ORDER NO. 17150 CITY OF KERRVILLE AUTHORIZED TO ADVERTISE AND ACCEPT BIDS FOR PHASE II SANITARY LANDFILL CLOSURE On this the 9th day of March 1987, upon motion made by Commissioner Ray seconded by Commissioner Baldwin , the Court unanimously approved that the City of Kerrville be authorized to advertise and accept bids for PHASE II SANITARY LANDFILL CLOSURE. .~~. BUSINESS OF THE CITY COUNCIL CITY OF KERRVILLE, TEXAS SUBJECT: Authorization of Bids for Phase II Sanitary Landfill Closure PROCEEDINGS: Authorization to request bids AGENDA MAILED'TO: FOR AGENDA OF: 3/10/87 SUBMITTED BY: J. Menn a DATE SUBMITTED: 3/5/87 CLEARANCE,S~1 ~ R. Conne Terrell, ~~, R. Thoma EXHIBITS: Landfill Closure Plan Map (Landfill Closure Plan'on file in Public Works office) dlh APPROVED FOR SUBMITTAL: ,~!/1~ ~:xpenaicure current tsalance wmount /wccount Regd: _____ _-in Acct: $51_,000 ( Bdgted: $51,OOO~~No.: 01-35-8501 SUMMARY This is a budgeted expenditure #01-34-9501. Estimated expenditure amount for equipment and labor necessary to close out areas B, C, and D on the attached Landfill Closure Plan map is $51,000. Areas B, C, and D comprise approximately 55$ of Permit 510 that contains solid waste. ~- RECOMMENDED ACTION Authorize staff to accept bids. (County concurrence required.) i o . ~ ~" CONTRACT CITY OF KERRVILLE This agreement made this day by and between the City of Kerrville, sometimes called "City," and named "Contractor", as follows: 1. TAE WORK The work to be done under this contract includes the furnishing of all superintendence, labor, material, transportation, tools, supplies, plaht equipment, and appurtenances necessary .for placing earth cover as herein specified~bn the area designated as Phase II. The following are incorporated herein by reference: a. Invitation to Bid b. instructions to Bidders c. Proposal d. General Conditions e. Special Conditions f. Plat of Areas g. Written addenda may be issued before bids are due; if so, they become part of this contract. 2. CONTRACT SUM The City shall pay the Contractor the Contract Lump Sum of The amounts actually accomplished shall not affect the amount due the Contractor. The Contractor's bid form is incorporated herein by reference. 3. TIME The work to be performed hereunder shall commence on date Notice to Proceed has been given by City. Thereafter, substantial completion shall be achieved in no more than calendar days. 4. LIQUIDATED DAMAGES Liquidated damages are hereby established in the amount of twenty-five dollars ($25.00) per calendar day for each calendar day after the above-stated date that the work is not substantially complete. City may offset any such liquidated damages against any sums from time to time due by City to Contractor. ~. _ ~. .~ ,.. ~ Page 2 The completion time assumes that fifteen percent (15~) of the calendar days are "bad weather days," days on which the work cannot proceed; therefore, the time for completion shall not be extended on account of bad weather until the said number of assumed "bad weather days" has been exceeded. Any additional days that work cannot be performed because of bad weather shall cause an extension in the contract .for the same number of days. The time for completion shall not be extended except by written memorandum executed by the Contractor and the City Manager,,, except as allowed above. The Contractor shall make written application to the City within ten days of the day, event, or cause claimed by the Contractor to be a delay. Failure to make such written claim within such time shall result in a waiver by the Contractor of an extension for those particular days, events, or causes. If, for example, _ this Contract assumes twenty bad weather days and Contractor desires a one-day extension for the twenty-first day of rain, _ the Contractor shall make a written claim within ten days of such twenty-first day. The said amount per day is not a penalty but an agreed amount of actual damages, which is difficult to calculate. Such damages include loss of staff time, answering complaints by citizens who have been inconvenienced by the work, City Council time, and other damages difficult to anticipate. 5. PROGRESS PAYMENTS The City shall pay the Contractor ninety percent (90$) of that portion of the Contract Lump Sum properly allocable to labor, materials, and equipment incorporated in the Work and ninety percent (90$) of that portion of the Contract Lump Sum properly allocable to materials and equipment suitably stored at the site or at some other location agreed upon in writing _ ~ by the City Engineer, less the aggregate of previous payments made by the City and, upon Substantial Completion of the entire work, a sum sufficient to increase the total payments to ninety percent (90~) of the Contract Lump Sum. All ' retainages from progress payments shall be withheld without liability for interest. 