contract documents and specifications...2017/03/23  · contract documents and specifications city...

394
CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ, MAYOR RUDY GONZALEZ, JR. COUNCILMEMBER DISTRICT I NELLY VIELMA COUNCILMEMBER DISTRICT V VIDAL RODRIGUEZ COUNCILMEMBER DISTRICT II CHARLIE SAN MIGUEL COUNCILMEMBER DISTRICT VI ALEJANDRO PEREZ, JR. MAYOR PRO-TEMPORE GEARGE J. ALTGELT COUNCILMEMBER DISTRICT VII ALBERTO TORRES COUNCILMEMBER DISTRICT IV ROBERTO BALLI COUNCILMEMBER DISTRICT VIII Prepared by: Sherfey Engineering Company, L.L.C. _____________________ Eduardo Martinez, P.E. Texas No. 102238 February 2017 Set No._____

Upload: others

Post on 25-Jul-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

CONTRACT DOCUMENTS AND SPECIFICATIONS

CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT

CITY COUNCIL HONORABLE PETE SAENZ, MAYOR

RUDY GONZALEZ, JR. COUNCILMEMBER DISTRICT I NELLY VIELMA COUNCILMEMBER DISTRICT V VIDAL RODRIGUEZ COUNCILMEMBER DISTRICT II CHARLIE SAN MIGUEL COUNCILMEMBER DISTRICT VI ALEJANDRO PEREZ, JR. MAYOR PRO-TEMPORE GEARGE J. ALTGELT COUNCILMEMBER DISTRICT VII ALBERTO TORRES COUNCILMEMBER DISTRICT IV ROBERTO BALLI COUNCILMEMBER DISTRICT VIII

Prepared by: Sherfey Engineering Company, L.L.C.

_____________________ Eduardo Martinez, P.E.

Texas No. 102238

February 2017 Set No._____

emartinez
EMtz
Page 2: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

THIS PAGE INTENTIONALLY LEFT BLANK

Page 3: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TABLE OF CONTENTS

CITY OF LAREDO SOMBREBRETILLO CREEK FORCE MAIN PROJECT

Table of Contents SECTION A–INSTRUCTION TO BIDDERS AND CONTRACT DOCUMENTS A-1 NOTICE TO BIDDERS ..................................................................................................................................... 2 A-2 INFORMATION TO BIDDERS .......................................................................................................................... 2 A-3 ADVISE TO BIDDERS ...................................................................................................................................... 2 A-4 INFORMATION TO CONTRACTORS ............................................................................................................... 4 A-5 PROPOSAL ................................................................................................................................................... 12 A-6 CHECKLIST FOR BIDDERS ............................................................................................................................... 2 A-7 CONSTRUCTION CONTRACT.......................................................................................................................... 2 A-8 PERFORMANCE BOND .................................................................................................................................. 8 A-9 CONTRACTOR’S & SUBCONTRACTORS CERTIFICATE OF INSURANCE ......................................................... 14 A-10 NOTICE OF AWARD ....................................................................................................................................... 2 A-11 NOTICE TO PROCEED .................................................................................................................................... 2 A-12 CERTIFICATE OF OWNER’S ATTORNEY .......................................................................................................... 2

SECTION B–SPECIAL PROVISIONS B-1 CONTRACT TIME AND LIQUIDATED DAMAGES............................................................................................. 2 B-2 EQUAL OPPORTUNITY CLAUSE ..................................................................................................................... 2 B-3 NOT USED ...................................................................................................................................................... 2 B-4 INSPECTION BY CITY ...................................................................................................................................... 2 B-5 PROJECT SIGN ............................................................................................................................................... 2 B-6 ILLEGAL DUMPING ........................................................................................................................................ 2

SECTION C–GENERAL PROVISIONS C-1 DEFINITION OF TERMS .................................................................................................................................. 2 C-2 DEFINITION OF ABBREVIATIONS ................................................................................................................... 2 C-3 INSTRUCTION TO BIDDERS ............................................................................................................................ 4 C-4 AWARD OF EXECUTION OF CONTRACT ........................................................................................................ 2 C-5 SCOPE OF WORK ........................................................................................................................................... 2 C-6 CHECKLIST FOR BIDDERS ............................................................................................................................... 6 C-7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ............................................................................. 4 C-8 PROSECUTION AND PROGRESS ..................................................................................................................... 4 C-9 MEASUREMENT AND PAYMENT GENERAL PROVISIONS .............................................................................. 8

DIVISION 1–GENERAL REQUIREMENTS 01020 MOBILIZATION .............................................................................................................................................. 2 01025 MEASUREMENT AND PAYMENT ................................................................................................................... 6 01200 PROJECT MEETINGS ...................................................................................................................................... 2 01292 SCHEDULE OF VALUES................................................................................................................................... 2 01321 CONSTRUCTION PHOTOGRAPHS .................................................................................................................. 2 01330 SUBMITTAL PROCEDURES ............................................................................................................................. 4 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES ..................................................................................... 2 01450 CONTRACTOR’S QUALITY CONTROL ............................................................................................................. 2

Page 4: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TABLE OF CONTENTS

01452 INSPECTION SERVICES ................................................................................................................................... 2 01454 TESTING LABORATORY SERVICES .................................................................................................................. 4 01510 STORM WATER POLLUTION PREVENTION PLAN ........................................................................................ 14 01532 GENERAL SOURCE CONTROL ........................................................................................................................ 4 01533 STABILIZED CONSTRUCTION EXIT ................................................................................................................. 4 01538 REINFORCED FILTER FABRIC FENCE .............................................................................................................. 2 01539 TPDES REQUIREMENTS ................................................................................................................................. 2 01561 TRENCH SAFETY SYSTEM ............................................................................................................................... 4 01562 TREE AND PLANT PROTECTION ..................................................................................................................... 4 01576 WASTE MATERIAL DISPOSAL ........................................................................................................................ 2 01578 CONTROL OF GROUND WATER AND SURFACE WATER ................................................................................ 4 01600 MATERIAL AND EQUIPMENT ........................................................................................................................ 4 01610 BASIC PRODUCT REQUIREMENTS ................................................................................................................. 4 01640 MANUFACTURER’S SERVICE ......................................................................................................................... 4 01740 WARRANTIES ................................................................................................................................................. 2 01755 EQUIPMENT TESTING AND FACILITY STARTUP ............................................................................................. 6 01770 CLOSEOUT PROCEDURES .............................................................................................................................. 2 01780 CONTRACT CLOSEOUT .................................................................................................................................. 2 01782 OPERATION AND MAINTENANCE DATA ....................................................................................................... 4 01785 RECORD DOCUMENTS................................................................................................................................... 2

DIVISION 2–SITE WORK 02084 FRAMES, GRATES, RINGS, AND COVERS ....................................................................................................... 2 02140 DEWATERING ................................................................................................................................................ 4 02222 REMOVING EXISTING PAVEMENTS AND STRUCTURES ................................................................................. 2 02317 EXCAVTION AND BACKFILL FOR UTILITIES .................................................................................................. 10 02320 UTILITY BACKFILL MATERIALS ....................................................................................................................... 8 02321 CEMENT STABILIZED SAND ........................................................................................................................... 4 02501 DUCTILE IRON PIPE AND FITTINGS ................................................................................................................ 4 02505 HIGH DENSITY POLYETHYLENE (HDPE) ......................................................................................................... 8 02506 POLYVINYL CHLORIDE PIPE ........................................................................................................................... 6 02531 GRAVITY SANITARY SEWER ........................................................................................................................... 6 02532 SANITARY SEWER, RECYCLED WATER FORCE MAINS ................................................................................... 6 02533 ACCEPTANCE TESTING FOR SANITARY SEWERS .......................................................................................... 12 02717 FLEXIBLE BASECOURSE .................................................................................................................................. 2 02741 ASPHALTIC CONCRETE PAVEMENT ............................................................................................................... 4 02742 PRIMECOAT ................................................................................................................................................... 4 02743 TACK COAT .................................................................................................................................................... 2 02951 PAVEMENT REPAIR AND RESURFACING ....................................................................................................... 2 S--310 Section 310 CONCRETE BOX CULVERTS ........................................................................................................ 4

DIVISION 3–CONCRETE 03211 REINFORCING STEEL ...................................................................................................................................... 8 03315 CONCRETE FOR UTILITY CONSTRUCTION ................................................................................................... 12 03931 CONCRETE REPAIR AND REHABILITATION .................................................................................................... 8 GEOTECHNICAL REPORT 2014-09-25 ........................................................................................................... 58 Pavement Design Letter 2015-09-17 ............................................................................................................ 2

Page 5: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-1/Notice to Bidders Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-1 NOTICE TO BIDDERS

Sealed bids will be received at City Secretary’s Office, 1110 Houston Street, 3rd Floor, City Hall Building, Laredo, Texas until March 23, 2017at 4:00 p.m. and then publicly opened and read, on March 24, 2017 at 10:00 a.m. and taken under advisement for the furnishing of all necessary materials, machinery, equipment, labor, superintendence, and all other services and thing required for the construction of the Sombreretillo Creek Force Main Project for the City of Laredo, Texas. Said bid shall be marked,

Sombreretillo Creek Force Main Project City of Laredo, Texas

The project consist of installation of approximately 2,900 lf of 6” and 4” PVC Sanitary Sewer force mains, Additionally the work includes installation of approximately 5,000 SY of black base, 1,630 LF of curb and gutter, 65 LF of 4x3 SBC, and 75 LF of 2-8x4 MBC, all trenching, backfilling, compaction, trench excavation, storm water management including all appurtenances and all incidentals as required by the construction documents. Each proposal and the proposal guaranty must be originals and must be sealed in an envelope plainly marked with the name of the project as shown above, and the name and address of the Bidder. When submitted by mail, this envelope shall be placed in another envelope a as indicated in this Notice to Bidders. Only proposals and proposal guaranties actually in the hands of the designated official at the time set in this Notice to Bidders shall be considered. Proposals submitted by telephone, telegraph, or fax, will not be considered. Bidders are expressly advised to review the General Conditions of the proposed Contract as to the causes, which may lead to the disqualification of a bidder and/or the rejection of a bid proposal. Unless all bids rejected, Owner aggress to give Notice of Award of Contractor of the successful bidder within sixty (60) days of the bid opening. Bidders are expected to inspect the site of the work and inform themselves regarding all local conditions. A mandatory Pre-Bid Conference with prospective bidders will be held on March 8, 2017 @ 2:00 PM at the City of Laredo Utilities Department Conference Room, 5816 Daugherty Ave, Laredo, Texas 78041.

Copies of the plans and specifications may be reviewed free of charge at the City Utilities Department, 5816 Daugherty Avenue, Laredo, Texas.

Digital copies (CD’s) containing the complete set of plans and specifications will also be made available at no charge.

Signed, Heberto L. “Beto” Ramirez Acting City Secretary

Publication Dates: February 26, 2017 March 5, 2017

Page 6: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-1/Notice to Bidders Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 7: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-2/Information to Bidders Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-2 INFORMATION TO BIDDERS

Sealed bids will be received at City Secretary’s Office, 1110 Houston Street, 3rd Floor, City Hall Building, Laredo, Texas, until March 23, 2017 and then publicly opened, read and taken under advisement for the furnishing of all necessary materials, machinery, equipment, labor, superintendence, and all other services and things required for certain capital improvements in the City of Laredo on March 24, 2017 said bid shall be marked,

Sombreretillo Creek Force Main Project City of Laredo, Texas

and shall include acknowledgment and addenda submitted and all other documents included in said bid call.

Bids shall be based on a per unit of work basis and shall include dollar amounts for each specific unit in improvements listed including those items listed as alternatives as per the proposal sheet included in the Specifications of this project. Each proposal and the proposal guaranty must be originals and must be sealed in an envelope plainly marked with the name of the project as shown above, and the name and address of the Bidder. When submitted by mail, this envelope shall be placed in another envelope addressed as indicated in this Notice to Bidders. Only proposals and proposal guaranties actually in the hands of the designated official at the time set in this Notice to Bidders shall be considered. Proposals submitted by telephone, telegraph, or fax will not be considered. The City reserves the right to award the contract on the basis of which bid appears most advantageous to the City, to reject any or all bids, to waive objections based on failure to comply with formalities and to allow the correction of obvious or apparent errors. Bidders are expressly advised to review Section C-3.10 of the General Conditions of the proposed contract as to the causes which may lead to the disqualification of a bidder and/or the rejection of a bid proposal. Unless all bids are rejected, Owner agrees to give Notice of Award of Contract to the successful bidder within sixty (60) days from the date of the bid opening. Bidders for the construction work must submit a satisfactory cashier's or certified check, or bidder's bond, payable without recourse to the order of the City of Laredo, Texas, in an amount not less than five percent (5%) of the total bid. Such check or bond shall be submitted as a guarantee that the bidder will enter into a contract and execute performance and payment bonds as appropriate within ten (10) days after Notice of Award of Contract to him. Bids without required check or bond will NOT be considered. Successful bidder for the construction of the improvements must furnish a satisfactory Performance Bond in the amount of 100% of the total contract price, and a satisfactory Payment Bond in such amount, both duly executed by such bidder as principal and by a corporate surety duly authorized so to act under the laws of the State of Texas. The successful bidder will be required to provide Performance and Payment Bonds issued by an insurance company which meets the minimum State requirements and is licensed in the State of Texas, and has a Best's Key Rating as follows:

Construction Contract Price Bond Rating $25,001 to $250,000 None $250,001 to $1,000,000 B Over $1,000,000 A

All lump sum and unit prices must be stated in both script and figures. In case of discrepancies, the amount written in script shall govern.

Page 8: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-2/Information to Bidders Sombreretillo Creek Force Main Project February 2017 Page 2of 2

Bidders are expected to inspect the site of the work and to inform themselves regarding all local conditions. The Instructions to Bidders, Forms of Bid, Form of Contract, Plans, Specifications, Forms of Bid Bond, Performance and Payment Bonds and other contractual documents may be examined free of charge at City Utilities Department, 5816 Daugherty Avenue, Laredo, Texas, Digital copies (CD’s) containing the complete set of plans and specifications will also be made available at no charge. In the event the base bid amount is LESS than twenty-five thousand dollars ($25,000.00), a Payment Bond and Performance Bond will NOT BE REQUIRED. A Bid Guarantee in the form of a Cashier’s or Certified Check or Bid Bond and the Certificate of Insurance, however, will be required. Under this condition the successful bidder for the Sombreretillo Creek Force Main Project is hereby advised that the total contract price will be paid in ONE PAYMENT upon completion and acceptance of the project by the City of Laredo. Any other Division or Section of this project's specifications having reference to Bid Guarantee, Cashier's or Certified Check, Bid Bond, Payment Bond, or Performance Bond, or having mention at all, to the requirements of bonds, is hereby amended to concur with the above conditions ONLY when the base bid is LESS THAN $25,000.00. Bidders are advised to contact the City Utilities Department, 5816 Daugherty Avenue, Texas, 78041, telephone number (956) 721-2000 for visits to project site and for any additional information required on the project. The Contractor's attention is directed to Special Provision 000-6233, "Important Notice to Contractors", and "Statement of Materials and Other Charges" which will be included in all projects, beginning with the September 1991 letting. These establish the procedures whereby the Contractor will be permitted to obtain an exemption from the sales tax on certain materials. See Comptroller's Rule 3.291 and Texas Tax Code, Chapter 151, as amended by House Bill Number 11, Acts 1991, 72nd Legislature, First Called Session. The Contractor will be required to separate the charges for materials from all other charges. Also, the Contractor must issue resale certificates to suppliers. Sales tax permit applications and information regarding resale certificates may be obtained by calling the State Comptroller's toll free number 1-800-252-5555. A mandatory Pre-Bid Conference with prospective bidders will be held on March 8, 2017 @ 2:00 PM at the City of Laredo Utilities Department Conference Room, 5816 Daugherty Ave, Laredo, Texas 78041.

Page 9: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-3/Advice to Bidders Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-3 ADVICE TO BIDDERS

PROJECT: Sombreretillo Creek Force Main Project

The Contractor's attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales Excise and Use Tax Rules and Regulations, Paragraph 3 of Ruling No. 9. Repairmen and Contractors (amended April 3, 1972). Reference Article 20.01 (T). Upon compliance with certain conditions incorporated into work done for an exempt agency under a contract. The City is an exempt agency. Any Bidder may elect to exclude this sales tax from his bid. If the Bidder submitting the lowest acceptable bid for performing the work on this project elects to comply with the above ruling on any bid item included in this Contract by obtaining any necessary permit or permits from the State Comptroller allowing the purchase of material for incorporation into this project without having to pay the Limited Sales, Excise and Use Tax at the time of purchase, he shall upon Award of Contract submit a statement in satisfactory form in which his bid prices to the City for materials are listed separately from all other charges, either by bid item or by total as required by the comptroller. This statement shall be included in and made part of the Contract. The City will make no further allowance for and will make no price adjustment above or below the originally bid unit price on account of this tax. It shall be the Contractor's sole responsibility, if he elects to exclude the sales tax from his bid, to comply with the aforementioned Ruling No. 9 and with any other applicable rules, regulation, or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the City shall have no responsibility for any sales tax or use tax which the Contractor may be required to pay as the result of his failure or the City's failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part thereof by the Contractor. Bidders are cautioned that materials which are not permanently incorporated into the work are not eligible for exemption and are not to be included in the statements as "Materials" (example: fuel, lubricants, tools, forming materials, etc.)

Page 10: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-3/Advice to Bidders Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 11: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-4/Information to Contractors Sombreretillo Creek Force Main Project February 2017 Page 1of 4

SECTION A-4 INFORMATION TO CONTRACTORS

PROJECT: Sombreretillo Creek Force Main Project The Contractor's attention is directed to Special Provision 000-6233, "Important Notice to Contractors", and "Statement of Materials and Other Charges" which will be included in all projects, beginning with the September, 1991 letting. These establish the procedures whereby the Contractor will be permitted to obtain an exemption from the sales tax on certain materials. See Comptroller's Rule 3.291 and Texas Tax Code, Chapter 151, as amended by House Bill Number 11, Acts 1991, 72nd Legislature, First Called Session. The Contractor will be required to separate the charges for materials from all other. Also the Contractor must issue resale certificates to suppliers. Sales tax permit applications and information regarding resale certificates may be obtained by calling the State Comptrollers' toll free number 1-800-252-5555.

Page 12: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-4/Information to Contractors Sombreretillo Creek Force Main Project February 2017 Page 2of 4

SPECIAL PROVISION IMPORTANT NOTICE TO CONTRACTORS The Contractor's attention is directed to Rule 3.291, paragraphs (a) (1), defining separated contracts, subsection (b) (3) discussing separated contracts, and subsection (c) discussing exempt contracts. Reference: Texas Tax Code, Chapter 151. Contractors should note those organizations in subsection (c) that the rule shows as being exempt no longer qualify for the exemption. The rule states that contractors improving realty for organization listed in Texas Tax Code 151.309 and 151.310 are exempt from tax. THIS IS NO LONGER TRUE EFFECTIVE WITH CONTRACTORS SIGNED ON OR AFTER AUGUST 15, 1991.

Only those contracts with school districts and nonprofit hospitals qualify for the exemption discussed in subsection (c) of Rule 3.291.

The Comptroller is amending the rule to reflect this change. If the low bidder elects to operate under a separated contract as defined by Rule 3.291, by obtaining the necessary permits from the State Comptroller's Office allowing the purchase of materials for incorporation in this project without having to pay the Limited Sales and Use Tax at the time of purchase, the low bidder shall identify separately from all other charges the total agreed contract price for materials incorporated into the project. This form shall be filled out by the low bidder in each of the two bound copies of the contract. Total materials shall only include materials physically incorporated into the realty. In order to comply with the requirements of Rule 3.291, as mentioned above, it will be necessary for the Contractor to obtain a sales tax permit. It will also be necessary that the Contractor issue resale certificates to his suppliers. Sales tax application for a sales tax permit and information regarding resale certificates may be obtained by writing to: Comptroller of Public Accounts Capital Station Austin, Texas 78774 The Contractor may also receive information or request sales tax permit applications by calling the State Comptrollers' toll free number 1-800-252-5555. Subcontractors are eligible for sales tax exemption if the subcontract is made in such manner that the charges for materials are separated from all other charges. The procedure described above will effect a satisfactory separation. When subcontracts are handled in this manner, the Contractor must issue a resale certificate to the subcontractor and the subcontractor, in turn, must issue a resale certificate to his supplier.

Page 13: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-4/Information to Contractors Sombreretillo Creek Force Main Project February 2017 Page 3of 4

STATEMENT OF MATERIALS AND OTHER CHARGES PROJECT: Sombreretillo Creek Force Main Project

MATERIALS INCORPORATED INTO THE PROJECT: $_____________________ ALL OTHER CHARGES: $_____________________ *TOTAL: $_____________________ * This total must agree with the total figure shown in the Item and Quantity Sheets in the bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM IN THE BOUND CONTRACTS IS TO BE FILLED OUT.

Page 14: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-4/Information to Contractors Sombreretillo Creek Force Main Project February 2017 Page 4of 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 15: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 1of 14

SECTION A-5 BID PROPOSAL

PROJECT: Sombreretillo Creek Force Main Project To: The CITY OF LAREDO, TEXAS From: Contractor

Address:

PROJECT: Sombreretillo Creek Force Main Project Attn: Honorable Pete Saenz, Mayor Pursuant to Notice to Bidders, the undersigned bidder hereby proposes to furnish the labor, materials, and equipment in accordance with the Plans and Specifications, General Conditions of the Agreement, Special Provisions of the Agreement, and Addenda, if any. The bidder binds himself upon acceptance of his proposal to execute a contract and bonds on the accompanying form for performing and completing the said work within the time stated and as required by the detailed Specifications at the following unit prices. The quantities shown below are based on the Engineer's estimate of quantities and it is agreed that the quantities may be increased or diminished, and may be considered necessary in the opinion of the City of Laredo, Texas, to complete the work fully as planned and contemplated, and that all quantities of work, either increased or decreased, are to be performed at the unit prices set forth below (except as provided in the General Conditions of the Agreement or the Specifications, or the Contract Documents). The undersigned bidder, proposes to complete the entire project including any and all alternates selected within one hundred & fifteen, 115 working days. of the bidder’s receipt of the Notice To Proceed. Acknowledgment of Addenda: (Please initial and date) Addendum No. 1: __________________________________________________________________ Addendum No. 2: __________________________________________________________________ Addendum No. 3: __________________________________________________________________ Addendum No. 4: __________________________________________________________________ Acknowledgment of other documents: (Please initial and date) Wage Determination: _______________________________________________________________ Labor Provisions: __________________________________________________________________ Affirmative Action Program: ________________________________________________________

Page 16: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 2of 14

AFFIDAVIT PROJECT: Sombreretillo Creek Force Main Project Form of Non-Collusive Affidavit

AFFIDAVIT STATE OF TEXAS { } COUNTY OF WEBB { } ______________________________________________________________________________ being first duly sworn, deposes and says that he is ______________________________________________________________________ (a Partner or Officer of the firm of, etc.) the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to put in a sham bid or to refrain from bidding and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant of any other Bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true.

__________________________________________ Signature of

Bidder, if the Bidder is an Individual Partner, if the Bidder is a Partnership Officer, if the Bidder is a Corporation Subscribed and sworn before me this day of , 20 . Notary Public My Commission expires

Page 17: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 3of 14

CITY OF LAREDO UTILITIES DEPARTMENT BID SCHEDULE BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

words shall govern.

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

1.

MOBILIZATION, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LS 1

2.

SITE CLEARING COMPLETE FOR: _________________________________________________ _________________________________________________ _________________________________________________

ACRE 2.2

3.

EMBANKMENT COMPLETE FOR: _________________________________________________ _________________________________________________ _________________________________________________

CY 2,626

4.

EXCAVATION COMPLETE FOR: _________________________________________________ _________________________________________________ _________________________________________________

CY 2,218

5.

SUBGRADE PREPARATION (8”) COMPLETE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SY 4,958

6.

FLEXIBLE BASE (12” compacted) COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SY 285

7.

ASPHALT STABILIZED BASE (8”) COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SY 4,210

8.

TYPE “A” CURB AND GUTTER COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 1,502

Page 18: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 4of 14

CITY OF LAREDO UTILITIES DEPARTMENT BID SCHEDULE BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

words shall govern.

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

9.

TYPE “B” CURB AND GUTTER COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 136

10.

METAL BEAM GUARD FENCE COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 162.5

11.

MBGF DOWNSTREAM ANCHOR TERMINAL COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 4

12.

6” SDR 21 CLASS 200 PVC FORCEMAIN COMPLETE & IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

13.

6” 45 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

14.

6" 22.5 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

15.

6” 11.25 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 9

16.

6” GATE VALVE COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

Page 19: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 5of 14

CITY OF LAREDO UTILITIES DEPARTMENT BID SCHEDULE BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

words shall govern.

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

17.

6" FORCE MAIN CONNECTION TO EXISTING MANHOLE COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

18.

4” SDR 21 CLASS 200 PVC FORCEMAIN COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

19.

4" 45 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

20.

4” 22.5 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

21.

4” 11.25 BEND COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 9

22.

4” GATE VALVE COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

23.

4" FORCE MAIN CONNECTION TO EXISTING MANHOLE COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

24.

1” AIR RELEASE VALVE IN VAULT, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

Page 20: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 6of 14

CITY OF LAREDO UTILITIES DEPARTMENT BID SCHEDULE BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

words shall govern.

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

25.

20” DIA STEEL CASING, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

26.

TRENCH SAFETY DEPTHS > 5’, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

27.

SWPPP CONSTRUCTION ENTRANCE, COMPLETE AND IN PLACE FOR _________________________________________________ _________________________________________________ _________________________________________________

EA 1

28.

SILT FENCE, COMPLETE IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 1,600

29.

CONCRETE WASHOUT PIT, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

30.

12” ROCK RIP RAP, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SF 1,632

31.

SEEDING FOR EROSION CONTROL TXDOT ITEM 164, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SY 5,265

32.

VEGETATIVE WATERING TXDOT ITEM 168, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

GAL 392,000

Page 21: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 7of 14

CITY OF LAREDO UTILITIES DEPARTMENT BID SCHEDULE BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

words shall govern.

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

33.

1-4X3 SINGLE BOX CULVERT, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 65.5

34.

2-8X4 MULTIPLE BOX CULVERT, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 85.5

35.

CONCRETE HEADWALL 64’L X 8’H, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

36.

CONCRETE HEADWALL 84’L X 7’H, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

37.

10 FT CURB OPENNING, COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 2

38.

CONCRETE RIP RAP , COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

SF 82

39.

TRAFFIC CONTROL PLAN COMPLETE AND IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

EA 1

40.

PROJECT ALLOWANCE: FIFTY THOUSAND DOLLARS AND ZERO CENTS . _________________________________________________ _________________________________________________

EA 1 $50,000.00

Page 22: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 8of 14

CITY OF LAREDO UTILITIES DEPARTMENT PROJECT: Sombreretillo Creek Force Main Project BID SUMMARY (SHEET 1 OF 3)

TOTAL BASE BID: $ ________________________ (Including Allowance)

TOTAL BASE BID WRITTEN IN WORDS: ______________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________

BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in words shall govern.

ALTERNATES:

ALTERNATIVE #1

Delete All of Items 12, 13, 14, 15, 18, 19, 20, 21 (PVC pipe and Bends) Labor and Materials For:

Deduct Amount in Figures: $ _________________________________________

Deduct Amount in Words: ___________________________________________

_________________________________________________________________

_________________________________________________________________

Page 23: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 9of 14

CITY OF LAREDO UTILITIES DEPARTMENT PROJECT: Sombreretillo Creek Force Main Project BID SUMMARY (SHEET 2 OF 3)

Add 2890 LF 6” HDPE and 4” HDPE PE4710 DR17 see table below:

ITEM NO.

ITEM DESCRIPTION WITH UNIT BID WRITTEN IN WORDS

UNIT

UNIT QTY

UNIT BID

PRICE

AMOUNT BID

1

6” HDPE FORCEMAIN PE4710 DR17 COMPLETE & IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

2

4” HDPE FORCEMAIN PE4710 DR17 COMPLETE & IN PLACE FOR: _________________________________________________ _________________________________________________ _________________________________________________

LF 2,890

Add Amount in Figures: $ ___________________________________________

Add Amount in Words: ______________________________________________

_________________________________________________________________

_________________________________________________________________

TOTAL BASE BID WITH ALTERNATE 1: $ ________________________

TOTAL BASE BID WITH ALTERNATE 1: WRITTEN IN WORDS: ______________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________

Page 24: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 10of 14

CITY OF LAREDO UTILITIES DEPARTMENT PROJECT: Sombreretillo Creek Force Main Project BID SUMMARY (SHEET 3 OF 3) _________________________________________________________________________ Signature Title _________________________________________________________________________ Address City/State Zip Code Telephone Number: ( ) Fax Number ( ) Date: NOTE: UALL BID ITEMS WILL BE PAID FOR WHEN COMPLETE IN PLACE, TESTED AND ACCEPTED BY THE OWNERU. UPRICES BID FOR ALL ITEMS ARE COMPLETE AND PLACE, AND FOR FURNISHING ALL LABOR, MATERIALS, EQUIPMENT, INCIDENTIALS AND ALL APPURTENANCES, AS REQUIRED FOR A COMPLETE AND TOTAL PROJECT AS DESIGNED AND SHOWN IN THE CONTRACT DOCUMENTS AND SPECIFICATIONS.

Page 25: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 11of 14

INFORMATION FROM BIDDERS PROJECT: Sombreretillo Creek Force Main Project Statement of Qualifications: (Similar Projects Completed by Bidder) 1. Name of Project: _______________________________________________________ _______________________________________________________ Value of Contract: _______________________________________________________ Date Completed: _______________________________________________________ 2. Name of Project: _______________________________________________________ _______________________________________________________ Value of Contract: _______________________________________________________ Date Completed: _______________________________________________________ 3. Name of Project: _______________________________________________________ _______________________________________________________ Value of Contract: _______________________________________________________ Date Completed: _______________________________________________________ Experience Data: (Include name and experience record of the Superintendent) Financial Status: A confidential financial statement will be submitted by the apparent successful low Bidder only if the Owner deems it necessary.

Page 26: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 12of 14

PROJECT: Sombreretillo Creek Force Main Project

Proposed Progress Schedules: Data on Equipment to be used on the Work: (Include the number of machines, the type, capacity, age and conditions and locations) Subcontractors: (Submit a list of proposed Subcontractors. List sources, types and manufacturers of

proposed materials)

Page 27: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 13of 14

BID BOND PROJECT: Sombreretillo Creek Force Main Project

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned ____________________________________________________________________________________ ____________________________________________________________________________________ as Principal, and as Surety, are hereby held and firmly bound unto The City of Laredo, Texas as Owner in the penal sum of for payment of which, well and truly to be made, we hereby jointly and severally bid ourselves, our heirs, executors, administrators, successors and assigns. Signed, this _________________________ day of __________________________________________ The condition of the above obligation is such that whereas the Principal has submitted to _________________________________________________________________________ a certain Bid, attached hereto and hereby made a part hereof to enter into a Contract in writing for the PROJECT: Sombreretillo Creek Force Main Project NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety, and its bonds shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.

Page 28: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-5/Bid Proposal Sombreretillo Creek Force Main Project February 2017 Page 14of 14

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth herein. U (L.S.) Principal Seal Surety By:

END OF SECTION

Page 29: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-6/Checklist for Bidders Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-6 CHECKLIST FOR BIDDERS

PROJECT: Sombreretillo Creek Force Main Project All information required by the terms of the Bid Documents must be furnished. MISTAKES OR OMISSIONS CAN BE COSTLY AND CAN RESULT IN THE REJECTION OF YOUR BID. Important items for you to check are included in but not limited to, those listed below. This checklist is furnished only to assist you in submitting a proper bid. Check as you read. DO NOT INCLUDE THIS CHECKLIST WITH YOUR BID. ( ) Have you acknowledged receipt of all addenda to the plans and specifications? ( ) Is your bid properly signed? (Refer to the Bid Documents.) ( ) If a bid guarantee is required, is it included in your bid? (A late bid guarantee is treated the same as a late

bid.) ( ) Is your bid guarantee in the proper amount? (Usually 5% of the total bid Price.) ( ) Your bid guarantee must be in the form of a Bidder’s Bond a Certified Check or Cashier’s Check. ( ) If your Bid Guarantee is in the form of a Bidder’s Bond, is the bond properly signed by both the bidder and

surety and are all required seals affixed? ( ) Is the surety company qualified and licensed by the State of Texas as required by the provisions of the bid

documents? ( ) Is the name in which you submitted the bid the same on your bid proposal as on the Bidder’s Bond? ( ) If required, have you entered a unit price for each bid item? ( ) If required, have you entered the unit price or lump sum price in both words and figures? (Unit price or

lump sum price in words govern.) ( ) Are decimal in unit prices in the proper places? Are your figures legible? ( ) Are the extensions of your unit prices and your total bid price correct? ( ) Proposals are required to be submitted in duplicate. Are they identical? The duplicate proposal may be a

reproduced copy. ( ) Are all erasures or corrections initialized by the persons signing the bid or by an authorized representative

of the person signing the bid? ( ) Do not restrict your bid by altering any provisions of the Bid Document or by attaching any documents to

the Proposal that takes exception to the Bid Documents. ( ) Have you included all pages of the Proposal with your bid? Are all blanks in the Proposal properly

completed (equipment brands, alternate materials, etc.)? ( ) Is the envelope containing your bid properly identified that it is a sealed bid and does it contain the correct

project name and bid opening date? ( ) Will your bid arrive on time? Late bids will not be considered. Generally, bids must be received by the

City Secretary, City Hall on or before the date and time specified in the Notice to Bidders.

Page 30: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-6/Checklist for Bidders Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 31: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-7/Construction Contract Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-7 CONSTRUCTION CONTRACT

PROJECT: Sombreretillo Creek Force Main Project

STATE OF TEXAS § COUNTY OF WEBB § THIS AGREEMENT, made this ________day of ____________________by and between the City of Laredo, Texas, acting by and through its duly authorized City Manager, hereinafter termed the Owner, and _____________________________________________ of the City of ____________________________, County of _______________________, State of _____________________, his/their executors, administrators, heirs, successors, or assigns, hereinafter termed the Contractor. WHEREAS, the Owner desired to enter into Contract for Sombreretillo Creek Force Main Project in accordance with the provisions of the Instructions to Bidders, the Specifications and Plans titled as above, and published by City of Laredo, Texas, 5816 Daughtery Avenue, (mailing address: P. O. Box 2950), Laredo, Texas 78041 all of which are part thereof, and WHEREAS, the Contractor has been engaged in and now does such work and represents that he is fully equipped, competent and capable to perform the above desired and outlined work, and is ready and willing to perform the work in accordance with the provisions of the Instructions to Bidders, the Specifications and Plans, titled, “Sombreretillo Creek Force Main Project.” WITNESS: THAT for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, the Contractor hereby agrees at the unit price set forth in his Bid, made part thereof totaling the sum of ($__________________________) based on the Engineer's estimate in quantities, payable in the manner set out in Documents to commence and complete the construction of certain capital improvements in the City of Laredo, Texas, in accordance with Instruction to Bidders, Special Provisions, General Provisions, Technical Provisions, and all other requirements of the contractual Documents, and in accordance with the Specifications and Plans (including all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof) prepared by the Owner's Engineer, a part thereof and collectively, together with this Agreement constitute the entire contract; and the Contractor agrees to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services, and whatever else may be necessary to complete the said construction in accordance with said Specifications, Plans, and other contractual documents including such proposal. Said Contractor further agrees to begin work on or before the tenth day following the date set by the Owner in the written notice to proceed and to complete the work within one hundred & fifteen, 115 working days.

Page 32: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-7/Construction Contract Sombreretillo Creek Force Main Project February 2017 Page 2of 2

The Contractor further agrees to pay, as liquidated damages, the sums as shown in Division B, Section 1 for each consecutive working day there-in-after as herein provided in Division B, Section 1. And the Owner in consideration of the full and true performance of the said work by said Contractor hereby agrees to and binds itself to pay the said Contractor the unit price set forth in the attached Bid, and in the manner provided in the Specifications. IN WITNESS WHEREOF, the OWNER AND THE CONTRACTOR have hereunto set their hand this ________________day of __________________________________. WITNESS: Contractor/Firm (Typed) Name Signature Address Signature (Typed) Title: Address City/State/Zip Code Telephone Number Facsimile Number CITY OF LAREDO, TEXAS Jesus Olivares, City Manager ATTEST: Heberto L.”Beto” Ramirez Acting City Secretary APPROVED AS TO FORM: Kristina Laurel Hale Interim City Attorney

Page 33: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 1of 8

SECTION A-8 PERFORMANCE BOND

(To be Used in Texas under V.A.T.S. 5160) THE STATE OF _____________________________ § COUNTY OF _______________________________ § KNOW ALL MEN BY THESE PRESENTS: That we (1) , a (2) of _____________________ hereinafter called Principal and (3)___________________________, of ________________State of ______________, hereinafter called the Surety, are held and firmly bound unto (4) of hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, to be paid in (5) WEBB COUNTY, TEXAS for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, joint and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain Contract with (6) a copy the Owner, dated the day of of which is hereto attached and made a part hereof for the construction of: Sombreretillo Creek Force Main Project (hereinafter called the "Work") These notes refer to the numbers in body of Contract above: Date of Bond must not be prior to Date of Contract. (1) Correct name of Contractor. (2) A Corporation, or Partnership or an Individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner (5) County and State. (6) Owner

Page 34: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 2of 8

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the Plans, Specifications and Contract Documents during the original term thereof, and any extensions thereof which may be granted by the Owner with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this Bond, venue shall lie in WEBB County, State of Texas, and that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. IN WITNESS WHEREOF, this Instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this __________ day of ___________________________. ATTEST: (Principal) Secretary PRINCIPAL By: (SEAL) Address (State & Zip Code) ( ) Witness as to Principal Telephone Number Address (State & Zip Code)

Page 35: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 3of 8

ATTEST: ____________________________________ Secretary SURETY: (Surety) By: (SEAL) Attorney-in-Fact _______________________________ ___ (Surety) Secretary Address (State & Zip Code) ( ) Telephone Number (SEAL) Witness as to Surety Address (State & Zip Code)

Page 36: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 4of 8

PAYMENT BOND (To be Used in Texas under V.A.T.S. 5160) THE STATE OF § COUNTY OF § KNOW ALL MEN BY THESE PRESENTS: That we (1) (2) of hereinafter called Principal and (3) of , State of hereinafter called the Surety, are held and firmly bound unto (4) of hereinafter called Owner, and unto all persons, Firms, and Corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of ($ ) Dollars in lawful money of the United States, to be paid in (5) WEBB COUNTY, TEXAS for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain Contract with (6) City of Laredo, Texas, the Owner, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: Sombreretillo Creek Force Main Project (hereinafter called the "Work") These footnotes refer to the numbers in body of contract above: Date of Bond must not be prior to Date of Contract.

(1) Correct name of Contractor. (2) A Corporation, or Partnership or an Individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner (5) County and State. (6) Owner

Page 37: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 5of 8

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the Plans, Specifications and Contract Documents during the original term thereof, and any extensions thereof which may be granted by the Owner with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. This Bond is made and entered into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, and all such claimants shall have a direct right of action under the Bond as provided in Article 5160, Revised Civil Statues 1925, as amended by House Bill 344, Acts 46 Legislature, Regular Session, 1959. PROVIDED FURTHER, that if any legal action be filed upon this Bond, venue shall lie in WEBB County, State of Texas, and that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed there under or the specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this the day of , A.D. . ATTEST: (Principal) Secretary PRINCIPAL By: (SEAL) Address (State & Zip Code) ( ) Witness as to Principal Telephone Number (Area Code) ATTEST: By: (Surety) Secretary: Attorney-in-Fact (SEAL) Address (State & Zip Code) ( ) Telephone Number (Area Code)

Page 38: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 6of 8

NOTE: If Contractor is Partnership, all Partners should execute bond. Date of Bond must not be prior to Date of Contract.

Page 39: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 7of 8

PERFORMANCE - PAYMENT BOND FORM M-24, 25, Attach. (SEAL) Individual Principal Address (Street or P. O. No.) Business Address (Street or P. O. No.) City, State, Zip Code City, State, Zip Code Telephone Number (Area Code) Telephone Number (Area Code) ATTEST: Corporate Principal Business Address Name (State & Zip Code) Telephone No. (Area Code) Address (State & Zip Code) (Affix Corporate Seal) By: ATTEST: Address (State & Zip Code) Corporate Surety Business Address (Affix Corporate Seal) Telephone:

Page 40: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-8/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 8of 8

CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the , Secretary of the Corporation named as Principal in the within Bond; that , who signed the Said Bond on behalf of the Principal was then of said Corporation; that I know his signature thereof is genuine; and that said Bond was duly signed, sealed, an attested for and in behalf of said Corporation by authority of its governing body. Title Date: (Affix Corporate Seal) Telephone No. The rate of premium on this Bond is per thousand. Total premium charge $ NOTE: The above must be filled in by Corporate Surety. Power-of-Attorney of person signing for Surety Company must be attached.

Page 41: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 1of 14

SECTION A-9 CONTRACTOR'S AND SUBCONTRACTORS' INSURANCE

PROJECT: Sombreretillo Creek Force Main Project

The Contractor shall not commence work under this contract until he/she has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his/her subcontract until the insurance required of the subcontractor has been so obtained and approved. A. COMPENSATION INSURANCE: The Contractor shall procure and shall maintain during the life of this

Contract, Workmen's Compensation Insurance as required by applicable State or Territorial Law for all of his/her employees to be engaged in work at the site of the project under this Contract and in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Insurance. In the case where any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employee's liability insurance for the protection of such of his/her employees as are not otherwise protected.

B. CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AND VEHICLE

LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract: Contractor's Public Liability Insurance in the amount of not less than One Million Dollars ($1,000,000) for bodily injury, including accidental death, for any one person and an amount of not less than One Million Dollars ($1,000,000) per any one occurrence; Contractor's Property Damage Insurance in the amount of not less than One Million Dollars ($1,000,000) per occurrence and One Million Dollars ($1,000,000) aggregate; and Vehicular Liability Insurance of One Million Dollars ($1,000,000) for any one person and One Million Dollars ($1,000,000) for each occurrence.

C. SUBCONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The

Contractor shall either (1) require each of his/her subcontractors to procure and to maintain during the life of this contract Subcontractor's Public Liability, Property Damage and Vehicle Liability Insurance of the type and in the amounts specified in Subparagraph B above or, (2) insure the activities of his/her subcontractors in his/her policy specified in Subparagraph B above.

D. SCOPE OF INSURANCE AND SPECIAL HAZARDS: The insurance required under Subparagraphs B and

C above provide adequate protection for the Contractor and his/her subcontractors, respectively, against damage claims which may arise from operations under this Contract, whether such operation be by the insured or by any one directly or indirectly employed by him/her and also against any of the special hazards which may be encountered in the performance of the Contract.

Page 42: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 2of 14

E. BUILDER'S RISK INSURANCE (FIRE & EXTENDED COVERAGE): Unless otherwise provided by the Owner, the Contractor shall procure and shall maintain during the life of this Contract, Builder's Risk Insurance (Fire & Extended Coverage) on a one hundred percent (100%) completed value basis on the insurable portion of the project. The Owner, the Contractor, and the subcontractor(s) (as their interests may appear), shall be named as the Insured. F. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates

showing the type, amount, class of operations covered, effective dates, and expiration dates of policies. Such certificates shall also contain substantially the following statement: "The Insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by the Owner".

Page 43: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 3of 14

CERTIFICATE OF INSURANCE To: Date: CITY OF LAREDO 1110 HOUSTON STREET LAREDO, TEXAS PROJECT: Sombreretillo Creek Force Main Project This is to certify that (Name & Address of Insured and Telephone Number) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further, hereinafter described. Exception to standard policies used by this company, and further, hereinafter described. Exceptions to standard policy noted on next page hereof.

TYPE OF INSURANCE Policy No. Effective Expires: Limits of Availability: Workmen's Compensation: 1 Person: $ Public Liability: 1 Accident: $ Contingent Liability: Property Damage: Builder's Risk: Automobile: Other:

Page 44: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 4of 14

The foregoing policies (do) (do not) cover all subcontractors. Locations Covered: Description of Operations Covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five days after the insured has received written notice of such change or cancellation. WITNESS: Contractor/Firm (Typed) Name Signature Address Signature (Typed) Title: Address City/State/Zip Code Telephone Number Fax Number

Page 45: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 5of 14

NOTICE: All persons providing services on this construction project shall abide by new rule 110.110 to the TEXAS LABOR CODE concerning workmen's compensation insurance coverage. This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. (Copy of Rule 110.110 is attached)

Page 46: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 6of 14

Rule 110.110 Reporting Requirements for Building or Construction Projects for Governments Entities (a) The following words and terms when used in this rule, shall have the following meaning; unless the

contract clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined.

(1) Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of

authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person's or entity’s employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project.

(2) Building or construction - Has the meaning defined in the Texas Labor Code, §406.096. (3) Contractor - A person bidding for or awarded a building or construction project by a

governmental entity. (4) Coverage - Worker’s compensation insurance meeting the statutory requirements of the Texas

Labor Code, §406.096(e)(1). (5) Coverage agreement - A written agreement on form TWCC-81, form TWCC-82, form TWCC-

83, or form TWCC-84, filed with the Texas Workers’ Compensation Commission which establishes a relationship between the parties for purposes of the Workers’ Compensation Act pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G as one of employer/employee and establishes who will be responsible for providing workers’ compensation coverage for persons providing services on the project.

(6) Duration of the project - Includes the time from the beginning of work on the project until the

work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project (“subcontractor” in §406.096 of the Act) - Includes all

persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This included but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. “Services” includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to a project, such as food/beverage vendors, office supply deliveries of portable toilets.

(8) Project - Includes the provision of all services related to a building or construction contract for a

governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by

the insured that all employees of the insured who are providing services on the project are covered by worker’s compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading certificate of coverage, or failing to provide or maintain required coverage,

Page 47: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 7of 14

or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions.

(c) A governmental entity that enters into a building or construction contract on a project shall:

(1) include in the bid specifications, all the provisions of subsection (d) of this rule, using the language required by paragraph (7) of this subsection;

(2) as part of the contract, using the language required by paragraph (7) of this subsection, require

the contractor to perform as required in subsection (d) of this rule; (3) obtain from the contractor a certificate of coverage for each person providing services of the

project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage:

(A) before the end of the current coverage period, if the contractor’s current certificate of coverage shows that the coverage period ends during the duration of the project; and

(B) no later than seven days after the expiration of the coverage for each other person

providing services on the project whose current certificate shows that the coverage period ends during the duration of the project;

(5) retain certificate of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person

entitled to them by law; and (7) use the following language for bid specifications and contracts, without any additional words or

changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation:

Article Workers’ Compensation Insurance Coverage

A. Definitions: Certificate of coverage (“certificate”)- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor’s/person’s work on the project has been completed and accepted by the governmental entity. Persons providing services on the project (“subcontractor” in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. “Services” include, without limitation, providing, hauling, or delivering equipment or

Page 48: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 8of 14

materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractors shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor’s current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity:

(1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and

(2) no later than seven days after receipt by the contractor, a new certificate of coverage showing

extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or by personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to:

(1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project;

(2) provide to the contractor, prior to that person beginning work on the project a certificate of coverage

showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project;

Page 49: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 9of 14

(3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown of the current certificate of coverage ends during the duration of the project;

(4) obtain from each other person with whom it contracts, and provide to the contractor:

(a) a certificate of coverage, prior to the other person beginning work on the project; and

(b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(5) retain all required certificates of coverage on file for the duration of the project and for one year

thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after

the person knew or should have know of any change that materially affects the provision of coverage of any person providing services on the project; and

(7) contractually require each person with whom it contracts, to perform as-required by paragraphs (1) -

(7) with the certificates of coverage to be provided to the person for whom they are providing services.

J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. (d) A contractor shall:

(1) provide coverage for its employees providing services on a project for the duration of the protect based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements;

(2) provide a certificate of coverage showing workers’ compensation coverage to the governmental

entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period a new certificate of

coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project;

(4) obtain from each person providing services on a project, and provide to the governmental entity:

Page 50: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 10of 14

(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and

(B) no later than seven days after receipt by the contractor, a new certificate of coverage

showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(5) retain all required certificates of coverage on file for the duration of the project and for one year,

thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery within 10 days after

the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;

(7) post a notice on each project site informing all persons providing services on the project that they

are required to be covered and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes:

REQUIRED WORKERS’ COMPENSATION COVERAGE

“The law requires that each person working on this site or providing services related to this construction project must be covered by workers’ compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other services related to the project regardless of the identity of their employer or status as an employee.”

'Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage or to report an employer’s failure to provide coverage.” and

(8) contractually require each person with whom it contracts to provide services on a project to:

(A) provide coverage based on proper reporting of classification codes and payroll amounts and

filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project;

(B) provide a certificate of coverage to the contractor prior to that person beginning work on

the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3)

of this rule; (D) provide the contractor, prior to the end of the coverage period, a new, certificate of

coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

Page 51: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 11of 14

(E) obtain from each other person with whom it contracts, and provide to the contractor:

(i) a certificate of coverage, prior to the other person beginning work on the project; and

(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(F) retain all required certificates of coverage on file for the duration of the project and for one

year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within 10

days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and

(H) contractually require each other person with whom it contracts, to perform as required by

paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.

(e) A person providing services on a project, other than a contractor, shall:

(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements;

(2) provide a certificate of coverage as required by its contract to provide services on the project,

prior to beginning work on the project; (3) have the following language in its contract to provide services on the project;

“By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insured Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions:

(4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project;

(5) obtain from each person providing services on a project under contract to it, and provide as required by its contract:

(A) a certificate of coverage, prior to the other person beginning work on the project; and

Page 52: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 12of 14

(B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(6) retain all required certificates of coverage on file for the duration of the project and for one year

thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that

materially affects the provision of coverage of any person providing services on the project and send the notice within 10 days after the person knew or should have known of the change; and

(8) contractually require each other person with whom it contracts to:

(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project;

(B) provide a certificate of coverage to it prior to that person beginning work on the project; (C) include in .all contracts to provide services on the project the language in subsection (e)(3)

of this rule; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing

extension of coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(E) obtain from each other person under contract to it to provide services on the project, and

provide as required by its contract:

(i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing

extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract;

(F) retain all required certificates of coverage on file for the duration of the project and for one

year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within 10

days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and

(H) contractually require each other person with whom it contracts, to perform as required by

paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.

Page 53: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 13of 14

(f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable.

(g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or

after September 1, 1994.

Page 54: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-9/Performance Bond Sombreretillo Creek Force Main Project February 2017 Page 14of 14

THIS PAGE INTENTIONALLY LEFT BLANK

Page 55: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-10/Notice of Award Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-10 NOTICE OF AWARD

To:

PROJECT: Sombreretillo Creek Force Main Project The City of Laredo has considered the bids submitted for the above described Project in response to its Notice to Bidders dated and and related Information to Bidders. You are hereby notified that your bid in the amount $________________________________, has been favorably considered for the Project by the City Council at its regular council meeting on . Pursuant to the Information to Bidders, you are asked to sign the proposed Contract (in five duplicate originals) and to return the same, along with the required Certificate of Insurance and Payment Bond and Performance Bond within ten (10) days of your receipt of this Notice, for the approval and signature of the City Manager. For the purposes of effective date of the Performance and Payment Bond, and the required Certificate of Insurance, the date of _may be considered the date of the Contract, if the Documents are approved by the City Manager. If you fail to submit the proposed Contract and the Performance Bond, and the required Certificate of Insurance within ten (10) days from your receipt of this Notice, your bid will be considered as withdrawn and your bid bond will be forfeited. You are asked to acknowledge receipt of this Notice by signing in the appropriate place below. Dated this day of . CITY OF LAREDO UTILITIES DEPT. Riazul Mia, P.E., Director City Utilities Department ACKNOWLEDGMENT: Receipt of this Notice is hereby acknowledged Dated this day of Authorized Signature Title:

Page 56: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.0138.01 City of Laredo Division A-10/Notice of Award Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 57: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.018.01 City of Laredo Division A-11/Notice to Proceed Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-11 NOTICE TO PROCEED

To: Date:

PROJECT: Sombreretillo Creek Force Main Project

In accordance with the construction contract dated , you are hereby notified to commence work on

.

Contract time is .

CITY OF LAREDO UTILITIES DEPT.

Riazul Mia, P.E., Director City Utilities Department The above NOTICE TO PROCEED is hereby acknowledged by on this the day of . Authorized Signature Name: (Typed) Title:

Page 58: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.018.01 City of Laredo Division A-11/Notice to Proceed Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 59: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-12/Certificate of Owner’s Attorney Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION A-12 CERTIFICATE OF OWNER'S ATTORNEY

PROJECT: Sombreretillo Creek Force Main Project

Awarded by City Council:

I, the undersigned, Kristina Laurel Hale, Interim City Attorney the duly authorized and acting legal Representative of

THE CITY OF LAREDO, TEXAS do hereby certify as follows:

I have examined the attached Contract(s) and Surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid Agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said Agreements on behalf of the respective parties named thereon; and that the foregoing Agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions, and provisions thereof. Kristina Laurel Hale, Interim City Attorney Date:

Page 60: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division A-12/Certificate of Owner’s Attorney Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 61: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-1/Contract Time and Liquidated Damages Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-1 CONTRACT TIME

AND LIQUIDATED DAMAGES

PROJECT: Sombreretillo Creek Force Main Project The Contract Performance for this project shall be one hundred & fifteen, 115 working days as defined in the Specifications under General Provisions, Division C, Section 1. The time set forth in the proposal for the completion of the work is an essential element of the Contract. For each working day under the conditions described in the preceding Paragraph that any work shall remain uncompleted after the expiration of the working days specified in the Contract, together with any additional working days allowed, the amount per day given in the following schedule will be deducted from the money due or become due the Contractor, not as a penalty but as liquidated damages.

FOR AMOUNT OF CONTRACT

From More Than To and Including Amount of liquidated Damages Per

Working Day $0 $100,000 $200

100,000 500,000 400

500,000 1,000,000 550

1,000,000 2,000,000 700

2,000,000 5,000,000 850

5,000,000 10,000,000 1,200

10,000,000 15,000,000 1,500

15,000,000 20,000,000 1,700

20,000,000 Over 20,000,000 2,500

Page 62: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-1/Contract Time and Liquidated Damages Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 63: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-2/Equal Opportunity Clause Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-2 EQUAL OPPORTUNITY CLAUSE

PROJECT: Sombreretillo Creek Force Main Project

1. The Contractor will not discriminate against any employee or applicant for employment because of

race, religion, color, sex or national origin. The Contractor will take Affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color or national origin. Such action shall include, but not limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause.

2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin.

3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or worker's representative of the Contractor's commitments under Section 202 of Executive Order No. 11246, as amended (3CFR 169 (1974)) and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

4. The Contractor will comply with all provisions of Executive Order No. 11246, as amended, and of the rules, regulations and relevant orders of the Secretary of Labor.

5. The Contractor will furnish all information and reports required by Executive Order No. 11246, as amended, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders.

6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246, as amended or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law.

7. The Contractor will include the Provisions of Paragraph 1 through 7 in every Subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246, as amended, so that such provisions will be binding upon each Subcontractor or Vendor. The Contractor will take such action with respect to any Subcontract or Purchase Order, as the contracting may direct as a means of enforcing such provisions, including sanctions for noncompliance, provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or Vendor as a result of such direction by the contracting agency, the Contractor may request the United Sates to enter into such litigation to protect the interest of the United States.

Page 64: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-2/Equal Opportunity Clause Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 65: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-3/Wage Determination Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-3

NOT USED

Page 66: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-3/Wage Determination Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 67: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-4 Inspection by City Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-4 INSPECTION BY CITY

PROJECT: Sombreretillo Creek Force Main Project

The work covered by these Specifications shall at all times be subject to inspection by the City of Laredo authorized inspectors. The Contractor shall furnish the City Inspector with every reasonable facility for ascertaining whether the work performed is substandard and deviates from the requirements of the plans and specifications. The City Inspector shall have the authority to halt the construction of any portion of the work not meeting requirements until such time as said work has been corrected to the satisfaction of the Inspector and the Engineer. City’s normal working hours are Monday through Friday from 8:00AM to 5:00PM. The contractor shall notify The City at least twenty-four (24) hours in advance for any work that is to be scheduled beyond the limits of The City’s working hours and the contractor shall not begin any such work scheduled unless proper inspection and/or testing has been pre-arranged with The City, with the cost for such inspection beyond The City’s working hours borne by the contractor. One (1) extra hour and one-half (1/2) additional hour of overtime will be added to actual hours the inspection services are required by the inspector for arriving early to and leaving late from site respectively. City inspector overtime rate is $63.30 per hour

Page 68: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-4 Inspection by City Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 69: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-5/ Project Sign Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-5 PROJECT SIGN

PROJECT: Sombreretillo Creek Force Main Project

The general contractor shall erect a minimum of two (2) signs, as directed by the City Utilities Director, at the project site identifying the project and indicating that the City of Laredo is participating in the development of the project. The project signs shall be substantially in accordance with the drawing and shall be made from ¾ inch plywood, placed in a prominent location and maintained in good condition until completion of the project. The sign will be set in the ground on 4” x 4” posts. No separate payment will be made for the signs. The sign shall include the following information as a minimum: the Mayor and City Council, City Manager, City Utilities Director and Project Engineer. The City logo will also be prominently placed on the sign. THE CONTRACTOR SHALL REMOVE AND DISPOSE OF THE PROJECT CONSTRUCTION SIGN WHEN THE WORK HAS BEEN COMPLETED

Page 70: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-5/ Project Sign Sombreretillo Creek Force Main Project February 2017 Page 2of 2

PROJECT SIGN

2” x 4” Top ¾” x ¾” ¼ Round Front + Back (TYP)

CITY OF LAREDO

Sombreretillo Creek ForceMain Project

CITY COUNCIL Honorable Pete Saenz, Mayor

Rudy Gonzalez, Jr. Council Member District I Nelly Velma Council Member District V Vidal Rodriguez Council Member District II Charlie San Miguel Council Member District VI Alejandro Perez, Jr. Mayor Pro-Tempore George J. Altgelt Council Member District VII Alberto Torres Council Member District IV Roberto Balli Council Member District VIII

Jesus M. Olivares , City Manager Riazul Mia, P.E., Utilities Director Phone: (956) 791.7302 Sherfey Engineering Company, L.L.C. Contractor’s Name 104 Del Court, Suite 400 Address Laredo, Texas 78041 City, State & Zip Code T.B.P.E. Firm Registration No. 3132 Phone Number

¾” x 4’ x 8‘ Exterior Plywood 2” x 4” Bottom

4’ x 4” x 9” Post (TYP)

Notes: 1) Fasteners are to be no. 10 x 3 ½” flathead wood screws 2) Mount ¼ round with 4PB finish nails every 8” 3) Paint – White background with red letters and blue borders 4) Locate bottom of sign post 2’ – 3’ below ground level 5) CONTRACTOR TO REMOVE SIGN(S) UPON COMPLETION

Page 71: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-6/ Illegal Dumping Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION B-6 ILLEGAL DUMPING

PROJECT: Sombreretillo Creek Force Main Project

The general contractor shall not dispose of any material whatsoever taken from the project site, onto any areas not considered to be legal dump sites. Materials such as broken concrete, asphalt, rebar, trash, etc. are to be disposed of properly, i.e. at the city landfill or as directed by the city engineer. Unless otherwise noted, no material, including dirt, is to be dumped or place into an existing creek or channel. The general contractor is hereby instructed to contact John Porter, Director at the City Environmental Dept. at 956-794-1650 for additional information on illegal dumping city ordinances. *Building construction debris should be hauled to the Landfill only by a Franchised hauler.

Page 72: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division B-6/ Illegal Dumping Sombreretillo Creek Force Main Project February 2017 Page 2of 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 73: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-1/Definition of Terms Sombreretillo Creek Force Main Poject February 2017 Page 1of 2

SECTION C-1 DEFINITION OF TERMS

PROJECT: Sombreretillo Creek Force Main Project

C-1.01 DEFINITION OF TERMS: Whenever the terms defined herein occur on the Plans, in any other Documents of instrument herein contemplated or to which the Specifications apply, the intent and meaning shall be as follows: C-1.02 OWNER: (Or Party of the First Party): The individual, firm corporation or the political subdivision for who the facilities covered by these Plans and Specifications are to be constructed. C-1.03 CONTRACTOR: (Or Party of the Second Party): The individual, firm or corporation with whom the Contract is made by the Owner. C-1.04 ENGINEER: Engineer employed by the Owner, or such other Engineer, or Supervisor authorized by the Engineer or the Owner to act on their behalf. C-1.05 CONSULTANT: Licensed Engineer or Architect employed by the Owner, and authorized by the Engineer or the Owner to act on their behalf. The decisions by the Engineer are final. C-1.06 BIDDER: An individual, firm or corporation submitting a proposal. C-1.07 SUPERINTENDENT: An authorized representative of the Contractor. C-1.08 INSPECTOR: An authorized representative of the Owner and Engineer. C-1.09 LABORATORY: A testing laboratory approved by the Owner and Engineer. C-1.10 CONTRACT:

Page 74: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-1/Definition of Terms Sombreretillo Creek Force Main Poject February 2017 Page 2of 2

The Agreement between the Owner and the Contractor covering the furnishing of all materials and labor necessary to complete the work and consisting of the Plans and Specifications, together with such supplemental agreements as may be made from time to time. C-1.11 WORKING DAY: A "Working Day" is defined as any day not including Saturdays, Sundays, or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of work for a continuous period of not less than seven (7) hours. C-1.12 WORK: All structures, services, machinery, equipment, or other facilities that are described in the Plans and Specifications together with such additions or modifications as may be ordered by the Owner from time to time. C-1.13 WORK ORDER, OR NOTICE TO PROCEED: A document authorized by the Owner and issued by the Engineer directing the Contractor to proceed on all or part of the work and a specified date. C-1.14 CHANGE ORDER: A supplemental agreement adding to or modifying the Contract, including such additional Plans and Specifications as necessary to properly describe the required change. C-1.15 SURETY: The corporate body which is bound with the Contractor for the faithful performance of the work covered by the Contract. C-1.16 PLANS: The drawings published by the Engineer showing the locations, character, dimensions and details of the work which are part of the Contract. C-1.17 SPECIFICATIONS: The directions, provisions and requirements contained herein pertaining to the methods and manner of performing the work, or to be quantities, or to the qualities of materials to be furnished under the Contract. The term "Specifications" shall be deemed to include the Contract Documents, the Special Provisions, the General Provisions, and the Technical Provisions as contained herein, together with all Supplemental Agreements and Change Orders. Specifications are part of the Contract. Plans take precedence over Specifications if in conflict. C-1.18 CALENDAR DAYS: A "Calendar Day" is defined as any day of the week inclusive of Saturdays, Sundays, and legal holidays.

END OF SECTION

Page 75: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-2/Definition of Abbreviations Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION C-2 DEFINITION OF ABBREVIATIONS

C-2.01 DEFINITION OF ABBREVIATIONS: Whenever the abbreviations defined herein occur on the Plans, in the Specifications, Contract, Bond, advertisement, Proposal, or in any other Instrument herein contemplated or to which the Specifications apply or may apply, the intent and meaning shall be as follows: A.A.S.H.T.O. American Association of State Highway and Transportation Officials Am or Amp. Ampere A.S.T.M. American Society for Testing and Materials Asph. Asphalt Ave. Avenue A.W.W.A. American Water Works Association B & S Bell and Spigot B/B Back to Back Blvd. Boulevard B.M. Bench Mark B.T.U. British Thermal Unit C.C. or C.C.C Center to Center C.F.M. Cubic Feet per Minute C/G Curb & Gutter C.I. Cast Iron C.L. or CL Center Line C.M. Circular Mil C.O. Cleanout Con. or Conc. Concrete Cond. Conduit Corr. Corrugated C.S.P. Concrete Sewer Pipe Cu. Cubic Culv. Culvert Dia. Diameter Dr. Driveway D.S. Double Strength E.W. Each way Elev. or El. Elevation F. Fahrenheit Ft. or ' Foot or Feet Gal. Gallon HP Horsepower I.P. Iron Pin In. or " Inch or Inches KVA Kilovolt-ampere K.W. Kilowatt Lb. or # Pound Lin. Linear Max. Maximum MH Manhole

Page 76: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-2/Definition of Abbreviations Sombreretillo Creek Force Main Project February 2017 Page 2of 2

Min. Minimum Mono. Monolithic No. Number O.C. On centers % Percent PL Property Line R. Radius R.C.S.D.P. Reinforced Concrete Storm Drain Pipe Rein. Reinforced or Reinforcing Rem. Remove Rep. Replace ROW or R of W Right of Way RPM Revolutions per Minute S.D. Storm Drain S.O.P. Secretaria de Obras Publicas (Mexican Secretaries of Public Works) Sq. Square S.S. Sanitary Sewer SAN SWR Sanitary Sewer Std. Standard TxDOT Texas Department of Transportation T.H.D. Texas Highway Department V Volt VCP Vitrified Clay Pipe VG Valley Gutter Vol Volume Yd Yard

END OF SECTION

Page 77: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-3/Instruction to Bidders Sombreretillo Creek Force Main Project February 2017 Page 1of 4

SECTION C-3 INSTRUCTION TO BIDDERS

C-3.01 EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK: Submission of a Proposal shall constitute prima facie evidence that the Bidder has carefully examined the site of the proposed work, the Proposal, Contract Forms, Plans and Specifications, and has satisfied himself as to the character, quality and quantity of work to be performed, materials to be furnished, and as to the requirements of these Specifications, Special Provisions, and Contract. Any information on the Plans or in the Specifications as to the soil, material borings, or tests of existing materials, or location of existing utilities is for the convenience of the Bidder. The accuracy of the information is not guaranteed, and no claims for extra work or damages will be considered if it is found during construction that the actual conditions or locations vary from those indicated on the Plans or in the Specifications. C-3.02 INTERPRETATION OF ESTIMATES: Any estimate of quantities or work to be done and materials to be furnished in the Proposal or on the Plans is given only as a basis of comparison of Proposals and the Award of the Contract. Such estimate is the result of careful calculation and is believed to be correct, but the Owner does not expressly, or by implication, agrees that the actual quantities involved will correspond exactly therewith, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities, or of the character, location or other conditions pertaining to the work. Payment to the Contractor under unit price contracts will be made only for the actual quantities of work performed or materials furnished in accordance with the Plans and Specifications, and it is understood that the quantities may be increased or diminished as hereinafter provided without in any way invalidating the unit bid prices. C-3.03 PREPARATION OF PROPOSAL: The Bidder shall submit his proposal on the forms furnished by the Owner. All blank space in the proposal form shall be filled in for each and every item for which quantity is given, and the Bidder shall state the price (typed, or written in ink, both in words and numerals) for which he proposed to do each item of work. In case of conflict between words and numerals, the words will govern. The Proposal shall be signed in ink by the person or persons making, or authorized to make the bid. If the Proposal is offered by an individual, his name and post office address shall be given. If the proposal is offered by a firm or partnership, the name and post office address of each member of the firm or partnership shall be given. If the Proposal is offered by a corporation, the name and title of the person signing the Proposal, and the post office address of the corporation shall be given. Any person signing a Proposal as agent must file with the Owner legal evidence that he has the authority to do so, and that the signature is binding upon the firm or corporation. C-3.04 REJECTION OF PROPOSAL: A Proposal showing any alterations of words or figures, erasures, additions not called for, alternate bids not called for, incomplete bids, condition bids, or proposals not accompanied by proposal guaranty as required, will be considered as an irregular bid and may be rejected. The Owner reserves the right to waive technicalities as to changes, alterations, or reservations, and to make the award to the best interest of the Owner.

