HomeMy WebLinkAbout2015-06-23 - AGENDA REPORTS - SIERRA HWY PROJ B3014 (2)0
Agenda Item: 7
CITY OF SANTA CLARITA
Q) AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: June 23, 2015
SUBJECT: SIERRA HIGHWAY BEAUTIFICATION AND INTERSECTION
IMPROVEMENTS, PROJECT B3014 - AWARD CONSTRUCTION
CONTRACT
DEPARTMENT: Public Works
PRESENTER: Damon Letz
RECOMMENDED ACTION
City Council:
I . Approve the plans and specifications for the Sierra Highway Beautification and Intersection
Improvements, Project B3014.
2. Award the construction contract to STL Landscape, Inc., in the amount of $1,059,000, and
authorize a contingency in the amount of $158,850, for a total contract amount not to exceed
$1,217,850.
3. Authorize the City Manager or designee to execute all necessary documents, subject to the
approval of the City Attorney.
BACKGROUND
This project will install hardscape, landscape, and irrigation in the existing medians along Sierra
Highway between Via Princessa and Soledad Canyon Road and install a triple left -turn pocket
from northbound Sierra Highway to westbound Soledad Canyon Road. The improvements for
the project are within the City of Santa Clarita (City) and California Department of
Transportation (Caltrans) jurisdictions. Caltrans' right-of-way is between Via Princessa and the
State Route 14 northbound oft -ramp. The project is also part of the City's adopted Capital
Improvement Program. The project will increase the capacity of the Soledad Canyon Road and
Sierra Highway intersection by adding an additional left -turn lane.
APPRU WEB Page
Packet Pg. 76
0
The intersection of Soledad Canyon Road and Sierra Highway is one of the busiest in the City.
During peak hours, traffic volumes can exceed the intersection capacity causing excessive delays
for motorists. During these periods, adjustments to the signal timing will have little or no effect
on traffic flow. City staff determined adding an additional left -turn lane and reducing the green
time for northbound traffic will enhance the operation of this intersection and improve the
existing traffic conditions.
The landscape design associated with this project is certified and compliant with Assembly Bill
1881, the state law regarding water efficiency. The medians will incorporate the City's water
management technologies and standard drought -tolerant landscape design and will be prepared
for recycled water when it becomes available. In addition, the City will install pavers along the
median edges in place of stamped concrete. Investing in high-quality landscape projects within
the public right-of-way helps maintain higher property values, while ensuring water is managed
in a responsible manner.
An invitation to bid was published three times, April 24, 27, and 29, 2015, and was advertised on
the City's website. The project plans and specifications were also sent to area plan rooms. There
were a total of five bids submitted to the City, which were opened by Purchasing on
May 26, 2015. The results of the bid amount are shown below:
Company
STL Landscape, Inc.
Granite Construction Company
CS Legacy Construction
R.C. Becker and Son, Inc.
Sully -Miller Contracting
Location
Bid Amount
Los Angeles, CA
$1,059,000
Lancaster, CA
$1.060,932
Pomona, CA
$1,088,962
Santa Clarita, CA
$1,183,561
Brea, CA
$1,230,000
Staff recommends the project be awarded to STL Landscape, Inc., the lowest responsible bidder.
STL Landscape, Inc., possesses a valid state contractor license and is in good standing with the
Contractors State License Board. The contractor's bid has been reviewed for accuracy and
conformance to the contract documents and was found to be complete.
While the City maintains a Support of Local Businesses policy that can be utilized by the City
Council when warranted, the City is governed by the State Public Contract Code with regard to
public works project procurement. In these types of procurements, the Public Contract Code does
not permit a city to utilize a Support of Local Businesses policy and instead requires the contract
be awarded to the lowest responsible bidder.
The requested construction contingency will cover costs of unforeseen site conditions uncovered
during the median excavation, conflict with unknown utilities, any traffic control modification
required by Caltrans when working within their right-of-way, and the removal of unsuitable soil
and import of plant soil.
Page 2
Packet Pg. 77
The Sierra Highway Beautification and Intersection Improvements project budget is $1,550,000,
allowing for a contract in the amount of $1,059,000 and a contingency of $158,850 for a total
contract amount not to exceed $1,217,850. The remaining funds of $332,150 will be used to
cover designer construction support, inspection by a Landscape Maintenance District inspector,
material inspectors, labor compliance, staff time for project management and construction
support, and miscellaneous project costs.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate Gas Tax (Fund 230) and Landscape Maintenance District (Fund 357) funds have been
appropriated to expenditure accounts B3014230-5161.001 and B3014357-5161.001 to provide
for all anticipated project costs.
