HomeMy WebLinkAbout34-86 RESOLUTIONr('
RESOLUTION NO. :.3446
SCANNED
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH SWEETSER OONSTRUCTION
COMPANY FOR RENOVATION OF THE WHITE HANGAR FLOOR
AT DRAKE FIELD.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYErTEVILLE,
ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute a contract with Sweetser Construction Company for renovation
of the floor of the White Hangar at Drake Field. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this 4th day of
, 1986.
rs
•
•
CONTRACT
STATE OF. ARKANSAS
CITY OF FAYETTEVILLE
MICROFILMED
9
THIS CONTRACT, made and entered into this ((�_ day of / 1986
by and between the City of Fayetteville, Party of the First 'art, hereinafter
called the CITY and Jerry D. Sweetser Inc., Party of the Second Part, hereinafter
called the CONTRACTOR.
WITNESSETH:
WHEREAS, the CITY has called for bids for demolition and reconstruction of
the floor at the Old White Hangar Building located at Drake Field Municipal Air-
port as set out in the propos-al for Hangar Floor Renovation -Drake Field Air
Museum in Specifications dated January, 1986 and as set out in the Specifications
and Plans No. FY852175; and
WHEREAS, the CONTRACTOR's proposal for conducting said work in accordance
with said plans and specifications has been accepted by the Fayetteville,
Board of Directors at their regular meeting of March 4, 1986, said proposal
being dated February 26, 1986 as submitted by Jerry D. Sweetser Inc., 590
Popular St., Fayetteville, AR 72701.
NOW THEREFORE, the CONTRACTOR agrees with the CITY to commence and complete
the construction of said improvements in accordance with the Plans and Specifica-
tions referred to herein, a copy of which is attached hereto, marked Exhibit'1'A"
and made a part hereof, for the lump sum of $ 28,600.00 upon job completion.
THE TOTAL SUM, being the agreed amount upon which bonds and liabilites are
based, and Contractor at his own cost and expense shall furnish all material,
supplies, labor, machinery, equipment, tools, supervision, bonds, insurance,
taxes, permits, and`all other accessories and services necessary to complete the
construction in accordance with the conditions and prices stated in CONTRACTOR's
proposal.
The CONTRACTOR agrees to fully complete all work called for in the Plans and
Specifications within 45 calendar days after the date of the notice to'proceed.
A1.1 work under this contract will be under the general inspection and supervision
of the City's Engineer or his designated agents. Time is expressly made of the
essence for the performance of this contract.
The CONTRACTOR will be paid in one lump sum for all work called for herein
upon job completion and acceptance by the City's Engineer.; The CONTRACTOR shall
take out the necessary permits from the City of Fayetteville Inspection Department,
which permits shall be obtained at no fee to the CONTRACTOR.
The CONTRACTOR agrees to post a 100%performance and payment bond as called
for in the Bid Specifications and submit, evidence of insurance coverage as required
by the Bid Specifications and Conditions.
1
Page 2
•
•CONTRACT
March 12, 1986
The CONTRACTOR agrees to commence the work within ten (10) calendar days
from the date of the issuance of the Notice to Proceed, and to proceed with
the construction of the -work and to prosecute the work with an adequate workforce
and in a manner so as to complete the work within thejime stipulated herein.
If the Contractor fails to complete the contract within the time stipulated
herein, the CONTRACTOR agrees to pay the CITY, asliquidated damages, the sum
of two hundred dollars ($200.00) per day for each calendar day of delay in
completion said amounts being fixed and agreed upon by and between the parties
hereto. Because of the impracticability and extreme difficulty in fixing and
ascertaining the actual damages the CITY would in such event sustain, said
amounts are to be presumed by the parties to this contract to be the amounts
of damage the CITY would .sustain. Said amounts of liquidated damages shall be
deductiblefrom any amount due the CONTRACTOR upon final completion of the
work, and CONTRACTOR shall be entitled only to the Final Estimate, less such
amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of the work by
any act or neglect of the CITY or of his employees, or by any other CONTRACTOR
employed by the CITY, or by changes ordered in the work, or by strikes,lockouts,
fire, unusual delay in transportation, unavoidable casualties or any causes
beyond the CONTRACTOR's control, or by any cause which the Engineer shall decide
to ,justify the delay, then the time of completion may be extended for such
reasonable time as the Engineer may decide, subject to agreement by the CITY.
