria
A. Properties of the mixed epoxy resin /portland cement adhesive.
1. Pot Life: 90 minutes 0 73° F
2. Contact Time: 95 °F (35 °C) 6 hours
80 -95F (26 -35C) 6 Hours
65 -79F (18 -26C) 12 Hours
50 -64F (10 -17C) 16 Hours
40 -49F (4 -9C) wet on wet
3. Color: dark grray
B. Properties of the cured epoxy resin /portland cement adhesive.
1. Compressive Strength (ASTM C -109)
a 3 day: 4500 psi
(31.0 MPa)
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: 2500 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 (43 MPa)
b. Epoxy coated 508 psi (3.5 MPa)
c. Plain Reinforcement 573 psi (3.95 Nina)
6. The epoxy resin /portland cerilerni 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 ?3 °F and 45 -5514' relative humidity.
Part 3 - Execution
3.01 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. Mir; 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 min; 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 :....,el sui -L-ct v.'',t17 ... stfr bri:,.,.. 1--cl: or "1?',�,r�rer -n�c z rav amiin —rn at Wi mils
rr �i
minimum thickness. Properly coat the underside of the totally exposed steel. Allow to dry (approx. 2
- 3 hours) then apply a second coat at 20 mils minimum thickness. 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.
3.02 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.
Epoa
Anti-corrosion
1. Apply Sika Armatec 110 EpoCem with sriff bristle brush or
spray 20 mils thick, covering all exposed steel. Cure to tack -
free 2 -3 hours.
2. Apply a second coat at 20 mils. Allow to dry a,>ain before
applying repair mortar or concrete.
11.
2.
Concrete Restoration Systems by Sih2 Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071
G
Concrete Restoration Systems by Sih2 Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071
ry
Ljj
l Lac'
�o
9z�
L-)
Z
AW
0
6� J uj
LU
LU
0
Z L
Z
i
E- z
Lu
Z UJ
ti
I;?. z
m
o
LEI
Of
Lu
En I
L)
>
Lij
cr,
m
O
LLJ
_j
t
<
z
7215
m
ry
-j
0
7-
LLI
0
Cm /)
z
LLJ
0
(D
Lli
ry
LLJ
z
0
7;
LEI
Of
Lu
En I
L)
>
Lij
cr,
/
G
7
;f
ii
W
H
O
Z66�
W
O
z
O
U
O
U
m
Q
O
Z
Q
F
z
cn
W
z
J
O
LL
W
O
h
W
S
H
LL
J
W
2
Z
Q
J
W
Z
Z
Q
S
U
W
O
S
W
W
U)
LL
W
rJ (:-)
'0
LLJ
ry
`
e"'
0
z
2
ry
ep�ef
coc i
6
ry
0
ry
m
D
0
/U
o
P.'
Z W
O
z w
a
1
0
�
~
m
C)
p
Z
c i
m
U
V
'0
LLJ
ry
`
e"'
0
z
2
ry
ep�ef
coc i
6
ry
0
ry
m
D
0
/U
C <
a
LLJ
1
w
Ji
17-re
6�� t
LLJ <
O
Z
CD
CO
D
LL)
O
LJL
LU
(If
0
Cl)
LLI
R,
C
I
LL
LLJ
cr)
U)
LLJ
D
In C
0
I
E- o
Z
Lu
zs C/)
Flo'
n
Lli
TO
z
LLJ
C
Li
f)
r�
ry
Lli
z C)
z
z
cr,
C
<
C
Lu
All c-,
o
m
P
Z
m
m
u
'n
Flo'
n
Lli
TO
z
LLJ
C
Li
f)
r�
ry
Lli
z C)
z
z
cr,
C
<
C
Lu
All c-,
LU
LNNi
tL
Q
N
LL)
O
z
W
0
z
Z
O
H
U
CO
Z
O
U
D
x
W
L�
Ho
O
W
aZ
s w
O
Z
w
z
_!
�
m
O
Cl)
i
10
Q =�
D
L i �--
ry O
LJ Q
J 11
O
Z
0
r
Li
UJ C.;
CO Z
CO
W
rn 2
O
s w
ED LLJ
O
_!
�
m
\
"F
Y
m
O
�
Y
WW
J
Z
iL-O--m
I
U
U
i
10
Q =�
D
L i �--
ry O
LJ Q
J 11
O
Z
0
r
Li
UJ C.;
CO Z
CO
W
rn 2
s w
ED LLJ
�
m
0 <
C9
LU <
0
Z
LLJ
L
O
L)
z
O
LLJ
0)
Li
C i
-D
(D E)
x co
0
z
O z
C CO
C
Z
ry
L.L.)