6. LIABILITY The Contractor shall indemnify and save harmless the City and its employees from any and all liabilities arising out of the work, even though it be alleged or proved that the City's negligence caused, solely or in part, such liability. ~ ~ Page 3 7. CASUALTY INSURANCE In the event the work includes structures or buildings susceptible to fire damage, windstorm, or other casualty, then the Contractor, before being authorized to begin work, shall furnish the City a duplicate original of an insurance policy, naming the City as an additional insured. Such insurance shall insure both the City and the Contractor during the term of the work against loss by fire, windstorm, vandalism, theft, or other casualty. Such policy shall be in the total amount of this Contract. 8. UAQ LITY OF WORK All work shall be of good workmanship. The Contractor shall comply with the City Building Code and all applicable professional and technical standards. 9. CHANGE ORDERS No change of this Contract, whether for additional work, additional compensation, or other, shall be effective unless prior thereto a written change order has been authorized by the City Council. Employees of the City do not have the authority to issue change orders. 1~. SUBCONTRACTORS The Contractor shall employ no subcontractor until City Engineer or his superior has approved such subcontract in writing. The City shall not withhold unreasonably such approval. Signed as of this - Attest: Sheila Brand, City Clerk Attest: CORPORATE SEAL day of 19 CITY 0~' KERRVILLE, TEXAS BY: Glenn Brown, City Manager CITY SEAL CONTRACTOR: i ~ ~ Paqe 4 Approved as to form: Tom Terrell, City Attorney r INVITATION TO BID Sealed bids addressed to the City of Kerrville will be received by the office of the City Clerk, City Hall, 800 Junction Highway, Kerrville, Texas, 78028, and then publicly opened at 3:00 p.m. on 1987, in City Hall Meeting Room No. 1 for furnishing all labor and equipment and performing all work required for SANITARY LANDFILL CLOSURE - PHASE II in accordance with plans and specifications of the City of Kerrville. Bids will be received by the office of the City Clerk until 3:00 p.m. on the date of bid opening, or bids may be delivered to the City Hall, _ Meeting Room No. 1, at 3:00 p.m. on that date. Any bids received after this date and time will be returned unopened. All bids must be plainly marked "PROPOSAL FOR SANITARY LANDFILL CLOSURE - PHASE II - DO NOT OPEN" on the outside of the envelope. When sent by mail, the sealed - proposal marked as indicated above should be enclosed in an additional envelope. Plans, specifications, and bidding documents are on file in the office of the Public Works Department, City Hall, Kerrville, Texas, 78028. Plans and specifications furnished for bidding purposes remain the property of City of Kerrville and shall be returned in good condition within five (S) days after bids are opened. All bids shall be accompanied by a Cashier's or Certified Check in an amount of not less than ten percent (10%) of the total maximum bid price, payable to City of Kerrville, or an acceptable bid bond in the same amount as a guarantee that bidder will enter into a contract and execute performance bond and labor payment bond within ten (10) days after notice of award to him. The successful bidder must furnish a performance bond in the amount of one hundred percent (100%) of the contract price and a labor payment bond in the amount of one hundred percent (100%) of the contract price from a surety company acceptable to City of Kerrville. The City reserves the right to accept only that proposal which is in the best interest of the City of Kerrville and to accept or reject any or all..proposals. To be published Kerrville Mountain Sun Sheila L. Brand, City Clerk City of Kerrville, Texas INSTRUCTIONS TO BIDDERS 1. PROPOSAL AND CONTRACT FORMS - All bidders shall use only the proposal form furnished herein which will state the location and description bf the proposed work, approximate quantities of the various items of work to be performed for which a lump sum price is asked, and the time in which the work is to be completed. The proposal form will also contain any special conditions of agreement or special provisions. blanks. The Bidder shall execute the Construction Contract and complete any 2. ESTIMATES OF QUANTITIES - This is a lump sum job. The estimate of quantities listed in the proposal form shall be considered as approximate and will be used for comparison of proposals only and not for measurement and payment. It is understood that quantities may be more or less than the City's estimate. 