No such .eztension.shall be made for delay occurring more then seven (7)
days before a claim therefore is made in writing to the Engineer. In the case
of continuing causeof delay, only one claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or fails,neglects
or refuses to continue the work after ten (10) days written notice, given the
CONTRACTOR by the CITY or by the ENGINEER, then the CITY shall have the option
of (1) declaring this contract at an end, in which event, the CITY shall not be
liable to the CONTRACTOR for any work theretofore performed hereunder or, (2)
requiring the surety hereto, upon ten (10) days notice, to complete and carry
out the contract of the CONTRACTOR: and, in that event, should the surety fail,
neglect or refuse to carry out said contract, said CITY may complete the contract
at its own expense, and maintain an action against the CONTRACTOR and the surety
hereto for the actual cost of same; together with any damages or other expense
sustained or incurred by the .CITY in completing this contract less the total
amount provided for hereunder to be paid the CONTRACTOR, upon the completion of
this Contract.
This Contract shall be binding upon the heirs, representatives, successors,
or assigns of the parties hereto,including the surety.
IN WITNESS WHEREOF,.. the CITY and CONTRACTOR have hereto set their hand and
seals respectively.
Page 3"
CONTRACT March 12, 11986 '
FIRM NAME:
BY:
WITNESSES:
S4 ,54 /S,aPe-{--tic_
City of Fayetteville
Fayetteville, Arkansas
C ity C-1 e
•
BY: n(,uf,
44/2cliF}✓
Assistant Ma
FAVETTEVILLE, ARKANSAS
DEPARTMENT OF FINANCE
P. 0. DRAWER F 72702 (601) 621.7700
no
NOTICE WPROSPECTIVE BIDDERS
The City of Fayetteville, Arkansas Purchasing office will accept sealed
bids until 10:00 a.m. on February 26, 1986 for partial demolition and
improvements to the Old White Hangar Building at Drake Field (Fayetteville
Municipal Airport). Plans and specifications may be obtained from the
Purchasing Office located at Room 209, Second Floor, City Administration
Building, 113 W Mountain Street.
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.
All bids must be good and firm and may not be withdrawn for a period of
ninety (90) Calendar days after the date set for reciving the bids.
All bidders are placed on notice that all applicable permits must be
obtained (at no cost to contractor) prior the the beginning of any work.
Any contract for this work will be under the supervision and inspection
of the City's Engineer or his designated agents.
This project is subject to availability of funds.
Sturman Mackey
Purchasing Officer
Published in Northwest Arkansas Times
on February 11, 1986.
•
•
PROPOSAL
HANGAR FLOOR RENOVATION
DRAKE FIELD AIR MUSEUM
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
Plans No. FY852175
Dated: January, 1986
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
We �f� o the undersigned,
states that�ie haav�car�fully examined the Pans, profiles, Specifications,
maps, and drawings, on file in the office of the City Clerk, Fayetteville,
Arkansas relative to the proposed Airport Improvements referenced above,
and that we are familiar with the same and understands each and all; have
examined the location and site; that all bids are made with the full
knowledge of the Plans, profiles, Specifications and estimates and all
provisions of the Contract and bonds; that this Proposal is made without
collusion on the part of any person, firm or corporation. The undersigned
states that we have experience in and are qualified to perform the work
herein specified, and that if we do not have craftsmen experienced and
qualified in any phase of the work for which this Proposal is offered, we
will sub -contract the work under said phase to a Contractor who does have
the necessary experience and qualifications. We further state that we will
enter into the Contract to construct said construction as designated in the
title of this Proposal in accordance with the Plans and Specifications on
file in the office of the City Clerk of Fayetteville, Arkansas, and have
said work completed within 40 calendar days from the Notice to Proceed, for
the following scheduled prices.