ATTACHMENTS
Location Map
Contract for STL Landscape, Inc. (available in the City Clerk's Reading File)
0'
Page 3
Packet Pg. 78
e
H
VID
7.a
------- , DxED.
"'
SANTA CLARITA
g i i Sierra Highway Beautification
and Intersection Improvements,
i Project #B3014
- -
art i I Sierra Highway from Solaced Canyon Road to Via Princessa
I m° vnsoo t
ao
$ M C y° r.r' I
�Q a I I-
��rLL, ,iii_ Pj:Jcn�oN xogo 1-��`•� ��--__�
u rx.°xxw.
I -1
a� A m E �•__- i wxsnry�o/� �- S�etn
!I J P'EWHRLL MNGHP x datZ
X X
°
xA 'X OLEOPD LPxYON I
Project Location
n � ,:P °
^xiExo.µcE+� --t`y.. pDLl
_• i
,w I
�I'LALL D° Ece
e-
a.
%4eS�
\�9eies
,rtRw.
..1-
) \ V
Packet Pg. 79 1
CON -9
Council Approval Date:
Agenda Item:
Contract Amount:
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Sierra Highway Beautification and Intersection Improvements
Bid No. ENG -14-15-B3014
Project No. B3014
This AGREEMENT is made and entered into for the above -stated project this day of
20 , BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and
STL Landscape Inc as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and
all addenda or supplemental agreements clarifying or extending the work contemplated as may
be required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -
stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences
arising out of the nature of the work during its progress or prior to its acceptance including those
for well and faithfully completing the work and the whole thereof in the manner and time
specified in the aforesaid contract documents; and also including those arising from actions of
the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
Revised 12012 D - 1 Page 1 of 7
Council Approval Date:
Agenda Item:
Contract Amount:
ARTICLE IV
CON -9
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to
provide the materials, do the work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay
the same at the time, in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
City and its respective elected and appointed boards, officials, officers, agents, employees, and
volunteers (individually and collectively, "Indemnitees") shall have no liability to
CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect,
and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of
action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever
nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which
Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or
arising out of any injury to or death of any person(s), damage to property, loss of use of property,
economic loss, or otherwise occurring as a result of or allegedly caused by the
CONTRACTOR'S performance of or failure to perform any services under this Agreement, or
by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or
employees, committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters
against which CONTRACTOR has agreed to indemnify Indemnitees as provided above,
CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel
acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have
first paid for any of the matters to which Indemnitees are entitled to indemnification in order to
be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in
this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this
section shall survive the expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active
negligence or acts of omission.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
Revised 112012 D-2 Page 2 of 7
CON -9
Council Approval Date:
Agenda Item:
Contract Amount:
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations
and policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR
and nothing contained herein shall be construed as making the CONTRACTOR, or any
individual whose compensation for services is paid by the CONTRACTOR, an agent or
employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but
not limited to, the following and as otherwise required by law. The terms of the insurance policy
or policies issued to provide the above insurance coverage shall provide that said insurance may
not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without
thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the
City Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by
law for damages on account of bodily injury, including death therefrom, suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by or from acts or
activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its
control or direction. Such public liability and property damage insurance shall also provide for
and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in
full force and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
Revised 1/2012 D-3 Page 3 of 7
CON -9
Council Approval Date:
Agenda Item:
Contract Amount:
the City's Risk Manager shall be submitted to City prior to execution of this Agreement on
behalf of the City.
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by
this Agreement, City may obtain coverage at CONTARCTOR'S expense and deduct the cost of
such insurance from payments due to CONTRACTOR under this Agreement or terminate. In
the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore. CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation.
CONTRACTOR must ensure that there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance
shall not be construed as limiting in any way the extent to which the CONTRACTOR may be
held responsible for the payment of damages to persons or property resulting from the
CONTRACTOR's activities or the activities of any person or persons for which the
CONTRACTOR is otherwise responsible.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply
with the laws of the State of California and which shall indemnify, inure and provide legal
defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising
from any injuries or occupational diseases happening to any worker employed by the
CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such
insurance shall also contain a waiver of subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the tern of this
AGREEMENT, and any extension thereof, public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000 combined
single limit. All such insurance shall be primary insurance and shall name the City of Santa
Clarita as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
Revised 1/2012 D-4 Page 4 of 7
CON -9
Council Approval Date:
Agenda Item:
Contract Amount:
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department
(EDD) of the State of California requires that a W-9 Form be filed by all vendors for all
AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required
forms necessary to comply with EDD regulations.
