HomeMy WebLinkAbout29-85 RESOLUTIONli
OW -
RESOLUTION NO. 29-85 SCANNED
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY ('r.FRK
TO EXECUTE A CONTRACT WITH JERRY D. SWEETSER,
INC.: FDR THE CITY'S CONCRETE CONSTRUCTION NEEDS
IN 1985.
BE IT RESOLVED BY TBE BOARD OF DIRECTORS OF TETE CITY OF FAYETTEVILLE,
ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute a contract with Jerry D. Sweetser, Inc., for the City's
concrete construction needs in 1985. A copy of the contract authorized
for execution hereby is attached hereto marked Exhibit "A" and made
a part hereof.
1
PASSEDAND APPROVED this 19th day of
elf
APPRO
Marrh
1985.
Mayor
By:
Ima
fr
CONTRACT
THIS anter, executed this clad day of
v
by and between the City of Fayetteville, Arkansas, a municipal corporation,
hereinafter called the "City" and Jerry D. Sweetser, Inc., 590 E. Poplar,
Fayetteville, Arkansas, 72701, hereinafter called the "Contractor".
WHEREAS, the City has advertised for congretitive bids for a concrete
construction contract containing the special terms and conditions
and minimum specifications prescribed in Bid No: 621 attached hereto,
marked Exhibits "A" and "B" and made a part hereof; and
WHEREAS, Jerry D. Sweetser, Inc., has submitted the low bid for
said contract.
NOW, THEREFORE, in consideration of the mutual covenants contained
herein, it is hereby mutually agreed by and between the City of Fayette-
ville, Arkansas and Jerry D. Sweetser, Inc., as follows:
1. The Contractor agrees to provide all necessary labor and
materials necessary for concrete construction ordered by the City
.1
1985,
of Fayetteville by work order issued to the Contractor during the
period beginning March 20, 1985 and ending March 20, 1986 in accordance
with the: special terms and conditions and minimum specifications prescribed
in Bid No. 621 attached hereto, marked Exhibits "A" and "B" respectively,
and made a part hereof.
2. For labor performed and materials supplied by the Contractor
pursuant to this contract, the City agrees to pay the contractor in
accordance with the unit prices set forth in the Contractor's bid
proposal for Bid No. 621 attached hereto, marked Exhibit "C", and
made a part hereof.
This contract executed on the date first above written.
CITY OF FAYETTEVIL .0 ARKANSAS
A MunictDa'a1 Corpo
ATTEST:/—
A11'EST:
By: i c/
BY
Mayor
1
NOTICE TO PROSPECTIVE BIDDERS
The City of Fayetteville, Arkansas, will accept sealed bids until 10:00
A.M. on March 12, 1985, for the 1985-86 concrete construction contract.
Bid forms and specifications may be acquired from the City Purchasing
Office located on the Second Floor of the City Administration Building,
113 W. Mountain Street:
Bids must be submitted on forms provided by the City.
The City reserves the right to accept or reject any or all bids, waive
formalities in the bidding, and make a bid award deemed to be in the best
interest of the City.
Sturman Mackey
Purchasing Officer
Publish in NWA Times on February 20 and 27, 1985.
FROM:
City Purchasing Office
City of Fayetteville
P.O. Box F
Fayetteville, Arkansas
72701
ifX12, 6 ; I``' BID NO. 62.1
AN INVITATION TO BID
TSSUE GATE 2-18=85
TO:
A.D .
BIDS WILL BE OPENED:10:00 04M. on March 12, 1985
You are invited to bid on the
following items subject to the
terms and conditions set forth
herewith.
Discount Terms
Delivery
QUANTITY
UNIT
DESCRIPTION
UNIT
PRICE EXTENSION
400
500
500
200
400
2,250
200
700
4,700
1.f
1.f.
1.f.
1.f.
1.f.
1.f.
1.f.
1.f.