ITEM APPROX.
NO. QUANTITY:
1 Lump Sum
PROPOSAL SCHEDULE
BASE BID ITEMS
ITEM:
UNIT
PRICE: EXTENDED:
Existing Pavement Demolition $ 30 00/1LS
zc/p dollars/Lump Sum $3000•
2 30 CY
ords)
Undercut and Backfill
(If required)
6 (Words)
$ /0.- /CY
dollars/Cubic Yard $ 300,00
3 50 Tons Crushed Stone Base $ /2°0 /Tons
(As required)
dollars/Tons $ GOO. °0
4 Lump Sum
tA/( s )
Concrete Pavement Leveling
Overlay
�Ox[ fladaierea.
5 Lump Sum
•
Joint Sealing filler
Tea
Wo s
00
$.76, Cao./LS
ars/Lump Sum $4,245-00, o s
$3,2a0.1LS
dollars/Lump Sum $32 00.°`
$ g 6'Qo.
TOTAL BASE BID
•
%
S
Enclosed herewith is a bid bond for S %
dollars ($ ) which we
agree the City of Fayetteville, Arkansas may cash and retain as liquidated
damages in the event of our failure to enter into a contract for the work
covered by this Proposal, provided the Contract is awarded to us within thirty
(30) days from the date fixed for opening of bids and we fail to execute said
contract and execute the required bonds as called for in the specifications
within fifteen (15) days after notification of acceptance of this Proposal.
The bidder hereby acknowledges receipt of the following Addenda prior to
submitting this Proposal*
Addenda No. Dated
and such addenda are attached hereto and made a part hereof.
Dated at Fayetteville, Arkansas, this ;Z G (�(/!
, 1986.
(SEAL, IF CORPORATION)
Respectfully submitted,
day of
�o
1g°e
sr-
Bu inessAdd
ne,de
or..444-te
Arkansas License No. 35-- - /1 7 r�'
•
GENERAL REQUIREMENTS
SCOPE OF WORK. This project consists of the floor renovations to the large
original aircraft hangar at Drake Field, Fayetteville Municipal Airport. The
floor renovations consist of• the removal of the deteriorated concrete floor
sections; the removal of a low pressure gas line along the east and west walls
at the floor level; the replacement of the deteriorated area with a 6 -inch
concrete slab; the removal of unstable -soil material and backfill with select
material, if required; the placement of crushed stone base material below
replacement slabs as required; the construction of 8 -inch transition slabs at
each end of the hangar; the construction of a minimum 3; -inch concrete leveling
and strengthening overlay of the hangar floor; and the sealing of all joints
using a jet fuel resistant sealer.
COORDINATION WITH OWNER. The work on this project consists of improvements to
the hangar on an airport under continual operation. The contractor shall
cooperate with the Airport Management so as not to interfere with aircraft
movement and operations on the surrounding aprons. The contractor shall limit
his equipment's operation to within 50 feet of the north and east sides of the
hangar and to within 100 feet of the south side of the hangar. The access gate
to the project site is indicated on the Plans.
CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION MATERIALS AND
PRODUCTS. Within this project may be specified certain materials or products,
which may be major components of the project or may be ancillary to major
components, and which, due to their specified characteristics and/or
capabilities, may be required as essential parts of the project. These
materials or products are special in that they require special techniques in
their application, and therefore, require experienced and skilled craftsmen.
These materials or products include, but are not limited to the following:
Sealants, lubricants, paints, primers, lacquers, stains, thinners,
solvents, curing compounds; mastics, bitumens, tars, waterproofing
agents, insulating compounds, cementitious compounds, fillers, and
epoxies.
In furnishing and installing any of the above materials or products the
Contractor shall be guided by and adhere to all of the manufacturer's
recommendations or instructions relative to the material or products, including
but not limited to the following:
Handling, storing, mixing, heating, protection from freezing,
application, protection after application, protection of workmen, and
curing and preparation of surfaces prior to application.
