Loading...
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