Concrete
Concrete
Concrete
4' wide
4' wide
curb
curb
curb
and gutter (100' or less)
Net bid per 1.f.
and gutter (100'--200')
Net bid per 1.f. •1.
and gutter (over 200')
Net bid per 1.f.
x;25
ea
clef
2100.00
d, 560.60
d, 3%5. 0 0
sidewalk with monolithic curb (100'
Net bid per 1.f.
sidewalk
with monolithic curb (100'
Net bid per 1.f.
or less)
C 00
1, 0206 .60
--200')
4' wide sidewalk with monolithic curb (over 200')
Net bid per 1.f.
4' wide sidewalk only (100' or less)
Net bid per l.f.
4' wide sidewalk only (100'--200')
Net bid per 1.f.
4' wide sidewalk only ( over 200')
Net bid per 1.f.
ff,25
c5; 00
02, &Ot.66
i, 000.06
4,50
'3, .3a5.00
021, 160.00
GENERAL TERNS AND INSTRUCTIONS
1. The City reserves the right to reject any and all bids or parts.
Prices must be itemi:ed. The City reserves the right to award by item.
S. All bids must be FOB Fayetteville and include all costs of delivery and packaging.
4. All bids must be signed by hand.
5. Indicate bid item and number on outside of envelope..
6. For further information, contact
`Nev. To4al;
41,44;,30
Clayton Powell, 521-7700
Company Name 1.2t fr*ddress
Telephone Number %-/ f./, 3 3O -G 6
Zip Code 7X•7&.
FROM: City Purchasing Office
City' of Fayetteville
P.O.. Box F
Fayetteville, Arkansas
AN INVITATION TO BID
72701 rXb(617- do
BID NO. 621 .
ISSUE DATE 2-18L85
TO:
A.M.
BIDS WILL BE OPENED:10:00 VX -C- on March 12, 1985
You are invited to bid on the
following items subject to the
terms and conditions set forth
herewith.
Discount Terms
Delivery
QUANTITY
1,500
43
15
2,000
15,450
55
20
UNIT
DESCRIPTION
UNIT
PRICE
EXTENSION
PAGE 2
5' wide sidewalk shall be the extension of one square
foot to each 4' bid.
Sq.Ft. Concrete scupper drains, swales and flumes
Net Bid per square foot
Cu. Yd Standard drop inlet (without cover)
Net Bid per cubic yard
Cu. Yd. Standard junction box (without cover)
Net bid per cubic yard
Sq. Ft. 4" deep Residential driveway
Net bid per square foot
Sq. Ft. Commercial driveway and rigid concrete pavement 6" deep
Net bid per square foot without wire
Net bid per wquarefoot with wire
CONCRETE REINFORCED WALLS AND FOOTINGS
Cu. Yd. A. W/#4 o @ 12" 0.C. both ways
Net bid per cubic yard
Cu. Yd. B. W/#5 o @ 12' O.C. both ways
Net bid per cubic yard
GENERAL TERMS AND INSTRUCTIONS
1. The City reserves the right to reject any and all bids or parts.
'_. Prices must be itemized. The City reserves the right to award by item.
3. All bids must be FOB Fayetteville and include all costs of delivery and
4. All bids must be signed by hand.
5. Indicate bid item and number on outside of envelope.
6. For further information, contact
pRgL. To+ai
60,08 0. 06
packaging.
Company Name
By.
Telephone Number /1`/3 3e7 a G
City
Address
9
50fie
State
Zip Code 7,7,70-/
FROM: City Purchasing Office
City of Fayetteville
P.O. Box F
Fayetteville, Arkansas
AN INVITATION TO BID
�/ c
72701 �xhi& > / ` G
s(
BID NO. 621
ISSUE DATE 2-18-85
TO:
A.M.
BIDS WILL BE OPENED:10:00 401(. on March 12, 1985
You are invited to bid on the
following items subject to the
terms and conditions set forth
herewith.
Discount Terms
Delivery
QUANTITY
10
25
200
250
500
1,000
700
UNIT
DESCRIPTION
UNIT
PRICE EXTENSION
Cu. yd
Cu. Yd.