•
The Contractor shall be liable for any failure of such material or products as
applied to conform to the characteristics and/or capabilities of each as
required by the specifications.
TESTING. Compaction testing and concrete cylinder testing shall be completed in
accordance with the applicable Specifications. The laboratory completing the
testing shall be retained by the Owner. The cost of the tests will be borne by
the Owner, except that retests, made after first tests have failed, will be paid
for by the Contractor. In view of this, the Contractor will want to be certain
that he is ready for compaction when he requests that they be made.
Specifications - 2
•
EXISTING PAVEMENT DEMOLITION
•
DESCRIPTION
GENERAL. This item shall include demolition and disposal of existing pavement,
anavation, within the limits of the work required to construct the hangar
floor overlay in accordance with these Specifications and in conformity with the
dimensions and typical sections shown on the Plans.
EXISTING PAVEMENT DEMOLITION. This item relates solely to work to be performed
in conjunction with construction of the hangar floor renovations. The Plans
designate the location of existing concrete pavement which shall be demolished
and removal preparatory to constructing the hangar floor overlay improvements.
These existing pavement area is in poor condition and must be removed, and
disposed of off-site, before construction of the new pavement can be undertaken.
Additionally, some subgrade materials directly beneath the existing pavements
may require undercut to a depth which will permit the construction of the
required pavement sections. Existing subgrades under the slab removal areas
which are unstable or unsuitable shall be removed and replaced in accordance
with the subsection appearing hereafter, entitled "FOUNDATION FOR EMBANKMENT".
UNCLASSIFIED ON-SITE EXCAVATION. This work shall consist of any undercut
required to permit the construction of the full depth of the specified pavement
sections or removal of unstable or unsuitable material. Excavation of all
material shall be defined as "Unclassified Excavation". "Unclassified
Excavation" shall include all excavation performed under this item regardless of
the material encountered.
COMPACTED OFF-SITE BORROW. All embankment material to be used as replacement
material below pavement section, as shown on the Plans, shall be supplied from
an off-site borrow location(s) approved by the Owner.
CONSTRUCTION METHODS
EXISTING PAVEMENT DEMOLITION. The limits of pavement demolition for the project
are indicated on the Plans. The Contractor shall, by mechanical means, demolish
and remove the existing pavements and dispose of them off-site at an location.
Additionally, the subgrade materials directly beneath the demolished pavements
may be required to be undercut to the extent required to construct the specified
pavement sections. None of the demolished pavement materials, nor material
undercut beneath them, shall be stockpiled or utilized on the project site.
Therefore, the price for demolition shall include haul to a suitable off-site
disposal location. Separate payment for haul will not be made.
EXCAVATION. Unstable material, unsuitable material, or other yielding material,
unsatisfactory for subgrade foundation, shall be removed for a minimum of one
foot in depth. This material shall be removed from the project site. The
Specifications - 3
excavated area shall be refilled with
borrow areas and thoroughly compacted
constitute a part of the embankment.
material shall be paid for at the
Undercut and Backfill.
•
suitable material, obtained from off-site
by rolling. The necessary refilling will
This excavated material and the backfill
Contract unit price per cubic yard for
BORROW EXCAVATION. Borrow excavation shall consist of excavation made from
borrow areas outside the airport. Borrow excavation shall be made only at
designated locations and within the horizontal and vertical limits as directed.
Since borrow sources are outside the boundaries of the airport property, it
shall be the Contractor's responsibility to locate and obtain the supply, if
required, subject to the approval of the Owner. The contractor shall notify the
Owner, sufficiently in advance of the beginning of excavation, so that necessary
measurements and tests (if any) can be made. All objectionable material shall
be disposed of as directed. All borrow pits shall be opened up immediately to
expose the vertical face of various strata of acceptable material to enable
obtaining a uniform product. Borrow pits shall be excavated to regular lines
and shall be drained and left in a neat, presentable condition with all slopes
dressed uniformly.