3. PLANS, SPECIFICATIONS, AI3D SITEIS) OF WORK - Before submitting a proposal, the bidder shall examine carefully the proposal, plans, - specifications, special conditions of agreement, special provisions, contract forms and site(s) of the proposed work. He shall satisfy himself as to the character, quality, and quantities of work to be performed. The submission of a proposal by a bidder shall be conclusive evidence that he has complied with these requirements. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. 4. PREPARATION OF PROPOSAL - The bidder must submit his proposal on the form furnished herein. The blank spaces in the proposal shall be correctly completed in ink, as well as the correct name of the individual, firm, or corporation making the proposal, with signature(s) by the person or persons authorized to bind the individual, firm, or corporation. The bidder shall properly acknowledge all addenda in the spaces provided therefor on the proposal form. The lump sum bid price shall include sales tax on supplies and equipment used or consumed in the performance of the contract. Persons desiring further information or interpretation of the plans or specifications must make a written request for such information to the Engineer prior to seven (7) days before the time set for the opening of proposals: The person submitting the request will be responsible for its prdtnpt delivery. Any interpretation of the plans, specifications, and contract documents will be made by addendum only, and a copy of each addendum will be mailed or delivered to each person to whom a set of such documents has been furnished. The Engineer will not be responsible for any other interpretations of the plans, specifications, or contract documents. 5. REJECTION OF PROPOSALS - Proposals containing any omission, alteration of form, additions or conditions not called for, incomplete bids, or proposals otherwise regular which are not accompanied by acceptable IB - 1 _ ~. proposal guarantee will be considered irregular and may be rejected. In any case of ambiguity or lack of clearness in stating the price in the proposal, the City of Kerrville reserves the right to consider the most advantageous construction thereof or to reject the proposal. An unreasonable bid price may be cause to reject any proposal. 6. PROPOSAL GUARANTEE - Each proposal must be accompanied by a Cashier's or Certified Check, payable to the City of Kerrville or an acceptable bid bond in the amount of not less than ten percent (10~) of the total amount bid, as a guarantee that bidder will enter into a contract and furnish bonds on the forms provided within ten (10) days after notice of award of contract to him. 7. DELIVERY OF PROPOSAL - Each completed proposal shall be placed, together with the proposal guarantee, in a sealed envelope clearly identified on the outside as a proposal for the City of Kerrville, project description, and name and address of the bidder. 'When sent by mail, the sealed proposal marked as indicated above should be enclosed in an additional envelope. Proposals will not be considered unless submitted on or before the time designated in the Invitation to Bid. 8. WITHDRAWAL OF PROPOSALS - Any bidder, upon his written request, will be given permission to withdraw his proposal not later than the time set for the opening thereof. 9. CONSIDERATION OF PROPOSALS - For the purpose of proposals are opened and read, they will be compared, and made public. They will then be presented to the City Coin City of Kerrville reserves the right to reject any or all technicalities as may be considered for the best interest Kerrville. the award, after the the results will be zcil for award. The proposals and waive of the City of 10. RETURN OF PROPOSAL GUARANTEES - The proposal guarantees accompanying the proposals may be retained until the contract is awarded and the successful bidder executes the contract and furnishes the required bonds; after which they will be returned to the bidders. 11. FURNISHING BONDS - Within ten (10) days after award of the contract, the successful bidder shall execute the contract and furnish the City of Kerrville with performance bond and labor bond, each in the full amount of the contract price, executed by a surety company acceptable to the City of Kerrville. The bonds are to be furnished as a guarantee of the faithful performance of the work and for the protection of the claimants for labor. Should the bidder to whom the contract is awarded refuse to furnish the required bonds within ten (10) days after notice of award of the contract to him, the proposal guarantee shall become the property of the City of Kerrville, not as a penalty, but as liquidated damages. 12. BID INCLUDES EXECUTING CONTRACT - As part of the bid, Contractor shall execute the "Construction Contract, City of Kerrville" and fill in all blanks. IB - 2 Y ~~: 1 :, ~ y .