1.f.
Sq. Ft.
Sq. Ft.
Sq. Ft.
lb.
PAGE 3
C. W/#6 o @ 12" 0.C. both ways
Net bid per cubic yard
D. Non -reinforced concrete/minimal finish truck pour
Net bid per cubic yard
Concrete steps --typical 6" riser and 12" tread -to be
bid by linear foot of tread
Net bid per 1.f.
4" Concrete ditch paving
Net bid per square foot
/7
ea,
1700.00
lab .00
Exposed aggregate driveway and sidewalk repair 4" deep
Net bid per square foot
High -Early -Strength. Concrete Pavement and utility
cut repair 6" deep
Net bid per square foot
$°
1600.00
/50
L375.00
750.00
70
1'100.06
EXTRA REINFORCING STEEL TIED IN PLACE (Grade 60)
A. #4 rebar
Net bid per pound
200 lb. B. #5 rebar Net bid per pound �2
GENERAL TERAS AND INSTRUCTIONS
1. The City reserves the right to reject any and all bids'or parts.
2. Prices must be itemized. The City reserves the right to award by item.
S. All bids must be FOB Fayetteville and include all costs of delivery and packaging.
4. All bids must be signed by hand.
S. Indicate bid item and number on outside of envelope.
6. For further information, contact
25
.5Q .p0
(Pc?. Tow:. '7250.06
Company- Name
By
Telephone Number 'H11 A-- ,310 2 r�
ress '3 p0 �.€oi eate( 1 -"
City 427512 -State a-4.119
Zip Code 72
. FRQM: ; City, Purchasing Office
City. of Fayetteville;
P.O. Box F
Fayetteville, Arkansas 72701
TO:
AN INVITATION TO BID
BID NO. 621
ISSUE DATE 2-18-85
"G 1
A.M.
BIDS WILL BE OPENED: 10:00 In'XX on March 12, 1985
You are invited to bid on the
following items subject to the
terms and conditions set forth
herewith.
Discount Terms
Delivery
Id
QUANTITY
No Esti.
UNIT
DESCRIPTION
UNIT
PRICE EXTENSION
lb.
PAGE
C. #6 rebar Net bid per pound
IMPORTANT NOTICE
All bid items are from Public Works Operating Budget
and are related to existing improvements and
maintenance projects only. New construction shall be
bid by separate document unless it is mutually agreed
between the successful bidder on this contract and the
appropriate City Official.
This is a unit price contract. The City shall be able
to have more or less work performed for any bid
category than the estimated quantities depending upon
the availability of funds.
Mark outside of Bid Envelope "Bid No. 621--
10:00 A.M., March 12, 1985"
GENERAL TERMS AND INSTRUCTIONS
1. The City reserves the right to reject any and all bids or parts
2 Prices must be itemized. The City reserves the right to award by item.
S. All bids must be FOB Fayetteville and include all costs of delivery and packaging.
4. :111 bids must be signed by hand.
5. Indicate bid item and number on outside of envelope. Clayton Powell ---521-7700
6. For further information, contact
&RAud to+RL: I03,59a.1/450
Company
Name�,it/i(�/ /LJ (, .�Le�Cdress 05790 /4Gt�f�%C / „S
ze
e City State
Zip Code 7:2.-702_
iir
Telephone Number 341/ Z 30 a 6
Bid No. 621
NOTICE TO CONTRACTORS
COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964
APPENDIX "A"
During the performance of this contract, the contractor, for itself, its
assignees and successors in interest (hereinafter reffered to as the "con-
tractor"), agrees as follows:
(1) Compliance with Regulations: The contractor will comply with the
Regulations of the Department of Commerce relative to nondiscrimintaion
in Federally -assisted programs of the Department of Commerce (Title 15,
Code of Federal Regulations, Part 8, hereinafter referred to as the Reg-
ulations), which are herein incorporated by reference and made a part of
this contract.