The off-site borrow material may be a locally available red silty clay with
broken chert, provided a minimum of 50% of the material is retained on the No. 4
sieve. Other locally available borrow material may be approved providing the
material has a Plasticity Index of 20, or less, and a Liquid Limit of not
greater than 40.
FORMATION OF EMBANKMENTS. No embankment shall be constructed until the Owner
has approved the subgrade. Embankments under the pavement area which require
excavation and backfill shall be formed entirely of off-site borrow material.
Embankments shall be formed in successive horizontal layers of not more than 8
inches in compacted depth for the full width of the cross section.
The grading operations shall be conducted to produce a stable embankment. All
materials entering the embankment shall be reasonably free of organic matter
such as leaves, grass, roots, and other objectionable material. Soil, granular
material, shale, and any other material permitted for use in embankment shall be
spread in successive layers as specified.
Operations on earthwork shall be suspended at any time when satisfactory results
cannot be obtained because of rain, freezing weather, or other unsatisfactory
conditions of the field. The contractor shall drag, blade, or slope the
embankment to provide proper surface drainage.
The material in the layers shall be approximately 2 percent on the "wet side" of
optimum moisture content before rolling to obtain the prescribed compaction.
Wetting or drying of the material and manipulation when necessary to secure a
uniform moisture content throughout the layer shall be required. Should the
material be too wet to permit proper compaction or rolling, all work on all
Specifications - 4
portions of the embankment thus affected shall be delayed until the material has
dried to the required moisture content. Sprinkling shall be done with approved
equipment that will sufficiently distribute the water. Sufficient equipment to
furnish the required water shall be available at all times. Samples of all
embankment materials for testing, both before and after placement and
compaction, may be taken for each lift. From these tests, corrections,
adjustments, and modifications of methods, materials, and moisture content may
be made in order to achieve the correct density within the embankment material.
Rolling operations shall be continued until the embankment is compacted to the
required density as given below. The embankment shall be compacted, to a
minimum depth of 6 inches and to a density of not less than 95% of the maximum
density at optimum moisture as determined by the Standard Compaction Test ASTM D
698-78. Any areas inaccessible to a roller shall be consolidated and compacted
by mechanical tampers.
The in-place field density shall be determined in accordance with ASTM D2922.
Compaction areas shall be kept separate, and no layer shall be covered by
another until the proper density is obtained.
During construction of the embankment, the Contractor shall route his equipment,
both when loaded and when empty, over the layers as they are placed and shall
distribute the travel evenly over the entire width of the embankment. The
equipment shall be operated in such a manner that hardpan, cemented gravel,
clay, or other chunky soil material will be broken up into small particles and
become incorporated with the other material in the layer.
In the construction of embankments,
deepest portion of the fill; as
constructed approximately parallel to
starting layers shall be placed in the
placement progresses, layers shall be
the finished pavement grade line.
Frozen material shall not be placed in the embankment nor shall embankment be
placed upon frozen material.
The Contractor shall be responsible for the stability of all embankments made
under the Contract and shall replace any portion which, in the opinion of the
Owner, has become displaced due to carelessness or negligence on the part of the
Contractor.
There will no separate measurement for payment for compacted embankment, and all
costs incidental to placing in layers, compacting, disking, watering, mixing,
sloping, and other necessary operations for construction of embankments will be
included in the Contract price for Undercut and Backfill.
EQUIPMENT. The Contractor may use any type of earth -moving, compaction, and
watering equipment he may desire or has at his disposal, provided the equipment
is in a satisfactory condition and is of such capacity that the construction
schedule can be maintained as planned by the Contractor and as approved by the
Specifications - 5
•
•
•
Owner in accordance with the time allowed for the completion of construction.
The Contractor shall furnish, operate, and maintain such equipment as is
necessary to control uniform density, layers, section, and smoothness of grade.