LLJ
r)",
J
O
z
LLI
CO
LJ
z
ry
CD
tz
uj
ED I
IL
vi
a./ 1
v
Z"r
ro
t ` o�
,s9
r
0
W
a;
O o
U
Z
d d
F'
0.' Z W
O z w
O
0
V"
W
W
Q
IL
V)
\
m
o
m
n
o
w
�
a
r
=
U
z
L O
Q90
CY)
(A
c
ti 1 �.'
z
�
N
W
O
W
U
�
r
ci
�\
LL
O
Q
W
>
t-9
G'g L
w
W
a
O
"
z
t
LL
U
W
Q
w
4
�
Z
�
W
J
O
O
�
Clay
Z
�
W
_
U
Q
Q
W
'S
Z
Q
a
Z
<"�
Q
cn
J
CO
.. ' iz "'.. ......
w
O
Z
�
?
=
-1
w
E
Q
w
O
z
C
n
nU
z
°
W
U)
N
Ci-
O
0
Q
>O
z
U)
_..
©
I /
YAf
Z
Q
Q
C
o
�
O
0.' Z W
O z w
O
0
\
m
o
m
o
w
�
a
r
=
U
z
L O
m
U
(A
i
n�n
CL co
0
O C�
z
Q O
77> J
� a
L)
LtI /tI''
V J
u, s
LLJ
Cf)
\d �B a>
J a
�.......__.._...__� z E-+ c
o z Z w
o
z W
z z
w Cn
m o
G
Q O
N
LLJQ � \
Z
H
� Cn OW
= Z ~ Y Z
U (n
= U
`00 C� D
w
U Z
/Ylij_\ tifil_\ Z Q
<O�9 lz�O, o Y
Q �
UJ
Q a
w
m O
LL
LLI = O
a
of a C J
F— I CD Z
z
Lu <�
� N
i z
w s a t�/
Q �(� VJ J p w �
Cl) w
VO w J Q
�� O Q w ll� O
Qn w U
w
C7' a Z
o � a
W !J
w O
H
�c9 Q w w
`) z 2 O
= a W z
W Y W W
cn
a < z L r
Q W
H W — w
z w Q z ����� ��� CQ
Z Q 4' S5(( 1= O
O U Q �Qfe ` i- w
d W �1 \WI ^ 1 �) O O
Q Q O O Q \��I •< /F/ m co
W Y W �� ��� a>
iq to C �� w
OF
Z
i
E-
b
c;
z
LIJ
i; cD uj
Flo
LL)
Cl)
/Yl
L
<
C
C)
C)
(9Z
V)
[n
to
0
m
LU
U
z
L)
(U/1
.Off
LIJ
z
<
O
C
U)
L)
()
<
0
Z
LLJ
Z
o
-J
LLJ
m
LL
<
0
<
()
<
ry
3:5
LL
LU
n
cn
L'
(9
Y
0
ry co
z
Lij <
luo il
ry
0 <
7-
CN
ry
)
Z
L)
LY <
LLJ
z
r
CL
LLJ Co
ry
w0-
111 !
LLJ
U)
3;
LL
(n
= J
<
LLJ
IL
[if
LLJ
LLJ
LLJ
LJJ
>
CIO
C/)
0
1-7
W
0
LLJ
2
z
<
LL
LU
L)
uj
2i
LLj
0
-i
LLJ
TTL'i
<
U)
Lu
F—
z
<
L)
LL,
0
z
LIJ
56L
--i
L'IJ
,
:%
2!
9
—
>
C)
L)
Z
<
=L)
0<�
'L'Lf'
3�
LOD
Z<
LLJ
<
(l)
L'LJ
Lu
2
9�'!
—j
C)
Z:
Z
C
Z
<
UJ
L)
<
<
O�
LL
ui
U)
a-
UJ
Lu
-J
z
OZ
ui
0-
W
U,
<
, 6�e LL-1
L)
0-
O
uj
>
cn
1O,
<
--
C
Z
:) ED Ul
L)
>
U)
Z
Lu
L
U)
I
rl�
<
I
I
V)
"D
(D
4-D
�57
z
61
ryn
Z17 LL
(too
-/Z
zq
2c;
7C,
ZZLU
O
----------
ol
ZZ
O
Z, C)
LL
01-
Ln
LU
O
Z
0
c
L L
L
Ll
Lu
19
C <
a.