Page 78: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-3/Instruction to Bidders Sombreretillo Creek Force Main Project February 2017 Page 2of 4

C-3.05 PROPOSAL GUARANTY: Each Proposal shall be accompanied by a certified check, cashier's check or bid bond in the amount of five (5%) percent of the total amount bid. Checks shall be made payable unconditionally to the Owner. C-3.06 DELIVERY OF PROPOSAL: Each Proposal shall be sealed, together with the Proposal guaranty, in an envelope plainly marked with the name and address of the Bidder. When submitted by mail, this envelope shall be placed in another envelope addressed as indicated in the Notice to Bidders. Only those proposals actually in the hands of the designated official at the time set in the Notice to Bidders shall be considered. Proposals submitted by telephoned, telegraph or through Facsimile (Fax) will NOT be considered. C-3.07 WITHDRAWAL OF PROPOSAL: A Bidder may withdraw his proposal provided he submits to the official designated to receive bids his request in writing to do so prior to the time set for opening of proposals. C-3.08 PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read aloud at the time and place set in the Notice to Bidders. C-3.09 COMPETENCY OF BIDDERS: Before any Contract is awarded, the Owner may require the Bidder to furnish a complete statement of his financial resources. His experience in similar work, his equipment available for the work proposed, or any other information necessary to establish his competency and reliability as a Contractor. C-3.10 DISQUALIFICATION OF BIDDER: Any of the following causes may be considered as sufficient for the disqualification of the Bidder and the rejection of his Proposal: a. More than one proposal for the same work from an individual or corporation under the same or

different name; b. Evidence of collusion among Bidders; c. An unbalanced Proposal; d. Failure to submit a unit price for each item of work shown on the Proposal; e. Lack of competency as revealed by the financial statement, experience record, or plant and

equipment statement furnished; f. Lack of responsibility as shown by past work judged from the standpoint of workmanship and

progress; g. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt

completion of additional work if awarded; h. Being in arrears on existing Contracts; i. Having defaulted on a previous Contract.

Page 79: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-3/Instruction to Bidders Sombreretillo Creek Force Main Project February 2017 Page 3of 4

C-3.11 MATERIALS GUARANTY: Before any contract is awarded, the Owner may require the Bidder to furnish a complete statement of the origin, composition or manufacturer of any and all materials proposed to be used in the work, together with samples, which may be subjected to tests to determine their quality and fitness for the work.

END OF SECTION

Page 80: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-3/Instruction to Bidders Sombreretillo Creek Force Main Project February 2017 Page 4of 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 81: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-4/Award and Execution of Contract Sombreretillo Creek Force Main Project February 2017 Page 1of 2

SECTION C-4 AWARD AND EXECUTION OF CONTRACT

PROJECT: Sombreretillo Creek Force Main Project C-4.01 CONSIDERATION OF PROPOSALS: For the purpose of award, after the proposals are opened and read, the bids considered the most advantageous to the Owner will be carefully studied. The bids will then be compared and the results made public. Until the award of the Contract is made, the Owner reserves the right to reject any or all proposals, to waiver technicalities, to advertise for new proposals, or to proceed to do the work otherwise when the best interests of the Owner will be thereby promoted. C-4.02 AWARD OF CONTRACT: Contract will not be awarded until the necessary investigations as to the competency of the low bidder are made. Award of Contract will be made by the Owner, upon recommendation by the Engineer, to the lowest responsible bidder meeting the requirements of the Owner. Award of Contract will be made within sixty (60) days after the opening of proposals, unless stated otherwise in the Notice to Bidders. C-4.03 RETURN OF PROPOSAL GUARANTEES: As soon as the proposal price has been compared the Engineer may, at his discretion, return the proposal guarantees accompanying in those proposals which, in his judgment, will not be considered in making the award. When award is made, the successful bidder's proposal guaranty only will be retained until after the Contract and Bond have been executed. C-4.04 PERFORMANCE AND PAYMENT BOND: Within ten (10) days after Notification of Award of Contract, the successful bidder shall execute and file with the Owner a separate surety and payment bond as required by Chapter 93 of the Acts of the Regular Session of the 56th Legislature of Texas, in the full amount of the contract price as a guarantee of the faithful performance of the Contract and payment of all obligations which may be incurred for material and labor used in the work. Bonds shall be executed by a surety company authorized to do business in the State of Texas on the bond forms provided in these Documents. Any surety shall be subject to the approval of the Owner. C-4.05 EXECUTION OF CONTRACT: Within ten (10) days after Notification of Award of Contract, the successful bidder shall sign and place in the hands of the Owner the necessary agreement entering into a Contract with the Owner. C-4.06 NOTICE TO PROCEED: The Notice to Proceed shall be issued within ten (10) days of the execution of the Agreement by the City provided that the Contractor has properly executed and submitted all Documents required by the City of Laredo within the same period of time. Should there be reasons why the Notice to Proceed cannot be issued within such period the time may be extended by mutual agreement between the City and the Contractor. If the Contractor has submitted all Documents required and the Notice to Proceed has not been issued within the ten (10) day period or within the time extension, the Contractor may terminate the Agreement without further liability on the part of either party.

Page 82: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-4/Award and Execution of Contract Sombreretillo Creek Force Main Project February 2017 Page 2of 2

Furthermore, should the Contractor fail to execute all the requirements within the same ten (10) day period or within the time extension, the City may terminate the Agreement. C-4.07 BIDDER'S ABILITY TO PERFORM THE WORK: The City of Laredo may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. C-4.08 APPROVAL OF CONTRACT: No contract shall be binding upon the Owner until it has been signed by the Owner and returned to the Contractor. C-4.09 FAILURE TO EXECUTE CONTRACT: Failure to comply with any of the requirements of these Specifications, to execute Contract within ten (10) days after notification of work or to furnish surety as required, shall be just cause for the annulment of the award. In case of annulment of award, the proposal guaranty shall become the property of the Owner, not as penalty, but as a liquidated damage. C-4.10 PLANS AND SPECIFICATIONS TO BE FURNISHED: After the Notice to Proceed is issued, the Owner shall provide the Contractor with three (3) complete sets of Plans and Specifications for Contractor's use during construction. In the case that additional sets are required, the Contractor shall make arrangements to obtain the extra sets at his own expense. C-4.11 RESPONSE TIME DURING THE PROSECUTION OF THE PROJECT: The Contractor shall furnish the Owner with three (3) local telephone numbers where the Contractor or a responsible representative of the contractor can be reached at any and all time during the prosecution of this project, and especially during weekends or holidays. Failure of the Contractor to respond to any such emergency which causes City personnel, equipment and materials to be used in such emergency will result in the Contractor being charged an amount which shall be twice the cost incurred by the City in using personnel, equipment and materials to handle such emergency due to the failure of the Contractor to do so, and, in addition, the Contractor will be charged a penalty of $500.00 for each emergency to which it does not respond. In this connection, "failure to respond" means the failure of the Contractor to respond to telephone calls from the relevant staff or Owner.

END OF SECTION

Page 83: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-5 /Scope of Work Sombreretillo Creek Force Main Project February 2017

Page 1of 2

SECTION C-5 SCOPE OF WORK

C-5.01 INTENT OF PLANS AND SPECIFICATIONS: It is the intent of the Plans and Specifications to describe the complete work to be performed under the Contract. Except as provided on the Plans or in the Specifications, it is also the intent that the Contractor shall furnish all materials, supplies, tools, equipment, labor and incidentals necessary to complete the work. C-5.02 CHANGES AND INCREASED OR DECREASED QUANTITIES OF WORK: The Owner has the right to make such changes and alterations in the Plans or in the quantities of work as he may consider necessary or desirable, and such changes and alterations shall not be considered as a waiver of any condition of the Contract, nor shall they invalidate any provision thereof. The Contractor shall perform the work as increased or decreased, and no allowance will be made for anticipated profits. Payment to the Contractor will be made for the actual quantities of work done and materials furnished at the unit prices as set forth in the Contract, except as follows: a. When the total cost of work to be done, or of materials to be furnished, is more than one hundred and

twenty-five (125%) percent of the total contract price for the item stated in the Proposal, then either party to the Contract, upon demand, shall be entitled to a revised consideration on that portion of the work above one hundred and twenty-five (125%) percent of the total contract price stated in the Proposal.

b. When the total cost of work to be done, or of materials to be furnished, is less than seventy-five (75%) percent on the total contract price for the item stated in the Proposal, then either party to the Contract, upon demand, shall be entitled to a revised consideration of the work actually done.

c. Revised consideration shall be determined by supplemental agreement between the parties, which supplemental agreement shall be included with, and shall become a part of, the Contract.

C-5.03 OMITTED ITEMS: The Owner may, in writing, order the omission from the work of any item found unnecessary to the project. Such omission shall be subject to all provisions of Paragraph C-5.02. C-5.04 EXTRA WORK: When the proper completion of the project requires work for which no quantities or prices were shown in the Proposal, such work shall be called "EXTRA WORK" and shall be performed by the Contractor when so directed in writing by the Owner. "EXTRA WORK" shall be performed in accordance with these Specifications and as may be directed by the Engineer. Prices for extra work shall be itemized and covered by a supplement agreement submitted by the Contractor and approved by the Owner prior to the starting of such work. Claims for extra work not authorized in writing by the Owner prior to the performance thereof will be rejected. C-5.05 MAINTENANCE OF TRAFFIC: When the work requires partial or complete closing of any driveway, alley, street, or roadway, the Contractor shall so schedule and prosecute his work that traffic will be hindered to a minimum.

Page 84: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-5 /Scope of Work Sombreretillo Creek Force Main Project February 2017

Page 2of 2

C-5.06 REMOVAL AND DISPOSAL OF STRUCTURES AND OBSTRUCTIONS: All structures and/or obstructions on the site of the work, which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Such items of removal are not listed in the Proposal and will not be paid for as separate items; the cost of doing such work shall be included in the unit price bid for other items. C-5.07 TOOLS AND ACCESSORIES: When special wrenches, gauges, or other special tools or accessories are required to properly maintain and operate any machine or equipment furnished under this Contract, the furnishing of such tools and accessories shall be deemed to have been included in the Contract and they shall be furnished by the Contractor without extra cost to the Owner. C-5.08 GUARANTEES: All structural, mechanical and electrical equipment or instrument shall be guaranteed against mechanical and physical defects, leakage, breakage, or other damage occurring during normal operation for a period of one (1) year after such equipment or instruments have been accepted by the Owner. The Contractor shall promptly repair or make good, at his own expense, any defect in such equipment and instruments. C-5.09 GENERAL GUARANTEE: All work included in the Contract shall be guaranteed against faulty material or workmanship for a period of one (1) year after the work has been accepted by the Owner. Neither final acceptance of the work, nor final payment thereof, nor occupancy and use of the work by the Owner shall constitute a waiver of the Owner's right to require the Contractor to repair or make good any such faulty materials or workmanship. C-5.10 FINAL CLEANING UP: Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, tools, and materials and shall dispose of all rubbish, temporary structures, and surplus backfill. The site shall be left in a neat and presentable condition throughout. Any land area, driveway, sidewalk, alley, street or road (concrete or asphalt) which has been cut or disturbed during the prosecution of the work shall be repaired at the Contractor's expense to a condition at least as good as or better than as originally existed. C-5.11 EXISTING STRUCTURES: The Plans show the locations of all known surfaces and subsurface structures. However, the exact location of gas mains, water mains, conduits, sewer, etc., is unknown and the Owner assumes no responsibility for failure to show any of these structures on the Plans or to show them in their exact location. It is mutually agreed such failure will not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as necessitates, or requires the building of special work, provision for which is not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply.

END OF SECTION

Page 85: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 1of 6

SECTION C-6 CONTROL OF WORK AND MATERIALS

C-6.01 AUTHORITY OF ENGINEER: The work will be observed, tested and inspected by the Engineer, and performed to his Specifications. The Engineer will decide all questions which may arise as to the quality and acceptability of materials furnished and work performed, as to the manner of performance and rate of progress of said work, as to the interpretation of the Plans or Specifications relating to the work, as to the fulfillment of the Contract on the part of the Contractor and to the rights of different Contractors on the project. The decisions of the City Engineer will be final. C-6.02 CITY ENGINEER AS REFEREE: The City Engineer will act as referee in all questions, arising under the terms of the Contract between the parties thereto, and his decisions shall be final and binding. C-6.03 ADEQUACY OF DESIGN: It is understood that the Owner selected the Engineer named herein to prepare the Plans and Specifications, and all supplements thereto, and it is agreed that the Owner will be responsible for the adequacy of the design, sufficiency of the Plans and Specifications, and safety of structures, provided the Contractor has complied with said Plans and Specifications, all modifications thereof, and additions and alternations thereto approved by the Engineer. The burden of proof shall be upon the Contractor to show that he has fully complied with the Plans and Specifications, all modifications thereof, and all additions and alterations thereto. C-6.04 PLANS: Plans will show the lines, grades, cross sections, details and general features of the work. Where shop drawings or working drawings are required, they shall be furnished by the Contractor and approved by the Engineer. Authorized alterations to the Plans will be endorsed on approved copies of the Plans or shown on supplementary sheets. The approval by the Engineer of the Contractor's shop drawings or working drawings will not relieve the Contractor of any responsibility under the Contract. The Contractor shall furnish the Engineer with such blue print copies of shop drawings or working drawings as may be required for approval and for the purposes of supervision. The contract price shall include the cost of furnishing all such prints. C-6.05 CONFORMITY WITH PLANS: The finished work shall conform with the lines, grades, cross sections, details and dimensions shown on the Plans. Such deviations from the Plans as may be required will, in all cases, be determined by the Engineer and authorized in writing.

Page 86: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 2of 6

C-6.06 COORDINATION OF PLANS AND SPECIFICATIONS AND SUPPLEMENTAL AGREEMENTS:

The Plans, Specifications, and supplemental agreements are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. In case of disagreement, "Plans" shall govern over "Technical Provisions" and "Special Provisions," and "Special Provisions" shall govern over "Technical Provisions." The Contractor shall not take advantage of any apparent error or omission on the Plans or Specifications. In the event, the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his interpretation and decision, and such decision shall be final. C-6.07 COOPERATION OF CONTRACTOR: The Contractor shall give the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer and with other Contractors in every way possible. The Contractor shall have on the work at all times, a satisfactory and competent English-speaking Superintendent, authorized to receive order, and act for him as his agent. The Contractor shall designate to the Engineer in writing the name of such Superintendent, and the designated Superintendent may not be removed from the work without the written permission of the Engineer. C-6.08 CONSTRUCTION STAKES: The Consulting Engineer will provide the initial project control stakes and benchmarks. The Contractor shall be responsible for the preservation of such stakes and bench marks, and if any of the stakes or bench marks have been carelessly or willfully destroyed or disturbed by the Contractor, they will be replaced by the Contractor at his own expense. The Contractor shall furnish and set at his own expense such additional construction stakes and blue tops as seems necessary for the satisfactory prosecution of the work. Any missing construction stakes which have been destroyed by the different utility companies, vandals and/or the Contractor at the time of construction will be replaced by the Contractor at his own expense. The Engineer may, at his option, make spot or complete checks on all construction alignment and grades to determine the accuracy of the Contractor's survey work. These checks, however, will not relieve the Contractor of his responsibility of constructing the work to the lines and grades as shown on the Plans or approved Change Orders. Computations, sketches, and other drawings used in the design and layout of this project will be made available to the Contractor, however these items will not relieve the Contractor of his responsibility. C-6.09 QUANTITIES OF MATERIALS: It shall be the responsibility of the Contractor to verify all quantities of materials shown on the Plans before ordering such materials. Payment is provided for acceptable materials, and materials rejected due to improper fabrication or excess quantity or other reasons within the control of the Contractor will not be paid for regardless of the quantities or dimension shown on the Plans.

Page 87: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 3of 6

C-6.10 APPROVAL OF MATERIALS: The sources of supply of materials shall be subject to the approval of the Engineer. Representative samples of materials proposed for use shall be submitted, if required, for examination and testing by an independent testing laboratory selected by the City. Results obtained from testing such samples may be used for preliminary approval, but will not be used as final acceptance of materials. All materials proposed for use may be inspected or tested at any time during their preparation or use. If at any time, it is found that sources of supply which have been approved do not furnish a product of uniform quality, or if the product becomes unacceptable at any time, the Contractor shall furnish approved material from another source. Any material, which after approval has for any reason become unfit for use, shall not be incorporated into the work. C-6.11 SAMPLES AND TESTS: Samples and testing procedures shall conform to the requirements of appropriate designations of the American Association of State Highway and Transportation Officials or the American Society for Testing of Materials. Test for determining the fitness of materials; tests for the purpose of obtaining preliminary approval of materials; tests for determining concrete mixes will be at the expense of the Contractor. Tests for the actual control of the work, such as soil compacting tests and concrete compressive strength test, will be at the expense of the Owner. Any and all re-testing because of failure in soil compaction or concrete compressive strength tests shall be done at the expense of the Contractor. Tested and accepted subgrade shall be primed and cured and shall be covered and protected with the flexible base or asphalt stabilized base (black base) within a maximum of seven (7) days. Tested and accepted flexible base shall be primed and cured a minimum of seventy-two (72) hours and shall be covered with asphalt within seven (7) days. Failure to comply with the seven (7) days limitations may result in the need for re-testing at the Contractor’s expenses depending on weather conditions and at the discretion of the Engineer. Black base shall be tacked before being covered with asphalt. The Contractor shall provide such facilities as the Engineer may require for conducting field tests and collecting and forwarding samples. All sampling and testing shall be under the control of laboratories approved by him. C-6.12 STORAGE: Materials shall be stored as to ensure the preservation of the quality and fitness for the work. Material which is not, in the opinion of the Engineer, properly stored and protected will not be included as material in hand in the estimates. C-6.13 AUTHORITY AND DUTIES OF INSPECTORS: Inspectors employed by the Owner shall be authorized to inspect all work done in any part of the project and all preparation, fabrication, or manufacture of the materials to be used. The Inspector shall be authorized to call to the attention of the Contractor any failure of the work or materials to conform to the Specifications or the Plans. He will in no case act as foreman or perform other duties for the Contractor, nor shall he interfere with the management of the work. In the event, the Contractor does not comply with the requirements of the Owner and the Engineer he may stop all work until the non-compliance is corrected.

Page 88: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 4of 6

If the progress of the work becomes unduly delayed because of negligence on the part of the Contractor, the Inspector shall notify the Owner and the Engineer, who may require the Contractor to give reasons for the delay. If it is found that the Contractor is at fault, then it is the prerogative of the Owner to demand correction. Inspection as provided herein shall not relieve the Contractor from any obligation to perform the work in conformity with the requirements of the Plans and Specifications. No Inspector shall be authorized to revoke, alter, enlarge or release any requirements of the Plans and Specifications, or to issue instructions contrary to the Plans and Specifications, or to approve or accept any portion of the work. The Contractor shall furnish every reasonable facility for ascertaining whether or not the work is performed in accordance with the Plans and Specifications. No backfill shall be made unless inspected by the Engineer or the City's representatives designated in writing and verbal approval of field Engineer is given to such work; if the Contractor should backfill any work without such inspection and approval, the Contractor shall remove or uncover such portions of the finished work as may be directed. After examinations, the Contractor shall restore said portion of the work to the Standard required by the Plans and Specifications. Should the work thus exposed and examined prove acceptable or unacceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed shall be done at the Contractor's expense. C-6.14 SUSPENSION OF WORK: In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend work until the question at issue can be referred to and decided by the Engineer. If the Contractor refuses to suspend work on verbal order, the Inspector shall issue a written order to suspend work giving the reason for such suspension. After placing the order in the hands of the Contractor's man-in-charge, the Inspector shall immediately leave the job. Work done during the absence of the Inspector shall not be paid for. C-6.15 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work which has been rejected or condemned shall be repaired or removed and replaced as the Engineer may direct, at the expense of the Contractor. Materials not conforming to the requirements of the Plans and Specifications shall be removed immediately from the site of the work and replaced with satisfactory material at the expense of the Contractor. Work done without lines and grades, work done beyond the lines and grade shown on the Plans, work done without inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to the prices will be done at the Contractor's risk and will be considered unauthorized. At the option of the Engineer, such work may not be measured and paid for, or may be ordered removed and replaced at the expense of the Contractor. Upon the failure of the Contractor to repair satisfactorily or to remove and replace rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may at his own option: a. Recover for such defective work or materials on the Contractor's bond, or; b. Recover from such defective work or materials by action in a court having proper jurisdiction in such

matter, or;

Page 89: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 5of 6

c. Employ labor and equipment and satisfactorily repair, or remove and replace, such defective work or materials and charge the cost of same to the Contractor, which cost will be deducted from any money due him.

C-6.16 DISPUTED CLAIMS FOR EXTRA WORK: In case the Contractor deems extra compensation is due him for work or materials not clearly covered in the Contract, or not ordered by the Engineer as "EXTRA WORK", the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notice or to afford the Engineer every facility for keeping account of actual cost of the work shall constitute waiver of the claim for extra compensation. The filing of such notice by the Contractor and the keeping of cost by the Engineer shall not in any way be construed to prove the validity of the claim. When the work has been completed, the Contractor shall within ten-(10) days file claim for extra compensation with the Engineer, who will present it to the Owner for consideration. C-6.17 FINAL INSPECTION: Whenever the work provided for under the Contract has been satisfactorily completed and the final cleaning up performed, the Contractor shall notify the Engineer to make the "Final Inspection". Such inspection will be made within ten (10) days of such notification. After such final inspection, if the work is found to be satisfactory, the Contractor will be notified in writing of the acceptance of same. No time charge will be made against the Contractor between the date of notification of the Engineer and the date of the final inspection.

END OF SECTION

Page 90: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-6/Control of Work & Materials Sombreretillo Creek Force Main Project February 2017 Page 6of 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 91: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-7/Legal Relations and Responsibilities to the Public Sombreretillo Creek Force Main Project February 2017 Page 1of 4

SECTION C-7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

C-7.01 LAWS TO BE OBSERVED: The Contractor shall make himself familiar with and shall observe and comply with, all Federal, State and local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner and the Owner's representative against any claim arising from the violation of any such law, ordinance, or regulation whether by himself or by his employees. C-7.02 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary to the due and lawful prosecution of the work. C-7.03 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires, to use any design, device, material or process covered by letters, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or Owner of such patent. The Contractor and his surety shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, or any trademark or copyright in connection with the work agreed to be performed under this Contract, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay for reasons of any such infringement at any time during the prosecution, or after the completion of the work. C-7.04 PUBLIC SAFETY AND CONVENIENCE: The safety of the public and the convenience of traffic shall be regarded as of prime importance during construction and provisions thereof, made necessary by the work, shall be the direct responsibility of the Contractor, and shall be performed at his own expense. Where the Contractor is required to construct temporary crossings for streams, culverts, ditches or trenches, his responsibility for accidents shall include the approaches as well as the structures for such crossing. C-7.05 SANITARY PROVISIONS: The Contractor shall, at his own expense, provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State Department of Health and of other authorities having jurisdiction. C-7.06 BARRICADES AND WARNING SIGNS: The Contractor shall furnish and maintain adequate barricades, warning and direction signs, red flags, lights and other traffic control devices as are necessary to comply with the latest edition of the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS. All provisions of barricades and warning signs shall be considered an incidental and necessary part of the work and no direct payment will be made therefore. All costs of providing such safeguards shall be included in the prices bid for other parts of the work.

Page 92: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-7/Legal Relations and Responsibilities to the Public Sombreretillo Creek Force Main Project February 2017 Page 2of 4

C-7.07 USE OF EXPLOSIVES: When the use of explosives is necessary in the prosecution of the work, the Contractor shall use the utmost care not to endanger life or property. All explosives shall be stored in a secured manner and all storage places shall be marked clearly with the words "DANGEROUS EXPLOSIVES". The method of storing and handing explosives and highly inflammable materials shall conform to the requirements of Federal and State laws and regulations. The Contractor shall not use explosives until he has taken the legal precautions necessary to save harmless the Owner from any claims arising from such use of explosives. C-7.08 PROTECTION AND RESTORATION OF PROPERTY: The Contractor shall take all measures necessary to protect public or private property which might be injured by any process of construction, and in case of any injury or damage to said property, he shall restore at his own expense the damaged property to a condition similar or equal to that existing before such injury or damage was done, or he shall make good such injury or damage in an acceptable manner. Where the work involves excavation of any public or private driveway, alley, street or roadway, the Contractor shall do all work necessary to restore such driveway, alley, street or roadway to a condition similar or equal to that existing before such work was done. The Contractor shall be responsible for any subsidence of backfill or pavement failure due to such excavation, and shall promptly repair any such subsidence or failure. C-7.09 PROTECTION OF EXISTING UTILITIES: The Contractor shall contact the utility company for exact location prior to doing any work that might interfere with or damage present utilities. The Contractor shall take all measures necessary to protect existing surface drains, sewers, underdrains, conduits, utilities, or similar underground structures, and to provide temporary service when service in any of these is interrupted. When such facilities are encountered, the Contractor shall notify the Engineer, who will arrange for their removal, if necessary. Any utility lines cut or damaged shall be repaired and restored to working conditions as determined by the Engineer. C-7.10 RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall save harmless the Owner from all suits, action in or claims brought on account of any injuries or damages sustained by any person or property in consequence of any neglect in safeguarding the work by the Contractor; or on account of any claim or amount recovered for any infringement of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Laws" or any other laws. He shall be held responsible for all damage or injury to property of any character occurring during the prosecution of the work resulting from any omission, neglect, or misconduct on his part in the manner or method of executing the work, or from defective work or materials. C-7.11 RESPONSIBILITY FOR THE WORK: Until acceptance of the work by the Engineer, in writing, it shall be under the charges and care of the Contractor. The Contractor shall rebuild and make good at his own expense all injuries and damages to the work occurring before its

Page 93: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-7/Legal Relations and Responsibilities to the Public Sombreretillo Creek Force Main Project February 2017 Page 3of 4

completion and acceptance. In case of suspension of work for any cause, the Contractor shall be responsible for all the preservation of all materials. C-7.12 USE OF COMPLETED WORK: Whenever, in the opinion of the Engineer, any portion of the work is in acceptable conditions, it may be entered upon and used by the Owner upon the written order of the Engineer. Such use shall be held an acceptance of that portion of the work, but not to be considered as a waiver of any of the provisions of these Specifications. Pending final completion and acceptance of the entire work, all necessary repairs and renewal of any part of the work so used, due to defective material or work, to natural causes other than wear and tear, or to the operations of the Contractor, shall be performed by the Contractor at his own expense. C-7.13 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer, or by any of his duly appointed representatives, any order, measurement, or certificate by the Engineer; any order by the Owner for the payment of money, any payment for or acceptance of any work, or extension of time; or any possession taken by the Owner shall not operate as a waiver of any provision of the Contract, or any power therein preserved to the Owner, or of any right to damages therein provided. A waiver of any breach of the Contract shall not be held to a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid, and to adjust that or any subsequent estimate to meet the requirements of the Contract. The Owner reserves the right to claim and recover sums as may be sufficient to correct any error or make good any deficit in the work resulting from error, dishonesty, or collusion in the work after the final payment has been made. C-7.14 RESPONSIBILITIES OF PARTIES AS TO UTILITY WORK: It shall be the responsibility of the Contractor to check and coordinate his work with the public and private utility companies which have authority from the City of Laredo to own and operate lines, pipes, conduits, or any other means of conveyance within the streets' Right-Of-Way. The Contractor shall contact the engineer concerning any and all utility poles to be relocated. The Engineer shall assist in coordinating the various utility relocation activities but shall not be responsible for any delays occasioned by this work, although appropriate allowance for additional contract time will be made by the Engineer if warranted. The Owner shall not be responsible for any acts of the Contractor or any damages resulting from work done by the Contractor relating to the removal, alteration, or other activity concerning utilities.

END OF SECTION

Page 94: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-7/Legal Relations and Responsibilities to the Public Sombreretillo Creek Force Main Project February 2017 Page 4of 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 95: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-8/Prosecution and Progress Sombreretillo Creek Force Main Project February 2017 Page 1of 4

SECTION C-8 PROSECUTION AND PROGRESS

C-8.01 RIGHT-OF-WAY: The Owner will furnish all and or Right-Of-Way necessary for the performance of the Contract and will use due diligence in acquiring land or Right-Of-Way. Should all necessary land or Right-Of-Way not be acquired prior to the beginning of construction, the Contractor shall begin with work upon such land or Right-Of-Way as the Owner may have acquired. C-8.02 DELAYS DUE TO OWNER: Should the Owner be prevented or enjoined from proceeding with the work or authorizing its prosecution, either before or after its commencement, by reason of any litigation or by reason of the Owner's inability to acquire necessary land or Right-Of-Way, the Contractor shall not be entitled to make or assert any claim for damage by reason of such delay, or to withdraw from the contract except by consent of the Owner. The time for completion of the work will be extended by such time as determined by the Engineer as will compensate for the time lost by reason of said delay. C-8.03 SUBLETTING OR ASSIGNING OF CONTRACT: The "City" does not allow, permit, negotiate, authorize nor approve any assignment of contract proceeds between the "City", the "Contractor", and/or with a bank, lending institution or any type of financial institution either before, during or after a contract award. The "City" agrees to pay the "Contractor" for specified services as stated in the agreed contract. The "City" does not agree to pay any additional party either jointly or separately for the contract under discussion. C-8.04 SUBCONTRACTING: The Owner will not recognize any subcontractor on the work. The Contractor shall be fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them. C-8.05 PROSECUTION OF WORK: Prior to the beginning of the work, the Contractor shall submit to the Engineer such schedules, charts, or briefs as may be required, outlining the manner of prosecution of the work. The Contractor shall begin the work within ten (10) calendar days after the date set in the "Work Order" or Notice to Proceed, and shall continuously prosecute same with such diligence as will enable him to complete the work within the time specified. The Contractor shall notify the Engineer at least twenty-four (24) hours prior to the beginning at any point. He shall not begin new portions of the work to the detriment of portions already begun. Owner's normal working hours are Monday through Friday from 8:00 AM to 5:00 PM. The Contractor shall notify the Owner at least twenty-four (24) hours in advance for any work that is to be scheduled beyond the limits of the Owner's working hours, and he shall not begin any such work schedule unless proper inspection by the Contractor has been pre-arranged with the Owner, with the cost for such work beyond the Owner’s working hours borne by the Contractor.

Page 96: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-8/Prosecution and Progress Sombreretillo Creek Force Main Project February 2017 Page 2of 4

If at any time the methods, equipment, or sequence of operations used by the Contractor are found to be inadequate to secure the quality of the work or rate of progress required by the Contract, the Engineer may order in writing such modifications in the Contractor's methods, equipment, or sequence of operations as he may deem necessary and the Contractor shall comply with such order. C-8.06 WORKMEN AND EQUIPMENT: All workmen employed by the Contractor shall be skilled and competent. Any person employed by the Contractor who, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or who is disrespectful, intemperate, disorderly, or otherwise objectionable shall, at the written order of the Engineer, be immediately removed from the work and shall not be employed again on any part of the work without written consent from the Engineer. The Contractor shall furnish and use such suitable machinery and equipment as may be required in the opinion of the Engineer to properly prosecute the work. The Contractor shall, at the written order of the Engineer, remove from the work any equipment found unsuited to properly perform the work. Upon failure of the Contractor to remove from the work any person or equipment as ordered by the Engineer, the Engineer may withhold all estimates which have or may become due, or may suspend the work until such orders are complied with. C-8.07 TEMPORARY SUSPENSION OF WORK: The Engineer shall have the authority to suspend the work wholly or in part for such period or periods as he may deem necessary due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work or for such time as is necessary due to failure on the part of the Contractor to comply with orders given or to perform any or all provisions of the Contract. If work is stopped for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed. The Contractor shall not suspend the work without written authority from the Engineer and shall proceed with the work promptly when notified by the Engineer to resume operations. C-8.08 COMPUTATION OF CONTRACT TIME: The Contractor shall complete the work within the number of days stated in the Contract. The number of days used shall be the number of days from the first day of actual commencement of operations or the 10th day after the date set in the Work Order or Notice to Proceed, whichever comes first, and counting that day as the first elapsed day of contract time. If the completion of the Contract requires unforeseen work, or work and materials in greater quantities than those set forth in the proposal, then additional days or suspension of time charge will be allowed the Contractor equal to the time which, in the opinion of the Engineer, the work as a whole is delayed.

Page 97: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-8/Prosecution and Progress Sombreretillo Creek Force Main Project February 2017 Page 3of 4

C-8.09 FAILURE TO COMPLETE THE WORK ON TIME: The time set forth in the Construction Contract (Section A-7) for the completion of the work is an essential element of the Contract. If the Contractor fails to complete the work in the number of working days specified, a time charge will be made for each day thereafter until the work has been satisfactorily completed. Unless an amount per day is set forth in the "Special Provisions" to be deducted from the amount due the Contractor for each day charged in excess of the number specified, the time charge shall be based on the monetary loss suffered by the Owner as the result of such delay. Such deductions shall in no way be considered a penalty, but as compensation to the Owner for the added expense to him for engineering supervision and other costs. C-8.10 ABANDONMENT OF WORK OR DEFAULT OF CONTRACT: The Engineer may give notice in writing to the Contractor and his surety of delay, neglect, or default stating which if the Contractor: a. Fails to begin work within the time specified, or fails to perform the work with sufficient workmen and

equipment; or b. Fails to provide materials of sufficient quantity to insure the completion of the work within the contract

time; or c. Performs the work unsuitable; or d. Neglects or refuses to remove materials or perform new work such as may have been rejected; or e. Discontinues the work without authority; or f. Refuses to suspend or resume operations when so directed by the Engineer; or g. Becomes insolvent or is declared bankrupt; or h. Commits any act of bankruptcy insolvency; or i. Makes an authorized assignment for the benefit of any creditor; or j. Fails from any other cause whatsoever to carry out the work in an acceptable manner. The ten (10) days after such notice is given, if a satisfactory effort has not been made by the Contractor or his surety to correct such delay, neglect, or default, the Owner may declare the work abandoned and so notify the Contractor and his surety. After receiving such notification of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the site. The Owner shall have the power and authority without violating the Contract to take prosecution of the work out of the hands of the Contractor and to appropriate or use any or all materials and equipment on the site as may be suitable and acceptable and enter into an agreement for the completion of the Contract according to the terms and provisions thereof, or use such other methods as he may elect for the completion of the Contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under the Contract, shall be deducted from any money due or which may become due to the Contractor. In the case that the cost to the Owner is less than the amount which would have been payable under the Contract, if it had been completed by the Contractor, then the Contractor shall be entitled to receive the difference. In case the cost to the Owner exceeds the amount which would have been payable under the Contract, if it had been completed by the Contractor, the Contractor and his surety shall be liable and shall pay the Owner the amount of such excess.

END OF SECTION

Page 98: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-8/Prosecution and Progress Sombreretillo Creek Force Main Project February 2017 Page 4of 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 99: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 1of 8

SECTION C-9 MEASUREMENT AND PAYMENT GENERAL PROVISIONS

C-9.01 MEASUREMENT OF QUANTITIES: All work completed under the Contract will be measured in United States standard measures. Linear and surface measurements will be taken horizontally unless otherwise shown on the Plans. Structures will be measured to the neat lines shown on the Plans. When any material is cubic yards in the vehicle, such measurement will be made at the point of delivery. The capacity of each vehicle shall be plainly marked on said vehicle and the capacity of marking shall not be changed without written permission of the Engineer. The Engineer shall have authority to require all vehicles to have uniform capacity. C-9.02 SCOPE OF PAYMENT: The Contractor shall accept the payment as provided in this Contract as full compensation for furnishing all materials, equipment, tools, labor and incidentals necessary to complete the work and for performing all work contemplated and embraced under this Contract, a full compensation for loss or damage arising from the nature of the work, or from action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work; as full compensation for all expenses incurred in consequence of the suspension or discontinuance of the work herein specified; as full compensation for expenses incurred in any infringement of patent, trademark, or copyright; and as full compensation for completing the work in conformity with the requirements of the Plans and Specifications. Payment will be made only on items which are complete, in place, tested and accepted by the Owner. Materials on hand shall be considered for payment ONLY when proper PAID invoices are submitted with Contractor's pay estimates. Materials on hand must be placed in a secured area designated for the project under this Contract and be available for inspection by City Engineers at all times. The Contractor must provide an inventory of all materials on a form acceptable to the City Engineer and which must accompany each pay request. The payment of any partial or current estimate shall in no way affect the obligation of the Contractor at his own cost to repair or renew any defective parts of the construction or to replace any defective materials used in the construction and to be responsible for all damages due to such defects. Any items to complete the work indicated on the Plans shall be considered subsidiary to included portions of work and no further compensation will be made. No monies payable under this Contract, except the estimate for the first month or period, shall become due and payable until the Contractor shall satisfy the Owner that he has fully settled and paid for all materials and equipment used in or upon the work and labor done in connection therewith and the Owner may if he so elects pay any or all bills wholly or in part, and deduct the amount or amounts paid from any estimate(s) except the first estimate. In event the surety on any bond given by the Contractor becomes insolvent or is placed in the hands of a receiver or has its right to do business in the State revoked by Law, the Owner may if he so elects withhold payment of any or all estimates until the Contractor shall give a good and sufficient bond in lieu of the bond so executed by said surety. C-9.03 PAYMENT FOR ALTERED QUANTITIES: When alterations in the Plans or quantities of work not requiring supplemental agreements are ordered and performed, the Contractor shall accept payment in full at the contract price for the actual quantities of work done. No allowance for anticipated profits will be made. Increased or decreased work involving supplemental agreements will be paid for as stipulated in such agreements.

Page 100: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 2of 8

C-9.04 PAYMENT FOR OMITTED ITEMS: When any item ordered omitted from the Contract, the Contractor shall accept payment in full at the contract price for any work actually performed on such item prior to the date of issuance of such order. No allowance will be made for anticipated profits on work ordered omitted. Acceptable materials ordered by the Contractor, or delivered on the work prior to the date of issuance of such order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. The Contractor shall submit immediately certified statements covering all money expended in the preparation for any item ordered omitted and shall be entitled to reimbursement for any money expended in preparation for any items when such preparation is of no value to the remaining items of the Contract. C-9.05 PAYMENT FOR EXTRA WORK: Extra work performed under a supplemental agreement will be paid for according to the terms of such supplemental agreement. Extra work if performed on a force account basis will be paid for as follows: a. For all labor and foremen, the Contractor will receive the wage paid on the project for each hour that

said labor and foremen are actually engaged on such work to which shall be added the actual cost of premiums for public liability and workmen's compensation insurance and social security taxes for the actual amount of such payroll.

b. For all materials used on such work the Contractor will receive the actual cost of such materials including freight charges.

c. For machinery and equipment used on such work the Contractor will receive an agreed rental price for each hour that such machinery and equipment is actually used on such work. The agreed price shall include the cost of fuel, lubrication and repairs.

d. To the sum of the foregoing an amount equal to fifteen (15%) percent thereof will be added, as compensation for the use of small tools, Superintendent's services, Timekeeper's services.

e. Premium on bond and all other overhead expenses incurred in the prosecution of the extra work including Contractor's profit will also be added.

The sum of such payments provided for shall be accepted by the Contractor as full compensation as provided in C-9.02. C-9.06 PARTIAL PAYMENTS: Once each calendar month, the Owner shall make a progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract but to insure the proper performance of the Contract, the Owner shall retain ten (10%) percent** of the amount of each estimate until final completion and acceptance of all work covered by this Contract. Provided: That the Contractor shall submit his estimate not later than the first day of the month. **NOTE: Retainage for construction contracts over four hundred thousand ($400,000) Dollars shall be five (5%)

percent. In the event that the base bid is less than twenty-five thousand ($25,000) Dollars the total contract price will be paid in one payment upon completion and acceptance of the project. Should any defective material or work be discovered or should a reasonable doubt arise as to the integrity of any part of the work completed prior to final acceptance and payment, there will be deducted from the first estimate presented after discovery of such work, an amount equal to the value of the defective or questionable work. Such deductions

Page 101: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 3of 8

for defective work will be made from all subsequent estimates until the defects have been remedied or the cause for doubt removed. C-9.07 TERMINATION OF THE CONTRACT BY THE CONTRACTOR: If the work is stopped for a period of thirty (30) days under an order of any court of other public authority having jurisdiction, or as a result of an act of government, such as declaration of a national emergency making materials unavailable, through no act or fault of the Contractor or Subcontractor or their agents or employees or any other persons performing any of the work under a Contract with the Contractor, or if the work should be stopped for a period of thirty (30) days by the Contractor because the Engineer has not issued a Certificate for Payment as provided in C-9.06 or because the Owner has not made payment within the ten (10) days after such stopping of work, then the Contractor may, upon seven (7) additional days written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner payment for all work executed and for any proven loss sustained upon any materials, equipment, tools, construction equipment and machinery, including reasonable profit and damages. C-9.08 TERMINATION OF THE CONTRACT BY THE OWNER: If the Contractor is adjudged a bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, or if he persistently or repeatedly refuses or fails, except in cases for which extension of time is provided, to supply enough properly skilled workmen, or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, upon certification by the Engineer that sufficient cause exists to justify such action, may without prejudice to any right or remedy and after giving the Contractor and his surety, if any, seven (7) days written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method be may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. C-9.09 PAYMENT AFTER TERMINATION OF CONTRACT BY THE OWNER: If the unpaid balance of the Contract Sum exceeds the costs of finishing the work, including compensation for the Engineer's additional services made necessary thereby, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or to the Owner, as the case may be, shall be certified by the Engineer, upon application, and this obligation for payment shall survive the termination of the Contract. C-9.10 ACCEPTANCE OF FINAL PAYMENT: When the work provided for in the Contract has been completed and the final inspection has been made by the Engineer, and all parts of the work have been approved and accepted, the final estimate showing all sums due the Contractor shall be prepared. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. No payment on the final estimate will be made until the Contractor furnishes satisfactory evidence that all claims growing out of lawful demands of laborers, workmen, mechanics, subcontractors, material-men, furnishers of machinery and parts thereof, and suppliers of all kinds have been satisfied. Upon final payment the Contractor shall execute a Certificate and Release upon the Owner on the form specified.

Page 102: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 4of 8

C-9.11 AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS AND RELEASE OF LIENS: Each and every Pay Estimate must be accompanied by an "Affidavit of Payment and Debts and Claims and Release of Liens" form (sample of which follows this Section). C-9.12 MATERIALS ON HAND INVENTORY: When Materials on Hand Payment is requested, an "Inventory of Materials on Hand" is required and must be included with the Contractor's Pay Estimate. Proof of payment for materials on hand is also to be included with the Materials Inventory. A sample form follows this Section. C-9.13 PROJECT PROGRESS PHOTOGRAPHS: The Contractor shall submit with each monthly progress pay estimate a minimum of ten (10) - 3½” x 5” color photographs depicting generally the work done during that month, with each photograph properly identified and dated.

Page 103: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 5of 8

AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS AND RELEASE OF LIENS

PROJECT: Sombreretillo Creek Force Main Project TO: CITY OF LAREDO WEBB COUNTY By this instrument the undersigned Contractor engaged in the construction of the above project hereby certifies that on this date, or any time prior thereto, except listed below, the Contractor has paid the full or has otherwise satisfied all obligations for all materials and equipment furnished, for all work, labor, and services performed and for all known indebtedness and claims against the undersigned for damages arising in any manner on or against the project, its land, improvements and equipment of every kind. The undersigned hereby certified that he has received all payments currently due under his Contract for work on the above referred (except Retainage). Therefore, the undersigned does hereby waive and/or release any and all liens against the property project and as of the _______ day of , . Contractor Authorized Signature Typed Signature and Title STATE OF TEXAS COUNTY OF WEBB Before me, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and being first duly sworn, acknowledged to me that he/she executed the same for the purpose and consideration therein expressed and declared to me that the statements contained herein are true. SWORN AND SUBSCRIBED TO before me this day of Signature - Notary Public for the State of Texas Notary Public's Typed Signature My Commission Expires:

Page 104: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 6of 8

MATERIALS ON HAND INVENTORY PROJECT: Sombreretillo Creek Force Main Project CONTRACTOR: ESTIMATE NO. DATES: FROM to

No.

Invoice No.

Vendor

Balance Last Period

Received Current

Placed Current

Balance

Page 105: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 7of 8

CONTRACTOR’S PARTIAL PAYMENT REQUEST

PROJECT: Sombreretillo Creek Force Main Project CONTRACTOR: Estimate No. ______________ Page 1 of ________ Date From: ___/___/___ thru ___/___/___ Original Contract: $ Total of Work To Date: $ Change Orders: $ Material on Hand: $ $ Less _______ % Retainage: $ Amount to Date: $ Less Previous Payments: $ Percentage Completed: $ Amount Due: $ CERTIFICATE OF CONTRACTOR: I certify that all items and amounts shown on this request for partial payment are correct, and that all work has been performed and/or materials supplied in full accordance with the requirements of the Contract Documents. Contractor: Signature: By: Date: CERTIFICATE OF FIELD REPRESENTATIVE: I have checked this request for partial payment against the notes and reports of my inspections of the project and, in my opinion, the statement of work performed and/or materials supplied is accurate and that the Contractor is observing the requirements of the Contract Documents. By: Date: CERTIFICATE OF ENGINEER: I have checked and verified the above and foregoing request for partial payment and in my opinion, it is a true and correct statement of work performed and/or materials supplied by the Contractor and that same has been performed and/or supplied in general accordance with the requirements of the Contract Documents. By: Date: Sherfey Engineering Company, LLC RECOMMENDED FOR PAYMENT APPROVED FOR PAYMENT: Gloria P. Saavedra, P.E. Riazul Mia, P.E., Utilities Director

Page 106: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo Division C-9/Measurement and Payment Sombreretillo Creek Force Main Project February 2017 Page 8of 8

CONTRACTOR: Estimate No. ______________ Page 1 of ________ Date From: ___/___/___ thru ___/___/___

Item No.

Description

Unit Cost

Contract

Unit

Quantity To Date

Contract Amount

Amount To Date

Page 107: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01020 - 1

SECTION 01020

PART 1. MOBILIZATION

PART 2. GENERAL

2.1 DESCRIPTION

This item shall govern the mobilization of personnel, equipment and supplies at the project site in preparation for beginning work on other contract items. Mobilization shall include, but is not limited to, the movement of equipment, personnel, materials, supplies, etc., to the project site and the establishment of office and other facilities as specified or deemed necessary prior to beginning the work.

2.2 MEASUREMENT

Measurement will be by Lump Sum, and paid out according to the schedule below as the work progresses. Such payment will not exceed 5% of the total contract amount.

2.3 PAYMENTS:

Partial payments of the Lump Sum bid for mobilization will be as follows: (The adjusted contract amount for construction items as used below is defined as the total contract amount less the lump sum bid for Mobilization.)

A. Authorization for payment of 50 percent of the contract price bid for mobilization will be made when 1% of the adjusted contract amount for construction is earned and upon receipt and approval by the OWNER of the following items, as applicable:

1. Schedule of Values

2. Trench Safety Program

3. Construction Schedule

4. Pre-Construction Photographs

B. When 5% of the adjusted contract amounts for construction items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under this item will be deducted from the above amount.

C. When 10% of the adjusted contract amount for construction items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this item will be deducted from the above amount.

1. Upon completion of all work under this contract, payment for the reminder of the lump sum for Mobilization will be made.

2. Insurance and Bonds will not be paid as a lump sum, but will be considered subsidiary to the unit prices bid.

PART 3. PRODUCTS – Not Used

PART 4. EXECUTION – Not Used

END OF SECTION

Page 108: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01020 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 109: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 1

SECTION 01025

MEASUREMENT AND PAYMENT

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Procedures for measurement and payment plus conditions for nonconformance assessment and non-payment for rejected products.

1.2 AUTHORITY

A. Measurement methods delineated in Specification sections are intended to complement the criteria of this section. In the event of conflict, the requirements of the Specification section shall govern.

1.3 UNIT QUANTITIES SPECIFIED

UNIT QUANTITIES ARE PROVIDED FOR INFORMATION PURPOSES ONLY. NO ADDITIONALY PAY SHALL BE PROVIDED IF THE ACTUAL WORK REQUIRED IS GREATER THAN THOSE INDICATED IN THE BID FORM. IF NO BID ITEM IS PROVIDED FOR WORK SHOWN ON THE DRAWINGS, IT SHALL BE CONSIDERED INCIDENTAL TO ONE OF THE OTHER BID ITEMS.

1.4 ADMINISTRATIVE SUBMITTALS

A. Schedule of Values: Submit schedule on CONTRACTOR’s standard form.

B. Schedule of Estimated Progress Payments:

1. Submit with initially acceptable schedule of values.

2. Submit adjustments thereto with Application for Payment

C. Application for Payment

D. Final Application for Payment

1.5 SCHEDULE OF VALUES

A. Prepare a separate schedule of values for each schedule of Work under the Agreement.

B. Unit Price Work: Reflect unit price quantity and price breakdown from conformed Bid Form.

C. An unbalanced or front-end loaded schedule will not be acceptable.

D. Summation of the complete schedule of values representing all Work shall equal the Contract Price.

E. Refer to Section 01292 – Schedule of Values.

1.6 SCHEDULE OF ESTIMATED PROGRESS PAYMENTS

A. Show estimated payment requests throughout Contract Times aggregating initial Contract Price.

Page 110: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 2

B. Base estimated progress payments on initially acceptable progress schedule. Adjust to reflect subsequent adjustments in progress schedule and Contract Price as reflected by modifications to the Contract Documents.

1.7 APPLICATION FOR PAYMENT

A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment for each schedule and include Request for Payment of Materials and Equipment on Hand as applicable. Execute certification by authorized officer of CONTRACTOR.

B. Provide separate form for each schedule as applicable.

C. Include accepted schedule of values for each schedule or portion of Work, the unit price breakdown for Work to be paid on unit price basis, a listing of OWNER – selected equipment, if applicable, and allowances, as appropriate.

D. Preparation:

1. Round values to nearest dollar.

2. List each Change Order and Written Amendment executed prior to date of submission as separate line item. Totals to equal those shown on the Transmittal Summary Form for each schedule as applicable.

3. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form(s) for each schedule as applicable, a listing of materials on hand for each schedule as applicable, and such supporting data as may be requested by OWNER.

1.8 MEASUREMENT – GENERAL

A. Weighing, measuring, and metering devices used to measure quantity of materials for Work shall be suitable for purpose intended and conform to tolerances and specifications as specified in National Institute of Standards and Technology, Handbook 44.

B. Whenever pay quantities of material are determined by weight, the material shall be weighed on scales furnished by CONTRACTOR and certified accurate by the state agency responsible. A weight or load slip shall be obtained from the weigher and delivered to the OWNER’s representative at the point of deliver of the material.

C. If material is shipped by rail, the car weights will be accepted provided that actual weight of material only will be paid for and not minimum car weight used for assessing freight tariff, and provided further that car weights will not be acceptable for material to be passed through mixing plants.

D. Vehicles used to haul material being paid for by weight shall be weighed empty daily and at such additional times as required by ENGINEER. Each vehicle shall bear a plainly legible identification mark.

E. All materials which are specified for measurement by the cubic yard measured in the vehicle shall be hauled in vehicles of such type and size that the actual contents may be readily and accurately determined. Unless all vehicles are of uniform capacity, each vehicle must bear a plainly legible identification mark indicating its water level capacity. All vehicles shall be loaded to at least their water level capacity. Loads hauled in vehicles not meeting the above requirements or loads of a quantity less than the capacity of the vehicle, measured after being leveled off as above provided, will be subject to rejection, and no compensation will be allowed for such material.

Page 111: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 3

F. Where measurement of quantities depends on elevation of existing ground, elevations obtained during construction will be compared with those shown on Drawings. Variations of 1 foot or less will be ignored, and profiles shown on Drawings will be used for determining quantities.

G. Where measurement of quantities depends on elevation of existing ground, elevations obtained during construction will be compared with those shown on Drawings. Variations of 1 foot or less will be ignored, and profiles shown on Drawings will be used for determining quantities.

H. Units of measure shown on the Bid Form shall be as follows unless specified otherwise

Item Method of Measurement AC ........................ Acre—Field Measure by ENGINEER CY ........................ Cubic Yard—Field Measure by ENGINEER within the limits specified or shown CY-VM .................. Cubic Yard—Measured in the Vehicle by Volume EA .......................... Each—Field Count by ENGINEER GAL ....................... Gallon—Field Measure by ENGINEER HR ......................... Hour LB .......................... Pound(s)—Weight Measure by Scale LF .......................... Linear Foot—Field Measure by ENGINEER LS .......................... Lump Sum—Unit is one; no measurement will be made SF ......................... Square Foot SY ......................... Square Yard TON ..................... Weight Measure by Scale (2,000 pounds)

1.9 PAYMENT A. Payment for lump sum work covers all Work necessary to furnish and install the following items:

NO. ITEM DESCRIPTION 1 Mobilization This item shall govern the mobilization and demobilization of personnel, equipment,

and supplies to the project site in preparation for beginning work on contract items. It shall include, but not be limited to, the movement of equipment and personnel and the establishment of temporary offices and other facilities that may be required for the start of the work, for both the general contractor & all subcontractors. Measurement and Payment is on a lump sum basis.

2 Site Work This item shall govern all site work related to the project. This includes excavation, fill, fencing, gates, and grading. This shall include, but not be limited to importing or exporting soil material necessary to grade site as shown on the Plans. Measurement for payment is on a lump sum basis.

Page 112: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 4

NO. ITEM DESCRIPTION 3 SWPPP This item shall govern preparation, maintenance, and implementation of the Storm

Water Pollution Prevention Plan (SWPPP), and complying with Texas Commission on Environmental Quality (TCEQ) regulations, and Texas Pollution Discharge Elimination System (TPDES) General Permit requirements. The Contractor shall be the operator as defined by TPDES General Permit. The Contractor shall submit all notifications and pay all associated fees required by the TPDES General Permit. The Contractor’s temporary controls shall be installed and maintained throughout the construction contract and post construction period. The Contractor shall maintain and inspect the temporary control measures in accordance with the TPDES General Permit requirements. The Contractor is responsible for any disastrous event resulting from negligence in providing the appropriate devices to prevent the contamination of storm sewers and channels and flooding on the roadway and private properties, in the event of a rainstorm. The SWPPP shall be adjusted and updated as the project progresses to meet compliance with applicable permits and ordinances. Contractor shall be responsible for the removal and appropriate disposal of any project control measures not incorporated as a permanent control when final stabilization has been obtained on the project. Included related submittals. Measurement for payment is on a lump sum basis.

5 Control of Groundwater and Surface Water

This item shall govern ground and surface water control including but not limited to depressurizing, draining, and maintaining trenches, shaft excavation, and foundation beds in a stable condition, and controlling ground water conditions for pipeline excavations. Protecting work against surface runoff and rising flood waters and disposing of removed water. Measurement for payment is on a lump sum basis.

6 Trench Safety System This item shall govern trench excavation safety protection required for the installation of all trench excavation protection systems to be utilized in the project, and including all additional excavation and backfill required by the protection system. Such work shall include sloping, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, and temporary pumping or diversion and recapture of storm water to provide adequate drainage. The work shall also include any over-excavation and additional backfill necessary to accommodate the trench protection system, as well as any jacking or removal of jacks and trench supports after completion. Measurement for payment is on a lump sum basis.

B. Payment for unit price items covers all Work necessary to furnish and install the following items:

NO. ITEM DESCRIPTION 1 Concrete Pavement This item shall govern for the cutting of existing asphalt pavements, the removal of base

and the replacement of base material and pavements as depicted in the Plans. Measurement for payment is on square yard basis.

2 Concrete Reconstruction This item shall govern for the installing concrete pavement including base as depicted in the Plans. Measurement for payment is on square yard basis.

Allowances have been established in lieu of additional requirements and to defer selection of actual

materials and equipment to a later date when additional information is available for evaluation.

Page 113: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 5

Types of costs of purchases including the following: Equipment, Labor, Shipping, and Materials.

At the earliest feasible date after Contract award, advise the ENGINEER of the date when the final selection and purchase of each product or system described by an allowance must be completed in order to avoid delay in performance of the Work.

When requested by the ENGINEER, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work.

Purchase products and systems, as selected by Owner, from the designated supplier.

Submit invoices or delivery slips to indicate actual quantities of materials delivered to the site for use in fulfillment of each Allowance.

At project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order.

Return unused materials to the manufacturer or supplier for credit to the OWNER, after installation has been completed and accepted.

Where it is not economically feasible to return unused material for credit and when requested by the ENGINEER, prepare unused material for the OWNER’s storage, and deliver to the OWNER’s storage space as directed. Otherwise, disposal of excess material is the Contractor’s responsibility.

Inspect products covered by allowances promptly upon delivery for damage or defects.

Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related construction activities.

Unused allowance amounts will be credited to the OWNER by way of Change Order(s) to adjust the final Construction Contract amount.

NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

Payment will not be made for the following:

Loading, hauling, and disposing of rejected material.

Quantities of material wasted or disposed of in manner not called for under Contract Documents.

Rejected loads of material, including, material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents.

NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

Payment will not be made for following:

Loading, hauling, and disposing of rejected material.

Quantities of material wasted or disposed of in manner not called for under Contract Documents.

Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents.

Material not unloaded from transporting vehicle.

Defective Work not accepted by OWNER.

Material remaining on hand after completion of Work.

PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT

Partial Payment: No partial payments will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to OWNER.

Page 114: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MEASUREMENT AND PAYMENT SECTION 01025 - 6

Final Payment: Will be made only for products incorporated in Work; remaining produces, for which partial payments have been made, shall revert to CONTRACTOR unless otherwise agreed, and partial payments made for those items will be deducted from final payment.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 115: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PROJECT MEETINGS SECTION 1200 - 1

SECTION 1200

PROJECT MEETINGS

PART 1. GENERAL

1.1 PRE-CONSTRUCTION CONFERENCE

A. Date, Time and Location

OWNER will schedule a pre-construction conference after execution of the Contract and before construction is started at the site.

B. Attendance Required

1. CONTRACTOR and major Subcontractors

2. OWNER’s representative(s).

3. Representatives of governmental agencies having any degree of control or responsibility, if available.

C. Agenda

Agenda will include, but will not necessarily be limited to, the following:

1. Distribution of Contract Documents.

2. Designation of personnel representing the parties in Contract and the Architect/Engineer.

3. Review of Insurance.

4. Discussion of format proposed by the CONTRACTOR for schedule of values and construction schedule.

5. Processing of Shop Drawings and distribution of Submittals, Change Orders, Request for Information, and Contract Closeout.

6. Processing and Schedule of Payments.

7. Use of premises.

8. Security.

9. Housekeeping.

10. Record Drawings.

11. Letter of Authorization of Proceed.

12. Any other project related items.

1.2 PROGRESS MEETINGS

A. Date, Time, and Location

1. Regular monthly meetings or as designated by OWNER.

2. Other meetings are on call.

B. Place

1. Project field office or other pre-designated place.

Page 116: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PROJECT MEETINGS SECTION 1200 - 2

C. OWNER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties.

D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda.

E. Minimum Attendance

1. CONTRACTOR and subcontractor's representatives present for each party shall be authorized to act on their behalf.

2. OWNER's representative(s).

F. Agenda will include but not necessarily be limited to the following:

1. Review of minutes of previous meeting.

2. Review of work progress schedule submittal, pay estimates, and payroll and compliance submittals.

3. Field observations, problems, and decisions.

4. Review of submittal schedule and status of submittals.

5. Review of Request for Information (RFI), Request for Proposal (RFP) Status.

6. Change Orders Status.

7. Coordination with OWNER and/or other CONTRACTORS.

a. Bypasses and/or Shutdowns.

b. Other

8. Progress since last meeting.

9. Planned progress for next meeting.

10. Other Business.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 117: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SCHEDULE OF VALUES SECTION 01292 - 1

SECTION 01292

SCHEDULE OF VALUES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Preparation and submittal of a Schedule of Values for stipulated price contracts or for major lump sum items on unit price contracts for which the CONTRACTOR request progress payments

1.2 DEFINITION

A. The Schedule of Values is an itemized list that establishes the value of each part of the work for a stipulated price contract and for major lump sum items in a unit price contract. The Schedule of Values is used as the basis for preparing applications for payment. Quantities and unit prices may be included in the Schedule when designated by the OWNER.

1.3 PREPARATION

A. For stipulated price contracts, subdivide the Schedule of Values into logical portions of the work, such as major work items or work in contiguous geographic areas. The items in the Schedule of Values will correlate directly with the tasks enumerated in the Construction Schedule. Organize each portion using the Table of Contents of this Project Manual as an outline for listing the value of work by Sections. A pro rata share of mobilization, bonds, and insurance may be listed as separate items for each portion of the work.

B. For unit price contracts, items should include a proportional share of CONTRACTOR’s overhead and profit so that the total of all items will equal the Contract Price.

C. Round off figures for each listed item to the nearest $1.00 except for the value of one item, if necessary to make the total of all items in the Schedule of Values equal the Contract Price for stipulated price contracts or the lump sum amount in the Schedule of Unit Price Work.

1.4 SUBMITTAL

A. Submit the Schedule of Values in accordance with the requirements of Section 01330 – Submittal Procedures. Submit at least 10 days prior to submitting the first application for progress payment.

B. Revise the Schedule of Values and resubmit for items affected by contract modifications, change orders, and work change directives. After the changes are reviewed without exception by the OWNER, make the submittal at least 10 days prior to submitting the next application for payment.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 118: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SCHEDULE OF VALUES SECTION 01292 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 119: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONSTRUCTION PHOTOGRAPHS SECTION 01321 - 1

SECTION 01321

CONSTRUCTION PHOTOGRAPHS

PART 1. GENERAL

1.1 GENERAL

A. CONTRACTOR shall be responsible for the production of construction photographs as provided herein. CONTRACTOR shall provide construction photographs taken on first working day of each month, prior to demolitions, during demolitions and other significant stages of construction. OWNER’s Representative shall designate the subject of each photograph.

1.2 QUALITY

A. Photographs shall be digital color photographs. Prints as well as CD or DVD disks shall be submitted. Prints shall be mounted on linen with flap or binding or enclosed in clear plastic binders. Each print shall be marked with the name of CONTRACTOR, description and location of view and identity of photographer.

1.3 VIEWS AND QUANTITIES

A. Each month, an average of 72 photographs shall be taken as directed by the OWNER. Provide photographs showing the preconstruction site, construction progress and the post construction site.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 EXECUTION

A. These photographs shall be submitted with the CONTRACTOR’s application for progress payment.

B. Technique is to present important factual details with high resolution, minimum distortion, maximum depth-of-field and sharpness. Views shall adequately illustrate project status or condition of construction.

END OF SECTION

Page 120: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONSTRUCTION PHOTOGRAPHS SECTION 01321 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 121: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SUBMITTAL PROCEDURES SECTION 01330 - 1

SECTION 01330

SUBMITTAL PROCEDURES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Submittal procedures for:

1. Schedule of Values

2. Construction Schedules.

3. Shop Drawings, Product Data, and Sampler/Operations and Maintenance Data.

4. Manufacturer’s Certificates.

5. Construction Photographs.

6. Project Record Documents.

7. Video Tapes.

8. Design Mixes.

1.2 SUBMITTAL PROCEDURES

A. Scheduling and Handling:

1. Schedule submittals well in advance of the need for the material or equipment for construction. Allow time to make delivery of material or equipment after submittal is approved.

2. Develop a submittal schedule that allows sufficient time for initial review, correction, resubmission and final review of all submittals. The OWNER/ENGINEER will review and return submittals to the CONTRACTOR as expeditiously as possible but the amount of time required for review will vary depending on the complexity and quantity of data submitted. In no case will a submittal schedule be acceptable which allows less than 30 days for initial review by the OWNER/ENGINEER. This time for review shall in no way be justification for delays or additional compensation to the CONTRACTOR.

3. The OWNER/ENGINEER’S review of submittals covers only general conformity to the Drawings, Specifications and dimensions which affect the layout. The CONTRACTOR is responsible for quantity determination. No quantities will be verified by the OWNER/ENGINEER. The CONTRACTOR is responsible for any errors, omissions or deviations from the Contract requirements; review of submittals in no way relieves the CONTRACTOR from his obligation to furnish required items according to the Plans and Specifications.

4. Submit five (5) hard copies and an electronic file copy of documents unless otherwise specified in the following paragraphs or in the Specifications.

5. Action Submittal Dispositions: ENGINEER will review, mark, and stamp as appropriate, and distribute marked-up copies as noted:

1) APPROVED:

a) CONTRACTOR may incorporate product(s) or implement Work covered by submittal.

2) APPROVED AS NOTED:

Page 122: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SUBMITTAL PROCEDURES SECTION 01330 - 2

a) CONTRACTOR may incorporate product(s) or implement Work covered by submittal, in accordance with ENGINEER’s notations.

3) PARTIAL APPROVAL, RESUBMIT AS NOTED:

a) Make corrections or obtain missing portions, and resubmit.

b) Except for portions indicated, CONTRACTOR may begin to incorporate.