PREPARATION AND PROTECTION OF .THE SUBGRADE. When completed, the surface shall
be true to the lines, grades, and cross section shown on the Plans or as
directed by the Owner. Any irregularities or depressions that develop under
rolling shall be corrected by loosening the material at these places and adding,
removing, or replacing material until the surface is smooth and uniform. Any
portion of the area which is not accessible to a roller shall be compacted to
the required density by approved mechanical tampers. The material shall be
sprinkled with water during rolling or tamping, when directed by the Owner.
All soft and yielding material and material which will not compact readily when
rolled or tamped shall be removed as directed by the Owner and replaced with
suitable material. After grading operations are complete, all loose stones
larger than 2 inches in their greatest dimension shall be removed from the
surface of all proposed graded paving areas and removed.
METHOD OF MEASUREMENT
EXISTING PAVEMENT DEMOLITION. Demolished pavements shall be paid for by the
complete item of removing and disposed of off-site.
UNDERCUT AND BACKFILL. Undercut and backfill material, if required, shall be
paid for by the number of cubic yards required to be removed and replaced. The
pay quantity shall be calculated from "before and "after" cross-section
information using the "average end areas" method, to the nearest 0.1 foot.
The Contractor shall not remove any excavated material from the site without the
Owner's approval, and shall measure the quantity in the presence of the Owner.
Should the contractor not measure the quantity in the presence of the Owner, the
contractor shall not have a claim for payment.
BASIS OF PAYMENT
EXISTING PAVEMENT DEMOLITION. Payment shall be made at the Contract lump sum
price. This price shall be full compensation for labor, materials, equipment,
tools, haul, disposal, and incidentals necessary to complete this item.
UNDERCUT AND BACKFILL. Payment shall be made at the Contract unit price per
cubic yard for undercut and backfill material for embankment under pavement.
This price shall be full compensation for furnishing all materials, labor,
equipment, tools, and incidentals necessary to complete the item.
Specifications - 6
r
•
•
•
CRUSHED STONE BASE COURSE
•
•
GENERAL
The work to be done shall include furnishing of all equipment, materials, and
other incidentals necessary, and performing all labor in every detail for the
placing of a maximum 6 -inch layer crushed stone base course (SB -2) below the
replacement concrete areas on an accepted subgrade in accordance with the Plans
and as specified herein and as required.
MATERIALS
The materials and construction shall conform to the requirements specified in
Section 306.02, Class SB -2, of the Arkansas State Highway Commission Standard
Specifications for Highway Construction. The thickness of the base may be
obtained from the Plans.
CONSTRUCTION METHODS
The base course material shall be placed on a completed and approved subgrade or
existing base that has been bladed to substantially conform to the grade and
cross section shown on the Plans.
The subgrade shall be prepared as specified and shall be free from an excess or
deficiency of moisture at the time of placing the base course. Base course
material shall not be placed on a frozen subgrade or subbase
The crushed stone shall be placed on the subgrade or other base course material
and spread uniformly to such depth and lines that when compacted it will have
the thickness, width and cross section shown on the Plans.
If the required compacted depth of the base course exceeds 6 inches, the base
shall be constructed in two or more layers of approximate_ equal thickness. The
maximum compacted thickness of any one layer shall not exceed 6 inches. When
vibrating or other approved types of special compacting equipment are used, the
compacted depth of a single layer of the base course may be increased to 8
inches upon approval.
The spreading shall be done the same day that the material is hauled, and it
shall be performed in such manner that no segregation of coarse and fine
particles nor. nests or hard areas caused by dumping the crushed stone on the
subgrade will exist. To insure proper mixing, the crushed stone shall be bladed
across the roadbed before being spread. Care shall be taken to prevent mixing
of subgrade or shoulder material with the base course material in the blading
and spreading operation.
Each course shall be compacted by any satisfactory method that will produce the
density hereinafter specified. The crushed stone shall be substantially
Specifications - 7
maintained at optimum moisture during the mixing, spreading, and compacting
operations, water being added or the material aerated as may be necessary. The
specified grade and section shall be maintained by blading throughout the
compaction operation. The material in course shall be crushed stone compacted
across the full width of application.