^ :, .. 3 i 13. APPROVAL OF CONTRACT - The contract will be approved and signed by the Mayor of the City of Kerrville, Texas. The contract will not be binding upon the City of Kerrville until it has been executed by the City of Kerrvill~ and delivered to the Contractor. IB - 3 r PROPOSAL TO THE CITY OF KERRVILLE, TEXAS Date 1987 Mr. Glenn D. Brown, City Manager City of Kerrville 800 Junction Highway Kerrville,, Texas 78028 Dear Mr. Brown: The undersigned, in compliance with your invitation to bid for the "Sanitary Landfill Closure - Phase II" for the City of Kerrville, Texas, having examined the plans, contract documents and specifications, and the site of the proposed work and being familiar with all of the conditions surrounding construction of the proposed project, proposes to furnish all labor and equipment and perform all work required for construction of the project in accordance with the plans and contract documents and specificiations for the following lump sum price: Estimated Quantities - Item Description of (Not for Measurement No. Project ~ Area ~ and Payment) Units 1. Leveling/Smoothing Areas B, C, and D 21 Acres 2. Embankments (cover), Area C Ordinary compaction - 6" 1,093 Cu.Yds. 3. a. Embankments (cover), Area D Ordinary compaction - 6" 2,694 Cu.Yds. b. Area D, S & SE Perimeter Ordinary compaction - 24" 2,100 Cu.Yds. 4. a. Proof Roll Subgrade, Area B b: Impermeable Lift - 6", Stockpile 1 .(not less than 100 density of ATSM D-698-78 with maximum moisture) 4,676 Cu.Yds. c. Embankment (cover), Area B Ordinary Compaction - 6" 4,676 Cu.Yds. TOTAL LUMP SUM BID P - 1 Enclosed with the proposal is a (Cashier's or Certified Check payable to the City of Kerrville) (Bid Bond) in the amount of (Dollars) (S ). It is agreed that in the event this proposal is accepted by the City of Kerrville and the undersigned bidder fails to execute a contract and furnish performance and payment bonds within ten (10) days after notice of award of contract to him, the proposal guaranty shall become the property of the City of Kerrville as Liquidated Damages for delay and inconvenience; otherwise, said check or bond shall be returned to the bidder after the successful bidder has executed a contract and furnished the required bonds. SANITARY LANDFILL CLOSURE - PHASE II Working Days The undersigned acknowledges receipt of the following addenda: Addendum No. 1 dated received Addendum No. 2 dated received Addendum No. 3 dated received tractor Title Address Telephone Number• P - 2 r SECTION GC GENERAL CONDITIONS GC.1. PERMITS, CERTIFICATES, LAWS, AND ORDINANCES The Contractor shall, at his own expense, procure any and all permits, certificates, and licenses required of him by law for the execution of his work. The owner will furnish permits from the Texas Department of Highways and Public Transportation and railroad companies for crossing their properties with utility extensions if such are required. GC.2. MANUFACTURER'S CERTIFICATES ~. All manufacturer's certificates required herein are to be furnished by the Contractor at his own expense. GC.3. BOUNDARIES OF WORK The Owner will provide land and rights-of-way for the work - specified in this contract and make suitable provisions for ingress and egress, and the Contractor shall not enter on or occupy with men, tools, equipment or materials any ground outside the property of the Owner without the written permission of the Owner of such ground. Other contractors and employees or agents of the Owner may for all necessary purposes enter upon the work and premises used by the Contractor, and the Contractor shall conduct his work so as not to impede unnecessarily any work being done by others on or adjacent to the site. GC.4. PROTECTION OF THE SITE The Contractor shall protect all structures, walks, pipelines, trees, shrubbery, lawns, and other improvements during the progress of his work and shall remove from the site all debris and unused materials. GC.S. TESTING OF MATERIALS All testing shall be performed by an approved agency for testing materials. The selection of the laboratory and the payment for such services sha•11 be made by the Owner. GC.6. EXAMINATION OF SITE OF THE PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for the surplus material not designated to be salvage materials, and methods of providing ingress and egress to private properties. GC - 1 GC.7. BARRICADES AND DANGER SIGNALS Where the work is performed in or adjacent to any street, alley, or public place, the Contractor shall (at his own cost and expense) furnish and erect barricades and/or fences and lights and/or danger signals for the protection of persons or property. Barricades shall be painted with a reflectorized paint or