4) REVISE AND RESUBMIT:

a) CONTRACTOR may not incorporate product(s) or implement Work covered by submittal.

b) Distribution of all submittals will be made as follows:

1) One copy furnished Resident Project Representative

2) One copy retained in ENGINEER’s file.

3) Two copies for the OWNER.

4) Remaining copy returned to CONTRACTOR appropriately annotated.

6. The CONTRACTOR shall assume the risk for material or equipment which is fabricated or delivered prior to approval. No material or equipment shall be incorporated into the Work or included in periodic progress payments until approval has been obtained in the specified manner.

B. Transmittal Form and Numbering:

1. Direct each submittal to the OWNER’s representative with a Transmittal Form to the following address:

Sherfey Engineering Company, L.L.C. 104 Del Court, Suite 400 Laredo, Texas 78041

2. Sequentially number each transmittal form beginning with the number 1. Re-submittals shall use the original number with an alphabetic suffix (i.e., 2A for first re-submittal of Submittal 2 or 15C for third re-submittal of Submittal 15). Each submittal shall only contain one type of work, material, or equipment. Mixed submittals will not be accepted.

3. Identify variations from requirements of Contractor Documents and identify product or system limitations.

4. For submittal numbering of video tapes, see paragraph 1.09 Video.

C. CONTRACTOR’s Stamp:

1. Apply CONTRACTOR’s stamp, certifying that the items have been reviewed in detail and are correct and in accordance with Contract Documents, except as noted by any requested variance.

2. As a minimum, Contractor’s Stamp shall include:

a. CONTRACTOR’s name.

b. Job number.

c. Submittal number.

d. Certification statement that the CONTRACTOR has reviewed the submittal and it is in compliance with the Contract Documents.

e. Signature line for CONTRACTOR.

Page 123: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SUBMITTAL PROCEDURES SECTION 01330 - 3

1.3 SCHEDULE OF VALUES

A. Submit a Schedule of Values in accordance with Section 01292 – Schedule of Values.

1.4 CONSTRUCTION SCHEDULES

A. Submit Construction Schedules as provided in Project Manual.

1.5 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

A. Submit shop drawings in accordance with Section 01340 – Shop Drawings, Product Data, and Samples.

1.6 MANUFACTURER’S CERTIFICATES

A. When specified in Specification sections, submit manufacturers’ certificate of compliance for review by OWNER/ENGINEER.

B. Contractor’s Stamp, as described in paragraph 1.2C, shall be placed in front page of the certification.

C. Submit supporting reference data, affidavits, and certifications as appropriate.

D. Certificates may be recent or previous test results on material or product, but must be acceptable to OWNER/ENGINEER.

1.7 CONSTRUCTION PHOTOGRAPHS

A. Submit Construction Photographs in accordance with Section 01321 – Construction Photographs.

1.8 PROJECT RECORD DOCUMENTS

A. Submit Project Record Documents in accordance with Section 01785 – Record Documents.

1.9 VIDEO

A. Submit television video tapes as required.

B. Transmittal forms for video tapes shall be numbered sequentially beginning with T01, T02, T03, etc.

1.10 DESIGN MIXES

A. When specified in Specifications, submit design mixes for review.

B. CONTRACTOR’s Stamp, as described in paragraph 1.2C, shall be placed on front page of each design mix.

C. Mark each design mix to identify proportions, gradations, and additives for each class and type of design mix submitted. Include applicable test results on samples for each mix.

D. Maintain a copy of approved design mixes at mixing plant.

1.11 SUPPLEMENTS

A. The supplement listed below, following “END OF SECTION”, is a part of this specification.

1. Transmittal of Contractor’s Submittal

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

Page 124: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SUBMITTAL PROCEDURES SECTION 01330 - 4

TRANSMITTAL OF CONTRACTOR’S SUBMITTAL

DATE:_____________________________ TO:____________________________________SUBMTTAL NO:_____________________________ _______________________________________ New Submittal Resubmittal _______________________________________ PROJECT:__________________________________ _______________________________________ PROJECT NO._______________________________ _______________________________________ SPECIFICATION SECTION NO.:______________ (Cover only one section with each submittal) FROM:________________________________ SCHEDULE DATE OF SUBMITTAL: Contractor ____________________________________________ ______________________________________ ______________________________________ ______________________________________ SUBMITTAL TYPE: Shop Drawing Sample Informational The following items are hereby submitted: Number

of Copies

Description of Item Submitted (Type, Size, Model Number, Etc.)

Spec. and Para. No.

Drawing or Brochure Number

Contains Variation to

Contract No Yes

CONTRACTOR hereby certifies that (i) CONTRACTOR has complied with the requirements of Contract Documents in preparation, review, and submission of designated Submittal and (ii) the Submittal is complete and in accordance with the Contract Documents and requirements of laws and regulations and governing agencies. By:__________________________________ CONTRACTOR (Authorized Signature)

Page 125: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES SECTION 01340 - 1

SECTION 01340

SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Methods, schedule, and process to be followed for shop drawings, product data and sample submittals.

1.2 REQUIREMENT

A. Submit shop drawings, product data samples as required by the General Conditions and as designated in the Specifications using the procedures specified in Section 01330 – Submittal Procedures and requirements of this Section.

B. Shop drawings, product data and samples are not considered Contract Documents.

1.3 SHOP DRAWING/SUBMITTAL SCHEDULE

A. Submit a separate Show Drawing/Submittal schedule at the same time the Construction Schedule is submitted. List products, materials and equipment for which Shop Drawings and other submittals are required in the order in which they appear in the Specifications. Including product data and sample submittals in schedule.

1.4 SHOP DRAWING

A. Submit shop drawings for review as required by the Specifications. Have a shop drawings reviewed and signed by a registered professional.

B. Place CONTRACTOR’s Stamp on each drawing as described in Section 01330 – Submittal Procedures.

C. On the drawings, show accurately and distinctly, the following:

1. Field and erection dimensions clearly identified as such;

2. Arrangement and section views;

3. Relation to adjacent materials or structure, including complete information for making connections between work under this contract and work under other contracts;

4. Kinds of materials and finishes;

5. Parts list and descriptions;

6. Assembly drawings of equipment components and accessories showing their respective positions and relationships to the complete equipment package;

7. Where necessary for clarity, identify details by reference to drawing sheets and detail numbers, schedule or room numbers as shown on the Contract Drawings.

D. Make drawing to scale providing a true representation of the specific equipment or item to be furnished.

1.5 PRODUCT DATA

A. Submit product data for review as required in Specification sections.

B. Place CONTRACTOR’s Stamp, on each data item submitted as described in Section 01330 – Submittal Procedures.

Page 126: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES SECTION 01340 - 2

C. Mark each copy to identify applicable products, models, options to be used in this Project. Supplement manufacturer’s standard data to provide information unique to this Project, where required by the Specifications.

D. For products specified only by reference standard, give manufacturer’s trade name, model or catalog designation and applicable reference standard.

E. Pre-approved and Pre-qualified Products.

1. Products proposed as alternatives to “approved” products, provide information required to demonstrate the proposed products meet the level of quality and performance criteria of the “approved product”.

1.6 SAMPLES

A. Submit samples for review as required by the Specifications. Have samples reviewed and signed by a registered professional.

B. Place CONTRACTOR’s Stamp on each sample or a firmly attached sheet of paper, as described in Section 01330 – Submittal Procedures.

C. Submit the number of samples specified in Specifications; one of which will be retained by the OWNER.

D. Reviewed samples which may be used in the Work are identified in Specifications.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 127: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTRACTOR'S QUALITY CONTROL SECTION 01450 - 1

SECTION 01450

CONTRACTOR'S QUALITY CONTROL

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Quality assurance and control of installation and manufacturer’s field services and reports.

1.2 MEASUREMENT AND PAYMENT

A. No payment will be made for this item. Include the cost of Contractor’s quality control in overhead cost for this project.

1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION

A. Monitor Quality control over suppliers, manufacturers’ products, services, site conditions, and workmanship, to produce Work of specified quality.

B. Comply fully with manufacturer’s installation instructions, including each step in sequence.

C. Request clarification from Engineer before proceeding should manufacturers’ instructions conflict with Contract Documents.

D. Comply with specified standards as minimum requirements for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

E. Perform work by persons qualified to produce the specified level of workmanship.

1.4 REFERENCES

A. Obtain copies of standards and maintain at job site when required by individual Specification sections.

1.5 MANUFACTURER’S FIELD SERVICES AND REPORTS

A. When specified in individual Specification sections, provide material or product suppliers’ or manufacturer’s technical representative to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, operator training, test, adjust, and balance of equipment as applicable, and to initiate operation, as required. Conform to minimum time requirements for start-up operations and operator training if defined in Specification sections.

B. Manufacturer’s representative shall report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers’ written instructions. Submit report within 14 days of observation to Resident Project Representative for review.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION - Not Used

END OF SECTION

Page 128: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTRACTOR'S QUALITY CONTROL SECTION 01450 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 129: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project INSPECTION SERVICES SECTION 01452 - 1

SECTION 01452

INSPECTION SERVICES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Inspection services and references.

1.2 INSPECTION

A. OWNER will appoint an Inspector as representative of the OWNER to perform inspections, tests, and other services in individual specifications Sections.

B. Alternatively, OWNER may appoint, employ, and pay an independent firm to provide additional inspection or construction management services as indicated in Section 01454 – Testing Laboratory Services.

C. Reports will be submitted by independent firm to the OWNER and ENGINEER indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents.

D. Assist and cooperate with Inspector.

E. CONTRACTOR shall furnish the Inspector with every reasonable facility to perform his work.

F. The inspector shall have the authority to halt the construction of any portion of the work not meeting the requirements of the Plans and Specifications.

G. The OWNER’s normal work schedule is Monday through Friday from 8:00AM to 5:00PM. Notify the OWNER at least twenty-four (24) hours in advance for any work scheduled outside the OWNER’s normal work schedule. The CONTRACTOR shall not commence any work unless inspection and/or testing have been pre-arranged with the OWNER. The CONTRACTOR shall reimburse the OWNER for all inspection and testing costs accumulated by the OWNER for work outside the OWNER’s normal work schedule.

H. Notify OWNER 24 hours prior to expected time for operations requiring services. Notify ENGINEER and independent firm when noted.

I. Sign and acknowledge report for Inspector.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 130: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project INSPECTION SERVICES SECTION 01452 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 131: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TESTING LABORATORY SERVICES SECTION 01454 - 1

SECTION 01454

TESTING LABORATORY SERVICES

PART 1. GENERAL

SECTION INCLUDES

A. Testing laboratory services and CONTRACTOR responsibilities related to those services.

REFERENCES

ASTM C 1077 – Standard practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation.

ASTM 3666 – Standard Specification for Minimum Requirements for Agencies Testing and Inspection Bituminous Paving Materials.

ASTM 3740 – Standard Practice for Minimum Requirements for Agencies Engaged the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction.

ASTM 329 – Specification for Minimum Requirements for Agencies Engaged the Testing and/or Inspection of Materials Used in Construction.

ISO/TEC Guide 25 – General Requirements for the Competence of Calibration and Testing Laboratories.

SELECTION AND PAYMENT

B. Testing Laboratories: Laboratory facilities, including personnel and equipment, utilized for testing soils, concrete, asphalt and steel shall meet criteria detailed in ASTM D3740 and ASTM E329, and be accredited by the American Association of Laboratory Accreditation (AALA), National Institute of Standards and Technology (NIST), National Voluntary Laboratory Accreditation Program (NVLAP), the American Association of State Highway and Transportation Officials (AASHTO), or other approved national accreditation authority. All personnel performing concrete testing shall be certified by the American Concrete Institute (ACI). Submit a copy of report of the inspection of the facilities made by the Materials Reference Laboratory of National Bureau of Standards during the most recent inspection, with a memorandum of remedies of any deficiencies reported by the Inspection. Submit copies of the recent certificates of calibration for all pertinent devices within the laboratory that will be used in required testing for this work. Conduct testing IN accordance with the requirements of governing authorities and specified standards.

Sampling of materials and laboratory testing of materials shall be performed at the expense of the CONTRACTOR in an independent, certified commercial testing laboratory. CONTRACTOR shall cooperate with the laboratory to facilitate the execution of its required services. Employment of the laboratory shall in no way relieve CONTRACTOR’s obligations to perform the work of the Contract.

The CONTRACTOR shall provide all construction materials testing required unless explicitly noted otherwise in the individual specification sections. The minimum testing required is as follows:

Initial testing to establish materials proposed for use meet the requirements of the specifications. The source of supply of each of the materials shall be accepted by OWNER before the delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the CONTRACTOR of all materials to be used in the Work for testing or examination as desired by the OWNER. Tests to verify quality and acceptability of materials proposed by the CONTRACTOR for use in the Work and services such as concrete and asphalt mix design shall be paid for by the CONTRACTOR.

In place testing to establish materials incorporated into work meet the requirements of the specifications for gradation, compaction, and strength. At a minimum, testing is required for concrete materials, design

Page 132: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TESTING LABORATORY SERVICES SECTION 01454 - 2

mixtures, and strength, asphaltic concrete materials and design mixtures, shop welding tests, soils testing, embedment, fill, and backfill materials, including in-place density, field welding inspection and testing, electrical testing, and all other testing as identified in the Specifications or required by the Engineer.

Sampling and testing of equipment shall be performed at the expense of the CONTRACTOR.

Owner will employ and pay for the services of an independent testing laboratory to perform testing specifically indicated on the contract documents and may at any other time elect to have materials and equipment tested for conformity with the contract documents. The City will be responsible for the testing of soil/base compaction density; 7- and 28- day concrete strength test cylinders and percent air entrainment; asphaltic concrete gradation and cores; and holiday testing.

All other testing, including testing of materials as required for approval of submittals, shall be at the expense of the contractor. If contractors work schedule outside Monday – Friday, 8:00 a.m. to 5:00 p.m., excluding City approved holidays, requires overtime testing by the City elected laboratory. Contractor will be responsible for that portion of the cost attributed to overtime work outside of the standard contract time period.

Notify the City for inspection at lease 24-hours in advance.

Contractor shall be responsible for cost of testing if the test results indicating the materials and equipment fail to meet the requirements of the contract documents.

The contractor shall be responsible for the cost of standby or cancelled test charges by testing lab when tests are scheduled but not ready for testing.

Contractor shall prepare and ensure that there are a minimum of four (4) soils density available before scheduling for testing. Contractor shall be responsible for the cost of number of test to make up the minimum of four (4) tests.

For soils density tests, one (1) test shall be done at a spacing of 50 ft in a trench and 2500 SF for others per lift

TESTING PROCEDURE

Perform tests specified or required to verify that control measures are adequate to provide a product which conforms to Contract requirements. Procure services of a licensed testing laboratory, authorized to operate in the state of Texas. Perform the following activities and record the following data:

Verify testing procedures comply with Contract requirements.

Verify facilities and testing equipment are available and comply with testing standards.

Check test instrument calibration data against certified standards.

Verify recording forms and test identification control number system, including all of the test documentation requirements, have been prepared.

Documentation:

Record results of all tests taken, both passing and failing, on the report for the date taken.

Include specification paragraph reference, location where tests were taken, and the sequential control number identifying the test.

Actual test reports may be submitted later, if approved by ENGINEER, with a reference to the test number and date taken.

Provide directly to ENGINEER an information copy of tests performed by an offsite or commercial test facility. Test results shall be signed by an ENGINEER registered in the state where the tests are performed.

Failure to submit timely test reports, as stated, may result in nonpayment for related Work performed and disapproval of the test facility for this Contract.

Page 133: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TESTING LABORATORY SERVICES SECTION 01454 - 3

The testing laboratory shall provide and distribute copies of laboratory reports to the distribution list provided by the OWENER at the pre-construction conference.

One copy of each laboratory report distributed or faxed to the CONTRACTOR shall be kept at the site field office for the duration of the project.

Before close of business on the working day following test completion and review, reports which indicate failing test results shall be transmitted immediately via fax form the testing laboratory to the material supplier, CONTRACTOR, and ENGINEER.

The OWNER may require special inspection, testing or approval of material or Work for determining compliance with the requirements of the Contract Documents. The CONTRACTOR shall arrange for each special testing, inspection or approval procedure. Should the material or Work fail to comply with the requirements of the Contract Documents, the CONTRACTOR shall bear all costs of the special testing, inspection or approval as well as the cost of replacement of any unsatisfactory material or Work as provided by the General Conditions, otherwise, should the Work prove not defective, the OWNER shall bear such costs and an appropriate Change Order shall be issued, if appropriate.

OWNER reserves the right to conduct random testing, secondary testing, or confirmation testing of any construction materials. Should the material or Work fail to comply with the requirements of the contract Documents, the CONTRACTOR shall bear all costs of the special testing, inspection or approval as well as the cost of replacement of any unsatisfactory material of Work, as provided by the General Conditions, otherwise, should the Work not prove defective, the OWNER shall bear such costs and an appropriate Change Order shall be issued or payment made from the appropriate bid item.

LIMITS ON TESTING LABORATORY AUTHORITY

Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.

Laboratory may not approve or accept any portion of the Work.

Laboratory may not assume any duties of the CONTRACTOR.

Laboratory has no authority to stop Work.

CONTRACTOR RESPONSIBLITIES

Provide safe access to the Work and to manufacturer’s facility for the OWNER and for testing laboratory personnel.

Provide to the testing laboratory a copy of the Construction Schedule and a copy of each update to the Construction Schedule.

Notify the OWNER and ENGINEER 24 in advance if the specifications require the presence of the ENGINEER for sampling or testing.

Request and monitor testing as required to provide timely results and to avoid delay to the Work. Provide samples to the laboratory in sufficient time to allow the required test to be performed in accordance with the specified test methods before the intended use of the material.

Cooperate with laboratory personnel in collecting samples on site. Provide incidental labor and facilities for safe access to the Work to be tested; to obtain and handle samples at the site or at source of products to be tested; and to facilitate tests and inspections including storage and curing of test sample.

PART 2. PRODUCTS - Not Used

PART 3. EXECUTION

CONDUCTING TESTING

Laboratory sampling and testing specified in individual Specification sections shall conform to the latest issues of ASTM standards, TXDOT methods, or other recognized test standards as approved by the OWNER.

Page 134: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TESTING LABORATORY SERVICES SECTION 01454 - 4

The Requirements of this Section shall also apply to those tests for approval of materials, for mix design, and for quality control of materials as performed by the testing laboratories employed by the CONTRACTOR.

END OF SECTION

Page 135: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 1

SECTION 01510

STORM WATER POLLLUTION PREVENTION PLAN

PART 1. GENERAL

1.1 DESCRIPTION

A. SCOPE

This item shall govern the control measures necessary to prevent and control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, reservoirs, tidal waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract and coordinated with the permanent or existing temporary pollution control features specified elsewhere in the plans and specifications to assure effective and continuous water pollution control throughout the construction and post construction period. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Engineer in writing. The controls may include silt fences, rock filter dams, revet mattresses, gabions, dikes, swales, sediment traps and basins, pipe slope drains, paved flumes, construction exits, temporary seeding, sodding, mulching, soil retention blankets or other structural or non-structural water pollution controls.

1.2 SUBMITTALS

A. Submittals shall be as specified in Section 01330.

B. The Contractor shall be required to jointly sign the Pollution Prevention Plan Certification and file a Notice of Intent (NOI) with the Owner, to the Environmental Protection Agency (EPA).

C. Prior to the start of construction, the Contractor shall submit to the Engineer, for approval, schedules for accomplishment of the pollution control measures in accordance with the Storm Water Pollution Prevention Plan. Work on the Project shall not begin until the schedules for implementation of the controls and methods of operations have been reviewed and approved by the Engineer in writing. The Contractor shall provide the Engineer, for information purposes proposed methods of pollution control for Contractor operations in areas which are outside the project limits (such as construction and haul roads, field offices, equipment and supply areas, and material sources) as well as a plan for disposal of waste materials.

1.3 SITE DESCRIPTION

A. PROJECT NAME AND LOCATION

Sombrebretillo Creek Force Main Project. This site is located in north Laredo, Texas. OWNER’S NAME AND ADDRESS: City of Laredo 1110 Houston Street Laredo, Texas 78040

B. DESCRIPTION:

The project consists of a construction of a force main, rough grading, site grading, installation of forcemain and backfilling for the installation of all utilities and other items as indicated in the contract documents and specifications.

C. RUNOFF COEFFICIENT

Page 136: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 2

The final average coefficient of runoff for the entire disturbed area will approximately C=0.37 in the site. The actual site is approximately 30 acres of which approximately 12 acres will be disturbed by construction activities.

D. NAME OF RECEIVING WATERS

The project site drains overland flow, into an existing creek along the boundaries of the project and ultimately discharges into the Rio Grande approximately 18,000 feet west of the project site.

1.4 CONTROLS

A. EROSION AND SEDIMENT CONTROLS

1. Stability Practices for the Site:

a. Maximum preservation of natural vegetation and buffer zones by minimizing rough grading.

b. Permanent sod, seeding, and hydro-mulching as called for in the construction plans.

c. Newly graded right of way will have textured soil surfaces to reduce the sheet flow and improve surface water impoundment.

2. Structure Practices for this Site:

a. Silt fence.

b. Construction exits.

c. Stockpiles will be surrounded by silt fence or other approved methods.

d. Trench excavation spoils not immediately hauled off will be backfilled into the trenches in a continuous operation.

NARRATIVE

Completion of the entire project is expected to be 180 Calendar Days. The sequence of construction will be as follows:

1. Clear and grub for perimeter control (i.e. installation of silt fence and rock berms).

2. Install all perimeter controls as indicated in the construction drawings.

3. Install construction entrances and exits and rock berms at all creek crossings as indicated on the construction drawings.

4. General project construction – beginning with site clearing, rough grading followed by utility trenching and installation followed by the construction of facility structures and road construction.

5. Once storm drainage system is installed, provide for inlet protection as indicated in the construction plans.

6. Install permanent sod, seeding or hydro-mulching as called for in the Plans and Specifications.

7. When all construction activity is complete and the site is stabilized, remove structural controls and re-seed any areas disturbed by their removal.

STORM WATER MANAGEMENT

The majority of the disturbed area will be graded at less than 5:1 slope.

1.5 OTHER CONTROLS

Page 137: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 3

A. WASTE DISPOSAL

All waste materials shall be collected and stored in a dumpster. Contractor shall meet all local and State solid waste management regulations. All trash and construction debris from the site will be deposited in the dumpster. The dumpster will be emptied as often as necessary, and the trash will be hauled from the site. No construction materials will be buried on-site. All personnel will be instructed regarding the correct procedure for disposal. Notices stating these practices will be posted in the office trailer. The Contractor shall be responsible for collection of all waste material.

B. HAZARDOUS WASTE

All hazardous waste materials will be disposed of in the manner specified by local or state regulations. Contractor’s personnel will be instructed in these practices.

C. SANITARY WASTE

All sanitary waste will be collected from the portable units as necessary by a licensed sanitary.

1.6 MAINTENANCE AND INSPECTION PROCEDURES

All sanitary waste will be collected from the portable units as necessary by a licensed sanitary.

A. Stabilization Practices for the site

Permanent sod and seeding of site.

B. Structural practices for the site

1. Silt fence

2. Stabilized construction entrances and exits.

3. Stabilized creek crossing.

1.7 EROSION AND SEDIMENT CONTROL AND MAINTENANCE PRACTICES

The following inspection and maintenance practices shall be used to maintain erosion and sediment controls:

C. All control measures shall be inspected at least once each week and following a construction site storm event of 0.5 inches or greater.

D. All measures shall be maintained in good working order; if a repair is necessary, the repair shall be initiated within twenty-four (24) hours of report.

E. Built up sediment shall be removed from silt fences and hay bales when it has reached one-third the height of the structure.

F. Silt fences shall be inspected for depth of sediment, tears, in securely attached fabric, and firmness of fence posts.

G. A maintenance inspection report shall be made after each inspection. A copy of the report form to be completed by the Contractor’s inspector is attached.

1.8 SPILL PREVENTION

The minimum following material management practices shall be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff.

A. GOOD HOUSEKEEPING

The following good housekeeping practices shall be followed on-site during the construction project.

Page 138: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 4

1. In effort shall be made to store only enough products required to do the job.

2. All materials stored on-site shall be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure.

3. Products shall be kept in their original containers with the original manufacturer’s labels.

4. Substances shall not be mixed with one another unless recommendation by the manufacturer.

5. Whenever possible, all of a product shall be used up before disposing of the container.

6. Manufacturer’s recommendations for proper use and disposal shall be followed.

7. The Contractor shall inspect daily, to ensure proper use and disposal of material on-site.

B. HAZARDOUS PRODUCTS

The following practices shall be used to reduce the risks associated with hazardous materials.

1. Products shall be kept in original containers unless they are not resealable.

2. Original labels and material safety data containing important product information shall be safe guarded.

3. If surplus product must be disposed of, manufacturers’ or local and state recommended methods for proper disposal shall be follows.

C. PRODUCT SPECIFIC PRACTICES

The following product specific practices shall be followed on site:

1. Petroleum Products: All on-site vehicles shall be monitored for leaks and receive regular preventive maintenance to reduce the chance of leakage. Petroleum products shall be stored in tightly sealed containers which are clearly labeled. Any asphalt substances used on-site shall be applied according to the manufacturer’s recommendations.

2. Fertilizers: Shall be applied only in the minimum amounts as specified. Once applied, the fertilizer shall be worked into the soil to limit exposure to storm water. Storage shall be in a covered shed. The contents of any partially used bags of fertilizer shall be transferred to a sealable plastic bin to avoid spills.

3. Paints: All containers shall be tightly sealed and stored when not required for use. Excess paint shall not be discharged to the storm sewer system but will be properly disposed of according to manufacturer’s instructions and state and local regulations.

4. Concrete Trucks: Will not be allowed to wash out or discharge surplus concrete or drum wash water on the site.

D. SPILL PREVENTION PRACTICES

The following practices shall be followed for spill prevention and clean up:

1. Manufacturers’ recommended methods for psill clean up shall be clearly posted and site personnel shall be made aware of the procedures and the location of the information and clean up supplies.

2. Materials and equipment necessary for spill clean up shall be kept in the material storage area on site. Equipment and materials include but not limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for clean up.

Page 139: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 5

3. All spills shall be cleaned up immediately after discover.

4. The spill area shall be kept well ventilated and personnel shall wear appropriate protective clothing to prevent injury from contact with a hazardous substance.

5. Spills of toxic or hazardous material regardless of the size shall be reported to the appropriate state or local government agency.

6. The spill prevention plan shall be adjusted to include additional written measures to prevent this type of spills from reoccurring and clean up the spill if there is another. A description of the spill, what caused it, and the clean up measures shall also be included.

7. The Contractor shall designate at least two (2) site personnel who shall receive spill prevention and clean up training. The individuals shall become responsible for spill prevention and clean up. The names of responsible spill personnel shall be posted in the materials storage area and in the office trailer on site.

PART 2. PRODUCTS

2.1 SILT FENCE:

A. Fabric. Fabric materials shall meet the requirements of TxDOT Materials Specification D-9-6230, Silt Fence.

B. Fence Types: Two types of silt fences are identified as follows:

1. Type 1: This system is a self supported fence, using a woven geotextile fabric.

2. Type 2: This system is a not-reinforced fence, using a non-woven geotextile fabric.

C. Posts: Posts for fence types 1 and 2 shall be a minimum of 48 inches long, essentially straight, and shall be wood or steel, unless otherwise shown on the plans. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches and essentially straight. Hardwood posts shall have a minimum cross section of 1.5 x 1.5 inches. Steel posts shall be “T” or “L” shaped with a minimum weight of 1.3 pounds per linear foot.

D. Net Reinforcement: Net reinforcement for the Type 2 fence system shall be galvanized welded wire mesh of a minimum 12.5 gauge wire or equal, as approved by the Engineer, with a maximum opening size of 4 inches square and shall be at least 24 inches wide.

E. Tension Reinforcement and Staples: Tension reinforcement for the Type 1 fence shall consist of wire or wire cable of at least 12.5 gauge.

Staples used to secure reinforcement and fabric to wood posts shall have a crown at least 3/4 inch wide and legs a minimum of 1/2 inch long.

When the type of fabric or type of reinforcement system is not specified on the plans, the Contractor may select either of the described types for use in construction of the silt fence.

2.2 STABILIZED STREAM CROSSINGS:

The material used to prevent erosion and vehicular rutting at stream crossings shall be concrete rubble or course graded aggregate. Unless otherwise directed, the rubble or aggregate used in this application shall conform to the requirements of ASTM D448, (5 to 6 inch) or as directed by the Engineer.

2.3 STABILIZED CONSTRUCTION EXITS:

A. IMBER CONSTRUCTION

Page 140: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 6

Timber for construction shall consist of treated railroad ties and lumber. The railroad ties and lumber shall be treated to control rot and shall be No. 2 quality or better and free of large and loose knots. Timber shall be fastened with nuts and bolts or lag bolts all of which shall meet or exceed ASTM-A307

B. FOUNDATION COURSE

The foundation course shall be flexible base, bituminous concrete, Portland cement concrete, or other material as approved by the Engineer.

PART 3. EXECUTION

3.1 GENERAL:

A. PREVENTION PLAN

These guidelines and quantities of controls set forth here and in the Plans are to be considered minimum requirements. It is the Engineer’s intent that the pollution prevention plan be adaptable to changing conditions in the field, both expected and unexpected. The engineer may require additional or modified controls in order to meet the legal requirements of the NPDES construction permit.

The Contractor may develop his own Pollution Prevention Plan if so desired. The plan must be submitted and approved by the Engineer and must meet all regulations and guidelines of the EPA’s NPDES storm water permitting requirements.

B. CONSTRUCTION REQUIREMENTS

C. The Engineer has the authority to limit the disturbed surface area exposed by construction operations. The contractor shall provide control measures to prevent or minimize the impact to receiving waters as required by the plans and/or as directed in writing by the Engineer.

D. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, shall be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed.

E. The Contractor shall limit the amount of disturbed earth as directed by the Engineer. If the Contractor is not able to effectively control soil erosion and sedimentation resulting from construction operations, the Engineer shall limit the amount of disturbed area to that which the Contractor is able to work in.

F. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Engineer. When in the opinion of the Engineer the site is adequately stabilized, the Contractor may be required to remove and dispose of the control measures specified by the Engineer.

G. All erosion, sediment and water pollution controls shall be maintained in good working order. A rain gauge shall be located at the project site. Within 24 hours of a rainfall event of 0.5 inch or more as measured by the project rain gauge, the Contractor and Engineer shall inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for repair operations.

3. In the event of continuous rainfall over a 24 hour period, or other circumstances that preclude equipment operations in the area, the Contractor will hand carry and install additional backup devices as determined by the Engineer. The Contractor shall remove silt accumulations and deposit the spoils in an area approved by the Engineer as soon as practicable. Any corrective

Page 141: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 7

action needed for the control measures shall be accomplished in the sequence directed by the Engineer, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets.

4. The Contractor shall also conform to the following practices and controls.

a. Disposal areas, stockpiles and haul roads shall be constructed in a manner that shall minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located at any wetland, waterbody or streambed.

5. Construction operations in streams, wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary stabilized stream crossings shall be used.

b. Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials shall be provided by the Contractor at a location approved by the Engineer.

c. Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants at a location approved by the Engineer. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas or material sources are located adjacent to a waterbody, control measures such as dikes, gabions or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down-gradient sedimentation.

d. All waterways shall be cleared as soon as practicable or pipe, shoring, formwork or other obstructions placed during construction operations that are not a part of the finished work.

e. Disturbance of vegetation shall be minimized as directed by the Engineer.

f. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway.

6. The project will not be accepted or approved by the Engineer until the Contractor provides a uniform perennial vegetative cover, or that equivalent permanent stabilization measures supplemented by temporary measures when necessary (such as riprap, gabions, soil retention blankets, mulching) have been employed that will control erosion sedimentation and water pollution until sufficient vegetative cover can be established.

3.2 SILT FENCE

A. CONSTRUCTION METHODS

Silt fence shall be used during construction near the perimeter of a disturbed area to intercept sediment form sheet flow. Silt fence of the self-supported Type 1 shall be used only at location where the length of overland runoff is less than 100 feet, the embankment is less than 20 feet in height, the slopes are 3:1 or flatter, or the installation will be required for less than 6 months. The silt fence installation methods shall be as specified below, unless otherwise shown on the plans, for the type specified or selected. The physical alignment and location of the fence shall be approved by the Engineer.

7. Installation of Posts

Page 142: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 8

Posts for fence types 1 and 2 shall be embedded 18 inches deep, or adequately anchored if in rock, with a spacing of 6 to 8 feet, and installed on a slight angle toward the anticipated run-off source.

8. Fabric Anchoring

Trenches for fence types 1 and 2 shall be dug along the uphill side of the fence to anchor 6 to 8 inches of fabric. The trench shall have a minimum cross section of 6 x 6 inches. The fabric for fence types 1 and 2 shall be installed in the trench such that 4 to 6 inches of fabric is against the side of the trench and approximately 2 inches of fabric is across the bottom in the upstream direction. The trench shall be backfilled and hand tamped as approved by the Engineer.

9. Fabric Attachment

a. Fence Type 1: The fabric shall be attached to wood posts by staples or locking plastic ties at a maximum spacing of 6 inches. Attachment to steel posts shall be by sewn vertical pockets or locking plastic ties if the posts have suitable projections. The top of the fabric shall be fastened to the tension reinforcement wire or wire cable by hog rings, locking plastic ties, or cord at a maximums pacing of 2 feet.

b. Fence Type 2: The reinforcement shall be attached to the end posts, if wood, by staples or locking plastic ties, or if steel, by T-Clips, locking plastic ties, or sewn vertical pockets at a minimum of 4 locations. The reinforcement shall be attached to each succeeding posts as approved by the Engineer. Connect the ends of successive reinforcement sheets or rolls at a fence post at least 6 times with hog rings or locking plastic ties. The fabric shall be fastened to the top strand or reinforcement by hog rings, locking plastic ties, or cord at a maximum spacing of 2 feet.

c. Fabric Splices: Splices for fence Types 1 and 2 shall occur at a fence post and shall have a minimum lap of 6 inches attached in at least 6 places. Splices in concentrated flow areas shall not be permitted.

B. MAINTENANCE

The silt fence shall be maintained in good condition (including staking, anchoring, tension adjustments, etc.) by the Contractor. All necessary work and materials to maintain the integrity of the fence shall be provided until earthwork construction and permanent erosion control features are in place and/or the disturbed area has been adequately stabilized. This type of routine maintenance shall not be paid for directly but will be considered subsidiary to this item. The areas damaged by the removal process shall be stabilized by the Contractor using appropriate methods as approved by the Engineer.

3.3 STABILIZED STREAM CROSSING

A. CONSTRUCTION METHODS

At all locations where vehicles shall be crossing a creek, a 6” deep and 14’ wide (minimum) rubble or aggregate crossing shall be installed. The crossing length shall be from toe to toe on the stream bank side slopes.

B. MAINTENANCE

The crossing will be maintained while working in the area. Washouts and rutting shall be prepared within a 48-hour period after damage is noted.

3.4 STABILIZED CONSTRUCTION ENTRANCE & EXITS:

Page 143: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 9

A. CONSTRUCTION METHODS

When tracking conditions exist, traffic shall not be allowed to cross or leave the constructions ite and move directly onto a public roadway, alley, sidewalk, parking area, or other right of way in areas other than at locations of construction entrances and exits. Construction entrances and exits can be either for long or short-term use. Foundation courses, if needed, shall be used with the long-term construction exits.

The exit shall be placed over a foundation course, if directed by the Engineer. The foundation course and/or compacted subgrade shall be properly graded to direct runoff from the construction exit to a sediment trap as shown in the plans or as directed by the Engineer. The exit shall normally be constructed a minimum length of 50 feet. The width shall be at least 14 feet for one-way traffic and 20 feet for 529-way traffic but shall not be less than full width of all points of ingress and egress an shall be sufficient for all ingress and egress.

B. MAINTENANCE

Exits shall be maintained in a condition which will prevent tracking or flowing of sediment onto public right of way and may require periodic removal and replacement of stone or timber, or other material as conditions demand and repair and/or clean out of any measures used to trap sediment. Sediment spilled, dropped, washed or tracked onto public right of way shall be immediately removed by the Contractor and disposed of at an approved site and in a manner that will not contribute to additional siltation.

When necessary, wheels shall be cleaned to remove sediment prior to entrance onto public right of way. When vehicle washing is required, the construction exit shall be graded to drain into a sediment trap or sediment basin, sediment shall be prevented from leaving the construction site.

The construction exits shall be removed promptly when directed by the Engineer. Discarded materials shall become the property of the Contractor for his disposal at an approved site. The area beneath the construction exit and area damaged by the removal process shall be stabilized by the Contractor using appropriate methods as approved by the Engineer.

Page 144: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 10

CONTRACTOR CERTIFICATION

FOR

PROJECT: Sombreretillo Creek Force Main Project

I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the stormwater discharges associated with industrial activity from the construction site identified as part of this certification. Further, by my signature, I understand that I am the permittee, along the any subcontractors signing such certifications to the general NPDES permit for the stormwater discharges associated with industrial activity from the identified site. As permittee, I understand that I and my company, are legally required under the Clean Water Act, to ensure compliance with the terms and conditions of the stormwater pollution prevention plan developed under the NPDES permit and the terms of the NPDES permit. Signature: For: Work Responsible Title: Date:

Page 145: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 11

PROJECT: Sombreretillo Creek Force Main Project I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who managed the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signed: Date:

Page 146: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 12

PART 4. STORM WATER POLLUTION PREVENTION PLAN

INSPECTION AND MAINTENANCE REPORT

PROJECT: Sombreretillo Creek Force Main Project

Inspector: Date: Days Since Last Rainfall: Amount of Last Rainfall: Inches

STABILIZATION MEASURES

DATE SINCE DATE SINCE LAST NEXT STABILIZED

AREA DISTRUBANCE DISTURBANCE STABILIZED? WITH CONDITION Stabilization Required: To Be Performed By: On Or Before:

Page 147: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 13

STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT

STRUCTURAL CONTROLS

FILTER FABRIC FENCE

PART 5.

PROJECT: Sombreretillo Creek Force Main Project

BOTTOM FABRIC POTS HOW DEEP OF FABRIC TORN OR TIPPING IS THE

LOCATION STILL BURIED? SAGGING? OVER? SEDIMENT? Maintenance Required For Silt Fences: To Be Performed By: On Or Before:

Page 148: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STORM WATER POLLLUTION PREVENTION PLAN SECTION 01510 - 14

STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT

PROJECT: Sombreretillo Creek Force Main Project

Changes Required To The Pollution Prevention Plan? Reasons For Changes: Inspector’s Signature: Date:

Page 149: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GENERAL SOURCE CONTROL SECTION 01532 - 1

SECTION 01532

GENERAL SOURCE CONTROL

PART 1. GENERAL

1.1 SUMMARY

A. This section describes erosion and sedimentation control related practices which are required ruing construction activities.

1.2 MEASUREMENT AND PAYMENT

A. Unit price

1. No separate measurement or payment under this Section. Include cost of work performed under this Section in Contract prices bid for items of which this work is a component.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 GENERAL

A. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, to be permitted until erosion and sedimentation control systems are in place.

B. Equipment and vehicles are prohibited by the CONTRACTOR from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control systems to be repaired immediately.

3.2 PREPARATION

A. Protection of Trees in Construction Areas:

1. Heavy equipment, vehicular traffic, and stockpiles of construction materials, including topsoil, are not permitted within the drip-line of any tree to be retained. CONTRACTOR is to avoid all contact with trees to be retained unless otherwise directed by the OWNER or required by the work under this Contract.

2. Specimen trees shown on the PLANS to be boxed or fenced. When called for on the PLANS, tunnel under the root system for the installation of utility lines.

3. Tree trunks, exposed roots, and limbs of trees designated to be retained which are damaged during construction operations will be cared for as prescribed by a forester or licensed tree expert at the expense of the CONTRACTOR.

3.3 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION

A. Top-soiling for Erosion and Sedimentation Control Systems: When top-soiling is called for as a component of another Specification Section, conduct erosion control practices described in this Section during top-soiling operation.

1. When top-soiling, maintain erosion and sedimentation control systems, such as swales, grade stabilization structures, berms, dikes, waterways, and sediment basins.

2. Maintain grades which have been previously established on areas to be top soiled.

Page 150: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GENERAL SOURCE CONTROL SECTION 01532 - 2

3. After the areas to be topsoiled have been brought to grade, and immediately prior to placing and spreading the topsoil, the subgrade is to be loosened by discing or by scarifying to a depth of at least 2-inches to permit bonding of the topsoil to the subsoil. Compact by passing a bulldozer up and down the slope, tracking over the entire surface area of the slope to create horizontal erosion control slots.

4. No sod or seed is to be placed on soil which has been treated with soil sterilants until sufficient time has elapsed to permit dissipation of toxic materials.

B. Dust control:

1. Control dust blowing and movement on construction sites and roads to prevent exposure of soil surfaces, to reduce on and offsite damage, to prevent health hazards, and to improve traffic safety.

2. Control dust blowing by utilizing one or more of the following methods:

a. Temporary vegetative cover.

b. Spray-on adhesives on mineral soils when not used by traffic.

c. Tillage to roughen surface and bring clods to the surface.

d. Irrigation by water sprinkling.

e. Barriers using solid board fences, snow fences, burlap fences, crate walls, bales of hay, or similar materials.

3. Dust control methods to be implemented immediately whenever dust can be observed blowing on the project site.

C. Equipment Maintenance and Repair:

1. Maintenance and repair of construction machinery and equipment must be confined to areas specifically designated for that purpose. Such designated areas must be located and designed so that oils, gasoline, grease, solvents, and other potential pollutants cannot be washed directly into receiving streams or storm water conveyance systems. These areas must be provided with adequate waste disposal receptacles for liquid as well as solid waste. Maintenance areas to be inspected and cleaned daily.

2. On a construction site where designated equipment maintenance areas are not feasible, care must be taken during each individual repair or maintenance operation to prevent potential pollutants from becoming available to be washed into streams or conveyance systems. Temporary waste disposal receptacles must be provided.

D. Waste Collection and Disposal:

1. A plan is to be formulated for the collection and disposal of waste materials on a construction site. Such a plan must designate locations for trash and waste receptacles and establish a special collection schedule. Methods for ultimate disposal of waste must be specified and carried out in accordance with applicable local, state and federal health and safety regulations. Special provisions must be made for the collection and disposal of liquid wastes and toxic or hazardous materials.

2. Receptacles and other waste collection areas must be kept neat and orderly to the extent possible. Waste not to be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points must be located where they will least likely be affected by concentrated storm water runoff.

E. Washing Areas:

1. Vehicles and construction equipment must not be washed at locations where the runoff will flow directly into a watercourse or storm water conveyance system. Special areas must be designated for washing

Page 151: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GENERAL SOURCE CONTROL SECTION 01532 - 3

vehicles. These areas to be located where the wash water will spread out and evaporate or infiltrate directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. Wash areas must have gravel or rock bases to minimize mud generation.

F. Storage of Construction Materials, Chemicals, Etc.:

1. Sites where chemicals, cements, solvents, paints, or other potential water pollutants are to be stored must be isolated in areas where they will not cause runoff pollution.

2. Toxic chemicals and materials, such as pesticides, paints, and acids must be stored in accordance with manufacturers’ guidelines. Groundwater resources must be protected from leaching by placing a plastic mat, packed clay, tar paper, or other impervious materials on any areas where toxic liquids are to be opened and stored.

G. Demolition Areas:

1. Demolition projects usually generate large amounts of dust with significant concentrations of heavy metals and other toxic pollutants. Dust control techniques to be used to limit the transport of the airborne pollutants. If water or slurry used to control dust becomes contaminated, they must be disposed of in accordance with existing federal, state, and local regulations.

H. Sanitary Facilities:

1. All construction sites must be provided with adequate sanitary facilities for workers in accordance with applicable health regulations.

I. Pesticides:

1. Pesticides used during construction to be stored and used in accordance with manufacturers’ guidelines and with local, state and federal regulations. Overuse is to be avoided and great care should be taken to prevent accidental spillage. Pesticide containers must never be washed in or near flowing streams or storm water conveyance systems.

END OF SECTION

Page 152: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GENERAL SOURCE CONTROL SECTION 01532 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 153: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STABLIZED CONSTRUCTION EXIT SECTION 01533 - 1

SECTION 01533

STABLIZED CONSTRUCTION EXIT

PART 1. GENERAL

1.1 SUMMARY

A. This section includes the furnishing, installation, and maintenance of stabilized construction exits for erosion and sedimentation control utilized during construction and prior to the final development of the site.

B. MEASUREMENT AND PAYMENT

1. Unit Price

There is no direct or separate payment for this item of work. All materials and labor required for this item will be considered subsidiary to the item in which it was used and shall be included in the bid price for that item.

1.2 RELATED REQUIREMENT

A. Related work as called for on PLANS or specified elsewhere in this or other specifications.

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

B. American Society of Testing and Materials (ASTM).

1. ASTM D3786, 1987 Standard Test Method for Hydraulic Bursting Strength of Knitted Goods and Non-woven Fabrics – Diaphragm Bursting Strength Tester Method.

2. ASTM D4632, 1991 Standard Test Method for Grab Breaking Load and Elongation of Geotextiles.

1.4 SUBMITTALS

A. Manufacturer’s catalog sheets on filter fabrics showing that they meet or exceed requirements of this Section.

B. Sieve analysis of aggregates conforming to requirements of this Section.

PART 2. PRODUCTS

2.1 MANUFACTURER(S)

A. Filter fabric to be manufactured by Marifi, Inc., or an approved equal.

2.2 MATERIALS AND/OR EQUIPMENT

A. Filter fabric:

1. Provide woven or non-woven filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material.

2. Filter fabric to have a minimum grab strength of 270 psi in any principal direction per ASTM D4632, Mullen burst strength exceeding 200 psi per ASTM D3786, and the equivalent opening size between 50 and 140.

Page 154: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STABLIZED CONSTRUCTION EXIT SECTION 01533 - 2

B. Coarse Aggregate:

1. Coarse aggregates to consist of rock 3- to 4- inches in size.

C. Materials for Alternative Construction Methods:

1. Use materials specified within paragraph 3.02.J.

PART 3. EXECUTION

3.1 GENERAL

A. Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems to be of the type indicated and to be constructed in accordance with the requirements shown on Attachment A and as specified within this Section.

B. No clearing and grubbing or rough cutting other than as specifically directed by the OWNER to allow soil testing and surveying, to be permitted until erosion and sedimentation control systems are in place.

C. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this Contract and acceptance of the project or until directed by the OWNER to remove and discard the existing system.

D. Inspect and repair or replace components of all erosion and sedimentation control systems as specified within this Section. Unless otherwise directed, maintain the erosion and sedimentation control systems until the project is accepted by the OWNER. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite.

E. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream or floodplain. Off-site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site to be spread compacted and stabilized as directed by OWNER. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, must be disposed of in accordance with existing federal, state and local regulations.

F. Equipment and vehicles to be prohibited by the CONTRACTOR from maneuvering on areas outside of rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control systems to be repaired immediately.

3.2 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION

A. Provide stabilized access roads, subdivision roads, parking areas, and other on-site vehicle transportation routes when shown on PLANS.

B. Provide stabilized construction exits, and truck washing areas of the sizes and locations shown on PLANS. Construction traffic not to be allowed to leave construction site and move directly onto public roadway, alley, sidewalk, parking area, or other right-of-way in areas other than at locations of stabilized construction exits.

C. Vehicles leaving construction areas shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way. When washing is needed to remove sediment, CONTRACTOR is to construct a truck washing area. Truck washing to be performed on stabilized areas which drain into sediment traps.

D. Detail for stabilized construction exit is shown on Attachment A at the end of this Section. Use the same detail for construction of all other stabilized areas. Roadway width to be at least 14 feet for one-way traffic and 20 feet for two-way traffic and to be sufficient for all ingress and egress. Furnish and place filter fabric as a permeable

Page 155: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STABLIZED CONSTRUCTION EXIT SECTION 01533 - 3

separator to prevent mixing of coarse aggregate with underlying soil. Exposure of filter fabric to the elements between laydown and cover to be a maximum of fourteen days to minimize damage.

E. Roads and parking areas to be graded to provide sufficient drainage away from stabilized areas. Use sand bags, gravel, boards, or similar methods to prevent sediment from entering public right-of-way, storm drain, ditch, or watercourse.

F. Inspect and maintain the stabilized areas daily. Provide periodic top dressing with additional coarse aggregates to maintain the required depth. Repair damaged areas immediately. Clean out any areas where voids in aggregate are filled. All sediment spilled, dropped, washed, or tracked onto public right-of-way to be removed immediately.

G. The length of the stabilized area to be a minimum length of 50 feet. The thickness not to be less than 8 inches. The width not to be less than full width of all points of ingress or egress.

H. Stabilization for other areas to have the same course aggregate, thickness, and width requirements as the stabilized construction exit, except where specified otherwise on PLANS.

I. Stabilized area may be widened or lengthened to accommodate truck washing area when authorized by OWNER. Outlet Sediment Trap must be provided for truck washing area.

J. Alternative methods of construction may be utilized when shown on PLANS, indicated or as indicated elsewhere within this Section, or when approved by the OWNER. These methods include the following:

1. Cement Stabilized Soil: Compacted, cement stabilized soil, limestone aggregate or other fill material in an application thickness of at least 8 inches.

2. Wood Mats/Mud Mats: Oak or other hardwood timbers placed edge to edge and across support wooden beams which are placed on top of existing soil in an application thickness of at least 6-inches.

3. Steel Mats: Perforated mats placed across perpendicular support members.

END OF SECTION

Page 156: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project STABLIZED CONSTRUCTION EXIT SECTION 01533 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 157: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCED FILTER FABRIC FENCE SECTION 01538 - 1

SECTION 01538

REINFORCED FILTER FABRIC FENCE

PART 1. GENERAL

1.1 SUMMARY

A. This Section includes the furnishing, installation and maintenance of reinforced filter fabric barriers for erosion and sediment control utilized during construction and prior to the final development of the site. Reinforced filter fabric barriers are used to retain sedimentation in channelized flow areas.

1.2 MEASUREMENT AND PAYMENT

A. Unit Price

There is no direct or separate payment for this item of work. All materials and labor required for this item will be considered subsidiary to the item in which it was used and shall be included in the bid price for that item.

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

1. American Society of Testing and Materials (ASTM):

a. ASTM D3786, 1987 Standard Test Method for Hydraulic Bursting Strength for Knitted Goods and Non-woven Fabrics – Diaphragm Bursting Strength Tester Method.

b. ASTM D4632, 1991 Standard Test method for Grab Breaking Load and Elongation of Geotextiles.

1.4 SUBMITTALS

A. Manufacturer’s catalog sheets on filter fabrics showing that they meet or exceed requirements of this section.

PART 2. PRODUCTS

2.1 MANUFACTUERER(S)

A. Filter fabric to be manufactured by Mirafi, Inc., or an approved equal.

2.2 MATERIALS AND/OR EQUIPEMENT

A. Filter Fabric:

1. Provide woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material.

2. Filter fabric to have a minimum grab strength of 100 psi in any principal direction per ASTM D4632, Mullen burst strength exceeding 200 psi per ASTM D3786, and the equivalent opening size between 50 and 140.

3. Filter fabric material is to contain ultraviolet inhibitors and stabilizers to provide a minimum of 6 months of expected usable life at a temperature range of 0 degrees F to 120 degrees F.

B. Fencing:

Page 158: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCED FILTER FABRIC FENCE SECTION 01538 - 2

1. Provide woven galvanized steel wire fence with minimum thickness of 15 gauge and a maximum mesh spacing of 6 inches.

PART 3. EXECUTION

3.1 GENERAL

A. Provide erosion and sediment control systems at the location(s) shown on PLANS. Such systems to be of the type indicated and shall be constructed as specified within this Section.

B. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, be permitted until erosion and sedimentation control systems are in place.

C. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing system.

D. Inspect and repair or replace components of all erosion and sedimentation control systems as specified within this Section. Unless otherwise directed by OWNER, maintain the erosion and sedimentation control systems until the project is accepted by the OWNER. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite.

E. Remove sediment deposits and dispose of them at the designated spoil site for the project. If a project spoil site is not designated on the PLANS, dispose of sediment off site at a location not in or adjacent to a stream or floodplain. Off site disposal is the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized as directed by the OWNER. Sediment is not to be allowed to flush into a stream or drainage way. If sediment has been contaminated, it must be disposed of in accordance with existing federal, state, and local rules and regulations.

F. Equipment and vehicles to be prohibited by the CONTRACTOR from maneuvering on areas outside of rights-of-way and easements for construction. Damage caused by construction traffic to erosion and sediment control systems shall be repaired immediately.

3.2 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION

A. Provide reinforced filter fabric barrier at locations shown on PLANS. Filter fabric barriers to be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated.

B. Attach the woven wire support to 1-inch by 2-inch wooden stakes spaced a maximum of 10 feet apart and embed a minimum of 8 inches. Install wooden stakes at a slight angle toward the source of the anticipated runoff.

C. Trench in the toe of the filter fabric barrier with a spade or mechanical trencher. Backfill and compact trench.

D. Securely fasten the filter fabric material to the woven wire with tie wires.

E. Reinforced filter fabric barrier shall have a height of 18 inches.

F. Provide filter fabric in continuous rolls and cut to the length of the fence to minimize the use of joints. When joints are necessary, splice the fabric to together only at a support post with a minimum of 6-inch overlap and seal securely.

Page 159: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCED FILTER FABRIC FENCE SECTION 01538 - 3

G. Inspect the reinforced filter fabric barrier after each rainfall, daily during periods of prolonged rainfall, or at a minimum of once a week. Repair or replace damaged sections immediately. Remove sediment deposits when silt reaches one-third the height of the barrier.

END OF SECTION

Page 160: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCED FILTER FABRIC FENCE SECTION 01538 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 161: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TPDES REQUIREMENTS SECTION 01539 - 1

SECTION 01539

TPDES REQUIREMENTS

PART 1. GENERAL

1.1 SUMMARY

A. This Section describes the required documentation to be prepared and signed by the CONTRACTOR before conducting construction operations, in accordance with the terms and conditions of the Texas Pollution Discharge Elimination System (TPDES) Permit.

B. The CONTRACTOR shall be responsible for implementation, maintenance, and inspection of storm water pollution prevention control measures including, but not limited to, erosion, sediment control, storm water management plans, waste collection and disposal, off-site vehicle tracking, and other practices shown on the Plans or as specified elsewhere in this or other specifications.

1.2 MEASUREMENT AND PAYMENT

A. Unit Price

There is no direct or separate payment for this item of work. All materials and labor required for this item will be considered subsidiary to the item in which it was used and shall be included in the bid price for that item.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 NOTICE OF INTENT AND NOTICE OF TERMINATION The CONTRACTOR shall fill out, sign, and date the CONTRACTOR’S Notice of Intent (NOI). The signed copy of the CONTRACTOR’S NOI shall be returned to the OWNER. The OWNER will complete the OWNER’S Notice of Intent and will submit both notices to the TCEQ. Submission of the NOI is required by both the OWNER and the CONTRACTOR before construction operations start.

3.2 CERTIFICATION REQUIREMENTS Submit name, address, and telephone number of persons or firms responsible for maintenance and inspection of erosion and sediment control measures and all Subcontractors.

3.3 RETENTION OF RECORDS

A. The CONTRACTOR shall keep a copy of the Storm water Pollution Prevention Plan at the construction site or at the CONTRACTOR’S Office from the date that it became effective to the date of project completion.

B. At the project closeout, the CONTRACTOR shall submit to the OWNER all TPDES forms and certifications, as well as a copy of the SWPPP. Storm water pollution prevention records and data will be retained by the OWNER for a period of three (3) years from the date of project completion.

3.4 REQUIRED NOTICES

A. The following notices shall be posted form the data that this SWPPP goes into effect unit the date of final site stabilization.

Page 162: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TPDES REQUIREMENTS SECTION 01539 - 2

1. Copies of the Notices on Intent submitted by the OWNER and CONTRACTOR and a brief project description shall be posted at the construction site or at the CONTRACTOR’S Office in prominent place for public viewing.

2. Notice of drivers of equipment and vehicles, instructing them to stop, check, and clean tires of debris and mud before driving onto traffic lanes. Post such notices at every stabilized construction exit area.

3. In an easily visible location on site, post a notice of waste disposal procedures.

4. Notice of hazardous material handling and emergency procedures shall be posted with the NOI on site. Keep copies of Material Safety Data Sheets at a location on site that is known to all personnel.

END OF SECTION

Page 163: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TRENCH SAFETY SYSTEM SECTION 01561 - 1

SECTION 01561

TRENCH SAFETY SYSTEM

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Trench safety system for the construction of trench excavations.

B. Trench safety system for structural excavations which fall under provisions of State and Federal trench safety laws.

1.2 MEASUREMENT AND PAYMENT

A. Unit Prices:

1. Measurement for trench safety systems used on trench excavations is on a linear foot basis measured along the centerline of the trench, including manholes and other line structures.

2. No payment will be made for trench safety systems for structural excavations under this section. Include payment for trench safety system in applicable structure installation sections.

3. Refer to Section 01025 – Measurement and Payment for unit price procedures.

B. Stipulated Price (Lump Sum). If the Contract is Stipulated Price Contract, payment for work in this Section is included in the total Stipulated Price.

1.3 DEFINITIONS

A. A trench shall be defined as a narrow excavation (in relation to its depth) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet.

B. The trench safety system requirements will apply to larger open excavations if the erection of structures (or other installations) limits the space between the excavation slope and installed structure to dimensions equivalent of a defined trench above.

C. Trench Safety Systems include but are not limited to sloping, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water to provide adequate drainage.

1.4 SUBMITTALS

A. Submittals shall conform to requirements of SECTION 01330 – Submittal Procedures.

B. Submit a Trench Excavation Protection System and Plan specifically for the construction of trench excavation. Design the trench safety program to be in accordance with OSHA 29CFT 1926 Subpart P and USACE EM 385-1-1, 2008 Section 25 standards governing the presence and activities of individuals working in and around trench excavations.

C. Construction and shop drawings containing deviations for OSHA standards or special designs shall be sealed by a State of Texas Registered Professional Engineer retained and paid by Contractor.

D. Review of the Contractor’s Trench Excavation Protection System and Plan by the Owner’s Representative will only be in regard to compliance with this specification and will not constitute approval by the Owner nor relieve Contract or obligations under State and Federal trench safety regulations.

Page 164: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TRENCH SAFETY SYSTEM SECTION 01561 - 2

1.5 REGULATORY REQUIREMENTS

A. Install and maintain trench safety systems in accordance with the detail specifications set out in the provision of Excavations, Trenching, and Shoring, Federal Occupation Safety and Health Administration (OSHA) Standards, 29CFR, Part 1926, Subpart P, as amended, including Final Rule, published in the Federal Register Vol. 54, No. 209 on Tuesday, October 31, 1989 and USACE EM 385-1-1. The sections that are incorporated into these specifications by reference include Sections 1926-650 throughout 1926.653 and Section 25 of the USACE EM 385-1-1.

B. The Contractor is responsible for obtaining a copy of this section of the Federal Register.

C. Legislation that has been enacted by the Texas Legislature with regard to Trench Safety Systems, is hereby incorporated, by reference, into these specifications. Refer to Texas Health and Safety Code Ann., §756.021 (Vernon 1991).

1.6 INDEMNIFICATION

A. Contractor shall indemnify and hold harmless the Owner, its employees and agents, from any and all damages, costs (including, without limitation, legal fees, court costs, and the cost of investigation), judgments or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this Contract.

B. Contractor acknowledges and agrees that this indemnity provision provides indemnity for the Owner in case the Owner is negligent either by act or omission in providing for trench safety, including, but not limited to safety program and design reviews, inspections, failures to issue stop work orders, and the hiring of the Contractor.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 INSTALLATION

A. Install and maintain trench safety systems in accordance with provisions of OSHA 29CFR Part 1926, as amended and USACE EM 385-1-1. The sections that are incorporated into these specifications by reference include 1926-650 throughout 1926.653 and Section 25 of the USACE EM 385-1-1.

B. Install specially designed trench safety systems in accordance with the Contractor’s trench excavation Protection System and Plan for the locations and conditions identified in the plan.

C. A competent person, as identified in the Contractor's Trench Excavation Protection System and Plan, shall verify that trench boxes and other pre-manufactured systems are certified for the actual installation conditions.

3.2 INSPECTION

A. Contractor, or Contractor's independently retained consultant, shall make daily inspections of the trench Excavation Protection System to ensure that the installed systems and operations meet OSHA 29CFR, Part 1926 as amended and USACE EM 385-1-1 and other personnel protection regulations requirements.

B. If evidence of possible cave-ins or slides is apparent, Contractor shall immediately stop work in the trench and move personnel to safe locations until the necessary precautions have been taken by Contractor to safeguard personnel entering the trench.

C. Maintain a permanent record of daily inspections.

3.3 FIELD QUALITY CONTROL

Page 165: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TRENCH SAFETY SYSTEM SECTION 01561 - 3

A. Contractor shall verify specific applicability of the selected or specially designed trench safety systems to each field condition encountered on the project.

END OF SECTION

Page 166: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TRENCH SAFETY SYSTEM SECTION 01561 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 167: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TREE AND PLANT PROTECTION SECTION 01562 - 1

SECTION 01562

TREE AND PLANT PROTECTION

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Tree and plant protection

1.2 PROJECT CONDITIONS

A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or root damage that could result from construction operations.

B. Prevent the following types of damage:

1. Compaction of root zone by foot or vehicular traffic, or material storage.

2. Trunk damage from equipment operations, material storage, or from nailing or bolting.

3. Trunk and branch damage caused by ropes or guy wires.

4. Root poisoning from spilled solvents, gasoline, paint, and other noxious materials.

5. Branch damage due to improper pruning or trimming.

6. Damage from lack of water due to:

a. Cutting or altering natural water migration patterns near root zones.

b. Failure to provide adequate watering.

7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster, or other base materials near roots.

8. Cutting of roots larger than 1-1/2 inches in diameter

1.3 DAMAGE ASSESSMENT

A. When trees other than those designated for removal are destroyed or badly damaged as a result of construction operations, remove and replace with same size, species, and variety up to and including 8 inches in trunk diameter. Tree larger than 8 inches in diameter shall be replaced with an 8-inch diameter tree of the same species and variety and total contract amount will be reduced by an amount determined from the following International Shade Tree Conference formula: 0.7854 x D2 x $38.00 where D is diameter in inches of tree or shrub trunk measured 12 inches above grade.

1.4 MEASUREMENT AND PAYMENT

A. Unit Price

There is no direct or separate payment for this item of work. All materials and labor required for this item will be considered subsidiary to the item in which it was used and shall be included in the bid price for that item.

PART 2. PRODUCTS

2.1 MATERIALS

Page 168: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TREE AND PLANT PROTECTION SECTION 01562 - 2

A. Asphalt Paint: Emulsified asphalt or other adhesive, elastic, antiseptic coating formulated for horticultural use on cut or injured plant tissue, free from kerosene and coal creosote.

B. Burplap: Suitable for use as tree wrapping.

C. Fertilizer: Liquid containing 20 percent nitrogen, 10 percent phosphorus, and 5 percent potash.

D. All necessary tree replacements shall be as approved by ENGINEER.

PART 3. EXECUTION

3.1 PROTECTION AND MAINTENANCE OF EXISTING TREES AND SHRUBS

A. Except for trees and shrubs shown on Drawings to be removed, all trees and shrubs within the project area are to remain and be protected from damage.

B. For trees or shrubs to remain, perform the following:

1. Trimming of trees and shrubs to remain shall be done only under supervision of professional tree surgeon or horticulturist.

a. Tree pruning will be according to International Society of Arborculture specifications.

b. Trees and shrubs requiring pruning for construction should also be pruned for balance as well as to maintain proper form and branching habit.

c. Cut limbs at branch collar. No stubs should remain on trees. Branch cuts should not gouge outer layer of tree structure or trunk.

2. Use extreme care to prevent excessive damage to root systems.

a. Roots in construction areas will be cut smoothly with a trencher before excavation begins. Do not allow ripping of roots with a backhoe or other equipment.

b. Temporarily cover exposed roots with wet burlap to prevent roots from drying out.

c. Cover exposed roots with soil as soon as possible.

3. Prevent damage or compaction of root zone (area below dripline) by construction activities.

a. Do not allow scarring of trunks or limbs by equipment or other means.

b. Do not store construction materials, vehicles, or excavated material under dripline of trees.

c. Do not pour liquid materials under dripline.

4. Water and fertilize trees and shrubs that will remain to maintain their health during construction period.

a. Do not allow scarring of trunks or limbs by equipment or other means.

b. Do not store construction materials, vehicles, or excavated material under dripline of trees.

c. Do not pour liquid materials under dripline.

5. Water and fertilize trees and shrubs that will remain to maintain their health during construction period.

a. Supplemental watering of landscaping during construction should be done once every 7 days in cold months and once every 4 days in hotter months.

b. This watering shall consist of saturating soils at least 6 to 8 inches beneath surface.

Page 169: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TREE AND PLANT PROTECTION SECTION 01562 - 3

6. Water areas currently being served by private sprinkler systems while systems are temporarily taken out of service to maintain health of existing landscapes.

7. At option of the CONTRACTOR and with ENGINEER’s permission, trees and shrubs to remain may be temporarily transplanted and returned to original positions under supervision of professional horticulturist.

3.2 PROTECTION

A. Protection of Trees or Shrubs in Open Area:

1. Install steel drive-in fence posts in protective circle, approximately 8 feet on center, not closer than 4 feet to trunk of trees or stems of shrubs.

2. Drive steel drive-in fence posts 3 feet minimum into ground, leaving 5 feet minimum above ground.

3. Mount steel hog-wire on fence posts.

4. For trees or shrubs in paved areas, mount concrete-filled steel pipe 2-1/2 inches in diameter minimum in rubber auto tires filled with concrete (movable posts).

B. Timber Wrap Protection for Trees in Close Proximity of Moving or Mechanical Equipment and Construction Work:

1. Wrap trunk with layer of burlap.

2. Install 2 x 4's or 2 x 5's (5-foot to 6-foot lengths) vertically, spaced 3 inches to 5 inches apart around circumference of tree trunk.