(2) Nondiscrimination: The contractor, with regard to the work performed
by it after award and prior to completion of the contract work, will not
discriminate on the ground of race, color, or national origin in the
selection and retention of subcontractors, including procurements of
materials and leases of equipment. The contractor will not participate
either directly or indirectly in the discrimination prohibited by Section
8.4 of the regulations, including employment practices when the contract
covers a program set forth in Appendix A-11 of the regulations.
(3) Solicitations for Subcontractors, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding or
negotiation made by the contractor for the work to be performed under a
subcontract, including procurements of materials or equipment, each
potential subcontractor's obligation under this contract and the Regula-
tions relative to nondiscrimination on the ground of race, color, or
national origin.
(4) Information and Reports: The contractor will provide all information
and reports required by the Regulations, or orders and instructions issued
pursuant thereto and will permit access to its books, records, accounts,
and other sources of information, and its facilities as may be determined
by the City of Fayetteville to be pertinent to ascertain compliance with
such Regulations, orders and instructions. Where any information required
of a contractor is in the exclusive possession of another who. fails or
refuses to furnish this information, the contractor shall so certify to
the City of Fayetteville, and shall set forth what efforts it has made to
obtain information.
(5) Sanctions for Noncompliance: In the event of the contractor's non-
compliance with the nondiscrimination provisions of this contract, the City
of Fayetteville shall impose such contract sanctions, as it may determine
to be appropriate, including, but not limited to:
(a) Witholding of payments to the contractor under the contract until
the contractor complies and/or
City of Fayetteville
Bid No. 621
Appendix "A"
(b) Cancellation, termination or suspension of the contract, in
whole or in part.
(6) Incorporation of Provisions: The contractor will include the
provisions of paragraph (1) through (6) in every subcontract, including
procurements of materials and leases of equipment, unless exempt by the
Regulations, order or instructions issued pursuant thereto. The Con-
tractor will take such action with respect to any subcontract or pro-
curement as the City of Fayetteville may direct as a means of enforcing
such provisions including sanctions for noncompliance: Provided, however,
that,in the event a contractor becomes involved in, or is threatened with
litigation with a subcontractor or supplier as a result of such direction,
the contractor may request the City to enter into such litigation to
protect the interest of the City.
1.0
CITY OF FAYETTEVILLE, ARKANSAS
Bid No. 621
Special Terms and Conditions
1. All work performed under this bid shall conform in every respect to all
City ordinances pertaining to the work proposed to be performed, except
that all fees and/or permits required shall be waived.
2. The successful bidder shall furnish a performance bond in the amount of
$25,000.00 payable to the City of Fayetteville, Arkansas, as a guarantee
that the work proposed to be performed by the winning bidder will be
performed and in a satisfactory manner as called for by the minimum
specifications, diagrams, and applicable City ordinances. Said perfor-
mance bond shall be submitted to the City within five (5)
days after the date of bid award and shall be furnished by a Surety
company licensed to do business in the State of Arkansas, and acceptable
to the City. Said performance and payment'bond shall be held by the City
of Fayetteville, Arkansas, until all work is completed and accepted
for final payment.
3. The City Street Superintendent or his designated representative shall
inspect all work performed and shall accept or reject any work performed
and shall see that all work performed meets the minimum specifications
and applicable ordinances. The City Manager shall have the final
authority to release the performance bond.
4. Awarded bid prices shall be firm and may not be changed during the
life of the contract. The awarded bid prices shall be firm and good
for 365 calendar days from the date of bid award by the Fayetteville
Board of Directors.
5. All bidders shall furnish a separate sheet of paper listing the
classification and number of workmen and the different types of equip-
ment available for work under this proposed contract. All equipment
and manpower listed shall be under the direct control and supervision
of the bidder.
6. The past performance of bidders on similar work contemplated by this
contract will be considered in making a determination as to the lowest
and best bidder.
7. Payments will be made under this contract at the awarded unit prices for
actual work performed and accepted by the Street Superintendent.