scotchlite tape. From sunset to sunrise the Contractor shall furnish and maintain lights at each barricade. Barricades shall be erected to endeavor to keep vehicles from being driven on or into any work under construction. The Contractor will be held responsible for all damage to the work because of the failure of barricades, signs, lights, and watchmen to protect it; and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at this cost and expense:' The Contractor's responsibility for the maintenance of barricades, signs, and lights and for providing watchmen shall not cease until the project has been accepted by the Owner. GC.B. COMPETENT WORKMEN The Contractor shall employ only competent workmen for the execution of this work, and~all such work shall be performed under the direct- supervision of an experienced superintendent. GC.9. CONTRACTOR'S INSURANCE The Contractor shall not commence work until he has obtained all the insurance required under this paragraph and such insurance has been approved by the City and evidence of paid policies has been filed with the City. A. During the life of the Contract, the Contractor shall furnish and maintain Workmen's Compensation Insurance meeting statutory limits to include employers liability with a limit of $100,000 for each accident and Comprehensive General•Liability (to include contractual liability endorsement), and Broadform Property Damage Insurance. General Liability and Property Damage Insurance shall be in amounts as follows: $500,000 Combined Single Limit Bodily Injury and $500,000 Excess Coverage Property Damage The City of Kerrville is to be listed as additionally insured. .. B. Scope of Insurance and Special Hazards The insurance required under Subparagraph A hereof shall provide adequate protection for the Contractor and the City, respectively, against damage claims which may arise from operations or hazards under this contract, whether such operations were by the Insured or by anyone directly or indirectly employed by him in the performance of this contract, in the amounts as shown in Subparagraph A above. GC - 2 C. Proof of Carriage of Insurance Y Current, valid insurance policies meeting the requirements herein identified shall be maintained during the duration of the named project. Renewal certificates shall be sent to the City thirty days prior to any expiration date. Certificates will reflect amounts of coverage and expiration dates. Certificates will be written to reflect the above (not endeavor), and/or policies will be endorsed to reflect the above. Every certificate (whether original or renewal) shall provide that the policy cannot be cancelled except upon thirty days' written notice to the City. GC.10. PERFORMANCE BOND The Contractor must furnish a performance bond in the amount of one hundred percent (100$) of the contract price and a labor payment bond in the amount of one hued"red percent (100$} of the contract price from a surety company acceptable to the City of Kerrville. furnished constitute GC.11 This Contract shall not be effective until the Contractor has the above-mentioned bond. Failure to keep the same in force shall a default of this Contract. - WAGE RATES The attention of the bidder is directed to the fact that the Contractor must pay wages which comply with any state or federal wage law that may be applicable. The Contractor shall pay the local prevailing wage for work of this section. GC.12. COMPLIANCE WITH O.S.H.A. Contractor shall comply with all provisions of the Safety and Health Regulations for Construction and any other applicable sections of the Occupational Safety and Health Act of 1970. Neither the Owner nor the Engineer sha11•be responsible for advising the Contractor of specific requirements or for enforcing any requirements of the Act. GC - 3 SECTION EC SPECIAL CONDITIONS - EMBANKMENT (COVER) ~. EC.1. DESCRIPTION This item shall govern the placement and compaction of all materials obtained from borrow excavation for utilization in the construction of landfill final cover. EC.2. CONSTRUCTION METHODS A. General Prior to placing any embankment cover, leveling operations shall have been completed on the areas over which the embankment is to be placed. Depressions in the limits of the embankments shall be backfilled with suitable adjacent material and compacted by approved methods before commencing embankment construction. All surfaces of the landfill within the "Limits of Leveling and Smoothing" shown on the plans shall be bladed or smoothed. Trees, stumgs, roots, vegetation, or other unsuitable materials shall not be placed in embankment. Except as otherwise required by the plans, all embankments shall be constructed in layers approximately parallel to the finished and smoothed grade of the existing