Lu
t.
IM
nn
69
ryn
Z17 LL
(too
-/Z
zq
2c;
7C,
ZZLU
O
----------
ol
ZZ
O
Z, C)
LL
01-
Ln
LU
O
Z
0
c
L L
L
Ll
Lu
C <
a.
Lu
t.
IM
nn
D L) LL
>
Lij
ryn
Z17 LL
(too
-/Z
zq
2c;
7C,
ZZLU
O
----------
ol
ZZ
O
Z, C)
LL
01-
Ln
LU
O
Z
0
c
L L
L
Ll
E--1
Z
w ui
5-: 0 Z
L) (A
ry
CL
LIJ
ry
0 <
7
77
<
:2 <
ry n
3:
LIJ
C/)
Lu
C <
a.
Lu
t.
IM
D L) LL
>
Lij
O
O
E--1
Z
w ui
5-: 0 Z
L) (A
ry
CL
LIJ
ry
0 <
7
77
<
:2 <
ry n
3:
LIJ
C/)
Lu
C <
a.
Lu
t.
IM
D L) LL
>
Lij
cz,
41�
v IN --Ju v
D
z
O
O
LL
C) C)
LL
Z
O
LL
M
Y
O
L L
it,
>
n <
UJ Z
ry- M
n
<
0 U
77
Lli
cf) <
D
r')
%
cr,
C <
;4
LN
E-
6
CO
z
z
C)
0
W
Iii
W
O
O
it,
>
n <
UJ Z
ry- M
n
<
0 U
77
Lli
cf) <
D
r')
%
cr,
C <
;4
LLJ
CO
Z) Li
LL >
Li
Cr
2K
Ic
L �
OI-ft
P C,
lc�zl
6� f Z
LU <
z
L
C
L
U)
LU
0
O
L
L
C
F
c
LI
L
L
L
LU
C)
UJ
C)
L)
Z
LL,
LLJ
J
Z
LLJ
>
CL
LIJ
LJJ 0
C)
7 LU
77 >
m
LLI 0
3: (D
LIJ z
CO 0
1
iti Lij
0)
y
C
LU
a) UJ
L)
>
LLJ
w
IAV
z
O
fD
LL)
z
Z
LIJ
7-
m
O
V)
L)
z
M
L)
, En
LLJ
>
CL
LIJ
LJJ 0
C)
7 LU
77 >
m
LLI 0
3: (D
LIJ z
CO 0
1
iti Lij
0)
y
C
LU
a) UJ
L)
>
LLJ
w
t�
rn
6t- ( oz 8L
� s
IN
( sc4
c�
I
L�
l�
OD ltd I
LO
V
O
O
%y
(P
`s -z
• � I cV
s N�
I
:�-�,mj000m
i
nra
L5
L
I
�}
CV ` �C.l'
Nd i 9 O�
Nord `s
i I
O I
oz W
z�
0
z
O
N77
i
o
LL
m
�°
0
-z
Z
a
F-
m
to
0
v
w �
m
U
im =
T
H
U
W
U
~
cn
Z
a
Z
O
U
O
Y
a
?
U
w
z
J
m
O
o
a
w
m
J
z
=
U)
O
F
U
O
W
U
n
w
LL
�-
0
I
a
r/i
ry/
z
II''II
LL �
J
I
o
LL
z
�
o
z
°
oN
w
�
Lu
W
LL
J
O
m
J
w
�
W
w
W
Cl)
°
O
�
U
=
d
z
Z
O
a
2
J
w
O
a
a
=
w
U
O
H
Q
O
Z
Q��o
=
U
a
a
w
z
a
w
Y
�
W
O
p
W
Q
LLI
a
a
J
W
O
J
—i
O
1.