3. Tie in place with 12 to 9 gauge steel wire.

3.3 MAINTENANCE OF NEWLY PLANTED TREES

A. Show proof of capacity to water during dry periods.

B. The CONTRACTOR guarantees that trees planted for this Project shall remain alive and healthy at least until the end of a one-year warranty period and the additional one year period required by the Surface Restoration Bond.

1. Within four weeks of notice from OWNER, CONTRACTOR shall replace, at his expense, any dead trees or any trees that in the opinion of OWNER, have become unhealthy or unsightly or have lost their natural shape as a result of additional growth, improper pruning or maintenance, or weather conditions.

2. When tree must be replaced, the guarantee period for that tree shall begin on date of replacement of tree, subject to the OWNER’s inspection, for no less than one year.

3. Straighten leaning trees and bear entire cost.

4. Dispose of trees rejected at any time by ENGINEER at CONTRACTOR’s expense.

END OF SECTION

Page 170: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TREE AND PLANT PROTECTION SECTION 01562 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 171: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project WASTE MATERIAL DISPOSAL SECTION 01576 - 1

SECTION 01576

WASTE MATERIAL DISPOSAL

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Disposal of waste material and salvageable material.

1.2 SUBMITTALS

A. Submittals shall conform to requirements of SECTION 01330 – Submittal Procedures.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 SALVAGEABLE MATERIAL

A. Excavated Material: When indicated on Drawings, load, haul, and deposit excavated material at a location or locations shown on Drawings outside the limits of Project or coordinate with land owner for disposal on site.

B. Other Salvageable Materials: Conform to requirements of individual Specification Sections.

C. Coordinate loading of salvageable material on OWNER trucks.

3.2 EXCESS MATERIAL

A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of CONTRACTOR and shall be removed from the job site and legally disposed of.

B. Verify the flood plain status of any proposed disposal site. Do not dispose of excavated materials in an area designated as within the 100-year Flood Area unless a Development Permit has been obtained. Excess material placed in a "100-year Flood Hazard Area" within the City, without a "Development Permit", shall be removed by CONTRACTOR at no additional cost to the OWNER.

C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition.

END OF SECTION

Page 172: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project WASTE MATERIAL DISPOSAL SECTION 01576 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 173: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTROL OF GROUND WATER AND SURFACE WATER SECTION 01578 - 1

SECTION 01578

CONTROL OF GROUND WATER AND SURFACE WATER

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavation, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations.

B. Protecting work against surface runoff and rising flood waters

C. Disposing of removed water.

1.2 MEASUREMENT AND PAYMENT

A. Unit Prices

There is no direct or separate payment for this item of work. All materials and labor required for this item will be considered subsidiary to the item in which it was used and shall be included in the bid price for that item.

1.3 REFERENCES

A. ASTM D 698 – Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop.

B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupation Safety and Health Administration (OSHA).

C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para. 122.26(b)(14) Storm Water Discharge.

1.4 DEFINITIONS

A. Ground water control includes both dewatering and depressurization of water-bearing soil layers.

1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed water. The intent of dewatering is to increase stability of tunnel excavations and excavated slopes; prevent dislocation of materials from slopes or bottoms of excavation; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures and other installations.

2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations.

B. Excavation drainage includes keeping excavation free of surface and seepage water.

C. Surface drainage includes use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water.

1.5 SUBMITTAL

A. Submit a Ground Water and Surface Water Control Plan.

Page 174: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTROL OF GROUND WATER AND SURFACE WATER SECTION 01578 - 2

1. A description of proposed groundwater and surface water control system including, but not limited to equipment, methods, standby equipment and power supply, pollution control facilities, and proposed methods and locations for disposing of removed water.

2. Design calculations demonstrating adequacy of proposed dewatering system and components.

PART 2. PRODUCTS

2.1 EQUIPMENT AND MATERIALS

A. Equipment and materials are at the option of the CONTRACTOR as necessary to achieve desired results for dewatering.

PART 3. EXECUTION

3.1 GENERAL

A. Trench Construction: Remove and control water during periods when necessary to properly accomplish Work.

B. Remove and Control water at the locations and during the periods when necessary to properly accomplish Work using the means and methods adopted by the CONTRACTOR.

3.2 SURFACE WATER CONTROL

A. Intercept surface water and seepage into sumps and pump it into drainage channels or storm drains, when approved by agencies having jurisdiction. Provide settling basins when required by such agencies.

3.3 GROUND WATER CONTROL/DEWATERING

A. Provide, operate, and maintain dewatering systems of sufficient size and capacity to permit excavation and subsequent construction in dry conditions. Continuously maintain excavations free of water, regardless of source, and until backfilled to final grade.

B. Dewatering system may include wells, well points and other equipment and appurtenance installed outside the limits of excavation and sufficiently below the lowest point of the excavation to achieve a dewatered condition. In some areas well dewatering may be supplemented or replaced by trenching, and sump construction and pumping to achieve the requirement of these Contract Documents.

C. Design and operate well dewatering systems to prevent loss of ground as water is removed and avoid settlement or damage to existing facilities, completed work, or adjacent property. Provide sufficient redundancy in dewatering well system to avoid damage in the event of component failure. Provide 100 percent emergency power backup with automatic startup and switchover in event of electrical power failure.

3.4 DISPOSAL OF WATER

A. Obtain discharge permit for water disposal from authorities having jurisdiction.

B. Treat water collected by dewatering operations, as required by regulatory agencies, prior to discharge.

C. Discharge water as required by discharge permit in a manner that will not cause erosion or flooding, or otherwise damage existing facilities, completed Work, or adjacent property.

D. Remove solids from treatment facilities and perform other maintenance of treatment facilities as necessary to maintain their efficiently.

3.5 PROTECTION OF PROPERTY

Page 175: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTROL OF GROUND WATER AND SURFACE WATER SECTION 01578 - 3

A. Make assessment of potential for dewatering induced settlement. Provide and operate devices or system, including but not limited to, re-injection wells, infiltration trenches and cutoff walls necessary to prevent damage to existing facilities, completed Work, and adjacent property.

B. Secure support existing facilities, completed Work, and adjacent property vulnerable to settlement due to dewatering operations. Support shall include, but may not be limited to, bracing, underpinning, or compaction grouting.

END OF SECTION

Page 176: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTROL OF GROUND WATER AND SURFACE WATER SECTION 01578 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 177: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MATERIALS AND EQUIPMENT SECTION 01600 - 1

SECTION 01600

MATERIALS AND EQUIPMENT

PART 1. GENERAL

1.1 DESCRIPTION OF WORK

A. This section describes the requirements for material and equipment that are necessary for the execution of this contract. Requirements within the following subject areas are included:

1. Products

2. Preparation for shipment

3. Packaging and deliver of spare parts and tools

4. Shipment and handling

5. Inspection

6. Storage and protection

7. Inventory control

8. Product options

9. Substitutions

10. Systems demonstration

1.2 PRODUCTS

A. The term "products" means new material, machinery, components, equipment, fixtures, and systems forming the Work. It does not include machinery and equipment used for preparation, fabrication, conveying, and erection of the Work. Products may also include existing materials or components required for reuse.

B. Do not use materials and equipment salvaged from this project except as specifically permitted by the Plans.

C. Materials and equipment to be provided under this contract shall be standard catalogue products of manufacturers regularly engaged in the manufacture of the products and shall duplicate material and equipment in satisfactory service for at least two years.

D. Material and equipment shall meet the requirements of the Contract and shall be suitable for the installation for which they are planned. Where two or more of the same equipment class are furnished, the equipment shall be from the same manufacturer and shall be interchangeable. Materials and equipment shall new and free from defects.

E. Materials and equipment shall be installed in accordance with the requirements of the plans and approved recommendations of the manufacturer.

1.3 PREPARATION FOR SHIPMENT

A. When practical, equipment shall be factory assembled. The equipment parts and assemblies that are shipped unassembled shall be furnished with an assembly plan and instructions. The separate parts and assemblies will be match-marked or tagged in a manner to facilitate field assembly.

B. Generally, machined and unpainted parts subject to damage by the elements shall be protected with an application of strippable protective coating.

Page 178: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MATERIALS AND EQUIPMENT SECTION 01600 - 2

C. Equipment shall be packaged or crated in a manner that will provide protection from damage during shipping, handling, and storage.

D. The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name and equipment number, if applicable, approximate weight, special handling precautions, and recommended storage procedures.

1.4 PACKAGING AND DELIVERY OF SPARE PARTS AND SPECIAL TOOLS

A. Spare parts and special tools shall be properly marked to identify the associated equipment by name, equipment type, and part number. Parts shall be packaged in a manner for protection against damage from the elements during shipping, handling, and storage. Spare parts and special tools shall be shipped in boxes that shall be marked to indicate the contents. Delivery of spare parts and special tools shall be made prior to the time the associated equipment is scheduled for its initial test run.

1.5 SHIPMENT AND HANDLING

A. Shipments shall be addressed to the CONTRACTOR who will be responsible for their receipt, unloading, handling, and storage at the site. The OWNER will not accept deliveries on behalf of the CONTRACTOR or his subcontractors or assume responsibility for the security of the materials, equipment, or supplies delivered to the site.

B. The CONTRACTOR will transport and handle products in accordance with manufacturer’s instructions.

C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage.

1.6 INSPECTION

A. Immediately upon receipt of equipment and materials at the job site, the CONTRACTOR will inspect for completeness and any evidence of damage. Should there appear to be any damage, the CONTRACTOR will immediately notify the Construction Observer/Inspector. The CONTRACTOR will then be responsible for notifying the manufacturers and the transportation company of the extent of the damage. If the item or items require replacing, the CONTRACTOR will take the necessary measures for replacement.

1.7 STORAGE AND PROTECTION

A. The CONTRACTOR will store products in accordance with the manufacturer’s instructions, with seals and labels intact and legible. Sensitive items will be stored in weather-tight enclosures; with the humidity and temperature maintained within the ranges recommended by the manufacturer.

B. For exterior storage of fabricated products, the CONTRACTOR will place on sloped supports above ground. Products that are subject to deterioration will be covered with an impervious sheet and will be supplied with adequate ventilation to avoid condensation.

C. The CONTRACTOR will store loose granular materials on solid surfaces in a well drained area in such a manner as to prevent mixing.

D. The CONTRACTOR shall arrange to provide access for inspection. He will also periodically inspect to ensure products are undamaged and are maintained under required conditions.

1.8 INVENTORY CONTROL

A. Equipment and materials shall be stored in a manner to provide easy access for inspection and inventory control. The CONTRACTOR shall keep a running account of all materials in storage to facilitate inspection and to estimate progress payments for materials delivered but not installed in the Work.

1.9 PRODUCTION OPTIONS

Page 179: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MATERIALS AND EQUIPMENT SECTION 01600 - 3

A. The CONTRACTOR has the following options in providing products specified for the Work:

1. Products specified by reference standards or by description only: The CONTRACTOR may provide any product meeting the standard.

2. Products specified by naming one or more manufacturers: The CONTRACTOR may provide the product from the named manufacturer or he may submit a request for substitution for any manufacturer not specifically named.

1.10 SUBSTITUTIONS

A. Only after execution of the contract will the OWNER consider requests from the CONTRACTOR for substitutions. Substitutions will be considered only when a product becomes unavailable due to no fault of the CONTRACTOR or is shown to be superior to the specified product.

B. The CONTRACTOR will document each request with complete data substantiating compliance of proposed substitution with the Contract Documents. Each request constitutes a declaration from the CONTRACTOR that:

1. The CONTRACTOR has investigated the proposed product and determined that it meets or exceeds, in all respects, the specified product.

2. The CONTRACTOR will provide the same warranty for substitution as for the specified product.

3. The CONTRACTOR will coordinate installation and make all other changes which may be required for the Work to be complete in all respects.

4. The CONTRACTOR waives claims for additional costs which may subsequently become apparent.

C. Substitutions will not be considered when they are indicated or implied on shop drawings or product data submittals without a separate written request, or when acceptance will require substantial revision of the Contract Documents.

D. OWNER will determine acceptability of proposed substitution, and will notify CONTRACTOR of acceptance or rejection in writing within a reasonable period of time.

E. Only one request for substitution will be considered for each product. When substitution is not accepted, the CONTRACTOR will provide the specified product.

1.11 SYSTEMS DEMONSTRATION

A. Prior to final inspection, demonstrate operation of each system to the OWNER.

B. The CONTRACTOR will instruct the OWNER's personnel in operation, adjustment, and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 180: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MATERIALS AND EQUIPMENT SECTION 01600 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 181: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project BASIC PRODUCT REQUIREMENTS SECTION 01610 - 1

SECTION 01610

BASIC PRODUCT REQUIREMENTS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Requirements for transportation, delivery, handling, and storage of materials and equipment.

1.2 PRODUCTS

A. Products: Means material, equipment, or systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components designated for reuse.

B. Do not reuse materials and equipment, designated to be removed, except as specified by the Contract Documents.

C. Provide equipment and components from the fewest number of manufacturers as is practical, in order to simplify spare parts inventory and to allow for maximum interchangeability of components. For multiple components of the same size, type or application, use the same make and model of component throughout the project.

1.3 TRANSPORTATION

A. Make arrangements for transportation, delivery, and handling of equipment and materials required for timely completion of the Work.

B. Transport and handle products in accordance with instructions.

C. Consign and address shipping documents to the proper party giving name of Project and street address. Shipments shall be delivered to the Contractor.

1.4 DELIVERY

A. Arrange deliveries of products to accommodate the short term site completion schedules and in ample time to facilitate inspection prior to installation. Avoid deliveries that cause unnecessarily lengthy use of limited storage space.

B. Coordinate deliveries to avoid conflict with Work and conditions at the site and to accommodate the following:

1. Work of other contractors or the Owner.

2. Limitations of storage space.

3. Availability of equipment and personnel for handling products.

4. Owner’s use of premises.

C. Have products delivered to the site in manufacturer’s original, unopened, labeled containers.

D. Immediately upon deliver, inspect shipment to assure:

1. Product complies with requirements of Contract Documents.

2. Quantities are correct.

3. Containers and packages are intact; labels are legible.

4. Products are properly protected and undamaged.

Page 182: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project BASIC PRODUCT REQUIREMENTS SECTION 01610 - 2

1.5 PRODUCT HANDLING

A. Coordinate the off-loading of materials and equipment delivered to the job site. If necessary to move stored materials and equipment during construction, Contractor shall relocate materials and equipment at no additional cost to the Owner.

B. Provide equipment and personnel necessary to handle products, including those provided by the Owner, by methods to prevent damage to products or packaging.

C. Provide additional protection during handling as necessary to prevent breaking, scraping, marring, or otherwise damaging products or surrounding areas.

D. Handle products by methods to prevent over bending or overstressing.

E. Lift heavy components only at designated lifting points.

F. Handle materials and equipment in accordance with Manufacturer's recommendations.

G. Do not drop, roll, or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment.

1.6 STORAGE OF MATERIAL

A. Store and protect materials in accordance with manufacturer's recommendations and requirements of these Specifications.

B. Make necessary provisions for safe storage of materials and equipment. Place loose soil materials, and materials to be incorporated into the Work to prevent damage to any part of the Work or existing facilities and to maintain free access at all times to all parts of the Work and to utility service company installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining owners, tenants, and occupants. Arrange storage in a manner to provide easy access for inspection.

C. Restrict storage to areas available on the construction site for storage of material and equipment as shown on Drawings or approved by the Resident Project Representative.

D. Provide off-site storage and protection when on-site storage is not adequate.

E. Do not use lawns, grass plots, or other private property for storage purposes without written permission of the owner and other person in possession or control of such premises.

F. Protect stored materials and equipment against loss or damage.

G. Store in manufacturers' unopened containers.

H. Materials delivered and stored along the line of the Work shall be neatly, safely, and compactly stacked along the work site in such manner as to cause the least inconvenience and damage to property owners and the general public, and shall be not closer than 3 feet to any fire hydrant. Public and private drives and street crossings shall be kept open.

I. Damage to lawns, sidewalks, streets or other improvements shall be repaired or replaced to the satisfaction of the Resident Project Representative. The total length which materials may be distributed along the route of construction at any one time is 1000 lineal feet, unless otherwise approved in writing by the Resident Project Representative.

PART 2. PRODUCTS – Not Used PART 3. EXECUTION – Not Used

END OF SECTION

Page 183: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MANUFACTURERS’ SERVICES SECTION 01640 - 1

SECTION 01640

MANUFACTURERS’ SERVICES

PART 1. GENERAL

1.1 DEFINITIONS

A. Person-Day: one person for 8 hours within regular CONTRACTOR working hours.

1.2 SUBMITTALS

A. Informational submittals:

1. Training Schedule: Submit no less than 21 days prior to start of equipment installation and revise as necessary for acceptance.

2. Lesson Plan: Submit proposed lesson plan no less than 21 days prior to schedules training and revise as necessary for acceptance.

1.3 QUALIFICATION OF MANUFATURER’S REPRESENTATIVE

A. Authorized representative of the manufacturer, factory trained and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the equipment manufacturer to issue the certifications required of the manufacturer. Additional qualifications may be specified elsewhere.

B. Representative subject to acceptance by OWNER and ENGINEER. No substitute representatives will be allowed unless prior written approval by such has been approved.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 FULFILLMENT OF SPECIFIED MINIMUM SERVICES

A. Furnish manufacturer’s services when required by an individual specification section, to meet the requirements of this section.

B. Where time is necessary in excess of that stated in the Specifications for manufacturers’ services, or when a minimum time is not specified, the time required to perform the specified services shall be considered incidental.

C. Schedule manufacturers’ services to avoid conflict with other onsite testing or other manufacturers’ onsite services.

D. Determine before scheduling services, that all conditions necessary to allow successful testing have been met.

E. Only those days of service approved by ENGINEER will be credited to fulfill the specified minimum services.

F. When specified in individual specification sections, manufacturer’s onsite services shall include:

1. Assistance during product (system, subsystem, or component) installation to include observation, guidance, instruction of CONTRACTOR’s assembly, erection, installation or application procedures.

Page 184: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MANUFACTURERS’ SERVICES SECTION 01640 - 2

2. Inspection, checking, and adjustment as required for product (system, subsystem, or component) to function as warranted by manufacturer and necessary to furnish Manufacturer’s Certificate of Proper Installation.

3. Providing on a daily basis, copies of all manufacture’s representatives field notes and data to ENGINEER and OWNER.

4. Revisiting the site as required to correct problems and until installation and operation are acceptable to ENGINEER.

5. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer’s products and systems.

6. Assistance during functional and performance testing, and facility startup and evaluation.

7. Training of OWNER’s personnel in the operation and maintenance of respective product as required.

8. Additional requirements may be specified elsewhere.

3.2 MANUFACTURER’S CERTIFICATE OF COMPLIANCE

A. When specified in individual Specification section, submit prior to shipment of product or material.

B. ENGINEER may permit use of certain materials or assembles prior to sampling and testing if accompanied by accepted certification of compliance.

C. Signed by product manufacturer certifying that product or material specified conforms to or exceeds specified. Attach supporting reference data, affidavits, and certifications as appropriate.

D. May reflect recent or previous test results on material or product, if acceptable to ENGINEER.

E. When so specified, a Manufacturer’s Certificate of Compliance, a copy of which is attached to this section, shall be completed and signed by the equipment manufacturer’s representative.

F. Such form shall certify that the signing party is a duty authorized representative of the manufacturer, is empowered by the manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational.

3.3 TRAINING

A. General

1. Furnish manufacturer’s representatives for detailed classroom and hands-on training to OWNER’s personnel on operation and maintenance of specified product (system, subsystem, component) and as may be required in applicable Specifications.

2. Furnish trained, articulate personnel to coordinate training, to be present during training coordination meetings with OWNER, and familiar with operation and maintenance manual information specified in Section 01782, OPERATION AND MAINTENANCE DATA.

3. Manufacturer’s representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment.

4. Furnish complete training materials, to include operation and maintenance data, to be retained by each trainee.

B. Training Schedule:

1. List specified equipment and systems that require training services and show:

a. Respective manufacturer.

Page 185: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MANUFACTURERS’ SERVICES SECTION 01640 - 3

b. Estimated dates for installation completion.

c. Estimated training dates.

2. Allow for multiple sessions when several shifts are involved.

3. Adjust schedule to ensure training of appropriate personnel as deemed necessary by OWNER, and to allow full participation by manufacturer’s representatives. Adjust schedule for interruptions in operability of equipment.

4. Coordinate with SECTION 01330, SUBMITTAL PROCEDURES, and SECTION 01755, EQUIPMENT TESTING AND FACILITY STARTUP.

C. Lesson Plan: When manufacturer or vendor training of OWNER personnel is specified, prepare for each required course, containing the following minimum information:

1. Title and objectives.

2. Recommended types of attendees (e.g., managers, engineers, operators, maintenance).

3. Course description and outline of course content.

4. Format (e.g., lecture, self-study, demonstration, hands-on).

5. Instruction materials and equipment requirements.

6. Resumes of instructors providing the training.

D. Pre-startup Training:

1. Coordinate training sessions with OWNER’s operating personnel and manufacturer’s representatives, and with submission of operation and maintenance manuals in accordance with SECTION 01782, OPERATION AND MAINTENANCE DATA.

2. Complete at least 14 days prior to beginning of facility startup.

E. Post-startup Training: If required in Specifications, furnish and coordinate training of OWNER’s operating personnel by respective manufacturer’s representatives.

3.4 SUPPLEMENTS

A. The supplement listed below, following “END OF SECTION”, is part of this Specification.

1. Manufacturer’s Certificate of Proper Installation.

END OF SECTION

Page 186: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project MANUFACTURERS’ SERVICES SECTION 01640 - 4

MANUFACTURER’S CERTIFICATE OF COMPLIANCE

OWNER: ____________________________EQPT SERIAL NO.: _________________________ EQPT TAG NO.: _____________________EQPT/SYSTEM: _____________________________ PROJECT NO.: ______________________SPEC. SECTION: ____________________________ I hereby certify that the above-referenced equipment/system has been: (Check Applicable)

Installed in accordance with Manufacturer’s recommendations. Inspected, checked, and adjusted. Serviced with proper initial lubricants. Electrical and mechanical connections meet quality and safety standards. All applicable safety equipment has been properly installed. Functional tests. System has been performance tested, and meets or exceeds specified performance

requirements. (When complete system of one manufacturer)

Note: Attach any performance test documentation from manufacturer.

Comments: ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ I, the undersigned Manufacturer’s Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (iii) authorized to make recommendations required to assure that equipment furnished by manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: ____________________________, 20______ Manufacturer: _________________________________________________________________ By Manufacturer’s Authorized Representative: _____________________________________ (Authorized Signature)

Page 187: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project WARRANTIES SECTION 01740 - 1

SECTION 01740

WARRANTIES

PART 1. GENERAL

1.1 SCOPE OF WORK

A. This section specifies general administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer’s standard warranties on products and special warranties.

1.2 SUBMITTAL REQUIREMENTS

A. Submit written warranties to the OWNER prior to the date fixed by the ENGINEER for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the work, or a designated portion of the work, submit written warranties upon request of the OWNER.

B. Assemble warranties, service, and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors.

C. Number of original signed copies required: Two (2) each.

D. Table of Contents: Neatly types, in orderly sequence. Provide complete information for each item.

1. Product or work item.

2. Firm, with name of principal, address and telephone number.

3. Scope

4. Date of beginning of warranty, service, or maintenance contract.

5. Duration of warranty, or service maintenance contract.

6. Provide information for OWNER’s personnel:

a. Proper procedure in case of failure.

b. Instances which might affect the validity of warranty.

7. CONTRACTOR, name of responsible principal, address and telephone number.

1.3 FORMS OF SUBMITTALS

A. Prepare in duplicate packets.

B. Format:

1. Size 8-1/2 inches x 11 inches, punch sheets for standard three-post binder.

a. Fold larger sheets to fit into binders.

2. Cover: Identify each packet with typed or printed title “WARRANTIES”. List:

a. Title of Project

b. Name of CONTRACTOR

Page 188: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project WARRANTIES SECTION 01740 - 2

3. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of two inches.

1.4 WARRANTY SUBMITTAL REQUIREMENTS

A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer’s warranty period shall be concurrent with the CONTRACTOR’s for one (1) year, unless otherwise specified, commencing at the time of final acceptance by the OWNER.

B. The CONTRACTOR shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 13, 14, 15 and 16 and which has a 1 HP motor or which lists for more than $1,000. The ENGINEER reserves the right to request warranties for equipment not classified as major. The CONTRACTOR shall still warrant equipment not considered to be “major” in the CONTRACTOR’s one-year warranty period even though certificates of warranty may not be required.

C. For certain pieces of equipment, the OWNER may require a two-year warranty. The requirement for a two-year warranty shall be specified in individual sections of the Specifications.

1.5 WARRANTY REQUIREMENTS

A. Related Damages and Losses: When correcting warranted work that has failed, remove and replace other work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted work.

B. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that work covered by a warranty has failed, replace, or rebuild the work to an acceptable condition complying with requirements of Contract Documents. The CONTRACTOR’s is responsible for the cost of replacing or rebuilding defective work regardless of whether the OWNER has benefited from use of the work through a portion of its anticipated useful service life.

D. OWNER’s Recourse: Written warranties made to the OWNER are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the OWNER can enforce such other duties, obligations, rights, or remedies.

E. Rejection of Warranties: The OWNER reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents.

F. The OWNER reserves the right to refuse to accept work for the project where a special warranty, certification, or similar commitment is required on such work or part of the work, until evidence is presented that entities required to countersign such commitments are willing to do so.

G. Disclaimers and Limitations: Manufacturer’s disclaimers and limitation on product warranties do not relieve the CONTRACTOR of the warranty on the work that incorporates the products, nor does it relieve suppliers, manufacturers and subcontractors required to countersign special warranties with the CONTRACTOR.

PART 2. PRODUCTS – Not Used PART 3. EXECUTION – Not Used

END OF SECTION

Page 189: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 1

SECTION 01755

EQUIPMENT TESTING AND FACILITY STARTUP

PART 1. GENERAL

1.1 DEFINITIONS

A. Facility: Entire Project, or an agreed-upon portion, including all of its unit processes.

B. Unit Process: As used in this section, a unit process is a portion of the facility that performs a specific process function, such as biological nutrient removal (BNR) facility, clarification, effluent filters, and UV Disinfection.

C. Facility Performance Demonstration:

1. A demonstration, conducted by CONTRACTOR, with the assistance of OWNER, to demonstrate and document the performance of the entire operating facility, both manually and automatically (if required), based on criteria developed in conjunction with OWNER and as accepted by ENGINEER.

2. Such demonstration is for the purposed of (i) verifying to OWNER entire facility performs as a whole, and (ii) documenting performance characteristics of completed facility for OWNER’s records. Neither the demonstration nor the evaluation is intended in any way to make performance of a unit process or entire facility the responsibility of CONTRACTOR, unless such performance is otherwise specified.

1.2 SUBMITTALS

A. Informational Submittals:

1. Facility Startup and Performance Demonstration Plan.

2. Completed Unit Process Startup Form for each unit process.

3. Completed Facility Performance Demonstration/Certification Form.

4. Manufacturer’s Certificate of Proper Installation, In accordance with SECTION 01640 Manufacturer’s Services, as required by individual specification sections.

1.3 FACILITY STARTUP AND PERFORMANCE DEMONSTRATION PLAN

A. Develop a written plan, in conjunction with OWNER’s operations personnel to include the following:

1. Step-by-step instructions for startup of each unit process and the complete facility.

2. Unit Process Startup Form (sample attached), to minimally include the following:

a. Description of the unit process, including equipment.

b. Detailed procedure for startup of the unit process, including valves to be opened/closed, order of equipment startup, etc.

c. Startup requirements for each unit process, including water, power, chemicals, etc.

d. Space for evaluation comments.

3. Facility Performance Demonstration/Certification Form (sample attached to minimally include the following:

a. Description of unit processes included in the facility startup

b. Sequence of unit process startup to achieve facility startup.

Page 190: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 2

c. Description of computerized operations, if any, included in the facility.

d. CONTRACTOR certification facility is capable of performing its intended function(s), including fully automatic operation.

e. Signature spaces for CONTRACTOR and ENGINEER.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 GENERAL

A. CONTRACTOR’s Testing and Startup Representative:

1. Designate and furnish on or more personnel to coordinate and expedite testing and facility startup.

2. Representative(s) shall be present during startup meetings and shall be available at all times during testing and startup.

B. Provide temporary valves, gauges, piping, test equipment and other materials and equipment required for testing and startup.

C. Provide subcontractor and equipment manufacturers’ staff adequate to prevent delays. Schedule ongoing work so as not to interfere with or delay testing and startup.

3.2 EQUIPEMENT TESTING

A. Preparation:

1. Complete installation before testing.

2. Furnish qualified manufacturer’s representatives, when required by individual Specification sections.

3. Obtain and submit from equipment manufacturer’s representative Manufacturer’s Certificate of Proper Installation Form, in accordance with SECTION 01640 Manufacturers’ Services, when required by individual Specification sections.

4. Equipment Test Report Form: Provide written test report for each item of equipment to be tested, to include the minimum information:

a. OWNER/Project Name.

b. Equipment or item tested.

c. Date and time of test.

d. Type of test performed (Functional or Performance).

e. Test Method.

f. Test conditions

g. Test results.

h. Signature spaces for CONTRACTOR and ENGINEER as witness.

5. Cleaning and Checking: Prior to beginning functional testing:

a. Calibrate testing equipment in accordance with manufacturer’s instructions.

Page 191: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 3

b. Inspect and clean equipment, devices, connected piping, and structures to ensure they are free of foreign material.

c. Lubricate equipment in accordance with manufacturer’s instructions.

d. Turn rotating equipment by hand when possible to confirm that equipment is not bound.

e. Open and close valves by hand and operate other devices to check for binding, interference, or improper functioning.

f. Check power supply to electronic powered equipment for correct voltage.

g. Adjust clearance and torque.

h. Test piping for leaks.

i. Balance HVAC systems, measuring airflow (cfm), static pressure, and component pressure losses.

6. Ready-to-test determination will be ENGINEER based at least on the following:

a. Acceptable Operation and Maintenance Data

b. Notification by CONTRACTOR of equipment readiness for testing.

c. Receipt of Manufacturer’s Certificate of Proper Installation, if so specified.

d. Adequate completion of work adjacent to, or interfacing with, equipment to be tested.

e. Availability and acceptability of manufacturer’s representative, when specified, to assist in testing of respective equipment.

f. Satisfactory fulfillment of other specified manufacturer’s responsibilities.

g. Delivery of all spare parts and special tools.

3.3 STARTUP OF UNIT PROCESSES

A. Prior to unit process startup, equipment within unit process shall be accepted by ENGINEER as having met functional and performance testing requirements specified.

B. Startup sequencing of unit processes shall be as chosen by CONTRACTOR to meet schedule requirements and approved by OWNER and ENGINEER.

C. Make adjustments, repairs, and corrections necessary to complete unit process startup.

D. Startup shall be considered complete when, in opinion of ENGINEER, unit process has operated in manner intended for 5 continuous days without significant interruption. This period is in addition to functional or performance test periods specified elsewhere.

1. Failure of CONTRACTOR to provide and maintain qualified onsite startup personnel as scheduled.

2. Failure to meet specified functional operation for more than 2 consecutive horus.

3. Failure of any critical equipment or unit process that is not satisfactorily corrected within 5 hours after failure.

4. Failure of any noncritical equipment or unit process that is not satisfactorily corrected within 5 hours after failure.

5. As determined by ENGINEER.

E. A significant interruption will require startup then in progress to be stopped. After corrections are made, startup test period to start from beginning again.

Page 192: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 4

3.4 FACILITY PERFORMANCE DEMONSTRATION

A. When, in the opinion of the ENGINEER, startup of all unit processes has been achieved, sequence each unit process to the point that facility is operational.

B. Demonstrate proper operation of required interfaces within and between individual unit processes.

C. After facility is operating, complete performance testing of equipment and systems not previously tested.

D. Document, as defined in Facility Startup and Performance Demonstration Plan, the performance of the facility, until all unit processes are operable under local control and as intended for normal operations.

E. Certify, on the Facility Performance Demonstration/Certification Form that facility is capable of performing its intended function(s), including automatic operation of those systems with automatic local controls.

3.5 SUPPLEMENTS

A. Supplements listed below, following “END OF SECTION”, are part of the Specification:

1. Unit Process Startup Form

2. Facility Performance Demonstration/Identification Form

Page 193: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 5

UNIT PROCESS STARTUP FORM OWNER:_______________________________PROJECT:__________________________________ Unit Process Description: (Include description and equipment number of all equipment and devices): ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Startup Procedure (Describe procedure for sequential startup and evaluation, including valves to be opened/closed, order of equipment startup, etc.): ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Startup Requirements (Water, power, chemicals, etc.):____________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Evaluation Comments:_______________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ CONTRACTOR Certification that Unit Process is capable of performing its intended function(s): Contractor:____________________________ Date:_________________________, 20_____ Engineer:______________________________ Date:_________________________, 20_____ (Authorized Signature)

Page 194: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EQUIPMENT TESTING AND FACILITY STARTUP SECTION 01755 - 6

FACILITY PERFORMANCE DEMONSTRATION/CERTIFICATION FORM

OWNER:___________________________________ PROJECT:____________________________ Unit Processes Description (List unit processes involved in facility startup): __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ Unit Processes Startup Sequence (Describe sequence for startup, including, computerized operations, if any): __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ CONTRACTOR Certification that Facility is capable of performing its intended function(s), including fully automatic operation: Contractor:____________________________________________ Date:_______________, 20_____ Engineer:______________________________________________ Date:_______________, 20_____ (Authorized Signature)

Page 195: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CLOSEOUT PROCEDURES SECTION 01770 - 1

SECTION 01770

CLOSEOUT PROCEDURES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Closeout procedures including final submittals such as operation and maintenance data, warranties, and spare parts and maintenance materials.

1.2 CLOSEOUT PROCEDURES

A. Closeout procedures including final submittals such as operation and maintenance data, warranties, and spare parts and maintenance materials.

B. Provide Project Record Documents in accordance with SECTION 01785.

C. Complete or correct items on punch list, with no new items added. Any new items will be addressed during warranty period.

D. The Owner will occupy portions of the Work as specified in other Sections.

1.3 FINAL CLEANING

A. Execute final cleaning prior to final inspection.

B. For facilities, clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.

C. Clean equipment and fixtures to a sanitary condition.

D. Clean or replace filters of operating equipment.

E. Clean debris from roofs, gutters, downspouts, and drainage systems.

F. Clean site; sweep paved areas, rake clean landscaped surfaces.

G. Remove waste and surplus materials, rubbish, and temporary construction facilities from the site following the final test of utilities and completion of the work.

1.4 ADJUSTING

A. Adjust operating equipment to ensure smooth and unhindered operation.

1.5 OPERATION AND MAINTENANCE DATA

A. Submit operations and maintenance data as noted in SECTION 01330 – Submittal Procedures.

1.6 WARRANTIES

A. Provide one original of each warranty from Subcontractors, suppliers, and manufacturers.

B. Provide Table of Contents and assemble warranties in 3-ring/D binder with durable plastic cover.

C. Submit warranties prior to final Application for Payment.

D. Warranties shall commence in accordance with the requirements in the Contract Documents.

1.7 SPARE PARTS AND MAINTENANCE MATERIALS

Page 196: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CLOSEOUT PROCEDURES SECTION 01770 - 2

A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual Specification sections.

B. Deliver to location within the Owner’s jurisdiction as directed by Resident Project Representative; obtain receipt prior to final Application for Payment.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 197: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTRACT CLOSEOUT SECTION 01780 - 1

SECTION 01780

CONTRACT CLOSEOUT

PART 1. GENERAL

1.1 SUBMITTALS

A. Contract Closeout Submittals: Submit prior to application for final payment.

1. Record Documents: As required in the General Conditions.

2. Approved Shop Drawings and Samples: As required in the General Conditions.

3. Special Bonds, Special Warranties, and Service Agreements.

4. Consent of Surety to Final Payment: As required in the General Conditions.

5. Releases of Waivers of Liens and Claims: As required in the General Conditions.

6. Releases from Agreements.

7. Final Application for Payment: Submit in accordance with procedures and requirements stated in SECTION 01025 – Measurement and Payment

8. Spare Parts and Special Tools: As required by individual specification sections.

1.2 RELEASES FROM AGREEMENTS

A. Furnish OWNER written releases from property owners or public agencies where side agreements or special easements have been made, or where CONTRACTOR’s operations have not been kept within the OWNER’s construction right-of-way.

B. In the event CONTRACTOR is unable to secure written releases, inform the OWNER of the reasons:

1. OWNER or its representatives will examine the site, and OWNER will direct CONTRACTOR to complete Work that may be necessary to satisfy terms of the easement.

2. Should CONTRACTOR refuse to perform this Work, OWNER reserves the right to have it done by separate contract and deduct the cost of same from the Contract Price, or require the CONTRACTOR to furnish a satisfactory Bond in a sum to cover legal claims for damages.

3. When OWNER is satisfied that Work has been completed in agreement with the Contract Documents and terms of easements, the right is reserved to waive the requirement for written release if: (i) CONTRACTOR’s failure to obtain such statement is due to the grantor’s refusal to sign, and this refusal is not based upon any legitimate claims that CONTRACTOR has failed to fulfill the terms of the easement, or (ii) CONTRACTOR is unable to contact or has had undue hardship in contacting the grantor.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 FINAL CLEANING

A. At completion of Work or of a part thereof and immediately prior to CONTRACTOR's request for certificate of Substantial Completion; or if no certificate is issued, immediately prior to CONTRACTOR's notice of completion, clean entire site or parts thereof, as applicable.

Page 198: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONTRACT CLOSEOUT SECTION 01780 - 2

1. Leave the Work and adjacent areas affected in a cleaned condition satisfactory to OWNER.

2. Remove grease, dirt, dust, paint or plaster splatter, stains, labels, fingerprints, and other foreign materials from exposed surfaces.

3. Repair, patch and touch up marred surfaces to specified finish and match adjacent surfaces.

4. Broom clean exterior paved driveways, parking areas, and roadways.

5. Rake and clean all other surfaces.

6. Leave water courses, gutters, and ditches open and clean.

END OF SECTION

Page 199: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 1

SECTION 01782

OPERATIONS AND MAINTENANCE DATA

PART 1. GENERAL

1.1 SUBMITTALS

A. Along with the schedule for other submittals as required in SECTION 01330 – Submittal Procedures, submit a list of operation and maintenance manuals and parts manuals to be provided.

B. Submit documents, bound in 8-1/2x11-inch text pages, 3-ring/D binders with durable plastic covers as well as electronic (PDF) copy on a CD.

C. Prepare binder covers with printed title “OPERATION AND MAINTENANCE DATA”, and list:

1. Project title.

2. Designate applicable system, equipment, material, or finish.

3. Identify of separate as applicable.

4. Identify of general subject matter covered in manual.

5. Identify of equipment number and Specification section.

D. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs.

E. Contents: prepare a Table of Contents for each volume, with each Product or system description identified.

1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/ENGINEER, Contractor, Subcontractors, and major equipment suppliers.

2. Part 2: Operation and maintenance instructions, arranged by system. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following:

a. Significant design criteria.

b. List of equipment.

c. Parts list for each component.

d. Operating instructions.

e. Maintenance instructions for equipment and systems.

f. Maintenance instructions for special finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents.

3. Part 3: Project documents and certificates, including the following:

a. Shop drawings and product data.

b. Air and water balance reports.

c. Certificates.

d. Photocopies of warranties.

Page 200: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 2

e. Electronic Media Format:

f. Portable Document Format (PDF):

g. After all preliminary data has been found to be acceptable to ENGINEER, submit Operation and Maintenance data in PDF format on CD.

h. Files to be exact duplicates of ENGINEER-accepted preliminary data. Arrange by specification number and name.

4. File to be fully functional and viewable in most recent version of Adobe Acrobat.

a. Within one month prior to placing the equipment or facility In service, submit two copies of operation and maintenance manual and parts manual for review.

1) Submit one copy of completed volumes in final form 10 days prior to final inspection. This copy will be returned after final inspection, with ENGINEER comments. Revise content of documents as required prior to final submittal.

2) Revise and resubmit 5 final volumes within 10 days after final inspection.

1.2 EQUIPMENT OPERATION AND MAINTENANCE DATA

A. Furnish operation and maintenance manuals for all equipment. Operation and maintenance manual must contain all information required for OWNER to operate, maintain, and repair equipment. The manual must be prepared by equipment manufacturer, furnished to the ENGINEER by Contractor, and, as a minimum, contain the following:

1. Equipment functions, normal operating characteristics, and limiting conditions.

2. Assembly, installation, alignment, adjustment, and checking instructions.

3. Operating instructions for start up, normal operation, regulation and control, normal shutdown, and emergency shutdown.

4. Lubrication and detailed maintenance instructions. The mainte¬nance instructions are to include detailed drawings giving the location of each maintainable part and lubrication point and detailed instructions on disassembly and reassembly of the equipment.

5. Troubleshooting guide.

6. Complete spare parts list with predicted life of parts subject to wear, lists of spare parts recommended on hand for both initial start up and for normal operating inventory, and local or nearest source of spare parts availability.

7. Outline, cross section, and assembly drawings; engineering data; wiring diagram.

8. Test data and performance curves.

9. Guarantee, Bond, and Service Agreement: In Accordance with SECTION 01780 Contract Closeout.

B. Furnish parts manual for all equipment. The manual must be prepared by equipment manufacturers, furnished to ENGINEER by CONTRACTOR, and, as a minimum, contain the following.

1. Detailed drawings giving the location of each maintainable part.

2. Complete spare parts list with predicted life of parts subject to wear, lists of spare parts recommended on hand for both initial start-up and for normal operating inventory, and local or nearest source of spare parts availability

Page 201: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 3

1.3 SUPPLEMENTS

A. The supplement listed below, following “End of Section”, are part of this Specification

1. Maintenance Summary Form.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 202: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 203: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 5

MAINTENANCE SUMMARY

PROJECT:__________________________________________________________________________

EQUIPMENT ITEM_______________________________________________________________ MANUFACTURER_______________________________________________________________ EQUIPMENT/TAG NUMBER(S)____________________________________________________ WEIGHT OF INDIVIDUAL COMPONENTS (OVER 100 POUNDS)______________________ NAMEPLATE DATA (hp, voltage, speed, etc.)_________________________________________ MANUFACTURER’S LOCAL REPRESENTATIVE____________________________________ a. Name_______________________________ Telephone No._______________________ b. Address______________________________________________________________________ MAINTENANCE REQUIREMENTS

Maintenance Operation

Comments1 Frequency2 Lubricant3

(If Applicable)

1List each required maintenance operation and refer to information in manufacturer’s standard maintenance manual, if applicable. (Reference to manufacturer’s catalog or sales literature is not acceptable.) 2Required frequency of each maintenance operation. 3Symbol of Lubricant (Refer to Item 8 on the following page).

Page 204: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project OPERATIONS AND MAINTENANCE DATA SECTION 01782 - 6

LUBRICANT LIST Reference

Symbol

Shell Exxon Mobile Chevron Texaco

BP Amoco

Or Equal

4List symbols used in No. 7 above.

RECOMMENDED SPARE PARTS FOR OWNER’S INVENTORY. Part No.5 Description Unit Quantity Unit Cost

5Identify parts provided by this Contract with two asterisks.

Page 205: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project RECORD DOCUMENTS SECTION 01785 - 1

SECTION 01785

RECORD DOCUMENTS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Maintenance and submittal of Record Documents and Samples.

1.2 MAINTENANCE OF DOCUMENTS AND SMAPLES

A. Maintain on record copy of documents at the site.

B. Store Record Documents and samples in field office if a field office is required by Contract Documents or in a secure location. Provide files, racks, and secure storage for Record Documents and samples.

C. Label each document “PROJECT RECORD” in neat, large, printed letters.

D. Maintain Record Documents in a clean, dry, and legible condition. Do not use Record Documents for construction purpose.

E. Keep Record Documents and Samples available for inspection by the OWNER/ENGINEER.

1.3 RECORDING

A. Record information concurrently with construction progress. Do not conceal any work until required information is recorded.

B. Contract Drawings and Shop Drawings: Legibly mark each item to record all actual construction, or “as built” conditions, including:

C. Making Entries on Drawings:

1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe change by graphic line and note as required.

a. Color Coding:

1) Green when showing information deleted from Drawings.

2) Red when showing information added to Drawings

3) Blue and circled in blue to show notes.

2. Date entries.

3. Call attention to entry by “cloud” drawn around area or areas affected.

4. Legibly mark to record actual changes made during construction, including, but not limited to:

a. Depths of various elements of foundation in relation to finished first floor data if not shown or where depth differs from that shown.

b. Horizontal and vertical locations of existing and new Underground Facilities and appurtenances, and other underground structures, equipment, or Work. Reference to at least two measurements to permanent surface improvements.

c. Location of internal utilities and appurtenances concealed in the construction referenced to visible and accessible features of the structure.

Page 206: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project RECORD DOCUMENTS SECTION 01785 - 2

d. Locate existing facilities, piping, equipment, and items critical to the interface between existing physical conditions or construction and new construction.

e. Changes made by Addenda and Field Orders, Work Change Directive, Change Order, Written Amendment, and OWNER's written interpretation and clarification using consistent symbols for each and showing appropriate document tracking number.

5. Dimensions on Schematic Layouts: Show on record drawings, by dimension, the centerline of each run of items such as is described in previous subparagraph above.

a. Clearly identify the item by accurate note such as “cast iron drain,” “galvanized water,” and the like.

b. Show, by symbol or note, vertical location of item (“under slab,” “in ceiling plenum,” “exposed,” and the like).

c. Make identification so descriptive that it may be related reliably to Specifications.

1.4 SUBMITTALS

A. At contract closeout, deliver Project Record Documents to OWNER.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION – Not Used

END OF SECTION

Page 207: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project FRAMES, GRATES, RINGS, AND COVERS SECTION 02084 - 1

SECTION 02084

FRAMES, GRATES, RINGS, AND COVERS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Iron castings for manhole frames and covers, inlet frames and grates, catch basin frames and grates, meter vault frames and covers, adjustment rings, and extensions.

B. Ring grates.

1.2 REFERENCES

A. AASHTO – AMERICAN Association of State Highway and Transportation Officials Standard Specification for Highway Bridges.

B. ASTM A 48 – Specification for Gray Iron Castings.

C. ASTM A 615 – Standard Specification for Deformed Billet-Steel Bars for Concrete Reinforcement.

D. AWS – D 12.1 Welding Reinforcing Steel.

1.3 SUBMITTALS

A. Submit product data in accordance with SECTION 01330 – Submittal Procedures.

B. Submit copies of manufacturer’s specifications, load tables, dimension diagrams, anchor details, and installation instructions.

C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices.

PART 2. PRODUCTS

2.1 CASTINGS

A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 30. Provide locking covers if indicated on Drawings.

B. Castings shall be capable of withstanding the application of an ASHTO H-20 loading without permanent deformation.

C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 32 inches in diameter.

D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs.

2.2 BEARING SURFACES

A. Machine bearing surfaces between covers or grates and their respective frames so that even bearing is provided for any position in which the casting may be seated in the frame.

Page 208: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project FRAMES, GRATES, RINGS, AND COVERS SECTION 02084 - 2

B. Where shown on the Drawing, provide manhole frames and covers with 48-inch-diameter clear opening, with inner cover for 22-inch diameter clear opening. Provide inner cover with pattern shown on Drawings, Vulcan Foundry V-7, Neenah Foundry, Model R-1741-F, or approved equal.

2.3 SPECIAL FRAMES AND COVERS

A. Where indicated on the Drawings, provide watertight manhole frames and covers with a minimum of four bolts and a gasket designed to seal cover to frame. Supply watertight manhole covers and frames, Model R-1916H (32-inch cover diameter) manufactured by Neenah Foundry Company, Model V-2420 by Vulcan Foundry, or approval equal.

B. Where shown on the Drawing, provide manhole frames and covers with 48-inch-diameter clear opening, with inner cover for 22-inch diameter clear opening. Provide inner cover with pattern shown on Drawings, Vulcan Foundry V-7, Neenah Foundry, Model R-1741-F, or approved equal.

2.4 FINISH

A. Unless otherwise specified, coat iron castings with the manufacturer’s standard asphaltic paint.

2.5 FABRICATED RING GRATES

A. Ring grates shall be fabricated from reinforcing steel conforming to ASTM A 615.

B. Welds connecting the bars shall conform to AWS D 12.1.

PART 3. EXECUTION

3.1 INSTALLATION

A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials.

B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set.

C. Ring grates shall be fabricated in accordance with the City standard detail and shall be set in mortar.

END OF SECTION

Page 209: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DEWATERING SECTION 02140 - 1

SECTION 02140

DEWATERING

PART 1. GENERAL

1.1 SUMMARY

A. Section Includes

1. Responsibilities and execution for dewatering of excavations for channels, structures and pipelines.

B. Related Sections include but not necessarily limited to:

1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract.

2. Division 1 – General Requirements

3. Division 2 – Site Work.

1.2 QUALITY ASSURANCE

A. Contractor Qualifications:

1. The Contractor shall employ a specialty dewatering subcontractor with experience in the field of large dewatering system design, installation, operation, and maintenance. The Contractor shall document successful completion of at least five (5) projects in soils and ground water conditions similar to the project.

2. The Contractor’s dewatering system shall be designed by a Texas Licensed Professional Engineer experienced in the design, installation, and operation of dewatering systems. The design shall acknowledge the type of excavation and support system proposed for the project.

1.3 SYSTEM DESCRIPTION

A. Dewatering consists of the design, furnishing, installation, operation, maintenance, monitoring, reporting, and removal of a dewatering system(s) to achieve completion of all work performed under this Contract without damage to adjacent improvements and materials.

B. The Contractor shall provide, operate, and maintain groundwater control systems for the construction of the Project as required. The groundwater control systems shall be adequate to keep excavations free from water and in a hydrostatically-controlled condition during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property, cause a nuisance or a menace to the public, or adversely impact the water quality of the local streams or water bodies.

C. During all subsurface work, the Contractor shall keep excavations free of water and control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. The dewatering system shall include any deep wells, wellpoints, sumps, and other equipment, appurtenances, and related earthwork necessary to perform the function.

D. Before installation of dewatering systems, Contractor shall submit the method, installation and details of the dewatering system proposed to be used to the Engineer for review.

E. Review by the Engineer of the method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the system in controlling the water level and hydrostatic pressures in excavated areas. The Contractor shall be solely responsible for proper design,

Page 210: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DEWATERING SECTION 02140 - 2

installation, proper operation, maintenance, and any failure of any component of the dewatering system for this Contract.

F. Direct point discharges from dewatering operations to area tributaries are prohibited. After appropriate treatment the water may be released through treatment features to surrounding water conveyance features or facilities. All proposed discharges shall be approved by the Owner.

G. The selection of dewatering wells, sumps, subsurface drains, and the configuration of dewatering systems shall be a Contractor responsibility. Provisions described in this specification shall govern the performance aspects of the dewatering systems designed and selected by the Contractor.

1.4 SUBMITTALS

A. See SECTION 01330.

B. Drawings and complete design data showing methods and equipment proposed to be utilized in dewatering.

C. As a minimum, submit the following for each dewatering system utilized:

1. Drawings indicating the location and size of deep wells, observation wells, well points, sumps, vacuum headers, flow rate meters, discharge lines, means to clarify discharge water before it reaches adjacent creeks, and any other groundwater control system component.

2. Capacities and details of pumps, prime movers, and standby equipment.

3. Design calculations proving adequacy of system and selected equipment.

4. Detailed description of the dewatering schedule, operation, maintenance and well abandonment procedures, if wells are used.

5. Projected drawdown in wells with elevations, if wells are used.

6. Plan view drawing and indicating estimated zone of influence with groundwater elevations, if wells are used.

7. Detailed description of methods for controlling settlement of existing utilities and structures.

8. Estimated dewatering system discharge flow rate.

D. Coordinate and submit dewatering plan.

PART 2. PRODUCTS

2.1 MATERIALS

A. Sumps:

1. The Contractor shall size sumps such that they maintain excavations in a dewatered condition.

2. Contractor shall size sump pumps and all piping to remove all anticipated groundwater and stormwater runoff.

3. Sumps shall handle any leakage through the temporary shoring walls.

B. Standby Equipment:

1. Maintain on site sufficient equipment and materials for necessary modifications and to ensure continuous and successful operation of the dewatering and monitoring systems.

2. Provide one hundred percent standby electrical generating capacity with automatic switching from line to generator, including all safety features to prevent back-feeding the electrical supply system.

Page 211: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DEWATERING SECTION 02140 - 3

C. Dewatering Effluent Piping:

1. PVC pressure rated pipe.

a. ASTM 2241 or ASTM D1785 Schedule 40 (minimum)

PART 3. EXECUTION

3.1 PERFORMANCE AND DESIGN REQUIREMENTS

A. General:

1. Contractor shall maintain dewatering system such that it is in continuous operation without any interruptions due to groundwater.

2. Dewatering water shall not be discharged directly into surface water bodies. The Contractor shall provide at a minimum a sediment/clarification basin(s) before allowing water to flow overland to adjacent creeks. The Contractor shall submit location, size and layout of basin(s) for review.

3. Supply a separate electrical service for dewatering and dedicate it solely to the operation of the dewatering systems.

4. Maintain water levels a minimum of 2 feet below the bottom of all excavations at all times and under all conditions, except for rainfall events that cause general flooding in the project area.

5. Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of materials described in SECTIONS 02200 and 02317.

6. Control runoff from groundwater seeps so as to prevent entry or collection of water in excavations or in other isolated areas of the site.

7. The dewatering system will include any sumps, deep wells, well points, pumps, and other equipment, appurtenances, and related earthwork necessary to perform the function.

8. Design and operate dewatering systems so as to prevent removal of the in-situ soils.

9. Do not start dewatering prior to the Engineer’s review and acceptance of the method, installation, and details of the proposed dewatering system.

3.2 INSTALLATION

A. Sumps:

1. Construct sumps to maintain excavations in a dewatered condition.

B. Well development

1. Develop all wells and wellpoints after installation to remove fines from drilling and construction activiites.

C. Dewatering system protection and dewatering effluent pipelines:

1. Protect all dewatering wells throughout construction.

2. Wells and dewatering effluent pipelines damaged prior to end of construction shall be reinstalled and redeveloped at no additional cost to the Owner.

D. Maintain excavations in a dewatered condition continuously and without interruptions:

1. Dewatering will be a continuous operation.

Page 212: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DEWATERING SECTION 02140 - 4

2. Do not shut down dewatering systems between shifts, on holidays, or weekends, or during work stoppage without written permission from the ENGINEER.

3.3 FIELD QUALITY CONTROL

A. General:

1. Monitor dewatering effluent daily for visual signs of contamination.

B. Dewatering Wells:

1. Record and make available to the ENGINEER on a daily basis:

a. The location and number of dewatering wells and sump pumps in operation.

b. Total flow indicated on the flow meters.

c. The rate of flow at the time of the recording.

2. Consistency is an important factor in ensuring that water level data are accurate; therefore, assign and make known to the ENGINEER specific member(s) of workforce responsible for collecting and reporting the required information.

C. Perform and additional testing or monitoring as necessary to assure provision of a properly functioning dewatering system.

1. The contractor shall establish horizontal and vertical control survey points (movement measurement points) at the location shown on the Drawings.

2. Perform a baseline survey of these structure monitoring points before the start of dewatering operations.

3. On a weekly basis and until dewatering operations are completed perform survey measurements and submit to the ENGINEER/OWNER.

3.4 DEMOBILIZATION

A. Upon written authorization of the ENGINEER, remove all dewatering system elements with the exception of those observation wells so designated by the ENGINEER.

END OF SECTION

Page 213: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REMOVING EXISTING PAVEMENTS AND STRUCTURES SECTION 02222 - 1

SECTION 02222

REMOVING EXISTING PAVEMENTS AND STRUCTURES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Removing concrete paving, asphaltic concrete pavement, and base courses.

B. Removing concrete curbs, concrete curbs and gutters, sidewalks and driveways.

C. Removing pipe culverts and sewers.

D. Removing existing inlets and manholes.

E. Removing miscellaneous structures of concrete or masonry.

1.2 REGULATORY REQUIREMENTS

A. Conform to applicable codes for disposal of debris.

B. Coordinate removal work with utility companies.

PART 2. PRODUCTS – Not Used

PART 3. EXECUTION

3.1 PREPARATION

A. Obtain advance approval from OWNERS for dimensions and limits of removal work.

B. Identify known utilities below grade. Stake and flag locations.

3.2 PROTECTION

A. Protect the following from damage or displacement:

1. Adjacent public and private property.

2. Trees, plants, and other landscape features designated to remain.

3. Utilities designated to remain.

4. Pavement and utility structures designated to remain.

5. Bench marks, monuments, and existing structures designated to remain.

3.3 REMOVALS

A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities.

B. Minimize amount of earth loaded during removal operations.

C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches.

Page 214: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REMOVING EXISTING PAVEMENTS AND STRUCTURES SECTION 02222 - 2

D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint.

E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.

F. Where existing end of pipe culvert or end of sewer is to remain, install an 8-inch-thick masonry plug in pipe end prior to backfill.

3.4 BACKFILL

A. Backfill of removal areas shall be in accordance with requirements of SECTION 02317 – Excavation and Backfill

3.5 DISPOSAL

A. Inlet frames, grates, and plates; and manhole frames and covers, may remain City property.

B. Properly remove from the site debris resulting from work under this section.

END OF SECTION

Page 215: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 1

SECTION 02317

EXCAVATION AND BACKFILL FOR UTILITIES

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and other pipeline structures.

1.2 DEFINITIONS

A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the drawings, or foundation backfill material placed and compacted in over-excavations.

B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally from one trench sidewall to opposite sidewall.

C. Haunching: the material placed on either side of pipe from top of bedding up to spring line of pipe and horizontally from one trench sidewall to opposite of sidewall.

D. Initial Backfill: The portion of trench backfill that extends vertically from spring line of pipe (top of haunching) up to a level line 12 inches above top of pipe, and horizontally from one trench sidewall to opposite sidewall.

E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill.

F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement.

G. Unsuitable Material: Unsuitable soil materials are the following:

1. Materials that are classified as ML, CL-ML, MH, PT, OH, and OL according to ASTM D 2487.

2. Materials that cannot be compacted to required density due to either gradation, plasticity, or moisture content.

3. Materials that contain large clods, aggregates, stones greater than 4 inches in any dimension, debris, vegetation, waste or any other deleterious materials.

4. Materials that are contaminated with hydrocarbons or other chemical contaminants.

H. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated.

I. Backfill: Suitable material meeting specified quality requirements placed and compacted under controlled conditions.

J. Ground Water Control Systems: Installations external to trench, such as well points or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom.

K. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage.

Page 216: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 2

L. Excavation Drainage: Removal of surface and seepage water in trench by sump pumping and using a drainage layer, as defined in ASTM D 2321, placed on the foundation beneath pipe bedding or thickened bedding layer of Class I material.

M. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary.

1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level.

2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage.

a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement.

b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils.

3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density.

N. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the CONTRACTOR.

O. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench.

P. Over-Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material.

Q. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, and geotextile filter fabrics as required, to control drainage and material separation, Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. Foundation backfill materials may include concrete seal slabs.

R. Trench Safety Systems include both protective systems and shoring systems as defined in SECTION 01561 0 Trench Safety Systems.

S. Trench shield (Trench Box): A portable work safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by a cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected.

T. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements.

U. Special Shoring: A shoring system meeting special shoring as specified in Paragraph 1.08, Special Shoring Design Requirements, for locations identified on the Drawings.

Page 217: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 3

1.3 REFERENCES

A. ASTM C 12………… Standard Practice for Installing Vitrified Clay Pipe Lines.

B. ASTM D 558………. Test Methods for Moisture-Density Relations of Soil Cement Mixtures.

C. ASTM D 698………. Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop.

D. ASTM D 1556……... Test Method for Density in Place by the Sand-Cone Method.

E. ASTM D 2321……... Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications.

F. ASTM D 2487……... Classification of Soils for Engineering Purposes.

G. ASTM D 2922……... Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth).

H. ASTM D 3017……... Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth).

I. ASTM D 4318……... Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

J. TxDOT Tex-101-E.... Preparation of Soil and Flexible Base Materials for Testing.

K. TxDOT Tex-110-E.... Determination of Particle Size Analysis of Soils.

L. Federal Regulations,.. Standards-Excavation, Occupational Safety and Health Administration (OSHA). 29 CFR Part 1926,

1.4 SCHEDULING

A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures.

1.5 SUBMITTALS

A. Conform to SECTION 01330 – Submittal Procedures.

B. Submit a written description for information only if the planned typical method of excavation, backfill placement and compaction, including:

1. Sequence of work and coordination of activities.

2. Selected trench widths.

3. Procedures for foundation and embedment placement, and compaction.

4. Procedure for use of trench boxes and other pre-manufactures systems while assuring specified compaction against undisturbed soil.

5. Procedure for use of trench boxes and other pre-manufactured systems while assuring specified compaction against undisturbed soil.

C. Submit a ground and surface water control plan if required.

D. Submit backfill materials sources and product quality information in accordance with requirements.

E. Submit a trench excavation safety program in accordance with requirements of SECTION 01561 – Trench Safety System. Include designs for special shoring meeting the requirements defined in Paragraph 1.7, Special Shoring Design Requirements.

Page 218: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 4

F. Submit record of location of utilities as installed, referenced to survey control points. Include locations of utilities encountered or rerouted. Give stations, horizontal dimensions, elevations, inverts, and gradients.

1.6 TESTS

A. Testing and analysis of backfill materials for soil classification and compaction during construction will be performed by an independent laboratory provided by the City of Laredo.

B. Perform backfill material source qualification testing in accordance with requirements of SECTION 02320 – Utility Backfill Materials for type of pipe being used.

1.7 SPECIAL SHORING DESIGN REQUIREMENTS

A. Have special shoring designed or selected by the CONTRACTOR’S Professional Engineer to provide support for the sides of the excavations, including soils and hydrostatic ground water pressures as applicable, and to prevent ground movements affecting adjacent installations or improvements such as structures, pavements and utilities. Special shoring may be a pre-manufactured system selected by the CONTRACTOR’S Professional Engineer to meet the project site requirements based on the manufacturer’s standard design.

PART 2. PRODUCTS

2.1 EQUIPMENT

A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section.

B. Use only hand-operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts.

C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil.

D. Use special shoring systems where required which may consist of braced sheeting, braced soldier piles and lagging, slide rails systems, or other systems meeting requirements as specified in Paragraph 1.7, Special Shoring Design Requirements.

2.2 MATERIAL CLASSIFICATIONS

A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions for particular pipe material.

B. Concrete Backfill: Conform to requirements for concrete as specified in SECTION 03315 – Concrete for Utility Construction.

C. Concrete for Trench Dams: Concrete backfill or 3 sack premixed (bag) concrete.

PART 3. EXECUTION

3.1 STANDARD PRACTICE

A. Install flexible pipe, including “semi-rigid” pipe, to conform to standard practice described in ASTM D 2321, and as described in this Section. Where an apparent conflict occurs between the standard practice and the requirements of this Section, this Section governs.

Page 219: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 5

B. Install rigid pipe to conform with standard practices described in ASTM C 12, and as described in this Section. Where an apparent conflict occurs between the standard practice and the requirements of this Section, the more stringent requirement will be applied.

3.2 PREPARATION

A. Maintain barricades and warning lights for streets and intersections affected by the Work, and is considered hazardous to traffic movements.

B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety sytem as specified in SECTION 01561 – Trench Safety Systems.

C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the OWNER and agency for any repairs or relocations, either temporary or permanent.

D. Remove existing pavements and structures, including sidewalks and driveways, if applicable.

E. Install and operate necessary dewatering and surface water control measures.

F. Maintain permanent benchmarks, monumentation and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed.

3.3 PROTECTION

A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings, and in accordance with requirements of SECTION 01532 – General Source Control.

B. Protect and support above-grade and below-grade utilities which are to remain.

C. Restore damaged permanent facilities to pre-construction conditions unless replacement or abandonment of facilities are indicated on the Drawings.

D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density, pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to City.

3.4 EXCAVATION

A. Except as otherwise specified or shown on the Drawings, install underground utilities in open cut trenches with vertical sides.

B. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements.

C. Determine trench excavation widths using the following schedule as related to pipe outside diameter (O.D>). Maximum trench width shall be the minimum trench width plus 24 inches.

Nominal Minimum Trench Pipe Size, Inches Width, Inches Less than 18 O.D. + 12 18 to 30 O.D. + 24 Greater than 30 O.D. + 36

D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface

Page 220: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 6

elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials.

E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the OWNER and obtain instructions before proceeding.

F. Shoring of Trench Walls.

1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times.

2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support.

3. Unless otherwise directed by the OWNER, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone.

4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment.

5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material.

G. Use of Trench Shields. Shen a trench shield (trench box) is used as a worker safety device, the following requirements apply:

1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls.

2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced.

3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation.

4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner.

3.5 HANDLING EXCAVATED MATERIALS

A. Use only excavated materials which are suitable as defined in this Section. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins

B. When required, provide additional backfill material conforming to requirements of the particular pipe being installed.

C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain side conditions clean and safe.

3.6 GROUND WATER CONTROL

Page 221: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 7

A. Implement ground and surface water control as required. Provide a stable trench to allow for proper installation.

3.7 TRENCH FOUNDATION

A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials.

B. Place trench dams in Class I foundations in line segments longer than 100 feet between manholes, and not less than one in every 500 feet of pipe placed. Install additional dams as needed to achieve workable construction conditions. Do not place trench dams closer than 5 feet from manholes.

3.8 BEDDING, HAUNCHING, AND INITIAL BACKFILL – PLACEMENT AND COMPACTION

A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.

B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings.

C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free-fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place.

D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil.

E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates.

F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small-diameter or lightweight pipe in place during compaction of haunch areas and placement beside the pipe with sand bags or other suitable means.

G. Place electrical conduit, if used, directly on foundation without bedding.

H. Shovel in-place and compact embedment material using pneumatic tampers in restricted areas, and vibratory-plate compactors or engine-powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tampering is not allowed.