landfill. • Embankments shall be constructed to the grade established by the City's Closure Plan, and completed embankments shall correspond to the general slope(s) of the Closure Plan. After completion of the embankment cover, it shall be continuously maintained to its finished section and graded until the project is accepted. • B. Classification of Embankments Embankments shall be defined as those composed of all material(s) including rock and shall be constructed of accepted material from approved sources provided by the City on the site. Except as otherwise specified, embankments shall be constructed in successive layers for the full dimensions of the landfill section and in such lengths as are best suited to the sprinkling and compaction methods utilized. • Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by blading or other acceptable methods from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. EC - 1 ~- ~ . Minor quantities of rock encountered in constructing earth embankments shall be incorporated in the specified embankment layers. Rock also may be placed outside the limits of the completed landfill cover area where the size of the rock prohibits their incorporation in the normal embankment layers (as directed by City). Each layer of embankment shall be uniform as to material, density, and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at lease one hundred feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken, and the embankment material mixed by blading, harrowing, disking, or similar methods to the end that a uniform material of uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied, and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor may apply water at the material source iŁ. the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject to the approval of the City. Water - will be furnished by the Contractor. Compaction of embankments shall be obtained by the method hereinafter described as "Ordinary Compaction." EC.3. ORDINARY COMPACTION When the Ordinary Compaction method is specified, the following provisions shall govern: Each layer shall not exceed eight inches of loose depth and shall be compacted until there is no evidence of further compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content ordered by the City and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. EC.4. DENSITY CONTROL When the Density Control method of compaction is specified, each layer.shall be compacted to the required density by any method, type, and size of equipment which will give the required compaction. The depth of layers prior to compaction shall depend upon the type of sprinkling and compacting equipment used. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. Testing for density will be in accordance with A.S.T.M. D-698-78. For each layer of embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the plans. Swelling soils (soils with plasticity index of EC - 2 20 or more) shall be sprinkled as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than one hundred percent of the density as determined in accordance with A.S.T.M D-698-78. Field density determination will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests will be made by the City, as necessary. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by and subject to the approval of the City. A. Proof Rolling Proof rolling to test the uniformity of compaction of the subgrade prior to placement of embankment cover is required. Proof rolling must follow leveling or smoothing and is not a separate pay item. All irregularities, depressions, and weak or soft spots which develop shall be corrected immediately by the Contractor. The ordinary compaction method shall be followed for subgrade proof rolling. _ Should the subgrade, due to any reason or cause, lose the required stability, density, or finish before the embankment cover is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing, or covering with a subsequent layer of material. Excessive loss of moisture shall be construed to exist when the subgrade soils moisture content is more than four percent below the optimum of compaction ratio density. B. Acceptable Machinery 1. Rolling (heavy tamping) compaction equipment shall consist of two or three metal drums, rolls, or shells of sixty inches minimimum diameter. If the two-drum type is furnished, each drum shall be not less than sixty inches in length. If the three-drum type is furnished, the roller shall consist of two forward drums and one rear drum, the drums to be so arranged that. the rear drum will compact the space between the two forward drums. Rollers of this type shall have an overall width of not less than ten feet. The.dr'ums shall be unit-mounted in a rigid frame in such manner that each