\
W
u»
Z
W
_
e
y
O
W
a
o•
W
F
U
Cn
W
O
W
>
Iw �
E5
U p
_�
m w
a j
Cn
Z
�
OU
�
n
O I
oz W
z�
0
0t" --7
7C-
oy"
6� —
LLI
0
Z
E--, c5
C4 z
c) a LLJ
9 W
7
o
C) .01
m
Z
m
U
(n
CD
CD
C,Q
r.—
ZO)
L)
LU
CL
Li
0-
LLJ
Y)
U)
LLJ
LL
LU
LU
fl�
0
LLJ
>
0
C)
cn
W
Ul
z
0
<
Lr,
Z
L)
LU
-Z
LU
U,
<
(D
Z<
<
w
z
<
<
W
—j
U)
0
0
LU
<
=
Z
L)
Q
W
.,_,_-
._....-
Z
<
<
i1
(
LU
2:
LU
IL
<
If)
L-
LU
L)
Q
0
>
cn
�
a-
Z
<
3
E--, c5
C4 z
c) a LLJ
9 W
7
o
C) .01
m
Z
m
U
(n
r)
Lli
rroo m
LL, >
I <
0 z
7
z
<
M
CO
I
Z
Vi L
<
U)
M LLJ
LLI
ct,
x
wa
m
LU
_
w
W
m
9
L
Cl
-
v
W
J
z
1 W
� U
Z co
Oo
U o
LLI z
W Q
0
z
vi
w
O [
L
z `
0 1
U
� C
- C
U% C
z
C) 1-
C o
J C
c
� C
J
Jr
w
w
>
�C1�vl 0
J �a
W _Z
_
w
m
9
L
Cl
LLJ
m
z
Lij
..
uj
Cn
z
�
m
m
uvi
m
U
�
� _
V
1 Z
J
-
v
W
J
z
1 W
� U
Z co
Oo
U o
LLI z
W Q
0
z
vi
w
O [
L
z `
0 1
U
� C
- C
U% C
z
C) 1-
C o
J C
c
� C
J
Jr
x
E- f-
�4 W
z _
O
\ � Y
CD
r
LLJ
a
7
z
t
w��
r e
3:
eLI
c
vJ
r
w
w
>
�C1�vl 0
J �a
LL ,
m `w
C)
w
m
9
L
Cl
m
..
z
�
m
U
uvi
x
E- f-
�4 W
z _
O
\ � Y
CD
r
LLJ
a
7
z
t
w��
r e
3:
eLI
c
vJ
r
w
w
>
�C1�vl 0
J �a
LL ,
m `w
C)
w
m
9
L
Cl
EXHIBIT "B"
SPECIAL CONDITIONS
NOT APPLICABLE.
RVPUB \SDEITSCH \740726.3 19
I
.1 — iV 1. . 1J 1 "11V1J J!]19VV14 L4UIlvT.Ln114U
EXHIBIT "C"
PAYMENT BOND #-1973751
KNOW ALL MEN BY THESE PRESENTS That
1 -636 rovub/ owil r -bib
WHEREAS, the City of Arcadia (hereinafter designated as the "City "), by action taken or
a resolution passed , 20 has awarded to SANCON ENGINEERING,
INC. hereinafter designated as the "Principal," a contract for the work described as
follows: Sewer Manhole Repair at Various Locations (the "Project "); and
WHEREAS, said Principal is required to fumish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any
materials, provisions, provender, equipment, or other supplies used in, upon, for or
about the performance of the worts contracted to be done, or for any work or labor done
thereon of any kind, or for amounts due under the Unemployment Insurance Code or for
any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of said Principal and its
Subcontractors with respect to such work or labor the Surety,on this bond will pay for the
same to the extent hereinafter set forth. MASSACHUSETTS BAY INSURANCE COMPANY
NOW THEREFORE, we, the Principal and as Surety,
are held and firmly bound unto the City in the penal sum of TWENTY -EIGHT
THOUSAND FOUR HUNDRED DOLLARS AND NO CENTS ($28,400.00) lawful money
of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay
any of the persons named in Section 3181 of the Civil Code, fail to pay for any materials,
provisions or other supplies, used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor thereon of any kind, or amounts due
under the Unemployment Insurance Code with respect to work or labor performed under
the contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department or Franchise Tax Board from the wages of
employees of the contractor and his subcontractors pursuant to Section 18663 of the
Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties
will pay for the same, in an amount not exceeding the sum herein above specified, and
also, in case suit is brought upon this bond, all litigation expenses incurred by the City in
such suit, including reasonable attorneys' fees, court costs, expert witness fees and
investigation expenses.
