Loading...
HomeMy WebLinkAboutContract 41253C I 'C RE TA ./ D r r ILE CITY SECRETARY i-b1 ci5 "-\ CONTRACT NO . - C,_ Jt ... fRA CTOR 'S BO DING CO. cu FOffWffimr Y cu:::fl.lr oiJ~NT .. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR COBB PARK PHASE IP ARK IMPROVEMENTS PROJECT NAME COBB PARK PROJECT NUMBER 01204 Cl82/S41600/808490120480 GR74 / 541600 / 080147S231080 IN THE CITY OF FORT WORTH TEXAS TPW NO. 6S01 DALE A. FISSELER P.:.Ri:x::s~>' CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT ~~ AND COMMUNITY SERVICES DEPARTMENT OURCE MANAGEMENT DIVISION 1 2-1 J-I P : 0 7 I ' M&C Review Page 1 of 3 Official site of the City of Fort Worth , Te xas CITY COUN CI L AGEN DA FORT WORTH ~ COUNCIL ACTION: Approved on 11/16/2010 -Ord. No. 19450-11-2010 DATE: CODE: 11/16/2010 REFERENCE NO.: C-24615 LOG NAME: C TYPE: PUBLIC NON-CONSENT HEARING: 80COBB CONST NO SUBJECT: Authorize the Execution of a Construction Contract with The Fain Group, Inc., in the Amount of $2,698,784.15 for Phase I Improvements at Cobb Park and Adopt Appropriation Ordinance (Council District 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by $2 ,007,425.57 in the Park Gas Lease Project Fund; and 2. Authorize the City Manager to execute a construction contract with The Fain Group, Inc., in the amount of $2 ,698,784.15 for Phase I Improvements at Cobb Park. DISCUSSION: The purpose of this M&C is to authorize the City Manager to execute a construction contract with The Fain Group, Inc., in the amount of $2,698,784.15 for Phase I Improvements at Cobb Park and to approve the appropriation of gas well revenues in the amount of $2,007,425.57. On May 30 , 2006, (M&C L-14200) the City Council authorized the conversion of 1.06 acres of Cobb Park for a pipeline to transport natural gas. As a condition of that license agreement with West Fork Pipeline Company in lieu of assessed fee of $97,381.60 , West Fork agreed to fund a Master Plan for Cobb Park at an equal value (note: West Fork Pipeline was subsequently acquired by Texas Midstream Gas Services, LLC , prior to initializing the master plan process). On November 6, 2007 , (M&C G-15964) Council authorized the execution of an lnterlocal Agreement with the Tarrant Regional Water District (TRWD) for recreational improvements to Cobb Park as part of the Trinity River Vision -Neighborhood Trail Recreation Enhancement Plan . As part of this agreement TRWD gave the City a grant in the amount of $1,000 ,000 .00 , which was matched by park gas royalty funds. Jacobs Engineering Group , Inc., was retained by CEC to provide professional services for the Cobb Park Master Plan . The Cobb Park Master Plan was presented to and endorsed by the Parks and Community Services Advisory Board on June 25, 2008. On February 3, 2009, (M&C C-23314) Council authorized the City Manager to execute a professional services agreement with Jacobs Engineering Group, Inc., in the amount of $440,050.00 for the design and development of construction documents for Phase I Improvements at Cobb Park. On May 8, 2009 , the contract was amended to incorporate a Traffic/Signal Warrant Study in the amount of $6 ,265.00, for a total contract of $446,315.00. The project was advertised for bid on September 2, 2010, and September 9, 2010, in the Fort Worth Star-Telegram. On September 30 , 2010, the following bids were received: Bidders The Fain Group, Inc. Northstar Construction BID TABULATION Base Bid $2,418 ,294.15 $2,598 ,080.41 Bid Alternates $280,490.00 $388,060.00 Total $2,698,784.15 $2,986,140.41 http://apps .cfwnet.org/council_packet/mc _ review.asp?ID=l 4347 &councildate=l 1/16/2 01 O 12 /10/201 O M&C Review The Ridgemont Company Raydon, Inc. Geotechnical Investigation Systems Davis Construction, Inc. AUi Contractors, LLC. Rebcon , Inc. lrricon Construction f $2,65 9,569 .57 $2,696,572.83 $2,946 ,916 .62 $3,061,793.37 $3 ,145,151.80 $3,166,723.38 $3,427,359.09 $331,732 .20 $336,793 .00 $401,177.00 $363,955 .50 $345,640.00 $409,425.00 $673,462.00 Page 2 of 3 $2,991,301.77 $3,033,365.83 $3,348 ,093 .62 $3,425,748 .87 $3,490 ,791.80 $3 ,576 ,148.38 $4 ,100,821 .09 The Base Bid work is to include site preparation and demolition, a new park road, installation of a playground area, three shade structures , vehicle/pedestrian bridge crossing of Sycamore Creek, new park entry monuments, a parking lot, road & parking lot lighting, a concrete trail and miscellaneous open space grading. Bid Alternate work will include an additional concrete trail, stone veneer on shelters, additional park monuments (small), tree plantings, climbing rock playground area and a construction allowance. It is recommended that the Base Bid amount of $2,418,294.15 and all Bid Alternates in the amount of $280,490.00 , together totaling $2 ,698,784 .15, as submitted by The Fain Group, Inc., be approved for award of contract. The contract period is 200 working days. Associated design/construction administration, inspection, testing and change order contingency funding totals $325 ,000.00. M/WBE -The Fain Group , Inc., is in compliance with the City's M/WBE ordinance by committing to 26 percent M/WBE participation on the PACSD base bid price. The City's M/WBE goal on this base bid contract is 23 percent. The impact on the annual operating budget will be $42 ,348.00 with this project. Construction is anticipated to commence in January 2011, and be completed in October 2011. Cobb Park is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinance , funds will be available in the current capital budget as appropriated, of the Park Gas Lease Project Fund. TO Fund/Account/Centers D C282 541200 801929990100 D C282 541200 801929961800 D C282 446100 801929990100 C282 446100 801929961800 $1.770 .009.71 $237 .4 15 .86 $1 .770 .009 .71 $237.415.86 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers C282 541600 808490120480 $2.007.425.57 GR74 541600 080475231080 $691 .358.58 Susan Alanis (8180) Richard Zavala (5704) Scott E. Penn (5750) http://apps.cfwnet.org/council_packet/mc _review.asp ?ID=l 4347 &councildate=l 1/1 6/2010 12 /1 0/2 010 M&CReview Page 3 of 3 -J ATTACHMENTS 80 COBB CONS AO .. doc http://apps.cfwnet.org/council _packet/me _review .asp?ID= 1434 7 &council date= 11/16/2010 12/10/2010 ADDENDUM #1 Cobb Park Phase I Park Improvements 27 September 2010 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. GENERAL ACCEPTANCE OF PRINTED PROPOSALS: Printing off contract proposal (PDF format) from Buzzsaw and using a typewriter to input values is acceptable. No re-creation of the proposal will be accepted. BERRY STREET ISLAND: No work to Berry Street island is part of this contract STONE VENEER: Stone veneer for bridge, entry monument, pavilion posts and secondary entry monuments will be Brown Farmer's Stone; cut: RANDOM. Disregard ASHLAR pattern reference. BERRY STREET REMOVALS: Berry Street removals are limited to existing curb and gutter removal as shown on C2.04 VENEER LINTELS: Bridge plans call for various types of steel for veneer lintels (12" plate and angles) these are included as part of the prefabricated bridge product CONSTRUCTION DRAWINGS REFER TO SHEET C2.02 MBGF Type T101 should be installed per MBGF 09. The terminal end sections as shown are acceptable. REFER TO SHEET C2.06 REFER TO SHEET C2.15 Railing height dimension is 2'-0" REFER TO SHEET C4.01 Delete reference for joints in asphalt pavement Geotextile Barrier should read: Maccaferri Maxtex HSW20 or approved equal Monolithic Curb detail reads correctly. REFER TO SHEET L501 Replace Lighting Note 1 with the following: Tower down light fixtures shall be: • Kurt Versen #R6607-70W-Z-RX-120V o "Z" indicates bronze cone o "RX" accessory is for the installation support rail, the "X" length to be verified by the contractor (26" or 52'7 . o Lamp: Sylvania #MCTOT6/U/G12/830PB (AOE1 Ballast 120V) Total of twelve (12) per tower REFER TO SHEET L501; DETAIL 1 Wing Wall Length: Length of wing wall is shown to be 36'-8"+/-; disregard this length. The length shown on L500; 1 ENTRY LAYOUT PLAN OF 20'+/-is correct. Random pattern should be addressed as follows : The drawing is meant to convey design intent only. It is understood that the pattern will not be exactly as shown on the drawing. As the tower tapers the size of stone and jointing will vary from the bottom to the top of the structure due to the changing radius. The key with the random pattern is to stagger the joints as much as possible. Do not allow aligned joints for more than 3'-0". Stone Veneer: Stone Veneer shall not be placed below grade. Provide 2" of clearance between finished grade and bottom of stone. Replace SANDSTONE CAP with CAST STONE CAP REFER TO SHEET L503 AND L504 BASE BID CONDITION: post color to match shelter ceiling color. Color to be selected by Owner's Representative from Shelter Manufacturer's standard full range . REFER TO SHEET L507; DETAIL 1 The word POLYPAVEMENT should be substituted with STABILIZED SOIL. Color of stone dust of decomposed granite: as approved by Owner's Representative. The subgrade of the STABILIZED SOIL shall be: lime mixture=Lime treated subgrade crushed limestone base=flexbase REFER TO L504; DETAIL 1 PLAYGROUND LAYOUT AND GRADING PLAN Subsurface Playground Drain should reference 8/L505 PLAYGROUND SUB DRAIN . PLAYGROUND SUBDRAIN should attach into solid PVC pipe and exit through a DRAIN HEADWALL; 9/L505 with a bottom of pipe opening of 555.5. Top of the HEADWALL should be 557. PROJECT MANUAL REFER TO 051200 STRUCTURAL STEEL FRAMING Clarification: The specification asks for the fabricator to be certified in STD. Erector does not have to be certified per the specifications; preferable if they are certified in CSE for the job. REFER TO 320190 TREE PROTECTION T posts and orange fence are acceptable to use for tree protection and limit of work fencing REFER TO PROPOSAL UNIT FOUR Railing will be painted by color as selected by Owner's Representative Stone veneer SFF refers to both bridge and wing wall quantities The 160' of pier shaft is for the bridge only. The piers for the towers are to be included in Unit Seven (7). · Gabion mattresses are under one single line item and should be included in Unit Four (4). END OF ADDENDUM #1 Bid Opening Date: 30 September 2010 Acknowledge the receipt of this Addendum on your Proposal. By: Ra~. e-M-an_a_g_e_r --- Release Date: 27 September 2010 ADDENDUM #2 Cobb Park Phase I Park Improvements 28 September 2010 TO ALL BIDDERS: Please attach to your specifications . This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. GENERAL TRAFFIC CONTROL PLAN(S): Traffic Control Plans will be provided to the successful bidder. CONSTRUCTION DRAWINGS REFER TO SHEET C2 .02; PLAN The box culvert size should read: 8' x 8'. Do not scale drawing. REFER TO SHEET C2.06; PLAN The foundation was designed as recommended by the geotechnical engineer's report, completed by Mas-Tak Engineering & Associates for this project and as found in the Project Manual, for 5,000 psf net allowable bearing pressure. REFER TO SHEET L507; DETAIL 4 The word CEDAR should be replaced with PINE and POST DIAMETER is 8". PROJECT MANUAL NOT USED END OF ADDENDUM #2 Bid Opening Date: 30 September 201 O Acknowledge the receipt of this Addendum on your Proposal. By: ~1c;' -' 'Randy orensen, Project Manager Release Date: 28 September 201 O ADDENDUM #3 Cobb Park Phase I Park Improvements 29 September 2010 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. GENERAL TRAILS AND STABILIZED PARKING: No edging is required on the stabilized trail or parking surfaces. CONSTRUCTION DRAWINGS REFER TO SHEET C2.01; PLAN Limits of Grading are outside of the survey area; refer to the 'Flood Study for Sycamore Creek at Cobb Park (part of the Project Manual) for limits of grading. REFER TO SHEET C2.07; PLAN Due to cost considerations. the stone size used throughout the park will also be used on the bridge. All 3" X 3" lintels shown on the SFC Bridge drawings will be changed to a 4" X 6" lintel. The 12" plate under the face of the arch will also be changed to a 4" X 6" lintel. (See detail B on sheet C2.07). All lintels will be shaped. drilled and galvanized by the bridge manufacturer and will be included in the LS bridge price. REFER TO SHEET L502 AND L503; DETAIL 4 Refer to 2/L505 for CONCRETE REBAR SPACING. REFER TO SHEET E1 Please refer to the attached 'STREET LUMINAIRE POLE FOUNDATION DETALS' provided by the City of Fort Worth for the foundation design. Refer to 'FOR ANTIQUE STYLE STREET LIGHT POLE' detail foundation requirements. PROJECT MANUAL NOT USED END OF ADDENDUM #3 Bid Opening Date: 30 September 2010 Acknowledge the receipt of this Addendum on your Proposal. By: Release Date: 29 September 2010 DRILLED SHAFT � FOUNDATION GROUND CLAMP � DIM. "CC" C�EARANCE DIA. FOR LOCATION i, � OF CONDUIT GROUND ROD ��� vi�w ����,����� � „BB„ I � � D � � � . (:^ .' :.'a\�/ i ` ,> e D •I �.��\i+ D < °��:� e ; ;� ID b,•: : Dp p�' ;.+b:' ° ' : BO T o '• ' . � D:' D 4 �'��. D �- + � GIRCLE � �, D 1 p . i � a`o7, DI/n p ' -'� D �i � �}s ' . D � D�' e `' D LINE THROUGH ANCHOR BOLTS. 30" MINIMUM # 6 GROUND WIRE - ��%/j\ � o , I. •. � ° 1/2" PVC CONDUIT — � 2" PVC CONDUIT I TOP VIEW I = I = SEE ANCHOR BOLT DETAIL ,�e'� e ._ _-'.•..Q. � I - TOP OF FOUNDATION � � �'� MUST BE LEVEL. °w H I ANCHOR BOLT w W ! �Z # 6 BARE GROUND ( 3/4" CHAMPER �� WIRE. CONNECT TO � Q z POLE BONDING LUG. i w � 2" O m CURB 1/2" PVC CONDUIT � � � � � 2�� � r FINISHED � GRADE � . 'v N # 6 BARE COPPER GROUND WIRE - - GROUND CLAMP� 2" CONDUIT. � UNDISTURBED EARTH INSTALL COPPER CLAD STEEL GROUND ROD; OR : GROUNDED AS DIRECTED BY ENGINEER OR INSPECTOR. � CLASS C 3000 P.S.I. CONCRETE \ `- LOOSE DIRT, WATER AND DEBRIS TO BE REMOVED PRIOR TO CONC. POUR - �„ � � _ �� /r���// ., ' I� _ %` i.?` :i..�.�..' , :� 6" PITCH % �DRILLED SHAFT DIA. ELEVATION SPIRAL, 2 FLAT TURNS TOP & 1 FLAT TURN BOTTOM. (SEE DESIGN TABLE FOR SIZE & PITCH.) VERTICAI BARS (SEE DESIGN TABLES FOR SIZE 8 NUMBER) 1'-0" FOUNDATION DETAILS x F- � w Z J m J F F } � � ¢ Q x � � � o� w � J W � w ❑ � 1 DRILLED ( REINFORCING STEEL I DRILLED FND. SHAFT SHAFT TYPE DIA ( VERT I & PI CH I(FEET) BARS I 1 24" I 4-#5 I 18"x #3 at 6" � 2 24" I 4-#5 I 18"x #3 at 6" I 3 24" I 4-#5 18"x #3 at 6" I 4 I 24" I 4-#5 18"x #3 at 6" I 5 I 30" 6-#5 I 24"x #3 at 6" I 7 I 24�� ( 4-#5 18' x#3 at 6" I I 8 I 30" I 6-#5 I 24"x #3 at 6" I I 9 30" I 6-#5 24"x #3 at 6" _i , , i Q Z ;� DOOR p z �' OPENING � � ,`/ ,, . � - 15" DIA BOLT CIRCLE �_ _ 6 6 8 6 8 8 5 8 8 _ ... FOUNDATION DESIGN TABLE ANCHOR BOLT DESIGN GROUND ANCHOR ANCHOR ROD BOLT ANCHOR DISTANCE SIZE BOLT BOLT TOTAL CIR TYPE ACROSS BOLTS DIA LENGTH DIA No. DIM. "BB" 5/8" x 8' I 1" I 40" I 10" ) 47 7 1/16" 5/8" x 8' I ��� I 40" 11" I 47 I 7 3/4" 5/8" x 8' ��� I 40" � 11 1/2" I 47 ( 8 1/8" i 5/8" x 8' I 1" 4p" I 10 1/2" I 47 I 7 7/16" 5/8" x 8' I 1 1/4" I 54" 13" I 51 I 9 3(16" 5/8" x 8' 1 1/4" I 54" I 13 1/2" 51 I 9 9/16" I 5/8" x 8' I 3/4" ' 24" 15" , N/A I 10 5/8" I 5/8" x 8' I 1 1/2" I 60" 15" I 49 I 10 5/8" I 5!8" x 8' I 1 1/4" I 54" ( 17 1/4" I 51 I 12" I DIM. "CC" CLEARANCE DIA. FOR LOCATION OF CONDUIT 6 1/2" 7�� 7 1/2" 6 1/2" 8 1/2" 9 1/2" 10" 10" 10" �o NOTES : s/��' L IF ROCK IS ENCOUNTERED, THE DRILL SHAFT SHALL EXTEND A MINIMUM OF TWO DIAMETERS INTO SOLID ROCK AND HAVE A MINIMUM OF 6 FEET SHAFT DEPTH FOR FND. TYPE 3, 5, 6 AND 8. �_ 2. ANCHOR BOLTS SHALL BE GALVANIZED THE FULL LENGTH. 3. SUPPLY 2 NUTS, 2 WASHERS & 1 LOCK WASHER WITH EACH ANCHOR BOLT. 4. ANTIQUE STYLE ANCHOR BOLT TO BE SUPPLIED WITH 1 NUT, 1 FLAT WASHER, & 1 LOCKWASHER. _ 24"DIA PIER NUT 3„ LOCK WASHER �` FLAT WASHER —i .� . _ . -�;.3��c`-'�l •� � � 7j u�, -: j � 3/4" DIA.x24" HOT DIP GALVANIZED L-TYPE ANCHORBOLTS -- (4 PER PIER) NOTE: CONDUIT 8 GROUND ROD NOT SHOWN FOR CLAIRITY. SEE FOUNDATION DESIGN TABLE USE TYPE 7 FOUNDATION FOR ANTIQUE STYLE STREET LIGHT POLE BASE PLATE TO BE SLOTTED AND SIZED TO ACCEPT REQUIRED ANCHOR BOLTS. - / ,. � \ �.. � � � POLE BASE PLATE ANCHOR BOLT INSTALLATION PROCEDURE : ANCHOR BOLT THREADS SHALL BE TAPED PRIOR TO POURING CONCRETE. THREADS OF ANCHOR BOLTS SHALL BE COATED WITH PIPE JOINT COMPOUND PRIOR TO INSTALLATION OF UPPER NUTS WHEN ERECTING POLE. AFTER POLE IS PLUMBED AND IN PERMANENT ALIGNMENT, THE EXPOSED THREADS OF PAINTED BOLTS SHALL BE CLEANED AND AN ADDITIONAL COATING OF ZINC-RICH PAINT APPLIED TO SEAL THE BOLT THREAD-NUT JOINT. TYPE BOLT LENGTH HOOK THREAD HEIGHT DIA. "L" "H" "T" ABOVE N0. ��N.) (IN.) (IN.) (IN.) FOUNDATION 47 I 1 36 I 4 I 6 4 1/2" I 49 I 1 1/2" 54 6 ( 9 7" I 51 I 1 1!4" 48 6 I 9 5 1/4" IANTIQUE I 3/4" 24 I 3 ( 3 3 ANCHOR BOLT DETAIL NOTE: ANCHOR BOLTS SHALL BE GALVANIZED THE FULL LENGTH. .,, ��S�p`E O���Ex9S �I : `.. � :+: '•,.�i %f.:` ........................:: t i iRONNIE R.VAftMELL � , ......................... ...... ; ���,;._ 52203 :e: ��1 �,�"9FCfS i EPEO.�i��S 1��������:��G`' FOR POLE TYPE 11 I 8 & D30-6 18 D25-6 D40-6T, 'D40-9 18A I '�A11/20 &*A14/20 19, 41 41B � POLE � SCREW NUT COVER� POLE NUT � BASE LOCK WASHER x W _ WASHER � � i- 1=I = NUT Z � _ — _ "i w = _ J � _ _ � _ - - o ~ m STREET LUMINAIRE POLE FOUNDATION DETAILS : I neae�m: a I LOC.No. THE SEAL APPEARING ON THIS JOE RADEN2 9-08-03 0i£01�0°''� J.T.R.,R.R.V. a� &17-03 DOCUMENT WAS AUTHORIZED BY I muwer:�OERADENZ a��� PRO1£0B1'� RONNIEVARNELL a� &17-03 I RONNIE R. VARNELI., P.E. 52203 ON t-31-OB ISGIE N.T.S ' DRANANGNo.: 3256 � SHEETMo. Z OF �j ���� �i�. ��'__.'1 HOOK FOUNDATION LENGTH � / � REV. 1-28-08 DETAIL CHANGES BY JOE RADENZ. REV. 2-01-05 FOR POLE GROUNDING DETAIL Q FOUNDATION BY JOE RADENZ REV. 2-13-04 FOR POLE BASE AND ANCHOR BOLTS BY JOE RADENZ DEPT. OF TRANSPORTATION FORTWORTH AND PUBLIC WORKS ��, TRAPFIC SERVICES DIVISON TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 5. CITY OF FORT WORTH PREVAILING WAGE RATES or FEDERAL WAGE RATES-CONTRACTOR'S PACKET (if required) 6. WEATHER TABLE 7. VENDORCOMPLIANCETOSTATELAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. REPORT/PERMITS GEOTECHNICAL REPORT FLOOD STUDY FOR SYCAMORE CREEK AT COBB PARK FLOOD STUDY APPROVAL URBAN FORESTERY PERMIT URBAN FORESTERY PERMIT APPROVAL 11. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01100 -SUMMARY OF WORK 01135 -CONTRACT TIME 01140-ALTERNATIVES 01150 -PAYMENT TO CONTRACTOR 01300-SUBMITTALS 01400 -QUALITY CONTROL 01410 -TESTING 01500 -TEMPORARY FACILITIES AND CONTROLS 01640 -SUBSTITUTIONS AND PRODUCT OPTIONS 01700 -PROJECT CLOSEOUT 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS DIVISION 2 024113 -SITE PREPARATION DIVISION 3 033000 -CAST-IN-PLACE CONCRETE DIVISION 4 044300 -STONE MASONRY 047200 -CAST STONE MASONRY DIVISIONS 051200 -STRUCTURAL STEEL FRAMING 054000 -COLD-FORMED METAL FRAMING 055000 -METAL FABRICATIONS DIVISION 6 061600 -SHEATHING DIVISION7 073126 -SYNTHETHIC SLATE SIDNGLES DIVISION 11 116613-PLAYGROUND EQUIPMENT DIVISION 12 129300 -SITE FURNISHINGS DIVISION26 260519 -LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260526 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260529 -HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260533 -RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260543 -UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260553 -IDENTIFICATION FOR ELECTRICAL SYSTEMS 262416 -PANELBOARDS 262726 -WIRING DEVICES DIVISION 31 311000 -SITE CLEARING 312000 -EARTH MOVING 312313 -SUBGRADE PREPERATION 313200-STABLIZED AGGREGATE 316329 -DRILLED CONCRETE PIERS AND SHAFTS DIVISION 32 320190 -TREE PROTECTION 321129 -LIME TREATED SUBGRADE 321216 -HOT MIX ASPHALT CONCRETE PAVING 321313 -CONCRETE PAVING 321373 -CONCRETE PAVING JOINT SEALANTS 321816-WOOD FIBER PLAYGROUND SURFACE 329213 -SEEDING 329223 -TURF SODDING 329300 -PLANTS 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following : ; PR O JECT NAME COB Bi PARK PHASE I PARK IMPROVEMENTS PRO J ECT NO . 01204 : C282/541600/808490120480 GR74 V 541600 I 0801475231080 TPW (DOE NO .) 6507 A dd res sed to the City of Fcirt Worth , Purchasing Division, 1000 Throckmorton Street , Fo rt Worth , Texas 76102 -~311 and received at the Purchasing Office until 1 :30 p.m ., T hurs ., September 30 , 2010 and then publicly opened and read aloud at 2:00 p .m. in C ou ncil Chambers 2nd floo f: - N.E. corner of City Hall. Contract documents , including p la n s and specifications fo f this project may be obtained on-line by visiting the City of Fort W orth 's Purchasing Di~ision website at http ://www.fortworthgov .org/purchasing/ a nd click i ng on the project link . This link will take you to the advertised project folders on t he C ity's Buzzsaw site , where the plans and contract documents may be downloaded , v iewed a nd printed by inte~sted contractors and / or suppliers. Fo r a ccess to the plans and construction documents , please fill out the plan holder re gi strat ion form available ~t the following City web site : www.fo rtworthgov .org/purchasing and click the Buzzsaw link . Please contact Scott Penn , Project Manager, at 817-392-5750 or at Scott.Penn@fortworthgov .org for as si sta nce. 1 1. Wage Rates: All Bidder$ will be required to comply with Provision 5159a of 'Vernon's A nn otated Civ il Statutes" of the State of Texas with respect to the payment of the p rev a ili ng wage rates, and :City Ordinance No . 7278 , as amended by C ity Ordinance No. 7400 (Fort Worth City 9ode, Section 13-A-21 through 13-A-29) proh ibiting d iscrimin ation in employm~nt practices . 2. Disadvanta ed Busine s Enter rise Partici ation Goals: In accordance with the C ity of Fort Worth Ord inan e No. 15530, the C ity of Fort Worth has goals for the pa rti c ipat ion of disadvantaged business enterprises in City contracts. A copy of the O rdi na nce can be obtained from the M/WBE Office or from the Office of the City Secret ary . The bidder shall[ submit the DBE UTILIZATION FORM, SUBCONTRACTOR / SUPPLIER UTILIZATION i FORM , PRIME CONTRACTOR WAIVER FORM , GOOD FA ITH EFFORT FORM and/ or the JOINT VENTURE FORM ("Documentation) as ap pro p r iate and must be received no later than 5 :00 P.M., five (5) City business days after th e b id opening date, exclusive of the bid opening date. The bidder (a) shall submit doc um entation at the reception area of the managing department, Department of Engi ne ering , 2 nd floor , City Hall, and shall obtain a receipt in person. Such receipt shall be evi de nce that the docu n;i entation was received by the City . (b) Electronic submittal of M/WBE documentation Will not be accepted. Failure to comply with (a) and (b) shall re nder t he bid non-respon s;ive . T he fo ll owing list is provided to assist bidders in obta ining the services of M/WBE vend o rs qualified to provide such services/materials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this project are as follows : de mo liti on /site prep ins tall shel ter b ridge construction li ghting/electrical stee l re bar 'clearing/grubbing : sodding/seeding :entry towers i playground 1 asphalt/flex base grading/earthwork concrete stone walls/retaining walls sewer planting The C ity's minimum M/WB~ goal on this project is 23% of the total dollar value of this contract. ! 