drum may oscillate independently of the other. Each drum shall be surmounted by metal studs with tamping feet projecting not less than seven inches from the surface and shall be so spaced as to result in one tamping foor for each 0.65 to 0.70 square foot of drum area. The area of each tamping foot shall be approximately seven square inches. All rollers shall be provided with cleaning teeth so designed and attached as to prevent the accumulation of material between the tamping feet. The roller shall be so designed that by ballast loading the load on each tamping foot may be varied up to at least 550 pounds per square inch of cross-sectional area. The load per tamping foot will be determined by EC - 3 ~. .., ,.. ~ dividing the total weight of the roller by the number of tamping feet in one row parallel to or approximately parallel to the axis of the roller. One tamping roller, consisting of two drums or three drums, conforming to the above requirements shall be drawn by a tractor of adequate tractive effort capable of moving the roller unit at variable uniform speeds up to approximately three miles per hour. Where turning is impractical or detrimental to the work, the roller shall be attached to the front end of the power equipment. When operations are confined to narrow widths, one roller, either pushed or pulled by adequate power equipment, shall be considered a roller unit. 2. Rolling (pneumatic tire) compaction equipment shall consist of not less than seven pneumatic tire wheels, running on axles in such a manner that the rear group of tires will cover the entire gap between adjacent tires of the forward group and mounted on a rigid frame provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the frame in such a manner that the roller may be turned within a minimum circle. Under working conditions, the pneumatic tire roller shall have an effective rolling width of approximately sixty to eighty-four inches and shall be so designed that, by ballast loading, the total load may be - varied uniformly to suit soil conditions and compaction requirements. The roller shall be equipped with tires that will afford ground contact pressure - of forty-five pounds per sugare inch or more with the ground contact pressure governed by the ballast loading. The operating load and tire air pressure shall be within the range of the manufacturers charts or tabulations showing the contact areas and contact pressures for the full range of tire inflation pressure and for the full range of loadings for the particular tire furnished. The roller under working conditions shall provide a uniform compression under all wheels. Individual tire inflation pressures shall be within a plus or minus five pounds per square inch of each other. The pneumatic tire roller shall be drawn by either a crawler-type or a pneumatic tire tractor or may be self- propelled. The power propulsion unit shall have adequate tractive effort to properly move the roller unit at variable uniform speeds up to approximately five miles per hour. 3. Rolling (heavy pneumatic) compaction equipment shall consist of not less than four pneumatic tire wheels, running on axles carrying not more than two wheels, and mounted in a rigid frame and provided with a loading platform body suitable for ballast loading. All wheels shall be arranged so that they will carry approximately equal loads when operating on uneven surfaces. Under working conditions the roller shall have a rolling width of from eight feet to ten feet and shall be so designed that, by ballast loading, the gross load may be varied uniformly from twenty-five tons to fifty tons. The tires shall be up to one hundred fifty pounds per square inch. The operating load and tire air pressure shall be within the range of the mnaufacturer~s charts of tabulations showing the contact areas and contact EC - 4 ,. •. ~. pressures for the full range of loadings for the particular tire furnished. Tires shall be practically full of liquid. (Tires shall be considered as being practically full when liquid will flow from the valve stem of a fully inflated tine with the stem in the uppermost position.) The heavy pneumatic tire roller shall be drawn by either a crawler-type or a pneumatic tire tractor or may be self-propelled. The power propulsion unit shall have adequate tractive efrort to properly move the roller unit at variable uniform speeds up to approximately six miles per hour. EC.S. AND PAYMENT The quantities in the Proposal have been estimated by the City and are. not for measurement and payment. To determine project completion, measurement of cover material depth will be done by the City on areas C and D. Measurement of Area B will be accomplished by an independent testing laboratory at the expense of the City.