This bond shall inure to the benefit of any of the persons named in Section $181 of the
Civil Code so as to give a right of action to such persons or their assigns in any suit
brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for
performance, addition, alteration or modification in, to, or of any contract, plans,
specifications; or agreement pertaining or relating to any scheme or work of
improvement herein above described, or pertaining or relating to the furnishing of labor,
materials, or equipment therefore, nor by any change or modification of. any terms of
RVPUBWDEITSM740720.3
20
09- 21 -'10 15:13 FROM- SANCON ENGINEERING
T -858 P0007/0011 F -695
payment or extension of the time for any payment pertaining or relating to any scheme
or work of improvement herein above described, nor by any rescission or attempted
rescission or attempted rescission of the contract, agreement or bond, nor by any
conditions precedent or subsequent in the bond attempting to limit the right of recovery
of claimants otherwise entitled to recover under any such contract or agreement or
under the bond, nor by any fraud practiced by any person other than the claimant
seeking to recover on the bond and that this bond be construed most strongly against
the Surety and in favor of all persons. for whose benefit such bond is given, and under no
circumstances shall Surety be released from ' liability to those for whose benefit such
bond has been given, by reason of any breach of contract between the owner or City
and original contractor or on the part of any obligee named in such bond, but the sole
conditions of recovery shall. be that claimant is a person described in Section 3110 or
3112 of the Civil Code, and has not been paid the full amount of his claim and that
Surety does hereby waive notice of any such- change, extension of time, addition,
alteration or modification herein mentioned.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which
shall for all purposes be deemed unoriginal thereof, have been duly executed by the
Principal and Surety above named, on the 21 st day of 20-10
20 the name and corporate seal of each corporate party being ereto affixed and
these presents duly signed b its undersigned representative pursuant to authority of its
governing body.
(Corporate Seal of Principal,
if corporation)
(Seal of Surety)
(Attached Attorney-In-Fact
Certificate and Required
Acknowledgements)
S,ANCON ENGINEERING, INC.
Principal (Property Name of
Contractor)
ray Sic.
(Signature of Contractor)
MUCH EMOVINSURA COMPANY
Surety
By
Attorney in F 114 el Lartgen
1. *Note: Appropriate Notarial Acknowledgments of Execution by Contractor and
surety and a power of Attorney MUST BE ATTACHED.
21
RVPU MDEITSM740726.3
CALIFORNIA • ACKNOWLEDGMENT
State of California
County of U( QA(A __ 1
On tc, before me,
ate I 1L
personally appeared�6� t76 I.S Lc�
P. SCANLON
Comnll331on # 1749369
Notary Publlc - California
Orange County
My Comm. EVW Jul 2, 2011
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /arasubscribed to the
within instrument and acknowledged to me that
he /s#eAhey executed the same in his /#eN##3eir authorized
capacity(ies), and that by his /berAheirsignature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITN and and official seal.
Place Notary eal Above Signature
ry gnature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
Mo
❑ Attorney in Fact •
❑ Trustee Top of thumb here
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
• Attorney in Fact
• Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing
RIGHTTHUMBPRINT
OF SIGNER
Top of thumb here
02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800- 876 -6827
f
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On �e 2t -Dip before me, Kendra Banks, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Michael R. Langan
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
____.._._.. be the person(#) whose me 8) is /ara subscribed the
KENDRA BANKS h name(4) ( to
s� COMt� z��750 within instrument and acknowledged to me that
NOTAitl FUEiiiG CALIFORNIA N he /Ifb y executed the same in his /hal"eir authorized
'g LOS ANGIIiLtS COUNTY 1.4 capacity("), and that by his /her /their signature(*) on the
I,,,,,,,,,,,,,;,,,, , , My Comm, Exp)roi Dat, f, 2011 j instrument the person( *), or the entity upon behalf of
which the person(m) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNES y and nd offici I seal.
Place Notary Seal Above Signature Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document n
Title or Type of Document: lv �C N 9
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Number of Pages:
Signer's Name: Michael R. Langan Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer —Title(s):
❑ Partner — ❑ Limited ❑ General
CAttorney in Fact
❑ Trustee
❑ Guardian or Conservator
Foxe] f;1l
Signer Is Representing:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing
RIGHTTHUMBPRINT
OF SIGNER
•• of thumb here
. t
02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1- 800 - 876 -6827
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
(� CITIZENS INSURANCE COMPANY OF AMFRIrA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint
MICHAEL R. LANGAN
Of Pasadena, CA and each is a true and lawful Attorney(s) -in -fact to sign, execute, seal, acknowledge and deliver for, and on its behalf,
and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated
any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
Any such obligations in the United States, not to exceed Ten Million and No /100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and
all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance
Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice
President and an Assistant Vice President, this 12th day of July , 2010.