8. For ease in administering the contract and to help assure that all work
performed under this contract will be fully compatible with each
separate component part, the bid will be awarded on an all -or -none
basis. A bid must be submitted on each item.
9. Do not include sales tax in the bids.
10. All bids must be submitted on the Invitation to Bid forms provided by the
City. Bids received after the date and time set for receiving bids will be
rejected.
/1
CITY OF FAYETTEVILLE, ARKANSAS
Bid No. 621
MINIMUM SPECIFICATIONS AND GENERAL INFORMATION
1. Property lines are the responsibility of the property owner when
additional right-of-way dedication is required to obtain building
permits for re -modeling, expansion, constructing or altering
driveways or sidewalks, etc. The City is responsible for surveys
when reconstruction of streets are involved. If the property owner
disagrees with the Street Department survey, then the property owner
shall be responsible for employing a registered land surveyor at his
own cost and expense.
2. Minimum thickness of sidewalks shall be four (4) inches. Residential
driveways shall be a minimum of four (4) inches on a prepared subgrade.
Commercial driveways shall be a minimum of six (6) inches on a prepared
subgrade.
3. Minimum width of residential sidewalks shall be four (4) feet.
Commercial sidewalks shall not be less than five (5) feet wide.
4. Rigid pavement shall be six (6) inches thick on residential streets.
Design thickness may vary in certain locations and extra thickness will
be adjusted under item #6.
5. The outside ambient temperature shall be 35 and rising before any
type of concrete pouring will take place. Methods of heating and
materials for covering the surface of the concrete shall also be
provided by the contractor when adverse weather conditions prevail.
6. Bid prices shall be adjusted for special projects (not specifically
covered in these specifications) to the satisfaction of the
successful bidder and the Street Superintendent.
7. The successful bidder shall be responsible for the supervision of
his crews. All crews consisting of three or more workmen shall be
supervised by a foreman on the job site. One or two workmen may
work independently as long as their forming or other work is inspected
by the contractor's foreman before the placement of any concrete.
In the care of finish work the foreman shall perform and inspect
before the concrete has set beyond workabililty.
8. All structures under the roadway as well as all retaining walls, shall
be a minimum reinforcement of number 4 bars on 12" centers.
9. After the City has prepared the sub -base or done the required ex-
cavation, the Contractor shall have 48 hours to start construction
on the job unless delayed by inclement weather.
•
Page 2
Minimum Specifications --Bid No. 621 cont.
10. The contractor shall be in daily contact with the Street Superinten-
dent.
11 Traffic control in the vicinity of the work area shall be the
responsibility of..the Street Department or City agency that the
contractor is forking for. The Street Department or other City
agency shall provide the necessary flagmen, barricades, and signs
to provide for public convenience and safety.
lla. If the successful bidder chooses to work weekends or holidays, he
must have prior approval from the Street Department or other
City agency that he might be working for. Traffic control, flagmen
and barricades for public convenience and,safety shall be the respon-
sibility of the contractor when performing work on seekends, holidays,
or after normal weekday work hours.
12. The Contractor shall make provisions to protect freshly placed concrete
from damage by mechanical means during the curing period. Concrete
damaged or defaced by mechanical means shall be repaired or removed
and replaced at the contractor's expense.
13. Testing: Should slump, cylinder, or beam testing be required on a job
to insure quality control, the testing shall be performed by an
organization acceptable to the contractor and the Street Superintendent.
The City shall pay all costs in connection with any testing and in-
spection performed by the agreed upon organization or laboratory.
I. CONCRETE MIX DESIGN
Proportioning:
The portland cement content shall not be less than 560 lb. per cubic
yard of toncrete and the water cement ratio by weight shall not
exceed 0.53. The slump shall be adjusted to between one (1) and
three (3) inches. The concrete shall contain a air -entraining
agent which produces 5% /-2% air entrainment in the concrete.
Air -entraining agents shall have proven compatibility with the local
concrete materials, including cement, and shall be capable of
providing in the concrete the required air contents and an air -void
system known to produce durable, scale -resistant concrete. The
minimum 28 day compressive strength shall be 3500 P.S.I. when
tested in accordance with AASHTO T23.