3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids based on cr iteria and qualifications to determine award of contract as noted in Item 14 . - Bidd e r's Statement Of Qu~lifications -Special Instructions To Bidders, and upon receipt of Bi dde r's Statement Of Qualifications form included in this construction document. In general: • Th e Prime Bidder, a$ general contractor or sub-contractor, must demonstrate si mi lar project scop~ experience on three (3) projects within the last three (3) ye ars . All subcontractors intended for use on this project shall also demonstrate si m il ar project scope experience necessary to successfully perform on their re spective portion of work on this project. • Th e Prime Bidder m!LJ st provide a list the surety company(s) which issued bonds fo r projects listed aqove . Additionally, the Prime bidder shall list the surety company intended fbr use on this project. • The Prime Bidder mµst submit a current certified financial statement prepared by a n i ndependent Certified Public Accountant. • T he Prime Bidder snall perform work its own organization and with the ass istance of work crews under its superintendence work of a value not less than fifty percent (50%) o,f the project scope of work as per Section 8.1 of the standard s pecifications for St ~eet and Storm Drain Construction for the City of Fort worth . B id der's Qualifications are ~o be submitted and received by the Parks and Community Service Department Projeot Manager no later than 5 :00 P .M ., five (5) City business days afte r t he bid opening date , exclusive of the bid opening date. 4 . Bid Addendum: Bidders are responsible for obtaining all addenda to the contract documents and acknow ledging receipt of the addenda by initialing the appropriate spaces o n t he Proposal torr,. Bids that do not acknowledge receipt of all addenda may be rejected as being non-r~sponsive . All addenda will be made available on-line with th e co ntract documents. Contractors and/or suppliers are requested to register as plan hold e rs on -line (on Buzzsat,., site) in order to receive notifications regarding the issuance of adde nda . It shall be the ~idding contractor's sole responsibility to verify they have received and considered a9denda prior to submitting a bid. 5 . Pre -Bid Conference: An optional pre-bid conference will be held with prospective b idders at the Parks and Community Services Department , 4200 South Freeway , Le Gran Pl aza , Suite 2200, Fdrt Worth , Texas 76115-1499 , Conference Room #2 on September 14 , 2010 at 9am . 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities . The City will award one coptract with a combination of base bids and/or alternates which is most advantageous to the City . ! No bid may be withdrawn until the expiration of 70 calendar days from the day bids are opened . The award of contract , if made, will be within 70 calendar days after the opening of bids , but in no dase will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded . I RICHARD ZAVALA, DIR~CTOR PARKS AND COMMUNITY SERVICES DEPARTMENT By : d' / : ' ' I ; ' .. /, _: ., ~ cott Penn · Project Manager (817) 392 -5750 • Scott .Penn@fortwor;thgov.org Advert isement Dates : Thursday September 2 , 2010 Thursday September 9 , 2010 DALE A.FISSELER , P.E . CITY MANAGER MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. PERMITS 5. AWARD OF CONTRACT 6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 7. LIQUIDATED DAMAGES 8. EMPLOYMENT 9. WAGERATES 10. FINANCIAL STATEMENT 11. INSURANCE 12. NON -RESIDENT BIDDERS 13. MINORITY I WOMEN BUSINESS ENTERPRISE 14. PROTECTION OF TREES , PLANTS AND SOIL 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 16. BIDDER'S STATEMENT OF QUALIFICATIONS 17. OZONE ALERT DAYS 18. WORKERS COMPENSATION INSURANCE COVERAGE 1. SPECIAL INSTRUCTIONS TO BIDDERS BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3 . ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item Gin the Proposal.) 4 . PERMITS: The Contractor shall obtain all permits necessary for compliance to the City of Fort Worth Building Code. Fees shall be waived for permit applications. For a listing of anticipated project permits, refer to Div. I -General Requirements: Section 01100-3. SPECIAL INSTRUCTIONS TO BIDDERS -I - 5. AW ARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total bid price and number of contract days allotted, as specified in the Proposal , and which is considered to be in the best interest of the City. 6. Regardless of the Alternative chosen, the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned <;>n the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section O 1150 -Item 1.14: Warranty In order for a surety to be acceptable to the City, the surety must meet the requirements of V. A. T. S Insurance Code, art. 7.19-l(c). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL rNSTRUCTIONS TO BIDDERS -2 - 7. 8. 9. 10 11. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through l 3-A-29) prohibiting discrimination in employment practices. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further information regarding this packet, contact the Intergovernmental Affairs / Grants Management Division, Finance Department at (817) 871-8365 or 871-8387 .FINANCIAL STATEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2 ,000 ,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500 ,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS - 3 - D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premmm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M . Best rating of A: VII or equivalent measure of financial strength and solvency. F . Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS - 4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 13. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor / Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p . m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor , City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters oflntent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5 . Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5 - a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal , state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval , the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office , 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance , call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state or local laws or ordinances relating to false statements; further , any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDD ERS -6 - 14. will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By Ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal , or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS: -All prospective bidders shall submit Bid Proposals which reflect specified products only. Product substitution of 'Or Equal ' products will be considered only after award of contract is made to the successful Bidder/ Prime Contractor. See Div. I-General Requirements -Section 01640. 16. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1) experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder / subcontractors qualifications. B. PRIME BIDDER/ SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3) projects similar in scope within the last three (3) years. 2. Provide listing of surety company(s) which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. SPECIAL INSTRUCTIONS TO BIDDERS -7 - 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence . 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five ( 5) working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the Project Manager in writing along with Letter Oflntent and experience qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and / or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response. For each firm included in the joint venture, please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE 1. For projects in which the construction of playground area is the prime scope of work, bidders must be able to demonstrate the following. Failure to adequately demonstrate that the bidder meets these requirements may result in a recommendation that the bid be rejected as non -responsive. 2. The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three (3) playground facilities within the immediate past three (3) years for the state of Texas or other municipalities within the Dallas / Fort Worth metroplex, such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects within the contract time without the assessment of liquidated damages. 3. If the prime bidder has not performed work for the state of Texas or municipalities within the Dallas/ Fort Worth metroplex, the bidder may still be SPECIAL INSTRUCTIONS TO BIDDERS - 8 - 17. considered if it has completed three (3) park playgrounds within the last three (3) years for private entities which included work as noted in B. l. 4. The prime bidder in addition shall provide information that discloses or demonstrates the following: a. Name and qualifications for the site superintendence of the work. b . Knowledge in appropriate task sequencing. c. Intended staffing requirements to construct the work within the contract time allowed. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. -10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until I 0:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 18. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: 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 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 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. SPECIAL INSTRUCTIONS TO BIDDERS - 9 - "Services" include, without limitation, 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 the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets. B. The contractor 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 City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City 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. E. 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 personal delivery, within ten 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 on 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; SPECIAL INSTRUCTION S TO BIDDERS -10 - (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; (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 on the current certificate of coverage ends during the duration of the project; ( 4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity 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 ten 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be prov ided 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 cov ered 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. The providing of 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 City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. SPECIAL INSTRUCTION S TO BIDDERS -11 - "The contractor shall 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 Texas Workers' Compensation Act or other Texas Workers' Compensation 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, 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 service 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." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -12 - TO: Dale Fisseler City Manager Fort Worth, Texas FOR: PARK IMPROVEMENTS AT : Cobb Park PROPOSAL G R7 4/541600/0804 7 5231080 C282/541600 /808490120480 1204 Pursuant to the foregoing "Notice to Bidders ," the undersigned has thoroughly examined the plans , spec ificat ions , and the site , understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor , equipment, and materials necessary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort Worth. The "approximate quantity" category is for information purposes only . The Contractor shall be paid on the basis of actual installed quantities on non lump sum items . Additionally , the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items . 11 the lowest bid received exceeds the funds budgeted for the project , the city reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid , the bidder acknowledges the City 's right to adjust or eliminate line items prior to the award of contract. Further , by submitting a bid, the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated . Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish , if applicable, Performance, Payment , and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums , to wit: PAY ITEM APPROX. QUANTITY BEscAIPfioA oF ITEMS WITH BID PRICE WRITIEN IN WORDS UNIT ONE -SITE ITEMS (BASE BID) 1 LS 2 1 EA 3 1 LS Mobilization (see Division 1 specifications) TA:,. tvµ!: ,,e t J..a-s °' "l Dollars & Cents per Furnish and Install project sign (see item 9 specificaitons) ..... f ........ e>y__._...._Hu,o ................. cl.._reA ........ ____ Dolla rs & NO Cents per """'s""'W,.,.3""'Pea-=E-ro-s,-io-n"""C,....o_n.,....tr""""ol,---- lm pie me ntation (see Civil sheets C4 .01-03) Twenhj -si X tnovsa..rJ.. Dollars & _/\....,J...,O<---________ Cents per UNIT PRICE oo EA$ L/oo. - TOTAL AMOUNT BID $ '/OO .e9 4 1 LS Traffic Control Plan (see Civi l sheet C5 .04) ~ht Jhouf;,(llld, Dollars & ..... Ji]o:..:.=iu ..... _ ....__ ............................. """'---Cents pe r LS$ ~JOCX),.a.9 Unit One -TOTAL UNIT TWO -SITE PREPARATION (BASE BID) 1 14 .5 AC Clearing & Grubbing with in limit of wo r k 2 56 ,051 SF 3 4 EA 4 7738 LF 5 1 LS 6 1 EA (See Demo sheets LD100-02 ) ]iuoJboWAM h,ie Uynd(aQ.Dollars & N O Cents per Roadway Removal includes asphalt roadway and base material (See De~o sheets LD100-02) ZLr o Dollars & ~f"+~ Cents per ..... U ..... ti-lity_t_ap ______ _ includes removal of light fixtures and conduit and capping utility at source (See Demo sheets LD100-02) 5___,...a.-l X .......... ~_ .............. r_ed ............. ____ Dollars & No Cents per -=r,....re-e-=P=-ro-t-ec-ti,....o-n/""'Li,....m...,...it-o..,....f '"'"W.,...o...,.rk- Fencing includes installation , ma intenance and removal of fencing (See Demo sheets LD100-02) Oa e.. Dollars & AJ Q Cents per Misc Park Improvements Removal of chainlink backstop (1ea), concrete slabs (4ea), picnic tab les (4ea) and post and cable fencing (7301f) (See Demo sheets LD100-02) 11, re e -rhll1L4W\d Dollars & NO Cents per Concrete Culvert Removal of culvert and wingwalls (See Demo she ets LD100-02) Fou..r Thau,._'Sfl.nd. Dollars & N o Cents per ct) AC$ ~1 £00 ,- /(). ifE SF$ c,:., ----- LF $ ,.~ LS $ 3 1QC{) I eQ • DD EA $ 4 1 QOO, '-" ) $ 2-g, {20. tt9 i $ 7, 73 g,~ ; $ '"',QQQ. ~ J-/ oo $1 QO O.- 7 415 EA Tree Removal (See Demo sheets LD100-02) Oa e. f..k.lnd rd Dollars & EA$ i OO.~ IU Q Cents per $ "Iii ~oO . ~ Unit Two -TOTAL $l l Zi 308 .~ UNIT THREE -ROADWAY /CULVERT/PARKING LOT (BASE BID} I 12,800 CY Excavation (See Civil sheets C2 .01-.05 & r.4 .01 A . E;':::, f-Dollars & /Uo Cents per CY$ i-q 1oi/100-· ~ 2 10250 SY Flexbase-roadway & parking lot (See C ivil sheets C2 .01-.05 & C4 .01) ~'K. Dollars & ~.~ Cents per SY$ $ bl, s-oo . tJ.9 Q Lime-treated Subgrade-' 3 180 TON roadway & parking lot (See C ivil sheets C2 .01-.05 & C4 .01 ) "fAfee~ Dollars & 300.~ Cents per TON$ $ .5 'I, ODO. QE Type 'D' Asphalt-roadway & 4 1150TON parking lot (See Civil sheets C2 .01-.05 & C4 .01) S ix.~-\\~ Dollars & li:>S:DD ~o Cents per TON$ $ 74) 7s-D , ~ Type 'B' Asphalt-roadway & 5 1700TON parking lot (See Civil sheets C2.01-.05 & C4 .01 ) ~-~¥-6~e. Dollars & TON$ 5°5 ,t9 Cents per $ ~J .s-oo .~ 115 CY 7" Concrete Pavement • 6 (See Civil sheets C2 .05) Tur~ \.4LU"V1.red. Dollars & CY$ SOO ,a.9 $ J{ S-t;O . o~ ~Ci Cents per 7 1200SFF Cast-In-Place Retaining Wall • (See Civil sheet C4 .01) f.or:bf Dollars & $ Lf gJ t)()(), ~ ~1 s . Cents per SFF $ 40, o.9. 2' urb & Gutter-roadway & 8 4575LF parking lot (See C ivil sheet C4.01) Ten Dollars & ,o .Q.Q. lf~, '7£;{)~ ~lo Cents per LF $ $ . I 9 3150LF 6" Flush Curb (See Civil sheet C4.01) Th (U... Dollars & 10 3455LF JIJ'.Q Cents per LF $ 3.~ 1t 'fSo. ~ White Thermal Plastic Stripe $ (See Civil sheet C2.01-.04) Two Dollars & 11 102LF fv Q Cents per LF $ '2_. fd!> IL«~IO.~ Box Culverts $ , (See Civil sheet C5.01) Th (lf. Horuiffd Fi£f¥ Dollars & No Cents per LF $ 3s-o.~ 3 ~1 00. QS2, $ 12 1700SFF Wing Walls (Se ~ Civil sheet C5 .01) ih1 r:cy -Et i£:e. Dollars & 13 No Cents per SFF $ .3.S:~ $ ;i <i., S-{)(), 1_9.. 400LF Metal Beam Guard Fence • (See Civil sheet C5.02) Twen~-TUX) Dollars & k)Q Cents per LF $ ~,1 .e9 t too@. $ ( I 14 4EA Terminal Anchor Section (See Civil sheets C2.06-.14) Si"t \wndred ·rl ~ Dollars & 15 (\JO Cents per EA$ {g~D .~ $ ~fr/JD.~ 160LF Railing (See Civil sheets C5 .02) 0 ne_ {,.\,uJ\li re &. Dollars & 16 1100 LF tJ Q Cents per LF $ Lao.. o.9 Q9. Post & Cable $ /f.t.JJOO, I (See Planting sheet LM100) fJ~ Dollars & 17 Cents per LF $ l O, ~ oo 10,713SF Construct stabilized soil $ '" 0 00 .;.---I (See sheet LM100) 0 ~ Dollars & 18 3200 CY tw~ Cents per SF$ /. t_9 L~S6S:~ $ RoadwayFil (See Civil sheets C2.01 -.05 & C4.01 ) i&()cl \1-C. Dollars & Cents per CY$ LZ,~ 38,'i_OO.~ $ i 19 2 EA ADA ramps (See sheet L 1 02) ~~C\f, 'tWndr ed Dollars & Cents per EA$ Cf oo.~ $ 1,i ao. cs , Stop signs & low water crossing 20 2 EA signs includes sign , fastener , post and footing (See sheet LM102) ttU( tWt'd.red Dollars & . (;0 !{{)a}. qE ~Q Cents per EA$ 1 00 .-$ 21 1000LF Parking Lot Striping (See sheet L 1 01) Ze..ro Dollars & tJ . ~ f ()(). ()_9. E.\~'n.~~ Cents per LF $ $ 22 4 EA ADA ramp (See sheet L 1 02) ~~r\e \-\uM.rcl. Dollars & qoo.~ ~' /s,{)0. !!E Cents per EA$ $ I 23 2 EA ADA signs includes sign , fastener , post and footing (See sheet LM102) E~u c \~rui.rui Dollars & t./CO .f!J NC) Cents per EA$ $ 8'00. ~ Unit Three -TOT AL $ 1 23 c.,LIS ~ UNIT FOUR -BRIDGE CROSSING {BASE BID} , 47 CY Bridge and Wall Footing (See C ivil sheets C2 .06-.14) Si~ ~l'\d.reA r~±¥ Dollars & ~~o .lB $ ,~ols-s~ 1E l'J ~ Cents per CY$ 2 1 LS 42' Conspan Bridge • (See Civil sheets C2 .06-.14) -itJ.>t> "°Nl.~ Forw Dollars & ~ Cents per LS$ )..t/0, OC{)/~·$ ~l/() if).otJ. ~ tJp I i 3 400 LF Metal Beam Guard Fence (See Civil sheets C2 .06-.14) ~~"'fulQ Dollars & NO Cents per LF $ 2.1,.~ $ 8/80 0. ~ 4 4 EA Terminal Anchor section (See Civil sheets C2.06-.14) Stt. 'MJrui.red r:~ Dollars & k~o .~ ~u Cents per CY$ $ ti., fl. 00 . fJ.9 5 52CY Misc. Concrete for Columns ; (See Civil sheets C2.06-. 14) s·r~ .. ~~re.d ~&% Dollars & NP Cents per CY$ laG:O. ~ $ a31aoo .~ , 6 160LF 18" Drilled Shafts (See Civil sheets C2.06-. 14 ) Ei~ Dollars & .5tJ. g2 $ g;om , ~ tJ 2 Cents pe r LF $ 7 2250SFF Stone Veneer-Bridge Fac ing (See Civi l sheets C2 .06-.14) N '"e..k.eil Dollars & {CJ,~ If-, g 7@/!:. ~C> Cents per SFF $ $ 8 16EA Stone Cap (See Civi l sheets C2 .06-.14 ) OT\€..~ 0V\e..~fl&e& Dollars & {, I tJO. f!9. $ I Z /pf)().~ ~C) Cents per EA$ 9 1LS Railing (See Civil sheets C2 .06-.14) ibk~ 'i\nru_~ Dollars & LS $ I 1<9. al').~ $ 3 0. QOO , ~ f\>o Cents per 10 850 CY Install Gabions .. ) (See Civil sheets C2 .06-. 14) ~~ruire d~ Dollars & 2 5'0, tE-LI O Cents per CY$ $ Jt J.._ I S O(!). ();: 11 330 CY Install Gabion Mattress J (See Civil sheets C2 .06-.14) o ~~ ~Ni.cut 'f-~ Dollars & r-Jo Cents per CY$ L6'0 .~ $ t.f f ,f !JIJ. OO Unit Four -TOT AL $ ~1lti; JOO .~ UNIT FIVE -REUION GROVE SITE IMPROVEMENT ITEMS {BASE BID} Earthwork and fine grading assoc iated w ith site 1 LS improvements (See sheet LG 1 00) "TlM!ut.-thtrl .1!2(.1 rut Dollars & tvo Cents per LS$ L2 ,@.cJ.9 $ Li i Oct).~ i I 2 2 EA Furnish and install 24' x 24 ' pavilion , concrete slab (See sheet L502 , L503 & L504) T~~ 1l..~1 b.Jil 1ffil\d Dollars & ~ Cents per EA$ 2).,oaJ .~$ Lf '/, 000 ,ag 1 EA Furnish and install 24' x 44' l 3 pavilion , concrete slab (See sheet L502 , L503 & L504) ~~\J ui:>~ Dollars & No Cents per EA$ J 1., eto .~ $ 0 '2-<0C()/B ) .. 5 1 LS 6 1 LS 7 7650 SF Install pavillion amenities (6- benches, 3-ADA picnic tables , 5-picnic tables and 4-trash receptacles) (See sheet L502 & L503) ~ ~e !.l....-Tuh..i..tru.llUlll!ocw!5'WJ.l,d,L,M,O,_ ___ Dollars & Cents per +-----------1 n st a II Playground (playstructure, concrete mow edge, underdrain, footings and safety surface (See sheet L504) £tcibi:::!1 -F•~lh.ru!:4 hd Dollars & .... rJ!>_r,__ ________ Cents per Concrete walks (See sheet L 102) , cf> c)<J LS$ /0 1 oOD -$ /0. ctf!) :..--, --rh""'........_ref.,=---------Dollars & ..i..;(\)p:..IO:... ________ Cents per SF...;.$____,,"""~-=-/.9 __ $ Jj, 950. t?.E- UNIT SIX -PLANTING (BASE BID) Unit Five-TOTAL $ ;?o1~~5V. Q£. 1 95EA Install ornamental grasses 2 3 4 (See Planting sheet LP100-102) Teo Dollars & No Cents per EA$ /0. ~ $ 20EA Install ornamental vines (See Planting sheet LP100-102) lJ u:d\.Yl. Dollars & (\)o Cents per .., oO $ 1 di,i, _00 EA $ / -S.• ....... o'--TV 351,793 SF Install seeding (hydroseed) (See Planting sheet LP100-102) ~e, Dollars & p l _ Cents per A _P5 /Z /-C' SF..;...$~(.!/. __ $S8 7, <KV 32 ,482 SF Install sod (See Planting sheet LP100-102) 1uo Dollars & -~.26 ~ NfJ\.~.....Q t{>=R. Cents per SF...:.$_<Y;;...._ __ $ i_l.1-0 0 Unit Six -TOTAL $ ,P.4,/j OO.~ • UNIT SEVEN -ROADWAY LIGHTING (BASE BID) 1 LS Lighting (poles , fixtures , footings, counduit and junction boxes) (See E1) :ree };!t1rurecL1bm;ionJDollars & AJCL Cents per LS $ 3 00 I ooo .E:2. $ .3 00 /JlJD st! , . 2 1 LS 3 1 LS Elect ri cal Meter/Panel (main electr ical service meter/panel ) (See E1 ) Tue / l>E, Tb~ Dollars & _.fU__..o ________ Cents per Se rvice Feed (e lectrical service feeder) (See E1 ) Dollars & co oo Ls $ J:?tt rm -$ 1 ~1 ow.~ ~VU\4-~J ;':QM Cents per LS $ 70 1000.~ $ 7 {) 1 ot)O , o_E. Unit Seven-TOTAL $;3?ef. (XX).~ UNIT EIGHT -ENTRANCE MONUMENTS (BASE BID) Structural Steel Interior and 2 3 4 5 6 7 8 1 LS Concrete Footing (See Structural sheet 81 -0 thru S2-1 ) bth/ :I\:ufil_~ Dollars & fvt> Cents per 232 SF Roof Sh ingles (See L501 ) One. ~ Dollars & /Uo Cents per 24 EA Corbels (See L501) f'., ~ AU-Ni red, Dollars & tJ o Cents per 1 LS Cedar Planking (See L501 ) Tw Q.) \& Th;ru.~ClN\ Dollars & NP Cents per 2000 SFF Stone veneer (See L501 ) Ei§h+Cefl Dollars & /Jo Cents per 42LF Stone Cap ?ee C ivi l sheets C2 .06-.14) ~e ye.o48 Dollars & No Cents per 2 EA Cast Stone Signange (See L501) • H 11 Ni.re,& E \~h\.g Dollars & Cents per ~---------1 L S Lights and conduit (See L501 and E1) Se~-f':t~ 1htv-S£lJ\d. Dollars & (\ )a Cents per I LS $ ~. ~ $ $0 (J(J()~ , 1 SF$ /00~ LF $ 70. 6 $ r1, 9'-f D. ~ EA$ 2JD'!9 $ :::,~D .~ 00 oV Ls$ 7 ~,ooo....,$ 75 ,ooo-, , 9 460 SFF Stone veneer walls (See L500 and L501) Tu e.J µ4 Dollars & Vo..__ ........ _________ Cents per SFF $ /J.. ~ UNIT NINE -CONCRETE TRAIL (ALTERNATE BID #1) · 350CY Install 6 ' Concrete Walk (See Civil sheet ) I \.YO f.h,n,d.re.d No 2 4 EA ADA ramps (See sheet L 1 02 ) ~bt~el UNIT TEN -MISC MASONRY (ALTERNATE BID #2) Install stone veneer on pavillion 1000 SFF columns (stone veneer , anchors , etc) (See sheet L502-3 & L506) Unit Eight -TOTAL Dollars & Cents per CY$ Dollars & Cents per EA$ Unit Nine -TOTAL V..._..(,u.....,.ela,..u..L..::;....._ ______ Dollars & ,JQfJ. fE 8fXJ. ~ (\.)o Cents per SFF $ J,2. eE ----------Unit Ten -TOTAL UNIT ELEVEN -ENTRANCE MONUMENTS(ALTERNATE BID #3) 2 EA Install Secondary Stone Monument (footing , stone veneer, CMU , cast stone signage) (See sheet LS1 OO/L506) $ 70 ooJ, og 1 .200. ~ $ $ 7. 2,a).~ $ /!, ocx:>.~ $ ,;· ooO , 0..s- ..,_~~:i.........:+'-'-h.=ru ......... !;0,_¥'4:...=.;;....._ __ Dollars & 60 o ~ Cents per EA $ '-£ 000 -$ 43 , aOO . L +----------Unit Eleven -TOTAL $ g~ QQQ .@ UNIT TWELVE -TREE PLANTING (ALTERNATE BID #4l Install 75-ornamental , 27-shade 1 LS trees (See Planting sheet LP100 -02 ) I T~~ --oo dJ ~ Cents per LS$ /!J , ~00 .--$ /0 , 0()().- Dollars & ~~--------Unit Twelve-TOTAL ' $ /{J, ()00 , ~ 7 UNIT THIRTEEN -CLIMBING BOULDERS (ALTERNATE BID #5) 1 1 LS Install Climbing Boulders (Boulders (4 ), concrete mow edge, underdrain , foot ings , safety surface , 428 sf concrete walk and 1 ADA ramp (See sheet L 102 ) ]~ThAA~ Dollars & Cents per 2 1215 SF Construct decomposed granite trial (See sheet L 1 02) $\)t.. Dollars & Sf ....... =,-------1 J2"' 1 .