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS LNSURANCE COMPANY OF AMERICA
� Y
Mary Jear:ne G(d , on Vice Pres.de it
Robert K Grennan, Assistan Vice President
On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers
described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their
signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
man Pow
c4.a.nw s rvotary Public
Irrc�rwew.wws
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted
October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 -
Citizens Insurance Company of America) ST
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 21 day ok—<5eP 7 • 2010
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF MERICA
�,.
Stept3e _. Brain, Fsslstanf Vice Pres ,nt
09- 21 -'10 15:14 FROM- SANCON ENGINEERING
T -858 P0008/0011 F -695
PERFORMANCE BOND c(-7 7 51
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Arcadia (hereinafter referred to as "City ") has awarded to SANCON
ENGINEERING, INC., (hereinafter referred to as the "Contractor") an agreement for Sewer
Manhole Repair at Various Locations (hereinafter referred to as the "Project "),
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract
Documents for the Project dated , (hereinafter referred to as "Contract
Documents "), the terms and conditions of which are expressly incorporated herein by reference;
and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
USAN,Q ,���y� @,,, the undersigned Contractor and
�rw � � 3 i'iAT 11� as Surety, a corporation organized and
lily authorized to transact business under the laws of the State of California, are held and firmly
bound unto the City in the sum of TWENTY -EIGHT THOUSAND FOUR HUNDRED DOLLARS
AND NO- CENTS ($28,400.00), said sum being not less than one hundred percent (100%) of the
total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF ' THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well
and truly keep and perform the covenants, conditions and agreements in the Contract Documents
and any alteration thereof made as therein provided, on its part, to be kept and performed at the
time and in the manner therein specified, and in all respects according to their intent and meaning;
and shall faithfully fulfill all obligations including the one -year guarantee of all materials and
workmanship, and shall indemnify and save harmless the City, its officers and agents, as stipulated
in said Contract Documents, then this obligation shall become null and void; otherwise it shall be
and 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 City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a period
of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to
make full, complete, and satisfactory repair and replacements and totally protect the City from loss
or damage resulting from or caused by defective materials or faulty workmanship. The obligations
of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein
shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity,
including, but not limited to, California Code of Civil Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to .the Contract Documents, or shall
promptly, at the City's option:
(1) Take over and complete the Project in accordance with all terms and conditions in the
Contract Documents; or
RVPUBISDEITSCH1740726.3 22
00 -L1- IV 1J. 14 rMAIJ-JliNUU11 tivalictrSIX3
"1`8M 11000y /1010111~ -Hb
(2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions
in the Contract Documents and upon determination by Surety of the lowest responsive and
responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make
available as work progresses sufficient funds to pay the cost of completion of the Project, less the
balance of the contract price, including other costs and damages for which Surety may be liable.
The term "balance of the contract price" as used In this paragraph shall mean the total amount
payable to Contractor by the City under the Contract and any modification thereto, less any amount
previously paid by the City to the Contractor and any other set offs pursuant to the Contract
Documents.
(3) Permit the City to complete-the Project in any. manner consistent with California law and
make available as work progresses sufficient funds to pay the cost of completion of the Project, less
the balance of the contract price, including other costs and damages for which Surety may be liable.
The term 'balance of the contract price" as used in this paragraph shall mean the total amount
payable -to Contractor by the City under the Contract and any modification thereto, less any amount
previously paid by the City to the Contractor and any other set offs pursuant to the Contract
Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies
Surety of the'City's objection to Contractor's further participation in the completion of the Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alteration or addition to the terms of the Contract Documents or
to the Project.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this2lst day of
,aept, 2(11, 0,-M
EG
SuRACHUSETTS BAY
'NsURANCE COMPANY
By:
Attorney -In -Fa Atc el A. igngj4n
The rate of premium on this bond is $-I 0_.'so per thousand. The total amount of premium
charges, $307,00
(The above must be filled in by corporate attorney.)
RV15UBISDEITSCHN0726.3 23
09- 21 -'10 15 :14 FROM- SANCON ENGINEERING T -858 P0010/0011 F -695
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) MASSACHUSETTS BAYINS1IRANCE COMP v
333 City Blvd West, 17th Floor
Orange,'CA 92868
(Name and Address of Agent or same
Representative for service of
process in California, if different
from above)
(Telephone number of Surety and 714 -,938 -3229
Agent or Representative for service
of process in California
State of California )
)Ss. i
County of )
On before me, (here insert name and title of the notary), personally
appeared
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person(s) whose name(s).is /are subscribed to the within instrument and acknowledged to me
that he /she /they executed the same in his /her /their authorized capacity(ies), and that by i
his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the !