No admixtures, with the exception of calcium chloride, shall be used
in the concrete without prior approval. All approved admixtures
shall conform to applicable AASHTO and ASTM requirements.
•
Page 3
Minimum Specifications --Bid No. 621 cont.
II. FORMING:
General:
Forms shall be os such cross section and strength and so secure
as to resist the pressure of the concrete when placed and the impact
and vibration of any equipment they support without springing or
settlement.
The method of connection between sections shall be such that the joints
shall not move in any direction. The maximum deviation of the top
surface shall not exceed 1/8" or 10' on the inside face not more than
1/4" in 10' from a straight line. Flexible or curved forms of proper
radius shall be used for curves of 100' radius or less.
The City shall prepare all subgrades to plus or minus one (1) inch
prior to setting forms. The Contractor shall be responsible for
preparing the final subgrade with select materials.
III. OPTIONAL CONSTRUCTION METHODS:
Rigid pavements and concrete curb and gutter may be placed by slip
form methods where quantity and lack of physical obstructions are both
present.
Slip Form Paving:
The Contractor may place concrete with a slipform paver designed to
spread, consolidate, screed, and float finish the freshly placed
concrete in one complete pass of the machine. The slipform paver
shall be operated with as nearly a continuous forward movement as
possible and all the operations of mixing, delivering, and spreading
concrete shall be so coordinated as to provide uniform progress with
stopping and starting of the paver held to a minimum.
IV. PLACING AND FINISHING
The concrete shall be deposited on a moist grade in such a manner as
to require as little rehandling as possible. Placing shall be cont-
inuous between transverse joints without the use of intermediate
bulkheads. Necessary hand spreading shall be done with shovels,
not rakes. Workmen shall not be allowed to walk in the freshly mixed
concrete with boots or shoes coated with earth or foreign substances.
Concrete shall be thouroughly consolidated against and along the faces
of all forms and along the full length and on both sides of all
joint assembly.
Concrete shall be deposited as near to expansion and contraction
joints as possible without disturbing them but shall not be dumped
onto a joint assembly.
Page 4
Minimum Specifications --Bid No 621 cont.
IV. Placing and Finishing continued
The sequence of operations shall be the strike off and consolidation,
floating if necessary, straightening, and final surface finish.
The pavement shall be struck off and consolidated with a mechanical
finishing machine, vibrating screed, or by hand -finishing methods.
After rigid pavement has been struck off and consolidated, it shall
be scraped with a straight edge, 10' long equipped with a handle to
permit operation from the edge of the pavement. The straight
edge shall be operated parallel to the centerline of the pavement
and shall be moved forward one half its length after each pass.
Irregularities shall be corrected by adding or removing concrete.
Final finish shall be a light broom finish for sidewalks. Street
and driveway sections shall have a stiff broom finish of uniform
appearance and about 1/16" in depth. Curb and gutters shall have a
like finish.
The Contractor shall have available materials to protect the surface
of the fresh or plastic concrete against rain. The materials shall
consist of burlap, curing paper, or plastic sheeting.
V. CURING
14
Concrete shall be cured by protecting it against loss of moisture,
rapid temperature change, and mechanical injury. Moist curing, plastic
sheeting, or white liquid membrane compound, or a combination
thereof may be used.
The Contractor shall have at hand and ready to apply before actual
placement begins, the equipment needed for adequate curing.
VI. Joints --Pavement Sections
Much of the contract work will be reconstruction of existing facilities
and therefore, require the jointing to be determined in the field, at
the job site using these general guidelines:
Transverse contraction joints shall consist of planes of weakness
created by forming or cutting grooves in the surface of the pavement.
They shall be equal to at least one-fourth the depth of the slab.
The spacing shall not exceed 15 feet and will often equal the single
lane width.
Page 5'.