~ JVD Cents per J£v $ (_g -'---'----------..;._----'""---- Unit Thirteen -TOT AL UNIT FOURTEEN -CONSTRUCTION CONTINGENCY ALLOWANCE (ALTERNATE BID #6) 1 1 LS Allowance Ch e. wrd rE dStfJ.iq:Tu.ru.81.rA Dollars & LS $150 ,000 .00 NO C.e..-rcfs Unit Fourteen -TOT AL $150 ,000.00 $150 ,000 .00 BID -RECAPULATION Unit One -Base Bid Cost for Site Items $ l.,,.1 .'10()-, Unit Two -Base Bid Site Preparation Items $ H ?, 30B '!2. Unit Three -Base Bid Cost for Roadway/Cu lvert /Parking Lot Items Unit Four -Base Bid Cost for Bridge Crossing Items $ ~2~ l;/5-~ $ {p?(p,, oo ,~ ) $ ~06 . qg), q_g , Unit Five -Base Bid Cost for Reunion Grove Items Unit Six -Base Bid Cost for Planting Items Unit Seven -Base Bid Cost for Roadway Lighting Items Unit Eight -Base Bid Cost for Entrance Monuments Items ~:~"* TOTAL BASE BID (UNITS ONE THRU Unit Nine -Alternate Bid #1 Cost for Concrete Trail Items Unit Ten -Alternate Bid #2 Cost for Stone Veneer on shelter columns Unit Eleven -Alternate Bid #3 Cost for Secondary Stone Monument Unit Tewlve -Alternate Bid #4 Cost for Tree Planting Items Unit Thirteen -Alternate Bid #5 Cost for Climbing Boulders Items Unit Fourteen -Alternate Bid #6 LS Construction Contingency Allowance ADJUSTMENTS TO BASE BID THAT WILL BE APPLIED WITH AWARD OF ALTERNATE BID ITEMS A This contract issued by an organization that qualifies pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. B. The Contractor performing this contract may purchase , rent or lease all materials , supplies , equipments used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of t he tax , said exemption certificate complying with State Comptroller's rul ing tax, said exemption certificate complying with State comptroller's ru ling #95-0.07 . any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants and those of any labor organization , subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms City Ordinance 7278, as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 1-A-29), prohibiting discrimination in employment practices . D. The undersigned agrees to complete all work covered by these contract documents within Two hundred (200) Working Days, 10 Months, after the date for commencing work as set forth in the Not ice to Proceed to be issued by the Owner . E. Within ten (10) days of receipt of notice of acceptance of this bid , the undersigned will execute the formal contract and will deliver applicable Surety bonds for the faithful performance of this contract . The attached deposit check in the sum of _____ _ Dollars($ is to become the property of the City of Fort Worth , Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed with in the time set forth , as liquidated damages for delay and add itional wo rk caused the reby. F. lncase of ambiguity or lack of clearness in stating pr ices in the Proposal, the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. G. Receipt is hereby acknowledged of the following addenda: No. 1 0 9 /27 /10 No. 2 09/27 /10 No . 3 09 /2 9/10 No. 4 Respectfully subm itted, Th e Fain Gro up, Inc. Date: 09/3 0 /1 0 Address: P.O. Box 750 Fort Wor th , TX 76101 Telephone: 817-927-4388 FORT WORT H ------.----- PRIME COMPANY NAME: The Fa in Grou p , Inc. PROJECT NAME: Cobb Pa r k Phase I Park City's M/WBE Project Goal : 23 % City of Fort Worth ATTACHMENT 1A Page 1 of 4 lQ _J 6 -1 Subcontractors/Suppliers Utilization Form Check applicable block to describe prime I M/W/DBE I X I NON-M/W/DBE BID DATE I mprovements 09/30/10 Prime's M/WBE Project Utilization: PROJECT NUMBER 26 % 0 1 204 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs llsted toward meeting the project goal must be located In the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geograph ic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ell is, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier , a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those fi rms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aQreement. Rev. 5/30/03 FORT WORTH ·---..,.-- ·, ' ATIACHMENT 1A Page 2 of 4 v vu 1v1 ..1':l,qJ r<CVJ Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e., Minority , Women and non -M/WBEs . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Hayden Capital Corporation P.O. Box 8369 Fort Worth, Texas 76124 Tel: 817 -4 78-3765 Fax: 817-561-2368 Erosion Control Management 5916 Bridge Point Drive McKinney, Texas 75070 Tel: 972-816-0527 Fax : 469-645-1189 American Striping Company 11551 Ravenview Dallas , Texas 75253 Tel: 972-557-8565 Fax: 972 -557 -4450 Hunter Knepshield Company P.O. Box 260677 Plano, Texas 75026 Tel: 972-867-5739 Fax: 972 -867-7250 Bean Electrical, Inc. 821 E. Enon Fort Worth , Texas 7 6 140 Tel: 817-561-7400 Fax: 817-561-7403 Please list M/WBE firms first , use additional sheets if necessary. Certification (check one) T~~-~-~--1 I N T C X e M W T D r B B R O E E C T A X X X N 0 n M w B E Detail Subcontracting Work Retaining Wall, Bridge, Gabion Structure X Temporary Erosion Control X Pavement Markings X Playground Equipment x Electrical Detail Supplies Purchased Dollar Amount $635,140.90 $24,291 .00 $10,737.50 $72,155.75 $250,150.00 Rev . 5/30/03 FO RTWO RTH ~ 1 J --l:J -·/n,-., ATTACHMENT 1A Page 3 of 4 ~, v:,,:'fJ f? Primes are required to identify ALL subcontractors/suppliers , regard less of sta tus ; i.e ., Minority , Wo men and hon ~/WBEs . Please list M/WBE fi rms first , use add it ional sheets if nece ssa ry . Certification N (chec k one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Rev. 5/30/03 FOR T WOR TH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 63 5 ,1 40 .9 0 3 57,334.2 5 992,47 5.15 ATIACHMENT 1A Page 4 of 4 -..I The Contractor will not make addit ions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an author~zed officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work f a period of time not less than one (1) year. p Title Th e F ai n Group, I n c . Company Name P .O. Box 75 0 Address Fort Worth/Texas/7 6 1 01 City/State/Zip Larry Fra z i er Printed Signature Larr y Fraz ier/Pres i dent Contact Name/Title (If different) 8 17 -92 7 -438 8/8 17 /927/4389 Telephone and/or Fax l frazi er@fai n g p .com E-mail Address 10/04/1 0 Date Rev . 5/30/03 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Pav ing Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell , Backhoe, Derrick, Dragline , Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle , Heavy Truck Driver, Single Axle , Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12 .78 $11.01 $ 8.8 0 $14.15 $ 9 .88 $13.22 $1 2.8 0 $12 .8 5 $13 .27 $12.00 $13 .63 $12.50 $13 .56 $14 .50 $10.61 $14 .12 $18.12 $ 8 .43 $11.63 $11.83 $13 .67 $16 .30 $12 .62 $ 9.18 $10.65 $16 .97 $11.83 $11.58 $15 .20 $14.50 $14.98 $13.17 $10 .04 $11.04 $14 .86 $16 .29 $11.07 $10 .92 $11.28 $11.42 $12 .32 $12 .33 $10 .92 $12 .60 $12 .91 $12.03 $14 .93 $11.47 $10 .91 $11.75 $12.08 $14 .00 $13 .57 $10 .09 Class1f1cat1on AC Mechanic AC Mechanic Helper Acoustical Cei l inQ Mechanic Br icklayer /Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician He lper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Co mmon Laborer Sk i lied Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate I Class1f1cat1on $21 .69 Plumber $12 .00 Plumber Helper $15.24 Reinforc inQ Steel Setter $19.12 Roofer $10 .10 Roofer Helper $16 .23 Sh eet Metal Worker $11 .91 Sh eet Metal Worker Helper $13 .49 Sp r inkl er System Insta ll er $13 .12 Sp r inkler System Installer Helper $14 .62 Ste e l Worker Structural $10 .91 Concrete Pump Crane. Clamsheel , Backhoe. Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19 .86 Welder $12.00 Welder Helper $20 .00 $13 .00 $18 .00 $13 .00 $14. 78 $11 .25 $10 .27 $13.18 $16 .10 $14 .83 $8 ·.00 $18 .85 $12 .83 $17 .25 $12.25 Hrly Rate $20 .43 $14.90 $10 .00 $14 .00 $10 .00 $16 .96 $12 .31 $18 .00 $9 .00 $17.43 $20 .50 $17 .76 $12 .63 $10 .50 $14 .91 $16 .06 $9 .75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (t) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. MONTH JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER ANNUALLY WEATHER TABLE AVERAGE DAYS RAINFALL (1) 7 7 7 9 8 6 5 5 7 6 6 7 80 (1) (2) (3) Average normal number of days rainfall, 0.01" or more. Average normal precipitation. One inch (1 ") or more. * Less than one-half inch (1/2"). INCHES RAINFALL (2) 1.80 2.36 2.54 4 .30 4.47 3 .05 1.84 2.26 3 .15 2 .68 2.03 1.82 32 .30 SNOW/ICE PELLETS (3) 1 * * 0 0 0 0 0 0 0 0 * 1 Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32° 50' N , Longitude 97° 03' W , elevation (ground) 537 ft . VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code, provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in ______ (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in _____ (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. 0 Please Check or mark with an "X" BIDDER: The Fain Group, Inc . By: ___ T_h_e_Fa_i_·n_G_ro_u_p_,_rn_c_. _____ Company (please print) Doug McClain (please print) P.O. Box 750 Title: Vice President (please print) City / State _____ F_or_t_w_o_r_th_,_T_ex_a_s _____ Zip 76111 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V .T .C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No . 6507 and City ofFort Worth Project Number GR74/541600/080475231080 C282/541600/808490120480 The Fain Group. Inc. B:~~ I f)Bf:5,ot~, Title 12./~Mo ate STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared hon ~ tra.2.i (" G known to me be the person whose name is subscribed to the foregoing instrument, and acknowledge to me that he executed the same as the act and deed of The Fain Group. Inc. the purpose and consideration therein expressed and in the capacity therein stated . -t,£; GIVEN UNDER MY HAND AND SEAL OF OFFICE this,~day of '"""""...._,""-"'-== the State of Texas TO THE EMPLOYER/CONTRACTOR: Pursuant to Texas Worker's Compensation Commission Rule 110.110(d)(7), a contractor engaged in a building or construction project for a government entity is required to post a notice on each project site informing all persons providing services on the project that they are required to be covered by workers' compensation insurance. The notice required by this rule does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Commission rules. This notice must: ( 1) be posted in English, Spanish and any other language common to the employer's employee population; (2) be displayed on each project site; (3) state how a person may verify current coverage and report failure to provide coverage; ( 4) be printed with a title in at least 30-point bold type and text in at least 19- point normal type; and (5) contain the exact words as prescribed in Rule 110.110(d)(7) without additional words or changes. The notice on the reverse side meets the above requirements. Failure to post the notice as required by this rule is a violation of the Act and commission rules. The violator may be subject to administrative penalties. 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 service 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. COBERTURA REQUERIDA DE COMPENSACION PARA TRABAJADORES La ley requiere que cada persona trabajando en este sitio o proporciona servicios relacionados con este proyecto de construccion tiene que estar cubierto por aseguranza de compensacion para trabajadores. Esto incluye personas que pro9porcionan, cargan, entregan equipo o materiales o proporcionan mano de obrra, transportan, o cualquier servicio relacionado con este proyecto, sin considerar la identidad del patron o estado del empleado. Llame a la Comision Tejana de Compensacion para Trabajadores al 512-440-3789 para recibir inf ormacion de los requerimientos le gales de cobertura, para verificar si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertura. ------------4' ---------------1 r ----+---1~· •1·-CFORT WORTH s~· -....__ __ ----_____ '-f= r / ---------------f--3" 3·-1......___Project Title ~,. I l· 4' ~--Funding -3" 1~· -t====-==---:--Contractor::-:-----====}-1. 2~·-Contractor's Name 2 -1·1· 1~· -Questions on this Project Call: ---;. 1~· -(817) 392 -xxxx -. 1~· -= After Hours Call: (817) 392 -XXXX =.--1 L I r- 2 ~· LA1"TYP. 1"TYP.J FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORN LOGO • PMS 725 • BROWN LETTERING • PMS 288 • BLUE BACKGROUND • WHITE BORDER•BLUE NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" I LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO. 1 - H I DATE: September 7 , 2009 Ms. Lori Gordon, RLA , ASLA Jacobs 777 Main Street Fort Worth , Texas 76102-5304 Re : Geotechnical Investigation Cobb Park Improvements Fort Worth, Texas Mas-Tek Project No . E09-0310 Dear Ms . Gordon : Phn : (817) 735-6153 Fax : (817) 735-6148 MAS-TEK Engineering & Associates, Inc. E-mail : Lori.Gordon@jacobs .com Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your construction materials test ing and related quality control requirements , it is recommended that the work be performed by a qualified firm in order to maintain continuity of inspection and testing services for the project under the direction of the geotechn ical project eng i neer. We thank you for the opportunity to provide you with our geotechnical services . If we can be of further assistance , please do not hesitate to contact the undersigned at (972) 709-7384. Sincerely , MAS-TEK ENGINEERING & ASSOCIATES, INC. itJ ;/ /,,._._ /1 .~· ~ ~. II/ W illi am Cappe1171~ Project Manager AwANcE GEOTECHNICAL GROUP TExAs REGISTERED ENGINEERING FIRM F·1170 Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas , Texas 75247 972 709-7384 TABLE OF CONTENTS COBB PARK IMPROVEMENTS FORT WORTH, TEXAS PAGE 1 . 0 PROJECT IN FOR MA Tl O N-------------------------------------------------------1 2.0 SCOPE OF IN\(ESTIGATION ---· --------------------------------------------1 3.0 FIELD OPERATIONS ------------------------------------------------------------------------1 4. 0 LABORATORY TESTING --------------------------------·---------------------------2 5. 0 SURFACE CONDI Tl ONS ---------------------------------------------------------------2 5. 1 SITE GEOLOGY --------------------------------------------------------------------2 5. 2 SU BS U RF ACE CONDITIONS-----------------------------------·-------------------3 5. 3 GROUNDWATER -------------------------------------------------------------3 6.0 ANALYSIS AND RECOMMENDATIONS------------------------------------------------------3 6. 1 SO I L MO VE MEN TS ---------------------------------------------------------------------3 6.2 DRILLED SHAFT FOUNDATION SYSTEMS -----------------------------------------3 6.2.1 ALLOWABLE BEARING VALUES -STRAIGHT SHAFTS---------------3 6 . 2. 2 GROUP EFFECTS --------------------------------------------------------------4 6.2.3 DRILLED SHAFT SOIL UPLIFT LOADS -------------------------------------5 6.2.4 LATERAL MODULUS OF SUBGRADE REACTION FOR DRILLED SHAFTS--------------. -------------------------------· ----------5 6.2 .5 ALLOWABLE LATERAL PRESSURE ON DRILLED SHAFTS ---------5 6. 2. 6 SEISMIC SITE CLASS --------------------------------------------------------6 6.2.7 CONSTRUCTION CONSIDERATIONS -DRILLED SHAFTS-----------6 6. 3 ABUTMENT BEAMS -------------· ------------------------,..----------------------7 6 . 4 BR I DG E APPROACHES------------------------------------------------------------7 6. 5 CUL VE RT CROSS I NG --------------------------------------------------7 6.6 MONUMENT STRUCTURE------------------------------------------------------7 7.0 FIELD SUPERVISION AND DENSITY TESTING --------------------------------------8 8. 0 CORR OS ION CONS I DE RA Tl ONS --------------------------------""·------------------------8 9.0 PAVEMENT CONSTRUCTION----------------------------------------------------------8 9. 1 SU BG RADE PREPARA Tl ON ---------------------------------------------------9 9.2 PAVEMENT CONSIDERATIONS --------------------------------------------10 9.3 SITE GRADING AND DRA INAGE ----------------· -----------------12 10 .0 INSPECTION AND TESTING ------------------------------·----------------12 11 . 0 LIMIT A Tl ON S ------------------------------------------------------------------------------12 MAS-TEK ENGINEERING & ASSOCIATES E09-0310 TABLE OF CONTENTS (Cont'd) COBB PARK IMPROVEMENTS FORT WORTH, TEXAS FIGURES BO RI NG LOCATION DIAGRAM -----------------------------------------------------------------------1 LOGS OF BORINGS ----------------------------------------------------------FIGURES 2 thru 17 KEY TO LOG TERMS --------------------------------------------------------------------------------------18 SWELL TEST SUMMARY-------------------------------------------------------------------·-----19 LABORATORY TEST SUMMARY-----------------------------------------------------------------20 MAS-TEK ENGINEERING & ASSOCIATES E09-0310 I GEOTECHNICAL INVESTIGATION COBB PARK IMPROVEMENTS FORT WORTH, TEXAS 1.0 PROJECT INFORMATION This project will consist of various park improvements. See Figure 1 for park road alignment. It is our understanding that the proposed construction will include the following , • Entry Structure • New Park Road • Culvert Crossing • Bridge over Sycamore Creek 2.0 SCOPE OF INVESTIGATION This report was prepared in accordance with our Proposal No. POB-1011 E dated October 15 , 2008. The purposes of the study were to: 1) explore the subsurface conditions at the site, 2) characterize the subsurface conditions by testing the physical and engineering properties of the underlying so il and rock strata and by observing groundwater conditions, 3) provide recommendations for the proposed improvements. 3.0 FIELD OPERATIONS Geotechnical borings were drilled at 15 locations as shown on the Boring Location Diagram on Figure 1. The general purpose of the borings is summarized below. a. 2 borings for the proposed bridge over Sycamore Creek (81 -82). b. 2 borings for the box culvert across a tributary to Sycamore Creek (89 -810). c. 1 boring for a monument structure at the Park entrance (815). f . The borings indicated above along with 10 additional borings were drilled along the alignment of a new park road . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 1 The results of the boring program are presented on the Logs of Borings on Figures 2 thru 17 . A key to the descriptive terms and symbols used on the logs is shown on Figure 18 . A truck-mounted drilling rig was used to advance these borings and to obtain samples for laboratory evaluation . Undisturbed specimens of the cohesive soils were obtained using standard, thin-walled, seamless tube samplers. These specimens were extruded in the field , logged, sealed, and packaged in plastic sample bags to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory . The bearing capacity characteristics of the soil and rock strata along the alignment were evaluated by the Texas Department of Transportation Cone Penetration Test. This test consists of measuring the penetration of a 3-inch diameter cone driven with a 170-pound hammer falling 24 inches . The results of these tests are reported on the boring logs . 4.0 LABORATORY TESTING Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to laboratory tests under the supervision of this eng ineer. The in-situ unit weight, moisture content , gradation and plast icity characteristics of selected soil samples were measured . These tests were used to estimate the potent ial volumetric change of the different soil strata and as an indication of the uniformity of the material. Hand penetrometer tests were also performed to provide an indication of the variation of soil strength with depth . Unconfined compression tests were performed on representative samples of the clay overburden soils . All results are presented on the Logs of Borings . Additional testing included pressure swell tests, pH, specific gravity and porosity. These results are shown on Figures 19 and 20 . 5.0 SURFACE CONDITIONS 5.1 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas , the proposed park improvements are underlain by the undivided Pawpaw, Weno Limestone and Denton Clay Formations . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE2 5.2 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring . Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation . Boundaries between the various soil types are approximate. 5.3 GROUNDWATER The borings were advanced with continuous flight auger drilling equipment. This method allows relatively accurate groundwater observations to be made while drilling . Groundwater seepage was not encountered at the time of this investigation (August 2009). The subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions, rainfall and water levels within the existing creeks . It should be anticipated that groundwater seepage will be encountered at shallow depths in some areas after periods of rain (when the creek is flowing). 6.0 ANALYSIS AND RECOMMENDATIONS 6.1 SOIL MOVEMENTS The geotechnical borings revealed the presence of potentially expansive clay soils having a high shrink/swell potential at the project site. Potential Vertical Rise (PVR) calculations were performed using the TxDOT Method 124-E in combination with laboratory swell tests to estimate the magnitude of soil swell that could occur below the proposed park road due to swelling of the supporting expansive soil. Based on existing dry soil conditions and existing grades, the soil swell PVR at the boring locations is generally over 6+ inches . Park road approaches at the bridge, culvert, and monument structures should be designed to accommodate large differential upward pavement movements due to soil swelling. If it is desired to reduce the soil swell PVR in any area, our firm should be contacted for recommendations. 6.2 DRILLED SHAFT FOUNDATION SYSTEMS 6.2.1 ALLOWABLE BEARING VALUES -STRAIGHT SHAFTS It is recommended that straight shaft piers founded in unweathered hard gray limestone be used to support the proposed bridge . Straight shafted drilled piers will develop their load carrying capacity by end bearing and skin friction as recommended below in Table 1. MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 3 TABLE 1. SUMMARY OF ALLOWABLE BEARING VALUES PENETRATION INTO ALLOWABLE BEAR ING (ksf) HARD GRAY UNWEATHERED LIMESTONE (ft.) SKIN FRICTION * END BEARING -8 * 50 • For penetrations into hard gray unweathered limestone in excess of 2 feet or 10, whichever is larger. Note: Precautions should be taken to assure that no specific pier penetration into hard gray limestone is counted on above the bottom of the existing creek bed elevation. The ha rd gray unweathered limestone stratum was generally encountered at depths of 15 to 16 feet below ex isti ng grade at Borings 81 and 82. It should be anticipated that tan weathered layers will be encountered with in the gray limestone stratum near the existing creek banks. All drilled shafts should have a minimum penetration length into the hard gray unweathered limestone of 5 feet or 20 (two pier diamete rs), whichever is larger. Skin friction and uplift resistance may be considered after a penetration of 2 feet or 1 O into the cont inuous hard gray unweathered limestone stratum. It should be verified during pier installations that the specified design penetration is into cont inuous hard gray unweat hered limestone conta ining no significant tan weathered limestone layer. If a tan weathered limestone layer is encountered within the gray limestone, the piers shou ld be deepened and design penetrations should be started again. Design penetrations must be achieved into continuous hard gray unweathered limestone . The foundat ions should be subj ect to sett lements of less than one-quarter inch . 