The compacted base course shall be tested for depth and any deficiencies
corrected byscarifying, placing additional material, mixing, reshaping, and
recompacting to the specified density, as directed.
Testing. The crushed stone base course shall be compacted to a minimum density
of 95% as determined by the Standard Proctor Test, ASTM D-698-78. Density Tests
according to ASTM D-2922 will be performed by a Testing Laboratory retained by
the Owner to assure the compaction has been obtained. The Owner will bear the
cost of all passing tests. The Contractor shall bear the cost for all tests
which do not meet the Specifications.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT
The quantity of crushed stone base (SB -2) material delivered, placed and
compacted by the Contractor to be paid shall be the total number of tons
determined from weight tickets delivered with each truckload and surrendered to
the Owner. Payment shall be made for the number of tons completed and accepted
by the Owner at the unit prices bid in the Proposal. Payment shall be full
compensation for the furnishing of all materials, labor, equipment, and other
incidentals necessary to complete this item of work.
Specifications - 8
•
PORTLAND CEMENT CONCRETE PAVEMENT
DESCRIPTION. This item shall consist of plain structural portland cement
concrete pavement, prepared and constructed in accordance with these
Specifications, at the locations and of the form and dimensions shown on the
Plans. The concrete shall be composed of coarse aggregate, fine aggregate,
portland cement, and water.
MATERIALS
GENERAL. Materials, conforming to the requirements of these Specifications,
shall be used in the work. They may be subjected to inspection and tests at any
time during the progress of their preparation or use. Representative
preliminary samples of the materials shall be submitted by the Contractor, when
required, for examination and test. Materials shall be stored and handled to
insure the preservation of their quality and fitness for use and shall be
located to facilitate prompt inspection. All equipment for handling and
transporting materials and concrete must be clean before any material or
concrete is placed therein.
In no case shall the use of pit -run or naturally mixed aggregates be permitted.
The mixing of different kinds of aggregates from different sources in one
storage pile or alternating batches of different aggregates will not be
permitted.
COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements
of ASTM C-33.
Sieve Size % Passing
100
1" 90-100
25-60
#4 0-10
Specifications - 9
•
FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of
ASTM C-33.
The fine aggregate shall be well graded from fine to coarse and shall meet the
following grading requirements, when tested in accordance with ASTM C-37:
Sieve designation Percentage by weight
(square openings) passing sieves
3/8 inch 100
No. 4 - 95-100
No. 16 45-80
No. 30 25-55
No. 50 10-30
No. 100 2-10
Blending will be permitted, if necessary, in order to meet the gradation
requirements for fine aggregate. Fine aggregate deficient in the percentage of
material passing the No. 50 mesh sieve may be accepted, provided that such
deficiency does not exceed 5% and is remedied by the addition of pozzolanic or
cementitious materials other than portland cement, as specified in 610-2.6 on
admixtures, in sufficient quantity to produce the required workability as
approved by the Engineer.
CEMENT. The cement used shall be portland cement conforming to the requirements
of the type specified:
(a) Portland cement
(b) Air entraining portland cement
ASTM C-150
ASTM C-260
WATER. The water used in concrete shall be free from sewage, oil, acid, strong
alkalies, vegetable matter, and clay and loam. If the water is of questionable
quality, it shall be tested in accordance with AASHTO T 26.
ADMIXTURES. The use of any material added to the concrete mix shall be approved
by the Engineer. Before approval of any material, the Contractor shall be
required to submit the results of complete physical and chemical analyses made
by an acceptable testing laboratory. Subsequent tests shall be made of samples
taken by the Engineer from the supply of the material being furnished or
proposed for use on the work to determine whether the admixture is uniform in
quality with that approved. -
Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 311 or
raw or calcined natural pozzolans meeting the requirements of ASTM C 618.
Specifications - 10
•
Air -entraining admixtures shall meet the requirements of ASTM C-494. Air
entraining admixtures shall be added at the mixer in the amount necessary to
produce 5% t 1% air content, by volume.