VI. Joints cont.
CITY OF FAYETTEVILLE
BID NO. 621
•
Sawed contraction joints shall be created by sawing grooves in the surface
of the pavement with an approved concrete saw.
Sawing the joints shall begin as soon as the concrete has hardened suffi-
ciently to permit sawing without excessive raveling, usually 4 to 24 hours.
All joints shall be sawed before uncontrolled shrinkage cracking occurs.
Transverse Construction Joints:
Transverse construction joints of the type shown in the details shall be
placed whenever the placing of concrete is suspended for more than 45 minutes.
All butt joints with dowels or a thickened -edge joint shall be used if the
Joint occurs at the location of contraction joints.
Transverse Expansion Joints:
Transverse expansion joints shall consist of a vertical expansion joint
filler placed in a butt -type joint with or without dowel bars as shown on
the detail sheet. The expansion joint filler shall be continous from form
to form, shaped to the subgrade, curb section, and the keyway along the
form. Preformed joint filler shall be furnished in lengths equal to the
pavements width or equal to the width lane.
The expansion joint filler shall be held in a vertical position. An
installing bar or other device shall be used to ensure proper grade and align-
ment during placing and finishing of the concrete. Finished joints shall
not deviate in horizontal alignment more than 4" from a straight line.
Longitudinal Joints:
Longitudinal joints shall consist of planes weakness created by forming
or cutting grooves in the surface of the pavement. They shall be equal to
at least one quarter the depth of the slab plus 1/2".
Longitudinal construction joints shall be of the keyed type and doweled if
conditions require.
Sealing Joints:
Joints to be sealed shall be filled with joint sealing material before the
pavement is opened to traffic and as soon after completion of the curing
period as is feasible. Just before sealing, each joint shall be thoroughly
cleaned of all foreign material and joint faces shall be clean and surface
dry when seal is applied.
The material for filling and sealing longitudinal, warping, contraction, and
other specified joints, including the longitidinal, joint between new or
old curb and gutter if applicable, shall conform to one of the following:
1) A two componet (liquid and solid) cold poured synthetic polymer.
l\
11
Page 6 -CITY OF FAYETTEVILLE
VI. Joints cont.
BID NO. 621
2) A rubberized asphalt compound of cold-lastic type.
Both types shall form .an effective seal against water and incompressibles
and shall cure sufficiently so that it will not pick up under wheels of
traffic within 24 hours.
b'
T
PI
•
•
•
a•
u
a_
_0
N
D
O1-00
• a
• :.
_a)
O �
� c
N
CL cu
cc
•O 0
tr)N a)
• t
O > u
0 c 3 sz
J O =
o f`— 'Li:
UJ 'o
w
C
d
cc
O
ut
L.1 C
.1
Q
v)
w
>-
4-
z_
O
z
0
z
Q
0
w
L.
a�
3 I _Z N
O O c
O_
Z L
O
i=
CC
W z
a o
F-- w
L..1 0
z
_
cr
9 O H
0m.0
N
O _U
ct
N
ALTERNATE EXPANSION JOINT
N
-3'
LONGITUDINAL CONSTRUCTION JOINT
TYPICAL JOINT TYPES
Joint Sealant Reservoir
Dimensions for Field -
Molded (Poured) Sealants
Joint
spat na•
II
Sealant reservoir shape
Ma:
in.
Dean of sealant:
In.
15 or less
20
30
40
h
I/4" be'c.. surface---, Src:cnt material
Sc.ec icer.
1/4" t. 0.*
•
14.13
CCC / Ie p'e.e. Sand
bet. een secie.nI and
ConCrele
�im•ia! so. cur or
inset led s'rip
nCi
G
O
•7---Fcoe or rod
°a.ed joint roc
b_.:. -up n'.c tr;or
Imhof so. Cul a
r user led slap
Joint sealant shall be a ripe 1 Joint Seal as sDecirjed
in Suole_Lt„n 531.03 (g)(21 of the Standard Specifications
or trio rilnari__S ;!;;9?!aY LeiDar Trent.
3