6.2.2 GROUP EFFECTS In order to develop full load carrying capacity , adjacent shafts should have a min imum clear spacing of 20 (2 times the diameter of the larger shaft). Closer spacing will requ ire some reductions in skin frict ion . For pie rs touch ing , a 50% reduction in sk in friction sho uld be used . Where the clear spacing is 20, no reduction is necessary . For a spacing between 0 and 20, a stra ight-line interpolation should be used. MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE4 6.2.3 DRILLED SHAFT SOIL UPLIFT LOADS Our studies indicate that straight shaft piers that penetrate the gray limestone to the minimum depths indicated above should have adequate anchorage to resist potential uplift forces caused by soil swelling . Uplift loads will be induced on the shafts by soil heave in the overlying clays . The magnitude of these loads varies with the shaft diameter, free water sources, soil parameters, the depth of the clays acting on the shaft, and particularly the in-situ moisture levels at the time of construction. These pressures can be approximated at this site by assuming a uniform uplift pressure of 2,500 pounds per square foot acting on the shaft perimeter for a shaft length of 12 feet. Based on our studies, the straight-drilled shafts founded in the bearing stratum at the recommended penetration depth will provide sufficient resistance against the uplift induced by the overlying soils . The shafts should have sufficient continuous vertical reinforcing steel extending to the base of the shafts to resist the computed uplift loads. 6.2.4 LATERAL MODULUS OF SUBGRADE REACTION FOR DRILLED SHAFTS For evaluating shaft deflections, the following lateral modulus of subgrade reaction values are recommended below the zones to be neglected for passive resistance as indicated below. Note: For piers installed near existing slopes, passive resistance should not be counted on above an imaginary line extending upward along a 3 (H):1(V) slope beginning at the bottom of the creek bed. Overburden Soil 200 kcf below the zones to be neglected for passive resistance indicated above. Hard Gray Unweathered Limestone 4500 kcf 6.2.5 ALLOWABLE LATERAL PRESSURE ON DRILLED SHAFTS The drilled shafts may be designed for the following allowable lateral resistance values below the zones to be neglected for passive resistance as indicated above. Overburden Soil MAS-TEK ENGINEERING & ASSOCIATES 200 psf per foot of depth increasing linearly below the zones to be neglected for passive resistance indicated above . Maximum allowable passive resistance should be limited to 3,000 psf above the limestone. E09-0310 PAGE 5 Hard Gray Unweathered Limestone 6.2.6 SEISMIC SITE CLASS 1,500 psf per foot of depth increasing linearly beginning 2 feet be low the surface of the hard gray unweathered limestone. Maximum allowable passive resistance shou ld be limited to 20,000 psf in the hard gray unweathered limestone . The seismic site class for the proposed interchange is Class C. 6.2.7 CONSTRUCTION CONSIDERATIONS -DRILLED SHAFTS Groundwater will be encountered during installation of the shafts in some areas , especially if construction proceeds during wet periods of the year. Rapid placement of steel and concrete should generally permit pier installations to proceed without the need for casing . However, seepage rates that result in excessive water infiltration or if caving soils are encountered , the use of temporary cas ing will be required for installation of these shafts. If required , temporary casing should be seated in the unweathered limestone and/or shale and properly sealed below the seepage zone to prevent excessive seepage into the drilled shaft excavation. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction . If casing is requ ired , specified pier penetrat ions should be measured from the bottom of the casing . Design pier penetrations should not be counted on within the cased length of any pier. Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and be placed in a manner to avoid striking the reinforc ing steel and walls of the shaft during placement. Complete installation of indiv idual shafts should be accomplished within an 8- hour period in order to prevent deterioration of bearing surfaces. The drilling of ind ividual shafts should be excavated in a continuous operation and concrete placed as soon as practical after complet ion of the drilling . No shaft should be left open for more than 8 hours. We recommend that a qualified engineer be reta ined to observe and document the drilled pier construction . The engineer, or his representative, should document the shaft diameter, depth , pier penetrat ions , cleanliness, plumbness of the shaft , the type of bearing material and casing installations , if required at some locations . Sign ifi cant deviations from the specified or anticipated conditions should be reported to the owner's representat ive and to the structural engineer. The drilled pier excavation should be observed after the bottom of the hole is cleaned of any mud or extraneous material , and dewatered , if necessary . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 6 6.3 ABUTMENT BEAMS All pier supported abutment beams should be supported by the drilled pier shafts. A minimum void space of eight (8) inches should be provided between the bottom of these members and the subgrade. This void will serve to reduce distress resulting from swell pressures generated by the clays. Structural cardboard forms in combination with permanent retainer forms are an acceptable means of providing this void beneath cast-in- place beams. Care must be exercised during concrete placement to avoid collapsing the cardboard void boxes. The void cartons should not be allowed to become wet or crushed prior to concrete placement. 6.4 BRIDGE APPROACHES As indicated in Section 6 .1, the potential exists for large differential upward ground movements at this site due to soil swelling . Potential upward soil movements should be considered during the design of bridge approach slabs at this site . 6.5 CULVERT CROSSING A culvert is planned across a creek tributary between Borings 8-9 and B-10 . The culvert will be placed about 1 O' below existing grade. The culvert should be founded in dense clayey gravel, hard shaley clay or very hard fractured rock. Dewatering of these strata should be anticipated if construction occurs after periods of rain. 6.6 MONUMENT STRUCTURE A monument structure is proposed at the south entrance of the Park (at B-15). The monument structure should be supported by straight shaft piers founded in moderately hard dark gray unweathered shale encountered at 815 at a depth of 23 feet. The piers should be designed per Section 6.2.1 thru 6.2.7 and Section 8.0 with the following exceptions. Pier penetrations should be achieved in continuous moderately hard to hard dark gray unweathered shale encountered at B-15 at 23 feet. Settlements should be less than one- half inch . Allowable End Bearing: MAS-TEK ENGINEERING & ASSOCIATES 25,000 psf E09-0310 PAGE 7 Allowable Sk in Friction: Minimum Penetration int o Unweathered Sha le: 4,000 psf for penetration into unweathered sha le in excess of 2 feet. 8 feet minimum (for anchorage in resisting soil swell uplift). See Sect ion 6 .2.3. A minimum 10 inch void space with pe rmanent retainer forms should be placed below all grade beams, pier caps and monument slabs. 7 .0 FIELD SUPERVISION AND DENS ITY TESTING Field density and moisture content determ in ations should be made on each lift of fill placed. A minimum of 1 test per lift per 2,500 s.f. of embankment and 1 test per lift per 100 linea r feet of utility trench and/or culvert backfill should be performed . A ll pier insta ll at ion should be inspected . Supervis ion by the field technician and the project engineer is required . Some adjustments in the test frequencies may be required based upon the general fill types and soil condit ions at the time of fill placement. 8.0 CORROS ION CONSIDERATIONS Su lfate resistant concrete mix designs utilizing fly ash are recommended for be low-grade pier concrete. The mix design should include the type and amount of cement and the type and amount of fly ash proposed . A locally available fly ash/cement mix des ign utilizing Type II cement and 25% Type F fly ash or an app roved equal is recommended for below grade concrete due to its res istance to sulfate attack. 9.0 PAVEMENT CONSTRUCTION A new park road is planned between the new bridge at the north end of the park (B-1) and the monument at the south end of the park (B-15). It is understood that the proposed roadway section will in clude 5 inches of HMAC over 6 in ches of crushed stone flex base over a 8 inch lime stabilized subgrade . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGES 9.1 SUBGRADE PREPARATION Surficial clays present at this site are active and are subject to losses in shear strength with the increases in moisture content which normally occur beneath area paving. They typically react with hydrated lime which serves to improve their support value at higher moisture levels and provides a firm , uniform subgrade beneath the paving . Based upon the results of Atterberg limits testing, 6 to 8 percent hydrated lime by dry weight (27 to 36 pounds per square yard per 6-inch depth) should be anticipated to stabilize the existing clay subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed at final grade . We recommend that lime / Atterberg limits and sulfates tests be performed once final pavement subgrade has been achieved in order to determine the optimum amount of hydrated lime required to stabilize the subgrade and to verify sulfates levels are below 2000 ppm . The lime should be thoroughly mixed and blended with the highly active subgrade soil (TxDOT Item 260) and the mixture compacted to a minimum of 98 percent of maximum dry density as determined in accordance with ASTM D698, within 2 percentage points of the soil's optimum moisture content. We recommend that this lime stabilization extend 1 to 2 feet beyond pavement edges , if possible, in order to reduce the effects of shrinkage during extended dry periods . After blue top stakes are set in preparation for grading the lime stabilized subgrade, depth checks should be performed to verify that the specified depth of stabilization is present after final grading of the stabilized subgrade . Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils . It should be specified that only lime-stabilized soil (or compacted rock fines where limestone is present at final pavement subgrade) will be allowed for fine grading . After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non- yielding subgrade . Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage points above the soil's optimum moisture content until MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 9 final mixing and compaction. We recommend a 2 to 3 day curing period for these soils . The following gradation requirements are recommended for the stabilized materials prior to final compaction: Minimum Passing 1 3/4 " Sieve Minimum Passing No. 4 Sieve Percent 100 60 All non-slaking aggregates retained on the No . 4 sieve should be removed prior to testing. The prepared subgrade should be protected and mo ist cured or sea led with a bituminous material for a minimum of 7 days or until the pavement materials are placed . Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas . Due to the presence of expansive clay soi ls, some pavement movements should be anticipated. Inspection during construction is particularly important to insure proper construction procedures are followed. Where aspha ltic concrete pavement is used , a geotextile separator should be placed on the lime-stabil ized subgrade at the contact between the flex base and the lime-stabilized subgrade . The geotextile shall be as spec ified in the "Special Technical Specifications " in Appendix C of the City of Fort Worth 's 2005 Pavement Design Standards Manual. We recommend that the perimeter of the pavements have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavements and to provide channelized drainage . All asphaltic concrete construction should comply with requirements of TxDOT, Item 340 (1993 Edition). The flex base should meet requirements of TxDOT Item 247 , Type A , Grade 1, compacted in 4 to 6 inch lifts at or above optimum moisture content to a minimum of 95% Modified Proctor density (ASTM 01557). 9.2 PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in areas where the subgrade will support new pavements . It is also recommended that an item be MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 10 included for removal and replacement of soft materials, which are identified by this procedure. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas . Where soft or compressible zones are encountered , these areas should be removed to a firm subgrade . Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted . Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D698 . Clay soils having a Pl over 25 should be compacted at optimum to +3% above optimum. Sandy soils having a Pl less than 25 should be compacted at -2 to +2 percentage points of its optimum moisture content. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the ma intenance of field moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are highly expansive and differential heave within the paving areas will occur. In most areas, relatively deep expansive clay soils are present. Large upward pavement movements due to soil swelling are anticipated. Large differential upward pavement movement could also occur in any areas where the pavement is widened . If it is desired to reduce differential upward soils swell movements, excavation and moisture conditioning in lifts would be required . The extent of excavation would depend upon the desired tolerance for movement. The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving . The life of the pavement can be increased with proper drainage . Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water behind the curb, should not be permitted . Flat pavement grades should be avoided . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 11 9.3 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed pavements and should prevent water from collecting or discharging near the pavements. Wate r must not be permitted to pond adjacent to the runway pavements during or after construction . Otherwise , soil swell movements could exceed the estimates contained in th is report. The pavements will be subj ect to some post construction movement. Joints in the pavements should be sealed to prevent the in fi ltration of water . Since some post construction movement of pavement may occur, joints should be periodically inspected and resealed where necessary . 10.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided . It is recommended that all pier drill ing , proofroll ing , site and subgrade preparation , subgrade stabilization and pavement construction be monitored by a qualified engineering technician . Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. 11.0 LIMITATIONS The professional services which have been performed, the findings obtained , and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices . The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes . The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalit ies , while considering the nature of loading , size, and cost of the project. If there are any unusual cond it ions differing significantly from those described herein , a qualified engineer should be notified to review the effects on the performance of the recommended foundat ion system . The recommendations given in this report were prepared exclusively for the use of the Client and the ir consultants . The information supplied herein is applicable on ly for the design of the prev ious ly described deve lopment to be constructed at locations ind icated at this site and should not be used fo r any other structures , locat ions, or for any other purpose . MAS-TEK ENGINEERING & ASSOCIATES E09-0310 PAGE 12 FIGURES MAS-TEK ENGINEERING & ASSOCIATES E09-0310 ~.....J-) I('' "-TU< ............... & Aa•ocl.._e, Inc. Project No: E09-0310 PLAN OF BORINGS COBB PARK -FORT WORTH FIGURE NO: 1 LOG OF BORING B-1 Project: Cobb Park -Ft. Worth, Texas Date: 08/04/2009 Elev.: 536± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: ELEVATION/ DE PTH reei SOIL SYMBOLS SAMPLER SYMBOLS & FIEL D TEST DATA DESCRIPTION was: Dry was: 0 Brown silty CLAY w/ limestone fragments , jointed 5 17/fl' Light brown clayey GRAVE L w/ limestone fragmen t s , ·10 525 1~ 520 515 s,o 500 27/6" 371ft' 10/6" 12/6 .. 14/6" 50/0" 60/0" 50/0.5" 50/0.25" 5010.S" 50/0,12" 50/0.5" S010:2s• limestone cobble & clay seams Brown silty CLAY w/ hard li mestone seams , jointed Very hard tan weathered LIMESTONE , fractured Very hard gray LIMESTONE Boring terminated at 30' Notes: Completion Depth: 30' MTE, INC. MC .,. 9 13 10 6 Project No.: E09-0310 LL Pl Pl -200 DD P.PEN UNCON Stcaln % % % pct lsf ksf % 3-6, 4.5 48 18 30 4.5++ 4 5++ 4,5++ 4.5++ --- 44 17 27 39 -------- ----- -------- FIGURE:2 LOG OF BORING B-2 Project: Cobb Park -Ft. Worth, Texas Date: 08/04/2009 Elev.: 553± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVATION/ DEPTH (leer 0 550 5 545 10 540 535 20. 25 S25 30 520 35 SOIL SYMBOLS SAMP LER SYMBOLS & FIELD TEST DATA 2s15• 3916" 30/6" 50/0.S" 50/0.12'" S0/0.12" SOfO• 5010.5" 50/0.25'" 50/0,2 5'" 5010 25" DESCRIPTION Brown silty CLAY w/ limestone fragments , jointed Light brown clayey GRAVEL w/ limestone fragments , limestone cobble & clay seams Brown silty CLAY w/ hard limestone seams , jointed Very hard gray LIMESTONE Boring terminated at 31' Notes: Completion Depth: 31' MTE, INC. MC % 22 13 f2 12 G Project No.: E09-0310 LL PL Pl -200 DD P.PEN UNCON Stra fn % % % pc$ ts! ks( % 4.5++ 4 .5++ 93 103 4_5++ 4.5++ 46 17 29 116 4.5++ 4.5++ --- 4.5++ FIGURE: 3 ---·-· J -LOG OF BORING B-3 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 u Date: 08/04/2009 Elev.: 561± Location: See Figure 1 Depth to water at completion of boring: Dry u Depth to water when checked: End of day was: Dry Depth to caving when checked: was: ELEVATION/ I SO IL SYMBOLS MC LL PL Pl -200 DD P.PEN UNCON Strel n DEPTH SAMPLER SYMBOLS DESCRIPTION (feetl & FIELD TEST DATA % % % % pcf tsf ksf % 19 's2 ~8 '34 ~----,_ __ ,_ __ 0 ~ Brown CLAY w/ trace calcareous nodules -3.2 - 560 -15 4.5+ u ~ -... ---,..._ ~----,.... __ '---e--- Brown CLAY w/ trace calcareous nodu les & limestone 4.5++ ~ fragments , jointed 13 4.5++ 4.5++ I..J 5 ~ 4.5++ 555 ~. 16 50 18 32 4.5++ I.J ~. ,. 4.5+ 10 I..J 550 Boring terminated at 10' IJ 15 IJ 545 -20 ;,. 540 -'W u 25 535 u 1-30 IL.I 530 u 35 L 525 I L Notes : Completion Depth: 10' FIGURE: 4 -MTE, INC. u LOG OF BORING B-4 Project: Cobb Park -Ft. Worth, Texas Date: 08/04/2009 Elev.: 562± Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: ELEVATION/ I DEPTH lfeell SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DAT A Dark brown CLAY Location: See Figure 1 DESCRIPTION was: Dry was: Project No.: E09-0310 MC LL PL Pl -200 DD P PEN UNCON Strai n % % % % per tsr ks r % 2s s:22240,.._ -----n ------- 4,5H 560--!----------------------~ -I"'------1-----.---·_-.---f------_._ --'11 8 1 104 4,5++ 555 ~10 550- ~15 545 20 540 - 25 535- 30 530 - 35 525 - . ' ' ' ', ' ' , 17/6'" ' ' ) 24/6" , 28/6" ' Brown silty CLAY w/ calcareous nodules & limestone fragments , jointed -numerous gravel & large limestone cobble at 4' to 6 .5' Boring terminated at 10' Notes: Completion Depth: 10' MTE, INC . 4.5++ 4.5++ 13 48 17 31 4.5++ 4.5++ FIGURE: 5 LI LOG OF BORING 8-5 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 u Date: 08/04/2009 Elev.: 564± Location: See Figure 1 Depth to water at completion of boring: Dry LI Depth to water when checked: End of day was: Dry Depth to caving when checked: was: L ELEVATION/ I SOIL SYMBO LS MC LL PL -200 DD P PEN UNCON Strain DEPTH SAMP LER SYI\II BOLS DESCRIPTION Pl /feel\ & FIEL D TES T DATA % % % % pcf tsf ksf % -17 .---,--t---,__ .._ __ .__ ----~--0 t\.""'" Brown CLAY w/ sand & calcareous nodules (FILL) 2.9 L 2r --,__ ~-i-- ... __ JL ---l--·--~ Dark brown CLAY w/ limestone nodules, jointed 3.6 ~ 4,5+ 17 58 20 38 117 4.5++ u 560 -~ 4,5++ 1--5 ~ --1--I--I-• .--,_ __ ,_ __ ------Brown CLAY w/ limestone fragments , jointed 4.5++ Li ~. 13 49 17 32 120 4.5++ 555-~. 4,5+ L ~,o Boring terminated at 1 O' LI 550- 'U ~ 15 L 545 - .._ 20 L 540 -L ,1--25 L 535 L 30 I u 530 - L 35 L Notes: Completion Depth: 10' FIGURE: 6 ... MTE, INC . ~ LOG OF BORING B-6 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 Date: 08/04/2009 Elev.: 573± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVATION/ I OEPTH !l~l -0 $70 10 560 1-15 555 · 550 '-2S 545 - &40 - , .-35 SOIL SYMBOLS SAMPLER SYMBO LS & FIELO TEST DATA DESCRIPTION MC LI. PL Pl ·200 DO P .PEN UN CON Slt8in %%'ii. % pef IJ.f ksf % +-----------------------1-17~9~5~41-----'-24 --k--_._ --Brown silty CLAY w/ reddish brown sand & limestone ( \ 3.0 ,-...:.fr:..:a::..1q'""m;..:.e.::;.;n:.;.t;:.;:s'--____ _,_F;...l;.=L;.=L"-1 _________ ......,-_ ,_ _ ,_ _,_ _,_ _ __ J :L ,_ ____ _ Dark brown silty CLAY w/ limestone fragments, jointed 13 ao ,10 ::;!: 4,5H 13 4 .5++ 13 s2 19 33 -1-----------------------11---1--1---1---1--+---+--1 Boring terminated at 10' Notes: Completion Depth: 10' FIGURE: 7 MTE, INC. LOG OF BORING 8-7 Project: Cobb Park -Ft. Worth, Texas Date: 08/04/2009 Elev .: 518± Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: ELEVATION/ I O.EP'rH lleell SOIL SYMBOLS SAMPLER SYMBOLS !i F:IELD TEST DATA Location: See Figure 1 DESCRIPTION was: Dry was: Dark brown CLAY w/ calcareous nodules u Project No.: E09-0310 J j MC U.. PL Pl -200 op P.PEN UNCQN Strain u %%% % pet ts( !<sf% 22-51J8'a3 --~---iQ ____ ,_ __ IJ 20 4;0 ~\-~ ~ \ -1------------~---------1C-ct:f ,-~.--1--i---'---'-4.S++---_.._ _ - Brown silty CLAY w/ calcareous nodules, limestone 575 - 10 '-15 555 25 '550 54$· 35 ~ ~\ 12/6" I~ 26/6" ,.:. 50/6" • 1216" '" ,,..._ _, .. 22/6" 26/6" 1816" I\.'-2916" ~ ',,_ 24/6" fragments & limestone cobble , jointed 12 47 17 30 +----------------------1·-·-..... _.__ --~ _1.._:_,.,.,_i.