Water -reducing,
'494, Type A,
Water -reducing
air -entraining
instructions.
set -controlling admixtures shall meet the requirements of ASTM C
water -reducing or Type D, water -reducing and retarding.
admixtures shall be added at the mixer separately from
admixtures in accordance with the manufacturer's printed
JOINT FILLER. Joint Sealing filler shall consist of a resilient and adhesive
joint sealing filler capable of effectively sealing joints in portland cement
concrete pavements, and shall conform to the following type specified in the
section Joint Sealing Filler.
Jet Fuel Resistant, Hot applied, conforming to and with either ASTM
D-1854 or D-3569.
STEEL REINFORCEMENT. Concrete reinforcing shall consist of deformed bars of
either structural, intermediate, or hard grade billet steel meeting. To qualify
as deformed, bars shall conform to the requirements of ASTM A 615.
CALCIUM CHLORIDE. When calcium chloride is not permitted in the concrete as an
accelerator.
COVER MATERIALS FOR CURING. Curing materials shall be Liquid Membrane -Forming
Compounds for Curing Concrete (Type 2) per ASTM C-309.
CONSTRUCTION METHODS
GENERAL: The Contractor shall furnish all labor, materials, and services
necessary for, and incidental to, the completion of all work as shown on the
drawings and specified herein. All machinery and equipment owned or controlled
by the Contractor, which he proposes to use on the work, shall be of sufficient
size to meet the requirements of the work, and -shall be such as to produce
satisfactory work; all work shall be subject to the inspection and approval of
the Owner. The Contractor shall employ, at all times, a sufficient force of
workmen of such experience and ability that the work can be prosecuted in a
satisfactory and workmanlike manner.
CONCRETE PROPORTIONS. The concrete shall consist of a mixture of coarse
aggregate, fine aggregate, portland cement, and water. All aggregates and bulk
cement shall be measured by weight. In proportioning aggregates and mixing
water, compensation shall be made for the weight of moisture in the aggregates,
and this shall be determined periodically.
Specifications - 11
•
Concrete Proportions
Cement
Type of content 28 Day Minimum Slump
coarse (min. Strength Air range
aggregate bags) (min.) Content (inches)
Crushed stone 5.5
3500 psi 5% +1% 3-5
The proportions in the above table are based on the use of well -graded
aggregates. If it is impossible with the aggregates selected to prepare
concrete of the proper consistency without exceeding the maximum net water
content specified, the total weight of aggregate shall be reduced by the
Engineer until concrete of the proper consistency is obtained without exceeding
the maximum net water content specified. However, the Contractor shall not be
compensated for any additional cement which may be required by such adjustment.
The minimum strength for the concrete shall be 3500 psi at 28 day.
The weights specified in the above table were calculated for aggregates of the
following bulk specified gravities: Natural sand and gravel, 2.65; crushed
stone, 2.70. For aggregates of specific gravities differing more than ± 0.02
from those given above, the weights given in the tables shall be corrected. The
quantities shown for cement and water shall control, and the weights of
aggregates shall be varied to secure the proper yield based on absolute volumes.
When a special mix requiring a reduction in the amount of water is desired, the
quantities of aggregate shall be increased to maintain the specified yield.
If at any time such cement content is found to be less than that specified per
cubic yard, the batch weights shall be reduced until the amount of cement per
cubic yard of concrete conforms to the requirements.
The net mixing water shall be adjusted for the moisture contained in the
aggregates, and for the moisture which they will absorb, in order to determine
the amount of water to be added at the mixer. The absorption of the fine and
coarse aggregates shall be determined by ASTM C-127 and C-128.
When an air -entraining agent or air -entraining portland cement is used, there
will be a bulking of the mortar of the concrete due to the amount of entrained
air To keep the cement factor specified at the correct amount, the weight of
the fine aggregate shall be reduced. The reduction in the fine aggregate shall
be determined by yield tests as specified. Under average conditions the
reduction of the sand should be about 3% of the total weight of the fine and
coarse aggregate. The air content of the concrete shall be between 4 and 6%, by
volume.
Specifications - 12