ARTICLE X
Tenn
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This AGREEMENT may be terminated with or
without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise
agreed in writing between CONTRACTOR and CITY. In the event of termination,
CONTRACTOR shall be entitled to compensation for all satisfactory services completed and
materials provided to the date of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies
hereunder, shall not be construed as a waiver or relinquishment of the future performance of any
such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless
otherwise provided for herein.
Revised 1/2012 D-5 Page 5 of 7
Council Approval Date:
Agenda Item:
Contract Amount:
Severability
CON -9
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such
holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall
then be construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City's Labor Compliance Program.
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Prevailing Wages
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its
workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY'S
Engineering Division or the website for State of California prevailing wage determination at
www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, and the City's California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of
the Labor Compliance Program is available for review upon request at the Office of the City
Clerk. All pertinent state statues and regulations, including, but not limited to those referred to
in this contract and in the City's Labor Compliance Program, are incorporated herein as though
set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current
edition of all applicable state statues and regulations and adhering to the latest editions of such.
Revised 12012 D-6 Page 6 of 7
Council Approval Date:
Agenda Item:
Contract Amount:
Protection of Resident Workers
CON -9
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity and employment eligibility of anyone to be hired,
which includes completing the Employment Eligibility Verification Form (1-9). The Contractor
shall establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this
day of 20_.
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
ALL SIGNATURES MUST BE Signed By:
WITNESSED BY NOTARY
CITY:
Attest:
Approved as to Form:
Print Name & Title:
CONTRACTOR's License No.
Class
Mayor/City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita
City Attorney of the City of Santa Clarita
Date:
Date:
Date:
Revised 12012 D-7 Page 7 of 7
ADDENDUM NO, I
Sierra Highway Beautification and Intersection Improvements
City Project B3014
Bid No. ENG -14-15-B3014
City of Santa Clarita, California
DATE 5/7/I5
This Addendum forms a part of the Contract Documents for the above -identified project and modifies
the original Specifications and Contract Documents, as noted below. Portions of the Contract, not
specifically mentioned in the Addendum, remain in force. All trades affected shall he fully advised of
these changes, deletions, and additions.
CHANG M TO SPECIFICATIONS
SECTION B - I NSTRUCTIONS TO BIDDERS
14. AWARD OF CONTRACT Add the following after the first sentence:
The Basis of award of the contract shall be the CONTRACTOR's BASE BID
SECTION C - PROPOSAL
BID SCHEDULE: Remove Bid Schedule and Replace with Revised Bid Schedule as
attached. Contractor shall submit the attached Revised Bid Schedule as pan of hisrher
proposal.
Ill. SECTION F- SPECIAL PROVISIONS
BID ITEM - 4 CUT, DEMOLISH, AND PROPER DISPOSAL OF EXISTING
ASPHALT/CONCRETE/BASF/SOIL EXPORT IN MEDIANS - SIERRA HIGHWAY
Revise the last sentence of Section Measurement and Paynment section to the following
Payment for this item shall include full compensation for furnishing all labor, materials,
tools, equipment and incidentals and for doing all the work involved with the CUT,
DEMOLISH. AND PROPER DISPOSAL, OF EXISTING
ASPHALT'CONCRETE(BASE/SOII, EXPORT 1N THE MEDIANS, complete in place,
including saw cutting and sign removal as shown on the demolition plans, SSPWC, these
special provisions and as directed by the L agineer.
ADD ALTERNATE ITEM I - CONCRETE PAVERS
A. SCOPE,
The paving within the medians shall be concrete unit pavers. The concrete pavers define
the maintenance strips along back of curb and the extended paving arcas at the noses of
the medians as shown on the project plans.
B. MATERIALS
Cglmrcte Unit Pavers
Pavers shall be similar to 'Castle Cobble I' with an equal parts color blend of
sandstone/mochn by Angelus Block. The paver- shall be placed in a random runner
pattern in alignment with the curb (see attached paver detail) with the colors placed in
random groups of 3 to 7 matching colors_
BUM4 Addandum 1, Page I
Prepare I ' . 6" x 6' sample paving patter layout for approval by the City
Representative.
These units shall conform to ASTM specifications with a minimum compressive
strength of 8000 psi and a maximum of 7% absorption. The paver units shall have a
chamfer around the top edge of the unit. Pavers within the medians shall have a thickness
of 60 mm.
Provide only sound pavers free of defects that could interfere with proper installation
or reduce the service life of the finished work. Minor cracks and minor chipping
incidcntai to methods of manufacture or handling an. subject to visual inspection and
the Engineer's acceptance. Excessive cracks and chips will be cause for rejection.
There must be no efflorescence evident upon visual inspection of the pavers at the project
site.
Base material for sidewalk pavers shall be CAB with a %", to I" sand setting bed.