------·-1---.....; Brown clayey GRAVEL w/ limestone fragments, limestone cobble & clay seams 10 Boring terminated at 10' Notes : Completion Depth: 10' FIGURE: 8 MTE; INC . iJ IJ u u u u u u u L Ll u u t LOG OF BORING 8-8 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-031 O Date: 08/04/2009 Elev.: 573± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVATION/ I DEPTH (feet) -0 570 5 565 10 560 15 555 20 l 550 25 545 30 540 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD T EST DATA DESCRIPTION MC LL PL Pl -200 DD P PEN UNCON Strain %%% % pcf lsf k sf % -·t-----------------------1----f--i---..,......, -r---._ -...... .._ --i-.. - - Brown silty CLAY w/ limestone fragments & calcareous 8 3·5 ___ nodules , jointed (FILL) ,....,_ ___ ,.... ______ ,_ __ ,_4.1• ______ _ Brown CLAY w/ calcareous nodules & limestone cobble, 11 5s 1s 39 as 113 4.5+ jointed 4.5+ 15 4,25 4.5+ 4.5+ ----------------------- - -~ -i--..... --r"""-- -- - - - -----Brown clayey GRAVEL w/ limestone fragments & limestone cobble -1------------------------i-;-----1----------11 Bor ing terminated at 1 O' Notes: Completion Depth: 10' FIGURE: 9 MTE, INC. LOG OF BORING B-9 Project: Cobb Park -Ft. Worth, Texas Date: 08/04/2009 Elev.: 566± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVATION/ DEPTH feet 0 565 5 560 10 555 15 550 20 545 25 540 30 535 530 f 35 SOI L SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 1116" 2916·· 24i6· 50/4" DESCRIPTION Brown CLAY w/ limestone pieces Light brown silty CLAY w/ limestone fragments, jointed Light brown clayey GRAVEL w/ limestone fragments, limestone cobble, clay seams & hard limestone seams Brown shaley CLAY w/ gray shale seams, jointed Gray shaley CLAY w/ tan clay seams, jointed Boring terminated at 20' Notes: Completion Depth: 20' MTE, INC. Project No.: E09-0310 MC LL PL Pl -200 DD P.PEN UNCON Slrain % % % % pcf tsf ksf % 14 11 45 16 29 15 22 57 20 37 ---ij 110--4.3 4.5++ 4.5++ 4.5++ 4.5++ 108 4.5++ 4.5++ LOG OF BORING 8-10 Project: Cobb Park -Ft. Worth, Texas Date: 07/28/2009 Elev.: 581± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVAT ION/ I DEPTH <fool! '"o 560 - SOIL SYMBOLS SAMPLER SYMBOLS &" FIElO TEST DA TA ' ~ ~ , ' IV 291ft' ~ '" 50/5" ' ', ' ' 1916" DESCRIPTION Brown silty CLAY w/ limestone pieces & limestone cobble , jointed -clayey gravel w/ limestone fragments & limestone cobble at 1' to 4 ' Project No.: E09-031 O MC LL PL Pl ,200 00 P,PEN VNCON Stta,n %%'% % pcl lsf ksf % 10 4,5+ 575 ' ', ~1416" ' ' 50/6• -,1-----------------------l-- ------------...... -f----f--- 570 565 560 550 10 -15 20 25 3S U SOI0.25" !)5010'' Brown shaley CLAY w/ shale seams , jointed 14 52 ,1 35 11 6 45++ -1-----------------------1 --i,-.-------------1---f---Very hard tan weathered LIMESTONE w/ very hard gray 4•5 ... limestone seams, fractured -t"""---------------------1----------------i---_ ....... - -Gray shaley CLAY w/ shale seams, jointed 4.5++ Boring terminated at 20' Notes: Completion Depth : 20' FIGURE: 11 MTE, INC. LOG OF BORING 8-11 Project: Cobb Park -Ft. Worth, Texas Date: 07/28/2009 Elev.: 562± Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: ELEVATION/ I DEPTH (feell SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA Location: See Figure 1 DESCRIPTION was: Dry was: 0 ~ ~ \' ' ' '~ ~ ~ Brown silty CLAY w/ limestone fragments & limestone cobble, jointed 560 . -5 '~ ~ ' '~ ~ ' 17/6" ~ iV 1816" ~ ~ IA 1st6" ~ '-~ ~ ~ I - Project No.: E09-0310 IJ lJ MC LL PL Pl ·200 DO P.PEN UNCON Stra)n U %%% % pct tsf ksf % 10 11 45++ 80 110 4.5++ 4,5++ LJ 555 --1-----------------------1-_..._ ____ -.----i.---.,._. --~ ----........ Brown clayey GRAVEL w/ limestone fragments & limestone cobble ~ 10 Boring terminated at 10' 550 - -15 545 ~ 20 540 - 25 535 ~30 530 35 525 Notes: Completion Depth: 10' FIGURE: 12 MTE, INC. L IL IL L L L u L LOG OF BORING B-12 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 Date: 07/00/2009 Elev.: 568± Location: See Figure 1 Depth to water at completion of boring: Ory Depth to water when checked: End of day was: Ory Depth to caving when checked: was: ELEVATION/ I SOI L SY MBO LS MC LL PL Pl -200 DD P.PEN UNCON Strain DEPTH SAMP LER SYMBO LS DESCRIPTION (feel) & FIELD TES T DATA % % % % pc( Lsf ksf % 16 60 "ii"' ,.... --------,---------0 '~ I'\ Dark brown silty CLAY w/ limestone fragments, jointed 39 4.5++ ' '~ r,..~ 4.5++ '~' ~, 4,5+t 565 \' ~ ' 4,5+t '~' ~, 18 113 4,5+t ' 5 '~ r-.., -brown silty CLAY at 5' 4,5++ ' '~ ~, ' ' ~ ' --I-----------------'54 ---, I Brown silty CLAY w/ calcareous nodules , jointed 14 19 35 4,5++ ' 560 '~ ~, -limestone fragments at 8' to 1 O' ' '~ >1 4.5++ ' ' ~ 10 Boring terminated at 1 O' 555 ~15 550 - 20 1, 545 - -25 540 ... 30 535 - 35 Notes: Completion Depth: 1 O' FIGURE: 13 MTE, INC . I LOG OF BORING 8-13 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 u Date: 07/00/2009 Elev.: 572± Location: See Figure 1 Depth to water at completion of boring: Dry u Depth to water when checked: End of day was: Dry Depth to caving when checked: was: ELEVATION/ I SOIL SYMBOLS MC LL PL ·200 00 P.PEN UNCON Slraln 1..1 DEPTH SAMPLER SYMBOLS DESCRIPTION Pl lfeell & FIELD TEST DATA % % % % pd Is( ksf ~ -16 ,_ISO 20 '46 ,__ ---4]°"H-1------0 ~ Dark brown sil ty CLAY w/ limestone fragments & fine ' '~ ' gravel , jointed 4.SH 1...i '. 570 ', ~ 14 9G ~ 4.54'+ \ ,,' ' 4.5H u ', \ ', !'I 14 4 ,$H: ·'-5 ', ' -brown silty CLAY w/ calcareous nodules at 5' 4«5H ' ~ L ' ' ' 565 ~ --~----,__ -i---13 ,_56 3'7 i--_ - -'< I Brown silty CLAY w/ calcareous nodules & limestone 19 ·4.5++ ', fragments , jointed '~ ', ~ ,, , I 4.51-+ ' 10 Boring terminated at 1 O' 560 • u ,s .Li 555 u 20 ( u i,50 u 2!, $45 · u L 30 540 • u -35 Ll 535 · L Notes : Completion Depth: 1 O' FIGURE: 14 MTE, INC. LOG OF BORING B-14 Project: Cobb Park • Ft. Worth, Texas Project No.: E09-0310 Date : 07/16/2009 Elev.: 578± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day was: Dry Depth to caving when checked: was: ELEVATION/ I SOIL SYMBOLS MC LL PL ·200 DD P.PEN UNCON Strai n DE PTH SAMPLER SYMBOLS DESCRIPTION Pl lfeetl & FIELD TEST DATA % % % % pcf 1st ksf % ·~o _,__ ----,--------------• Dark brown gravelly silty CLAY w/ roots , g rave l & ~~t• 18/6" ,,~· ~ 16/6. limestone pieces, jointed (FILL) ~~ 21 /6" -f---->--,__ ---._. __ ~-----'~ Dark brown s il ty CLAY w/ li mestone fragments & 4.5++ 57 5-~ ' limestone cobble , jointed 12 53 17 36 4,5 ++ '~ ~ ~ \ 4.5++ ~ 5 ' '~ ' 15/6" 4.5++ ~, ' ~ 18/6" -clayey gravel w/ limestone cobble below 5 .5' 5016· ' - I -11 ------,------4.5++ ------' ~, Brown silty CLAY w/ limestone fragments , j o inted 570 -', ~ ' \ I 4.5++ ' ' 10 Boring term inated at 1 O' 565 - 15 560 - >-20 555 - --25 550 - 30 545 35 l Notes: Completion Depth: 10' FIGURE: 15 MTE, INC . .. I -LOG OF BORING B-15 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 Date: 07/00/2009 Elev.: 581± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day was: Dry Depth to caving when checked: was: ELEVATION/ I SOIL SYMBOLS MC LL Pl .:zoo DD P,PEN tJNCON OEl'l)t SAMPLER SYMBOLS DESCRIPTION Pl Slfaln tfeell & FIELD TEST DATA % % % % pcf ISi kst " ----,__ ,__ --------~--'---0 '~ I Brown s ilt¥ CLAY w/ limestone fragments, jointed (FILL) 4 ._S+<t 580 -I ---,------>----------'---J ' h Light brown silty CLAY w/ limestone fragments , jointed 4.5 .. ~ : <: 1216" (FILL) • X 1216" 14/6" ~ -: : ': 6 42 15 27 l..i .... 5 012/6" 8/6" -brown silty CLAY w/ calcareous nodules at 5' 575 ~ ~ 10/6" ~ ..I h 1216" ~ ~ 'h IX 21,5· -limestone cobble & limestone fragments below 7 .5' ~ ' · 11/6" ~ " 50/1" 50/0.5" Refusal on concrete at 9' i-- '"10 , .... 570 · u '-15 IL 565 L ... 20 56(1-~ u 25 55S -u u 30 550 L -lS LI 5(5 u Notes: Refusal on concrete at 9' FIGURE: 16 MTE, INC. u LOG OF BORING B-158 Project: Cobb Park -Ft. Worth, Texas Project No.: E09-0310 Date: 07/28/2009 Elev.: 581± Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day Depth to caving when checked: was: Dry was: ELEVATION/ I DEPTH lfeen 5ao l 0 575- >-10 570 - >-15 >-20 550- .... 25 555 - >-30 550 - .... 35 545- SO IL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA ',~' ' ' ' ' ' ' ' ' ~ ' '~ ~ ' '~ ' ' . ' ' ' ~~ . 3216" X 50/6" ~ ~~~1 216" ~" 12/6" I'.." 516" ~ ~. ~ ~ >---~~t~ :t:-:=:-::. '"= ~ 50/1,5'' 50/0,75" DESCRIPTION MC LL PL Pl ·200 DD P.PEN UN CON Strain %%% % pcf Isl ks f % -i----------------------1--..... -----f-----------...._. --Light brown silty CLAY w/ limestone fragments, jointed -1-----------------------1--------t-----------i---Light brown clayey GRAVEL w/ limestone fragments & limestone cobble 5 35 14 21 -1-----------------------1-----..... --r,---------t------- Brownish gray CLAY w/ limestone nodules , limestone fragments & limestone cobble ----------------------1-----------·-------i-----1----Brown shaley CLAY w/ gray shale seams, jointed 23 61 21 40 104 325 7.1 5.3 ----------------------1-· -i.------------ -__ ..__ -r---Gray shaley CLAY w/ brown shale seams, jointed +----------------------!----,.._ -----._ ___ -----r--..... Moderately hard to hard gray SHALE Boring terminated at 25' Notes: Boring terminated at 25' FIGURE: 17 MTE , INC. KEY TO LOG TERMS & SYMBOLS S}'l[lbol Description Strata symbols CLAY, silty Clayey Gravel LIMESTONE, weathered Limestone CLAY CLAY, shaley Gravelly Silty Clay SHALE Soil Samplers I Notes: Thin Wall Shelby Tube Symbol Description I] Standard Penetration Test Auger THD Cone Penetration Test 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples boring logs. Abbreviations used are: DD= natural dry density (pcf) MC= natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) 4. Rock Cores recovered are reported on the LL= liquid limit (%) PL= plastic limit (%) PI= plasticity index -200 = percent passing #200 REC= (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. MTE , INC. SWELL TEST RESULTS - BORING DEPTH DRY IN-SITU FINAL LOAD % NO. (FEET) DENSITY MOISTURE MOISTURE (psf) VERTICAL (pct) CONTENT CONTENT SWELL 8-2 4-5 115 .6 12.1 19.9 563 6 .9 8-5 3-4 117.1 17.1 20.7 438 4.5 7-8 119.8 13.1 17.2 938 4 .2 8-9 14-15 108 .2 22.4 23.9 800 2.2 8-10 7-8 116.3 14.0 22.3 300 8.5 8-12 4-5 113.4 18.3 24.8 563 9 .2 PROCEDURE: 1. Sample placed in confining ring, des ign load (including overb urden) applied , free water with surfactant made available, and samp le all owed to swell comp letely. 2. Load removed and final moisture content determined. MAS-TEK Engineering & Associates, Inc. S WELL TEST RESULTS COBB PARK F ORT WORTH. TEXAS MAS-TEK ENGINEERING & ASSOCIATES EOS-031 0 I DATE: 08/21/2009 I FIGU RE : 19 LABORATORY TEST SUMMARY BORING DEPTH SPECIFIC DRY UNIT -200 SIEVE NO. (ft.) pH GRAVITY POROSITY WEIGHT (%) (pcf) 8-2 0-1 7.9 2-3 2.704 41% 103 93 8-4 0-1 7.5 2-3 2.694 38% 104 81 B-6 0-1 7 .5 2-3 2.686 34% 110 90 B-8 0-1 7.7 2-3 2.711 33% 113 88 B-10 0-1 7.7 8-11 0-1 7.5 2-3 2.681 34% 110 80 B-13 0-1 7 .8 2-3 2.699 45% 92 96 PROCEDURE: 1. Sample placed in confining ring , design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. ~¥ LABORATORY TEST SUMMARY COBB PARK FORT WORTH. TEXAS MAs-T•K Engineering MAS-TEK ENGINEERING & ASSOCIATES & Associates, Inc. I I FIGURE: 20 E09·0310 DATE: 09/04/2009 Flood Study for Sycamore Creek at Cobb Park WUXU2700.FL001 Flood Study for Sycamore Creek at Cobb Park April 2010 Prepared for: City of Fort Worth Parks & Community Services 1000 Throckmorton St. Fort Worth, TX 76102 Capital Project # 01204 Project N u mber: GR 7 4/541600/0804 7 523100 C282/541600/808490120480 City of Fort Worth, Tarrant County, Texas PRELIMINARY FOR REVIEW ONLY -THESE DOCUMENTS ARE FOR DESIGN REVIEW AND NOT INTENDED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. THEY ARE PREPARED BY OR UNDER THE SUPERVISION OF : JACOB S ENGINEERING GR OUP FIRM #2966 ENGINEER: TIM WHITEFIELD, P .E. TEXAS LICENSE NO : I 03 829 DA TE: March 2, 20 I 0 777 Main Street Fort Worth, Texas 817.735.6000 ©COPYRIGHT 2010 TABLE OF CONTENTS I. INTRODUCTION ..................................................................................................................... 1 11. HYDROLOGY ......................................................................................................................... 1 Ill. HYDRAULIC ANALYSIS ........................................................................................................ 1 A. Current Effective and Corrected Effective .................................................................... 1 B. Existing Conditions ........................................................................................................ 2 C. Proposed Conditions ...................................................................................................... 2 IV. SUMMARY .............................................................................................................................. 3 APPENDICES A-EXHIBITS 1 -Vicinity Map 2 -Aerial Map 3 -Effective FIRM 4 -Floodplain Delineation Map B-HYDRAULIC DATA 1 -Current Effective HEC-2 Model 2 -Corrected Effective HEC-RAS Model 3 -Existing Conditions HEC-RAS Model 4 -Proposed Conditions HEC-RAS Model 5 -Comparison of Existing and Proposed Cross Sections 6 -Comparison of Existing and Proposed HEC-RAS Profiles C-FLOODPLAIN DEVELOPMENT PERMIT APPLICATION I. INTRODUCTION The City of Fort Worth (City) is proposing to add a bridge crossing over Sycamore Creek within Cobb Park. The bridge addition is one element of the improvement program for Cobb Park proposed by the Parks and Community Services as part of an effort to provide improved access to all parts of the park. The park is located within the City of Fort Worth , Tarrant County, Texas , south of SH 287 , north of East Berry Street and Cobb Park Drive is within the park limits. A vicinity map is located in Appendix A, Exhibit 1. An aerial photo is shown in Appendix A, Exhibit 2. The Tarrant County Flood Insurance Rate Map (FIRM), Map No. 48439C, Panel No. 0310K dated September 25, 2009, shown in Appendix A, Exhibit 3, indicates that the site is located in a Zone AE with floodway. In order to obtain a Floodplain Development Permit, the addition of the bridge has to comply with the zero rise regulation that dictates that the proposed bridge cannot increase water surface elevations upstream or downstream of the structure . The purpose of this flood study is to analyze the existing and proposed conditions of Sycamore Creek and provide sufficient documentation that there are no adverse impacts to the floodplain or floodway associated with the construction of the Cobb Park Bridge. No Conditional Letter of Map Revision (CLOMR) is required with this bridge design. This study demonstrates the design bridge has 'O' rise in water surface elevation through this reach of Sycamore Creek. II. HYDROLOGY The FEMA effective discharges were obtained from the Tarrant County Flood Insurance Study (FIS) dated September 25, 2009. No revised hydrologic analysis was provided for this study. According to the FIS, the Sycamore Creek watershed downstream of the confluence with Stream SC-3 is approximately 28.67 square miles . Table 1 below summarizes the discharges for this reach of Sycamore Creek up to the proposed bridge . Table 1: Summary of Discharges Section 10YR SOYR 100YR SOOYR (cfs) (cfs) (cfs) (cfs) 16606 14100 21800 25100 33200 Ill. HYDRAULIC ANALYSIS A. Current Effective and Corrected Effective The current effective HEC-2 model for Sycamore Creek was obtained from the City of Fort Worth. Additional LOMRs were researched for this reach of Sycamore Creek and none was found. Using the effective HEC-2 model as the best available data, a corrected effective model was created. The HEC-2 model was imported into HEC-RAS (v4.0) and corrected as needed to allow the model to run. The model was also truncated for this project at US 287 and the upstream end of Cobb Park as the downstream and upstream limits of study, respectively . Cross sections were georeferenced , using landmarks and reach lengths, to aid in updating the model as well as to facilitate floodplain mapping . The effective HEC-2 model and the corrected effective HEC-RAS model are provided in Appendix B. WUXU27 .R01 .doc Page 1 B. Existing Conditions Using the corrected effective model , an existing conditions HEC-RAS model was created along this reach of Sycamore Creek . Some cross-sections for th is study of Sycamore Creek were revised using current conditions surveyed topography and LiDAR in the floodplain area. Also , additional cross-sections were provided in the location of the proposed bridge location. Manning n-values were estimated for the existing conditions through this reach of Sycamore Creek. C. Proposed Conditions The HEC-RAS model for the proposed bridge design was created by using the existing conditions HEC-RAS model developed in Section Ill B. The bridge design was coordinated with the bridge and roadway design engineer and the City Parks and Community Department (PACS). It was agreed that due to the depth of flow during the 100-year flood at this location, the proposed bridge could only have a design capacity that would convey approximately the 2-year storm event. Consequently , the bridge will be inundated during a 100-year storm event; therefore , deck depth and railing were critical elements that needed to be considered in both design and hydraulic modeling . The proposed 60% bridge design is a single 42' ConSpan bridge with railing modeled as part of the bridge deck to measure the impacts during inundation of the bridge . The ConSpan opening was modeled using low chord points instead of the FWHA culvert tables. Since ConSpan structures have a natural bottom , this approach allowed the bottom of the culvert to be represented by the bounding cross sections in the model for a cleaner look and to ensure that the opening size was correct. In addition, this approach allows for more flexibility when modeling the significant overtopping that occurs in the larger storm events. Table 2: Summary of Existing and Proposed Conditions Cross Existing Conditions Proposed Conditions Difference Section Plan: 2009 CobbParkFS.p03 Plan: 2009 CobbParkFS.p04 WSEL Velocity WSEL Velocity WSEL (ft) (fps) (ft) (fps) (ft) 18480 562.91 4 .86 562 .59 5.08 -0.32 17520 561 .26 6 .29 560.72 6.66 -0.54 17470 561.37 5.70 560.82 6.19 -0.55 17420 561.43 3.90 560.90 4.12 -0.53 16910 560 .50 6.95 559 .69 7.78 -0.81 16694 559 .22 10.21 559.17 7.87 -0.05 16643 559.08 9 .54 559 .07 7.97 -0 .01 16606 ----(New Bridge) -- 16576 558.84 9 .39 557.41 8.62 -1.43 16541 558.77 9 .08 557.37 8.34 -1.40 16440 558.60 7.82 557.14 8.40 -1.46 16326 557.61 10.42 556 .81 8.74 -0 .80 15570 554.46 10.21 554.05 11.72 -0.41 14600 551 .06 8 .10 551.06 8.10 0.00 13550 548.20 7.87 548 .20 7.87 0.00 13500 548.25 6 .65 548 .25 6 .65 0.00 WUXU27 .R01 .doc Page 2 See Appendix B for Hydraulic Data . Gabion mattresses or riprap may need to be designed as part of the 90% submittal to control erosion underneath and around the proposed bridge . Through the grading of the channel and erosion control , the design meets the 'zero rise ' criteria for work in the floodway ; therefore no Conditional Letter of Map Revision is required . Table 2 summarizes the water surface elevations for existing and proposed bridge design cond itions. For this phase of the design , no encroachments have been modeled. This proposed ConSpan design allows users of the park to cross Sycamore Creek to access the rest of the park when storms are not severe . However, it is recommended that PACS close access to the park and stream crossing during major flood events, or when significant rainfall is expected , in order to ensure the public 's safety. Final design will consider cautionary signage as well as a staff gage or some other indicator of depth of flow over the roadway. The work map for ex isting and proposed conditions are in Appendix A, Exhibit 4. Since the proposed water surface elevations do not exceed existing conditions , no floodplain map was produced for this submittal. IV. SUMMARY This flood study was prepared for the City of Fort Worth Parks and Community Services Department in support of a Floodplain Development Permit. Using FEMA current effective discharges , the hydraulics for both existing conditions and proposed conditions were analyzed. The proposed bridge design satisfies the 'zero rise ' criteria in water surface elevations through this reach of Sycamore Creek. A Conditional Letter of Map Revision is not required for this bridge design , although it is expected that a Letter of Map Revision will need to be prepared and submitted after construction of the bridge to update the effective profile and mapping. This flood study provides sufficient data and documentation to show that the improvements will not adversely affect adjacent property owners. As all activities in the regulatory floodplain require a floodplain development permit , and this permit application is included in Appendix C. This flood study also provides the necessary supplemental documentation for approval of this permit application. WUXU27 .R01 .doc Page 3 APPENDIX A 1 -Vicinity Map 2 -Aerial Map 3 -Effective FIRM 4 -Floodplain Delineation Map JACOBS. Cobb Park Flood Study Fort Worth , Tarrant County, Texas Jacobs Project No.WUXU2700.FL001 Scale: 0 2 1 ---===::::i Miles : -···-·, Cobb Park Boundary i -···-"' ~JACOBS~ (1) ii] 3 Cobb Park Flood Study Fort Worth, Tarrant County , Texas Jacobs Project No.WUXU2700.FL001 Scale: 0 1,000 ---=====::::i Feet 2 ~ 3 X E J: X ~ IRMA STR. ~---+-"'-_..,. ____ c-s1112 V NUE S N I-..J z w er w z w l) <( z Cl) Cl w z a: UJ l) er w (.) <( a: a: w I- w Cl) N ..J w Ill J: E ARLINGTO N E DAVIS ~ AVENUE CS1716 X E HARVEY AVENU E E POWEL\.. AVENUE E JESSAMINE STA. E MULKEY STREET E COLV IN E MORNINGSIDE DR. r· ·-·, Cobb Park Boundary \.,,,,_ .... ,._.;. Effective FIRM Cobb Park Flood Study Scale: 0 (.) Fort Worth, Tarrant County, Texas O 1,000 N AVEN ·--_.·--- Exhibit 3 Jacobs Project No.WUXU2700.FL001 ---=====::J Feet ! i i ! / i I ; \ \ \ \ ! ~ . )/ I I I \ : \ ( \ I \ ; \ I ,/ }/ I I I I I I I \,_ I ! \ I \ /---._) // \ I I \ I I I \ I I t \ I ; I "'j / .,! I I I / I f ; ! i I I /) I ;' I I ! I i I i i ,/ / /"/,..····-·-·-·-·---. "O X E Cl) w a! CIJ E ::t! L. 0 ) L. CIJ a.. .o ' .0 0 9 "O X E U) (.? G Cl) 0:: o::' I- ~ Cl) IL ::t! L. CIJ a.. .0 .0 0 (.) APPENDIX B CURRENT EFFECTIVE HEC-2 FLOODPLAIN MODEL l -_ _J u \.,,._ j K2~.0H2 H£L-7-t,iUt,·~ f>'u'F1L:£ ,. ourt't1r ************************************* THIS RUN EXECUTED 24NOV09 14:34:38 HEC-2 WATER SURFACE PROFILES version 4.6.2; May 1991 ************************************* NOTE-ASTERISK (*) AT LEFT OF CROSS-SECTION NUMBER INDICATES MESSAGE IN SUMMARY OF ERRORS LIST SYCAMORE CK SUMMARY PRINTOUT SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 500.000 13900.00 506.85 .00 .oo .00 .00 489.00 1.48 .00 1502. 31 1614.70 500.000 21800.00 510.83 3.97 .00 .00 .00 489.00 1.98 .00 1362. 23 2220.00 500.000 25700.00 511. 89 1.06 .oo 505.74 .00 489.00 2.05 .00 1000.00 2220.00 500.000 34600.00 513 .40 1. 52 .00 508.78 .00 489.00 1.97 .00 1000.00 2220.00 830.000 13900. 00 507.68 .00 .83 .00 .00 490.00 1.26 .58 1301. 39 1415. 63 830.000 21800.00 511. 65 3.97 .83 .00 .00 490.00 1. 79 .61 1228.72 1468.01 830.000 25700.00 512.44 .78 .55 .00 .00 490.00 2.21 .67 1204.96 1500.68 830.000 34600.00 513 .07 .63 -.33 508.42 .oo 490.00 3.62 .82 1134. 35 1634.88 * 930.000 13900.00 507.17 .00 -.52 .00 530. 30 489.30 2. 33 .23 2125.29 2216.12 ,~ 930.000 21800.00 510.75 3.58 -.90 .00 530.30 489.30 3.46 .27 2120.33 2218.51 * 930.000 25700.00 511. 09 .34 -1. 35 .00 530.30 489. 30 4.62 .33 2119.10 2218.73 * 930.000 34600.00 511. 55 .46 -1. 52 511. 55 530.30 489.30 7.88 .54 2114.48 2219.03 1060.000 13900.00 507.89 .oo . 72 .oo 530.30 489.30 2.09 .46 2124.30 2216.60 1060.000 21800.00 511.88 3.99 1.13 .00 530.30 489. 30 2.99 .61 2111.14 2219.26 1060.000 25700.00 513 .12 1.24 2.03 .00 530.30 489. 30 3.52 .82 2079.66 2223.26 * 1060.000 34600.00 518.55 5.43 7.00 511.55 530.30 489. 30 2.23 .78 2057.41 2300.94 * 1200.000 13900. 00 508.14 .00 .25 .00 .00 490.70 2.89 .81 3421.64 3503.09 * 1200.000 21800.00 512.38 4.24 .so .00 .00 490.70 3.64 .95 3413. 94 3596.63 1200.000 25700.00 514.44 2.06 1. 33 511.06 .00 490.70 3.27 1.05 3350.00 3700.00 1200.000 34600.00 519.47 5 .03 .92 .00 .00 490.70 1.92 .59 3350.00 3700.00 * 2290.000 13900.00 516.76 .00 8.62 .00 .00 496.00 .92 6.46 2761.73 3260.00 * 2290.000 21800.00 520.65 3.88 8.27 .00 .00 496.00 . 70 5.03 2510.00 3260.00 * 2290.000 25700.00 521. 82 1.17 7.38 .00 .00 496.00 .67 4.52 2510.00 3260.00 * 2290.000 34600.00 524.15 2.34 4.69 .00 .00 496.00 .64 3 .27 2510.00 3260.00 2400.000 13900. 00 517.19 .00 .42 .00 521. 90 495.50 .79 .29 2463.00 2582.00 * 2400.000 21800.00 520.14 2.95 -.51 .00 521. 90 495. 50 1. 95 .37 2463.00 2582.00 * 2400.000 25700.00 520.80 .66 -1.02 .00 521. 