I. For sanitary sewer utility installation adhere to the following material.

1. Class I and II embedment.

a. Maximum 6-inches compacted lift thickness.

b. Compaction by methods determined by CONTRACTOR to achieve a minimum of 95 percent of the maximum dry density as determined according to ASTM D 698 for Class I and II materials.

c. Moisture content class I and II materials within 2 percent of optimum as determined according to ASTM D 698

2. Cement stabilized sand.

a. Maximum 6-inches compacted lift thickness.

b. Compaction by methods determined by CONTRACTOR to achieve a minimum of 95 percent of the maximum dry density as determined according to ASTM D 558 for cement stabilized materials.

Page 222: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 8

c. Moisture content of cement stabilized sands on the dry side of optimum as determined according to ASTM D 558 but sufficient for effective hydration.

3. Flowable Fill

a. Mixture of sand, Portland cement, fly ash and water to comply with the specification for American Concrete Institute (ACI) 229R-94 Code Controlled Low Strength Materials.

3.9 SECONDARY BACKFILL UNDER PAVED AND UN-PAVED AREAS-PLACEMENT AND COMPACTION

A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction.

B. Secondary backfill under paved areas (asphalt and concrete) shall be placed in lifts and compacted by methods selected by the CONTRACTOR. Fully compact each lift before placement of the next lift.

1. “Bank Run Sand Backfill”

a. Maximum 8-inches compacted lift thickness.

b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698.

c. Moisture content within 2 percent of optimum determined according to ASTM D 698

2. “Cement-stabilized Sand Backfill”

a. Maximum lift thickness determined by CONTRACTOR to achieve uniform placement and required compaction by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 558.

b. Moisture content on the dry side of optimum determined according to ASTM D 558 but sufficient for cement hydration.

3. “Select Backfill"

a. Maximum 6-inches compacted thickness.

b. Compaction by equipment providing tamping or kneading impact to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698.

c. Moisture content within 2 percent of optimum determined according to ASTM D 698.

C. Secondary backfill under un-paved areas shall be placed in lifts and compact by methods selected by the CONTRACTOR. Fully compact each lift before placement of the next lift. A random backfill of suitable material may be used.

1. Random Backfill

a. Maximum 8-inch compacted lift thickness for clayey soils and maximum 10-inch lift thickness for granular soils.

b. Compact to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698.

c. Moisture content within 2 percent of optimum determined according to ASTM D 698.

2. Fat clays (CH) may be used as secondary backfill outside paved areas at the CONTRACTOR’S option. If the required density is not achieved, the CONTRACTOR, at his option and at no additional cost to the City, may use lime stabilization to achieve compaction requirements or use a different suitable material.

Page 223: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 9

a. Maximum 6-inch compacted lift thickness for clayey soils and maximum 12-inch lift thickness for granular soils.

b. Compact to a minimum of 90 percent of the maximum dry density determined according to ASTM D 698.

c. Moisture content as necessary to achieve density.

D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface.

E. For sewer pipes, use backfill materials described here as determined by trench limits. As trench zone backfill in paved areas for streets and to one foot back of curbs and pavements, use cement stabilized sand for pipe of nominal sizes less than 36 inches. Uniformly backfill trenches partially within limits one foot from streets and curbs according to the paved area criteria. Use select backfill within one foot below pavement subgrade for rigid pavement. For asphalt concrete, use flexible base material within one foot below pavement subgrade.

F. When shown on Drawings, a random backfill of suitable material may be used in trench zone for trench excavations outside pavements.

G. For electric conduits, remove form work used for construction of conduits before placing trench zone backfill.

3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRCUTURES

A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings.

3.11 FIELD QUALITY CONTROL

A. Test for material source qualifications as defined in the specifications.

B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner.

C. Tests will be performed on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity.

D. At least three tests for moisture-density relationships will be performed initially for backfill materials in accordance with ASTM D 698, and for cement- stabilized sand in accordance with ASTM D 558. Additional moisture-density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity.

E. In-place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions.

1. A minimum of one test for every 20 cubic yards of compacted embedment and for every 50 cubic yards of compacted trench zone backfill material.

2. A minimum of three density tests for each full shift of Work.

3. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone.

Page 224: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project EXCAVATION AND BACKFILL FOR UTILITIES SECTION 02317 - 10

4. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified.

5. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection.

6. Two verification tests will be performed adjacent to in-place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results.

7. Recompacted placement will be retested at the same frequency as the first test series, including verification tests.

F. Recondition, re-compact, and retest at CONTRACTOR'S expense if tests indicate Work does not meet specified compaction requirements. Core and test for compressive strength for hardened soil cement with nonconforming density, at CONTRACTOR'S expense.

G. Acceptability of crushed rock compaction will be determined by inspection.

3.12 DISPOSAL OF EXCESS MATERIAL

A. Properly dispose of excess materials.

END OF SECTION

Page 225: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 1

SECTION 02320

UTILITY BACKFILL MATERIALS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Material Classifications.

B. Utility Backfill Materials:

1. Bank run sand

2. Select backfill

3. Random backfill

4. Pea gravel

5. Crushed Aggregate

C. Material Handling and Quality Control Requirements.

1.2 DEFINITIONS

A. Unsuitable Materials: Unsuitable soil materials are the following:

1. Materials that are classified as ML, CL-ML, MH, PT, OH, and OL according to ASTM D 2487.

2. Materials that contain large clods, aggregates, and stones greater than 4 inches in any dimension; debris, vegetation, and waste; or any other deleterious materials.

3. Materials that are contaminated with hydrocarbons or other chemical contaminants.

B. Suitable Material: Suitable soil materials are the following:

1. Those meeting specification requirements.

2. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement.

C. Foundation Backfill Materials: Natural soil or manufactured aggregate meeting Class I requirements and geotextile filter fabrics as required, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill where needed to provide stable support for the structure foundation base. Foundation backfill materials may include concrete fill and seal slabs.

D. Foundation Base: Crushed stone aggregate with filter fabric as required, cement stabilized sand, or concrete seal slab. The foundation base provides a smooth, level working surface for the construction of the concrete foundation.

E. Backfill Material: Classified soil material meeting specified quality requirements for the designated application as embedment or trench zone backfill.

F. Embedment Material: Soil material placed under controlled conditions within the embedment zone extending vertically upward from top of foundation to an elevation 12 inches above top of pipe, and including pipe bedding, haunching, and initial backfill.

G. Secondary Backfill/Trench Zone Backfill: Classified soil material meeting specified quality requirements and placed under controlled conditions in the trench zone from top of embedment zone to base course in paved areas or to the surface grading material in unpaved areas.

Page 226: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 2

H. Foundation: Either suitable soil of the trench bottom or material placed as backfill of over-excavation for removal and replacement of unsuitable or otherwise unstable soils.

I. Source: A source selected by the CONTRACTOR for supply of embedment or trench zone backfill material. A selected source may be the project excavation, off-site borrow pits, commercial borrow pits, or sand and aggregate production or manufacturing plants.

J. Refer to Section 02317 - Excavation and Backfill for Utilities for other definitions regarding utility installation by trench construction.

1.3 REFERENCES

A. ASTM C 33 – Specification for Concrete Aggregate.

B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete.

C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate.

D. ASTM C 131 - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.

E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates.

F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates.

G. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve.

H. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System).

I. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual-Manual Procedure).

J. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

K. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method.

L. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing.

M. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1)

N. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils.

O. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils.

1.4 SUBMITTALS

A. Conform to requirements of Section 01330 - Submittal Procedures.

B. Submit a description of source, material classification and product description, production method, and application of backfill materials.

C. Submit test results for samples of off-site backfill materials to comply with Paragraph 2.3, Materials Testing.

D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property.

E. For each delivery of material, provide a delivery ticket which includes source location.

1.5 TESTS

A. Perform tests of sources for backfill material in accordance with Paragraph 2.3B.

B. Verification tests of backfill materials may be performed by the City of Laredo.

Page 227: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 3

C. Random fill obtained from the project excavation as source is exempt from prequalification requirements by CONTRACTOR but must be inspected by City testing lab for unacceptable materials based on ASTM D 2488.

PART 2. PRODUCTS

2.1 MATERIAL CLASSIFICATIONS

A. Materials for backfill shall be classified for the purpose of quality control in accordance with the Unified Soil Classification Symbols as defined in ASTM D 2487. Material use and application is defined in utility installation specifications and Drawings either by class, as described in Paragraph 2.1B, or by product descriptions, as given in Paragraph 2.2.

B. Class Designations Based on Laboratory Testing:

1. Class I: Well-graded gravels and sands, gravel-sand mixtures, crushed well-graded rock, little or no fines (GW, SW):

a. Plasticity index: nonplastic.

b. Gradation: D60/D10 - greater than 4 percent; amount passing No. 200 sieve - less than or equal to 5 percent.

2. Class II: Poorly graded gravel and gravel-sand mixtures, little or no fines, poorly graded sands and gravely sands, little or no fines (GP, SP):

a. Plasticity index: nonplastic to 4.

b. Gradations: (GP, SP): amount passing No. 200 sieve - less than 5 percent.

3. Class III: Clayey gravels and sands, poorly graded mixtures of gravel, sand, silt, and clay (GC, SC, and dual classifications, e.g., SP-SC):

a. Plasticity index: greater than 7.

b. Gradation: amount passing No. 200 sieve - between 12 percent and 50 percent.

4. Class IVA: Lean clays (CL).

a. Plasticity Indexes:

1) Plasticity index: greater than 7, and above A line.

2) Borderline plasticity with dual classifications (CL-ML): PI between 4 and 7.

b. Liquid limit: less than 50.

c. Gradation: amount passing No. 200 sieve - greater than 50 percent.

d. Inorganic.

5. Class IVB: Fat clays (CH)

a. Plasticity index: above A line.

b. Liquid limit: 50 or greater.

c. Gradation: amount passing No. 200 sieve - greater than 50 percent.

d. Inorganic.

Page 228: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 4

6. Use soils with dual class designation according to ASTM D 2487, and which are not defined above, according to the more restrictive class.

2.2 PRODUCT DESCRIPTIONS

A. Soils classified as silt (ML), elastic silt (MH), organic clay and organic silt (OL, OH), and organic matter (PT) are not acceptable as backfill materials. These soils may be used for site grading and restoration in unimproved areas as approved by the OWNER. Soils in Class IVB, fat clay (CH) may be used as backfill materials where allowed by the applicable backfill installation specification. Refer to Section 02317 - Excavation and Backfill for Utilities.

B. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non-soil matter, hydrocarbon or other contamination, conforming to the following limits for deleterious materials:

1. Clay lumps: Less than 0.5 percent for Class I, and less than 2.0 percent for Class II, when tested in accordance with ASTM C 142.

2. Lightweight pieces: Less than 5 percent when tested in accordance with ASTM C 123.

3. Organic impurities: No color darker than standard color when tested in accordance with ASTM C 40.

C. Manufactured materials, such as crushed concrete, may be substituted for natural soil or rock products where indicated in the product specification, and approved by OWNER, provided that the physical property criteria are determined to be satisfactory by testing.

D. Bank Run Sand Backfill: Durable bank run sand classified as SP, SW, or SM by the Unified Soil Classification System (ASTM D 2487) meeting the following requirements:

1. Less than 15 percent passing the number 200 sieve when tested in accordance with ASTM D 1140. The amount of clay lumps or balls not exceeding 2 percent.

2. Material passing the number 40 sieve shall meet the following requirements when tested in accordance with ASTM D 4318:

a. Liquid limit: not exceeding 25 percent.

b. Plasticity index: not exceeding 7.

E. Cement Stabilized Sand Backfill

F. Select Backfill: Class III clayey gravel or sand with Class IV lean clay with a plasticity index between 7 and 20 or clayey soils treated with lime in accordance with SECTION 02951 – Pavement Repair and Resurfacing, to meet plasticity criteria

G. Random Backfill: Any suitable soil or mixture of soils within Classes I, II, III and IV; or fat clay (CH) where allowed by the applicable backfill installation specification. Refer to Section 02317 - Excavation and Backfill for Utilities.

H. Pea Gravel: Durable particles composed of small, smooth, rounded stones or pebbles and graded within the following limits when tested in accordance with ASTM C 136:

Page 229: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 5

Sieve Percent Passing 1/2" 100 3/8" 85 to 100

No. 4 10 to 30 No. 8 0 to10 No.16 0 to 5

I. Crushed Aggregates: Crushed aggregates consist of durable particles obtained from an approved source and meeting the following requirements:

1. Materials of one product delivered for the same construction activity from a single source.

2. Non-plastic fines.

3. Los Angeles abrasion test wear not exceeding 45 percent when tested in accordance with ASTM C 131.

4. Crushed aggregate shall have a minimum of 90 percent of the particles retained on the No. 4 sieve with 2 or more crushed faces as determined by Test Method Tex-460-A, Part I.

5. Crushed stone: Produced from oversize plant processed stone or gravel, sized by crushing to predominantly angular particles from a naturally occurring single source. Uncrushed gravel are not acceptable materials for embedment where crushed stone is shown on the applicable utility embedment drawing details.

6. Crushed Concrete: Crushed concrete is an acceptable substitute for crushed stone as utility backfill. Gradation and quality control test requirements are the same as crushed stone. Provide crushed concrete produced from normal weight concrete of uniform quality; containing particles of aggregate and cement material, free from other substances such as asphalt, reinforcing steel fragments, soil, waste gypsum (calcium sulfate), or debris.

7. Gradations, as determined in accordance with Tex-110-E.

Sieve

Percent Passing by Weight for Pipe Embedment

by Ranges of Nominal Pipes Sizes >15" 15" - 8" < 8"

1" 95 - 100 100 - 3/4" 60 - 90 90 - 100 100 1/2" 25 - 60 - 90 - 100 3/8" - 20 - 55 40 - 70

No. 4 0 - 5 0 - 10 0 - 15 No. 8 - 0 - 5 0 - 5

2.3 MATERIAL TESTING

A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficient uniform properties to allow practical construction and quality control.

B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests

Page 230: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 6

shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable:

1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve.

2. Plasticity of material passing the No. 40 sieve.

3. Los Angeles abrasion wear of material retained on the No. 4 sieve.

4. Clay lumps.

5. Lightweight pieces.

6. Organic impurities.

C. Production Testing. Provide reports to the OWNER from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements.

D. Assist the OWNER in obtaining material samples for verification testing at the source or at the production plant.

PART 3. EXECUTION

2.4 SOURCES

A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source.

B. Identify off-site sources for backfill materials at least 14 days ahead of intended use so that the OWNER may obtain samples for verification testing.

C. Obtain approval for each material source by the OWNER before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the OWNER, expense for sampling and testing required to change to a different material will be credited to the City through a change order.

D. Bank run sand, select backfill, and random backfill, if available in the project excavation, may be obtained by selective excavation and acceptance testing. Obtain additional quantities of these materials and other materials required to complete the work from off-site sources.

E. The City does not represent or guarantee that any soil found in the excavation work will be suitable and acceptable as backfill material.

2.5 MATERIAL HANDLING

A. When backfill material is obtained from either a commercial or non-commercial borrow pit, open the pit to expose the vertical faces of the various strata for identification and selection of approved material to be used. Excavate the selected material by vertical cuts extending through the exposed strata to achieve uniformity in the product.

B. Establish temporary stockpile locations for practical material handling and control, and verification testing by the OWNER in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property.

Page 231: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 7

C. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system.

D. Place stockpiles in layers to avoid segregation of processed materials. Load material by making successive vertical cuts through entire depth of stockpile.

2.6 FIELD QUALITY CONTROL

A. Quality Control

1. The OWNER may sample and test backfill at:

a. Sources including borrow pits, production plants and CONTRACTOR's designated off-site stockpiles.

b. On-site stockpiles.

c. Materials placed in the Work.

2. The OWNER may resample material at any stage of work or location if changes in characteristics are apparent.

B. Production Verification Testing: The City’s testing laboratory will provide verification testing on backfill materials, as directed by the OWNER. Samples may be taken at the source or at the production plant, as applicable.

END OF SECTION

Page 232: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project UTILITY BACKFILL MATERIALS SECTION 02320 - 8

THIS PAGE INTENTIONALLY LEFT BLANK

Page 233: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CEMENT STABILIZED SAND SECTION 02321 - 1

SECTION 02321

CEMENT STABILIZED SAND

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Cement stabilized sand material.

1.2 REFERENCES

A. ASTM C 33 - Standard Specification for Concrete Aggregates (Fine Aggregate).

B. ASTM C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for Concrete.

C. ASTM C 94 - Standard Specification for Ready-Mixed Concrete.

D. ASTM C 123 - Standard Test Method for Lightweight Pieces in Aggregate.

E. ASTM C 142 - Standard Test Method for Clay Lumps and Friable Particles in Aggregates.

F. ASTM C 150 - Specification for Portland Cement.

G. ASTM D 558 - Standard Test Method for Moisture-Density Relations of Soil Cement-Mixtures.

H. ASTM D 1633 - Standard Test Method for Compressive Strength of Molded Soil-Cement Cylinders.

I. ASTM D 2487 - Standard Test Method for Classification of Soils for Engineering Purposes (Unified Soil Classification System).

J. ASTM D 3665 - Practice for Random Sampling of Construction Materials.

K. ASTM D 4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

1.3 SUBMITTALS

A. Submittals shall conform to requirements of SECTION 01330 - Submittal Procedures.

B. Submit proposed target cement content and production data for sand-cement mixture in accordance with the requirements of Paragraph 2.3, Material Qualifications.

1.4 DESIGN REQUIREMENTS

A. Sand-cement mixture shall produce a minimum unconfined compressive strength of 100 pounds per square inch in 48 hours.

1. Design will be based on strength specimens molded in accordance with ASTM D 558 at a moisture content within 3 percent of optimum and within 4 hours of batching.

2. Determine minimum cement content from production data and statistical history. Mix shall contain not less than 1.1 sacks of cement per ton of dry sand.

PART 2. PRODUCTS

2.1 MATERIALS

A. Cement: Type I Portland cement conforming to ASTM C 150.

B. Sand: Clean, durable sand meeting grading requirements for fine aggregates of ASTM C 33, or requirements for bank run sand of Section 02320 - Utility Backfill Materials, and the following requirements:

Page 234: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CEMENT STABILIZED SAND SECTION 02321 - 2

1. Classified as SW, SP, SW-SM, SP-SM, or SM by the United Soil Classification System of ASTM D 2487.

2. Deleterious materials:

a. Clay lumps, ASTM C 142; less than 0.5 percent.

b. Lightweight pieces, ASTM C 123; less than 5.0 percent.

c. Organic impurities, ASTM C 40, color no darker than the standard color.

3. Plasticity index of 4 or less when tested in accordance with ASTM D 4318.

C. Water: Potable water, free of oils, acids, alkalies, organic matter, or other deleterious substances, meeting requirements of ASTM C 94.

2.2 MIXING MATERIALS

A. Add required amount of water and mix thoroughly in a pugmill-type mixer.

B. Stamp batch ticket at plant with time of loading. Material not placed and compacted within 4 hours after mixing shall be rejected.

2.3 MATERIAL QUALIFICATION

A. Determine the target cement content of the material as follows:

1. Obtain samples of sand-cement mixtures at the production facility representing a range of cement content consisting of at least three points.

2. Complete the molding of samples within 4 hours after the addition of water.

3. Perform strength tests (average of two specimens) at 48 hours and 7 days.

4. Perform cement content tests on each sample.

5. Perform moisture content tests on each sample.

6. Plot average 48-hour strength vs. cement content.

7. Record scale calibration date, sample date, sample time, molding time, cement feed dial settings, and silo pressure (if applicable).

B. Test the raw sand for the following properties at the point of entry into the pug-mill:

1. Gradation.

2. Plasticity index.

3. Organic impurities.

4. Clay lumps and friable particles.

5. Lightweight pieces.

6. Moisture content.

7. Classification.

C. Present the data obtained in a format similar to that provided in the sample data form attached to this Section.

D. The target content may be adjusted if statistical history so indicates. For determination of minimum product performance use the formula:

f’c + 1/2 standard deviation

Page 235: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CEMENT STABILIZED SAND SECTION 02321 - 3

PART 3. EXECUTION

3.1 PLACING

A. Place sand-cement mixture in a maximum 12-inch-thick loose lift and compact to 95 percent of ASTM D 558, unless otherwise specified. Refer to related specifications for thickness of lifts in other applications. The target moisture content during compaction is +/- 3 percent of optimum. Perform and complete compaction of sand-cement mixture within 4 hours after addition of water to mix at the plant.

B. Do not place or compact sand-cement mixture in standing or free water.

3.2 FIELD QUALITY CONTROL

A. Testing will be performed under provisions of Section 01454 - Testing Laboratory Services.

B. Samples of delivered product will be taken in the field at point of delivery for testing in accordance with ASTM D 3665.

C. Four specimens shall be prepared and molded (for each sample obtained) in accordance with ASTM D 558, Method A, without adjusting the moisture content. Samples will be molded at approximately the same time the material is being used, but no later than 4 hours after water is added to mix.

D. After molding, specimens will be removed from the molds and sealed in a plastic bag or similar material to minimize moisture loss. Specimens will be cured at a room temperature between 60 and 80 degrees F until ready for testing.

E. Specimens will be tested for compressive strength in accordance with ASTM D 1633, Method A. Two specimens will be tested at 48 hours plus or minus 2 hours and two specimens will be tested at 7 days plus or minus 4 hours.

F. A strength test will be the average of the strengths of two specimens molded from the same sample of material and tested at the same age. The average daily strength will be the average of the strengths of all specimens molded during one day's production and tested at the same age.

G. Precision and Bias: Test results shall meet the recommended guideline for precision in ASTM D 1633 Section.

H. Reporting: Test reports shall contain, as a minimum, the following information:

1. Supplier and plant number.

2. Time material was batched.

3. Time material was sampled.

4. Test age (exact hours).

5. Average 48-hour strength.

6. Average 7-day strength.

7. Specification section number.

8. Compliance / non-comliance.

9. Mixture identification.

10. Truck and ticket numbers.

11. The time of molding.

Page 236: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CEMENT STABILIZED SAND SECTION 02321 - 4

12. Moisture content at time of molding.

13. Required strength.

14. Test method designations.

15. Compressive strength data as required by ASTM D 1633.

3.3 ACCEPTANCE

A. The strength level of the material will be considered satisfactory if:

1. The average 48-hour strength is greater than 100 psi with no individual strength test below 60 psi, or

2. All 7-day individual strength tests exceed 100 psi.

B. The material will be considered acceptable for partial payment if any 7-day individual strength test (average of two specimens) is less than 100 psi but greater than 60 psi.

C. The material will be considered unacceptable and subject to removal and replacement at the CONTRACTOR’s expense if any individual strength test has a 7-day strength less than 60 psi.

D. If the moving average of any three daily 48-hour averages falls below 100 psi, the supplier shall discontinue shipment to the project until that plant is capable of producing a material which exceeds 100 psi at 48 hours. A total of five 48-hour strength tests shall be made in this determination with no individual strength tests less than 100 psi.

E. The OWNER shall maintain a data base of strength tests performed on 100 psi cement stabilized sand material for OWNER projects. The statistical history shall be used for approval of material on future OWNER projects.

F. The testing laboratory shall notify the CONTRACTOR, OWNER, and material supplier by facsimile of all tests indicating results falling below specified strength requirements.

END OF SECTION

Page 237: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DUCTILE IRON PIPE and fittings SECTION 02501 - 1

SECTION 02501

DUCTILE IRON PIPE and fittings

PART 1. GENERAL

1.1 D-106.01 DESCRIPTION:

A. Scope: This section describes the manufacture, construction, and installation of ductile iron pipe and fittings.

1.2 D-106.02 QUALITY ASSURANCE

A. Reference Standards:

1. AWWA – C105, C110, C111, C115, C151, C153, C600, C651

2. ASTM – C33, C150

1.3 D-106.03 SUBMITTALS:

A. Submit manufacturer’s data on pipe furnished, indicating compliance with the specifications regarding dimensions, thickness, weights, and materials. W here flanged pipe is called for, submit complete piping layout indicating the length of each flanged joint to be furnished.

PART 2. PRODUCTS

2.1 D-106.04 DUCTILE IRON PIPE AND FITTINGS:

A. GENERAL:

1. Ductile iron pressure pipe six inches (6") in diameter and larger shall conform to the current American National Standard Specifications for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids, AWWA C151 (A 21.51). The interior of the pipe shall be cement-mortar lining in accordance with the latest edition of ANSI/AWWA C104 Standard. All pipe shall be AWWA Class 150, or higher rated pipe.

2. Ductile iron pipe less than six inches (6") in diameter shall be prohibited.

B. DESIGN REQUIREMENTS

1. The ductile iron shall conform in all respects to the Current Specification for Ductile Iron Castings, ASTM Designation A536.

2. Thickness Class: Ductile iron pipe shall be Class 52 minimum unless otherwise shown on the plans.

C. JOINTS:

1. All ductile iron pressure pipes shall be furnished with one of the following types of joints. Buried pipe shall be furnished with push-on or mechanical joint ends unless otherwise noted. Exposed pipe shall be flanged.

Page 238: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DUCTILE IRON PIPE and fittings SECTION 02501 - 2

TYPE OF JOINT REFERENCE STANDARD Push-on Joint AWWA C111 Mechanical Joint AWWA C111 Flanged Ends AWWA C110 & 115

1. All screwed flanges shall be ductile iron.

2. Provide restrained joint inside encasement.

B. COATING AND LINING: All ductile iron pipe and all fittings shall be approved by the Underwriter’s Laboratory and shall be accepted by the State Fire Insurance Board for use in water distribution systems without penalty. All pipes shall be new.

C. BOLTS AND NUTS: Bolts and nuts for pipe mechanical joints shall be Type 316 stainless steel. Flange bolts and nuts for above ground installation shall conform to Type 304 Stainless steel. Flange bolts and nuts for below ground or in a vault or submerged installations shall be Type 316 stainless steel.

1.2 D-106.05 FLANGE GASKETS: Flange gaskets shall be full faced and conform to Appendix A of AWWA C115.

PART 3. EXECUTION

3.1 D-106.06 EXECUTION:

Lay all pipes in accordance with AWWA C600, except as modified herein.

3.2 D-106.07 PIPE LAYING AND JOINTING:

A. After the subgrade and embedment materials have been placed and the length of pipe has been placed in the trench, center the spigot in the bell and apply the pipe joint lubricant recommended by the pipe manufacturer. Force the spigot “home” using cables or excavating machinery. Use timbers to protect the bell of the joint from damage during jointing operation, especially when excavating machinery is used to force the pipe home.

B. Lay the pipe in such a fashion that the full length of the barrel of the pipe is resting on the embedment. Excavate bell holes so the bell of the pipe does not touch the bottom of the ditch. Take precautions to prevent dirt and embedment materials from entering the joint space. No blocking up of the pipe or joints will be permitted.

3.3 D-106.08 CUTTING OF PIPE:

Saw cut pipe for closure pieces in a neat, workmanlike manner without damage to the pipe. Make each cut square to the centerline of the pipe and bevel the outside edge of the pipe at the cut to the same configuration and dimensions as the factory applied spigot level.

3.4 D-106.09 PROTECTION OF PIPE:

At all times when pipe laying is not in progress, cover the open ends of the pipeline with a water tight cap to prevent water, debris, and animals from entering the pipe. Removal all foreign matter or dirt

Page 239: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DUCTILE IRON PIPE and fittings SECTION 02501 - 3

from the pipe during laying operations. Do not lay pipe in water or when trench conditions are unsuitable for such work.

3.5 D-106.10 POLYETHYLENE TUBE PROTECTION:

All buried cast iron and ductile iron pipe and fitting shall be provided with polyethylene tube protection. Install polyethylene tube according to AWWA C105. Completely cover all fitting and connections with 8 mil (minimum) low density polyethylene film or 4 mil (minimum) cross laminated high-density polyethylene meeting ANSI/AWWA Specification C-105 current, with all edges and laps taped securely to provide a continuous and watertight wrap. Repair all punctures of the polyethylene, including those caused in the placement of bedding aggregates, with duct tape to restore the continuous protective rap before backfilling.

3.6 D-106.11 HYDROSTATIC TESTS:

All pipe lines constructed under this contract before being accepted shall be tested with a h hydraulic test according to Section 116"Hydrostatic Tests for Pressure Mains".

3.7 D-106.12 LINE DISINFECTION:

The completed water line shall be disinfected according to SECTION 118 “Disinfection of Potable Water Mains”. The chlorinated water shall then be discharged from the water line and replaced with fresh potable water. The CONTRACTOR will furnish all labor materials and equipment necessary to complete the proper disinfection of the line and the cost of this operation shall be included in the bid price for installation of the distribution system.

3.8 D-106.13 MEASUREMENT:

Ductile Iron pipe will be measured for payment in linear feet along the center line of the trench. No deduction will be made for valves and fittings.

3.9 D-106.14 PAYMENT:

Ductile iron pipe will be paid for at the unit price per linear foot, complete in place, as provided in the proposal and contract. The contract price per linear foot shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete work, including excavation, granular embedment material, backfill, and disposal of surplus materials, in accordance with the plans and these specifications.

END OF SECTION

Page 240: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project DUCTILE IRON PIPE and fittings SECTION 02501 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 241: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 1

SECTION 02505

HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. The scope of this model specification is for municipal water pipelines which conform to AWWA standards. This guideline specification may be adopted in full or modified by the specifier to fit the project.

B. This model specification provides minimum requirements for HDPE pipe and fittings to be used in the design and construction of municipal pressure piping projects.

1.2 DESCRIPTION

A. Scope – This section specifies high density polyethylene pipe (HDPE) and fittings for water utility use as indicated on the Drawings, and as specified herein.

1. Furnish, Install, and Test HDPE pipe as indicated and specified in this section, and as referred to in related sections, and the Drawings for Sombreretillo Creek Force Main Project.

2. The primary installation method is burial. The means and methods, including the testing for acceptance shall conform to all applicable standards as noted herein with the intention of providing a leak-free system to the owner.

1.3 RELATED WORK

A. The following sections are incorporated by reference,

1. SECTION 01330 – Submittals

2. SECTION 01450 – Contractors Quality Control

3. SECTION 01600 – Materials and Equipment

4. SECTION 02317 – Excavation, backfill, Fill for Utilities

1.4 REFERENCES

A. To the extent referenced in this specification section, the standards and documents listed below are included, and made a part of this specification.

B. In the event of a conflict, the requirements of this specification section prevail.

C. Unless otherwise specified, references to documents shall mean the latest published edition of the referenced document in effect at the bid date of the project.

ANSI/AWWA www.awwa.org

• ANSI/AWWA C901-08 Polyethylene (PE) Pressure Pipe and Tubing, ½ In. (13 mm) Through 3 In. (76 mm) for Water Service.

Page 242: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 2

• ANSI/AWWA C906-07 Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission.

• ANSI/AWWA C651 Standard for Disinfection Water Mains.

• AWWA M55 Manual for Water Supply Practices, PE Pipe – Design and Installation

Plastics Pipe Institute, PPI www.plasticpipe.org

• PPI Handbook of Polyethylene Pipe – 2009 (2nd Edition)

• PPI TR-33 Generic Butt Fusion Joining Procedure for Polyethylene Gas Pipe

• PPI TR-34 Disinfection of Newly Constructed Polyethylene Water Mains

• PPI TR-41 Generic Saddle Fusion Joining Procedure for Polyethylene Gas Piping

• PPI TN-42 Recommended Minimum Training Guidelines for PE Pipe Butt Fusion Joining Operators for Municipal and Industrial Projects (2009)

NSF www.nsf.org

• NSF/ANSI 61 Drinking Water System Components – Health Effects

ASTM www.astm.org

• ASTM F 714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR – PR) Based on Outside Diameter

• ASTM F 905 Standard Practice for Qualification of Polyethylene Saddle-Fused Joints

• ASTM F 1055 Standard Specification for Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing

• ASTM F 1290 Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings

• ASTM F 1412 Standard Specification for Polyolefin Pipe and Fittings for Corrosive Waste Drainage Systems

• ASTM F 1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air

• ASTM F 2164 Standard practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems Using Hydrostatic Pressure

• ASTM F 2206 Standard Specification for Fabricated Fittings of Butt-Fused Polyethylene (PE) Plastic Pipe, Fittings, Sheet Stock, Plat Stock, or BlockStock

• ASTM D 2239 Standard Specification for Polyethylene (PE Plastic Pipe (SIDR-PR) Based on Controlled Inside Diameter

• ASTM D 2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and other Gravity-Flow Applications

Page 243: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 3

• ASTM F 2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings

• ASTM D 2683 Standard Specification for Socket-Type Polyethylene Fittings for Outside Diameter-Controlled Polyethylene Pipe and Tubing

• ASTM D 2737 Standard Specification for Polyethylene (PE) Plastic Tubing

• ASTM D 2774 Standard Practice for Underground Installation of Thermoplastic Pressure Piping

• ASTM D 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing

• ASTM D 3350-08 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials

1.5 SYSTEM DESIGN PARAMETERS

A. The Polyethylene system working pressure rating accommodates the normal operating pressure and the repetitive surges. The pressure rating applies at 80°F or less.

B. Per AWWA 901 and C906, the repetitive surge pressure allowance is one half the pressure class of the pipe, and the occasional surge over pressure allowance is equal to the pressure class of the pipe. Allowable Total Pressure during Recurring Surge conditions equals 1.5 times the pipe’s pressure class. Allowable Total pressure during Occasional Surge conditions equals 2.0 times the pipe’s pressure class.

Table 1 gives the Pressure Class per AWWA C901, Pressure Rating and Allowable Total Pressure During Recurring and Occasional Surge for PE4710 pipe at 80°F or less. For PE 3608, refer to Table 2.

Table 1. Pressure Class per AWWA C901 for PE 4710 at 80°F or less

Pipe Dimension Ratio (DR)

Pressure Class

Pressure Rating

Allowable Total Pressure During Recurring Surge

Allowable Total Pressure During

Occasional Surge DR 9 250 psi 250 psi 375 psi 500 psi DR 11 200 psi 200 psi 300 psi 400 psi

DR 14.3 150 psi 150 psi 225 psi 300 psi DR 17 125 psi 125 psi 185 psi 250 psi DR 21 100 psi 100 psi 150 psi 200 psi

Table 2 gives the Pressure Class per AWWA C901 and C906 , Pressure Rating and Allowable Total Pressure During Recurring and Occasional Surge for PE3608 pipe at 80oF or less.

Page 244: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 4

Table 2. Pressure Class per AWWA C901 and C906 for PE 3608 at 80oF or less

Pipe Dimension Ratio (DR)

Pressure Class

Pressure Rating

Allowable Total Pressure During Recurring Surge

Allowable Total Pressure During

Occasional Surge

DR 9 200 psi 200 psi 300 psi 400 psi DR 11 160 psi 160 psi 240 psi 320 psi

DR 14.3 120 psi 120 psi 180 psi 240 psi DR 17 100 psi 100 psi 150 psi 200 psi DR 21 80 psi 80 psi 120 psi 160 psi

1.6 SUBMITTALS

A. Quality Assurance / Control Submittals

1. Affirmation that product shipped meets or exceeds the standards set forth in this specification. This shall be in the form of a written document from the manufacturer attesting to the manufacturing process meeting the standards.

2. Manufacturers recommended fusion procedures for the products.

3. Provide a statement that personnel responsible for fusing the pipe have been trained and qualified.

1.7 DELIVERY – STORAGE – HANDLING

A. Handle the pipe in accordance with the PPI Handbook of Polyethylene Pipe (2nd Edition), Chapter 2 using approved strapping and equipment rated for the loads encountered. Do not use chains, wire rope, forklifts or other methods or equipment that may gouge or damage the pipe or endanger persons or property. Field storage is to be in compliance with AWWA Manual of Practice M55 Chapter 7.

B. If any gouges, scrapes, or other damage to the pipe results in loss of 10% of the pipe wall thickness, cut out that section or do not use.

PART 2. PRODUCTS FOR 3 INCH AND SMALLER PIPE PER AWWA C901

2A.1 PIPE A. Polyethylene pipe shall be made from a DHPE material having a minimum material designation code

of PE 4710 or PE 3608. The materials hall meet the requirements of ASTM D 3350 and shall have a minimum cell classification of PE 445474C for PE 4710 and PE 345464C for PE 3608. In addition, the pipe shall be listed as meeting NSF-61.

B. The pipe shall meet the requirements of AWW C901

C. HDPE pipe shall be rated for use at a pressure class of 200 psi. 2A.2 FITTINGS

A. Butt Fusion Fittings – Fittings shall be made of either PE 4710 or PE 3608, with a minimum Cell Classification as noted in 2A.1 A. Butt Fusion Fittings shall meet the requirements of ASTM D3261.

Page 245: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 5

Molded and fabricated fittings shall have a pressure rating equal to the pipe unless otherwise specified in the plans.

Markings for molded fittings shall comply with the requirements of ASTM D 3261. Fabricated fittings shall be marked in accordance with ASTM F 2206. Socket fittings shall meet ASTM D 2683.

B. Electrofusion Fittings – Fittings shall be PE 4710 or PE 3608, with a minimum Cell Classification as noted in 2A.1 A. Electrofusion Fittings shall have a manufacturing standard of ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans.

Flanges and Mechanical Joint Adapters (MJ Adapters) – Flanges and Mechanical Joint Adapters shall be PE4710 or PE 3608, with a minimum Cell Classification as noted in 2A.1 A. Flanged and Mechanical Joint Adapters can be made to ASTM D 3261 or if machined, must meet the requirements of ASTM F 2206. Flanges and MJ Adapters shall have a pressure rating equal to the pipe unless otherwise specified on the plans. Markings for molded or machined flange adapters or MJ Adapters shall be per ASTM D 3261. Fabricated (including machined) flange adapters shall be per ASTM F 2206.

Van-Stone style, metallic (including stainless steel), convoluted or flat-plate, back-up rings and bolt materials shall follow the guidelines of Plastic Pipe Institute Technical Note # 38, and shall have the bolt-holes and bolt-circles conforming to one of these standards: ASME B-16.5 Class 150, ASME B-16.47 Series A Class 150, ASME B-16.1 Class 125, or AWWA C207 Class 150 Series B, D, or E. The back-up ring shall provide a long-term pressure rating equal to or greater than the pressure-class of the pipe with which the flange adapter assembly will be used, and such pressure rating shall be marked on the back-up ring. The back-up ring, bolts, and nuts shall be protected from corrosion by a system such as paint, coal-tar epoxy, galvanization, polyether or polyester fusion bonded epoxy coatings, anodes, or cathodic protection, as specified by the project engineer

C. Service Connections shall be electrofusion saddles with a brass or stainless steel threaded outlet, electrofusion saddles, sidewall fusion branch saddles, tapping tees, or mechanical saddles.

For electrofusion saddles with threaded outlet the size of the outlet shall be one inch IPS unless a larger size is shown on the plans. Electrofusion saddles shall be made from materials required in part 2A.2 B. Electrofusion Fittings.

For sidewall fusion saddles, the size of the saddle shall be as indicated on the plans. The saddle can be made in accordance to ASTM D 3261 or ASTM F 2206. After installation, approximately ¼” of the PE pipe shall be visible beyond the saddle to confirm that proper surface preparation occurred. Saddle faces that do not provided ¼ inch of area beyond the saddle are not acceptable.

Tapping tees shall be made to ASTM D3261 or D2683.

Mechanical strap-on saddles can only be used where there use on PE pipe is approved by the mechanical saddle manufacturer. The body of the saddle shall be stainless steel, epoxy coated cast iron or brass. The gasket material and design must be acceptable for PE pipe. The outlet shall be threaded for one inch IPS unless a larger size is shown on the plans. Mechanical strap-on saddles will be installed per the manufacturer’s instructions.

2A.3 PIPE AND FITTING IDENTIFICATION A. The pipe shall be marked in accordance with the standards to which it is manufactured.

Page 246: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 6

B. Color identification by the use of stripes on pipe to identify pipe service shall be optional. If used, stripes or colored exterior pipe product shall be:

1. Blue for Potable Water.

2. Green for Sanitary Sewer.

3. Purple for Reclaim Water.

C. Tracing wire shall be placed parallel and above, but separate from the pipe and shall be 10 AWG or engineer approved equal.

D. Marking tape shall be approved by the engineer and placed between 6 and 12 inches above the crown of pipe.

PART 2B. PRODUCTS FOR 4 INCH AND LARGER PIPE PER AWWA C906

2B.1 PIPE A. Polyethylene pipe shall be made from HDPE material having a material designation code of PE 3608

or higher. The material shall meet the requirements of ASTM D 3350 and shall have a minimum cell classification of PE 345464C. In addition, the material shall be listed as meeting NSF-61.

B. The pipe and fittings shall meet the requirements of AWWA C906.

C. HDPE pipe shall be rated for use at a pressure class of 200 psi.

2B.2 FITTINGS

A. Butt Fusion Fittings - Fittings shall be made of HDPE material with a minimum material designation code of PE3608 and with a minimum Cell Classification as noted in 2B.1 A. Butt Fusion Fittings shall meet the requirements of ASTM D3261. Molded and fabricated fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All fittings shall meet the requirements of AWWA C906.

Markings for molded fittings shall comply with the requirements of ASTM D 3261. Fabricated fittings shall be marked in accordance with ASTM F 2206. Socket fittings shall meet ASTM D 2683.

B. Electrofusion Fittings - Fittings shall be made of HDPE material with a minimum material designation code of PE 3608 and with a minimum Cell Classification as noted in 2B.1 A. Electrofusion Fittings shall have a manufacturing standard of ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All electrofusion fittings shall be suitable for use as pressure conduits, and have nominal burst values of four times the Working Pressure Rating (WPR) of the fitting. Markings shall be according to ASTM F 1055.

C. Flanges and Mechanical Joint Adapters (MJ Adapters) – Flanges and Mechanical Joint Adapters shall have a material designation code of PE3608 or higher and a minimum Cell Classification as noted in 2B.01A. Flanged and Mechanical Joint Adapters can be made to ASTM D 3261 or if machined, must meet the requirements of ASTM F 2206. Flanges and MJ Adapters shall have a pressure rating equal to the pipe unless otherwise specified on the plans. Markings for molded or machined flange adapters or MJ Adapters shall be per ASTM D 3261. Fabricated (including machined) flange adapters shall be per ASTM F 2206.

Page 247: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 7

D. Van-Stone style, metallic (including stainless steel), convoluted or flat-plate, back-up rings and bolt materials shall follow the guidelines of Plastic Pipe Institute Technical Note # 38, and shall have the bolt-holes and bolt-circles conforming to one of these standards: ASME B-16.5 Class 150, ASME B-16.47 Series A Class 150, ASME B-16.1 Class 125, or AWWA C207 Class 150 Series B, D, or E. The back-up ring shall provide a long-term pressure rating equal to or greater than the pressure-class of the pipe with which the flange adapter assembly will be used, and such pressure rating shall be marked on the back-up ring. The back-up ring, bolts, and nuts shall be protected from corrosion by a system such as paint, coal-tar epoxy, galvanization, polyether or polyester fusion bonded epoxy coatings, anodes, or cathodic protection, as specified by the project engineer.

For electrofusion saddles with threaded outlet the size of the outlet shall be one inch IPS unless a larger size is shown on the plans. Electrofusion saddles shall be made from materials required in part B. Electrofusion Fittings.

For sidewall fusion saddles the size of the saddle shall be as indicated on the plans. The saddle can be made in accordance to ASTM D 3261 or ASTM F 2206. After installation, approximately ¼” of the PE pipe shall be visible beyond the saddle to confirm that proper surface preparation occurred. Saddle faces that do not provided ¼ inch of area beyond the saddle are not acceptable.

Tapping tees shall be made to ASTM D3261 or D2683.

Mechanical strap-on saddles can only be used where there use on PE pipe is approved by the mechanical saddle manufacturer. The body of the saddle shall be stainless steel, epoxy coated cast iron or brass. The gasket material and design must be acceptable for PE pipe. The outlet shall be threaded for one inch IPS unless a larger size is shown on the plans. Mechanical strap-on saddles will be installed per the manufacturer’s instructions.

2B.3 PIPE AND FITTING IDENTIFICATION

A. The pipe shall be marked in accordance with the standards to which it is manufactured.

B. Color identification by the use of stripes on pipe to identify pipe service shall be optional. If used, stripes or color exterior pipe product shall be:

1. Blue for Potable Water.

2. Green for Sanitary Sewer.

3. Purple for Reclaim Water.

C. Tracing wire shall be placed parallel and above, but separate from the pipe and shall be 10 AWG or engineer approved equal.

D. Marking tape shall be approved by the engineer and placed between 6 and 12 inches above the crown of pipe.

Page 248: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 8

PART 3. EXECUTION

3.1 JOINING METHODS

A. Butt Fusion: The pipe shall be joined by the butt fusion procedure outlined in ASTM F 2620 or PPI TR-33. All fusion joints shall be made in compliance with the pipe or fitting manufacturer’s recommendations. Fusion joints shall be made by qualified fusion technicians per PPI TN-42.

B. Saddle Fusion: Saddle fusion shall be done in accordance with ASTM F 2620 or TR-41 or the fitting manufacturer’s recommendations and PPI TR-41. Saddle fusion joints shall be made by qualified fusion technicians. Qualifications of the fusion technician shall be demonstrated by evidence of fusion training within the past year on the equipment to be utilized on this project. (ASTM F905).

C. Socket Fusion: Molded socket fusion fittings are only to be used for joining of HDPE pipe from ½ inch to 2” in size. Socket fusions hall be done in accordance with ASTM F 2620 or the fitting manufacturer’s recommendations. Socket fusion is the process of fusing pipe to pipe, or pipe to fitting by the use of a male and female end that are heated simultaneously, and pressed together so the outside wall of the male end is fused to the inside wall of the female end. Qualification of the fusion technician shall be demonstrated by evidence of socket fusion training within the past year on the equipment to be utilized on this project.

D. Electrofusion: Electrofusion joining shall be done in accordance with the manufacturer’s recommended procedure. Other sources of electrofusion joining information are ASTM F 1290 and PPI TN 34. The process of electrofusion requires an electric source, a transformer, commonly called an electrofusion box that has wire leads, a method to read electronically (by laser) or otherwise input the barcode of the fitting, and a fitting that is compatible with the type of electrofusion box used. The electrofusion box must be capable of reading and storing the input parameters and the fusion results for later download to a record file. Qualification of the fusion technician shall be demonstrated by the evidence of electrofusion training within the past year on the equipment to be utilized for this project.

E. Mechanical:

1. Mechanical connection of HDPE to auxiliary equipment such as valves, pumps, and fittings shall use mechanical joint adapters and other devices in conformance with the PPI Handbook of Polyethylene Pipe, Chapter 9 and AWWA Manual of Practice M55, Chapter 6.

2. Mechanical connections on small pipe under 3” are available to connect HDPE pipe to other HDPE pipe, or a fittings, or to a transition to another material. The use of stab-fit style couplings is allowed, along with the use of metallic couplings of brass and other materials. All mechanical and compression fittings shall be recommended by the manufacturer for potable water use. When a compression type or mechanical type of coupling is used, the use of a rigid tubular insert stiffener inside the end of the pipe is recommended.

3. Unless specified by the fitting manufacturer, a restraint harness or concrete anchor is recommended with mechanical couplings to prevent pullout.

Page 249: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 9

4. Mechanical coupling shall be made by qualified technicians. Qualification of the field technician shall be demonstrated by evidence of mechanical coupling training within the past year. This training shall be on the equipment and pipe components to be utilized for this project.

F. Joint Recording – The critical parameters of each fusion joint, as required by the manufacturer and these specifications, shall be recorded either manually or by an electronic data logging device. All fusion joint data shall be included in the Fusion Technician’s joint report.

G. The specifier is referred to the list of manufacturers as shown on the PPI website http://plasticpipe.org/municipal_pipe/mi_members.html

3.2 INSTALLATION

A. Buried HDPE pipe and fittings shall be installed in accordance with ASTM D2321 or ASTM D2774 for pressure systems and AWWA Manual of Practice M55 Chapter 7.

B. Pipe embedment - Embedment material should be Class I, Class II, or Class III , materials as defined by ASTM D-2321 Section 6. The use of Class IV and Class V materials is not recommended, however it may be used only with the approval of the engineer and appropriate compaction.

C. Bedding: Pipe bedding shall be in conformance with ASTM D2321 Section 8. Compaction rates should be as specified in ASTM D2321. Deviations shall be approved by the engineer.

D. Haunching and backfill shall be as specified in ASTM D 2321 Section 9 with Class I, II, or III materials. Compaction shall be in excess of 95% Proctor.

3.3 TESTING

A. Hydrostatic leakage testing is recommended and shall comply with ASTM F 2164, ASTM F 1412, AWWA Manual of Practice M55 Chapter 9, and PPI Handbook of Polyethylene Pipe Chapter 2 (2nd

Edition). If the test section fails this test, the Contractor shall repair or replace all defective materials and/or workmanship at no additional cost to the Owner.

B. Pneumatic (compressed air) leakage testing of HDPE pressure piping is prohibited for safety reasons.

3.4 CLEANING AND DISINFECTING

A. Cleaning and disinfecting of potable water systems shall be in accordance with AWWA C651 and AWWA Manual of Practice M55 Chapter 10, and PPI Handbook of Polyethylene Pipe Chapter 2 (2nd Edition).

B. After installation and pressure testing, new water mains should be disinfected according to AWWA C651.

C. The disinfection chemicals should be limited to less than 12% active chlorine. The duration of the disinfection should not exceed 24 hours.

D. Upon completion, the system should be thoroughly flushed with fresh water, and retested to verify the disinfectant chlorine level has been reduced to potable drinking water concentrations in all service water tubing and branch lateral pipes.

End of section

Page 250: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02505 - 10

THIS PAGE INTENTIONALLY LEFT BLANK

Page 251: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 1

SECTION 02506

POLYVINYL CHLORIDE PIPE

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Polyvinyl chloride pressure pipe for water distribution, in nominal diameters 4 inches through 20 inches.

B. Polyvinyl chloride sewer pipe for gravity sewers and force mains in nominal diameters 4 inches through 48 inches.

C. Polyvinyl chloride pressure pipe for gravity sewers and force mains in nominal diameters 4 inches throguh2 0 inches.

1.2 MEASUREMENT AND PAYMENT

A. Unit Prices

1. No separate payment will be made for PVC pipe under this Section. Include cost in unit price for work included as specified in the following sections:

a. SECTION 02511 – Water Lines NOT USED

b. SECTION 02531 – Gravity Sanitary Sewers

c. SECTION 02532 – Sanitary Sewer Force Mains

d. SECTION 02631 – Storm Sewers NOT USED

2. Refer to SECTION 01025 – Measurement and Payment for unit price procedures.

B. Stipulated Price (Lump Sum). If Contract is Stipulated Price Contract, Payment for work in this Section is included in total Stipulated Price.

1.3 REFERENCES

A. ANSI A 21.16 (AWWA C 116) - Protective Fusion Bonded Epoxy Coating for the Interior and Exterior Surfaces of Ductile Iron and Grey Iron Fittings for Water Supply Service.

B. ASTM D 1248 - Standard Specification for Polyethylene Plastics Molding and Extrusion Materials.

C. ASTM D 1784 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.

D. ASTM D 2241 - Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series).

E. ASTM D 2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications.

Page 252: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 2

F. ASTM D 2444 - Standard Test Method for Determination of the Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup (Falling Weight).

G. ASTM D 2680 - Specification for Acrylonitrile-Butadiene-Styrene (ABS) and Poly (Vinyl Chloride) (PVC) Composite Sewer Piping.

H. ASTM D 3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings.

I. ASTM D 3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals.

J. ASTM D 3212 - Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals.

K. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe.

L. ASTM F 679 - Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings.

M. ASTM F 794 - Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter.

N. ASTM F 949 - Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with Smooth Interior and Fittings.

O. AWWA C 110 - American National Standard for Ductile-Iron and Gray-Iron Fittings, 3 Inches through 48 Inches for Water.

P. AWWA C 111 - American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.

Q. AWWA C 900 - Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 Inches Through 12 Inches for Water Distribution.

R. AWWA C 905 - Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 In. Through 48 In., for Water Transmission and Distribution.

S. AWWA C 909 - Standard for Molecularly-Oriented Polyvinyl Chloride (PVCO) Pressure Pipe, 4 Inches through 12 Inches (100mm through 300 mm), for Water Distribution.

T. PPI TR3 - Policies and Procedures for Developing Recommended Hydrostatic Design Stresses for Thermoplastic Pipe Materials.

U. UNI-B-13 - Recommended Standard Performance Specification for Joint Restraint Devices for Use with Polyvinyl Chloride Pipe.

1.4 SUBMITTALS

A. Conform to requirements of SECTION 01330 – Submittal Procedures.

B. Submit shop drawings showing design of new pipe and fittings indicating alignment and grade, laying dimensions, fabrication, fittings, flanges, and special details.

Page 253: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 3

1.5 QUALITY CONTROL

A. Submit manufacturer’s certifications that PVC pipe and fittings meet requirements of this Section and AWWA C 900, AWWA C 909 and AWWA C 905 for pressure pipe applications or appropriate ASTM standard specified for gravity sewer pipe.

B. Submit manufacturer’s certification that PVC pressure pipe for water lines and force mains has been hydrostatically tested at factor in accordance with AWWA C 900, AWWA C 909 and AWWA 905, and this Section.

C. When foreign manufactured material is proposed for use, have material tested for conformance to applicable ASTM requirements by certified independent testing laboratory located in United States. Certification from other source is not acceptable. Furnish copies of test reports to Project Manager for review. Cost of testing paid by Contractor.

PART 2. PRODUCTS

2.1 MATERIAL

A. Use PVC compounds in manufacture of pipe that contain no ingredient in amount that has been demonstrated to migrate into water in quantities considered to be toxic.

B. Furnish PVC pressure pipe manufactured from Class 12454-A or Class 12454-B virgin PVC compounds as defined in ASTM D 1784. Use compounds qualifying for rating of 4000 psi for water at 73.4°F per requirements of PPI TR3. Provide pipe which is homogenous throughout, free of voids, cracks, inclusions, and other defects, uniform as commercially practical in color, density, and other physical properties. Deliver pipe with surfaces free from nicks and scratches with joining surfaces of spigots and joints free from gouges and imperfections which would cause leakage.

C. PVC Restrained Pipe:

1. Pipe Material:

a. DR 18: For restrained joints where shown on Drawings.

b. DR 14: For alternate to offset pipe sections shown on Drawings. Do not use PVC for offset sections with depth of cover greater than 20 feet or less than 4 feet.

D. Water Service.

1. Provide self-extinguishing PVC pipe that bears Underwriters’ Laboratories mark of approval and is acceptable without penalty to Texas State Fire Insurance Committee for use in fire protection lines.

2. Bear National Sanitation Foundation Seal of Approval (NSFPW).

E. Gaskets:

1. Gaskets shall meet requirements of ASTM F 477. Use elastomeric factory – installed gaskets to make joints flexible and watertight.

Page 254: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 4

2. Flat Face Mating Flange: Full faces 1/8-inch-thick ethylene propylene (EPR) rubber.

3. Raised Face Mating Flange: Flat ring 1/8-inch ethylene propylene (EDR) rubber, with filler gasket between OD of raised face and flange OD to protect flange from bolting moment.

F. Lubricant for rubber-gasketed joints: Water soluble, non-toxic, non-objectionable in taste and odor imparted to fluid, non-supporting of bacteria growth, having no deteriorating effect on PVC or rubber gaskets.

G. Do not use PVC in potentially or known contaminated areas.

H. Do not use PVC in areas exposed to direct sunlight.

2.2 WATER SERVICE PIPE

A. Pipe 4 inch through 12 inch: AWWA C 900, DR 18; AWWA C 909, Pressure Class 150 psi, AWWA C 900, DR 14 as alternate to offset pipe sections; nominal 20-foot lengths; cast-iron equivalent outside diameters.

B. Pipe 14 inch through 20 inch: AWWA C 905; 235 psi; DR 18; nominal 20-foot lengths; cast-iron equivalent outside diameter.

C. Provide Polyvinyl Chloride Pipe from approved manufacturers.

D. Make curves and bends by deflecting joints. Do not exceed maximum deflection recommended by pipe manufacturer. Submit details of other methods of providing curves and bends for review by Project Manager.

E. Hydrostatic Test: AWWA C 900, AWWA C 905, AWWA C 909, ANSI A 21.10 (AWWA C 110); at point of manufacture; submit manufacturer’s written cerification.

2.3 GRAVITY SEWER PIPE A. PVC gravity sanitary sewer pipe shall be in accordance with provisions in following table:

Page 255: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 5

WALL

CONSTRUCTION

ASTM

DESIGNATION

SDR (MAX.)/

STIFFNESS (MIN.)

DIAMETER SIZE

RANGE Solid

D3034 SDR 26 6" to 10"

D3034 SDR 26 12" & 15"

F679 PS 115 18" to 27"

AWWA C900 DR 18 4" to 12"

ASTM D2241 SDR 21 4" to 16"

AWWA C905 DR 18 14" to 24" Truss (Gasketed)

D2680

N/A /200 psi

8" to 15"

Profile

F949

F949

F794

F794

N/A / 46 psi

N/A / 115 psi

N/A / 46 psi

N/A / 46 psi

12" to 36"

8" to 10"

8" to 30"

24" to 36"

B. When solid wall PVC pipe 18 inches to 27 inches in diameter is required in SDR 26, provide pipe conforming to ASTM F 679, except provide wall thickness as required for SDR 26 and pipe strength of 115 psi.

C. For sewers up to 12-inch diameter crossing over water lines, or crossing under water lines with less than 2-feet separation, provide minimum 150 psi pressure-rated pipe conforming to ASTM D 2241 with suitable pressure rated PVC adapter couplings.

D. Joints: Spigot and integral wall section bell with solid cross section elastomeric or rubber ring gasket conforming to requirements of ASTM D 3212 and ASTM F 477, or ASTM D 3139 and ASTM F 477. Gaskets shall be factory-assembled and securely bonded in place to prevent displacement. Manufacturer shall test sample from each batch conforming to requirements ASTM D 2444.

E. Fittings: Provide PVC gravity sewer sanitary bends, tee, or wye fittings for new sanitary sewer construction. PVC pipe fittings shall be full-bodied, either injection molded or factory fabricated. Saddle-type tee or wye fittings are not acceptable.

F. Conditioning. Conditioning of samples prior to and during tests is subject to approval by Project Manager. When referee tests are required, condition specimens in accordance with Procedure A in ASTM D 618 at 73.4 degrees F plus or minus 3.6 degrees F and 50 percent relative humidity plus or minus 5 percent relative humidity for not less than 40 hours prior to test. Conduct tests under same conditions of temperature and humidity unless otherwise specified.

G. Pipe Stiffness. Determine pipe stiffness at 5 percent deflection in accordance with Test Method D 2412. Minimum pipe stiffness shall be 46 psi. For diameters 4 inches through 18 inches, test

Page 256: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 6

three specimens, each a minimum of 6 inches (152 mm) in length. For diameters 21 inch through 36 inch, test three specimens, each a minimum of 12 inch (305 mm) in length.

H. Flattening. Flatten three specimens of pipe, prepared in accordance with Paragraph 2.04F, in suitable press until internal diameter has been reduced to 60 percent of original inside diameter of pipe. Rate of loading shall be uniform. Test specimens, when examined under normal light and with unaided eye, shall show no evidence of splitting, cracking, breaking, or separation of pipe walls or bracing profiles. Perform the flattening test in conjunction with pipe stiffness test.

I. Joint Tightness. Test for joint tightness in accordance with ASTM D 3212, except that joint shall remain watertight at minimum deflection of 5 percent. Manufacturer will be required to provide independent third party certification for joint testing each diameter of storm sewer pipe.

J. Purpose of Tests. Flattening and pipe stiffness tests are intended to be routine quality control tests. Joint tightness test is intended to qualify pipe to specified level of performance.

2.4 SANITARY SEWER FORCE MAIN PIPE A. Provide approved PVC pressure pipe conforming to requirements for water service pipe, and

conforming to minimum working pressure rating specified in Section 02532 - Sanitary Sewage Force Mains.

B. Acceptable pipe joints are integral bell-and-spigot, containing a bonded-in elastomeric sealing ring meeting requirements of ASTM F 477. In designated areas requiring restrained joint pipe and fittings, use approved joint restraint device conforming to UNI-B-13, for PVC pipe 12-inch diameter and less.

C. Fittings: Provide approved ductile iron fittings as per Section 15020 - Ductile Iron Pipe and Fittings, Paragraph 2.04, except furnish fittings with one of following approved internal linings:

1. Nominal 40 mils (35 mils minimum) virgin polyethylene complying with ASTM D 1248, heat fused to interior surface of fitting

2. Nominal 40 mils (35 mils minimum) polyurethane

3. Nominal 40 mils (35 mils minimum) ceramic epoxy

4. Nominal 40 mils (35 mils minimum) fusion bonded epoxy

D. Exterior Protection: Provide polyethylene wrapping of ductile-iron fittings.

E. Hydrostatic Tests: Hydrostatically test pressure rated pipe in accordance with Paragraph 2.02E.

2.5 BENDS AND FITTINGS FOR PVC PRESSURE PIPE A. Bends and Fittings: ANSI A 21.10 or ANSI A 21.53, ductile iron; ANSI A 21.11 single rubber gasket

push-on type joint; minimum 150 psi pressure rating. Approved restrained joints, 250psi, may be provided for up to 12 inches in diameter (water or sanitary).

B. Provide approved restrained joint fittings: Integral restrained joint fittings and pipe do not require secondary restraint.

PART 3. EXECUTION

3.1 PROTECTION A. Store pipe under cover out of direct sunlight and protect from excessive heat or harmful chemicals in

Page 257: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 7

accordance with manufacturer’s recommendations.

3.2 INSTALLATION A. Conform to requirements of SECTION 02511 – Water Lines, Section 02531 – Gravity Sanitary Sewers,

and SECTION 02532 – Sanitary Sewer Force Mains, as applicable.

B. Install PVC pipe in accordance with SECTION 02317 – Excavation and Backfill for Utilities, ASTM D 2321 for Sewer Pipe, and Manufacturer’s Recommendations.

C. Install PVC water service pipe for clear utility lines and have minimum depth of cover below property line grade of street, unless otherwise required by Drawings:

1. Water service pipe 12 inches in diameter and smaller 4 feet of cover.

2. Water service pipe 16 inches in diameter and larger 5 feet of cover.

D. Avoid imposing strains that will overstress or buckle pipe when lowering pipe into trench.

E. Hand shovel pipe bedding under pipe haunches and along sides of pipe barrel and compact to eliminate voids and ensure side support.

F. Store PVC pipe under cover out of direct sunlight. Protect pipe from excessive heat or harmful chemicals. Prevent by crushing or piercing.

G. Allow PVC pipe to cool to ground temperature before backfilling when assembled out of trench to prevent pullout due to thermal contraction.

3.3 PVC RESTRAINED MECHANISM A. Do not apply lubricant to spline or pipe or coupling spline grooves.

B. Do not use excessive force while inserting the spline through coupling. C. Insert spline until it is fully seated around circumference of pipe.

C. Field Cutting of Pipe Ends:

1. Perform by workers certified by manufacturer.

2. Use a PVC pipe cutter and provide square ends.

3. Use manufacturer approved power routing and grooving tool to field fabricate required pipe groove.

END OF SECTION

Page 258: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02506 - 8

THIS PAGE INTENTIONALLY LEFT BLANK

.

Page 259: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 1

SECTION 02531

GRAVITY SANITARY SEWERS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Gravity sanitary sewers and appurtenances, including stacks and service connections.

1.2 SUBMITTALS

A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures.

B. PVC gravity sanitary sewer pipe shall be in accordance with the provisions in the following table, unless otherwise shown on the Drawings:

ALL CONSTRUCTION ASTM DESIGNATION SDR DIAMETER SIZE RANGE

Solid

D3034

SDR 26

6" to 15"

F679

PS 115

18" to 36"

C. For sewers crossing over waterlines, or crossing under waterlines shall comply with effective Texas

Commission on Environmental Quality (TCEQ) regulations.

D. Joints: Spigot and integral wall section bell with solid cross section elastomeric or rubber ring gasket conforming to requirements of ASTM D 3212 and ASTM F 477, or ASTM D 3139 and ASTM F 477. Gaskets shall be factory-assembled and securely bonded in place to prevent displacement. The manufacturer shall test a sample from each batch conforming to requirements ASTM D 2444.

E. Submit proposed methods, equipment, materials and sequence of operations for sewer construction. Plan operations to minimize disruption of utilities to occupied facilities or adjacent property.

F. Test Reports: Submit test reports and inspection videos as specified in Part 3 of this Section.

1.3 QUALITY ASSURANCE

A. Qualifications. Install a sanitary sewer that is watertight both in pipe-to-pipe joints and in pipe-to- manhole connections. Perform testing in accordance with SECTION 02533 - Acceptance Testing for Sanitary Sewers.

B. Regulatory Requirements.

1. Install sewer lines to meet the minimum separation distance from any potable water line, as scheduled below. The separation distance is defined as the distance between the outside of the water pipe and the outside of the sewer pipe. When possible, install new sanitary sewers no closer to water lines than 9 feet in all directions. Where this separation distance cannot be achieved, new sanitary sewers shall be installed as specified in this section.

2. Make notification to the OWNER if water lines are uncovered during sanitary sewer installation where the minimum separation distance cannot be maintained.

Page 260: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 2

3. Lay gravity sewer lines in straight alignment and grade.

1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Inspect pipe and fittings upon arrival of materials at the job site.

B. Handle and store pipe materials and fittings to protect them from damage due to impact, shock, shear or free fall. Do not drag pipe and fittings along the ground. Do not roll pipe unrestrained from delivery trucks.

C. Use mechanical means to move or handle pipe. Employ acceptable clamps, rope or slings around the outside barrel of pipe and fittings. Do not use hooks, bars, or other devices in contact with the interior surface of the pipe to lift or move lined pipe.

PART 2. PRODUCTS

2.1 PIPE

A. Provide piping materials for gravity sanitary sewers of the sizes and types indicated on the Drawings or as specified.

2.2 PIPE MATERIAL SCHEDULE

A. Unless otherwise shown on the Drawings, use pipe materials that conform to requirements specified in one or more of the following Sections:

1. City of Laredo Standards Section 202 – PVC Sewer Pipe.

B. Where shown on the Drawings, provide pipe meeting the minimum class, dimension ratio, or other criteria indicated.

C. Pipe materials other than those listed above shall not be used for gravity sanitary sewers.

2.3 APPURTENANCES

A. Stacks.

B. Service Connections.

C. Roof, street or other type of surface water drains shall not be connected or reconnected into the sanitary sewer lines.