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
NOTE: A copy of the Power -of- Attorney to local representatives of the bonding company must
be attached hereto.
SURAWSACHUSETTS BAY INSURANCE COMPANY
By:
Attorney -In-F ct ,Mic el � O Lgngan
The rate of premium on this bond is X1:0 8 0 per thousand. The total amount of premium
charges, $307. 00.
(The above must be filled in by corporate attorney.)
RVPUMD2ITSCH1740726.3 24
THIS IS A REQUIRVQ FORD
Any claims under this bond may be addressed to:
(Name and Address of Surety) MASSACHUSETTS BAY INSURANCE COMPANY
333 Cj ty Blyd Wept, .17th Floor
Orange, CA 92868
(Name and Address of Agent or same
Representative for service of
process in California, if different
from above)
(Telephone number of Surety and 7-14r%538,3229
Agent or Representative for service
of process in California)
State of California )
ss.
County of
On before me, (here insert name and title of the notary), personally
appeared
Personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to me
that he /she /they executed the same in his /her/their authorized capacity(ies), and that by
his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
NOTE: A copy of the Power -of- Attorney to local representatives of the bonding company must
be attached hereto.
RVPUBISDEITSCH%740726.3 25
• - ALL-PURPOSE •
State of California
County of U(- Ctin�:e_ 1
On I n 119 before me, L C
i Date ~�
personally appeared�6�I i i� Vs Lk)
P. 8CANLON
Commlulon # 1749369
Notary Pubpc - California
Oranq* County
MV C0M- 8Q*f Jul 2, 2011 r
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /are- subscribed to the
within instrument and acknowledged to me that
he 1sNW4%q executed the same in his4ie~ authorized
capacity(ies), and that by his /berAheir-signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WI ESS 'm and and official seal.
Signature J. - _a--- -�
ignafure of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact "thumb ❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Individual
• Corporate Officer — Title(s):
• Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
RIGHTTHUMBPRINT
OF SIGNER
02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NafionalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800- 876 -6827
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On r,.3,- 1 -'1-0 1 Cbefore me, Kendra Banks, Notary Public
Date It Here Insert Name and Title of the Officer
personally appeared Michael R. Langan
Name(s) of
who proved to me on the basis of satisfactory evidence to
_ .- .__ - - -- - ._ _ I -- -- - - - - - -- be the person(lp) whose name(*) is /ap subscribed to the
"Mill KENDRA BANKS within instrument and acknowledged to me that
cn COMM, # 1766750 < he /� executed the same in his /I�i�e�►'authorized
l`, NOTARY PUBLIC CALIFORNIAN capacity(i�, and that by his /l ►signature(* on the
` LOS ANGELES COUNTY '"' instrument the person(o, or the entity upon behalf of
My Comm. Expires Oct. ), 2011 I
" " ....... ° ° "" •••••••••.. which the person() acted, executed the instrument.
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official eal.
Signature
Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: NIIRF-ORMA- J CA= Q Iyd7 illA D
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Number of Pages:
Signer's Name: Michael R. Langan Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer —Title(s):
❑ Partner—[-] Limited ❑ General
attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
RIGHTTHUMBPRINT
OF SIGNER
.. of
02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toll -Free 1 -800- 876 -6827
'F THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
t'UVVt:K0 Ur A r r UrvvC r
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint
MICHAEL R. LANGAN
Of Pasadena, CA and each is a true and lawful Attorney(s) -in -fact to sign, execute, seal, acknowledge and deliver for, and on its behalf,
and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated
any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and
all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance
Company, Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice
President and an Assistant Vice President, this 12th day of July , 2010.
vw
WAL
rev i ' 1
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS LNSURANCE COMPANY OF AMERICA
Mary Jeanne �,PfdeAon, Vice Preside it
Robe t K Grennan, Assistan ' ice President
On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers
described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their
signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
MA NolBryPublic
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted
October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 -
Citizens Insurance Company of America)
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this` .1 sr day of Se P 20 10
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSU 11NCE COMPANY OF MERICA
Steppe 13roul , Assistant Vice Pres 'nf