90 495.50 2 .72 .41 2463.00 2582.00 Page 220 --.-.. -- -- --K2f ,d . o:':" - - -- - --,-r \. __ / \ '.,: ·:"?i,. '~ 2400.000 34600.00 522. 33 1. 53 -1.82 513. 63 521. 90 495. so 4.09 .so 2444.59 2900 .00 \ 1 24NOV09 14: 34: 31 PAGE 228 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 2520.000 13900.00 517.43 .00 .25 .oo 521. 90 495.50 .79 .25 2463.00 2582 .00 2520.000 21800.00 520.75 3.31 .61 .00 521. 90 495. so 1. 95 .61 2463.00 2582.00 2520.000 25700 .00 521. 72 .98 .93 510.76 521. 90 495. 50 2.63 .83 2463.00 2900.00 ,~ 2520.000 34600.00 526.62 4.90 4.29 .00 521. 90 495. 50 .67 .53 2180.00 2900.00 2570.000 13900.00 517 .05 .00 -.38 .00 .00 495. 90 1. 52 .12 2130. 33 2252.72 2570.000 21800.00 520. 71 3.66 -.04 .00 .00 495.90 2. 31 .21 2121.65 2414.63 2570.000 25700.00 521. 98 1.27 .26 515.29 .00 495. 90 2.63 .25 2070.02 2530.00 2570.000 34600 .00 525.90 3.92 -. 72 .00 .00 495.90 1.86 .12 1860.00 2530.00 3030.000 13900.00 518.92 .00 1.87 .00 .oo 495.10 .88 1.17 1434.98 1568 .04 3030.000 21800.00 523.25 4.34 2 .55 .00 .00 495.10 1. 23 1. 36 1432.66 1577 . 51 3030.000 25700.00 524.76 1. 50 2.78 .00 .00 495.10 1.44 1.47 1428.28 1581. 55 3030.000 34600.00 527.15 2.39 1. 25 .00 .oo 495.10 2.02 1. 36 1393. 82 1595.91 3130 .000 13900.00 518 .73 .00 -.19 .oo 528.00 495.60 1. so .24 1450.00 1531.00 3130.000 21800.00 522.69 3.97 -.56 .00 528 .00 495.60 2.45 .29 1450.00 1531.00 3130.000 25700.00 523.97 1. 28 -.79 .00 528.00 495.60 3.03 .32 1450.00 1531.00 3130.000 34600 .00 525.66 1.69 -1.49 .oo 528.00 495.60 4.76 .42 1450.00 1531.00 3160 .000 13900 .00 518.82 .00 .09 .oo 528.00 495.60 1.48 .08 1450.00 1531.00 3160 .000 21800.00 522.83 4 .01 .13 .00 528 .00 495.60 2.42 .10 1450.00 1531.00 3160 .000 25700.00 524.14 1. 31 .17 .00 528.00 495.60 2.98 .12 1450.00 1531. 00 3160.000 34600 .00 525.96 1.83 .30 .00 528.00 495.60 4.64 .18 1450.00 1531.00 3200.000 13900 .00 519.51 .00 .69 .00 .00 496.10 .94 .09 1435.19 1566.64 3200.000 21800.00 524.23 4 . 72 1.40 .00 .00 496.10 1.24 .10 1432.68 1577.45 3200.000 25700.00 525.99 1. 76 1.85 .00 .00 496.10 1.41 .11 1425.02 1582.91 * 3200.000 34600.00 529 .21 3 .23 3.25 .00 .00 496.10 1.81 .13 1378.56 1602.27 * 3350. 000 13900. 00 520.43 .00 .92 .00 .oo 497.50 .19 .10 1072.38 1396.53 * 3350.000 21800.00 525.42 4.99 1.19 .00 .00 497. 50 .25 .11 1061.48 1406.01 ,~ 3350 . 000 25700.00 527. 33 1.91 1. 35 .00 .oo 497.50 .28 .11 1057.30 1409.65 * 3350.000 34600.00 530.92 3.59 1. 71 .00 .oo 497.50 . 36 .12 1044.74 1416.48 * 4010.000 13600.00 520.74 .00 .31 .00 .00 504.70 .32 .40 1139. 38 2159.15 4010.000 21500.00 525.81 5.07 .39 .00 .00 504.70 .12 . 25 1057.49 2194.68 4010.000 25400.00 527.75 1.94 .42 .oo .00 504.70 .10 .22 1034.68 2205. 98 4010.000 34100.00 531.41 3.66 .49 .00 .00 504.70 .09 .19 1000.00 2226.77 * 4680.000 13500.00 521. 73 .00 .99 .00 .00 501.50 .85 1. 36 1064.18 1880.11 * 4680.000 21000 .00 526.13 4.40 .31 .00 .00 501. 50 .28 .43 960.55 1883 .31 * 4680 .000 24800.00 528.00 1.87 .24 .00 .00 501. 50 .22 .33 944.83 1884 .66 * 4680.000 33100.00 531. 59 3.59 .17 .00 .oo 501. 50 .17 .23 924. 51 1887.27 5370.000 13500.00 524.02 .00 2.29 .00 .00 504.20 .56 1.97 1284.78 2167.37 5370.000 21000.00 526.98 2.96 .85 .00 .oo 504. 20 .33 .89 1215.79 2171. 61 Page 221 ,-t I I _J :_J __, __, .~ 'r . · .. J. '-·· K2 .;x, ..... OH2 ··,·jl 5370.000 24800.00 528.63 1.65 .63 .00 .00 504.20 .26 .66 1186.23 2173.97 5370.000 33100.00 532.00 3.37 .41 .00 .00 504.20 .18 .42 1131.84 2178.80 1 24NOV09 14: 34: 31 PAGE 229 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 6480.000 13800.00 526.75 .00 2.73 .00 .00 508.00 .59 2.76 1159.26 2294 .41 6480.000 21800.00 528.74 1.99 1. 76 .00 .oo 508.00 .48 1.87 1153 .37 2328.83 6480.000 25700.00 529.95 1.20 1. 32 .00 .00 508.00 .39 1.41 1149 .82 2349.92 6480.000 34000.00 532.79 2 .84 .79 .00 .00 508.00 .25 .84 1049.08 2399.82 * 6540.000 13800.00 523.94 .00 -2.81 .00 529 .20 507.20 5.01 .28 2126.00 2186.00 * 6540.000 21800.00 530 .14 6 .20 1.40 530.14 529.20 507 .20 1.33 .23 1325. 74 2191. 54 * 6540.000 25700.00 530.39 .25 .45 530.39 529.20 507.20 1. 51 .20 1307 .62 2210.17 * 6540.000 34000.00 532.51 2 .12 -.28 .00 529.20 507.20 .78 .10 1234.89 2312. 31 6620.000 13800. 00 525 .11 .00 1.17 .00 529.20 507.20 4 .60 . 72 2126.00 2186.00 * 6620 .000 21800.00 531. 27 6.16 1.13 .00 529 .20 507.20 .61 .34 1275.20 2256.25 * 6620.000 25700.00 531.67 .40 1. 28 .00 529.20 507 .20 .68 .36 1262.34 2277. 23 6620.000 34000.00 532.82 1.15 .31 .00 529.20 507.20 .68 .20 1225.09 2321. 24 * 6720.000 13800.00 530.13 .00 5.02 .00 .00 507.30 .20 .18 1246.18 2518.86 ,~ 6720.000 21800.00 531. 83 1. 70 .56 .00 .00 507.30 .23 .14 1209.94 2530.22 * 6720.000 25700.00 532.28 .45 .61 .00 .00 507.30 .26 .15 1200. 39 2533.21 * 6720.000 34000.00 533. 39 1.10 .57 .00 .00 507.30 .31 .15 1178.68 2545.75 7820.000 13800.00 531.04 .00 .91 .00 .00 513 .00 .30 .98 1538.60 3000.00 7820.000 21800.00 532.83 1. 79 .99 .oo .00 513 .00 .28 1.03 1476.09 3482.61 7820.000 25700.00 533 .40 .57 1.11 .00 .00 513 .00 .29 1.13 1456.31 3558.25 7820.000 34000.00 534.61 1. 21 1. 22 .00 .oo 513 .00 .28 1.19 1413 .61 3592.92 .~ 7920.000 13800.00 531. 33 .00 .29 .00 530.50 513 . 30 .19 .17 971. 69 2987 .38 * 7920.000 21800.00 533.09 1. 76 .27 .oo 530.50 513. 30 .15 .13 911. 79 2992.73 * 7920.000 25700.00 533.67 .58 .28 .00 530. 50 513. 30 .15 .12 892 .14 2994 .49 * 7920.000 34000.00 534.86 1.19 .25 .00 530.50 513 . 30 .15 .11 851. 76 3000.92 * 8010.000 13800.00 531. 50 .00 .17 .00 .00 515.80 .12 .10 1313 .45 3387 .89 * 8010.000 21800.00 533 .19 1.69 .10 .00 .00 515. 80 .15 .10 1278.96 3393 .03 * 8010.000 25700.00 533. 76 . 57 .09 .00 .00 515.80 .16 .10 1266.85 3394. 77 * 8010.000 34000 .00 534.94 1.18 .08 .00 .00 515.80 .18 .10 1242.15 3402.16 * 8100.000 13800.00 531.41 .oo -.09 .00 .00 513 .00 . 36 .07 1410. 52 2666.81 * 8100.000 21800.00 533 .12 1. 71 -.07 .00 .00 513 .00 .36 .08 1362 .60 3162 .13 * 8100.000 25700.00 533.70 .58 -.07 .00 .00 513 .00 .37 .08 1346.45 3237.62 8100.000 34000.00 534 .89 1.19 -.05 .oo .00 513 .00 .37 .08 1313 .10 3281. 37 * 9000.000 13300 .00 532.91 .00 1. 50 .00 .00 512.20 1.00 1.82 1128.38 1728. 33 * 9000 .000 20900.00 534.63 1. 72 1. 51 .00 .oo 512.20 1.16 1.91 1124 .13 1820.11 .~ 9000.000 24700.00 535.26 .63 1. 56 .oo .00 512.20 1.25 2 .00 1122. 58 1847.74 * 9000.000 32700.00 536 .42 1.17 1. 53 .oo .00 512.20 1. 37 2.04 1119.70 1882.85 9085.000 13300.00 533 .10 .oo .19 .oo 546.30 514. 50 1. 32 . 35 1183 .98 1339.00 Page 222 - ---K2t ~i OH":8 - ------------ - l t .,j/ ~ 1,l1•· • * 9085.000 20900.00 534.43 1.33 -.20 .00 546.30 514. 50 2.53 .49 1182 .82 1339.00 * 9085.000 24700.00 534.79 .35 -.47 .00 546. 30 514.50 3. 31 .56 1182. 51 1339.00 * 9085.000 32700.00 535.05 .26 -1. 37 534.76 546. 30 514.50 5.55 .71 1182.28 1339.00 1 24NOV09 14: 34: 31 PAGE 230 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 9175.000 13300.00 533.73 .00 .63 .00 546.30 514. 50 1.17 .43 1183.44 1339.00 9175.000 20900.00 535.80 2.07 1. 37 .00 546.30 514. 50 2.00 .68 1181.63 1339.00 9175.000 24700.00 536.79 .99 2.00 .00 546. 30 514. 50 2.39 .80 1180.77 1339.00 * 9175.000 32700.00 539.63 2.85 4.58 .00 546.30 514. 50 2.80 1.01 1172 .10 2802.96 9250.000 13300.00 533. 86 .00 .13 .00 .oo 514.60 1. 74 .42 1137. 51 1430.20 9250.000 20900.00 536.47 2.61 .67 .00 .00 514 .60 1.87 .51 1134.92 1438.17 9250.000 24700.00 538.27 1.80 1.48 .00 .00 514.60 1.62 .48 1133 .14 1443.65 * 9250.000 32700.00 542.45 4.18 2.82 .00 .oo 514.60 .88 .32 1117.28 2894.06 * 9660.000 13300.00 536.92 .00 3.06 .00 .00 516.10 .65 1.64 1134.47 1498. 51 * 9660.000 20900.00 539. 58 2.66 3.12 .oo .00 516.10 .73 1.63 1128.41 2747.86 * 9660.000 24700.00 540.91 1.33 2.64 .00 .00 516.10 .65 1. 38 1123.25 2835.60 * 9660.000 32700.00 543 .88 2.97 1.43 .00 .00 516.10 . 31 .69 1111. 71 2936.20 * 10070.000 13300.00 538.03 .00 1.11 .00 .00 517.50 .25 .60 1052.12 1896.26 * 10070.000 20900.00 540.78 2.75 1.19 .00 .00 517.50 .22 .53 1035.92 3110. 56 * 10070.000 24700.00 541.97 1.19 1.05 .00 .00 517.50 .19 .46 1028.91 3155.43 l~ 10070.000 32700.00 544.40 2.43 .52 .00 .00 517.50 .13 .28 979.02 3247.29 * 11380.000 13300.00 539.62 .00 1. 59 .00 .00 522.00 .56 1.80 1349. 76 2039.91 * 11380.000 20900.00 542.06 2.44 1.28 .00 .00 522.00 .49 1.47 1182.22 2050.29 * 11380.000 24700.00 543.09 1.03 1.12 .00 .00 522.00 .47 1.31 1153.49 2054.95 * 11380.000 32700.00 545.15 2.07 .76 .00 .00 522.00 .42 .96 1098.45 2064.34 * 11430.000 13300.00 539.52 .00 -.10 .00 539.90 521. 30 .93 .16 1756.01 2352.79 * 11430.000 20900.00 542.16 2.64 .10 .00 539.90 521. 30 .54 .13 1556.63 2430.09 11430.000 24700.00 543.21 1.04 .12 .00 539.90 521. 30 .46 .11 1528.51 2434.95 11430.000 32700.00 545.25 2.05 .10 .00 539.90 521. 30 .40 .08 1477. 24 2444.51 11490.000 13300. 00 539.87 .00 . 35 .00 539.90 521. 30 .89 .30 1653.66 2401. 58 11490.000 20900.00 542.48 2.61 .32 .00 539.90 521. 30 .45 .23 1547.91 2431. 60 11490.000 24700.00 543.42 .93 .21 .00 539.90 521.30 .42 .17 1522.75 2435.94 11490.000 32700.00 545.37 1. 95 .11 .00 539.90 521. 30 .39 .10 1475.97 2445.04 * 11540.000 13300.00 540.49 .00 .62 .00 .oo 522.50 .46 .14 1243.30 2041.45 11540.000 20900.00 542.59 2.10 .10 .00 .00 522.50 .48 .12 1181. 55 2050.40 11540.000 24700.00 543.48 .89 .06 .00 .00 522.50 .48 .11 1156.53 2054.46 11540.000 32700.00 545 .40 1.92 .03 .00 .00 522.50 .45 .08 1102.85 2063.17 12200.000 13300. 00 541. 74 .oo 1.26 .00 .00 523.30 .67 1.40 1125.25 1787.96 12200 .000 20900.00 543. 81 2.06 1.22 .00 .00 523.30 .67 1. 35 1064.80 1936.74 12200.000 24700.00 544.67 .86 1.18 .oo .00 523.30 .65 1. 31 1005. 66 1953.95 12200.000 32700.00 546.43 1. 77 1.03 .00 .00 523.30 .59 1.13 983.75 1984.78 Page 223 L.::....I L_) [__J r I r-1 J:j .__. ....... ·~ ·~ ..... .... .... r ·111111 I c:-1r C:----. l I • I \. . K2 " '."J:L OH 2 ·,., .. :~;;· 13010.000 14200.00 543.89 .00 2.15 .00 .00 525.90 .98 2.37 2027.16 2449.65 13010.000 22100 .00 545.87 1.98 2.07 .00 .00 525.90 1.19 2.43 2020.97 2626.83 13010. 000 25800.00 546.64 .77 1.98 .00 .00 525.90 1.24 2.39 2018. 58 2681. 77 13010.000 34500.00 548 .13 1.49 1. 70 .00 .00 525.90 1. 32 2.21 2013. 93 2788.24 1 24NOV09 14: 34: 31 PAGE 231 SECNO Q CWSEL OIFWSP OIFWSX CRIWS ELTRO ELMIN HV HL SSTA ENOST * 13200.000 14200.00 544.63 .oo .74 .00 561. 00 526.50 .56 .28 2562.73 2997.30 * 13200.000 22100.00 546.69 2.06 .82 .00 561.00 526.50 .77 .35 2557.05 3001. 95 * 13200.000 25800.00 547.43 .74 .79 .00 561.00 526. 50 .87 .38 2555.02 3003.61 * 13200.000 34500.00 548.78 1. 36 .65 .00 561. 00 526.50 1.13 .45 2551.28 3006.68 13310.000 14200.00 544.74 .00 .11 .00 561.00 526. 50 .55 .09 2562.44 2997. 54 13310 .000 22100.00 546.83 2.09 .14 .00 561. 00 526. 50 .74 .11 2556.66 3002.27 13310. 000 25800.00 547.59 .75 .16 .00 561.00 526.50 .83 .12 2554.59 3003.97 13310.000 34500.00 548.99 1.40 .21 .oo 561.00 526. 50 1.08 .15 2550.72 3007.14 ITS00.000 14200.00 545 .13 .00 .39 .00 .00 529.50 .33 .14 1340.91 2254.44 3500.000 22100.00 547.40 2.27 .56 .00 .00 529.50 .38 .17 1145.52 2316.61 3500.000 25800.00 548.25 .85 .66 .00 .00 529. 50 .39 .18 1106.81 2320.67 3500.000 34500.00 549.91 1.66 .92 .00 .00 529.50 .43 .20 1020.25 2324.93 * 13550.000 14200.00 544.84 .00 -.29 .00 .00 529.00 .83 .07 1369. 85 2236. 82 ,~ 13550.000 22100.00 547.27 2.43 -.13 .00 .00 529.00 .66 .07 1151. 76 2280.89 * 13550.000 25800.00 548.17 .90 -.07 .oo .00 529.00 .59 .07 1110. 33 2297.11 ,\ 13550.000 34500.00 549.90 1. 73 -.01 .00 .00 529.00 .53 .06 1020.93 2328.24 TI4600.000 14200.00 548.40 .00 3.56 .oo .00 532.00 .62 3.33 1933. 54 2664. 39 4600.000 22100.00 550.21 1.81 2.94 .00 .00 532 .00 .65 2.93 1536.74 2702.97 4600.000 25800.00 550.90 .69 2. 72 .00 .oo 532.00 .64 2.76 1493.10 2706.94 4600.000 34500.00 552.32 1.42 2.42 .00 .00 532.00 .61 2.48 1254. 33 2715.24 15570.000 14200.00 551. 72 .00 3.32 .00 .oo 531.80 1.26 3.76 1155.22 1938.53 15570.000 22100.00 553.61 1.89 3.40 .00 .00 531.80 1.14 3.74 1114.01 2011. 03 15570.000 25800.00 554.27 .66 3.37 .00 .00 531.80 1.12 3. 71 1108.85 2025.37 15570.000 34500.00 555.56 1.29 3.24 .oo .00 531.80 1.13 3.60 1019.66 2053.35 ~6560.000 14100.00 556.09 .oo 4.37 .00 .00 535.40 .86 3.94 1463.12 1887.95 16560.000 21800.00 557.99 1.90 4.38 .00 .00 535.40 1.14 4.38 1447.06 1964.59 ,:;::? 16560.000 25100.00 558.69 .71 4.43 .00 .00 535 .40 1. 22 4. 50 1434. 31 1995.37 6560.000 33200.00 560.14 1.44 4.58 .00 .00 535.40 1. 39 4.76 1408.32 2101.89 * 16910.000 14100.00 557.23 .00 1.14 .00 .00 536.50 .23 .45 1427.66 1905 .86 * 16910.000 21800.00 559.44 2.21 1.46 .00 .oo 536.50 .35 .59 1405. 56 1962.34 * 16910.000 25100.00 560.23 .79 1. 54 .00 .00 536.50 .40 .64 1372. 82 1984.25 * 16910.000 33200. 00 561. 84 1.61 1. 70 .00 .00 536.50 .51 .74 1186.48 2028.62 17420.000 14100 .00 557.57 .00 .33 .00 .00 538.20 .18 .28 1503.95 1898.40 17420.000 21800.00 559.90 2. 33 .46 .00 .00 538.20 .30 .40 1476.87 1928.74 17420.000 25100.00 560.73 .83 .50 .00 .00 538.20 .35 .44 1466.32 1936.59 17420.000 33200.00 562.42 1.69 .58 .00 .00 538.20 .48 .54 1309. 86 1951. 81 Page 224 -··-- - -- --~ -- - - ---_... --i .) K2~,.,;i...'.:. OH2 ~-•i~Yl 17470.000 14100 .00 557 .49 .00 -.08 .00 .00 542.80 .32 .02 1529.78 2469.03 17470.000 21800.00 559.88 2.39 -.02 .00 .00 542.80 .37 .03 1477. 59 2490.75 17470.000 25100.00 560.74 .85 .01 .00 .00 542.80 .38 .03 1467.75 2498 .52 17470.000 33200.00 562.51 1. 78 .09 .00 .00 542.80 .42 .03 1306. 33 2525.22 1 24NOV09 14: 34 : 31 PAGE 232 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST * 17520.000 14100 .00 557.33 .00 -.17 .00 .00 541.40 .62 .05 1537.66 1860.24 * 17520.000 21800 .00 559 .56 2.23 -.33 .00 .oo 541. 40 .91 .05 1487.48 1889.23 * 17520 .000 25100.00 560.35 .80 -.38 .00 .oo 541.40 1.01 .05 1474. 98 1898.19 '~ 17520 .000 33200.00 562.00 1.65 -.51 .00 .00 541. 40 1.24 .05 1326.10 1913.03 l~ 18480.000 14100.00 559 .16 .00 1.84 .00 .00 543.00 .21 1. 38 1702.04 2669.73 * 18480.000 21800.00 561. 66 2.50 2.11 .oo .00 543.00 .20 1. 33 1550.45 2729.88 * 18480.000 25100.00 562.55 .89 2.20 .00 .00 543.00 .20 1. 31 1491. 86 2745.86 ;': 18480.000 33200. 00 564 .42 1.87 2.42 .00 .00 543.00 .20 1.28 1368 . 56 2779.48 * 19200.000 13300.00 560.03 .00 .87 .00 .00 543.70 .43 1.02 1471.18 1899. 58 * 19200 .000 20500.00 562.36 2 .33 .70 .00 .00 543.70 .51 .91 1335 .11 2024.53 * 19200.000 23600 .00 563.20 .84 .65 .00 .00 543 . 70 .53 .88 1315. 93 2061.01 * 19200.000 31200.00 564.99 1. 79 . 57 .00 .00 543.70 .55 .82 1284.11 2299.38 * 19250.000 13300.00 560 .17 .oo .14 .00 563.60 545. 20 .46 .16 1771.00 2005.00 * 19250.000 20500.00 562.28 2.10 -.09 .00 563.60 545.20 1.10 .21 1771.00 2005.00 * 19250.000 23600.00 562.96 .69 -.24 .00 563.60 545.20 1.45 .22 1374. 37 2005. 00 * 19250.000 31200.00 564.90 1.94 -.09 .00 563.60 545. 20 1.19 .22 1274 .29 2155.54 19300 .000 13300 .00 560.46 .00 .28 .00 563 .60 545 .20 .46 .28 1771.00 2005 .00 19300.000 20500.00 562.96 2.50 .68 .00 563.60 545.20 1.10 .67 1374. 73 2005.00 19300.000 23600.00 564.63 1.68 1.67 .00 563 .60 545. 20 .79 .80 1281. 91 2125. 92 * 19300 .000 31200.00 566.27 1.64 1. 37 .00 563.60 545.20 .62 .64 1235 .09 2428.65 * 19370.000 13300.00 560.74 .oo .28 .00 .oo 544.20 .38 .18 1457.17 1900.21 * 19370.000 20500.00 564 .13 3.38 1.17 .00 .00 544.20 . 33 .17 1306. 24 2079.43 l~ 19370.000 23600.00 565.42 1.29 .79 .00 .00 544.20 .30 .15 1285.22 2286.62 * 19370.000 31200.00 566.77 1. 35 .so .00 .00 544 .20 .35 .15 1265.59 2370.79 20110 .000 13300 .00 561. 79 .oo 1.05 .00 .00 546 .80 .29 .93 1397. 28 1901.47 20110. 000 20500.00 564.86 3.06 .73 .00 .00 546.80 .30 .69 1343. 39 2185. 39 20110.000 23600.00 566.04 1.18 .62 .00 .00 546.80 .29 .60 1326.28 2329 .82 20110.000 31200.00 567.45 1.41 .68 .00 .00 546.80 .34 .66 1305. 78 2430.25 .~ 20850.000 13300.00 562 .81 .00 1.02 .00 .00 548.30 1.00 1. 37 1583.07 1762.79 l~ 20850 .000 20500.00 565.54 2.73 .68 .00 .00 548.30 1. 39 1. 22 1576.68 1770 .97 * 20850 .000 23600.00 566.55 1.01 .51 .00 .00 548.30 1. 54 1.14 1574 .29 1774.03 * 20850.000 31200.00 567.84 1.29 .39 .00 .00 548.30 2.17 1. 30 1571.26 1977 .42 '~ 20930.000 13300 .00 563.35 .00 .54 .00 571. 30 549.00 .71 .17 1573.54 1769.33 * 20930 .000 20500.00 566.20 2.85 .66 .00 571. 30 549.00 1.02 .19 1567 .00 1774.00 * 20930.000 23600.00 567.25 1.05 .70 .oo 571. 30 549.00 1.16 .20 1567.00 1774.00 Page 225 =---1 -] __. ~ ~p~ t~ \,._; I OCL-L Fi.a:oWAV K21SYC.OH2 9175 .000 24700.00 536.79 .00 2.00 .00 546.30 514.50 2.39 .80 1180.77 1339.00 9175.000 24700.00 537.20 .41 1.40 .00 546.30 514. 50 2.25 .69 1181.00 1339 .00 1 25MAR09 10:52:06 PAGE 139 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 9250.000 24700.00 538.27 .00 1.48 .00 .00 514.60 1. 62 .48 1133 .14 1443.65 9250.000 24700.00 538.62 .35 1.42 .00 .00 514.60 1.49 .43 1133.00 1444.00 * 9660.000 24700.00 540.91 .00 2.64 .00 .00 516.10 .65 1.38 1123.25 2835.60 * 9660.000 24700.00 541.01 .10 2.39 .00 .00 516.10 .68 1. 35 1133.00 1683.00 * 10070.000 24700.00 541. 97 .00 1.05 .00 .oo 517.50 .19 .46 1028.91 3155.43 * 10070.000 24700.00 542.02 .OS 1.00 .00 .00 517.50 .42 .65 1248.10 1798.10 * 11380.000 24700.00 543.09 .00 1.12 .00 .00 522 .00 .47 1. 31 1153.49 2054.95 11380.000 24700 .00 543.76 .68 1. 75 .00 .00 522.00 .56 1.85 1400.80 1950.80 11430 .000 24700.00 543.21 .00 .12 .00 539.90 521. 30 .46 .11 1528 .51 2434.95 * 11430.000 24700.00 543.83 .63 .07 .00 539.90 521. 30 .64 .12 1736.20 2286 .20 11490.000 24700.00 543.42 .00 .21 .00 539.90 521. 30 .42 .17 1522.75 2435.94 11490.000 24700.00 544 .09 .67 .26 .00 539.90 521. 30 .60 .21 1733.90 2283.20 11540.000 24700.00 543.48 .00 .06 .00 .00 522.50 .48 .11 1156.53 2054.46 11540 .000 24700.00 544.25 .77 .16 .00 .00 522.50 .56 .12 1412. 20 1961. 30 12200.000 24700.00 544.67 .00 1.18 .00 .00 523.30 .65 1. 31 1005. 66 1953.95 12200 .000 24700.00 545.40 .74 1.15 .00 .00 523 .30 .87 1. 37 1278.40 1678.40 13010.000 25800.00 546.64 .00 1.98 .oo .oo 525. 90 1.24 2.39 2018. 58 2681. 77 13010.000 25800.00 547.52 .88 2.12 .00 .00 525.90 1. 33 2.43 2079.20 2429.20 '~ 13200.000 25800.00 547 .43 .00 .79 .00 561. 00 526.50 .87 .38 2555.02 3003.61 * 13200.000 25800.00 548.42 .99 .90 .00 561.00 526.50 .82 .34 2594.20 2943. 40 ~,N 13310 .000 25800.00 547.59 .00 .16 .00 561.00 526.50 .83 .12 2554.59 3003.97 13310.000 25800.00 548.55 .97 .13 .00 561. 00 526.50 .80 .11 2593.60 2944.40 l i-[lltoo.ooo 25800.00 548 .25 .00 .66 .oo .00 529. 50 .39 .18 1106.81 2320.67 00.000 25800 .00 549.09 .84 .54 .00 .00 529.50 .46 .17 1521. 80 2172 .10 * 13550. 000 25800.00 .00 -.07 .00 .00 529.00 .59 .07 1110.33 2297 .11 * 13550 .000 25800.00 .81 -.11 .00 .00 529.00 .72 .07 1490.60 2140.60 14600.000 25800.00 .oo 2. 72 .00 .00 532.00 .64 2.76 1493.10 2706.94 14600.000 25800.00 .94 2.86 .00 .00 532.00 . 77 2.90 2033 .00 2533.00 f3DIJt.J'vAit "{ loNt>tTio~ Page 143 ·--.·--- - - - --- - --- ------t ~.} iJ \ \. ' ~ . ',, ,.,. K21SYC.OH2 15570.000 25800.00 554.27 .00 3.37 .00 .00 531.80 1.12 3. 71 1108.85 2025.37 15570.000 25800.00 555.22 .95 3.38 .00 .00 531. 80 1.26 3.73 1313.90 1813. 90 16560.000 25100.00 558.69 .00 4.43 .00 .00 535.40 1.22 4.50 1434. 31 1995.37 16560.000 25100.00 559.51 .82 4.29 .00 .00 535.40 1.34 4.34 1524.80 1824. 50 'i, 16910.000 25100. 00 560.23 .00 1. 54 .00 .00 536. so .40 .64 1372.82 1984.25 * 16910.000 25100.00 561.14 .91 1.63 .00 .00 536.50 .38 .57 1458.80 1858.80 1 25MAR09 10:52:06 PAGE 140 SECNO Q CWSEL DIFWSP DIFWSX CRIWS ELTRD ELMIN HV HL SSTA ENDST 17420.000 25100.00 560.73 .oo . so .00 .00 538.20 .35 .44 1466.32 1936.59 17420.000 25100.00 561.60 .86 .46 .00 .00 538.20 .31 .38 1468.00 1936.00 17470.000 25100.00 560.74 .00 .01 .00 .00 542.80 .38 .03 1467.75 2498.52 17470.000 25100.00 561. 49 .75 -.11 .00 .00 542.80 .50 .03 1850.00 2400.00 * 17520.000 25100.00 560.35 .00 -.38 .00 .00 541.40 1.01 .OS 1474.98 1898.19 -1, 17520.000 25100.00 561.32 .97 -.17 .oo .oo 541.40 .82 .OS 1476.00 1897.00 88480.000 25100.00 562.55 .oo 2.20 .00 .00 543.00 .20 1.31 1491.86 2745.86 1 * 18480.000 25100.00 563.18 .63 1.86 .00 .00 543.00 .25 1. 22 J826 20 2525.~0 ~i:)* 19200.000 23600.00 563.20 .00 .65 .00 .00 543.70 .53 .88 1315. 93 2061.01 ,·, 19200.000 23600.00 563.86 .66 .68 .00 .00 543.70 .64 .95 1555.00 1875.00 * 19250.000 23600.00 562.96 .00 -.24 .00 563.60 545.20 1.45 .22 1374.37 2005.00 .~ 19250.000 23600.00 563.74 .78 -.12 .00 563.60 545.20 1.42 .27 1685.00 2005.00 19300.000 23600.00 564.63 .00 1. 67 .00 563.60 545. 20 .79 .80 1281.91 2125.92 19300.000 23600.00 565.34 . 71 1.60 .00 563.60 545.20 .98 1.02 1685.00 2005.00 'i< 19370.000 23600.00 565.42 .00 .79 .00 .00 544.20 .30 .15 1285.22 2286.62 * 19370.000 23600.00 566.26 .84 .92 .00 .00 544.20 .40 .16 1511.10 1886.10 20110.000 23600.00 566.04 .00 .62 .00 .00 546.80 .29 .60 1326. 28 2329.82 20110.000 23600.00 566.95 .92 .69 .00 .00 546.80 .34 .62 1492.00 1891. 70 'I, 20850.000 23600.00 566.55 .00 .51 .00 .00 548.30 1. 54 1.14 1574.29 1774.03 * 20850.000 23600.00 567.51 .96 .55 .00 .00 548.30 1. 32 1.04 1574.00 1774.00 .~ 20930.000 23600.00 567.25 .00 .70 .00 571. 30 549.00 1.16 .20 1567.00 1774.00 20930.000 23600.00 568.07 .82 .56 .00 571. 30 549.00 1.08 . 25 1567.00 1774.00 20990.000 23600.00 567.37 .00 .12 .00 571. 30 549.00 1.14 .10 1567.00 1774.00 20990.000 23600.00 568.25 .88 .18 .00 571. 30 549.00 1.08 .18 1567.00 1774. 00 ,., 21060.000 23600.00 567.29 .00 -.08 .00 .00 549.30 1.61 .16 1575.08 1773. 26 Page 144 -.. 1 '. · . ..__ WARNING SECNO= 75550.000 PROFILE= 2 CAUTION SECNO= 75570.000 PROFILE= 1 CAUTION SECNO= 75570.000 PROFILE= 2 WARNING SECNO= 76930.000 PROFILE= 1 WARNING SECNO= 76930.000 PROFILE= 2 1 25MAR09 10:52:06 WARNING SECNO= 77030.000 PROFILE= 2 WARNING SECNO= 77065 .000 PROFILE= 1 WARNING SECNO= 77065. 000 PROFILE= 2 WARNING SECNO= 78180.000 PROFILE= 1 WARNING SECNO= 78180.000 PROFILE= 2 1 25MAR09 10:52:06 FLOODWAY DATA, SYCAMORE CREEK PROFILE NO. 2 -------FLOODWAY ------- STATION WIDTH SECTION MEAN AREA VELOCITY 500 .000 499. 3093. 8.3 830.000 137. 2262. 11.4 930.000 100. 1590. 16.2 1060.000 144. 1807. 14.2 1200.000 350. 2398. 10.7 2290.000 750. 5206. 4.9 2400.000 119. 1943. 13.2 2520.000 437. 2027. 12.7 2570.000 421. 2492. 10.3 3030 .000 153. 2662. 9.7 3130.000 81. 1838. 14.0 3160.000 81. 1851. 13.9 3200.000 157. 2698. 9. 5 3350.000 352. 6987. 3.7 4010.000 901. 10567. 2 .4 4680.000 700. 7043. 3.5 5370.000 699. 6428. 3.9 6480.000 750. 5677. 4.5 ~ l .. _ .. ',/ K21SYC.OH2 CONVEYANCE CHANGE OUTSIDE ACCEPTABLE HYDRAULIC JUMP D.S. HYDRAULIC JUMP D.S. RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE CONVEYANCE CHANGE OUTSIDE ACCEPTABLE RANGE WATER SURFACE ELEVATION WITH WITHOUT DIFFERENCE FLOODWAY FLOODWAY 512.9 511.9 1.0 513 .2 512.4 .8 512.1 511.1 1.0 513.8 513 .1 . 7 515.1 514.4 . 7 521. 7 521. 8 -.1 520.7 520.8 -.1 521.6 521. 7 -.1 521. 9 522.0 -.1 524.8 524.8 .0 524.0 524.0 .0 524.1 524.1 .0 526.0 526.0 .o 527.3 527.3 .o 527.8 527.8 .o 528.0 528.0 .o 528.8 528.6 .2 530.4 529.9 . 5 Page 158 PAGE 153 PAGE 154 ------- --~ - -- -- -- --·-~;) ' '. ' -· •....:. K21SYC.OH2 6540.000 750. 2560. 10.0 530.3 530.4 -.1 6620.000 750. 3627. 7.1 531.8 531. 7 .1 6720 .000 751. 5842. 4.4 532.3 532.3 .0 7820.000 1050. 7242. 3.5 533. 9 533.4 . 5 7920.000 1050. 6747. 3.8 534.2 533.7 . 5 8010.000 1180. 9424. 2.7 534.4 533.8 .6 8100.000 850. 6320. 4.1 534.2 533. 7 . 5 9000.000 400. 3225. 7.7 536.0 535.3 .7 9085 .000 156. 1841. 13.4 535.8 534.8 1.0 9175.000 158 . 2054. 12.0 537.2 536.8 .4 9250.000 311. 2937. 8.4 538.7 538.3 .4 9660.000 550. 4440. 5.6 541.0 540.9 .1 10070.000 550. 5787. 4.3 542.1 542.0 .1 11380.000 550. 4840. 5.1 543.8 543.1 . 7 11430.000 550. 3836. 6.4 543.8 543.2 .6 11490.000 549. 3970. 6.2 544.1 543.4 .7 11540.000 549. 4871. 5.1 544.3 543.5 .8 12200.000 400. 