2.4 BEDDING, BACKFILL, AND TOPSOIL MATERIAL

A. Bedding and Backfill: Conform to requirements of SECTION 02317 – Excavation and Backfill for Utilities.

PART 3. EXECUTION

3.1 PREPARATION

A. Prepare traffic control plans and set up street detours and barricades in preparation for excavation if construction will affect traffic.

B. Provide barricades, flashing warning lights, and warning signs for excavations. Maintain barricades and warning lights where work is in progress or where traffic is affected by the work.

C. Perform work in accordance with OSHA standards. Employ a trench safety system as specified in SECTION 01561 - Trench Safety System for excavations over 5 feet deep.

Page 261: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 3

D. Immediately notify the agency or company owning any utility line which is damaged, broken or disturbed. Obtain approval from OWNER and agency or utility company for any repairs or relocations, either temporary or permanent.

E. Remove old pavements and structures including sidewalks and driveways in accordance with requirements.

F. Install and operate dewatering and surface water control measures.

G. Do not allow sand, debris or runoff to enter sewer system.

3.2 DIVERSION PUMPING

A. Install and operate required bulkheads, plugs, piping, and diversion pumping equipment to maintain sewage flow and to prevent backup or overflow. Obtain approval for diversion pumping equipment and procedures from OWNER.

B. Design piping, joints and accessories to withstand twice the maximum system pressure or 50 psi, whichever is greater.

C. No sewage shall be diverted into any area outside of the sanitary sewer.

D. In the event of accidental spill or overflow, immediately stop the overflow and take action to clean up and disinfect spillage. Promptly notify OWNER so that required reporting can be made to the Texas Commission on Environmental Quality (TCEQ) and the Environmental Protection Agency (USEPA) by the OWNER.

3.3 EXCAVATION

A. Earthwork. Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. Use bedding as indicated on Drawings & specifications.

B. Line and Grade. Establish the required uniform line and grade in the trench from benchmarks identified by the OWNER. Maintain this control for a minimum of 100 feet behind and ahead of the pipe-laying operation. Use laser beam equipment to establish and maintain proper line and grade of the work. Use of appropriately sized grade boards which are substantially supported is also acceptable. Protect the boards and location stakes from damage or dislocation.

C. Trench Excavation. Excavate pipe trenches to depths shown on Drawings and as specified in Section 02317 - Excavation and Backfill for Utilities.

3.4 PIPE INSTALLATION BY OPEN CUT

A. Install pipe in accordance with the pipe manufacturer's recommendations and as specified in the following paragraphs.

B. Install pipe only after excavation is completed, the bottom of the trench fine graded, bedding material is installed, and the trench has been approved by the OWNER.

C. Install pipe to the line and grade indicated. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignment indicated. Provide bell holes where necessary.

D. Install pipe with the spigot ends toward the direction of flow.

E. Form a concentric joint with each section of adjoining pipe so as to prevent offsets.

F. Keep the interior of pipe clean as the installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag in the pipe and pull it forward past each joint immediately after the joint has been completed. Remove foreign material and debris from the pipe.

Page 262: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 4

G. Provide lubricant, place and drive home newly laid sections with come-a-long winches so as to eliminate damage to sections. Install pipe to "home" mark where provided. Use of back hoes or similar powered equipment will not be allowed unless protective measures are provided and approved in advance by OWNER.

H. Keep excavations free of water during construction and until final inspection.

I. When work is not in progress, cover the exposed ends of pipes with an approved plug to prevent foreign material from entering the pipe.

J. Where a gravity sanitary sewer is to be installed under an existing water line with a separation distance of at least 2 feet and less than 9 feet, install the new sewer pipe so that one full joint length of pipe is centered on the water line crossing. Embed the sewer pipe in cement stabilized sand for a minimum distance of 9 feet on each side of the crossing.

K. Where a gravity sanitary sewer is to be installed under an existing water line with a separation distance of less than 2 feet, install the new sewer using pressure-rated pipe as shown on the Drawings. Maintain a minimum 6-inch separation distance.

L. Where the length of stubs is not indicated, install a 4-foot length and seal the free end with an approved plug.

3.5 PIPE INSTALLATION OTHER THAN OPEN CUT

A. For installation of pipe by augering, jacking, or tunneling, conform to requirements of specification sections on tunneling augering, jacking and microtunneling work as appropriate.

3.6 INSTALLATION OF APPURTENANCES

A. Service Connections.

B. Stacks.

C. Construct manholes to conform to requirements of City of Laredo Standards Section 208 - Fiberglass Reinforced Plastic Manholes. Install frames, rings, and covers to conform to requirements of SECTION 02084 - Frames, Grates, Rings, and Covers.

3.7 INSPECTION AND TESTING

A. Visual Inspection: Check pipe alignment in accordance with SECTION 02533 - Acceptance Testing for Sanitary Sewers.

B. Mandrel Testing. Use a Mandrel Test to test flexible pipe for deflection. Refer to Section 02533 - Acceptance Testing for Sanitary Sewers.

C. Pipe Leakage Test. After backfilling a line segment and prior to tie-in of service connections, visually inspect gravity sanitary sewers where feasible, and test for leakage in accordance with Section 02533 - Acceptance Testing for Sanitary Sewers.

D. CCTV test, Tolerance ±5% of pipe diameter.

3.8 BACKFILL AND SITE CLEANUP

A. Backfill and compact soil in accordance with SECTION 02317 - Excavation and Backfill for Utilities.

B. Backfill the trench in specified lifts only after pipe installation is approved by the OWNER.

C. Repair and replace removed or damaged pavement, curbs, gutters, and sidewalk as specified.

D. Provide hydromulch seeding in areas of commercial, industrial or undeveloped land use over the surface of ground disturbed during construction and not paved or not designated to be paved. Grade surface at a uniform

Page 263: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 5

slope to natural grade as indicated on the Drawings. Provide a minimum of 4 inches of topsoil and apply hydromulch as specified.

E. Provide sodding in areas indicated on the drawings over the surface of ground disturbed during construction and not paved or not designated to be paved. Grade surface at a uniform slope to natural grade as indicated on the Drawings. Provide a minimum of 4 inches of topsoil in all areas that are to receive sod.

END OF SECTION

Page 264: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project GRAVITY SANITARY SEWERS SECTION 02531 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 265: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 1

SECTION 02532

SANITARY SEWER, RECYCLED WATER FORCE MAINS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Sanitary sewer force mains.

B. Recycled Water force mains.

1.2 MEASUREMENT AND PAYMENT

A. Unit Prices

1. Payment for installation of force main pipe by open-cut, augered with or without casing, or within limits of Potentially Petroleum Contaminated Area (PPCA) is on linear foot basis. Measurement will be taken along center line of pipe from end to end. Payment will be made for each foot of force main installed, complete in place including pipe, excavation, bedding, backfill and special backfill, shoring, earthwork, connections to existing manholes, acceptance testing, and pipe and accessories.

2. Payment for installation of force main pipe at a bayou crossing is on a lump sum basis.

3. The Unit Price item identifies line segments between stations as shown on Drawings.

4. Refer to SECTION 01270 – Measurement and Payment for unit price procedures.

B. Stipulated Price (Lump Sum). If Contract is Stipulated Price Contract, payment for work in this Section is included in total Stipulated Price.

1.3 REFERENCE STANDARDS

A. ACI 318 – ACI Building Code and Commentary.

B. ASTM D 696 – Standard Test Method for Coefficient of Linear Thermal Expansion of Plastics Between -30°C and 30°C with Vitreous Silica Dilatometer.

C. ASTM D 2310 – Standard Classification for Machine-Made “Fiberglass” (Glass-Fiber-Reinforced-Thermosetting-Resin) Pipe.

D. ASTM D 2992 - Standard Practice for Obtaining Hydrostatic or Pressure Design Basis for “Fiberglass” (Glass-Fiber Reinforced Thermosetting-Resin) Pipe and Fittings.

E. ASTM D 2996 – Standard Specification for Filament-Wound “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe.

F. Uni-Bell UNI-B-3 Polyvinyl Chloride (PVC) Pressure Pipe (complying with AWWA C 900).

1.4 SUBMITTALS

A. Conform to requirements of SECTION 01330 - Submittal Procedures.

B. Submit proposed methods, equipment, materials, and sequence of operations for force main construction. Plan operations to minimize disruption of utilities to occupied facilities or adjacent property.

C. Force mains 24 inches in diameter and larger: Submit shop drawings and design calculations for joint restraint systems using reinforced concrete encasement of pressure pipe and fittings.

Page 266: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 2

D. Submit qualifications, proposed methods, equipment, materials, and sequence for acceptance testing of pipeline. Submit evidence of experience with pipeline proving by pigging for at least three projects of equal or greater scope; project list shall include dates, size and length of pipe, location, owner name, contact person, and telephone number. Provide certificate of training by manufacturer of pigging equipment being used.

E. Submit test reports as specified in Part 3 of this Section.

PART 2. PRODUCTS

2.1 FORCE MAIN PIPE MATERIAL

A. Force Main Pipe Material shall be PVC and meet AWWA C-900-07 DR18 or ASTM 2241 pressure pipe (green). SDR 21 (class 200) specifications with elastomeric gasket joints.

B. Force Main Pipe Material for “Recycled Water” shall be PVC and meet AWWA C-900-07 DR 18 or ASTM 2241 pressure pipe (purple). SDR 21 (class 200) specifications with elastomeric gasket joints.

C. Identification of Force Main Pipes. A detector tape must be laid in the same trench as a force main pipe. The detector tape must be located above and parallel to the force main. The detector tape must bear the label “PRESSURIZED WASTEWATER” continuously repeated in at least 1.5 inch letters. The detector tape for the recycled water must bear the label “NON-POTABLE WATER”

2.2 PIPE FITTING MATERIAL SCHEDULE

A. Unless otherwise shown on Drawings, use pipe materials that conform to requirements specified in one or more of the following Sections:

1. SECTION 02501 – Ductile-Iron Pipe and Fittings.

2. SECTION 02506 – Polyvinyl Chloride Pipe. Provide Lined Ductile-Iron Fittings in Accordance with SECTION 02501 – Ductile-Iron Pipe and Fittings.

3. Filament-wound Fiberglass Pipe

a. Provide dual-angle, filament-wound fiberglass reinforced epoxy pipe with integral epoxy liner and exterior coating in sizes from 4-inch to 16-inch diameter. Conform to requirements of ASTM D 2310 or ASTM D 2996, depending on size and class of pipe required.

b. Fiberglass pipe shall have resin rich liner of following thickness:

1) For nominal sizes 4 inches through 6 inches, conform to ASTM D 2310RTRP 11CX and ASTM D 2996 RTRP 11CX 5430, with minimum liner thickness of 0.020 inch.

2) For nominal sizes 8 inches through 16 inches, conform to ASTM D2310 RTRP 11FX and ASTM D 2996 RTRP 11FX 3210, with minimum liner thickness of 0.025 inch.

3) The coefficient of linear thermal expansion shall be 8.5 x 10-6 inch/inch/degrees F for 4-inch through 6-inch pipe and 12.0 x 16-6 inch/inch/degrees F for 8-inch through 16-inch pipe in accordance with ASTM D 696.

c. Hydrostatic design value shall be not less that 21,000 psi when tested in accordance with ASTM D 2992(B) and not less than 8,000 psi when tested according to ASTM D 2992(A).

d. Burial depths for pipes with standard wall thickness shall be between 3 feet and25 feet.

e. Joints: Heavy duty threaded coupling system with positive o-ring seals. For 4- inch through 6-inch diameters, provide mechanical joints with fast advance, acme-type threads. Male threaded portion of couplings shall lock mechanical joints for couplings for pipe diameters of 8 inches through 16 inches.

Page 267: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 3

Axial movement of couplings shall allow up to 2 degrees of angular deflection without affecting o-ring seal integrity.

f. Fittings may be contact molded, compression molded, filament wound, or mitered. Fitting must also be capable of withstanding test pressures.

g. Pipes, fittings, and other components in this system shall be rated for service to 150 psig at 120°F. Components shall be rated at or above design pressure of system.

2.3 THRUST RESTRAINT

A. Unless otherwise shown on Drawings, provide concrete thrust blocking for force mains up to 12-inches in diameter, to prevent movement of buried lines under pressure at bends, tees, caps, valves and hydrants. Blocking shall be Portland cement concrete, as specified in SECTION 03315 - Concrete for Utility Construction. Place concrete in accordance with details on Drawings. Place thrust blocks between undisturbed ground and fittings. Anchor fittings to thrust blocks so that pipe and fitting joints are accessible for repairs. Concrete shall extend from 6 inches below pipe or fitting to 12 inches above.

B. For force mains where indicated on Drawings, provide restrained joints conforming to requirements of force main pipe material specifications. Install restrained joints for length of pipe on both sides of each bend or fitting for full length shown on Drawings. Refer to City of Laredo Standard Technical Specifications Section 132.

C. Horizontal and vertical bends between zero and 10 degrees deflection angle will not require thrust blocks or harnessed or restrained joints.

D. Horizontal and vertical bends between 10 degrees and 90 degrees deflection angle shall have thrust restraint as shown on Drawings.

E. Provide thrust restraint at tees, plugs, blow-off drains, valves, and caps, as indicated.

F. Reinforced concrete encasement of force main pipe and fittings may be used in lieu of manufactured joint restraint systems. Alternate joint restraint systems using reinforced concrete encasement shall conform to following design requirements.

1. Design calculations shall be performed and sealed by Professional Engineer licensed in State of Texas.

2. Base design calculations upon soil parameters quantified in geotechnical report for site where alternative thrust restraint system is to be installed. When data is not available for site, use parameters recommended by geotechnical engineer.

3. The design system pressure shall be specified test pressure.

4. The following safety factors shall be used in sizing restraint system:

a. Apply factor of safety equal to 1.5 for passive soil resistance.

b. Apply factor of safety equal to 2.0 for soil friction.

5. Contain encasement entirely within standard trench width and terminate on both ends at pipe bell or coupling.

6. Concrete encasement reinforcement steel shall be designed for all loads, including internal pressure and longitudinal forces. Concrete design shall be in accordance with ACI 318.

2.4 PIPE MARKERS

A. Pipeline markers shall be fiberglass. Marker shall have a minimum ground penetration of 18” and shall extend a minimum of 36” above local grade. Marker shall be White in color throughout its mass. Marker shall be installed at every 1000 foot interval and change of direction, whichever comes first. Each marker shall be affixed with four (4) permanent, reflective decals legibly presenting the following information and arranged in the following order (top to bottom) on the marker:

1. Reflective decal (no text)

2. “Caution Sanitary Sewer Force Main” or “Caution Recycled Water Force Main”

Page 268: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 4

3. City of Laredo Utilities Department. Call 956-721-2010

4. Normal Offset From Marker 2 Feet.

B. The offset distance shall be measured normal from the pipeline and shall be entered into the blank using indelible marking. Marker shall be as manufactured by Carsonite, or approved equal. Decals to be affixed by installed to the blank marker provided by the installer. Installer shall determine and enter offset measurement.

PART 3. EXECUTION

3.1 PIPE INSTALLATION BY OPEN-CUT

A. Perform excavation, bedding, and backfill in accordance with SECTION 02317 – Excavation and Backfill for Utilities.

B. Wrap ductile-iron pipe and fittings with polyethylene wrap. Do not install polyethylene wrap on ductile iron pipe protected by cathodic protection system or fusion bonded or polyurethane coated fittings.

C. Install pipe in accordance with pipe manufacturer's recommendations and as specified in following paragraphs.

D. Install pipe only after excavation is completed, bottom of trench is fine graded, bedding material is installed, and trench has been approved by Project Manager.

E. Install pipe to line and grade indicated. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in trench so interior surfaces of pipe follow grades and alignment indicated. Provide bell holes where necessary.

F. Install pipe with spigot ends toward direction of flow. Form concentric joint with each section of adjoining pipe so as to prevent offsets.

G. Keep interior of pipe clean as installation progresses. Where cleaning after laying pipe is difficult because of small pipe size, use suitable swab or drag in pipe and pull it forward past each joint immediately after joint has been completed. Remove foreign material and debris from pipe.

H. Provide lubricant, place and drive home newly-laid sections with come-a-long winches so as to eliminate damage to sections. Install pipe to “home” mark where provided. Use of back hoes or similar powered equipment will not be allowed unless protective measures are provided and approved in advance by Project Manager.

I. Keep excavations free of water during construction and until final inspection.

J. When work is not in progress, cover exposed ends of pipes with approved plug to prevent foreign material from entering pipe.

K. Where sanitary sewer force main is to be installed under existing water line with separation distance of less than 2 feet, install one full joint length of pipe, minimum 18 foot length, centered on water line and maintain minimum 6-inch separation distance.

3.2 PIPE INSTALLTION OTHER THAN OPEN-CUT

A. For installation of pipe by augering, jacking, or tunneling, conform to requirements of specification section of augering or tunneling work.

3.3 HYDROSTATIC TESTING

A. After pipe and appurtenance have been installed, test line and drain. Prevent damage to Work or adjacent areas. Use clean water to perform tests.

B. Project Manager may direct tests of relatively short sections of completed lines to minimize traffic problems or potential public hazards.

C. Test pipe in presence of Project Manager.

Page 269: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 5

D. Test pipe at 150 psig or 1.5 times design pressure of pipe, whichever is greater. Design pressure of force main shall be rated total dynamic head of lift station pump.

E. Test pipe at required pressure for minimum of 4 hours according to requirements of TCEQ.

F. Maximum allowable leakage shall be as calculated by following formula:

L = (S) (D) (P0.5

) / 133,200

Where: L = Leakage in gallons per hour. S = Length of pipe in feet. D = Inside diameter of pipe in inches. P = Pressure in pounds per square inch. (The leakage rate must not exceed 10.0 gallons per inch diameter per mile of pipe per day)

G. Correct defects, cracks, or leakage by replacement of defective items or by repairs as approved by Project Manager.

H. Plug openings in force main after testing and flushing. Use cast iron plugs or blind flanges to prevent debris from entering tested pipeline.

3.4 PIGGING TEST

A. After completion of hydrostatic testing and prior to final acceptance, test force mains longer than 200 feet by pigging to ensure piping is free of obstructions.

B. Pigs: Provide proving pigs manufactured of open-cell polyurethane foam body, without coating or abrasives which would scratch or otherwise damage interior pipe wall surface or lining. Pigs shall be able to pass through reductions of up to 65 percent of nominal cross-sectional area of pipe. Pigs shall be able to pass through standard fittings such as 45-degree and 90-degree elbows, crosses, tees, wyes, gate vales, or plug valves, as applicable to fore main being tested.

C. Test Execution: Conduct pigging test in presence of Project Manager. Provide at least 48- hours notice of scheduled pigging of force main prior to commencing test.

END OF SECTION

Page 270: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project SANITARY SEWER, RECYCLED WATER FORCE MAINS SECTION 02532 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 271: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 1

SECTION 02533

ACCEPTANCE TESTING FOR SANITARY SEWERS

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Acceptance testing of sanitary sewers including:

1. Visual inspection of sewer pipes

2. Mandrel testing for flexible sewer pipes.

3. Leakage testing of sewer pipes.

4. Leakage testing of manholes.

5. Smoke testing of point repairs.

B. All tests listed in this Section are not necessarily required on this Project. Required tests are named in other Sections which refer to this Section for testing criteria and procedures.

1.2 REFERENCES

A. ASTM C 828 - Standard Test Method for Low Pressure Air Test of Vitrified Clay Pipe Lines.

B. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method.

C. ASTM D 3034 - Standard Specification for Type PSM Polyethylene (Vinyl Chloride) (PVC) Sewer Pipe and Fittings.

D. ASTM F 794 - Specification for Polyvinyl Chloride Large-Diameter Ribbed Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter.

E. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air.

F. 30 TAC 317.2 – Design Criteria for Sewage Systems.

G. Uni-Bell UNI-B-3 Polyvinyl Chloride (PVC) Pressure Pipe (Complying with AWWA C 900).

1.3 PERFORMANCE REQUIREMENTS

A. Gravity flow sanitary sewers are required to have a straight alignment and uniform grade between manholes.

B. Flexible pipe, including “semi-rigid” pipe, is required to show no more than 5 percent deflection. Test pipe no sooner than 30 days after backfilling of a line segment but prior to final acceptance using a standard mandrel to verify that installed pipe is within specified deflection tolerances.

C. Maximum allowable leakage for Infiltration or Exfiltration

1. The total exfiltration, as determined by a hydrostatic head test, shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 2 feet above the crown of the pipe at the upstream manhole or 2 feet above the groundwater elevation, whichever is greater.

2. When pipes are installed more than 2 feet below the groundwater level, an infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater elevation must be at least 2 feet above the crown of the pipe at the upstream manhole.

3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of the Section, for measuring leakage in sewers. Perform leakage testing to verify that leakage criteria are met.

Page 272: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 2

D. Perform air testing in accordance with requirements of this Section and the Texas Commission on Environmental Quality requirements. Refer to Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times for Low Pressure Air Test, and Table 02533-4, Vacuum Test Time Table, at the end of this Section.

1.4 SUBMITTALS

A. Conform to requirements of SECTION 01330 – Submittal Procedures.

B. Test Plan: before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by OWNER. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications.

C. Test Reports: Submit test reports for each test one each segment of sanitary sewer.

1.5 GRAVITY SANITARY SEWER QUALITY ASSURANCE

A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested.

B. Provide testing reports and video tape of television inspection as directed by OWNER.

C. Upon completion of tape reviews by OWNER, CONTRACTOR will be notified regarding final acceptance of the sewer segment.

1.6 SEQUENCING AND SCHEDULING

A. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed sewer remains untested at any one time.

B. Coordinate testing schedules with OWNER. Perform testing under observation of OWNER.

1.7 TELEVISION INSPECTION

A. Quality Assurance: Submit one example video DVD of previous sewer inspection work that shows operational and structural defects in sewers, complete the audio commentary and inspection log(s).

1. Video and inspection logs will be reviewed to determine if quality of CCTV image is acceptable, and if defects were properly identified and documented.

2. Modify equipment and/or inspection procedures to achieve report material of acceptable quality.

3. Do not commence work prior to approval of report by the Engineer.

B. Inspection Logs: Unless otherwise indicated, submit inspection logs that include the following as a minimum:

1. Project title

2. Time of day

3. System map number

4. Manhole to manhole pipe section

5. Pipe segment length

6. Pipe material

7. Line size

8. Compass direction of viewing

9. Direction of camera’s travel

10. Pipe depth

11. Operator name

12. Tape counter reading at beginning and end of each manhole pipe segment.

Page 273: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 3

C. Video DVD’s: Submit completed video DVD’s after sanitary sewer main installation, cleaning and/or rehabilitation.

D. Maintain copy of all inspection documentation (DVD’s, databases, and logs) for duration of Work and warranty period.

PART 2. PRODUCTS

2.1 DEFLECTION MANDREL A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent of the inside

diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing.

B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be provided and used for modifying each size mandrel.

C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter.

D. Mandrel Dimensions (5 percent allowance). Average inside diameter and minimum mandrel diameter are specified in Table 02533-5, Pipe vs. Mandrel Diameter, at the end of this Section. Mandrels for higher strength, thicker wall pipe or other pipe not listed in the table may be used when approved by the OWNER.

2.2 EXFILTRATION TEST

A. Water Meter: Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to City requirements for water meter use.

B. Test Equipment:

1. Pipe plugs.

2. Pipe risers where the manhole cone is less than 2 feet above highest point in pipe or service lead.

2.3 INFILTRATION TEST

A. Test Equipment:

1. Calibrated 90 degree V-notch weir.

2. Pipe plugs.

2.4 LOW PRESSURE AIR TEST

A. Minimum Requirement for Equipment:

1. Control panel.

2. Low-pressure air supply connected to control panel.

3. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing.

4. Air hoses from control panel to:

a. Air supply.

b. Pneumatic plugs.

Page 274: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 4

c. Sealed line for pressuring.

d. Sealed line for monitoring internal pressure.

B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids.

2.5 GROUND WATER DETERMINATION

A. Equipment: Pipe probe or small diameter casing for ground water elevation determination.

2.6 SMOKE TESTING

A. Equipment:

1. Pneumatic plugs.

2. Smoke generator as supplied by Superior Signal Company, or an approved equal.

3. Blowers producing 2500 scfm minimum.

2.7 TELEVISION INSPECTION MATERIALS AND EQUIPMENT

A. DVD: Standard size medium usable in laptop and television DVD players.

1. Audio portion of composite DVD shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of oral report.

2. Identify each tape with tape labels showing Project Name, Subcontractor’s name, and each manhole-to-manhole pipe segment of sewer line represented on tape.

B. Television Inspection Camera(s): Equipped with rotating head, capable of 90-degree rotation from horizontal and 360-degree rotation about its centerline.

1. Minimum Camera Resolution: 400 vertical lines and 460 horizontal lines.

2. Camera lens: Not less than 140 degree viewing angle, with automatic or remote focus and iris controls.

3. Focal Distance: Adjustable through range of 6 inches (152 mm) to infinity.

4. Camera(s) shall be intrinsically safe and operative in 100 percent humidity conditions.

5. Lightning Intensity: Remote-Controlled and adjusted to minimize reflective glare.

6. Lighting and Camera Quality: Provide clear, in-focus picture of entire inside periphery of sewer.

C. Footage Counter: Measures distance traveled by camera in sewer, accurate to plus or minus 2 feet (0.6 m) in 1,000 feet (305 m).

D. Video Titling: Video equipment shall include genlocking capabilities to extent that computer generated data (such as footage, date, and size) as determined by SDR, can be overlaid onto vide, and be indicated on television monitor and permanently recorded on inspection DVD.

PART 3. EXECTUION

3.1 PREPARATION

A. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection.

B. The selection of test methods and pressures for gravity sanitary sewers shall be determined based on ground water elevation. Determine ground water elevation using appropriate equipment.

3.2 VISUAL INSPECTION OF GRAVITY SANITARY SEWERS

A. Check pipe alignment visually by flashing a light between the structures. Verify if alignment is true and no pipes are misplaced. In case of misalignment or damaged pipe, remove and re-lay or replace pipe segment.

Page 275: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 5

3.3 MANDREL TESTING FOR GRAVITY SANITARY SEWERS

A. Perform deflection testing on flexible and semi-rigid pipe to confirm pipe has no more than 5 percent deflection. Mandrel testing shall conform to ASTM D 3034. Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment.

B. Pull the approved mandrel by hand through sewer sections. Replace any section of sewer not passing the mandrel. Mandrel testing is not required for stubs.

C. Retest repaired or replaced sewer sections.

3.4 LEAKAGE TESTING FOR GRAVITY SANITARY SEWERS

A. Test Options:

1. Test gravity sanitary sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing.

2. Test new or rehabilitated sanitary sewer manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing.

3. Leakage testing shall be performed after backfilling of a line segment, and prior to tie-in of service connections.

4. If no installed piezometer is within 500 feet of the sewer segment, CONTRACTOR shall provide a temporary piezometer for this purpose.

B. Compensating for Ground Water Pressure:

1. Where ground water exists, install a pipe nipple at the same time sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole.

2. Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground water pressure to be used in line testing.

C. Exfiltration test:

1. Determine ground water elevation.

2. Plug sewer in downstream manhole.

3. Plug incoming pipes in upstream manhole.

4. Install riser pipe in outgoing pipe of upstream manhole if highest point in service lead (house service) is less than 2 feet below bottom of manhole cone.

5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 2-1/2 feet above highest point in sewer pipe, house lead, or ground water table, whichever is highest.

6. Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one-hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at the same level. Loss shall not exceed that calculated from allowable leakage according to Table 02533-1 at the end of this Section.

D. Infiltration test: Ground water elevation must be not less than 2.0 feet above highest point of sewer pipe or service lead (house service).

1. Determine ground water elevation.

2. Plug incoming pipes in upstream manhole.

3. Insert calibrated 90 degree v-notch weir in pipe on downstream manhole.

4. Allow water to rise and flow over weir until it stabilizes.

Page 276: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 6

5. Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02533-1 at the end of this Section.

E. Low Air Pressure Test: When using this test conform to ASTM C 828, ASTM C 924, or ASTM F 1417, as applicable, with holding time not less than that listed in Table 02533-2.

1. Air testing for sections of pipe shall be limited to lines less than 36-inch average inside diameter.

2. Lines 36-inch average inside diameter and larger shall be tested at each joint. The minimum time allowable for the pressure to drop form 3.5 pounds per square inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds, regardless of pipe size.

3. For pipe sections less than 36-inch average inside diameter:

a. Determine ground water level.

b. Plug both ends of pipe. For concrete pipe, flood pipe and allow 2 hours to saturate concrete. Then drain and plug concrete pipe.

c. After a manhole-to-manhole section of sanitary sewer main has been sliplined and prior to any service lines being connected to new liner, plug liner at each manhole with pneumatic plugs.

d. Pressurize pipe to 4.0 psig. Increase pressure 1.0 psi for each 2.3 feet of ground water over highest point in system. Allow pressure to stabilize for 2 to 4 minutes. Adjust pressure to start at 3.5 psig (plus adjustment for ground water table). See Table 02533-2 at the end of this Section.

e. To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that listed in the Table 02533-2 at the end of this Section for pipe diameter and length. For sliplining, use diameter of carrier pipe.

F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested.

3.5 TEST CRITERIA TABLES

A. Exfiltration and Infiltration Water Tests: Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this Section.

B. Low Pressure Air Test:

1. Times in Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are based on the equation from Texas Commission on Environmental Quality (TCEQ) Design Criteria 317.2(a)(4)(B).

T = 0.0850(D)(K)/(Q) where: T = time for pressure to drop 1.0 pounds per square inch gauge in seconds K = 0.000419 DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size in feet Q = rate of loss, 0.0015 ft3/min./sq. ft. internal surface

2. Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter

as given in Table 02533-3, Minimum Testing Times for Low Pressure Air Test.

Notes:

• When two sizes of pipe are involved, the time shall be computed by the ratio of lengths involved.

• Lines with a 27-inch average inside diameter and larger may be air tested at each joint. • Lines with an average inside diameter greater than 36 inches must be air tested for leakage at

each joint.

Page 277: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 7

• If the joint test is used, a visual inspection of the joint shall be performed immediately after testing.

• For joint test, the pipe is to be pressurized to 3.5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure has stabilized, the minimum times allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be 10 seconds.

3.6 LEAKAGE TESTING FOR MANHOLES

A. After completion of manhole construction, wall sealing, or rehabilitation, but prior to backfilling, test manholes for water tightness using hydrostatic or vacuum testing procedures.

B. Plug influent and effluent lines, including service lines, with suitably-sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled.

C. Vacuum testing:

1. Install vacuum tester head assembly at top access point of manhole and adjust for proper seal on straight top section of manhole structure. Following manufacturer's instructions and safety precautions, inflate sealing element to the recommended maximum inflation pressure; do not over-inflate.

2. Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02533-4, Vacuum Test Time Table.

3. If the drop in vacuum exceeds 1 inch Hg over the specified time period tabulated above, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained.

D. Hydrostatic exfiltration testing shall be performed as follows:

1. Seal wastewater lines coming into the manhole with an internal pipe plug. Then fill the manhole with water and maintain it full for at least one hour.

2. The maximum leakage for hydrostatic testing shall be 0.025 gallons per foot diameter per foot of manhole depth per hour.

3. If water loss exceeds amount tabulated above, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained.

3.7 SMOKE TEST PROCEDURE FOR POINT REPAIRS

A. Application: Perform smoke test to:

1. Locate points of line failure for point repair.

2. Determine if point repairs are properly made.

3. Determine if service connections have been reconnected to the rehabilitated sewer.

4. Check integrity of connections to newly replaced service taps to liners and to existing private service connections.

B. Limitations: Do not backfill service taps until completion of this test. Test only those taps in a single manhole section at any one time. Keep the number of open excavations to a minimum.

C. Isolate Section: Isolate the manhole section to be tested from adjacent manhole sections to keep smoke localized. Temporarily seal the annular space at manhole for sliplined sections.

D. Smoke Introduction:

1. Operate equipment according to manufacturer’s recommendation and as approved by OWNER.

Page 278: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 8

2. Conduct test by forcing smoke from smoke generators through sanitary sewer main and service connections. Operate smoke generators for a minimum of 5 minutes.

3. Introduce smoke into upstream and downstream manhole as appropriate. Monitor the tap/connection for smoke leaks. Note sources of leaks.

E. Repair and Retest: Repair and replace any tapes or connections noted as leaking and then retest. Taps and connections may be left exposed in only one manhole section at a time. If repair or replacement, testing or retesting, and backfilling of the excavation is not completed within one work day, properly barricade and cover each excavation as approved by OWNER.

F. Service Connections: On houses where smoke does not issue from plumbing vent stacks to confirm reconnection of sewer service to the newly installed liner pipe, perform a dye test to confirm reconnection. Introduce dye into the service line through a plumbing fixture inside the structure or a sewer cleanout immediately outside the structure and flush with water. Observe flow at service reconnection or downstream manhole. Detection of dye confirms a reconnection.

3.8 TELEVISION INSPECTION PROCEDURES

A. SEWER FLOW REQUIREMENTS

1. Do not exceed depth of flow shown in Table 1 for respective pipe sizes as measured in manhole when performing TV inspection.

2. When depth of flow at upstream manhole of sewer line section being worked is above maximum allowable for TV inspection, reduce flow to level shown in Table 1, by plugging or blocking of flow, or by pumping and bypassing of flow as specified.

TABLE 1 Maximum Depth of Flow for TV Inspection

Nominal Pipe Diameter Maximum Depth of Flow

6” - 10” 20 percent of pipe diameter 12” - 24” 25 percent of pipe diameter

A. SEQUENCE OF WORK

Perform Work in the following sequence:

1. Clean Sewer lines and manholes in accordance with requirements of specifications.

2. Perform TV inspection to comply with requirements of this specification.

B. INSPECTION REQUIREMENTS

1. Access: Owner/Engineer shall have access to observe monitor and other operations at all times.

2. DVD Commentary: Record the following information on audio track of DVD inspection tape: narrative of location, direction of view, manhole numbers, pipe diameter and material, date, time of inspection, and location of laterals and other key features.

a. DVD shall visually display this information at beginning and end of each manhole-to-manhole pipe segment.

b. DVD between manholes shall visually display length in feet from starting point of given segment.

3. Sewer Identification: DVD and inspection documentation shall include sewer line and manhole identifiers shown on Drawings. After installation of liner, use upstream manhole as identifier in conjunction with distance meter.

4. Image Perspective: Camera image shall be down center axis of pipe when camera is in motion.

a. Provide 360-degree sweep of pipe interior at points of interest, to more fully document existing condition of sewer.

Page 279: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 9

b. Points of interest may include, but are not limited to the following: defects, encrustations, mineral deposits, debris, sediment, and any location determined not to be clean or part of proper liner installation, and defects in liner that include, but are not limited to bumps, folds, tears, and dimples.

c. Cabling system employed to transport camera and transmit its signal shall not obstruct camera’s view.

5. Sewer Reach Length: Physically measure and record length of each sewer reach from centerline of its terminal manholes.

6. Inspection Rate: Camera shall be pulled through sewer in either direction, but both inspections are to be in same direction. Maximum rate of travel shall be 30 feet (9 m) per minute when recording.

C. FIELD QUALITY CONTROL

1. Owner/Engineer will review DVD’s and logs to ensure lines are clean and free of visible defects.

2. If sewer line, in sole opinion of Owner/Engineer, is not adequately clean, and free of visual defects it shall be re-cleaned and CCTV-inspected by Contractor at no additional cost.

Page 280: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 10

Table 02533-1 WATER TEST ALLOWABLE LEAKAGE

DIAMETER OF RISER OR STACK IN INCHES

VOLUME PER INCH OF DEPTH ALLOWANCE LEAKAGE*

INCH GALLONS PIPE SIZE IN INCHES GALLONS/MINUTE PER

100 FT.

1 2

2.5 3 4 5 6 8

0.7854 3.1416 4.9087 7.0686

12.5664 19.6350 28.2743 50.2655

.0034 .0136 .0212 .0306 .0306 .0544 .1224 .2176

6 8

13 12 15 18 21 24 27 30 36 42

0.0039 0.0053 0.0066 0.0079 0.0099 0.0118 0.0138 0.0158 0.0177 0.0197 0.0237 0.0276

For other diameters, multiply square of diameters by value for 1" diameter.

Equivalent to 50 gallons per inch of inside diameter per mle per 24 hours.

* Allowable leakage rate shall be reduced to 10 gallons per inch of inside diameter per mile per 24 hours, when

sewer is identified as located within the 25-year flood plain. Table 02533-2 ACCEPTANCE TESTING FOR SANITARY SEWERS

TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG

Pipe Diam.

(in)

Min. Time

(min:sec)

Length for Min. Time (ft)

Time for Longer Length (sec)

Specification Time for Length (L) Shown (min:sec)

100 ft

150 ft

200 ft

250 ft

300 ft

350 ft

400 ft

450 ft

500 ft

550 ft

600 ft

6 8

10 12 15 18 21 24 27 30 33

5:40 7:33 9:27

11:20 14:10 17:00 19:50 22:40 25:30 28:20 31:10

398 298 239 199 159 133 114 99 88 80 72

0.8548 1.5196 2.3743 3.4190 5.3423 7.6928

10.4708 13.6762 17.3089 21.3690 25.8565

5:40 7:33 9:27

11:20 14:10 17:00 19:50 22:48 28:51 35:37 43:06

5:40 7:33 9:27

11:20 14:10 19:14 26:11 34:11 43:16 53:25 64:38

5:40 7:33 9:27

11:20 17:48 25:39 34:54 45:35 57:42 71:14 86:11

5:40 7:33 9:54

14:15 22:16 32:03 43:38 56:59 72:07 89:02

107:44

5:40 7:36

11:52 17:06 26:43 38:28 52:21 68:23 86:33

106:51 129:17

5:40 8:52

13:51 19:57 31:10 44:52 61:05 79:47

100:58 124:39 150:50

5:42

10:08 15:50 22:48 35:37 51:17 69:48 91;10

115:24 142:28 172:23

6:25

11:24 17:48 25:39 40:04 57:42 78:32

102:34 129:49 160:16 193:55

7:07

12:40 19:47 28:30 44:31 64:06 87:15

113:58 144:14 178:05 215:28

7:50

13:56 21:46 31:20 48:58 70:31 95:59

125:22 158:40 195:53 237:01

8:33

15:12 23:45 34:11 53:25 76:56

104:42 136:46 173:05 213:41 258:34

Page 281: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 11

Table 02533-3 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST

PIPE DIAMETER (INCHES)

MINIMUM TIME (SECONDS)

LENGTH FOR MINIMUM TIME (FEET)

TIME FOR LONGER LENGTH (SECONDS)

6 340 398 0.855 (L) 8 454 298 1.520 (L)

10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L)

Table 02533-4

VACUUM TEST TIME TABLE

DEPTH IN FEET

TIME IN SECONDS BY PIPE DIAMETER

48" 60" 72"

4 10 13 16

8 20 26 32

12 30 39 48

16 40 52 64

20 50 65 80

24 60 78 96

* 5.0 6.5 8.0 *Add T times for each additional 2-foot depth.

(The values listed above have been extrapolated from ASTM C 924-85)

Page 282: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ACCEPTANCE TESTING FOR SANITARY SEWERS SECTION 02533 - 12

Table 02533-5 PIPE VS. MANDREL DIAMETER

Material and Wall Construction

Nominal Size

(Inches)

Average I.D.

(Inches)

Minimum Mandrel Diameter (Inches)

PVC-Solid (SDR 26) 6 5.764 5.476 8 7.715 7.329

10 9.646 9.162 PVC-Solid (SDR 35) 12 11.737 11.150

15 14.374 13.655 18 17.629 16.748 21 20.783 19.744 24 23.381 22.120 27 26.351 25.033

PVC-Truss 8 7.750 7.363 10 9.750 9.263 12 11.790 11.201 15 14.770 14.032

PVC-Profile (ASTM F 794) 12 11.740 11.153 15 14.370 13.652 18 17.650 16.768 21 20.750 19.713 24 23.500 22.325 27 26.500 25.175 30 29.500 28.025 36 35.500 33.725 42 41.500 39.425 48 47.500 45.125

HDPE-Profile 18 18.000 17.100 21 21.000 19.950 24 24.000 22.800 27 27.000 25.650 30 30.000 28.500 36 36.000 34.200 42 42.000 39.900 48 48.000 45.600 54 54.000 51.300 60 60.000 57.000

Fiberglass-Centrifugally Cast (Class SN 46)

12 12.85 11.822 18 18.66 17.727 20 20.68 19.646 24 24.72 23.484 30 30.68 29.146 36 36.74 34.903 42 42.70 40.565 48 48.76 46.322 54 54.82 52.079 60 60.38 57.361

END OF SECTION

Page 283: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project FLEXIBLE BASE COURSE SECTION 02717 - 1

SECTION 02717

FLEXIBLE BASE COURSE

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Foundation course of flexible base and/or crushed stone.

1.2 REFERENCES

A. Item No. 247, of the Texas Department of Transportation Standard Specifications, 2014 edition.

1.3 SUBMITTALS

A. Conform to requirements of Section 01330 – Submittal Procedures.

PART 2. PRODUCTS

2.1 Flexible Base Course

A. Argillaceous limestone, calcareous or calcareous clay particles with or without stone, conglomerate, grave, sand or other granular materials.

B. Types “A, B, or C”, Grades 1 through 3, conforming to Item No. 247, of the Texas Department of Transportation Standard Specifications, 2014 edition.

C. Plasticity index (PI) of twelve (12) maximum and five (5) minimum.

D. The source of the material shall be approved by the OWNER.

E. Sampling and testing shall conform to the specifications.

F. Stones greater than three (3) inches in any direction shall be removed from the street during construction.

PART 3. EXECUTION

3.1 APPLICATION OF FLEXIBLE BASE COURSE

A. Flexible base material shall be placed on the approved sub-grade in course not to exceed eight (8) inches compacted lifts. The CONTRACTOR is responsible for ensuring that the required amount of materials is delivered and uniformly spread and shaped. All material shall be moved from the place where it is dumped by cutting in windrows. Once material has been cut into windrows, it shall then be sprinkled, spread and shaped, and rolled in proper sequence to prevent segregation and as necessary for required compaction.

B. Surface upon completion shall be smooth and in conformity with typical section and to the established lines and grades. Any deviation in excess of 1/4-inch in cross section and in length of sixteen (16) feet measured longitudinally shall be corrected. All irregularities, depressions, or weak spots shall be corrected.

C. Flexible base shall be compacted to an apparent dry density of not less than 98 percent (98%) of the maximum dry density as determined in accordance with TxDOT Specifications Test Method TEX 113-E. Tests for density will be made within 24 hours after compaction operations are completed. If the

Page 284: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project FLEXIBLE BASE COURSE SECTION 02717 - 2

material fails to meet the density specified, it shall be reworked as necessary to meet the density required. Just prior to the placing of any succeeding course of flexible base or surfacing on a previously completed course, the density and moisture of the top four (4) inches of the flexible base shall be checked and if tests show the density to be more than 2 percent (2%) below the specified minimum or more than 3 percent (3%) above or below the optimum, the course shall be reworked as necessary to obtain the specified compaction and moisture content.

D. Should the base course, for any reason or cause, lose the required stability, density or finish before the surface is completed the CONTRACTOR shall be responsible, at his expense, to re-compacted, refinished, and retested.

3.2 MEASUREMENT:

A. Flexible Base: The number of square yards of flexible base course to be paid for shall be measured as the square yards in place after compaction. Thickness shall be checked by means of depth tests or cores, but no extra yardage for thickness in excess of that shown on the plans will be paid.

3.3 PAYMENT

A. The yardage of flexible base measured as provided for in Paragraph above will be paid for at the contract unit price for "Flexible Base". All payment made under this section shall constitute full compensation for excavation for furnishing, loading, hauling, and placing materials; for mixing, blending, sprinkling, shaping and compacting; for reconditioning the underlying course and shoulders, and for furnishing all labor, tools, and equipment as specified herein.

END OF SECTION

Page 285: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 1

SECTION 02741

ASPHALTIC CONCRETE PAVEMENT

PART 1. GENERAL

1.1 DESCRIPTION

A. Surface course of compacted mixture of coarse and fine aggregates and asphaltic binder.

1.2 REFERENCES

A. ASTM C 33 – Standard Specification for Concrete Aggregates.

B. ASTM C 131 - Standard Test Method for Resistance to degradation of small-size coarse aggregate by Abrasion and Impact in the Los Angeles Machine.

C. TxDOT Tex-106-E – Calculating the Plasticity Index of Soils

D. TxDOT Tex-126-E - Molding, Testing, and Evaluating Bituminous Black Base Material.

E. TxDOT Tex-200-F - Sieve Analysis of Fine and Course Aggregates

F. TxDOT Tex -203-F - Sand Equivalent Test.

G. TxDOT Tex-204-F - Design of Bituminous Mixtures.

H. TxDOT Tex 206-F - Compacting Test Specimens of Bituminous Mixtures.

I. TxDOT Tex 206-F - Determining Density of Compacted Bituminous Mixtures.

J. TxDOT Tex-208-F - Test for Stabilometer Value of Bituminous Mixtures.

K. TxDOT Tex-217-F - Determining Deleterious Material and Decantation Test for Coarse Aggregates.

L. TxDOT Tex-227- F - Theoretical Maximum Specific Gravity of Bituminous Mixtures.

M. TxDOT Tex-530-C - Effect of Water on Bituminous Paving Mixtures.

N. TxDOT Tex-531-C - Prediction of Moisture Induced Damage to Bituminous Paving Materials Using Modeled Specimens.

1.3 SUBMITTALS

A. Conform to requirements of Section 01330 – Submittal Procedures.

B. Submit certificates that asphalt materials and aggregates meet requirements of Paragraph 2.01, Materials.

C. Submit proposed design mix and test data for surface course.

D. Submit manufacturer’s description and characteristics of spreading and finishing machine for approval.

PART 2. PRODUCTS

2.1 MATERIALS

A. The asphaltic concrete base course should be plant mixed, hot laid Type “D” meeting the specification requirements of 2014 TxDOT Standard Specification Manual Item 340.

Page 286: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 2

2.2 EQUIPMENT

A. Mixing Plant: Weight-hatching or drum mix plant with capacity for producing continuous mixtures meeting specifications. With exception of a drum mix plant, plant shall have satisfactory conveyors, power units, aggregate handling equipment, hot aggregate screens and bins, and dust collectors.

B. Provide equipment to supply materials adequately in accordance with rated capacity of plant and produce finished material within specified tolerance. Following equipment essential:

1. Cold aggregate bins and proportioning device

2. Dryer

3. Screens

4. Aggregate weight box and batching scales

5. Mixer

6. Asphalt storage and heating devices

7. Asphalt measuring devices

8. Truck scales

C. Bins: Separate aggregate into minimum of four bins to produce consistently uniform grading and asphalt content in completed mix. Provide one cold feed bin per stockpile.

2.3 MIXES

A. Employ certified testing laboratory to prepare design mixes. Test in accordance with TxDOT Tex-126-E or Tex-204-F, Tex-206-F, Tex-208-F, Tex 530-C and Tex-531-C.

B. Density, Stability and Air Void Requirements:

Percent Density Percent Optimum HVEEM Stability Percent Not Less Than

Min Max

94.5 97.5 96 35

PART 3. EXECUTION

3.1 EXAMINATION

A. Verify compacted base course is ready to support imposed loads

B. Verify lines and grades are correct.

3.2 PREPARATION

A. Tack Coat: Conform to requirements of Section 02743 - Tack Coat. Where mixture will adhere to surface on which it is to be placed without use of tack coat, tack coat may be eliminated when approved by OWNER.

B. Prepare sub-grade in accordance with requirements of Section 02717 –Flexible Base Course.

Page 287: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 3

C. Prepare sub-grade in advance of asphalt concrete paving operation.

D. Perform pavement repair and resurfacing as indicated in Section 02951 - Pavement Repair and Resurfacing.

E. Do not use cutback asphalt.

F. Milling of pavement for speed humps: Mill pavement (concrete or asphalt) to depth of one inch and width between 18 and 24 inches around entire perimeter of proposed hump, as shown in detail for speed hump design, if applicable.

3.3 PLACEMENT

A. Do not place asphalt pavement less than 2 inches thick when surface temperature taken in shade and away from artificial heat is below 50 F and falling. Asphalt may be placed when temperature is above 40 F and rising.

B. Haul prepared and heated asphaltic concrete mixture to project in tight vehicles previously cleaned of foreign material. Mixture temperature shall be between 250 F and 325 F when laid.

C. Spread material into place with approved mechanical spreading and finishing machine of screening or tamping type.

D. Surface Course Material: Surface course 2 inches or less in thickness may be spread in one lift. Spread lifts in such a manner that when compacted, finished course will be smooth of uniform density, and will be to section, line and grade as shown. Place construction joints on surface courses to coincide with lane lines or as directed by OWNER.

E. Joints: Pass roller over unprotected ends of freshly laid mixture only when mixture has cooled. When work is resumed, cut back laid material to produce slightly beveled edge for full thickness of course. Remove old material which has been cut away and lay new mix against fresh cut.

F. When new asphalt is laid against existing or old asphalt, saw cut existing or old asphalt to full depth to provide straight smooth joint.

G. In smaller restricted areas where use of paver is impractical spread material by hand. Compact asphalt by mechanical means. Carefully place materials to avoid segregation of mix. Do not broadcast material. Remove lumps that do not break down readily.

3.4 COMPACTION

A. Construct test strip to identify correct type, number, and sequence of rollers necessary to obtain specified in-place density or air-voids when directed by the OWNER. Prepare test strip at least 1,000 feet in length, comparable to placement and compaction conditions for Project.

B. Begin rolling while pavement is still hot and as soon as it will bear roller without shoving, displacement or hair cracking. Keep wheels properly moistened with water to prevent adhesion of surface mixture. Do not use excessive water or petroleum by-products.

C. Compact surface thoroughly and uniformly, first with power-driven, 3-wheel, or tandem rollers weighing a minimum of 8 tons. Obtain subsequent compression by starting at side and rolling longitudinally toward center of pavement, overlapping on successive trips by at least one "half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until no further compression can be obtained and rolling marks are eliminated. Complete rolling before mat temperature drops below 185 F.

Page 288: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 4

D. Use tandem roller for final rolling. Double coverage with approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed.

E. Along walls, curbs, headers and similar structures, and in locations not accessible to rollers compact mixture thoroughly with lightly oiled tamps.

F. Compact binder course and surface course to a minimum density of 91 percent of maximum possible density of void less mixture composed of same materials in like proportions.

3.5 TOLERANCES

A. Furnish templates for checking surface in finished sections. Maximum deflection of templates, when supported at center, shall not exceed 1/8 inch.

B. Completed surface, when tested with 1 a foot straightedge laid parallel to center line of pavement, shall show no deviation in excess of 1/8 inch in.10 feet. Correct surface not meeting this requirement.

C. Dimensions of speed humps shall conform to details for speed hump design and speed hump height tolerances.

3.6 QUALITY CONTROL

A. Testing will be performed under provisions of SECTION 01454 - Testing Laboratory Services.

B. For in-place depth and density, take minimum of one core at random locations for each 1000 feet of single lane pavement. On a 2-lane pavement, take samples at random every 500 feet from alternating lanes. Take cores for parking lots every 500 square yards of base to determine in-place depth and density. If cul-de-sac or streets are less than 500 feet, minimum of 2 cores (one per lane) will be procured. On small projects, take a minimum of two cores for each day's placement. For first days placement and prior to coring, minimum of 5 nuclear gauge readings will be performed at each core location to establish correlation between nuclear gauge (wet density reading) and core (bulk density). This process will continue for each day's placement until engineer determines that a good bias has been established for that nuclear gauge.

C. Determine in-place density in accordance with TxDOT Tex-207-F and Tex-227-F from cores or sections. Other methods of determining in-place density, which correlate satisfactorily with results obtained from roadway specimens, may be used when approved by OWNER. Average densities for each street placed in a single day to determine compliance.

D. CONTRACTOR may request three additional cores in vicinity of cores indicating nonconforming in-place depths or density at no additional cost to City. In-place depth and density at these locations shall be average of four cores.

E. Fill cores and density test sections with new compacted asphaltic concrete.

3.7 NONCONFORMING PAVEMENT

A. Re-compact and re-test non-conforming street sections not meeting surface test requirements or having unacceptable surface texture. Patch asphalt pavement sections in accordance with procedures established by Asphalt Institute. Retesting is at no cost to the City.

B. Remove and replace areas of asphalt surface found deficient in thickness by more than 10 percent. Use new asphaltic surface of thickness shown on Drawings. Remove and replace areas of asphalt surface found deficient in average density.

3.8 PROTECTION

Page 289: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 5

A. Do not open pavement to traffic until completion of rolling and temperature has cooled to set asphaltic concrete surface, or as shown on Drawings.

B. Maintain asphalt pavement in good condition until completion of Work.

C. Repair defects immediately by replacing asphalt pavement to full depth.

END OF SECTION

Page 290: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project ASPHALTIC CONCRETE PAVEMENT SECTION 02741 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 291: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PRIME COAT SECTION 02742 - 1

SECTION 02742

PRIME COAT

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Prime coat for asphaltic concrete paving.

1.2 SUBMITTALS

A. Conform to requirements of SECTION 01330 - Submittal Procedures.

B. Submit product data for proposed prime coat.

C. Submit report of recent calibration of distributor.

PART 2. PRODUCTS

2.1 CUTBACK ASPHALT

A. Provide moisture-free homogeneous material which will not foam when heated to 347 degrees F and which meets following requirements:

1. Asphalt material for prime coat shall be MC-30 or MC-70 and shall meet the following requirements:

PROPERTIES

TYPE - GRADE

MC-30 MC-70

Min Max Min Max

Water, Percent --- 0.2 --- 0.2

Flash Point, T.O.C., °F 100 --- 100 ---

Kinematic Viscosity at 140 °F, cst 30 60 70 140

Page 292: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PRIME COAT SECTION 02742 - 2

2. Distillate shall be as follows, expressed as percent by volume of total distillate to 680 degrees F:

TEMPERATURE

TYPE - GRADE

MC-30 MC-70

Min Max Min Max

to 437 °F --- 25 --- 20

to 500 °F 40 70 20 60

to 600 °F 75 93 65 90

Residue from 680 F Distillation, Volume, Percent

50 --- 55 ---

3. Tests on Distillation Residue:

TEMPERATURE

TYPE - GRADE

MC-30 MC-70

Min Max Min Max

Penetration at 77 °F, 100g, 5 sec 120 250 120 250

Ductility at 77 °F, 5 cm/min cms 100* --- 100* ---

Solubility in Trichloroethylene, % 99 --- ---

Spot Test All Negative

* If penetration of residue is more than 200 and ductility at 77 degrees F is less than 100 cm, material will be acceptable when its ductility at 60 degrees F is more than 100.

2.2 EMULSIFIED PETROLEUM RESIN

A. EPR-l Prime: Slow curing emulsion of petroleum resin and asphalt cement conforming to following requirements:

Page 293: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PRIME COAT SECTION 02742 - 3

PROPERTIES MIN MAX

Fural viscosity at 77 °F, Sec 14 40

Residue by Evaporation, % by Weight

60 -

Sieve Test, % - 0.1

Particle Charge Test Positive

Test on Distillation Residue

Flash Point, COC (°F) 400 -

Kinematic Viscosity @ 140 °F (cst) 190 350

A. For use, EPR-l may be diluted with water up to maximum three parts water to one part EPR- 1 in order to achieve desired concentration of residual resin/asphalt to facilitate application.

PART 3. EXECUTION

3.1 EXAMINATION

A. Verify base is ready to support imposed loads

B. Verify lines and grades are correct.

3.2 PREPARATION

A. Thoroughly clean base course surface of loose material by brooming prior to application of prime coat. Prepare sufficient base in advance of paving for efficient operations.

3.3 APPLICATION BASIC

A. Apply prime coat with approved type of self-propelled pressure distributor. Distribute prime coat evenly and smoothly under pressure necessary for proper distribution.

B. Keep storage tanks, piping, retorts, booster tanks, and distributors used in handling asphalt materials clean and in good operating condition. Conduct operations so asphalt material does not become contaminated.

C. If yield of asphaltic material appears to be in error, recalibrate distributor prior to continuing Work.

D. Maintain surface until Work is accepted by OWNER.

3.4 APPLICATION, CUTBACK ASPHALT

A. Do not use cutback asphalt during period of April 16 through September 15.

Page 294: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PRIME COAT SECTION 02742 - 4

B. Do not place prime coat when air temperature is below 60 degrees F and falling. Materials may be placed when air temperature taken in shade and away from artificial heat is above 50 degrees F and rising.

C. Distribute at rate of 0.25 to 0.35 gallons per square yard.

D. Equipment shall accurately determine temperature of asphaltic material in heating equipment and in distributor, for determining rate of application, and for obtaining uniformity at junction of two distributor loads. Maintain in accurate working order, including recording thermometer at storage heating unit.

E. Base temperature of application on temperature-viscosity relationship that will permit application of asphalt with viscosity of 100 to 125 centistokes. Maintain asphalt within 15 degrees F of temperature required to meet viscosity, Selected temperature shall be within the following range:

Prime Coat Type Minimum (°F) Maximum (°F)

MC-30 70 150

MC-70 125 175

F. Do not allow temperature of MC-30 to exceed 75 degrees F.

G. Do not allow temperature of MC-70 to exceed 200 degrees F.

3.5 APPLICATION, EMULSIFIED PETROLEUM RESIN

A. Do not place prime coat when air temperature is below 36 degrees F and falling.

B. Distribute at rate of 0.15 to 0.25 gallons per square yard.

3.6 PROTECTION

A. Prevent traffic or placement of subsequent courses over freshly applied prime coat until authorized by OWNER.

END OF SECTION

Page 295: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TACK COAT SECTION 02743 - 1

SECTION 02743

TACK COAT

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Tack coat for asphalt concrete paving

1.2 REFERENCES

A. ASTM D 244 – Standard Test Methods for Emulsified Asphalts.

1.3 SUBMITTALS

A. Conform to requirements of SECTION 01330 – Submittal Procedures.

B. Submit product data for proposed tack coat.

C. Submit report of recent calibration of distributor.

PART 2. PRODUCTS

2.1 EMULSION

A. Provide homogeneous material which shows no separation of asphalt after mixing and meets viscosity requirements within 30 days after delivery.

B. Emulsion material for tack coat.

1. Emulsified asphalt: SS-1 or SS-1h meeting following criteria:

PROPERTIES SS-1 SS-1h

Min Max Min Max

Fural viscosity at 77 °F, Sec 20 100 20 100

Residue by Distillation, % 60 -- 60 --

Oil Portion of Distillate, % -- ½ -- ½

Sieve Test, % -- 0.10 -- 0.10

Miscibility (Standard Test) Passing

Cement Mixing, % -- 2.0 -- 2.0

Storage Stability, 1 Day, % -- 1 -- 1

Page 296: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TACK COAT SECTION 02743 - 2

PROPERTIES SS-1 SS-1h

Min Max Min Max

Test on Residue

Penetration at 77 °F, 100g, 5 sec.

Solubility in Trichloroethylene, %

Ductility at 77 °F, 5 cm/min., cms

120

97.5

100

160

--

--

70

97.5

80

100

--

--

2. Polymer Modified Emulsion, SS-1P, for use where thin overlays (less than or equal 2 inches) are placed on collector or arterial streets and for speed humps, especially over existing Portland cement concrete pavement

PROPERTIES SS-1p

Min Max

Fural viscosity at 77 °F, Sec 30 100

Residue by Distillation, % 60 --

Oil Portion of Distillate, % -- ½

Sieve Test, % -- 0.10

Miscibility (Standard Test) Passing

Cement Mixing, % -- 2.0

Storage Stability, 1 Day, % -- 1

Test on Residue

Penetration at 77 °F, 100g, 5 sec.

Trichloroethylene, %

Ductility at 77 °F, 5 cm/min., cms

Viscosity at 140 °F, poises

100

97

50

1300

160

--

--

--

Page 297: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TACK COAT SECTION 02743 - 3

3. For emulsions used for tack coats during period of April 16 through September 15, volatile organic compound solvents (VOC) shall not exceed 12 percent by weight when tested in accordance with ASTM D 244.

2.2 EMULSIFIED PETROLEUM RESIN

A. EPR-1 Prime: Slow curing emulsion of petroleum resin and asphalt cement conforming to following requirements:

PROPERTIES MIN MAX

Fural viscosity at 77 °F, Sec 14 40

Residue by Evaporation, % by Weight

60 -

Sieve Test, % - 0.1

Particle Charge Test Positive

Test on Distillation Residue

Flash Point, COC (°F) 400 -

Kinematic Viscosity @ 140 °F (cst) 190 350

B. For use, EPR-1 may be diluted with water up to maximum 3 parts water to one part EPR-1 in order to achieve desired concentration of residual resin/asphalt to facilitate application.

PART 3. EXECUTION

3.1 EXAMINATION

A. Verify compacted base is ready to support imposed loads.

B. Verify lines and grades are correct.

3.2 PREPARATION

A. Clean base course or concrete surface of loose material by brooming prior to application of tack coat.

3.3 APPLICATION

A. Apply tack coat uniformly by use of approved distributor at rate not to exceed 0.05 gallons per square yard of surface depending on texture of underlying surface. Select an application rate that will provide appropriate asphalt residual.

B. Paint contact surfaces of curbs, structures, and joints with thin uniform coat of tack coat.

3.4 PROTECTION

A. Prevent traffic or placement of subsequent courses over freshly applied tack coat until authorized by OWNER.

END OF SECTION

Page 298: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project TACK COAT SECTION 02743 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 299: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PAVEMENT REPAIR AND RESURFACING SECTION 02951 - 1

SECTION 02951

PAVEMENT REPAIR AND RESURFACING

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Repairing and resurfacing streets, highways, driveways, sidewalks, and other pavements that have been cut, broken, or otherwise damaged during construction.

PART 2. PRODUCTS

2.1 MATERIALS

A. Subgrade

1. Provide backfill material as required by applicable excavation and fill sections

2. Provide material for stabilization as required which may include the following:

a. Lime – Type A Hydrated Lime; Type B Commercial Lime Slurry; or Type C Quicklime.

b. Lime/Fly-Ash – Lime as described above. Fly ash shall consist of residue or ash remaining after burning finely pulverized coal at high temperatures conforming to requirements of ASTM C 618, Type C or F and following: Minimum CaO content of 20 percent, loss on ignition not to exceed 3 percent. Fly ash shall not contain any ignite ash.

c. Portland Cement – ASTM C 150 Type I; bulk or sacked.

B. Base

1. Provide 8” Flexible base meeting requirements Grade 2. Base material meeting the requirements of 2004 TXDOT Standard Specification Manual item 247, Type “B”, Grade 2.

C. Pavement

1. Provide 2” of Hot mix asphalt type “D” TXDOT Item 340.

PART 3. EXECUTION

3.1 Preparation

A. Notify OWNER prior to commencement of excavation of pavement for which an excavation permit has been obtained. Follow directions contained in the permit.

B. Conform to requirement of SECTION 02222 – Removing Existing Pavements and Structures, for removal.

C. Saw cut pavement 18 inches wider than width of trench needed to install utilities unless otherwise indicated on Drawings.

D. When removing pavement to existing deformed metal strip (i.e. dummy joint), saw cut pavement minimum 2 inches deep on opposite side of deformed metal strip. Place saw joint far enough behind deformed metal strip to obtain continuously straight joint. Remove damaged portion of deformed metal strip as required to provide proper joint. Saw cut and remove metal strip before placement of new concrete pavement.

Page 300: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project PAVEMENT REPAIR AND RESURFACING SECTION 02951 - 2

E. Protect edges of existing pavement to remain from damage during removals, utility placement, backfill, and paving operations. For concrete pavement, protect undisturbed subgrade that is to remain to support replacement slab.

F. Dowel in existing pavement where no reinforcement is found or is broken due to construction activities. Unless otherwise directed by OWNER, provide No. 6 bars 24 inches long, drilled and embedded 8 inches into center of existing slab with ‘PO-ROC’ epoxy grout or approved equal. Space dowels to match new pavement reinforcement spacing.

G. Provide transitional paving and earthwork as required to tie proposed pavement to existing pavement when unable to dowel new pavement into existing pavement.

3.2 INSTALLATION

A. Parking Areas, Service Drives, Driveways, and Sidewalks: Replace with material equal to or better than existing or as indicated on Drawings. Conform to applicable requirements of sections referenced in Paragraph 2.1, Materials.

B. Street Pavements and Curbs, Curbs and Gutters: Replace subgrade, base, and surface course with like materials or as indicated on Drawings. Curbs and curbs and gutters shall match existing. Conform to requirements of sections referenced in Paragraph 2.1, Materials.

C. For concrete pavement, install size and length of reinforcing steel and pavement thickness as indicated on Drawings. Place types and spacing of joints to match existing or as indicated on Drawings.

D. Where existing pavement consists of concrete pavement with asphaltic surfacing, resurface with minimum 2 inch depth asphaltic pavement.

E. Repair state highway and county crossings in accordance with TxDOT permit or county requirements as appropriate and within 1 week after utility work is installed.

3.3 WASTE MATERIAL DISPOSAL

A. Dispose of waste material in accordance with requirements of all federal, state and local regulations.

3.4 PROTECTION

A. Maintain pavement in good condition until Completion of Work and acceptance of the project.

B. Replace pavement damaged by CONTRACTOR’S operations at no cost to OWNER.

END OF SECTION

Page 301: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE BOX CULVERTS SECTION 310 - 1

SECTION 310

CONCRETE BOX CULVERTS

D-310.01 DESCRIPTION This Item shall govern for the materials furnished, and for constructing, furnishing, and placing concrete box culverts, at the locations shown, and in accordance with the details on the plans of this Item. Unless otherwise shown on the plans, The Contractor shall have the option of furnishing cast-in-place, pre-cast (formed) or pre-cast (machine made) box culverts.