Base material shall be Crushed Aggregate Base (CAB) and comply with the requirements
of Section 200-1 and 200.2 of the Standard Specifications.
Bedding & Joint Sand
A. Provide bedding and joint sand as follows:
1. Washed, clean, non -plastic, free from deleterious or foreign matter,
symmetrically shaped, natural or manufactured from crushed rock.
2. Do not use limestone screenings, stone dust, or sand for the bedding sand
material that does not conform to conform to the grading requirements of
ASTM C 33.
Do not use mason sand or sand conforming to ASTM C 144 for the bedding
sand.
Sieve according to ASTM C 136.
Bedding Sand Material Requirements: Conform to the grading requirements
of ASTM C 33 with modifications as shown in Table I
Ts ! I
Grading Requirements for Bedding Sand ASTM C 33
Sieve Size Percent Passing
3/8 in.(9.5 mm) 100
No. 4 (4.75 mm) 95 to 100
No. 8 (2.36 min) 85 to 100
No. 16 (1.18 mm) 50 to 85
No. 30 (0.600 mm) 25 to 60
No, 50 (0,300 mm) 10 to 30
No. 100 (0.150 mm) 2 to 10
No. 200 (0.075 mm) 0 to 1
6, Joint Sand Material Requirements: Stabilizing joint sand shall be similar to
`PolySweep Polymeric Sand - Tan' as provided by SEK-Surebond and
conform to the grading requirements of ASTM C 144 as shown with
modifications in Table 2 below:
Table 2
Grading Requirements for Joint Sand
ASTM C 144
ASTM C 144
Natural Sand
Manufactured Sand
Sieve Size
Percent Passing
Percent Passing
No. 4 (4.75 mm)
100
100
No. 8 (2.36 mm)
95 to 100
95 to 100
No. 16 (1.18 mm)
70 to 100
70 to 100
B3014 Addendum I. Page 2
No. 30 (0,600 mm)
40 to 7$
40 to 100
No� 50 (0.300 mm)
10 to 35
20 to 40
No. 100 (0. 150 nim)
2 to 15
10 to 25
No. 200 (0.075 mm)
Oto 1
0 to 10
C. METHODS
Place base course materials on an approved undisturbed soil base or soil compacted to
95% density, Spread base course material and compact to 95% of maximum unit
weighc Screed. level, and shape 3A" -l" deep sand base course surface to required
grade and cross section within a tolerance of 118 inch. In all locations the paving is to
be contained by a metal edge restraint or an adjacent curb.
Spread bedding and leveling course materials evenly over the entire area to be paved,
screcd leveling sand to a level that will proviiie a minimum 3/4 -inch thickness
when the pavers are placed and vibrated. Protect completed bedding and leveling
course from damage until covered with paver units. Do not pre- compact leveling
course.
Correct any unsatisfactory substrate or installation conditions prior to placing any
pavers, Where cutting is required, use the largest siye pavers possible. No cuts narrower
than I oil edge of paved surface. Cut pavers to provide required panem and to
neatly fit adjoining work. Ragged paver cuts will not be accepted. Cut through the full
thickness of the paver%.
Vibrate pavers to final grade with three or more passe,, or a vibrating plate
compactor, After the first pass, brush joint filler material 'over the surface and
vibrate into the joints with additional passes, Completely fill joints w-ith stabilizing
joint sand. After final vibruting, the surface must be true to grade and not vary by more
than 1/4 inch when tested with a 10 -foot straightedge at any location on -the surface.
Remove and replace pavers that are broken, chipped, stained, or othervvise
damaged. Provide new matching pavers. iastall as specified to minimize evidence of
replacement.
Clean pavers during installation and upon completion of the work. Repair damage to
adjacent areas resulting from paver installation operations. as directed by the City
Representative.
Remove and property disposc of all excess material and debris upon completion of
paver installation.
11 MEASUREM.cmr AND PAYMENT
The contract square foot price paid for CONCRETE PAVERS. shall include full
compensation for rumishing all labor, materials, tools, equipment, and incidentals and
for doing all the work involved in purchasing, storing and installing CONCRETE
IIAVI-.'RS, as shown on the plans, as specified in the Standard Specification,-. and
these Special Provisions, its shown on the plans and as directed by the City
Representative. Base material including compacted subgrade, CAB and sand bedding
shall be included in the price paid for concrete pavers.
ADD ALTERNATE ITEM I b — METAL EDGING
A. SCOPE
METAL EDGING shall be ubed as a continuous edge restmint for the concrete unit
pavers where pavers are set against a planted edge. All curves in the edging shall be
partial arcs of circles as illustrated on the plans. The edgingsball be installed before the
B3014 Addendurn 1, Page 3