3785. 6.5 545.4 544. 7 .7 13010.000 350. 3245. 8.0 547.5 546.6 .9 13200.000 349. 3774. 6.8 548.4 547 .4 1.0 13310.000 351. 3828. 6.7 548.6 547.6 1.0 13500.000 650. 6272. 4.1 549.0 548.2 .8 13550.000 650. 4920. 5.2 549.0 548.2 .8 14600.000 500. 4383. 5. 9 551.8 550.9 .9 1 25MAR09 10: 52 :06 PAGE 155 FLOODWAY DATA, SYCAMORE CREEK PROFILE NO. 2 -------FLOODWAY -------WATER SURFACE ELEVATION STATION WIDTH SECTION MEAN WITH WITHOUT DIFFERENCE AREA VELOCITY FLOODWAY FLOODWAY 15570.000 500. 3716. 6.9 555.3 554.3 1.0 16560.000 300. 3234. 7.8 559.5 558.7 .8 16910.000 400. 5680. 4.4 561.1 560.2 .9 17420.000 468. 6377. 3.9 561.6 560.7 .9 17470.000 550. 5564. 4. 5 561. 5 560.7 .8 17520.000 421. 3986. 6.3 561.4 560.4 1.0 18480.000 699. 7255. 3.5 563.2 562.6 .6 19200.000 320. 3855. 6.1 563.9 563.2 .7 19250.000 320. 2470. 9.6 563.8 563.0 .8 19300.000 320. 2980. 7.9 565.3 564.6 .7 19370.000 375. 4916. 4.8 566.2 565.4 .8 20110.000 400. 5298. 4.5 566.9 566.0 .9 20850.000 200. 2561. 9.2 567.5 566.5 1.0 20930.000 207. 2827. 8.3 568.0 567.2 .8 Page 159 - ·-· l __, 111111111 -t \ .. ~ .. i :l ifJI;) ' K21SYC.OH2 20990.000 207. 2827. 8.3 568.3 567.4 .9 21060.000 198. 2519. 9.4 568.3 567.3 1.0 22380.000 299. 3515. 6.7 572 .o 571.6 .4 22810.000 240. 3336. 7.1 572.7 572.1 .6 22910.000 225. 3009. 7.8 572.8 572.0 .8 22970.000 225. 3028. 7.8 572.9 572 .1 .8 23100.000 225. 2580. 9.1 572.8 572.1 . 7 23440.000 275. 2479. 9.5 574.1 573.6 . 5 24610 .000 22 5. 2846. 7.2 579.0 578.4 .6 25900 .000 165. 1975. 10.4 582.1 581.8 . 3 25980 .000 285. 3200. 6.4 583.7 583.5 .2 26020.000 286. 3221. 6.4 583.7 583.5 .2 26070.000 173. 2277. 9.0 583.5 583.3 .2 27400.000 176. 2543. 7.2 587.5 587.2 . 3 29140.000 171. 2538. 7.4 590.6 589.8 .8 30040 .000 140. 1925. 9.7 592.6 591. 7 .9 31000.000 180. 2031. 9.2 596.3 595 .6 . 7 31070.000 179. 1593. 11.7 596.3 595.3 1.0 31160.000 189. 1757. 10.6 597.2 596.8 .4 31210.000 180. 2371. 7.9 598 .2 598.6 -.4 31540.000 250. 1623 . 11. 5 599.0 598.8 .2 31870.000 370. 2042. 9.2 602.2 602.2 .o 33490.000 350. 2436. 7.7 609.3 608.3 1.0 35250.000 200. 2027. 9.2 615.4 615.3 .1 36400.000 200. 2597. 7.2 619.6 618.9 .7 36600 .000 200. 2573. 7 .3 620.0 619.3 . 7 36650.000 152. 1840. 10 .2 619.7 618.9 .8 36740 .000 152. 1906. 9.8 620.2 619.5 .7 1 25MAR09 10: 52 :06 PAGE 156 FLOODWAY DATA, SYCAMORE CREEK PROFILE NO. 2 -------FLOODWAY -------WATER SURFACE ELEVATION STATION WIDTH SECTION MEAN WITH WITHOUT DIFFERENCE AREA VELOCITY FLOODWAY FLOODWAY 36870.000 200. 2428. 7.7 621.3 620.9 .4 38470.000 451. 2069. 9 .0 626.8 626.7 .1 38620 .000 122. 1491. 12.5 628.4 628.3 .1 38680.000 450. 1514. 12.4 629.4 629.4 .o 38750.000 450. 4720 . 4.0 632.4 632.5 -.1 39640 .000 450. 3978 . 4.7 633.9 633 .4 . 5 40400.000 300. 2972. 6.3 635.5 634.9 .6 41580.000 250. 2702. 7.3 639.6 638.9 . 7 41750.000 240 . 2499 . 7.9 640 .3 639.5 .8 41845 .000 242. 2579 . 7.7 640.6 639.9 . 7 Page 160 ·--- --- 1 '~.JO_.. 41895 .000 243. 2622. 7.6 41950.000 270. 2739. 7.2 42630.000 540. 3730. 5.3 43450.000 250. 2712. 7.3 43650.000 208. 2552. 7.8 43700.000 209. 2379. 8.3 43800.000 209. 2379. 8.3 43850.000 209. 2830. 7.0 44080.000 475. 4588. 4.3 45480.000 250. 2170. 8.2 46650.000 116. 1322. 7.1 46925 .000 118. 1207. 7.8 46965.000 119. 1228. 7.7 47015 .000 119. 1201. 7.8 47055.000 119. 1218. 7.7 47900.000 300. 2530. 3.7 49800.000 250. 1236. 7.6 51900.000 400. 2462. 3.5 52365.000 200. 1561. 5.5 52830.000 200. 1489. 5 .8 54250.000 325. 1404. 6.1 54900.000 300. 1808. 4.8 55740.000 400. 1592. 4.8 56870.000 275. 1484. 5.2 57890.000 140. 921. 8.4 57970.000 140. 1128. 6.8 58530.000 140. 1144. 6.7 58675.000 104. 807. 9. 5 58725.000 187. 1679. 4.6 58775.000 187. 1683. 4.6 58825.000 184 . 1597. 4.8 59030.000 148. 972. 7.9 25MAR09 10:52:06 FLOODWAY DATA, SYCAMORE CREEK PROFILE NO. 2 -------FLOODWAY ------- STATION WIDTH SECTION MEAN - --ea -K21SYC.OH2 640.7 640.1 .6 640.8 640.5 . 3 643.8 642.9 .9 646.2 645. 3 .9 646.8 645.8 1.0 647.0 646.1 .9 647.6 646.7 .9 648.1 647.1 1.0 648.9 648.1 .8 651.4 650.7 .7 656.8 656.2 .6 657.7 657.0 . 7 657.8 657.2 .6 659.1 658.8 . 3 659.2 658.9 . 3 661. 5 661.2 . 3 665.9 665.1 .8 674.3 673.5 .8 674.9 674.1 .8 675.8 675.1 . 7 680.8 679.9 .9 683.9 683.1 .8 686.5 686.2 .3 690.4 690.2 .2 694.0 693.2 .8 694.7 693.8 .9 696.2 695.4 .8 696.4 695 .4 1.0 697.8 697.4 .4 697.9 697.5 .4 697.9 697.5 .4 697.9 697.5 .4 WATER SURFACE ELEVATION WITH WITHOUT DIFFERENCE AREA VELOCITY FLOODWAY FLOODWAY 60150.000 113. 768. 4.3 701.9 702.0 -.1 60725 .000 114. 534. 6.2 703.0 703 .o .o 61300.000 102. 331. 10.0 706.8 706.7 .1 61450.000 96. 439. 7.5 709.0 709.0 .o 61675.000 157. 412. 8.0 713.4 713. 3 .1 61725 .000 57. 272. 12.1 713. 7 713. 7 .0 Page 161 ------{.-r -~·s·'·' PAGE 157 ·......J __, _. 1 61775 .000 57. 359. 61825.000 472. 1834. 61900.000 472. 1849. 62800.000 122. 375. 62900.000 236. 517. 63950.000 160. 647. 64560.000 150. 736. 65650.000 300. 1299. 66180 .000 200. 555 . 66240.000 200. 516 . 66300.000 150. 640. 67840.000 240 . 1043. 68620.000 125. 469. 70130.000 450. 1435. 70180.000 450. 488. 70220 .000 450 . 967. 70270.000 450. 1973 . 70320.000 450 . 1763. 71200.000 401. 994. 74180.000 350. 1278. 74220.000 350. 1289. 74255.000 64. 384. 74345 .000 64. 398. 74380 .000 64. 406. 74420.000 325. 468. 74620 .000 325. 945. 74820 .000 149. 549. 75210.000 250. 735. 75260.000 251. 538. 75510.000 200 . 786 . 75550.000 25 . 174. 75570.000 25. 199. 75620.000 25. 237. 76930 .000 300. 1572. 77030.000 188 . 914 . 77065 .000 130. 533 . 25MAR09 10: 52: 06 FLOODWAY DATA, SYCAMORE CREEK PROFILE NO . 2 9.2 1.8 1.8 8.8 6.4 5.1 4.5 2.2 5.2 5.6 4.5 2.8 6.2 2.0 5.9 3.0 1. 5 1.6 2.9 1.9 1.9 6.3 6.0 5. 9 5 .1 2.5 4.4 3.3 4. 5 3.1 13.8 12.1 10 .1 1. 5 2.6 4.5 -------FLOODWAY -------STATION WIDTH SECTION MEAN --..... -i .... I>, -,i ~iii' K21SYC.OH2 715.3 715.3 .0 717.0 717.0 .0 717.0 717.0 .o 718.0 717.9 .1 720.0 720.0 .o 727 .0 726.4 .6 729.7 728.8 .9 732.4 731.6 .8 733.6 733.0 .6 734.4 734.5 -.1 735.0 734.7 . 3 739.7 738.9 .8 741. 7 740.9 .8 746.9 746.4 . 5 748.4 748 .4 .0 749.4 749.2 .2 749.6 749 .3 . 3 749.6 749.3 . 3 750.9 750.4 . 5 758.6 758.5 .1 758.6 758.5 .1 758.3 758.2 .1 758.5 758.4 .1 758.7 758.6 .1 760.1 760 .1 .0 761.9 761.3 .6 762.8 762.1 .7 764.8 764 .2 .6 765.0 764.6 .4 766.4 765 .4 1.0 765.2 764.8 .4 766.2 766.2 .0 767.7 767.7 .o 771. 5 770.8 . 7 771. 5 770.8 .7 771. 5 770.8 .7 WATER SURFACE ELEVATION AREA VELOCITY WITH WITHOUT DIFFERENCE FLOODWAY FLOODWAY 77095.000 77130. 000 130 . 130. 553. 600 . 4.3 4.0 771.6 771.9 770.9 .7 771.1 .8 Page 162 ... .... . ·,\ '..J .,,. PAGE 158 ..... ------- --~ -------r -' \ .. _, .. ·~;"! . ·'Si .. 78180 .000 250. K21SYC.OH2 1128 . 2 .1 774.6 773.6 1.0 78215.000 250 . 901. 2 .7 774 .6 773.6 1.0 78245 . 000 250 . 909 . 2.6 774 .6 773 .6 1.0 78280.000 250. 1200 . 2.0 774.7 773. 7 1.0 Page 163 CORRECTED EFFECTIVE HEC-RAS FLOODPLAIN MODEL X X X X X X xxxxxxx X X X X X X HEC-RAS Versio n 4 .0.0 March 2008 U.S. Army Corps of Engineers Hydrologic Engineering Center 609 Second Street Davis, California xxxxxx xxxx xxxx xx X X X X X X X X X X X X X xxxx X XXX xxxx xxxxxx X X X X X X X X X X X X X xxxxxx xxxx X X X X xxxx X X xxxx X X xxxxx ******************************************************************************** PROJECT DATA Project Title: 2009_Cobb Park Flood Study Project File CobbPark FS .prj Run Date and Time: 4 /22/2010 4:59 :08 PM Project in English units Project Description: Cobb Park Flood Study -Design of a new bridge crossing Jacobs Job WUXU2700 TAW and LKS FORT WORTH FIS NOVEMBER 1982 10 YEAR FREQUENCY FLOOD, (WITH 50,100, AND 500) SYCAMORE CK MDF FORT WORTH FLOOD INSURANCE STUDY JULY 1 9 83 10 YEAR FREQUENCY FLOOD, (WITH 50,100 ,AND 500) SYCAMORE CREEK KJZ FORT WORTH FIS NOVEMBER 1982 10 YEAR FREQUENCY FLOOD, (WITH 50,100,AND 500 ) SYCAMORE CK MDF ******************************************************************************** PLAN DATA Plan Title : Corrected Effective -Cobb Park Plan File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS .pOl Geometry Title : Corrected Effectiv e Geometry File : W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90 % Submittal \CobbPark _FS .gOl Imported HEC-2 Flows Flow Title Flow File W:\JOB\WUXU27 -Cobb Park FS \W TR_RSC \HYDRAULICS \Design Model -90% Submittal\CobbPark_FS.fOl Plan Description: Corrected Effective Model Plan Summary Information: Number of: Cross Sections Culverts Bridges Computational Information 10 0 0 Multiple Openings Inline Structures Lateral Structures Water surface calculation tolerance Critical depth calculation tolerance Maximum number of iterations 0.01 0.01 20 0.3 0.001 Maximum difference tolerance Flow tolerance factor Computation Options Critical depth computed at all cross sections Conveyance Calculation Method: At breaks inn values only Friction Slope Method : Average Conveyance Computational Flow Regime: Subcritical Flow 0 0 0 ******************************************************************************** FLOW DATA Flow Title: Imported HEC-2 Flows Flow File W:\JOB \WUXU27 -Cobb Park FS\WTR_RSC \HYDRAULICS\Design Model -90% Submittal \CobbPark_FS .fOl Flow Data (cfs) ********************************************************************************************************************************************* * River * RIVER-1 * RIVER -1 Reach Reach-1 Reach-1 RS 1 8480 15570 * * 1 Year 2820 2840 2 Year 1410 14 20 10 Year 14100 14200 50 Year 21800 22100 100 Year 25 10 0 25800 500 Year* 33200 * 34500 * ********************************************************************************************************************************************* Boundary Conditions ******************************************************************************************************** * River Reach Profile * Upstream Downstream * ******************************************************************************************************** * RIVER-1 Reach-1 1 Year * Critical Normal s = 0.002 * * RIVER-1 Reach-1 2 Year * Critical Normal s = 0.002 * * RIVER-1 Reach-1 10 Year * Critical Known WS = 545 .13 * * RIVER-1 Reach-1 50 Year * Critical Known WS = 547.4 * * RIVER-1 Reach-1 100 Year * Critical Known WS = 548 .25 * * RIVER-1 Reach-1 500 Year * Critical Known WS = 549.91 * ******************************************************************************************************** Observed Water Surface Marks ********************************************************************************************************************************************* * River * RIVER-1 * RIVER-1 Reach Reach-1 Reach-1 RS 18480 17520 * * * 1 Year 2 Year 10 Year 50 Year 100 Year 562.55 560.35 500 Year* * * * RIVER-1 Reach-1 17470 * 560.74 * * RIVER-1 Reach -1 17420 * 560.73 * * RIVER-1 Reach-1 16910 * 560.23 * * RIVER-1 Reach-1 15570 * 554 .27 * * RIVER-1 Reach-1 14600 * 550.9 * * RIVER-1 Reach-1 13550 * 548.17 * * RIVER-1 Reach -1 13500 * 548.25 * ********************************************************************************************************************************************* ******************************************************************************** GEOMETRY DATA Geometry Title: Corrected Effective Geometry File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS .gOl CROSS SECTION RIVER: RIVER -1 REACH : Reach-1 RS: 18480 INPUT Description : Station Elevation Data num= 28 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 580 1100 575 1170 570 1330 565 1660 560 1910 555 1930 545 1950 543 1980 543 2000 545 2020 550 2055 555 2125 556 2190 555 2240 554 2290 555 2360 556 2420 555 2460 550 2470 545 2480 544 2485 544 2495 545 2505 550 2520 555 2700 560 2790 565 2840 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .065 1910 .055 2 055 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 1910 2055 800 960 920 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 17520 INPUT Description : Station Elev ation Data num= 2 0 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 740 580 900 575 9 90 570 1 2 10 565 1365 561 1400 563.3 1444 562 .8 1482 559.8 1590 555 1640 550 1690 545 1727 541.4 1780 545 1800 550 1830 555 1895 560 1940 565 2 180 570 2265 575 2 340 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 740 .065 1640 .055 1800 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1640 1800 70 50 30 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 17470 INPUT Description: H SURVEY SECTION 24 AUGUST 1981 Station Elevation Data num= 30 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 740 580 900 575 990 570 1210 565 1365 561 1400 563.3 1444 562.8 1482 559.5 1490 558.3 1500 558 1600 556.3 1674 555.6 1700 553.5 1727 553.1 1757 555.1 1800 556.1 1900 556.9 2000 556.1 2069 556.1 2100 554.8 2127 554.1 2200 545 .6 2282 542.8 2300 543.5 2400 549.9 2500 560.9 2600 567.3 2680 570 2780 575 2875 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 740 .065 2200 .06 2400 .065 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 2200 2400 50 50 50 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 17420 INPUT Description: Station Elevation Data num= 19 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 740 580 900 575 990 570 1210 565 1365 561 1400 563.3 1440 562.8 1482 559.5 1590 550 1615 540 1727 538.2 1785 540 1835 550 1865 555 1930 560 1975 565 2110 570 2250 575 2335 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 740 .075 1615 .06 1785 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan. 1615 1785 510 510 510 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 INPUT Description: RS: 16910 Station Elevation Data num= Sta Elev Sta Elev 14 Sta Elev Sta Elev Sta Elev ******************************************************************************** 700 577 825 575 950 566 1050 563 1400 560 1450 555 1550 548 1625 536.5 1680 536 .5 1700 543 1750 551 1950 559 2200 568 2475 578 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 700 .075 1550 .06 1750 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 1550 1750 350 350 350 .1 . 3 CROSS SECTION RIVER: RIVER -1 REACH: Reach-1 RS : 16560 INPUT Description : SURVEY SECTION 23 AUGUST 1981 Station Elevation Data num= 31 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 765 575 890 570 930 565 1000 563 1100 562.3 1200 561. 8 1300 561.4 1400 560.6 1454 557 .6 1483 552.8 1492 554 .2 1500 553.8 1 600 552 .9 16 3 7 550 1656 540.7 1668 538 .8 16 69 535.4 1698 536.2 1702 537.3 1704 537.4 1714 541. 5 1729 550.9 1800 552.5 1850 554 .8 1900 556.5 2000 558.8 2100 560 .1 2200 562.1 2300 564.6 2430 570 2530 575 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 765 .075 1637 .06 1729 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan . 1637 1729 1020 990 970 .1 .3 CROSS SECTION RIVER : RIVER-1 REACH: Reach-1 RS : 15570 INPUT Description: G SURVEY SECTION 22 AUGUST 1981 Station Elevation Data num= 36 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 370 575 470 570 535 565 650 565 682 566.5 800 565 905 560 1000 555.6 1100 555.4 1125 552.2 1200 551 1300 550.9 1400 550 .5 1436 549.7 1440 540 1445 532.9 1470 531. 8 1489 533.3 1494 539.4 1505 540 1528 550.1 1550 549.9 1600 550.1 1650 550.2 1700 549.8 1800 549.9 1850 550.1 1900 551.1 1950 551.9 2000 553.1 2050 555.4 2100 557.8 2150 560 .5 2200 565.4 2260 570 2350 575 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 370 .075 1436 .06 1528 .075 Bank Sta : Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1436 1528 930 970 1020 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 14600 INPUT Description: SURVEY SECTION 21 AUGUST 1981 Station Elevation Data num= 47 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 460 575 590 565 690 560 1000 555 .2 1050 555.3 1100 554 .5 1150 554.6 1200 554.9 1234 554.7 1258 551. 9 1300 551 .6 1400 551.7 1450 551.5 1500 550.8 1550 550 1650 548.8 1750 548.8 1800 549.5 1850 548 .9 1950 548.3 2000 547.3 2050 546.7 2100 544.8 2150 544.5 2200 544.6 2250 545.6 2300 546.3 2350 546.6 2395 546 .8 2 400 542.2 2430 533.8 2450 535.3 2457 535.2 2471 532.5 2497 532 2500 537.4 2522 538.5 2533 546 2550 546.5 2600 545.9 2648 547.8 2700 549.7 2740 556.6 2755 560 2 778 565 2790 570 2807 575 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 460 .075 2400 .06 2533 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 2400 2533 990 1050 790 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 13550 INPUT Description: SURVEY SECTION 20 AUGUST 1981 Station Elevation Data num= 32 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550.3 1100 548 .4 1150 547.3 1200 546 .5 1250 546 .4 1350 545 1400 544.6 1450 544.6 1500 545.1 1550 545.4 1600 544 .2 1650 544.1 1700 543 1750 542.8 1765 544.5 1800 543 .4 1900 544 .5 2010 540 2030 535 2070 530 2090 529 2120 529 2140 540 2240 545 2330 550 2410 560 2460 565 2485 570 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 320 .075 2010 .06 2140 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan . 2010 2140 50 50 50 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH : Reach-1 RS: 13500 INPUT Description: Station Elevation Data num= 36 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550.3 1100 548.4 1150 547.3 1200 546.5 1250 546 .4 1350 545 1400 544.6 1450 544.6 1500 545 .1 1550 545 .4 1600 544.2 1650 544.1 1700 543 1750 542 .8 1765 544.5 1800 543.4 1850 542 .4 1900 540 .5 1950 537 .7 2000 533.5 2045 529.6 20 6 8 529.5 2100 5 2 9.9 2 150 534 .7 2200 540.5 2260 545.6 2300 546 2319 547.6 2350 559 .7 2 3 79 563.6 2460 565 2630 570 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 320 .0 7 2000 .045 2150 .07 Bank Sta : Left Right Lengths: Left Channel Right Coeff Contr. Expan . 2000 2150 12750 13000 12715 .1 .3 EXISTING CONDITIONS HEC-RAS FLOODPLAIN MODEL X X X X X X xxxxxxx X X X X X X HEC-RAS Version 4.0.0 March 2008 U .S. Army Corps of Engineers Hydrologic Engineering Center 609 Second Street Davis, California xxxxxx xxxx xxxx xx X X X X X X X X X X X X X xxxx X XXX xxxx xxxxxx X X X X X X X X X X X X X xxxxxx xxxx X X X X xxxx X X xxxx X X xxxxx ******************************************************************************** PROJECT DATA Project Title: 2009_Cobb Park Flood Study Project File CobbPark_FS.prj Run Date and Time: 4 /22 /2010 5:00:26 PM Project in English units Project Description : Cobb Park Flood Study -Design of a new bridge crossing Jacobs Job WUXU2700 TAW and LKS FORT WORTH FIS NOVEMBER 1982 10 YEAR FREQUENCY FLOOD, (WITH 50,100 , AND 500) SYCAMORE CK MDF FORT WORTH FLOOD INSURANCE STUDY 10 YEAR FREQUENCY FLOOD, 50,100,AND 500) SYCAMORE CREEK FORT WORTH FIS NOVEMBER 1982 JULY 1983 (WITH KJZ 10 YEAR FREQUENCY FLOOD, (WITH 50,100,AND 500) SYCAMORE CK MDF ******************************************************************************** PLAN DATA Plan Title: Existing Conditions -Cobb Park Plan File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS.p03 Geometry Title: Existing Conditions -Cobb Park Geometry File : W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS.g02 Imported HEC-2 Flows Flow Title Flow File W:\JOB\WUXU27 -Cobb Park FS\WTR_RSC\HYDRAULICS\Design Model -90% Submittal\CobbPark_FS.fOl Plan Description: Cobb Park -Existing Conditions Revised to include new surveyed cross sections Plan Summary Information: Number of: Cross Sections Culverts Bridges 15 0 0 Multiple Openings Inline Structures Lateral Structures Computational Information Water surface calculation tolerance Critical depth calculation tolerance Maximum number of iterations Maximum difference tolerance Flow tolerance factor Computation Options 0.01 0.01 20 0.3 0.001 Critical depth computed only where necessary Conveyance Calculation Method: At breaks inn values only Friction Slope Method: Average Conveyance Computational Flow Regime: Subcritical Flow 0 0 0 ******************************************************************************** FLOW DATA Flow Title: Imported HEC-2 Flows Flow File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS.fOl Flow Data (cfs) ********************************************************************************************************************************************* * River * RIVER-1 * RIVER-1 Reach Reach-1 Reach-1 RS 18480 15570 * * 1 Year 2820 2840 2 Year 1410 1420 10 Year 14100 14200 50 Year 21800 22100 100 Year 25100 25800 500 Year* 33200 * 34500 * ********************************************************************************************************************************************* Boundary Conditions ******************************************************************************************************** * River Reach Profile * Upstream Downstream * ******************************************************************************************************** * RIVER-1 Reach-1 1 Year * Critical Normal s = 0.002 * * RIVER-1 Reach-1 2 Year * Critical Normal s = 0.002 * * RIVER-1 Reach-1 10 Year * Critical Known WS = 545 .13 * * RIVER-1 Reach-1 50 Year * Critical Known WS = 547.4 * * RIVER-1 Reach-1 100 Year * Critical Known WS = 548.25 * * RIVER-1 Reach-1 500 Year * Critical Known WS = 549.91 * ******************************************************************************************************** Observed Water Surface Marks ********************************************************************************************************************************************* * River * RIVER-1 Reach Reach-1 RS 18480 * * 1 Year 2 Year 10 Year 50 Year 100 Year 562.55 500 Year* * * RIVER-1 Reach-1 17520 * 560.35 * * RIVER-1 Reach-1 17470 * 560.74 * * RI VER-1 Reach-1 17420 * 560.73 * * RIVER-1 Reach-1 16910 * 560.23 * * RIVER-1 Reach-1 15570 * 554.27 * * RIVER-1 Reach-1 14600 * 550 .9 * * RIVER-1 Reach-1 13550 * 548 .17 * * RIVER-1 Reach-1 13500 * 548.25 * ********************************************************************************************************************************************* ******************************************************************************** GEOMETRY DATA Geometry Title: Existing Conditions -Cobb Park Geometry File W:\JOB\WUXU27 -Cobb Park FS\WTR_RSC \HYDRAULICS\Design Model -90% Submittal\CobbPark_FS.g02 CROSS SECTION RIVER: RIVER-1 REACH : Reach-1 INPUT Description: Station Elevation Sta Elev Data Sta RS: 18480 num= 28 Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 580 1100 575 1170 570 1330 565 1660 560 1910 555 1930 545 1950 543 1980 543 2000 545 2020 550 2055 555 2125 556 2190 555 2240 554 2290 555 2360 556 2420 555 2460 550 2470 545 2480 544 2485 544 2495 545 2505 550 2520 555 2700 560 2790 565 2840 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .065 1910 .055 2055 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1910 2055 800 960 920 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 17520 INPUT Description : Station Elevation Data num= 20 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 740 580 900 575 990 570 1210 565 1365 561 1400 563 .3 1444 562.8 1482 559.8 1590 555 1640 550 1690 545 1727 540 .53 1780 545 1800 550 1830 555 1895 560 1940 565 2180 570 2265 575 2 340 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 740 .065 1640 .055 1800 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1482 1895 70 50 30 .1 . 