D-310.02 MATERIALS All materials shall conform to the pertinent requirement of the following items:

Section D-406, "Concrete Structures" Section D-504, "Concrete" Section D-410, "Reinforcing Steel" Section D-304, "Reinforced Concrete Storm Drain Pipe"

Concrete for precast (machine-made) concrete boxes shall conform to ASTM C1433

When precast (machine-made) boxes are furnished and portland cement is partially replaced, blended, or otherwise modified by pozzolan, the pozzolan shall be fly ash conforming to the Departmental Materials Specification D-9-8900, "Fly Ash". Copies of Departmental Materials Specifications are available form the Texas Department of Transportation, Division of Materials and Tests, 125 East 11th Street, Austin, Texas 78701-2483.

For culverts with overlay or 1 to 2 course surface treatment or if the top slab is the final riding surface, use class “S” concrete for top slabs of “cast-in-place” concrete culverts unless otherwise shown on the plans. Use class ”C” for the rest of the culvert and for other cast-in-place boxes.

D-310.03 TYPES Cast-in-place concrete boxes shall conform to the details shown on the plans and to the requirements of Section 504 "Concrete" and Section 406 "Concrete Structures".

Precast (formed) concrete boxes shall conform to the details shown of the plans and the requirement of (TxDOT Standard Specification 2014 or latest Edition) Item 424, "Precast Concrete Structures (Fabrication)".

Precast (machine-made) concrete boxes shall conform to the requirements of ASTM C1433.

D-310.04 FABRICATION

(1) General. All fabrication of concrete boxes including forming, casting, and curing shall conform to the following requirements.

(a) Cast-in-place concrete boxes shall be produced in accordance with Section 406, Concrete Structures".

(b) Precast (formed) concrete boxes shall be produced in accordance with Item 424, "Precast Concrete Structure (Fabrication)”. (TxDOT Standard Specification 2014 Edition) Contractor shall provide shop drawings signed and sealed by a Registered Professional Engineer in Texas.

Page 302: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project D-310.04 FABRICATION SECTION 310 - 2

(c) Precast (machine-made) concrete boxes shall be produced by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility form which the quality and uniformity of the concrete can be assured. Ready-mix concrete will not be acceptable for use in precast (machine-made) concrete boxes. Testing and Curing shall be in accordance with TxDot Test Procedures Tex- 704-I. .

(2) Testing. Test specimens for testing of cast-in-place concrete boxes sections shall be in accordance with Section 504, "Concrete". Test specimens for precast (formed) concrete box sections shall be in accordance with TxDot Test Procedures Tex-704-I. Test specimens for precast (machine made) shall be test cylinders made at the same time and in the same manner as the box sections they represent.

For precast concrete boxes (machine-made), a minimum of four (4) test cylinders shall be made for each day's production run of each size and class of box section. Test cylinders for machine-made concrete boxes shall be cured in the same manner and for the same time as the boxes they represent.

Equipment required for testing concrete boxes produced in a precasting plant shall be furnished by the producer.

(3) Marking. Precast concrete boxes produced in a precasting plant shall bear the following

markings:

(a) The name or trademark of the producer. (b) The date of manufacture. (c) The box size and height of fill.

(d) When lifting holes are not provided, one end of each box section shall be clearly marked on the inside and outside walls to indicated the top or bottom as it will be installed.

(e) When required under "Fabricating Tolerances", matchmarks shall be use for proper installation.

Markings shall be indented into the box section or may be painted thereon with waterproof paint.

(4) Fabricating Tolerances. Tolerances for precast sections of either type shall conform to the following.

The inside vertical and horizontal dimensions shall not vary from plan requirement by more than 1/2 inch.

The horizontal or vertical plane at each end of the box section shall not vary from perpendicular by more than 1/2 inch, measured on the inside faces of the section.

The sides of a section at each end shall not vary from being perpendicular to the top and bottom by more than 1/2 inch, measured on the inside faces of the section.

The thickness of walls and slabs shall not be less than that shown on the plans, except than an occasional deficiency not greater than 1/4 inch will be acceptable. If proper jointing is not affected, thicknesses in excess of plan requirements are acceptable.

The straightness of the tongue and groove, at the mating surface shall not vary by more than 1/4 inch.

Page 303: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project D-310.04 FABRICATION SECTION 310 - 3

Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and it is demonstrated that an acceptable joint can be made. For this condition an acceptable joint is:

When two sections are fitted together on a flat surface, in proper alignment and in the position the sections will be installed, the joint opening at any point shall not exceed one (1) inch. Sections fitted together at the plant and accepted in this manner shall be matchmarked for installation.

(5) Defects and Repair. Fine cracks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless the cracks are numerous and extensive. Cracks which extend into the plane of the reinforcing steel shall be repaired in an approved manner.

Small damaged or honeycombed areas which are purely surface in nature shall be repaired to the satisfaction of the Engineer. Excessive damage, honeycomb or cracking will be subject to structural review. When fine cracks on the surface indicate poop curing practices, further production of precast sections shall be discontinued until corrections are made and proper curing provided.

(6) Storage and Shipment. Precast sections shall be stored on level blocking in a manner acceptable to the Engineer. No load shall be placed upon the section until design strength is reached and curing completed. Shipment of sections may be made when the design strength is reached and curing requirements have been met.

D-310.05 CONSTRUCTION METHODS Excavation, bedding and backfill shall be in accordance with the requirements of Division D 302 “Structural Excavation and Backfill” except where tunneling or jacking methods are required or permitted by the plans.

Coarse aggregate material ganging for 2” to 6” (inches) and capped with 5/8” material may be use for bedding.

Unless otherwise shown on the plans, the Contractor may use any of the jointing material in accordance with the jointing requirements specified in Section 312, "Laying Procedure-Storm Sewer".

When precast box culverts are used to form multiple barrel structures, the box sections shall be placed in conformance with the details shown on the plans.

Connections of precast sections to cast-in-place culverts or to any required headwalls, wingwall, riprap, or other structure shall conform to the details on the plans. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. Precast concrete or mortar plugs may be used when approved by the Engineer.

Cover between the top of a sanitary sewer pipe and the culvert box bottom shall be at least 2 feet unless otherwise shown on the plans.

D-310.06 MEASUREMENT This Item will be measured by the linear foot. Such measurement will be made between the ends of the culvert or sewer along the flow line. Where spurs or branches, or connections to existing structures are involved, measurement of the intersection of the flow line with the outside surface of the structure into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of culverts or sewers that length of box section tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included.

Page 304: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project D-310.04 FABRICATION SECTION 310 - 4

For multiple barrel structures, the measured length will be the sum of the lengths of the barrels measured as prescribed above.

This is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal and on the "Basis of Estimate" sheet of the contract plans, except as may be modified by the Engineer. If no adjustment of quantities is required, additional measurements or calculations will not be required.

D-310.07 PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Box Culvert" of the size and type specified. This price shall be full compensation for constructing, furnishing, and transporting sections; for cutting of section of skew or slope; for connections to existing structures; for concrete, reinforcing steel and mall material, labor and equipment, tools, backfill and incidentals necessary to complete the work.

Page 305: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 1

SECTION 03211

REINFORCING STEEL

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Repair of cracks, holes and surface defects, and repair of deteriorated concrete surfaces.

B. Installation of embedded items into existing concrete.

1.2 SECTION INCLUDES

A. Structural concrete reinforcement and grouting of reinforcement dowel bars into hardened concrete.

1.3 REFERENCES

A. ACI 315 - Details and Detailing of Concrete Reinforcement.

B. ACI 318 - Building Code Requirements for Reinforced Concrete.

C. ASTM A 36 - Standard Specification for Structural Steel.

D. ASTM A 82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

E. ASTM A 185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement.

F. ASTM A 497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement.

G. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.

H. ASTM A 675 - Standard Specification for Steel Bars, Carbon, Hot-Wrought, Special Quality, Mechanical Properties.

1.4 SUBMITTALS

A. Conform to SECTION 01330 – Submittal Procedures.

B. Shop Drawings:

1. Submit shop drawings detailing reinforcement fabrication, bar placement location, splices, spacing, bar designation, bar type, length, size, bending, number of bars, bar support type and other pertinent information, including dimensions. Provide sufficient detail for placement of reinforcement without use of Contract Drawings. Information shall correspond directly to data listed on bill of materials.

2. Use of reproductions of Contract Drawings by CONTRACTOR, Subcontractor, erector, fabricator or material supplier in preparation of shop drawings (or in lieu of preparation of shop drawings) signifies acceptance by that party of information shown thereon as correct, and acceptance of obligation to pay for any job expense, real or implied, arising due to errors that may occur thereon. Remove references to Design ENGINEER, including seals, when reproductions of Contract Drawings are used as shop drawings.

3. Detail shop drawings in accordance with ACI 315, Figure 6.

4. Submit shop drawings showing location of proposed additional construction joints as required, and obtain approval of ENGINEER, prior to submitting reinforcing steel shop drawings.

C. Bill of Materials: Submit with shop drawings.

Page 306: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 2

D. Product Data:

1. Mechanical Bar Splices: Submit manufacturer’s technical literature, including specifications and installation instructions.

2. Epoxy grout proposed for anchoring reinforcing dowels to hardened concrete: Submit manufacturer’s technical literature including recommended installation procedures.

E. Certificates:

1. Submit steel manufacturer’s certificates of mill tests giving properties of steel proposed for use. List manufacturer’s test number, heat number, chemical analysis, yield point, tensile strength and percentage of elongation. Identify proposed location of steel in work.

2. Foreign-manufactured reinforcing bars shall be tested for conformance to ASTM requirements by a certified independent testing laboratory located in United States. Certification from any other source is not acceptable. Submit test reports for review. Do not begin fabrication of reinforcement until material has been approved.

1.5 HANDLING AND STORAGE

A. Store steel reinforcement above ground on platforms, skids or other supports. Protect reinforcing from mechanical injury, surface deterioration and formation of excessive, loose or flaky rust caused by exposure to weather. Protect epoxy-coated reinforcing from formation of any amount of rust.

1.6 QUALITY ASSURANCE

A. Notify ENGINEER at least 48 hours before concrete placement so that reinforcement may be inspected, and errors corrected, without delaying Work.

PART 2. PRODUCTS

2.1 MATERIAL

A. Reinforcing bars: Deformed bars conforming to ASTM A 615, grade as indicated on Drawings, except column spirals and those shown on Drawings to be smooth bars. Where grade is not shown on Drawings, use Grade 60.

B. Smooth Bars: Where indicated on Drawings, use smooth bars conforming to ASTM A 36.

C. Column Spirals: Bars conforming to ASTM A 615, Grade 60, or wire conforming to ASTM A 82.

D. Welded Wire Fabric:

1. Welded Smooth Wire Fabric: Conform to ASTM A 185.

2. Welded Deformed Wire Fabric: Conform to ASTM A 497.

3. Provide wire size, type and spacing as shown. Where type is not shown on Drawings, use welded smooth wire fabric.

4. Furnish welded wire fabric in flat sheets only.

E. Tie Wire: 16-1/2 gage or heavier annealed steel wire. Use plastic-coated tie wire with epoxy-coated reinforcing steel.

F. Bar Supports: Provide chairs, riser bars, ties and other accessories made of plastic or metal, except as otherwise specified. Use bar supports and accessories of sizes required to provide required concrete cover. Where concrete surfaces are exposed to weather, water or wastewater, provide plastic accessories only; do not use galvanized or

Page 307: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 3

plastic-tipped metal in such locations. Provide metal bar supports and accessories rated Class 1 or 2 conforming to CRSI MSP-1 Manual of Standard Practice.

G. Slabs on Grade: Provide precast concrete bar supports 3 inches wide, 6 inches long or bricks, and thick enough to allow required cover.

H. Mechanical Bar Splices:

1. Conform to ACI 318; use where indicated on Drawings.

a. Compression splices shall develop ultimate stress of reinforcing bar.

b. Tension splices shall develop 125 percent of minimum yield point stress of reinforcing bar.

2. Regardless of chemical composition of steel, any heat effect shall not adversely affect performance of reinforcing bar.

I. Welded Splices:

1. Provide welded splices where shown and where approved by the ENGINEER. Welded splices of reinforcing steel shall develop a tensile strength exceeding 125 percent of the yield strength of the reinforcing bars connected.

2. Provide materials for welded splices conforming to AWS D1.4.

J. Epoxy Grout: High-strength rigid epoxy adhesive, conforming to ASTM C 881, Type IV, manufactured for purpose of anchoring dowels into hardened concrete and the moisture condition, application temperature and orientation of the hole to be filled. Unless otherwise shown, depth of embedment shall be as required to develop the full tensile strength (125 percent of yield strength) of dowel, but not less than 12 diameters.

2.2 FABRICATION

A. Bending: Fabricate bars to shapes indicated on Drawings by cold bending. Bends shall conform to minimum bend diameters specified in ACI 318. Do no straighten or rebend bars. Fabricate epoxy-coated reinforcing steel to required shapes in a manner that will not damage epoxy coating. Repair and damaged epoxy coating with patching material conforming to Item 4.4 of ASTM A 775/A 775M.

B. Splices:

1. Locate splices as indicated on Drawings. Do not locate splices at other locations without approval of ENGINEER. Use minimum number of splices located at points of minimum stress. Stagger splices in adjacent bars.

2. Length of lap splices: As shown on Drawings.

3. Prepare ends of bars at mechanical splices in accordance with splice manufacturer’s requirements.

C. Construction Joints: Unless otherwise shown, continue reinforcing through construction joints.

D. Bar Fabrication Tolerances: Conform to tolerances listed in ACI 315, Figures 4 and 5.

E. Standard Hooks: Conform to the requirements of ACI 318.

F. Marking: Clearly mark bars with waterproof tags showing number of bars, size, mark, length and yield strength. Mark steel with same designation as member in which it occurs.

PART 3. EXECUTION

3.1 PREPARATION

Page 308: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 4

A. Clean reinforcement of scale, loose or flaky rust and other foreign material, including oil, mud or coating that will reduces bond to concrete.

3.2 INSTALLATION

A. Placement Tolerances: Place Reinforcement within tolerances of Table 03210A at the end of this Section. Bend tie wire away from forms to maintain the specified concrete coverage.

B. Interferences: Maintain 2-inch clearance from embedded items. Where reinforcing interferes with location of other reinforcing steel, conduit or embedded items, bars may be moved within specified tolerances or one bar diameter, whichever is greater. Where greater movement of bars is required to avoid interference, notify ENGINEER. Do not cut reinforcement to install inserts, conduit, mechanical openings or other items without approval of ENGINEER.

C. Concrete Cover: Provide clear cover measured from reinforcement to face of concrete as listed in Table 03210B at the end of this Section, unless otherwise indicated on Drawings.

D. Placement in Forms: Use spacers, chairs, wire ties and other accessory items necessary to assemble, space and support reinforcing properly. Provide accessories of sufficient number, size and strength to prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection, and to accessories. Blocking reinforcement with concrete or masonry is prohibited.

E. Placement for Concrete on Ground: Support bar and wire reinforcement on precast concrete blocks or bricks spaced at approximately 3 feet on centers each way. Use minimum of one support for each 9 square feet.

F. Vertical Reinforcement in Columns: Offset vertical bars by at least one bar diameter at splices. Provide accurate templates for column dowels to ensure proper placement.

G. Splices:

1. Do not splice bars, except at locations indicated on Drawings or reviewed shop drawings, without approval of ENGINEER.

2. Lap Splices: Unless otherwise shown or noted, Class B, conforming to ACI 318-89, Section 12.15.1. Tie securely with wire prior to concrete placement, to prevent displacement of splices during concrete placement.

3. Mechanical Bar Splices: Use only where indicated on Drawings or approved by the ENGINEER. Install in accordance with manufacturer’s instructions.

a. Couplers located at a joint face shall be of a type which can be set either flush or recessed from the face as shown. Seal couplers prior to concrete placement to completely eliminate concrete or cement paste from entering.

b. Couplers intended for future connections: Recess 1/2 inch minimum from concrete surface. After concrete is placed, plug coupler and fill recess with sealant to prevent contact with water or other corrosive materials.

c. Unless noted otherwise, match mechanical coupler spacing and capacity to that shown for the adjacent reinforcing.

H. Construction Joints: Place reinforcing continuous through construction joints, unless noted otherwise.

I. Welded Wire Fabric: Install wire fabric in as long lengths as practicable. Unless otherwise indicated on Drawings, lap adjoining pieces at least 6 inches or one full mesh plus 2 inches, whichever is larger. Lace splices

Page 309: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 5

with wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. Conform to WRI – Manual of Standard Practice for Welded Wire Fabric.

J. Field Bending: Shape reinforcing bent during construction operations to conform to Drawings. Bars shall be cold-bent; do not heat bars. Closely inspect reinforcing for breaks. When reinforcing is damage, replace, Cadweld, or otherwise repair, as directed by ENGINEER. Do not bend reinforcement after it is embedded in concrete.

K. Field Cutting: Cut reinforcing bars by shearing or sawing. Do not cut bars with cutting torch.

L. Welding or reinforcing bars is prohibited, except where shown on Drawings.

3.3 GROUTING OF REINFORCING AND DOWEL BARS

A. Use epoxy grout for anchoring reinforcing and dowel steel to existing concrete in accordance with epoxy manufacturer's instructions. Drill hole not more than 1/4 inch larger than steel bar diameter (including height of deformations for deformed bars) in existing concrete. Just before installation of steel, blow hole clean of all debris using compressed air. Partially fill hole with epoxy, using enough epoxy so when steel bar is inserted, epoxy grout will completely fill hole around bar. Dip end of steel bar in epoxy and twist bar while inserting into partially-filled hole.

Page 310: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 6

Table 03211A REINFORCEMENT PLACEMENT TOLERANCES

PLACEMENT

TOLERANCE IN

INCHES

Clear Distance -

To formed soffit: To other formed surfaces: Minimum spacing between bars:

-1/4 ±1/4 -1/4

Clear distance from unformed surface to top reinforcement -

Members 8 inches deep or less: Members more than 8 inches deep but less than 24 inches deep: Members 24 inches deep or greater: Uniform spacing of bars (but the required number of bars shall not be reduced): Uniform spacing of stirrups and ties (but the required number of stirrups and ties shall not be reduced):

±1/4

-1/4, +1/2 -1/4, +1

±2

±1

Longitudinal locations of bends and ends of reinforcement -

General: Discontinuous ends of members: Length of bar laps:

±2 ±1/2

-1-1/2 Embedded length -

For bar sizes No. 3 through 11: For bar sizes No. 14 and 18:

-1 -2

Page 311: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 7

Table 03211B MINIMUM CONCRETE COVER FOR REINFORCEMENT

SURFACE

MINIMUM COVER

IN INCHES

Slabs - Top bars for dry conditions -

All bars:

1-1/2

Formed concrete surfaces exposed to earth, water or weather; over, or in contact with, sewage; and for bottoms bearing on work mat, or slabs supporting earth cover -

No. 5 bars and smaller: No. 6 through No. 18 bars:

2 2

Beams and Columns - For dry conditions -

Stirrups, spirals and ties: Principal reinforcement:

Exposed to earth, water, sewage or weather - Stirrups and ties: Principal reinforcement:

1-1/2 2

2 2

Walls - For dry conditions -

No. 11 bars and smaller: No. 14 and No. 18 bars:

Formed concrete surfaces exposed to earth, water, sewage or weather, or in contact with ground -

Circular tanks with ring tension: All others:

2 2

2 2

Footings and Base Slabs -

At formed surfaces and bottoms bearing on concrete work mat: At unformed surfaces and bottoms in contact with earth:

Top of footings -- same as slabs

2 3

END OF SECTION

Page 312: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project REINFORCING STEEL SECTION 03211 - 8

THIS PAGE INTENTIONALLY LEFT BLANK

Page 313: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 1

SECTION 03315

CONCRETE FOR UTILITY CONSTRUCTION

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Repair of cracks, holes and surface defects, and repair of deteriorated concrete surfaces.

B. Installation of embedded items into existing concrete.

1.2 SECTION INCLUDES

A. Cast-in-place concrete work for utility construction or rehabilitation, such as slabs on grade, small vaults, site-cast bases for precast units, and in-place liners for manhole rehabilitation.

1.3 REFERENCES

A. ACI 117 - Standard Tolerances for Concrete Construction and Materials.

B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete.

C. ACI 302.1R - Guide for Concrete Floor and Slab Construction.

D. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete.

E. ACI 308 - Standard Practice for Curing Concrete.

F. ACI 309R - Guide for Consolidation of Concrete.

G. ACI 311 - Batch Plant Inspection and Field Testing of Ready Mixed Concrete.

H. ACI 315 - Manual of Standard Practice for Detailing Reinforced Concrete Structures.

I. ACI 318 - Building Code Requirements for Reinforced Concrete.

J. ACI 544 - Guide for Specifying, Mixing, Placing, and Finishing Steel Fiber Reinforced Concrete.

K. ASTM A 82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

L. ASTM A 185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement.

M. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.

N. ASTM A 767 - Standard Specifications for Zinc-coated (Galvanized) Bars for Concrete Reinforcement.

O. ASTM A 775 - Standard Specification for Epoxy-Coated Reinforcing Steel Bars.

P. ASTM A 820 - Steel Fibers for Fiber Reinforced Concrete.

Q. ASTM A 884 - Specification for Epoxy-coated Steel Wire and Welded Wire Fabric for Reinforcement.

R. ASTM C 31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field.

S. ASTM C 33 - Standard Specification for Concrete Aggregates.

T. ASTM C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens.

U. ASTM C 42 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete.

Page 314: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 2

V. ASTM C 94 - Standard Specification for Ready-Mixed Concrete.

W. ASTM C 138 - Standard Test Method for Unit Weight Yield and Air Content (Gravimetric) of Concrete.

X. ASTM C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete.

Y. ASTM C 150 - Standard Specification for Portland Cement.

Z. ASTM C 172 - Standard Practice for Sampling Freshly Mixed Concrete.

AA. ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by Volumetric Method.

BB. ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method.

CC. ASTM C 260 - Standard Specification for Air-Entraining Admixtures for Concrete.

DD. ASTM C 309 - Standard Specifications for Liquid Membrane-Forming Compounds for Curing Concrete.

EE. ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete.

FF. ASTM C 595 - Standard Specification for Blended Hydraulic Cements.

GG. ASTM C 685 - Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing.

HH. ASTM C 1017 - Chemical Admixtures for Use in Producing Flowing Concrete.

II. ASTM C 1064 - Standard Test Method for Temperature of Freshly Mixed Portland Cement Concrete.

JJ. ASTM C 1077 - Standard Practice for Laboratory Testing of Concrete and Concrete Aggregate for Use in Construction and Criteria for Laboratory Evaluation.

KK. ASTM D 638 - Test Method for Tensile Properties of Plastics.

LL. ASTM D 746 - Test Method for Brittleness Temperature of Plastics and Elastomers by Impact.

MM. ASTM D 747 - Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam.

NN. CRSI MSP-1 - Manual of Standard Practice.

OO. CRSI - Placing Reinforcing Bars.

PP. Federal Specification SS-S-210A - Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints

QQ. NRMCA - Concrete Plant Standards.

1.4 SUBMITTALS

A. Conform to SECTION 01330 – Submittal Procedures.

B. Submit proposed mix design and test data for each type and strength of concrete in the Work.

C. Submit laboratory reports prepared by an independent testing laboratory stating that materials used comply with requirements of this Section.

D. Submit manufacturer's mill certificates for reinforcing steel. Provide specimens for testing when required by the ENGINEER.

E. Submit certification from concrete supplier that materials and equipment used to produce and deliver concrete comply with this Specification.

Page 315: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 3

F. When required on Drawings, submit shop drawings showing reinforcement type, quantity, size, length, location, spacing, bending, splicing, support, fabrication details, and other pertinent information.

G. For waterstops, submit product information sufficient to indicate compliance with this Section, including manufacturer's descriptive literature and specifications.

1.5 HANDLING AND STORAGE

A. Cement: Store cement off of the ground in a well-ventilated, weatherproof building.

B. Aggregate: Prevent mixture of foreign materials with aggregate and preserve gradation of aggregate.

C. Reinforcing Steel: Store reinforcing steel to protect it from mechanical injury and formation of rust. Protect epoxy-coated steel from damage to the coating.

PART 2. PRODUCTS

2.1 CONCRETE MATERIALS

A. Cementitious Material:

1. Portland Cement: ASTM C 150, Type II, unless the use of Type III is authorized by the ENGINEER; or ASTM C 595, Type IP. For concrete in contact with sewage use Type II cement.

2. When aggregates are potentially reactive with alkalis in cement, use cement not exceeding 0.6 percent alkali content in the form of Na2O + 0.658K20.

B. Water: Clean, free from harmful amounts of oils, acids, alkalis, or other deleterious substances, and meeting requirements of ASTM C 94.

C. Aggregate:

1. Coarse Aggregate: ASTM C 33. Unless otherwise indicated, use the following ASTM standard sizes: No. 357 or No. 467; No. 57 or No. 67, No. 7. Maximum size: Not larger than 1/5 of the narrowest dimension between sides of forms, nor larger than ¾ of the minimum clear spacing between reinforcing bars.

2. Fine Aggregate: ASTM C 33.

3. Determine the potential reactivity of fine and coarse aggregate in accordance with the Appendix to ASTM C 33.

D. Air Entraining Admixtures: ASTM C 260.

E. Chemical Admixtures:

1. Water Reducers: ASTM C 494, Type A.

2. Water Reducing Retarders: ASTM 494, Type D.

3. High Range Water Reducers (Superplasticizers): ASTM C 494, Types F and G.

F. Prohibited Admixtures: Admixtures containing calcium chloride, thiocyanate, or materials that contribute free chloride ions in excess of 0.1 percent by weight of cement.

G. Reinforcing Steel:

1. Use new billet steel bars conforming to ASTM A 615, ASTM A 767, or ASTM A 775, grade 40 or grade 60, as shown on Drawings. Use deformed bars except where smooth bars are specified. When placed in work, keep steel free of dirt, scale, loose or flaky rust, paint, oil or other harmful materials.

Page 316: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 4

2. Where shown, use welded wire fabric with wire conforming to ASTM A 185 or ASTM A 884. Supply the gauge and spacing shown, with longitudinal and transverse wires electrically welded together at points of intersection with welds strong enough not to be broken during handling or placing.

3. Wire: ASTM A 82. Use 16-1/2 gauge minimum for tie wire, unless otherwise indicated.

H. Fiber:

1. Fibrillated Polypropylene Fiber:

a. Addition Rate: 1.5 pounds of fiber per cubic yard of concrete.

b. Physical Properties:

1) Material: Polypropylene.

2) Length: 1/2 inch or graded

3) Specific Gravity: 0.9l.

c. Acceptable Manufacturer: W. R. Grace Company, Fibermesh, or approved equal.

2. Steel Fiber: Comply with applicable provisions of ACI 544 and ASTM A 820.

a. Ratio: 50 to 200 pounds of fiber per cubic yard of concrete.

b. Physical Properties

c. Material: Steel.

d. Aspect Ratio (for fiber lengths of 0.5 to 2.5 inch, length divided by diameter or equivalent diameter): 30:1 to 100:1.

e. Specific Gravity: 7.8.

f. Tensile Strength: 40-400 ksi.

g. Young's Modulus: 29,000 ksi.

h. Minimum Average Tensile Strength: 50,000 psi.

i. Bending Requirements: Withstand bending around 0.125-inch diameter mandrel to an angle of 90 degrees, at temperatures not less than 60 degrees F, without breaking.

I. Curing Compounds: Type 2 white-pigmented liquid membrane-forming compounds conforming to ASTM C 309.

2.2 FORMWORK MATERIALS

A. Lumber and Plywood: Seasoned and of good quality, free from loose or unsound knots, knot holes, twists, shakes, decay and other imperfections which would affect strength or impair the finished surface of concrete. Use S4S lumber for facing or sheathing. Forms for bottoms of caps: At least 2-inch (nominal) lumber, or 3/4-inch form plywood backed adequately to prevent misalignment. For general use, provide lumber of 1-inch nominal thickness or form plywood of approved thickness.

B. Formwork for Exposed Concrete Indicated to Receive Rubbed Finish: Form or form-lining surfaces free of irregularities; plywood of 1/4-inch minimum thickness, preferably oiled at the mill.

C. Chamfer Strips and Similar Moldings: Redwood, cypress, or pine that will not split when nailed and which can be maintained to true line. Use mill-cut molding dressed on all faces.

Page 317: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 5

D. Form Ties: Metal or fiberglass of approved type with tie holes not larger than 7/8 inch in diameter. Do not use wire ties or snap ties.

E. Metal Forms: Clean and in good condition, free from dents and rust, grease, or other foreign materials that tend to disfigure or discolor concrete in a gauge and condition capable of supporting concrete and construction loads without significant distortion. Countersink bolt and rivet heads on facing sides. Use only metal forms which present a smooth surface and which line up properly.

2.3 PRODUCTION METHODS

A. Use either ready-mixed concrete conforming to requirements of ASTM C 94, or concrete produced by volumetric batching and continuous mixing in accordance with ASTM C 685.

2.4 MEASUREMENT OF MATERIALS

A. Measure dry materials by weight, except volumetric proportioning may be used when concrete is batched and mixed in accordance with ASTM C 685.

B. Measure water and liquid admixtures by volume.

2.5 DESIGN MIX

A. Use design mixes prepared by a certified testing laboratory in accordance with ASTM C 1077 and conforming to requirements of this section.

B. Proportion concrete materials based on ACI 211.1 to comply with durability and strength requirements of ACI 318, Chapters 4 and 5, and this specification. Prepare mix design of Class A concrete so minimum cementitious content is 564 pounds per cubic yard. Submit concrete mix designs to the ENGINEER for review.

C. Proportioning on the basis of field experience or trial mixtures in accordance with requirements at Section 5.3 of ACI 318 may be used, if approved by the ENGINEER.

D. Classification:

CLASS

TYPE

MINIMUM

COMPRESSIVE STRENGTH (LBS/SQ. IN.)

MAXIMUM

W/C RATIO

AIR

CONTENT (PERCENT)

CONSISTENCY

RANGE IN SLUMP (INCHES)

7-DAY

28-DAY

A Structural

3200

4000

0.45

4+ 1

2 to 4*

B

Pipe Block Fill, Thrust Block

----

3000

----

4+ 1

5 to 7

*When ASTM C 494, Type F or Type G admixture is used to increase workability, this range may be 6 to 9.

E. Add Steel or polypropylene fibers only when called for on the Drawings or in another section of these Specifications.

F. Determine air content in accordance with ASTM C 138, ASTM C 173 or ASTM C 231.

G. Use of Concrete Classes: Use Classes of concrete as indicated on the Drawings and other Specifications. Use Class B for unreinforced concrete used for plugging pipes, seal slabs, thrust blocks, trench dams, and concrete fill unless indicated otherwise. Use Class A for all other applications.

2.6 PVC WATERSTOPS

Page 318: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 6

A. Extrude from virgin polyvinyl chloride elastomer. Use no reclaimed or scrap material. Submit waterstop manufacturer’s current test reports and manufacturer’s written certification that the material furnished meets or exceeds Corps of Engineers Specification CRD-C572 and other specified requirements.

B. Flat Strip and Center-Bulb Waterstops:

1. Thickness: not less than 3/8 inch.

2. Acceptable Manufacturers:

a. Kirkhill Rubber Co., Brea, California.

b. Water Seals, Inc., Chicago, Illinois.

c. Progress Unlimited, Inc., New York, New York.

d. Greenstreak Plastic Products Co., St. Louis, Missouri.

e. Approved equal.

2.7 RESILIENT WATERSTOP

A. Resilient Waterstop: Where shown on the Drawings; either a bentonite- or adhesive-type material.

B. Adhesive Waterstop:

1. Preformed plastic adhesive waterstop at least 2 inches in diameter.

2. Meets or exceeds requirements of Federal Specification SS-SS-210A.

3. Supplied wrapped completely by a 2-part protective paper.

4. Submit independent laboratory tests verifying that the material seals joints in concrete against leakage when subjected to a minimum of 30 psi water pressure for at least 72 hours.

5. Provide primer, to be used on hardened concrete surfaces, from the same manufacturer who supplies the waterstop material.

6. Acceptable manufacturer: Synko-Flex Preformed Plastic Adhesive Waterstop, Synko-Flex Products, Inc.; or approved equal.

PART 3. EXECTUION

3.1 FORMS AND SHORING

A. Provide mortar-tight forms sufficient in strength to prevent bulging between supports. Set and maintain forms to lines designated such that finished dimensions of structures are within the tolerances specified in ACI 117. Construct forms to permit removal without damage to concrete. Forms may be given slight draft to permit ease of removal. Provide adequate cleanout openings. Before placing concrete, remove extraneous matter from within forms.

B. Install rigid shoring having no excessive settlement or deformation. Use sound timber in shoring centering. Shim to adjust and tighten shoring with hardwood timber wedges.

C. Design Loads for Horizontal Surfaces of Forms and Shoring: Minimum fluid pressure, 175 pounds per cubic foot; live load, 50 pounds per square foot. Maximum fluid pressure, 175 pounds per cubic foot; live load, 50 pounds per square foot. Maximum unit stresses: 125 percent of allowable stresses used for form materials and for design of support structures.

Page 319: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 7

D. Back formwork with a sufficient number of studs and wales to prevent deflection.

E. Re-oil or lacquer the liner of the job before using. Facing may be constructed of 3/4-inch plywood made with waterproof adhesive backed by adequate studs and wales. In such cases, forming lining will not be required.

F. Unless otherwise indicated, form outside corners and edges with triangular 3/4-inch chamfer strips (measured on sides).

G. Remove metal form ties to depth of at least 3/4 inch from surface of concrete. Do not burn off ties. Do not use pipe spreaders. Remove spreaders which are separate from forms as concrete is being placed.

H. Treat facing of forms with approved form coating before concrete is placed. When directed by ENGINEER, treat both sides of face forms with coating. Apply coating before reinforcement is placed. Immediately before the concrete is placed, wet surface of forms which will come in contact with concrete.

3.2 PLACING REINFORCEMENT

A. Place reinforcing steel accurately in accordance with approved Drawings. Secure steel adequately in position in forms to prevent misalignment. Maintain reinforcing steel in place using approved concrete and hot-dip galvanized metal chairs and spacers. Place reinforcing steel in accordance with CRSI Publication “Placing Reinforcing Bars.” Request inspection of reinforcing steel by the ENGINEER and obtain acceptance before concrete is placed.

B. Minimum spacing center-to-center of parallel bars: 2-1/2 times nominal bar diameter. Minimum cover measured from surface of concrete to face of reinforcing bar unless shown otherwise on the Drawings: 3 inches for surfaces cast against soil or subgrade, 2 inches for other surfaces.

C. Detail bars in accordance with ACI 315. Fabricate reinforcing steel in accordance with CRSI Publication MSP-1, “Manual of Standard Practice.” Bend reinforcing steel to required shape while steel is cold. Excessive irregularities in bending will be cause for rejection.

D. Do not splice bars without written approval of the ENGINEER. Approved bar bending schedules or placing drawings constitute written approval. Splice and development length of bars shall conform to ACI 318, Chapters 7 and 12, and as shown on Drawings. Stagger splices or locate at points of low tensile stress.

3.3 EMBEDDED ITEMS

A. Install conduit and piping as shown on Drawings. Accurately locate and securely fasten conduit, piping, and other embedded items in forms.

B. Install waterstops as specified in other sections and according to manufacturer’s instructions. Securely position waterstops at joints as indicated on Drawings. Protect waterstops from damage or displacement during concrete placing operations.

3.4 BATCHING, MIXING AND DELIVERY OF CONCRETE

A. Measure, batch, mix, and deliver ready-mixed concrete in accordance with ASTM C94, Sections 8 through 11. Produce ready-mixed concrete using an automatic batching system as described in NRMCA Concrete Plant Standards, Part 2 – Plant Control Systems.

B. Measure, mix and deliver concrete produced by volumetric batching and continuous mixing in accordance with ASTM C 685, Sections 6 through 8.

C. Maintain concrete workability without segregation of material and excessive bleeding. Obtain approval of the ENGINEER before adjustment and change of mix proportions.

Page 320: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 8

D. Ready-mixed concrete delivered to the site shall be accompanied by batch tickets providing the information required by ASTM C 94, Section 16. Concrete produced by continuous mixing shall be accompanied by batch tickets providing the information required by ASTM C 685, Section 14.

E. When adverse weather conditions affect quality of concrete, postpone concrete placement. Do not mix concrete when air temperature is at or below 40 degrees F and falling. Concrete may be mixed when temperature is 35 degrees F and rising. Take temperature readings in the shade, away from artificial heat. Protect concrete from temperatures below 33 degrees F until the concrete has cured for a minimum of 3 days at 70 degrees F or 5 days at 50 degrees F.

F. Clean, maintain and operate equipment so that it thoroughly mixes material as required.

G. Hand-mix only when approved by the ENGINEER.

3.5 PLACING CONCRETE

A. Give sufficient advance notice to the ENGINEER (at least 24 hours prior to commencement of operations) to permit inspection of forms reinforcing steel, embedded items and other preparations for placing concrete. Place no concrete prior to the ENGINEER’s approval.

B. Schedule concrete placing to permit completion of finishing operations in daylight hours. However, if necessary to continue after daylight hours, light the site as required. If rainfall occurs after placing operations are started, provide covering to protect the work.

C. Use troughs, pipes and chutes lined with approved metal or synthetic material in placing concrete so that concrete ingredients are not separated. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete. Allow no aluminum material to be in contact with concrete.

D. Limit free fall of concrete to 4 feet. Do not deposit large quantities of concrete at one location so that running or working concrete along forms is required. Do not jar forms after concrete has taken an initial set; do not place any strain on projecting reinforcement or anchor bolts.

E. Use tremies for placing concrete in walls and similar narrow or restricted locations. Use tremies made in sections, or provide in several lengths, so that outlet may be adjusted to proper height during placing operations.

F. Place concrete in continuous horizontal layers approximately 12 inches thick. Place each layer while layer below is still plastic.

G. Compact each layer of concrete with concrete spading implements and mechanical vibrators of approved type and adequate number for the size of placement. When immersion vibrators cannot be used, use form vibrators. Apply vibrators to concrete immediately after depositing. Move the vibrator vertically through the layer of concrete just placed and several inches into plastic layer below. Do not penetrate or disturb layers previously placed which have partially set. Do not use vibrators to aid lateral flow concrete. Closely supervise consolidation to ensure uniform insertion and duration of immersion.

H. Handling and Placing Concrete: Conform to ACI 302.1R, ACI 304R and ACI 309R.

3.6 WATERSTOPS

A. Embed waterstops in concrete across joints as shown. Waterstops shall be continuous for the extent of the joint; make splices necessary to provide such continuity in accordance with manufacturer’s instructions. Support and protect waterstops during construction operations; repair or replace waterstops damaged during construction.

Page 321: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 9

B. Install waterstops in concrete on one side of joints, leaving other side exposed until the next pour. When a waterstop will remain exposed for 2 days or more, shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete.

C. Splicing PVC Waterstops:

1. Splice waterstops by heat-sealing adjacent waterstop sections in accordance with the manufacturer’s printed instructions.

2. Butt end-to-end joints of two identical waterstop sections may be made in the forms during placement of waterstop material.

3. Prior to placement in formwork, prefabricate waterstop joints involving more than two ends to be joined together, an angle cut, an alignment change, or the joining of two dissimilar waterstop sections, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon inspection and approval by the ENGINEER, install prefabricated waterstop joint assemblies in formwork, and butt-weld ends of the 24-inch strips to the straight-run portions of waterstop in the forms.

D. Setting PVC Waterstops:

1. Correctly position waterstops during installation. Support and anchor waterstops during progress of the work to ensure proper embedment in concrete and to prevent folding over of the waterstop by concrete placement. Locate symmetrical halves of waterstops equally between concrete pours at joints, with center axis coincident with joint openings. Thoroughly work concrete in joint vicinity for maximum density and imperviousness.

2. Where a waterstop in a vertical wall joint does not connect with any other waterstop, and is not intended to be connected to a waterstop in a future concrete placement, terminate the waterstop 6 inches below the top of the wall.

E. Replacement of Defective Field Joints: Replace waterstop field joints showing evidence of misalignment, offset, porosity, cracks, bubbles, inadequate bond or other defects with products and joints complying to the Specifications.

F. Resilient Waterstop:

1. Install resilient waterstop in accordance with manufacturer’s instructions and recommendations.

2. When requested by the ENGINEER, provide technical assistance by manufacturer’s representative in the field at no additional cost to the OWNER.

3. Use resilient waterstop only where complete confinement by concrete is provided; do not use in expansion or contraction joints.

4. Where resilient waterstop is used in combination with PVC waterstop, lap resilient waterstop over PVC waterstop a minimum of 6 inches and place in contact with the PVC waterstop. Where crossing PVC at right angles, melt PVC ribs to form a smooth joining surface.

5. At the free top of walls without connecting slabs, stop the resilient waterstop and grooves (where used) 6 inches from the top in vertical wall joints.

6. Adhesive Waterstop:

a. With a wire brush thoroughly clean the concrete surface on which the waterstop is to be placed and then coat with primer.

Page 322: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 10

b. If the surface is too rough to allow the waterstop to form a complete contact, grind to form an adequately smooth surface.

c. Install the waterstop with the top protective paper left in place. Overlap joints between strips a minimum of 1 inch and cover back over the protective paper.

d. Do not remove protective paper until just before final formwork completion. Concrete shall be placed immediately. The time that the waterstop material is uncovered prior to concrete placement shall be minimized and shall not exceed 24 hours.

3.7 CONSTRUCTION JOINTS

A. Definitions:

1. Construction joint: Contract surface between plastic (fresh) concrete and concrete that has attained initial set.

2. Monolithic: Manner of concrete placement to reduce or eliminate construction joints: joints other than those indicated on Drawings will not be permitted without written approval of ENGINEER. Where so approved, make additional construction joints with details equivalent to those indicated for joints in similar locations.

3. Preparation for Construction Joints: Roughen surface of concrete previously placed, leaving some aggregate particles exposed. Remove laitance and loose materials by sandblasting or high-pressure water blasting. Keep surface wet for several hours prior to placing of plastic concrete.

3.8 CURING

A. Comply with ACI 308. Cure by preventing loss of moisture, rapid temperature change and mechanical injury for a period of 7 curing days when Type II or IP cement has been used and for 3 curing days when Type III cement has been used. Start curing as soon as free water has disappeared from the concrete surface after placing and finishing. A curing day is any calendar day in which the temperature is above 50 degrees F for at least 19 hours. Colder days may be counted if air temperature adjacent to concrete is maintained above 50 degrees F. In continued cold weather, when artificial heat is not provided, removal of forms and shoring may be permitted at the end of calendar days equal to twice the required number of curing days. However, leave soffit forms and shores in place until concrete has reached the specified 28-day strength, unless directed otherwise by the ENGINEER.

B. Cure formed surfaces not requiring rubbed-finished surface by leaving forms in place for the full curing period. Keep wood forms wet during the curing period. Add water as needed for other types of forms. Or, at CONTRACTOR’s option, forms may be removed after 2 days and curing compound applied.

C. Rubbed Finish:

1. At formed surfaces requiring rubbed finish, remove forms as soon as practicable without damaging the surface.

2. After rubbed-finish operations are complete, continue curing formed surfaces by using either approved curing/sealing compounds or moist cotton mats until normal curing period is complete.

D. Unformed Surfaces: Cure by membrane curing compound method.

1. After concrete has received a final finish and surplus water sheen has disappeared, immediately seal surface with a uniform coating of approved curing compound, applied at the rate of coverage recommended by manufacturer or as directed by the ENGINEER. Do not apply less than 1 gallon per 180 square feet of area. Provide satisfactory means to properly control and check rate of application of the compound.

Page 323: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 11

2. Thoroughly agitate the compound during use and apply by means of approved mechanical power pressure sprayers equipped with atomizing nozzles. For application on small miscellaneous items, hand-powered spray equipment may be used. Prevent loss of compound between nozzle and concrete surface during spraying operations.

3. Do not apply compound to a dry surface. If concrete surface has become dry, thoroughly moisten surface immediately prior to application. At locations where coating shows discontinuities, pinholes or other defects, or if rain falls on a newly coated surface before film dried sufficiently to resist damage, apply an additional coat of compound at the specified rate of coverage.

3.9 REMOVAL OF FORMS AND SHORING

A. Remove forms from surfaces requiring rubbing only as rapidly as rubbing operation progresses. Remove forms from vertical surfaces not requiring rubbed-finish when concrete has aged for the required number of curing days. When curing compound is used, do not remove forms before 2 days after concrete placement.

B. Leave soffit forms and shores in place until concrete has reached the specified 28-day strength, unless directed otherwise by the ENGINEER.

3.10 DEFECTIVE WORK

A. Immediately repair any defective work discovered after forms have been removed. If concrete surface is bulged, uneven, or shows excess honeycombing or form marks which cannot be repaired satisfactory through patching, remove and replace the entire section.

3.11 FINISHING

A. Patch honeycomb, minor defects and form tie holes in concrete surfaces with cement mortar mixed one part cement to two parts fine aggregate. Repair defects by cutting out unsatisfactory material and replacing with new concrete, securely keyed and bonded to existing concrete. Finish to make junctures between patches and existing concrete as inconspicuous as possible. Use a stuff mixture and thoroughly tamp into place. After each patch has stiffened sufficiently to allow for greatest portion of shrinkage, strike off mortar flush with the surface.

B. Apply a rubbed finish to exposed surfaces of formed concrete structures as noted on Drawings. After pointing has set sufficiently, wet the surface with a brush and perform first surface rubbing with No. 16 carborundum stone, or approved equal. Rub sufficiently to bring surface to paste, to remove form marks and projections, and to produce a smooth, dense surface. Add cement to form surface paste as necessary. Spread or brush material, which has been ground to paste, uniformly over surface and allow to reset. In preparation for final acceptance, clean surfaces and perform final finish rubbing with No. 30 carborundum stone or approved equal. After rubbing, allow paste on the surface to reset; then wash surface with clean water. Leave structure with a clean, neat and uniform-appearing finish.

C. Apply a wood float finish to concrete slabs.

3.12 FIELD QUALITY CONTROL

A. Testing shall be performed under provisions of Section 01454 - Testing Laboratory Services.

B. Unless otherwise directed by ENGINEER, the following minimum testing of concrete is required. Testing shall be performed by qualified individuals employed by an approved independent testing agency, and conform to the requirements of ASTM C 1077.

1. Take concrete samples in accordance with ASTM C 172.

Page 324: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE FOR UTILITY CONSTRUCTION SECTION 03315 - 12

2. Make one set of four compression test specimens for each mix design at least once per day and for each 150 cubic yards or fraction thereof. Make, cure and test the specimens in accordance with ASTM C 31 and ASTM C 39.

3. When taking compression test specimens, test each sample for slump according to ASTM C 143, for temperature according to ASTM C 1064, for air content according to ASTM C 231, and for unit weight according to ASTM C 138.

4. Inspect, sample and test concrete in accordance with ASTM C 94, Section 13, 14, and 15, and ACI 311-5R.

C. Test Cores: Conform to ASTM C 42.

D. Testing High Early Strength Concrete: When Type III cement is used in concrete, the specified 7-day and 28-day compressive strengths shall be applicable at 3 and 7 days, respectively.

E. If 7 day or 3 day test strengths (as applicable for type of cement being used) fail to meet established strength requirements, extended curing or resumed curing on those portions of structure represented by test specimens may be required. If additional curing fails to produce the required strength, strengthening or replacement of portions of structure which fail to develop required strength may be required by the ENGINEER, at no additional cost to the OWNER.

3.13 PROTECTION

A. Protect concrete against damage until final acceptance by the OWNER.

B. Protect fresh concrete from damage due to rain, hail, sleet, or snow. Provide such protection while the concrete is still plastic, and whenever such precipitation is imminent or occurring.

C. Do not backfill around concrete structures or subject them to design loadings until components of the structure needed to resist the loading are complete and have reached the specified 28-day compressive strength, except as authorized otherwise by the ENGINEER.

END OF SECTION

Page 325: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 1

SECTION 03931

CONCRETE REPAIR AND REHABILITATION

PART 1. GENERAL

1.1 SECTION INCLUDES

A. Repair of cracks, holes and surface defects, and repair of deteriorated concrete surfaces.

B. Installation of embedded items into existing concrete.

1.2 REFERENCES

A. ASTM C 109 – Compressive Strength of Hydraulic Cement Mortars.

B. ASTM C 882 – Bond Strength of Epoxy-Resin Systems Used with Concrete.

1.3 SUBMITTALS

A. Under provisions of SECTION 01330 – Submittal Procedures, submit manufacturer’s product information, installation instructions and recommendations, and certification of compliance with required properties for all repair materials.

1.4 REPAIR SCOPE

A. Patch and fill openings in existing concrete indicated to be patched or filled.

B. Patch, fill holes in and otherwise repair damage to concrete and concrete surfaces resulting from removal of penetrating pipes and other embedded items, from installation of pipes or other items embedded in or passed through concrete, and from other construction activities.

C. Crack Repair: Repair the full length of cracks in concrete members in new structures, and in existing structures as follows.

D. Deteriorated Concrete:

1. Repair interior concrete surfaces showing signs of deterioration in the following existing structures.

2. The level of deterioration of the concrete varies within each of the listed structures. For bidding purposes, average depth of deteriorated concrete walls and undersides of top slabs is assumed to be one inch. Repair for the portion exceeding one inch in depth, as measured from the existing wall surface, will be paid as extra work as defined above.

E. Make other repairs to existing structures as follows:

1.5 QUALITY ASSURANCE

A. Field Tests of Cement-based Grouts:

1. Compression test specimens will be prepared during construction by the ENGINEER, or ENGINEER's authorized representative, from the first placement of each type of mortar or grout, and at intervals thereafter as determined by the ENGINEER, to ensure continued compliance with these specifications.

2. Specimen preparation and compression testing for repair mortar and non-shrink grout will be performed as specified in ASTM C 109. A set of three specimens will be made for testing at 7 days, 28 days, and additional testing as appropriate.

Page 326: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 2

3. Material failing to meet Contract requirements is subject to removal, and replacement with new material meeting requirements, at no additional cost to the OWNER.

4. Cost of laboratory tests on mortar and grout will be borne by the OWNER, except CONTRACTOR shall pay for tests failed, and additional testing and investigation work performed because of work not meeting Contract requirements.

5. CONTRACTOR shall supply all materials necessary for fabricating test specimens and assist the ENGINEER in obtaining specimens for testing.

B. Repair concrete shall be tested as required in SECTION 03310 - Structural Concrete.

C. Epoxy grout shall be tested as required in SECTION 03600 - Structural Grout.

D. Chemical Grout:

1. Installer: A waterproofing CONTRACTOR with a minimum of 3 years experience in the installation of chemical grout systems as specified herein, and shall be certified or approved by the manufacturer.

2. Waterproofing CONTRACTOR shall submit a list of 5 previous jobs successfully completed by that firm that successfully utilized the specified chemical grout system.

3. Construction Tolerances: As specified in SECTION 03100 - Concrete Formwork, and SECTION 03350 - Concrete Finishing, except as otherwise indicated.

PART 2. PRODUCTS

2.1 REPAIR MORTAR

A. Repair Mortar: Prepackaged polymer-modified cement-based product specifically formulated for repair of surface defects in concrete, having the following properties:

Physical Property Value ASTM Standard Comprehensive Strength (minimum) C 109 -1 day 2000 psi -28 days 6000 psi Bond Strength (minimum) C 882 (modified) -1 day 1200 psi -7 days 2000 psi B. Manufacturer and Product: Emaco by Master Builders, SR93 by Euclid Chemical Company, Sikacem

by Sika Corporation, Five Star Structural Concrete by Five Star Products, Inc., or equal. Where the manufacturer offers products in formulations intended for specific application conditions such as overhead and shotcrete application, use the formulation recommended by the manufacturer for the condition required.

C. Minimum Repair Thickness: 0.50 inch.

2.2 NON-SHRINK GROUT

A. Non-shrink Grout: Comply with requirements of Section 03600 - Structural Grout.

2.3 CONCRETE MATERIALS

Page 327: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 3

A. Cement: Type II Portland cement, unless indicated otherwise. Where repairs are made on wall surfaces exposed to view and above normal water surface elevation, blend white Portland cement with Type II cement as needed to match the color of adjacent existing concrete surface.

B. Repair Concrete: Class A (4000 psi) concrete with one-inch maximum coarse aggregate, complying with Section 03310 - Structural Concrete; minimum repair thickness, 2 inches.

C. Cement Grout: Comply with Section 03600 - Structural Grout; minimum repair thickness, one inch.

D. Curing Materials, Bonding Agents, and Other Miscellaneous Materials: Comply with Section 03310 - Structural Concrete and Section 03390 - Concrete Curing.

2.4 AGGREGATE

A. Aggregate for Extending Repair Mortar and Non-shrink Grout Products: 3/8 inch clean, washed gravel or crushed stone complying with Section 03390 - Concrete Curing.

2.5 CHEMICAL GROUT

A. Chemical Grout: Hydrophobic urethane or polyurethane material of low viscosity suitable for pumped injection into cracks, which reacts with water to form a closed-cell foam material that completely fills and seals all cracks against leakage. Cured material shall remain elastic and maintain an expansive pressure through repeated wet-dry cycles.

B. Manufacturer and Product: Scotch Seal 5600 by the Adhesives, Coatings, and Sealers Division of 3M Products; Flex LV by De Neef America, Inc.; SikaFix by Sika Corporation; or equal. Use different formulations in the same family of materials, accelerators, and other materials necessary for installation where recommended by the manufacturer for specific application conditions.

C. Reacted and cured chemical grout shall be resistant to organic solvents, mild acids, alkali and micro-organisms. Cured material shall be approved for use with potable water by the appropriate federal, state, or local government agency.

2.6 EPOXY PRODUCTS

A. Epoxy Grout: Comply with Section 03600 - Structural Grout, modified as specified herein.

B. Epoxy for Crack Injection: ASTM C 881, Type IV; low viscosity, moisture-insensitive material specifically formulated for that use; 2500 psi minimum bond strength when tested in accordance with ASTM C 882 at 14 days, moist cured.

2.7 SEALANT

A. Sealant: 2-part polyurethane.

2.8 FORMWORK

A. Formwork, Where Needed: Comply with Section 03100 - Concrete Formwork.

2.9 REINFORCEMENT

A. Reinforcement, Where Required: Comply with Section 03211 - Reinforcing Steel.

2.10 RESILIENT WATERSTOP

A. Resilient Waterstop.

PART 3. EXECUTION

3.1 PREPARATION AND CURING

Page 328: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 4

A. Where repairs are made on wall surfaces exposed to view and above normal water surface elevation, installed repair material shall match adjacent concrete surface in color.

B. Surface Preparation:

1. Clean entire area to be repaired of laitance, foreign material and loose or deteriorated concrete by chipping, hydroblasting or sandblasting; further roughen surfaces as specified herein. Where non-shrink grout or repair mortar is used, perform any additional surface preparation steps recommended by the manufacturer.

2. Where cementitious repair materials are used, maintain surfaces to be repaired in a saturated surface dry condition and prevent concrete from drying until repair operations are completed. Re-wet surfaces to be repaired by water spray on at least a daily basis. Remove standing water in areas to be repaired prior to placement of repair material. Provide means to remove excess water from the structure.

3. Where repair material manufacturer recommends use of an epoxy bonding agent, follow recommendations of both the repair material and epoxy bonding agent manufacturers.

C. Fully consolidate repair material, completely filling all portions of areas to be filled.

D. Bring repair surfaces into alignment with adjacent existing surfaces to provide uniform, even surfaces. Unless indicated otherwise, repair surfaces shall match adjacent existing surfaces in texture and receive coatings or surface treatments provided for adjacent existing surfaces.

E. Curing:

1. Cure repair mortar and non-shrink grout according to manufacturer's recommendations, except that minimum cure period shall be 3 days.

2. Cure other materials in accordance with Section 03390 - Concrete Curing.

3. If manufacturer recommends use of a curing compound, use no material that would interfere with the bond of any coating or adhesive required to be applied to the surface.

3.2 TREATMENT OF SURFACE DEFECTS

A. Definition - Surface Defects: Depressions in concrete surfaces not extending all the way through a member, caused by physical damage, unrepaired rock pockets created during original placement, spalling due to corroded reinforcing steel or other embeds, or removal of embedded items or intersecting concrete members.

B. Preparation:

1. Remove loose, damaged concrete by chipping to sound material.

2. Where existing reinforcing bars are exposed, remove concrete at least one inch deep all around the exposed bars. If the existing bars are cut through, cracked, or cross-sectional area is reduced by more than 25 percent, notify ENGINEER immediately.

C. Repair Material:

1. Use only repair mortar to repair surface defects in members normally in contact with water or soil, and defects in interior surfaces of structures which are intended to contain water.

2. Repair of other surface defects may be by application of repair mortar, repair concrete or cement grout, as appropriate.

3.3 PATCHING OF HOLES IN CONCRETE

Page 329: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 5

A. General:

1. Definition – Holes: For the purposes of this section, holes are defined as penetrations completely through a concrete member, with interior surfaces approximately perpendicular to the surface of the existing member. Chip interior surface areas which are inclined and do not meet this criterion as necessary to meet this requirement.

2. Perimeter of holes at the surface shall form a regular shape composed of curved or straight line segments. Provide at least the minimum placement depth specified for the material used at all locations. Score existing concrete by sawcutting and chip as needed to meet this requirement.

3. Roughen the interior surface of holes less than 12 inches in diameter to at least 0.125 inch amplitude. Roughen larger holes to at least 0.25 inch amplitude.

4. At holes not filled with repair mortar or non-shrink grout, and where otherwise recommended by the repair material manufacturer, coat existing surfaces to be repaired with epoxy bonding agent.

5. Where a surface of a member is exposed to view and the repair material cannot be adjusted to match the color of the existing concrete, hold back the repair material 2 inches from the surface. Fill the remaining 2 inches with color-adjusted cement grout. Roughen the surface of the repair material when placed to improve bond with the cement grout.

A. Patching Small Holes:

1. Fill holes less than 12 inches in least dimension and extending completely through concrete members with repair mortar or non-shrink grout.

2. Fill holes in members normally in contact with water or soil with Class I non-shrink grout in accordance with Section 03600 - Structural Grout.

B. Patching Large Holes:

1. Fill holes larger than 12 inches in least dimension with repair concrete, repair mortar or non-shrink grout.

2. Provide large holes normally in contact with water or soil and not filled with Class I non-shrink grout with resilient waterstop placed in a groove approximately 0.25 inch deep ground into the interior edge of the hole at the center of the wall providing a smooth surface in which to place the resilient waterstop. Alternatively, bond bentonite waterstop to the surface using an epoxy grout which completely fills all voids and irregularities beneath the waterstop material.

3. Provide reinforcing steel in layers matching existing reinforcement locations, except provide concrete cover required by the Contract Documents for the applicable service condition.

4. For holes smaller than 48 inches, reinforcement shall be at least #5 bars on 12 inch centers in each layer required. At all holes larger than 30 inches, drill and grout the reinforcement into the existing concrete.

5. For holes larger than 48 inches, see the drawings for reinforcement details.

3.4 PATCHING OF LINED HOLES

A. These provisions apply to openings which have embedded material over all or a portion of the inside edge. Requirements for repairing holes in concrete specified above shall apply as modified herein. The ENGINEER will determine when the embedded material is allowed to remain.

Page 330: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 6

B. Where embedded material is allowed to remain, trim it back a minimum of 2 inches from the concrete surface. Roughen or abrade the embedded material to promote good bonding to the repair material. Completely remove any substance that interferes with good bonding.

C. Completely remove embedded items not securely and permanently anchored in the concrete.

D. Completely remove embedded items larger than 12 inches in least dimension unless composed of a metal to which reinforcing steel can be welded. Where reinforcement is required, weld it to the embedded metal.

E. The following additional requirements apply to concrete in contact with water or soil.

1. Fill lined openings less than 4 inches in least dimension with epoxy grout.

2. Coat lined openings greater than 4 inches but less than 12 inches in least dimension with an epoxy bonding agent prior to filling with Class I non-shrink grout.

3. Coat lined openings greater than 12 inches in least dimension with an epoxy bonding agent and bond bentonite waterstop to the interior of the opening prior to filling with approved repair material.

3.5 INSTALLATION OF PIPES AND FRAMES

A. The following applies to installation of permanent pipes and frames in openings cut into existing concrete members.

B. Cut opening to a size which is a minimum of one inch and a maximum of 3 inches larger than the outside edge of the embedded item. At openings with sharp corners, take care not to sawcut beyond the opening so as to damage existing reinforcing bars. At openings which are greater than 24 inches in least dimension, chip a keyway into the center of the wall. Keyway shall be at least 1.5 inches in depth and from 3 inches to 1/3 the member thickness in width. All surfaces except at the keyway shall be perpendicular to the member surface as specified herein for patching holes.

C. Provide embedded items with a flange or other positive means of anchorage to repaired members. At members in contact with soil or water, provide continuous waterstop flanges around embeds Where concrete pipe will be embedded, provide resilient waterstop around pipe at wall centerline.

D. Roughen the interior surface of openings to at least 1/4-inch amplitude. Sandblast the embed surface to be in contact with concrete clean to promote good bonding to the repair material.

E. Fill the space between the frame and the existing concrete with Class I non-shrink grout.

F. Where surface of a member is exposed to view and the repair material cannot be adjusted to match the color of the existing material, hold back the repair material 2 inches from the surface. Fill the remaining 2 inches with color-adjusted cement grout.

3.6 NON-FIXED INSTALLATION OF PIPES

A. The following applies to installation through existing concrete of piping to be sealed with adjustable linked seals, resilient connectors, or packing and sealant. When more appropriate, ENGINEER may require installation of a sleeve instead of the core-drilled hole specified herein.

B. Size core-drilled opening to permit installation of the required seal; locate to minimize cutting of existing reinforcing steel.

C. Where linked or resilient seals are to be installed, coat the interior surface of the opening with epoxy at least 1/8 inch thick for a smooth and even surface promoting a good seal.

Page 331: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 7

D. Where packing and sealant are required, seal exposed reinforcing bars with at least an 1/8-inch thick layer of epoxy extending 1/2 inch beyond the bars on all sides. Prepare the surface of the cut concrete and the pipe as recommended by the sealant manufacturer.

3.7 GENERAL CRACK REPAIR

A. Repair cracks identified by the ENGINEER as caused by shrinkage or thermal movement by injection with chemical grout as specified herein.

B. Repair cracks not caused by shrinkage or thermal movement by epoxy injection or as otherwise directed by the ENGINEER.

3.8 CHEMICAL GROUT CRACK REPAIR

A. Inject chemical grout into all cracks as directed by the ENGINEER in those structures included in the scope of work listed herein in accordance with the chemical grout manufacturer's installation instructions and recommendations.

B. Location of Injection Ports: Locate injection ports as recommended by the chemical grout manufacturer and as needed to insure complete penetration of the joint or crack with the grout. Spacing of injection ports shall not exceed 2 feet.

C. Drilling Ports: Drill holes for injection ports to the depth needed for proper distribution of the chemical grout. Take care to not damage any reinforcing steel.

D. Port preparation: Clean holes for injection ports of all debris and fit with an injection fitting as provided by the manufacturer of the chemical grout, or equal. Install injection fittings in accordance with manufacturer's instructions; allow fittings to remain in place until chemical grout injection work is complete in that area. Install caps or valves at injection ports to prevent back flow of uncured chemical grout after it has been injected.

E. Chemical Grout Injection:

1. Follow instructions and recommendations of the chemical grout manufacturer and its representatives for chemical grout mixing and injection procedures.

2. Seal cracks at the surface where needed to assure complete penetration of injected chemical grout and prevent loss of material.

3. Prior to chemical grout injection, inject water into ports to provide water for the reaction process, flush out foreign matter and verify continuity between adjacent ports. Inject water into each port until it begins to flow from an adjacent or nearby port.

4. If the water injection procedure indicates the potential presence of voids within members or behind members resting against soil, notify the ENGINEER immediately.

5. Beginning at the lowest injection port, inject chemical grout until the grout begins to flow from an adjacent or nearby port. Repeat the process until the crack is completely filled. In general, port-to-port travel of the injection process will be from low to high in a continuous operation.

6. If port-to-port continuity does not occur at locations where continuity was verified through water injection, mark location and notify the ENGINEER.

7. Avoid sudden application of high pressure during the injection process.

8. After completion of the grouting operation, remove all ports and surface sealing materials leaving an undamaged surface.

Page 332: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 8

3.9 EPOXY CRACK REPAIR

A. Inject epoxy into all cracks in damaged concrete as indicated by the ENGINEER in structures included in the scope of work listed herein. Follow installation instructions and recommendations of the epoxy manufacturer.

B. Inject cracks with sufficient pressure to ensure full penetration of epoxy but without causing further damage.

C. Location, drilling and preparation of ports for injection: As specified for chemical grout herein.

D. Epoxy Injection:

1. Follow instructions of the epoxy manufacturer and its representatives for all mixing and injection procedures.

2. Seal all cracks at the surface where needed to provide for complete penetration of the injected epoxy and to prevent loss of material.

3. Beginning at the lowest injection port, inject the epoxy until it begins to flow from an adjacent or nearby port. Repeat the process until the crack is completely filled.

4. If port-to-port continuity does not occur, mark the location and notify ENGINEER.

5. Avoid sudden application of high pressure during the injection process.

6. After completion of injection operations, remove all ports and surface sealing materials to leave an undamaged surface.

3.10 AIR OF DETERIORATED CONCRETE

A. These provisions pertain to concrete damaged by abrasion, chemical attack or corrosion of reinforcing steel. The only material acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is to be subsequently covered with a PVC liner or other protective material, coordinate finishing details with the liner material manufacturer.

B. Surface Preparation:

1. Remove loose, broken, softened and acid-contaminated concrete to sound, uncontaminated concrete.

2. Notify the ENGINEER when removal of deteriorated concrete is complete. Schedule two weeks for the ENGINEER to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed, and to develop any special repair details that may be needed. Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, schedule another two week period for further evaluation after completion of the additional removal.

3. Follow repair mortar manufacturer's instructions for additional surface preparation.

C. Repair Mortar Placement:

1. Follow manufacturer's recommendations for mixing and placement of repair mortar. After the initial mixing of the repair mortar, do not add additional water to change the consistency should the mix begin to stiffen.

2. Place repair mortar to the minimum thickness recommended by manufacturer but not less than 1/2 inch. Should there be areas where less than the minimum repair mortar depth of concrete is removed, CONTRACTOR may remove additional concrete to attain the minimum repair mortar

Page 333: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 9

thickness or may place repair mortar so as to increase the original thickness of the member. In any case, add repair mortar so that minimum cover over existing reinforcing steel is 2 inches. Do not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need of repair, do not feather the repair mortar at the transition. Sawcut a score line to not less than the minimum repair mortar depth and chip concrete out to it to form the transition. Take care not to cut or otherwise damage reinforcing steel.

3. Finish repair mortar in an even, uniform plane to restore the member to its original surface. Out-of-plane tolerance: No localized depressions or projections; 0.25 inch maximum gap between repair mortar surface and a 10-foot straight edge in any orientation at any location.

D. Finishing:

1. Apply a smooth magnesium float finish to repair mortar.

2. When completed: No sharp edges. Exterior corners, such as at penetrations: One-inch radius. Interior corners: Square, except 2-inch repair mortar fillet at corners to receive PVC lining.

END OF SECTION

Page 334: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SEC No. 8138.01 City of Laredo February 2017 Sombreretillo Creek Force Main Project CONCRETE REPAIR AND REHABILITATION SECTION 03931 - 10

THIS PAGE INTENTIONALLY LEFT BLANK

Page 335: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

GEOTECHNICAL ENGINEERING STUDY SOMBRERETILLO

WASTEWATER TREATMENT PLANT OFFSITE SANITARY SEWER LINE

LAREDO, TEXAS

CONDUCTED FOR:

UTILITIES DEPARTMENT

LAREDO, TEXAS

PREPARED BY:

1216 SANTA MARIA AVENUE LAREDO, TEXAS 78040

TBPE REGISTRATION No. F-10341

2014

Page 336: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,
Page 337: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

i

TABLE OF CONTENTS

1. INTRODUCTION ........................................................................................................... 1 1.1 Authorization and Scope ..................................................................................... 1 1.2 Project Description ............................................................................................... 1

2. FIELD AND LABORATORY TESTING ......................................................................... 1 2.1 Field Testing .......................................................................................................... 1 2.2 Laboratory Testing ................................................................................................ 2

3. SITE AND SUBSURFACE CONDITIONS ..................................................................... 2

3.1 Site Conditions ...................................................................................................... 2 3.2 Subsurface Conditions ......................................................................................... 3 3.3 Groundwater .......................................................................................................... 4

4. EVALUATION ............................................................................................................... 5

4.1 General ................................................................................................................... 5 4.2 Potential Vertical Rise (PVR) ................................................................................ 6

5. RECOMMENDATIONS ................................................................................................. 6

5.1 Site Preparation ..................................................................................................... 6 5.2 Engineering Analysis and Evaluation .................................................................. 7 5.3 Lateral Analysis ..................................................................................................... 9 5.4 Pipe Aerial Structural Design ............................................................................... 9 5.5 General Site Grading, Side Slopes and Berms .................................................... 9 5.6 Additional Recommendations for re-use of Expansive Soils ........................... 10 5.7 Utility Trench Excavation and Backfill ............................................................... 10

6. Pavement design criteria .......................................................................................... 11

6.1 Pavement Structural Design .............................................................................. 11 6.2 Selection and Placement of Pavement Materials .............................................. 11

6.2.1 Hot Mix Asphaltic Concrete (HMAC) ........................................................ 11 6.2.2 Asphalt Stabilized Base or HMAC Type "A" or "B" ................................. 12

Page 338: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

ii

TABLE OF CONTENTS

(Continued) 6.2.3 Reinforced Concrete ................................................................................. 12 6.2.4 Flexible Base .............................................................................................. 12 6.2.5 Moisture Conditioned Subgrade ............................................................... 12

7. GENERAL REMARKS ................................................................................................ 13

7.1 Construction Services ....................................................................................... 13 7.2 Limitations ........................................................................................................... 13

APPENDIX

Page 339: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

City of Laredo CET Project No. 14G026 Sombreretillo Wastewater Treatment Plant September 2014 Laredo, Texas

1

1. INTRODUCTION 1.1 Authorization and Scope This report presents the results of a geotechnical exploration for the Sombreritillo Wastewater Treatment Plant project in Laredo, Texas. The work was completed in general accordance with CET Proposal No. G14025 dated August 13, 2014 as authorized on September 04, 2014. 1.2 Project Description This section is based on preliminary project information provided by Sherfey Engineering Company, LLC, and CET’s site reconnaissance. The site is located west of FM 1472 off the Pan American Industrial Park continuing past the improved terminus of Qiuvria Drive paralleling Sombreritillo Creek in Laredo, Webb County, Texas. A Site Vicinity Map is included in the Appendix. We understand that the wastewater lines will vary between 24” and 30” in diameter, increasing in size as it approaches the treatment plant site. Approximately 620 vertical feet were drilled along the proposed wastewater route to ascertain subsurface soil conditions. At the time of field work, the site was found in its natural state that ground elevations varying about thirty feet in vertical difference, with native grass, trees and brush. Grading information was not provided. However, a topographic survey of the explored area of the site ranged from 445 to 495 feet MSL and sloping towards the Rio Grande River. The Boring Location Plan, found in the Appendix, presents the site development concept at the time of this report. If any of the information presented is incorrect or has changed, please advice CET so that we may reevaluate our recommendations in the light of changes in the present project concept. 2. FIELD AND LABORATORY TESTING

2.1 Field Testing The project site was explored by drilling a total of 31 soil test borings within the proposed wastewater line assignment areas. The field investigation to determine the engineering characteristics of the subsurface materials included a reconnaissance of the project site, drilling of borings, performing the appropriate drilling method for the soils encountered that included standard penetration tests (SPT), obtaining disturbed split-barrel samples, and grab auger samples. Soil samples were obtained at selected intervals in the soil test borings. Undisturbed soil samples were not obtained with ASTM D-1587 (Shelby Tube – Thin Walled Tube Sampling of Soils) because the soil mixtures encountered are cohesionless; with very low amounts of clay-like particles; or were cemented and could not be penetrated with the Shelby tube.

Page 340: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

2

Sedimentary rock was encountered; however, Rock Quality Determination (RQD) values were not possible due to the sample being disintegrated during the rock core operations because of the inherent soil matrix makeup being primarily fine sands and silts. Also, pocket penetrometer testing could not be performed on the cohesionless soil. Disturbed soil samples were obtained in accordance with ASTM D-1586 Split Barrel – Standard Penetration Test method using a standard split-spoon sampler. A split-spoon sampler is a 2-inch O.D. tube that is driven into the soil to be sampled that can be split open lengthwise for easy removal and visual inspection of the soil obtained. The results of the standard penetration test indicate the relative density and comparative consistency of the soils, and thereby provide a basis for determining the relative strength and compressibility of the soil profile components. Also; soil samples were field bagged and secured prior to transporting them to our laboratory for carrying out our approved laboratory testing program for the project. 2.2 Laboratory Testing CET maintains all personnel requirements, as well as, all laboratory equipment and procedures in strict accordance with all applicable ASTM Standards. Selected laboratory tests performed included ASTM D-2216 (Moisture Content), ASTM D-4318 (Atterberg Limits), ASTM D-1140 (Minus No. 200 Sieve) and ASTM D-2487 (Unified Soil Classification System). Laboratory testing was carried out in the selected soil samples in order to acquire necessary information with regards to the physical and mechanical properties of the soil layers and further on to evaluate and determine the parameters required for the calculations. Atterberg limits, moisture content and percent fines tests were performed to assist in classifying the soils and to provide indicators of soil strength and behavior. All phases of the laboratory-testing program were performed in general accordance with the applicable ASTM Specifications. A summary of the laboratory test results is presented in the Appendix. The samples collected will be stored for 30 days from the date of issue of this report, and then disposed of unless otherwise instructed in writing by the client.

3. SITE AND SUBSURFACE CONDITIONS 3.1 Site Conditions The proposed wastewater line routes begin west of FM 1472 (Mines Road) and parallel the Sombreritillo Creek through raw undeveloped land to the Sombreritillo Wastewater Treatment Plant currently under bidding stage. Topographic elevations varied approximately forty (40’) feet in total vertical relief from 445 (msl) to 495 (msl); this site has a Base Flood Elevation (BFE) of 437 (msl) that has an impact on the analysis of the embedded structures (buoyancy). Due to varied elevations, it is anticipated that general mass grading operations will be carried out to achieve desirable finish site grades for the proposed wastewater lines and structures.

Page 341: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

3

3.2 Subsurface Conditions The subsurface conditions encountered are depicted by the soil borings shown in the boring records found in the Appendix. The subsurface soils at the site consisted of silty clay with sand (CL-ML), clayey sand (SC), silty clayey sand (SC-SM), silty sand (SM), and sandy lean clay (CL), depths are from surface grade to thirty (30’) feet in depth. The soils encountered are underlain by cemented sandstone and siltstone sedimentary rock in all the test borings to end of boring drilled. The results of our field exploration and laboratory testing indicate that the soils have minimal to low expansive potential. These subsurface exploration records represent an interpretation of subsurface conditions at the test locations and soil conditions may vary from different locations. The field and laboratory data acquired during this study indicate that the soil layers encountered are as a whole considered low expansive or non-plastic soil mixtures.

Table No. 1 - Major Strata

Stratum Depth, feet* Description and Classification

I B-21, B-22 (4 ½ - 30) SILTY CLAY, w/sand, (CL-ML): firm to hard, brown and yellowish brown.

II

B-1, B-3 (0 – 10) B-4 (6 ½ - 10) B-5 (4 ½ - 10) B-6, B-9 (0 – 8 ½) B-6, B-24 (13 ½ - 30) B-7, B-13, B-14 (0 – 13 ½) B-7, B-25, B-30 (23 ½ -

30) B-8, B-10, B-11, B-16, B-17, B-19, B-27, B-28, B-29 (0 – 30) B-15 (28 ½ - 30) B-18 (0 – 4 ½) B-23 (8 ½ - 30)

B-26 (6 ½ - 30)

CLAYEY SAND (SC): firm, light olive gray, yellowish brown and brownish gray.

III B-9 (8 ½ - 23 ½) B-12 (0 – 30) B-13, B-14 (13 ½ - 30)

B-15 (8 ½ - 28 ½)

CLAY, lean, sandy, (CL): light brown, brown.

Cemented.

IV

B-2 (0 – 10) B-4, B-26 (0 – 6 ½) B-6 (8 ½ - 13 ½) B-7 (13 ½ - 23 ½) B-9 (23 ½ - 30) B-15, B-23 (0 – 8 ½) B-18 (4 ½ - 30) B-20, B-31 (0 – 30) B-21, B-22 (0 – 4 ½) B-24 (0 – 13 ½) B-25, B-30 (0 – 23 ½)

SILTY CLAYEY SAND (SC-SM): light brown, firm to hard.

V B-5 (0 – 4 ½) SILTY SAND (SP-SC): light brown, cemented

* The depths and thicknesses of the strata presented are based on information at the borehole locations and variations outside of the ranges of depth and thickness could occur between borehole locations.

Page 342: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

4

Table No. 2 - Soil Profile Table

Soil ID

‘p-y’ Criteria LL PI **C ** Φ ** γ

(ave.) ** Ks or Kc E

CL-ML Silty Clay w/sand 23 - 27 7 - 15 0.25 - 1.0 19 - 27 122 100 265000

SC Clayey Sand 24 - 30 7 - 15 0.35 - 0.45 24 - 30 126 100 265000

CL Lean Clay

w/sand 24 - 30 10 - 17 3.5 - 4.5 24 - 30 128 100 265000

Where: LL = Liquid Limit PI = Plasticity Index NP = Non-Plastic C = Soil Cohesion, tsf (undrained) Φ = Internal Friction Angle, deg. (undrained) γ = Effective unit weight, pcf Ks or Kc = modulus of subgrade reaction, pci, static or cyclic loading E = Modulus of Elasticity (psi) **Estimated value The site soil has been evaluated by performing field and laboratory tests on the subsurface samples recovered during the drilling operations. The types of tests conducted on the subsurface samples are listed in the Appendix. The results of the tests are tabulated on the Logs of Borings, which are also provided in the Appendix. Field tests and the laboratory testing program were directed towards evaluating the shear strength, moisture content, volume change characteristics, and plasticity of the subsurface strata for this project. The Symbol Key and Unified Soil Classification System and Terms Sheets, which define the terms and descriptive symbols used on each boring log, are also presented in the Appendix. 3.3 Groundwater Groundwater was not encountered during the drilling operations. It is noted that groundwater levels will fluctuate with seasonal climatic variations; however, groundwater should not be a factor affecting design or construction at this site. Groundwater levels could be significantly higher after a major rainfall or in rainy season. As such, the water table must be checked immediately prior to construction to assess its effect on dewatering and other construction activities. The boreholes were backfilled using on-site soil cuttings.

Page 343: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

5

Table No. 3 – Requirements for Concrete Exposed to Sulfates Attack

Sulfate Exposure

Water Soluble Sulfate (SO4) in

Soil, Percent

by Weight

Sulfate (SO4)

in Water (ppm)

Cement Type

Maximum Water-Cement Ratio by Weight, Normal Weight

Aggregate Concrete

Minimum f’c Normal

Weight and Light

Weight Aggregate Concrete

(psi)

ASTM C-150

ASTM C-595

ASTM C-1157

Negligible 0 - 0.1 0 - 150 --- --- --- --- ---

Moderate 0.1 - 0.2 150 - 1,500 II

II, IP (MS), IS

(MS), P(MS), I

(PM)(MS), I(SM)(MS)

MS 0.50 4,000

Severe 0.2 - 2.0 1,500 - 10,000 V --- HS 0.45 4,500

Very Severe

Over 2.0

Over 10,000

V Plus Pozzolan --- HS Plus

Pozzolan 0.45 4,500

4. EVALUATION 4.1 General All recommendations are based on knowledge of the area; however, the project design team should specify actual construction requirements. The final selection of foundation types and depths should be based on considerations of several factors, such as: 1) function of the structure, 2) soil strength properties, expansive properties, and settlement characteristics of subsurface materials; 3) the magnitude of applied structural loads; and 4) foundation construction costs. The Strata identified as cemented Clayey Sand, Silty Sand, and Silty Clayey Sand is a “sedimentary rock” and is volumetrically stable. This material will most likely require rock excavation techniques when encountered during construction. Heavy machinery, properly equipped, will likely be required to excavate the sedimentary rock at this site. Equipment suppliers or manufacturers locally established and familiar with the local cemented sands, silts, and clay shale deposits should be able to assist with selecting appropriate excavation machinery. The sedimentary rock formations are part of the Laredo Formation. Karst features such as vugs, voids, solution cavities or sinkholes are not common in this formation. While many areas exist with karst features, the areas drilled on this property having this cemented soil matrix formation appear to be non-existent or are relatively minor and consist of solution enlarged fractures or solution enlarged features following a bedding plane. Some karst

Page 344: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

6

features can consist of caves or cavities that can significantly impact the proposed development. Voids or cavities were not encountered in the borings drilled at this site. However, voids or cavities may be present in areas between the borings and not yet discovered. When encountered during construction, minor karst features can typically be filled with select fill, flowable fill, lean concrete, clean gravel or a combination of these materials. Significant features typically require more stringent attention. The significance of any feature should be determined on a case by case basis, and the filling of any feature may require notification to, or approval by, the Texas Commission on Environmental Quality (TCEQ). Karst features, which will need to be addressed during the foundation design and construction phases of this project, are discussed further in the latter sections of this report. CET should be contacted immediately upon the discovery of any karst feature, so that the geotechnical engineer may evaluate the feature and make recommendations accordingly. 4.2 Potential Vertical Rise (PVR) Potential vertical soil movements have been estimated using the Texas Department of Transportation method TEX-124-E, Potential Vertical Rise (PVR). This method utilizes the soils in-situ moisture conditions and plasticity characteristics within the active zone. It is estimated that depth of the active zone at this site is approximately 15 feet. Based on the borings drilled at the site, our laboratory analyses indicate that the PVR at this site are less than one-quarter (1/4) inch in its present condition. A sustained surcharge load of one (1) pound per square inch is assumed to be supplied by the floor and sustained live load in the PVR calculations. It is noted that the PVR estimates are provided as an indicator of the severity of potential soil movements at this site and are not intended as a prediction of actual soil foundation movements. 5. RECOMMENDATIONS 5.1 Site Preparation Final grade elevations proposed for this wastewater line project have been provided by Sherfey Engineering Company, LLC. (SEC); however, final site grades may change prior to final construction drawings being completed, therefore final finish grades must provide effective drainage away from proposed foundations during and after construction. Site preparation should consist of the following:

1. Strip vegetation and loose topsoil, if any, containing significant organic material from all areas to receive proposed improvements and assigned right-of-ways prior to installation.

2. The exposed subgrade should then be prepared to the design elevation with

specified bedding material as per the design engineer’s construction specifications, as necessary to achieve the desired final design elevation.

3. The primary backfill, for subsurface utilities, should follow immediately after the

product pipe placement is at the specified design elevation, which in most cases is typically 12 inches above the product pipe. The trench secondary backfill material may consist of the excavated soils provided that all large aggregates, rocks, and

Page 345: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

7

boulders larger than the specified size per the construction documents have been removed and then be placed and compacted in layers not to exceed eight (8) inches and moisture conditioned between minus two (-2) to plus three (+3) percentage points of the optimum moisture and compacted to a minimum of 90 percent of the maximum dry density determined in accordance with ASTM D-698 (Standard Proctor) if located outside paved or improved areas subject to vehicular loads; otherwise it shall be placed and compacted in layers not to exceed eight (8) inches and moisture conditioned between minus two (-2) to plus three (+3) percentage points of the optimum moisture and compacted to a minimum of 95 percent of the maximum dry density determined in accordance with ASTM D-698 (Standard Proctor) for areas to receive pavement improvements or other improvements sensitive to differential movement.

Particular attention should be given to maintaining the proper moisture content during compaction and to preventing the fill from drying before subsequent lifts are placed. For depths that will exceed drilled depths it will be necessary to field verify existing soil conditions by means of additional borings or by sampling pits prior to providing recommendations for those areas. 5.2 Engineering Analysis and Evaluation General Design Parameters Estimated allowable skin friction and end bearing values for given depths are provided in the following table. These values include factors of safety of 2 and 3 for skin friction and end bearing, respectively. Construction Considerations Other Design Parameters 1) Modulus of Subgrade Reaction: The value of the Modulus coefficient of subgrade reaction is not constant for any given soil and is dependent on several factors, such as length and width of the foundation, as well as, the depth of embedment of the foundation; therefore, proper testing of the fill materials selected is necessitated for final design. A typical value for saturated sand (medium dense) is in the range of 135 pci (+/- 9 pci); for stiff clay the average value is 138 pci (+/ 45 pci). Additional Values of this Site: Sedimentary Stone – 225 pci Clay (CH) – 100 pci Imported clayey gravel/gravelly clay – 200 pci 2) Concrete seal slabs:

Page 346: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

8

It is advisable to use concrete seal slabs at all excavation locations that will be utilized in the future for foundations, especially if the time factor will be long enough to go through several climatic cycles. 3) Excavated material for structural fill: Excavated material may be utilized for fill material. It will require some laboratory testing such as gradation, hardness determination, adsorption/absorption, and determination of engineering properties for the intended use. If the intended use can be identified early on in the construction process the necessary testing can be carried out. 4) Temporary slopes/cuts:

Table No. 4

OSHA TABLE B-1 MAXIMUM ALLOWABLE SLOPES

SHORT TERM

Soil or Rock Type Maximum Allowable Slopes (H:V)* for

Excavations Less Than 20 Feet Deep*** Stable Rock Vertical (90o)

Type A** ¾: 1 (53o) Type B 1: 1 (45o) Type C 1½: 1 (34o)

Notes: Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off.

* A short-term maximum allowable slope of ½H: 1V (63°) is allowed in excavations in Type A soil that are 12 feet or less in depth. ** Short-term maximum allowable slopes for excavations greater than 12 feet in depth shall be ¾H: 1V (53°). *** A registered professional engineer shall design sloping or benching for excavations greater than 20 feet.

The OSHA regulations define short-term as a period of 24 hours or less.

Long-Term Slopes:

Natural Clay = 2H: 1V Limestone = ¾H: 1V

Permanent Slopes:

Natural Clay = 3.5H: 1V

Limestone = 1H: 1V 5) High water table: Ideally it is best to prevent or alleviate any potential for perched water in the excavated sedimentary stone layers by having proper drainage slopes, clay soil caps, or concrete

Page 347: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

9

slab/rip-rap. In areas where drainage systems can be installed or where de-watering systems can be installed, it is advisable to implement those systems; where there is limited area or difficult to install such systems then other means of perched water removal should be considered. This is due to the potential for freeze/thaw cycles that can be detrimental to the sedimentary stone layer. 5.3 Lateral Analysis Presented below are the recommended soil parameters, which may be used for the lateral load analysis. • At rest: Cohesive soil backfill (on-site clay or processed claystone) ............................ 75 psf/ft Compacted granular backfill (on-site sand and gravel or imported soils)........... 55 psf/ft On-site unprocessed sandstone, siltstone, or claystone materials ... not recommended For soils above any free water surface, recommended equivalent fluid pressures for unrestrained foundation elements (free to move laterally) are: • Active: Cohesive soil backfill (on-site clay or processed claystone) ............................ 50 psf/ft Compacted granular backfill (on-site sand and gravel or imported soils)........... 35 psf/ft On-site unprocessed sandstone, siltstone, or claystone materials ... not recommended • Passive: Cohesive soil backfill (on-site clay or processed claystone)........................... 275 psf/ft Cohesionless soil backfill (on-site sand and gravel or imported soils)............. 375 psf/ft Undisturbed soils or bedrock.........................................................................400 psf/ft The lateral earth pressures herein do not include any factor of safety and are not applicable for submerged soils/hydrostatic loading. Additional recommendations may be necessary if submerged conditions are to be included in the design. 5.4 Pipe Aerial Structural Design For any proposed aerial pipe crossings which will be sensitive to movement, subgrade preparation as discussed above should be strongly considered to reduce differential movements in the pipe aerial structural supports or designed flatwork for the product line. If subgrade preparation as given above for product line aerial support structures is not implemented in the pipeline aerial support design, those structures may be susceptible to post construction movements. If these aerial crossings do heave, it could result in product pipe breakage due to excessive stresses in the pipe materials. 5.5 General Site Grading, Side Slopes and Berms General site grading to achieve desired grades must consider stable construction side slopes that should not exceed one (1) vertical to three (3) horizontal for stability and maintenance. Control of surface waters can be managed by use of interceptor channels cut at the upstream areas of the site or by use of the detention pond excavations (below the two foot depth) as a berm around the higher ground elevations to divert rainfall and other

Page 348: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

10

type of ground surface waters from entering the working areas proposed for the building pad areas/structure. The berm (or channel) should be of sufficient height (or depth) to divert the surface waters and of side slopes that can be easily maintained by mechanical means (i.e., grass cutting by mowing), the side slope should be either one foot vertical to three, four, or five feet horizontal (V = 1’, H = 3, 4, or 5’) as necessary based on final elevations. 5.6 Additional Recommendations for re-use of Expansive Soils

• Subgrade Grading Operations. Swelling can be controlled by placing the more expansive soils in the lower parts of the embankments and by cross-hauling or importing less expansive soils to form the upper part of the subgrade.

• Compaction and Moisture Control. Soil volume changes can also be reduced by adequate moisture and density controls during subgrade compaction. Expansive soils compacted slightly wet of optimum expand less, have higher strengths after wetting, and absorb less water.

• Non Expansive Cover. In areas with prolonged periods of dry weather, highly

expansive subgrades may require a cover layer of low volume change soil. A low volume change layer with low to moderate permeability is usually more effective and less costly than permeable, granular soil. Highly permeable, open graded sub-base materials are not recommended as cover for expansive soils because they allow more moisture to reach the subgrade.

5.7 Utility Trench Excavation and Backfill It appears that excavation for utility trenches can be readily made with a conventional excavator in either native soil or compacted imported fill. If trenches are extended deeper than five (5) feet or are allowed to dry out, the excavations may become unstable and should be evaluated to verify their stability prior to occupation by construction personnel. Shoring or sloping of any deep trench walls may be necessary to protect personnel and provide temporary stability. All excavations should comply with current OSHA safety requirements for soils (Federal Register 29 CFR, Part 1926). During wet weather, runoff water should be prevented from entering excavations. Water should be collected and disposed of outside the construction and the construction limits. Heavy construction equipment, excavated soil, and vehicular traffic should not be allowed within a distance of at least one-third (⅓) the slope height from the top of any excavation. We recommend all backfill be placed in compacted lifts not to exceed eight (8) inches in thickness, moisture conditioned between minus two (-2) to plus three (+3) percentage points of the optimum moisture and compacted to a minimum of 95 percent of the maximum dry density determined in accordance with ASTM D-698 (Standard Proctor). Jetting and flooding should not be permitted. Poor compaction in utility trench backfill may cause excessive settlements resulting in damage to the pavement structural section or other overlying improvements. Compaction of trench backfill outside of improvement areas should be a minimum of 90 percent relative compaction.

Page 349: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

11

Another fast and economical backfill alternative is the use of flowable Controlled Low Strength Material (CLSM) mixtures due to the saving of labor and time over placing and compacting soil or granular materials. If it is anticipated or specified that the flowable lean-mix backfill may be excavated at some point in the future the strength must be much lower than the 1,200 psi which the American Concrete Institute (ACI) uses as the upper limit for CLSM. The late-age strength of removable CLSM materials should be in the range of 30 to 150 psi as measured by compressive strength in cylinders. Controlled Low Strength Material (CLSM) is defined in ACI 229R and TxDOT Item 401. 6. PAVEMENT DESIGN CRITERIA 6.1 Pavement Structural Design The proposed pavement sections should be reviewed by the project design team in consultation with the owner during development of the final plans. The pavement thickness designs are shown in the Appendix and are summarized below.

Table No. 5 – Flexible Pavement Design

Component Thickness, in.

HMAC, Type “C” or “D” 2.5

Flexible Base 12.0

Modified Subgrade or Geogrid ---

Moisture Conditioned Subgrade 8.0

Table No. 6 - Rigid Pavement Design Alternatives, inches

Component Thickness, in.

Reinforced Concrete 7.0

Modified Subgrade ---

Moisture Conditioned Subgrade 8.0

6.2 Selection and Placement of Pavement Materials Presented below are selection and preparation guidelines for various materials that may be used to construct the pavement sections. 6.2.1 Hot Mix Asphaltic Concrete (HMAC) We recommend that the asphaltic concrete surface course should meet 2004 TxDOT Standard Specifications Item 341 and Item SS3224 (2011), Type “C” or “D” and its specific

Page 350: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

12

criteria for the Job Mix Formula (JMF). The Super Pave Gyratory, design number of revolutions (Ndes) for the asphaltic mix should be in accordance with TEX-241-F. The Performance Graded (PG) binders should be at least PG 64-22 for the light traffic, or should be at least PG 70-22 for the truck areas and high traffic volume. These binders provide 98 percent reliability against rutting and 98 percent reliability against low temperature thermal cracking to accommodate slow moving, to prevent rutting because of the turning movements and stop and go traffic. The mix should be compacted to between 91 and 95 percent of the maximum theoretical density as measured by TEX-207-F and TEX-227-F. The asphalt cement content by percent of total mixture weight should fall within a tolerance of ± 0.3 percent asphalt cement from the specific mix. Aggregates known for stripping should not be used unless measures are taken to address this concern. Typically, this includes the use of an anti-strip agent. The mix should have at least 70 percent strength retention when tested in accordance with TEX 531-C. 6.2.2 Asphalt Stabilized Base or HMAC Type “A” or “B” The Asphalt Stabilized Base or HMAC Type “A” or “B” materials should meet the specification requirements of 2004 TxDOT Standard Specifications manual, Item 341 Type “A”. Every two (2) inches of flexible base material may be replaced with one (1) inch of Asphalt Stabilized Base or HMAC Type “A” or “B”. 6.2.3 Reinforced Concrete Reinforced concrete should have a minimum 28-day design compressive strength of 4,000 psi. The concrete should be properly cured in accordance with American Concrete Institute (ACI) recommended procedures and vehicular traffic should not be allowed for at least three (3) days (light traffic) or seven (7) days (heavy traffic). 6.2.4 Flexible Base Base material may be composed of crushed stone base meeting all of the requirements of 2004 TxDOT Standard Specifications manual Item 247, Type “A”, Grades 1 or 2. As an alternate to the Type “A” base material, caliche (treated with lime or cement) should meet the requirements for Item 247, Type “B”, Grades 1 through 3 as specified in the 2004 TxDOT Standard Specifications manual. In addition the percent passing No. 200 sieve should not exceed 20 percent. The base should be compacted to at least 95 percent of the maximum dry density as determined by the modified moisture-density relationship (ASTM D-1557) at moisture contents ranging between minus two (-2) and plus three (+3) percentage points of the optimum moisture content 6.2.5 Moisture Conditioned Subgrade The subgrade should be scarified to a depth of at least eight (8) inches and moisture conditioned at moisture contents ranging between minus two (-2) to plus three (+3) percentage points of the optimum moisture content. The subgrade should then be compacted to at least 95 percent of the maximum dry density determined in accordance

Page 351: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

13

with ASTM D-698 (Standard Proctor). The subgrade should be moisture conditioned just prior to fill placement in order that the subgrade maintains its compaction moisture levels and does not dry out. Pavement areas should be stripped of vegetation, debris and loose topsoil, and the exposed subgrade should be proof rolled with appropriate construction equipment weighing at least 15 tons. The purpose of this recommendation is to check the subgrade for weak or soft areas prior to fill placement and compaction. This operation should be observed and evaluated by qualified geotechnical personnel experienced in earthwork operations. If weak or soft areas are evidenced during proof rolling operations, the soil in the subject area should be removed to expose competent subgrade soils in both horizontal and vertical limits. The excavated soils, provided they are not contaminated with deleterious materials, or clean imported fill soils can be used to restore grade at these isolated areas; any imported fill should meet the requirements for select fill. Placement and compaction of the soils should be as discussed below. 7. GENERAL REMARKS

7.1 Construction Services We recommend that Castle Engineering & Testing, LLC be retained to provide construction materials testing services during grading and foundation construction activities. This is to observe compliance with the plans, specifications, and geotechnical recommendations and to allow design changes if the subsurface conditions differ from those anticipated before construction. 7.2 Limitations The evaluation and recommendations submitted in this report are based, in part, upon the information obtained from the soil borings drilled. The nature and extent of variations in the soil conditions between or beyond the borings and excavations may not become evident until actual construction. The transition lines shown on the boring logs are approximate and the actual transitions may be gradual. If changes in nature or design of the project are planned, the conclusions and recommendations in this report should be reviewed by the soils engineer and if necessary, modified. Soil samples not altered by laboratory testing will be retained for a period of 30 days and then, unless we are directed otherwise, will be discarded. This report has been prepared for the exclusive use of City of Laredo and their design team for specific application to the proposed Sombreritillo Wastewater Treatment Plant Project in Laredo, Texas, according to accepted foundation-engineering practices. No other warranty, expressed or implied, is made.

Page 352: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

APPENDIX

Vicinity Map

Boring Location Plan

Boring Logs

The Symbol Key Sheet

Unified Soil Classification System and Terms Sheet

Field and Laboratory Testing Procedures

Dynamic Cone Penetrometer (DCP) Test Data

Page 353: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

File Name: Vicinity_Layout.dwgFile Path: C:\DOCUME~1\ACCOUN~1\LOCALS~1\Temp\AcPublish_2288\Plotted: September 24, 2014 - 6:47pm

Page 354: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

File Name: Vicinity_Layout.dwgFile Path: C:\DOCUME~1\ACCOUN~1\LOCALS~1\Temp\AcPublish_2288\Plotted: September 24, 2014 - 6:48pm

Page 355: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

7

5

6

6

24

27

16

19

8

8

22

21

N = 24

N = 17

N = 50/3"

N = 50/3"

N = ref/2"

-CLAYEY SAND with GRAVEL (SC); reddish brown

-Cemented

-CLAYEY SAND with GRAVEL (SC); reddish brown

Boring Terminated at 10 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 10 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 1

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

9:0

2 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 356: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

3

2

0

4

25

24

19

17

6

7

16

28

N = 15

N = 58

N = 50/4"

N = ref/2"

N = ref/2"

-SILTY, CLAYEY SAND with GRAVEL (SC-SM); yellowish brown

-Cemented

-SILTY CLAYEY SAND with GRAVEL (SC-SM); yellowish brown

Boring Terminated at 10 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 10 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 2

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 357: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

4

5

4

3

5

27

28

19

19

8

9

26

32

N = 19

N = 57

N = 74

N = 50/2"

N = ref/2"

-CLAYEY SAND with GRAVEL (SC); light brown

-Cemented

-CLAYEY SAND with GRAVEL (SC); light brown

Boring Terminated at 10 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 10 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 3

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 358: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

2

3

2

2

6

19

37

15

18

4

19

18

44

N = 19

N = 17

N = ref/3"

N = ref/2"

N = ref/2"

-SILTY, CLAYEY SAND with GRAVEL (SC-SM); yellowish brown

-Cemented

-CLAYEY SAND (SC); light brown

Boring Terminated at 10 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 10 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 4

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 359: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

1

1

1

1

24

24

15

15

9

9

12

23

N = 18

N = 58

N = ref/3"

N = ref/2"

N = ref/2"

-GRADED SAND with CLAY and GRAVEL (SP-SC); light brown

-Cemented

-CLAYEY SAND with GRAVEL (SC); light brown

Boring Terminated at 10 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 10 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 5

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 360: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

7

7

7

8

9

13

14

9

27

23

25

16

16

17

11

7

8

44

38

31

N = 4

N = 10

N = 18

N = 23

N = 12

N = 10

N = 27

N = 22

N = 57

-CLAYEY SAND (SC); dark brown

-SILTY CLAYEY SAND (SC-SM); reddish brown

-CLAYEY SAND (SC); reddish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 6

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 361: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

4

5

4

6

10

7

14

14

9

25

27

23

26

16

18

18

17

9

9

5

9

41

41

17

48

N = 14

N = 24

N = 31

N = 12

N = 14

N = 85/10"

N = 94/10"

N = ref/4"

N = ref/3"

-CLAYEY SAND (SC); dark brown

-CLAYEY SAND (SC); brown

-SILTY, CLAYEY SAND (SC-SM); light brown

-Cemented

-CLAYEY SAND (SC); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 7

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 362: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

2

1

2

4

5

14

14

14

27

30

32

29

19

18

20

18

8

12

12

11

22

22

42

48

N = 50

N = ref/2"

N = ref/1"

N = ref/2"

N = ref/3"

N = ref/3"

N = ref/2"

N = ref/2"

N = ref/1"

-CLAYEY SAND (SC); olive yellow

-Cemented

-CLAYEY SAND (SC); olive yellow

-CLAYEY SAND (SC); yellowish brown

-CLAYEY SAND (SC); reddish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 8

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 363: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

4

5

6

8

10

11

18

18

14

25

31

24

17

16

20

8

15

4

43

52

33

N = 10

N = 17

N = 25

N = 23

N = 16

N = 15

N = 10

N = 18

N = 50/3"

-CLAYEY SAND (SC); dark brown

-SANDY LEAN CLAY (CL); light brown

-SILTY, CLAYEY SAND (SC-SM); olive yellowish

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B- 9

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 364: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

7

7

5

7

8

7

11

18

18

31

29

16

19

15

10

49

28

N = 13

N = 22

N = 27

N = 79

N = 70

N =ref/5.5"

N = ref/4"

N = ref/4"

N = ref/3"

-CLAYEY SAND (SC); dark brown

-CLAYEY SAND (SC); yellowish brown

-Cemented

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-10

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/10/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 365: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

13

16

18

13

15

19

20

20

40

25

17

17

23

8

46

49

N = 33

N = 15

N = 12

N = 50/4"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

-CLAYEY SAND (SC); brown

-Cemented

-CLAYEY SAND (SC); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-11

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 366: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

5

8

19

16

18

19

20

20

33

29

17

17

16

12

59

39

N = 10

N = 20

N = 23

N = 19

N = 11

N = 13

N = 14

N = 16

N = 16

-SANDY LEAN CLAY (CL); light brown

-SANDY LEAN CLAY (CL); light brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-12

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 367: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

7

10

16

16

19

17

16

13

26

33

17

19

9

14

41

62

N = 12

N = 22

N = 29

N = 19

N = 17

N = 17

N = 16

N = 19

N = 10

-CLAYEY SAND (SC); brown

-SANDY LEAN CLAY (CL); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-13

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 368: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

4

6

8

15

16

18

17

16

13

29

46

16

19

13

27

41

62

N = 30

N = 23

N = 15

N = 18

N = 17

N = 21

N = 13

N = 17

N = 12

-CLAYEY SAND (SC); brown

-SANDY LEAN CLAY (CL); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-14

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 369: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

5

11

14

15

16

21

19

26

24

34

27

17

15

18

7

19

9

31

62

36

N = 9

N = 20

N = 11

N = 18

N = 18

N = 25

N = 12

N = ref/1"

N = ref/1"

-SILTY CLAYEY SAND (SC-SM); brown

-SANDY LEAN CLAY (CL); olive yellow

-Cemented

-CLAYEY SAND (SC); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-15

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 370: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

6

5

7

9

4

17

18

18

27

24

18

16

9

8

37

38

N = 15

N = 19

N = 23

N = 15

N = 19

N = 26

N = 17

N = 20

N = ref/3"

-CLAYEY SAND (SC); brown

-CLAYEY SAND (SC); reddish brown

-Cemented

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-16

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 371: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

4

6

3

4

5

8

9

8

26

29

24

17

18

17

9

11

8

24

35

21

N = 12

N = 24

N = 12

N = 50/2"

N = 50/2"

N = 50/1"

N = 50/1"

N = 50/1"

-CLAYEY SAND (SC); reddish brown

-CLAYEY SAND with GRAVEL (SC); yellowish brown

-Cemented

-CLAYEY SAND with GRAVEL (SC); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-17

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 372: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

2

4

3

3

3

3

8

9

8

29

24

20

17

9

7

17

33

N = 30

N = 20

N = 20

N = 50/3"

N = 50/4"

N = 50/3"

N = 50/2"

N = 50/2"

-CLAYEY SAND with GRAVEL (SC); reddish brown

-SILTY, CLAYEY SAND with GRAVEL (SC-SM); yellowish brown

-Cemented

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-18

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/11/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 373: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

2

4

5

8

9

9

11

10

25

26

16

19

9

7

35

15

22

18

N = 50/3"

N = 50/2"

N = 50/2"

N = 50/2"

N = 50/3"

N = 50/3"

N = 50/2"

N = 50/1"

N = 50/1"

-CLAYEY SAND (SC); olive yellow

-Cemented

-CLAYEY SAND (SC); olive yellow

-SILTY SAND (SM); yellowish brown

-SILTY SAND (SM); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-19

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/12/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 374: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3

4

2

3

4

4

25

26

20

21

5

5

16

25

N = 67/10"

N = 50/1"

N = 50/1"

N = 50/2"

N = 50/3"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

-Cemented

-SILTY CLAYEY SAND (SC-SM); reddish brown

-SILTY CLAYEY SAND (SC-SM); yellowish brown

-SILTY SAND (SM); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-20

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/12/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 375: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

4

6

5

7

6

28

27

21

21

7

6

37

71

N = 73/9"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

N = ref/1"

-SILTY, CLAYEY SAND (SC-SM); light brown

-Cemented

-SANDY SILTY CLAY (CL-ML); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-21

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/12/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 376: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

5

5

4

8

6

7

8

8

28

27

21

21

7

6

22

20

N = 77/11"

N = ref/4"

N = ref/3"

N = ref/3"

N = ref/2"

N = ref/2"

N = ref/2"

N = ref/2"

N = ref/2"

-CLAYEY SAND with GRAVEL (SC); reddish brown

-SANDY SILTY CLAY (CL-ML); yellowish brown

-Cemented

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-22

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/12/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 377: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

6

5

7

8

13

14

18

30

23

27

17

19

6

8

27

21

N = 25

N = 63

N = 69

N = 50/5"

N = ref/3"

N = ref/3"

N = 52

N = 51

N = 63

-SILTY, CLAYEY SAND (SC-SM); brown

-Cemented

-CLAYEY SAND (SC); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-23

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 378: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

6

8

7

8

12

15

18

26

28

27

21

19

7

8

41

26

N = 25

N = 70

N = ref/5"

N = ref/3"

N = ref/3"

N = 49

N = 54

N = 74

N = 67

-SILTY, CLAYEY SAND (SC-SM); brown

-Cemented

-CLAYEY SAND (SC); light brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-24

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 379: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

8

8

9

7

13

17

28

28

29

26

37

21

18

5

19

26

44

N = 26

N = 65

N = 69

N = 46

N = 53

N = 65

N = 72

N = 67

N = 73

-SILTY CLAYEY SAND (SC-SM); brown

-Cemented

-CLAYEY SAND (SC); olive yellow

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-25

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 380: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

5

4

6

7

12

13

17

29

24

28

35

18

19

17

6

9

18

26

21

23

37

N = 25

N = 70

N = ref/1"

N = ref/2"

N = ref/2"

N = 49

N = 47

N = 71

N = 69

-SILTY, CLAYEY SAND (SC-SM); brown

-SILTY SAND (SM); yellowish brown

-Cemented

-CLAYEY SAND (SC); olive yellowish

-CLAYEY SAND (SC); olive yellowish

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-26

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 381: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

7

9

9

8

12

14

14

15

25 17 8

25

31

N = 23

N = 68

N = ref/5"

N = ref/4"

N = ref/4"

N = ref/2"

N = ref/2"

N = ref/2"

N = ref/2"

-SITLY SAND (SM); light brown

-Cemented

-CLAYEY SAND (SC); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-27

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 382: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

5

8

8

8

9

8

11

13

13

31 22 9

22

43

37

N = 21

N = 75/11"

N = ref/4"

N = ref/4"

N = ref/3"

N = ref/3"

N = ref/3"

N = ref/3"

N = ref/2"

-SILTY SAND (SM); light brown

-Cemented

-CLAYEY SAND (SC); yellowish brown

-SILTY SAND (SM); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-28

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 383: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

4

5

5

7

10

31 20 11

15

17

36

N = 11

N = 34

N = 50/4"

N = ref/4"

N = ref/4"

N = ref/3"

N = ref/2"

N = ref/2"

N = ref/2"

-SILTY SAND (SM); olive yellow

-SILTY SAND (SM); olive yellow

-Cemented

-CLAYEY SAND (SC); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-29

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 384: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

6

5

4

4

4

6

7

13

14

23

23

22

28

17

19

17

19

6

4

5

9

39

29

22

37

N = 28

N = 18

N = 15

N = 19

N = 73

N = 83/11"

N = ref/4"

N = ref/3"

N = ref/3"

-SILTY, CLAYEY SAND (SC-SM); dark brown

-SILTY, CLAYEY SAND (SC-SM); brown

-SILTY, CLAYEY SAND (SC-SM); olive yellow

-Cemented

-CLAYEY SAND (SC); yellowish brown

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-30

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

8:5

9 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 385: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

7

4

3

3

4

5

7

11

12

24

19

17

15

7

4

28

18

N = 26

N = 22

N = 14

N = 16

N = 61

N = 78

N = 50/4"

N = ref/3"

N = ref/3"

-SILTY, CLAYEY SAND (SC-SM); brown

-SILTY, CLAYEY SAND (SC-SM); olive yellow

-Cemented

Boring Terminated at 30 Feet

MO

IST

UR

E C

ON

TE

NT

(%

)

LIQ

UID

LIM

IT

PLA

ST

IC L

IMIT

PLA

ST

ICIT

Y IN

DE

X

DR

Y D

EN

SIT

YP

OU

ND

S/C

U.F

T

CO

MP

RE

SS

IVE

ST

RE

NG

TH

(TO

NS

/SQ

FT

)

FA

ILU

RE

ST

RA

IN (

%)

CO

NF

ININ

G P

RE

SS

UR

E(P

OU

ND

S/S

Q IN

)

MIN

US

NO

. 200

SIE

VE

(%

)

SA

MP

LES

N: B

LOW

S/F

TP

: TO

NS

/SQ

FT

R: R

QD

%

The borehole was backfilled with cuttings upon completion of the drilling operations.

Air Rotary from 0 to 30 feet.

SHEET 1 of 1

DRILLING METHOD(S):

GROUNDWATER INFORMATION:

PI

FIELD DATA

LOG OF BORING B-31

LL

LABORATORY DATA

PL

ATTERBERGLIMITS

SO

IL S

YM

BO

LPROJECT NUMBER: 14G026

DATE(S) DRILLED: 9/16/14

SURFACE ELEVATION: N/A

REMARKS:

DESCRIPTION OF STRATUM

Subsurface water was not encountered during or after completion of drillingoperations.

DE

PT

H (

FT

)

5

10

15

20

25

30

PROJECT: Sombreretillo Wastewater Treatment Plant

LOCATION: Offsite Sanitary Sewer Line and Quivira Road

CLIENT: City of Laredo - Utilities Department

LOG

OF

BO

RIN

G -

CA

ST

LE.G

DT

- 9

/26/

14 0

9:0

0 -

N:\G

EO

TE

CH

NIC

AL

\GIN

T F

ILE

\GIN

T\P

RO

JEC

TS

\14G

026.

GP

J

Page 386: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

SILTYCLAY(CL-ML)

SILTPLASTIC(MH)

SAND(SC-SM)

SAND(SP-SC)

CLAY(CL)

CLAY

12

DISTURBEDSAMPLE

SANDWELLGRADED(SW)

Sampler was seated 6 inches, then 25 blows were required to advance the sampler 12 inches.Sampler was seated 6 inches, then 50 blows were required to advance the sampler 4 inches.Sampler could only be driven 2 inches of the 6 inch seating penetration before the 50 blow limit was reached.

SHELBYTUBE (3")

SPLITBARREL(SPT)

COREBARREL

PISTONSAMPLER

FLIGHTAUGER

SAMPLER SYMBOLS

GRABSAMPLE

STANDARD PENETRATION TEST (ASTM D 1586) DRIVING RECORDBlows Per Foot

FLIGHTAUGER

10 INDICATES THAT 10BLOWS OF A 140POUND HAMMERFALLING 30" WEREREQUIRED TO DRIVESAMPLER 12 INCHES

NORECOVERY

SAND(SW-SM)

GRAVEL(GP-GC)

MATERIAL SYMBOLS

SAND(SP-SM)

SYMBOL KEY SHEET

SPLIT SPOONSAMPLERSTRATA CHANGE

UNDISTURBEDSHELBYTUBESAMPLE

NO SAMPLERECOVERY

SAMPLE RECOVERY

STRATUMDESCRIPTION

GROUNDWATERTABLE

END OF TEST HOLE

SILT(ML)

GRABSAMPLE

10

FILL

SANDPOORLYGRADED(SP)

SANDCLAYEY(SC)

2550/4"ref/2"

Figure No. 1

BASE

CONCRETE

SAND(SW-SC)

TOPSOILPEAT(PT)

ORGANICCLAY (OH)

ORGANICSILT (OL)

SANDSILTY(SM)

GRAVELWELLGRADED(GW)

GRAVELPOORLYGRADED(GP)

GRAVELCLAYEY(GC)

GRAVELSILTY(GM)

GRAVEL(GW-GC)

GRAVEL(GW-GM)

GRAVEL(GP-GM)

LIME-STONE

SHALE BASALTSAND-STONE

BEDROCK ASPHALT

CLAYSTONEMARL

CLAYPLASTIC(CH)

DescriptionNote: Driving is limited to 50 blows per interval, or 25 blows for 0.25 inch advancement, whichever controls. This is done to avoid damaging sampling tools

Project Name: Sombreretillo Wastewater Treatment PlantProject Number: 14G026

SY

MB

OL

KE

Y S

HE

ET

- C

AS

TLE

.GD

T -

9/2

5/14

18

:12

- N

:\GE

OT

EC

HN

ICA

L\G

INT

FIL

E\G

INT

\PR

OJE

CT

S\1

4G02

6.G

PJ

Page 387: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

3 in

. to

12

in.

76.2

to

304

.8

< #

200

Pt

OH

CH

MH

OL

CL

ML

Silt

or

clay

12 in

. to

36

in.

Cle

an s

ands

(Litt

le o

r no

fine

s)

Gra

vels

(Mor

e th

an h

alf o

f co

arse

frac

tion

is la

rger

than

No.

4 s

ieve

siz

e)

San

ds(M

ore

than

hal

f of

coar

se fr

actio

nis

sm

alle

r th

an N

o. 4

sie

ve s

ize)

Silt

s an

d C

lays

(Liq

uid

limit

grea

ter

than

60)

Silt

s an

d C

lays

(Liq

uid

limit

less

than

60)

x D60

D

Sie

ve s

izes

mm

)2D 60

10D

=U

greater than 6; between 1 and 3C =C

C10D x D60

Organic silts and organic silty claysof low plasticity

Inorganic clays of low to mediumplasticity, gravelly clays, sandy clays,silty clays, lean clays

Inorganic silts and very fine sands,rock floor, silty or clayey fine sandsor clayey silts with slight plasticity

Clayey sands, sand-clay mixturesSC

SP

SW

Coa

rse

Hig

hly

Org

anic

Soi

ls

Coa

rse-

Gra

ined

soi

ls(M

ore

than

hal

f the

mat

eria

l is

larg

er th

an N

o. 2

00 s

ieve

siz

e)

mm

Mat

eria

l

< 44 to 1010 to 3030 to 50> 50

C =U

Atterberg limits above "A"line or P.I. greater than 7

0

10

20

30

40

50

60

70

80

Plasticity Chart

FOR CLARIFICATION OF FINE-GRAINED SOIL ANDFINE-GRAINED FRACTION OF COARSE-GRAINED SOILS

LIQUID LIMIT (LL)

16

4

7

PLA

ST

ICIT

Y I

ND

EX

(P

I)

between 1 and 3

Med

ium

Atterberg limits below "A"line or P.I. less than 4

Poorly-graded sands, gravelly sands,little or no fines

C

Fin

e-G

rain

ed s

oils

(Mor

e th

an h

alf t

he m

ater

ial i

s sm

alle

r th

an N

o. 2

00 s

ieve

siz

e)GENERAL NOTESTERMS DESCRIBING CONSISTENCY OR CONDITION

SPT Blow CountDescriptive Terms

greater than 4;10

30(

u

d

#10

to #

4

#40

to #

10

#200

to

#40

2.00

to

4.7

6

0.07

4 to

0.4

2

*

**

0 10 20 30 40 50 60 70 80 90 100 110

3/4

in. t

o 3

in.

Mat

eria

l

GC

GP

Major Divisions

GW

GroupSymbols

Cle

an g

rave

l(L

ittle

or

no fi

nes)

San

ds w

ith fi

nes

(App

reci

able

amou

nt o

f fin

es)

< 0

.074

0.42

to

2.0

0

Sie

ve

Well-graded sands, gravelly sands,little or no fines

Clayey gravels, gravel-sand-siltmixtures

Silty gravels, gravel-sand-siltmixtures

Well-graded gravels, gravel-sandmixtures, little or no fines

Typical Names

=C

Fin

e19

.1 t

o 76

.2

Bou

lder

s

Cob

ble

Gra

vel

Coa

rse

u

Fin

e

304.

8 to

91

4.4

Laboratory Classification Criteria

Above "A" line with P.I.between 4 and 7 are border-line cases requiring use ofdual symbolsAtterberg limits above "A"

line or P.I. greater than 7

Not meeting all gradation requirements for SW

Above "A" line with P.I.between 4 and 7 are border-line cases requiring use ofdual symbols

Not meeting all gradation requirements for GWLe

ss th

an 5

pe

rcen

t.....

.. G

W, G

P, S

W, S

PM

ore

than

12

perc

ent

......

. G

M, G

C, S

M, S

C6

to 1

2 pe

rcen

t.....

.. B

orde

rlin

e ca

se4s

req

uiri

ng d

ual

sym

bols

**

Det

erm

ine

perc

enta

ges

of s

and

and

gra

vel f

rom

gra

in s

ize

curv

e,D

epen

ding

on

per

cent

age

of f

ines

(fr

actio

n sm

alle

r th

an N

o. 2

00si

eve)

coa

rse

-gra

ined

soi

ls a

re c

lass

ified

as

follo

ws:

Poorly-graded gravels, gravel-sandmixtures, little or no fines

Inorganic clays of high plasticity,fat clays

< 22 to 44 to 88 to 1515 to 30> 30

< 2525 to 5050 to 100100 to 200200 to 400> 400

Very softSoftMedium stiffStiffVery stiffHard

Unconfined CompressiveStrength kPa

Relative Density SPT Blow CountDescriptive Terms

0 to 15 %15 to 35 %35 to 65 %65 to 85 %85 to 100 %

Very looseLooseMedium denseDenseVery dense

1. Classifications are based on the United Soil ClassificationSystem and include consistency, moisture, and color. Fielddescriptions have been modified to reflect results of laboratory testswhere deemed appropriate.

2. Surface elevations are based on topographic maps and estimatedlocations.

3. Descriptions on these boring logs apply only at the specificboring locations and at the time the borings were made. They arenot guaranteed to be representative of subsurface conditions at otherlocations or times.

Inorganic silts, micaceous or disto-maceous fine sandy or silty soils,organic silts

Organic clays of medium to highplasticity, organic silts

Silty sands, sand-silt mixturesd

D 30( )2D 60

10D

Par

ticle

Siz

e

Gra

vel w

ith fi

nes

(App

reci

able

amou

nt o

f fin

es)

D

UNIFIED SOIL CLASSIFICATION SYSTEM AND TERMS

SM*

Division of GM and SM groups into subdivisions of d and u are for roads and airfields only. Subdivision is based on Atterberg Limits:suffix d used when L.L. is 23 or less and the P.I. is 6 or less; the suffix is used when L.L. is greater than 26.Borderline classifications used for soils possessing characteristics of two groups are designated by combinations of groups symbols.For example; GW-GC, well-graded gravel-sand mixture with clay binder.

San

d#4

to 3

/4 in

.

Atterberg limits below "A"line or P.I. less than 4

Peat and other highly organic soils

Par

ticle

Siz

e

FINE-GRAINED SOILS (major portions passing on No. 200 sieve): includes (1) inorganic andorganic silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency israted according to shearing strength, as indicated by penetrometer readings, SPT blow count,or unconfined compression tests.

GM*

4.76

to

19.1

COARSE-GRAINED SOILS (major portions retained on No. 200 sieve): includes (1) cleangravel and sands and (2) silty or clayey gravels and sands. Condition is rated according torelative density as determined by laboratory tests or standard penetration resistance tests.

Project Name: Sombreretillo Wastewater Treatment PlantProject Number: 14G026

US

CS

AN

D T

ER

MS

- C

AS

TLE

.GD

T -

9/2

5/14

18

:12

- N

:\GE

OT

EC

HN

ICA

L\G

INT

FIL

E\G

INT

\PR

OJE

CT

S\1

4G02

6.G

PJ

"A" L

INE"U

" LIN

E

CH

OH

OR

ORCL

OL

MH OH

OR

CL-ML ML OLOR

Page 388: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

 

CASTLE ENGINEERING & TESTING, LLC.   1216 SANTA MARIA AVENUE   LAREDO, TEXAS 78040 Phone (956) 727 3530   Fax (956) 727 3384 

                                                       FIELD AND LABORATORY TESTING PROCEDURES                                                                           

FIELD TESTING A. Boring Procedure Between Samples  The borehole is extended downward, between samples by continuous  flight,  hollow  or  stem  augers  or  by  rotary drilling techniques using bentonite drilling fluid or water.  B. Penetration  Test  and  Split‐Barrel  Sampling  of  Soils 

(ASTM D‐1586)  This sampling method consists of driving a 2‐inch outside diameter split barrel sampler using a 140 pound hammer freely falling through a distance of 30 inches. The sampler is  first  seated  6  inches  into  the material  to  be  sampled and  then driven an additional 12  inches. The number of blows required to drive the sampler the final 12  inches  is known as the Standard Penetration Resistance. Recovered samples are  first classified as to color and texture by the field  logger.  Later,  in  the  laboratory,  the  field  logger’s classification  is  reviewed  by  the  soils  engineer  who examines each sample.  C. Thin‐Walled  Tube  Geotechnical  Sampling  of  Soils 

(ASTM D‐1587)  This method  consists of pushing  thin walled  steel  tubes, usually 3  inches  in diameter,  into the soils to be sampled using hydraulic or other means. Cohesive soils are usually to be  sampled  in  this manner and  relatively undisturbed samples are recovered.  D. Soil  Investigation  and  Sampling  by  Auger  Borings 

(ASTM D‐1452)  This method  consists  of  augering  a  hole  and  removing representative soil samples from the auger flight or bit at 5  foot  intervals  or  with  each  change  in  the  substrata. Disturbed  samples  are  obtained  and  this  method  is, therefore,  limited  to situations where  it  is satisfactory  to determine the approximate subsurface profile.  E. Diamond  Core  Drilling  for  Site  Investigation    

(ASTM D‐2113)  This method consists of advancing a hole  into hard strata by  rotating a single or double  tube core barrel equipped with  a  cutting  bit. Diamond,  tungsten  carbide,  or  other cutting  agents may  be  used  for  the  bit. Wash water  is used to remove the cuttings and to cool the bit. Normally, a 2 inch outside diameter by 1⅜ inch inside diameter (NX) coring bit is used unless otherwise noted. The rock or hard material  recovered within  the core barrel  is examined  in the field and in the laboratory and the cores are stored in partitioned boxes. The core recovery  is  the  length of  the material  recovered  and  is  expressed  as  a  percentage  of the total distance penetrated.  F. Visual  –  Manual  Soil  Classification  Procedure   

(ASTM D‐2488)  This  procedure  is  a  visual  –  manual  soil  classification methodology  for  the  description  of  soil  for  engineering purposes when precise soil classification is not required. 

 

LABORATORY TESTING A. Atterberg  Limits:  Liquid  Limit  (LL),  Plastic  Limit  (PL)  and  Plasticity  Index  (PI)  of  Soils    

(ASTM D‐4318 or TEX 104‐E, 105‐E and 106‐E)  Atterberg  Limits  determine  the  soil’s  plasticity  characteristics.  The  soil’s  Plasticity  Index  (PI)  is representative of this characteristic and is the difference between the Liquid Limit (LL) and the Plastic Limit (PL). The LL is the moisture content at which the soil will flow as a heavy viscous fluid. The PL is the moisture content at which the soil begins to  lose  its plasticity. The test results are presented on the boring logs adjacent to the appropriate sampling information.   B. Particle Size Analysis of Soils (ASTM D‐422 or TEX 110‐E)  Grain size analysis tests are performed to determine the particle size and distribution of the samples tested. The grain size distribution of the soils coarser than the Standard No. 200 sieve was determined by passing the sample through a standard set of nested sieves.  C. Laboratory  Determination  of  Water  (Moisture)  Content  of  Soil  and  Rock  (ASTM  D‐2216  or    

TEX 103‐E)  The moisture content of soil is defined as the ratio, expressed as a percentage, of the weight of water in a given soil mass to the weight of solid particles.  It  is determined by measuring the wet and oven dry weights of a soil sample. The test results are presented on the boring logs.  D. Unconfined Compressive Strength of Cohesive Soil (ASTM D‐2166)  The  unconfined  compressive  strength  of  soil  is  determined  by  placing  a  section  of  an  undisturbed sample into a loading frame and applying an axial load until the sample fails in shear. The test results are presented on the boring logs adjacent to the appropriate sampling information.  E. California Bearing Ratio (CBR) of Lab Compacted Soils (ASTM D‐1883)  The  CBR  test  is  performed  by  compacting  soil  in  a  six  inch  diameter mold  at  the  desired  density, soaking the sample for four days under a surcharge load approximating the pavement weight and then testing the soils in punching shear. A two inch diameter piston is forced into the soil to determine the resistance  to penetration. The CBR  is  the  ratio  if  the actual  load  required  to produce 0.1  inches of penetration to that producing the same penetration in a standard crushed stone.  F. Swell Test (ASTM D‐4546)  The swell test is performed by confining a one inch thick specimen in a 2½ diameter stainless steel ring and  loading  the  specimen  to  the  approximate  overburden  pressure.  The  test  specimen  is  then inundated with distilled water and allowed to swell for 48 hours. The volumetric swell is measured as a percentage of the total volume and is converted mathematically to linear swell.  G. Compaction Tests (ASTM D‐698, D‐1557, TEX 113‐E and TEX 114‐E)  The compaction  test  is performed by compacting  soil  in a  steel mold at varying moisture contents. Layers are  compacted using a hammer weight and number of blows per  layer which vary with  the different test procedures, ASTM D‐698, D‐1557, TEX 113‐E and TEX 114‐E. The data is plotted and the maximum unit weight and moisture content determined. The  test  results are given  in  the appendix with a notation of the test method used.  H. Classification of Soils for Engineering Purposes (Unified Soil Classification  System, ASTM D‐2487)  This  standard  describes  a  system  for  classifying mineral  and  organic‐mineral  soils  for  engineering purposes based on laboratory determination of particle size characteristics, liquid limit, and plasticity index shall be used when precise classification is required.  I. Amount of Material in Soils Finer Than the No. 200 (75µm) Sieve (ASTM D‐1140)  There are two tests methods to cover determination of the amount of material finer than the No. 200 (75  µm)  sieve  by  washing.  Method  A  –  Test  specimen  is  not  dispersed  prior  to  wash  sieving.    Method B – Test specimen is dispersed by soaking in water containing a deflocculating agent prior to wash sieving.    

 

 

Page 389: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

DCP TEST DATA

Project: Sombreretillo Date of Service: 23-Sep-14Location: DCP-1 Soil Type(s): Gravelly

No. of Accumulative Type ofBlows Penetration Hammer

(mm)0 0 110 69 110 118 110 148 110 190 110 230 110 272 110 330 110 369 110 399 110 424 110 445 110 461 1

Penetr./ Penetr./ Hammer DCP CBR CBR Depth Depth Bearing Capacity

0

127

254

381

508

635

762

889

1016 0.1 1.0 10.0 100.0

0

5

10

15

20

25

30

0.1 1.0 10.0 100.0

DEP

TH, m

m

DEP

TH, i

n.

CBR

0

127

254

381

508

635

762

889

1016 0 3 7 10 14 17 21

0

5

10

15

20

25

30

0 2000 4000 6000 8000 10000 12000

DEP

TH, m

m

BEARING CAPACITY, psi

DEP

TH, i

n

BEARING CAPACITY, psf

Based on approximate

interrelationships of CBR and Bearing

values (Design of Concrete Airport

Pavement, Portland Cement

Association, page 8, 1955)

10.1 lbs.

17.6 lbs.

Both hammers used

Soil TypeCHCL

All other soils

Hammer

Page 390: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

DCP TEST DATA

Project: Sombreretillo Date of Service: 23-Sep-14Location: DCP-2 Soil Type(s): Gravelly

No. of Accumulative Type ofBlows Penetration Hammer

(mm)0 0 15 170 15 294 15 382 1

10 464 110 531 110 601 16 675 1

Penetr./ Penetr./ Hammer DCP CBR CBR Depth Depth Bearing Capacity

0

127

254

381

508

635

762

889

1016 0.1 1.0 10.0 100.0

0

5

10

15

20

25

30

0.1 1.0 10.0 100.0

DEP

TH, m

m

DEP

TH, i

n.

CBR

0

127

254

381

508

635

762

889

1016 0 3 7 10 14 17 21

0

5

10

15

20

25

30

0 2000 4000 6000 8000 10000 12000

DEP

TH, m

m

BEARING CAPACITY, psi

DEP

TH, i

n

BEARING CAPACITY, psf

Based on approximate

interrelationships of CBR and Bearing

values (Design of Concrete Airport

Pavement, Portland Cement

Association, page 8, 1955)

10.1 lbs.

17.6 lbs.

Both hammers used

Soil TypeCHCL

All other soils

Hammer

Page 391: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

DCP TEST DATA

Project: Sombreretillo Date of Service: 23-Sep-14Location: DCP-3 Soil Type(s): Gravelly

No. of Accumulative Type ofBlows Penetration Hammer

(mm)0 0 15 253 15 347 15 410 15 451 15 498 15 548 15 629 15 662 15 694 1

Penetr./ Penetr./ Hammer DCP CBR CBR Depth Depth Bearing Capacity

0

127

254

381

508

635

762

889

1016 0.1 1.0 10.0 100.0

0

5

10

15

20

25

30

0.1 1.0 10.0 100.0

DEP

TH, m

m

DEP

TH, i

n.

CBR

0

127

254

381

508

635

762

889

1016 0 3 7 10 14 17 21

0

5

10

15

20

25

30

0 2000 4000 6000 8000 10000 12000

DEP

TH, m

m

BEARING CAPACITY, psi

DEP

TH, i

n

BEARING CAPACITY, psf

Based on approximate

interrelationships of CBR and Bearing

values (Design of Concrete Airport

Pavement, Portland Cement

Association, page 8, 1955)

10.1 lbs.

17.6 lbs.

Both hammers used

Soil TypeCHCL

All other soils

Hammer

Page 392: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,

DCP TEST DATA

Project: Sombreretillo Date of Service: 23-Sep-14Location: DCP-4 Soil Type(s): Gravelly

No. of Accumulative Type ofBlows Penetration Hammer

(mm)0 0 15 95 15 149 15 191 15 223 15 257 15 293 15 335 15 373 15 406 1

10 476 110 539 110 603 110 663 1

Penetr./ Penetr./ Hammer DCP CBR CBR Depth Depth Bearing Capacity

0

127

254

381

508

635

762

889

1016 0.1 1.0 10.0 100.0

0

5

10

15

20

25

30

0.1 1.0 10.0 100.0

DEP

TH, m

m

DEP

TH, i

n.

CBR

0

127

254

381

508

635

762

889

1016 0 3 7 10 14 17 21

0

5

10

15

20

25

30

0 2000 4000 6000 8000 10000 12000

DEP

TH, m

m

BEARING CAPACITY, psi

DEP

TH, i

n

BEARING CAPACITY, psf

Based on approximate

interrelationships of CBR and Bearing

values (Design of Concrete Airport

Pavement, Portland Cement

Association, page 8, 1955)

10.1 lbs.

17.6 lbs.

Both hammers used

Soil TypeCHCL

All other soils

Hammer

Page 393: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,
Page 394: CONTRACT DOCUMENTS AND SPECIFICATIONS...2017/03/23  · CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LAREDO SOMBRERETILLO CREEK FORCE MAIN PROJECT CITY COUNCIL HONORABLE PETE SAENZ,