3 CROSS SECTION RIVER : RIVER-1 REACH: Reach-1 RS: 17470 INPUT Description : 2009 Survey data Replaced H SURVEY SECTION 24 AUGUST 1981 Station Elevation Data num= 50 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 565 1043 564 1133 563 1182 562 1224 561 1259 562 1312 562 1321 561 1335 560 1354 559 1367 558 1419 557 1466 556 1531 555 1549 554 1602 555 1653 556 1881 556 1946 555 2031 554 2066 552 2072 551 2076 550 2081 549 2090 547 2130 546 2132 545 2133 544 2135 543 2154 542 2171 541 2174 540 .14 2176 541 2185 542 2199 543 2202 546 2204 547 2209 548 2213 550 2224 555 2226 556 2235 557 2245 558 2260 559 2278 560 2289 561 2325 562 2338 563 2356 564 2377 565 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .065 2066 .06 2213 .065 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 2066 2213 50 50 50 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 17420 INPUT Description: 2009 Survey data replaced effectiv e data Station Elevation Data num= 37 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev *************************************~****************************************** 1000 565 1044 564 1083 563 1136 562 1234 562 1269 563 1286 562 1303 561 1315 560 1329 559 1341 558 1355 557 1506 556 1517 555 1529 554 1580 554 1600 555 1649 554 1751 553 1800 554 1902 555 1924 554 1942 553 1965 550.72 2027 545.23 2043 542.2 2107 538 .97 2129 542 2136 543 2153 544.45 2194 547 2204 549 2214 550 2220 551 2254 555 2299 560 2354 565 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .075 1942 .06 2220 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1942 2220 510 510 510 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach -1 RS: 16910 INPUT Description : Survey 2009 Station Elevation Data num= 37 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 562 1040 560 1090 559 1151 558 1306 556 1410 555 1543 554 1558 553 .52 1571 553.83 1585 553. 91 1599 553 1602 552 1607 550 1619 545 1624 543 1629 542 1637 541 1642 540 1647 536 1658 535.75 1666 536 1679 537 1682 540 1684 542 1687 543 1695 544 1707 545 1725 546 1734 547 1743 550 1751 553 1756 554 1801 555 1872 558 1966 559 1985 560 2036 562 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .075 1599 .06 1751 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1599 1751 235 216 196 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH : Reach-1 RS: 16694 INPUT Description: New XS Station Elevation Data num= 70 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 24.24 561. 65 110. 56 560 169.3 559.32 193 .96 558 214.7 556 226.67 554 286.83 553.53 333.8 553 357.64 553 359.31 552 .79 362.21 552 369 .97 550 373 .67 550.17 375.38 552 376 .95 551.37 379.82 550 388.24 546 390.34 545 392.61 544 393.56 543.76 397 .52 543 408.22 542.04 410.22 541 411. 97 540 412.59 538 .55 413.34 536 .89 413.76 536 434.5 535.25 447 .83 536 449 .88 538 450.44 539 451.48 539.45 452.59 540 456.3 541 459.8 542 463.65 543.12 465.39 544 465 .87 544 .82 466.43 546 467.04 546.86 467.85 548 468.58 549 469.62 550 470 .72 551 480.89 550.42 482 .38 550 .4 488 .46 551 495.53 551.49 500 .11 552 508.1 552.18 542.57 553 562.21 553.57 570.57 553. 71 583.02 554.21 598.29 555 612.14 555 .52 617.2 555.65 637.86 556.37 660 .79 557 708.2 558 730.57 558.99 730.87 559 796. 72 560 806 .81 560.24 820.19 560.48 831.25 560 .76 845 .09 561 860 .78 561.08 907 .97 562 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 375.38 .06 470.72 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 375.38 470.72 50 51 50 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 16643 INPUT Description : New XS Station Elev ation Data num= 62 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 64.9 5 561.42 98.26 560.96 150.81 560.23 162 .32 560 171. 74 559 .94 178.73 559.78 190.39 559.45 199.21 559 .11 212.17 558 .57 225.27 558 243.3 556 259.67 554 346 .08 553 395.63 552 395.71551.9916 395.82 551 .98 397 .67 550.88 399 .74 549.69 402 .65 548 .02 404.41 547 406 .16 546 408 .41 545 410.26 544.59 427 .45 542 430 .5 3 541 4 3 3.52 540 435.36 539 4 3 5.92 538 436.41 537 437 536452 .1801 5 3 5.19 471.8 3 536 47 2.35 5 3 6 .62 473.82 538 475 .27 53 9.15 476 .14 540 477.31 540 .99 478.41 542 481. 89 543 484.97 543 .88 488 .59 545 491 .67 546 493.09 546.84 497 .72 548.27 499.67 549 502 .6 7 550 .17 505.15 551 513.84 551. 75 517.93 552 546.09 553 601. 61 553 .8 614 .01 554 .31 638.38 555 663 .88 556 670.74 556.12 708 .67 557 7 2 8.34 557 .6 745.68 558 774.97 559 914.72 561 975.6 3 562 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 395.71 .06 517 .93 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 395 .71 517 .93 66 67 70 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 16576 INPUT Description: New XS Station Elevation Data num= 73 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 83 .6 561.18 192.62 560 .09 212.68 559.83 223.48 559 .59 284.41 558 303 .31 556 320.1 554 365.85 553.41 402 .84 552.76 422.43 552.58 456.7 552 458 .99 551 461. 89 549 .6 464 .64 548.26 467.24 547 468.8 546.25 470 .65 544.86 471.95 544 474.22 543 475.33 542.66 477 .89 542 481.37 541. 58 486 .7 541 492.75 539 493 .24 538.73 494.47 538 495.18 537.15 497.03 536 499.6 535.52 504.06 535 521. 96 535.75 524.3 536 528.96 537 530 .35 539.08 531.07 540 531.68 541 535.44 541.99 537.08 542.1 541. 88 542.3 545.17 543.08 548.87 544 552.79 545 556 .32 546 558.84 546 .72 559.25 547 560.55 547.37 563 .89 548 567.74 548.64 569.59 549 571. 57 549.53 577.24 551 580.96 551 .87 582.27 552 620.24 552.24 628.38 552.37 630.82 552.46 642.68 553 645.79553.0645 661 .02 553.38 678.69 554 712.12 555 737 .72 555 .89 745.62 556 758.9 556.28 777.23 556.74 827.18 558 .08 834 .75 558.18 851. 03 558.7 854 .51 558.79 858 .6 558.86 881.03 559.1 1007.95 560 .95 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 456.7 .06 582.27 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr . Expan. 456 .7 582 .27 35 35 31 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH : Reach-1 RS: 16541 INPUT Description : New XS Station Elevati o n Data num= 65 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 87.3 4 560 .82 117 .2 560.54 126.42 560.42 174.45 560 261 .09 558.84 302.55 558.02 303 .35 558 321.5 556 335 .56 554 425.82 552.4 471.62 551.96 472.95 551 473.58 550 .53 475.66 549 476.98 548 478 .26 547 480.36 546 484.69 544 486.86 543 491.06 542 495.92 541.28 497 .73 541 498.68 539.65 499 .2 539 499.89 538 500.46 537 501 .14 536 505.32 535 527 .21 534.9 530.84 535 534.25 535 .41 539.21 536 539.9 537 541.32 539 542.39 540 544.26 541 546.08 541 .73 546.85 542 548.99 543 551.16 543.96 554 .01 545 562. 72 546 583 .49 547 589.65 549 598.58 552 634.46 551 636.69 550 639.15 549 641.28 549.33 644 .07 550 646 .13 551 652.25 552 667.07 552.57 676. 71 552 .78 711 . 28 554 739.98 554 .97 749 555 .11 774.17 556 80 2. 71 556 .68 828.38 557.26 868. 71 558 895.52 558.09 1000.09 560 1055.78 561. 31 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 471. 62 .06 598.58 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff contr. Expan. 471. 62 598 .58 100 101 100 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 16440 INPUT Description: New XS Station Elevation Data num= 110 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 560 2.49 559.93 6.04 559.78 7.17 559.72 23.69 559.09 26.88 558.9 31.65 558.7 35.49 558.48 37.72 558.38 42.79 558.12 43 .11 558 .11 45.24 558 61. 93 557.56 69.91 557.28 74. 96 557.14 80. 72 556.9 85.51 556.76 101.82 556 102.53 555.84 110 . 96 554 113. 81 553.9 193.98 552 242.27 551.84 244.64 552 258.97 551.84 259.36 551.49 262 549.18 262.41 548.81 263.34 548 264 .11 547.32 264.46 547 265.1 546.43 265.57 546 266.22 545 .42 266.68 545 267.25 544.49 267.79 544 268.4 543 .46 268.91 543 269.6 542.37 270 542 270.16 541.85 272.21 540 272.65 539.61 273.35 539 274.06 538.34 274.43 538 275.02 537 .59 276.67 536.58 2 77.64 536 285.98 535.26 288.15 535 303.94 534.4 309.24 535 311.05 536.78 311.39 537 311. 72 537.29 312.52 538 312.97 538.49 313.42 539 318.09 539.74 319.45 540 320 .07 540.1 325.82 541 331. 82 542 338.91 542.96 339.11 542 .98 339.24 543 357.04 543.88 360.35 544 361. 41 544.01 364.03 544.22 366.88 544.34 376.08 545 3 79 .66 545.53 382 .11 546 387.64 546.33 389.8 547 390.58 547.25 393.32 548.77 397.36 550 428 .1 2 552 430.97552.0659 469.66 552. 96 505.38 554.14 619.19 557.19 620 .54 557.22 650 .85 558.1 703.95 559.47 729. 35 559.98 729.59 559.99 730.29 560 761.46 560.65 766.53 560 .73 769.86 560.82 774.6 560 .9 776. 64 560.96 780.49 561.03 790 561. 27 791. 89 561.3 797.12 561.45 798.87 561.48 799.45 561. 5 800.05 561.51 806.14 561. 67 806.64 561. 68 807 .2 4 561 .7 814 561 .87 814.64 561 .89 819 .73 562.01 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 258.97 .06 428.12 .075 Bank Sta: Left Right Lengths: Left Channe l Right Coeff Contr. Expan. 258.97 428.12 156 114 78 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 16326 INPUT Description: New XS Station Elevation Data num= 87 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 560 57 .72 558 231.34 557. 96 287.37 556 299 554 300.64 553. 96 300.91 553 .95 335.5 553 .18 374.49 552.61 395.05 552 487.81 551.62 489.12 551.24 489.48 551 490.43 550.4 494 .73 547.28 496.5 546 497.28 545.43 498 .71 544.4 499.26 544 500.5 543 .13 500.68 543 500.82 542 .9 502.03 542 502.25 541.84 503.39 541 504 .4 540.53 505.61 540 507.93 539 509 .05 538.48 510.05 538 512.17 537 514.5 536.43 515.62 536 525 .48 535.34 529 .76 535 545.8 1 534.1 551.1 5 34 554 .65 536 555.55 536.84 555 .72 537 556 .56 537.78 556.79 538 557.31 538.06 562.73 539 566 .73 539.85 567.23 540 570.75 541 571. 3 541 .16 573.35 542 576.79 542.64 578.49 543 582.46 543. 72 583 .79 544 584 .83 544. 72 585.23 545 586.54 545.97 587.78 547 588.19 547 .54 588.53 548 588.94 548.49 589.37 549 589 .77 549.57 590 .06 550 590.25 550 .25 590 .83 551 603.65 551.93 604 . 72 552 604.79 551 .76 609 .58 550.87 612 .1 551.32 613.63 551. 58 616 .21 551 .99 616.29 552 631.27 552 .01 661.13 553.05 663 .87 553 .13 666.09 553 .24 669.39 553 .38 671. 98 553 .44 683 .62 553.95 684.89 554 781.42 556 7 91. 05 556.27 791. 79 556.3 846 .8 558 881. 6 558 .68 932.35 560 Manning 's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 487.81 .06 590.83 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan . 487 .81 590 .83 760 756 695 .1 . 3 Ineffective Flow num= 1 Sta L Sta R Elev Permanent 0 231. 34 558 .94 F Blocked Obstructions num= 1 Sta L Sta R Elev ************************ 644. 72 644. 72 555 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 15570 INPUT Description: G SURVEY SECTION 22 AUGUST 1981 Station Elevation Data num= 36 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 370 575 470 570 535 565 650 565 682 566.5 800 565 905 560 1000 555 .6 1100 555.4 1125 552.2 1 2 00 551 1300 550.9 1400 550.5 1436 549.7 1440 540 1445 532.9 1470 531. 8 1489 533.3 1494 539.4 1505 540 1528 550 .1 1550 549.9 1600 550 .1 1650 550 .2 1700 549 .8 1800 549.9 1850 550 .1 1900 551.1 1950 551.9 2000 553.1 2050 555.4 2100 557.8 2150 560.5 2200 565.4 2260 570 2350 575 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 370 .075 1436 .06 1528 .075 Ban k Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan . 1436 1528 930 970 1020 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH : Reach -1 RS: 14600 INPUT Description: SURVEY SECTION 21 AUGUST 1981 Station E levation Data num= 47 Sta Elev Sta Elev Sta E l ev Sta Elev Sta Elev ******************************************************************************** 460 575 590 565 690 560 1000 555 .2 1050 555 .3 1100 554 .5 1150 554.6 1200 554.9 1234 554.7 1258 551 .9 1300 551. 6 1400 551.7 1 450 551 .5 1500 550 .8 1550 550 1650 548 .8 1 750 548.8 1800 549.5 1850 548 .9 1950 548 .3 2000 547 .3 2050 546 .7 2100 544.8 2150 544.5 2200 544.6 2250 545 .6 2300 546.3 2350 546.6 2395 546.8 2400 542.2 2430 533.8 2450 535.3 2457 535.2 2471 532.5 249 7 532 2500 537 .4 2522 538.5 2533 546 2550 546 .5 2600 545 .9 2648 547.8 2700 549 . 7 2740 556.6 2755 560 2778 565 2790 570 2807 575 Manning's n Valu es n u m= 3 Sta n Val Sta n Val Sta n Val ************************************************ 460 .075 2400 .06 2533 .075 Bank Sta: Left Right Lengths: Left Channe l Right Coeff Contr. Expan. 2400 2533 990 1 050 790 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 13550 INPUT Description: SURVEY SECTION 20 AUGUST 1981 Station Elevation Data num= 32 Sta Elev Sta El ev Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550 .3 1100 548 .4 1150 547.3 1200 546 .5 1250 546 .4 1350 545 1400 544.6 1450 544 .6 1500 545 .1 1550 545 .4 1600 544 .2 1650 544 .1 1 700 543 1750 542.8 1765 544.5 1800 543 .4 1900 544.5 2010 540 2030 535 2070 530 2090 529 2120 529 2140 540 2240 545 2330 550 2410 560 2460 565 2485 570 Manning's n Values num= 3 Sta n Va l Sta n Val Sta n Va l ************************************************ 320 .075 2010 .06 2140 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr . Expan. 20 1 0 2140 50 50 50 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH : Reach-1 INPUT Description: RS: 13500 Station Elev ation Data num= Sta Elev Sta Elev 36 Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550.3 1100 548.4 1150 547 .3 1200 546 .5 1250 546.4 1350 545 1400 544 .6 1450 544.6 1500 545.1 1550 545 .4 1600 544.2 1650 544.1 1700 543 1750 542.8 1765 544.5 1800 543.4 1850 542.4 1900 540.5 1950 537 .7 2000 533.5 2045 529.6 2068 5 2 9 .5 2100 529.9 2150 534.7 2200 540 .5 2260 545.6 2300 546 2319 547.6 2350 559.7 2379 563 .6 2460 565 2 630 570 Manning's n Values num= 3 Sta n Val S ta n Val Sta n Val ************************************************ 320 .07 2000 .045 2 150 .07 Bank Sta : Left Right Coeff Contr. Expan. 2000 2150 .1 .3 PROPOSED CONDITIONS HEC-RAS FLOODPLAIN MODEL X X X X X X xxxxxxx X X X X X X HEC-RAS Version 4.0.0 March 2008 U.S. Army Corps of Engineers Hydrologic Engineering Center 609 Second Street Davis, California xxxxxx xxxx xxxx xx X X X X X X X X X X X X X xxxx X XXX xxxx xxxxxx X X X X X X X X X X X X X xxxxxx xxxx X X X X xxxx X X xxxx X X xxxxx ******************************************************************************** PROJECT DATA Project Title: 2009_Cobb Park Flood Study Project File CobbPark_FS.prj Run Date and Time: 4 /22 /2010 5:01 :25 PM Project in English units Project Description: Cobb Park Flood Study -Design of a new bridge crossing Jacobs Job WUXU2700 TAW and LKS FORT WORTH FIS NOVEMBER 1982 10 YEAR FREQUENCY FLOOD, {WITH 50,100, AND 500) SYCAMORE CK MDF FORT WORTH FLOOD INSURANCE STUDY JULY 1983 10 YEAR FREQUENCY FLOOD, {WITH 50,100,AND 500) SYCAMORE CREEK KJZ FORT WORTH FIS NOVEMBER 1982 10 YEAR FREQUENCY FLOOD, {WITH 50,100,AND 500) SYCAMORE CK MDF ******************************************************************************** PLAN DATA Plan Title : Proposed Conditions-Cobb Park Bridge Plan File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90 % Submittal \CobbPark_FS .p04 Geometry Title: Proposed Conditions Geometry File : W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS\Design Model -90% Submittal \CobbPark_FS.g03 Imported HEC-2 Flows Flow Title Flow File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS\Design Model -90% Submittal\CobbPark_FS .fOl Plan Description: Cobb Park -Existing Conditions Revised to include new 42' ConSpan bridge and surveyed cross sections Plan Summary Information: Number of: Cross Sections Culverts Bridges 15 0 0 Multiple Openings Inline Structures Lateral Structures Computational Information Water surface calculation tolerance Critical depth calculation tolerance Maximum number of iterations Maximum difference tolerance Flow t o lerance factor Computation Options 0.01 0.01 20 0 .3 0.001 Critical depth computed only where necessary Conv eyance Calculation Method: At breaks inn values only Friction Slope Method: Av erage Conveyance Computational Flow Regime: Subcritical Flow 1 0 0 ******************************************************************************** FLOW DATA Flow Title: Impo rted HEC-2 Flows Flow File W:\JOB \WUXU27 -Cobb Park FS \WTR_RSC \HYDRAULICS \Design Model -90% Submittal \CobbPark_FS .fOl Flow Data (cfs ) ********************************************************************************************************************************************* * River * RIVER-1 * RIVER-1 Reach Reach-1 Reach-1 RS 18480 15570 * * * 1 Year 2 820 2840 2 Year 1410 1420 10 Year 14100 14 2 00 50 Year 21800 22100 100 Ye ar 25100 25800 500 Year* 3 3 200 * 34500 * ********************************************************************************************************************************************* Boundary Conditions ******************************************************************************************************** * River Reach Profile * Upstream Downstream * ******************************************************************************************************** * RIVER-1 Reach-1 1 Year * Critical Normal s = 0.002 * * RIVER -1 Reach-1 2 Year * Critical Normal s = 0 .002 * * RIVER-1 Reach-1 10 Year * Critical Known WS = 545.13 * * RIVER-1 Reach-1 50 Year * Critical Known WS = 547.4 * * RIVER-1 Reach-1 100 Year * Critical Known WS = 548 .2 5 * * RIVER-1 Reach-1 500 Year * Critical Known WS = 549.91 * ******************************************************************************************************** Observed Water surface Marks ********************************************************************************************************************************************* * River Reach RS * 1 Year 2 Year 10 Year 50 Year 100 Year 500 Year* * RIVER-1 Reach-1 18480 * 562.55 * * RIVER-1 Reach-1 17520 * 560.35 * * RIVER-1 Reach-1 17470 * 560.74 * * RIVER-1 Reach-1 17420 * 560.73 * * RIVER-1 Reach-1 16910 * 560 .23 * * RIVER-1 Reach-1 15570 * 554.27 * * RIVER-1 Reach-1 14600 * 550.9 * * RIVER-1 Reach-1 13550 * 548.17 * * RIVER-1 Reach-1 13500 * 548.25 * ********************************************************************************************************************************************* ******************************************************************************** GEOMETRY DATA Geometry Title : Proposed Conditions Geometry File W:\J0B\WUXU27 -Cobb Park FS \W TR_RSC \HYDRAULICS \Design Model -90% Submittal\CobbPark_FS.g03 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 INPUT Description: Station Elevation Data Sta Elev Sta RS: 18480 num= Elev 28 Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 580 1100 575 1170 570 1910 555 1930 545 1950 543 2020 550 2055 555 2125 556 2290 555 2360 556 2420 555 2480 544 2485 544 2495 545 2700 560 2790 565 2840 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .065 Bank Sta: Left 1910 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 INPUT Description: 1910 Right 2055 Station Elevation Data Sta Elev Sta .055 2055 .075 Lengths: Left Channel RS: 17520 num= Elev 800 960 20 Sta Elev 1330 1980 2 190 2 460 2505 Right 920 Sta 565 1660 543 2000 555 2240 550 2470 550 2520 Coeff Contr. .1 Elev Sta 560 545 554 545 555 Expan . • 3 Elev ******************************************************************************** 740 1400 1690 580 563.3 545 900 575 1444 562.8 1727 540.53 990 1482 1780 570 559.8 545 1210 1590 1800 565 555 550 13 65 1640 1830 561 550 555 1895 560 1940 565 2180 570 2265 575 2340 580 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 740 .065 1640 .055 1800 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 1482 1895 70 50 30 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 17470 INPUT Description: 2009 Survey data Replaced H SURVEY SECTION 24 AUGUST 1981 Station Elevation Data num= 50 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 565 1043 564 1133 563 1182 562 1224 561 1259 562 1312 562 1321 561 1335 560 1354 559 1367 558 1419 557 1466 556 1531 555 1549 554 1602 555 1653 556 1881 556 1946 555 2031 554 2066 552 2072 551 2076 550 2081 549 2090 547 2130 546 2132 545 2133 544 2135 543 2154 542 2171 541 2174 540.14 2176 541 2185 542 2199 543 2202 546 2204 547 2209 548 2213 550 2224 555 2226 556 2235 557 2245 558 2260 559 2278 560 2289 561 2325 562 2338 563 2356 564 2377 565 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .065 2066 .06 2213 .065 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 2066 2213 50 50 50 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 17420 INPUT Description: 2009 Survey data replaced effective data Station Elevation Data num= 37 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 565 1044 564 1083 563 1136 562 1234 562 1269 563 1286 562 1303 561 1315 560 1329 559 1341 558 1355 557 1506 556 1517 555 1529 554 1580 554 1600 555 1649 554 1751 553 1800 554 1902 555 1924 554 1942 553 1965 550.72 2027 545.23 2043 542.2 2107 538.97 2129 542 2136 543 2153 544.45 2194 547 2204 549 2214 550 2220 551 2254 555 2299 560 2354 565 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 1000 .07 5 1942 .06 2220 .075 Bank Sta: Left Right Lengths : Left Channel Right Coeff Contr. Expan . 1942 2220 510 510 510 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 16910 INPUT Description: Survey 2009 Station Elevation Data num= 37 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 1000 562 1040 560 1090 559 1151 558 1306 556 1410 555 1543 554 1558 553.52 1571 553.83 1585 553.91 1599 553 1602 552 1607 550 1619 545 1624 543 1629 542 1637 541 1642 540 1647 536 1658 535.75 1666 536 1679 537 1682 540 1684 542 1687 543 1695 544 1707 545 1725 546 1734 547 1743 550 1751 553 1756 554 1801 555 1872 558 1966 559 1985 560 2036 562 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Va l ************************************************ 1000 .075 1599 .06 1751 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 1599 1751 235 2 16 196 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 16694 INPUT Description : New XS Station Elevation Data num= 61 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 24.24 561. 65 110 .56 560 169.3 559.32 193.96 558 214. 7 556 226.67 554 286.83 553.53 333.8 553 357.64 553 359.31 552.79 362.21 552 369.97 550 373.67 550.17 375.38 552 376.95 551.37 379.82 550 388.24 546 390.34 545 392.61 544 393.56 543.76 397.52 543 408.22 542.04 410.22 541 411. 97 540 412.59 538.55 413. 34 536.89 413. 76 536 434.5 535.25 447.83 536 449.88 538 450.44 539 451.48 539.45 452.59 540 456.3 541 459.8 542 463.65 543.12 465.39 544 465.87 544.82 465.98 545 513.78 546 534.25 552.8 542.57 553 562.21 553 .57 570.57 553.71 583.02 554.21 598 .29 555 612.14 555.52 617.2 555.65 637.86 556 .37 660 .79 557 708 .2 558 730.57 558.99 730.87 559 796 . 72 560 806 .81 560.24 820.19 560.48 831.25 560.76 845.09 561 860.78 561.08 907.97 562 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .055 359.31 .045 534.25 .055 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 359.31 534.25 50 51 50 . 3 . 5 Blocked Obstructions num= 1 Sta L Sta R Elev ************************ 513. 78 513.78 546 CROSS SECTION RIVER : RIVER-1 REACH: Reach-1 RS: 16643 INPUT Description : U/S Face of New Bridge Station Elevation Data num= 55 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 64.95 561.42 98.26 560.96 150.81 560.23 162 .32 560 171. 74 559.94 1 78.73 559 .78 190 .39 559.45 199 .21 559 .11 212.17 558.57 225.27 558 243.3 556 259 .67 554 346.08 553 395 .63 552 395. 71 552 395.82 551. 98 397.67 550.88 399.74 549.69 402.65 548.02 404 .41 547 406.16 546 408.41 545 410.26 544.59 427.45 542 430.53 541 433.52 540 435 .3 6 539 435.92 538 436.41 537 437 536452.1801 535.19 471.83 536 472.35 536.62 473 .82 538 475.27 539.15 476.14 540 477.31 540 .99 478.41 542 481.89 543 484.97 543.88 488 .59 545 540.21 546 562 .57 552 .5 601.6 1 553.8 614 .01 554.31 638.38 555 663.88 556 670 .74 556 .12 708 .6 7 557 728.34 557.6 745.68 558 774.97 559 914. 72 561 975 .63 562 Manning's n Values num= 5 Sta n Val Sta n Val Sta n Val Sta n Val Sta n Val ******************************************************************************** 0 .055 395.71 .045 427.45 .035 478.41 .045 562 .57 .055 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 395.71 562.57 66 67 70 . 3 . 5 Blocked Obstructions num= 3 Sta L Sta R Elev Sta L Sta R Elev Sta L Sta R Elev ************************************************************************ 390 390 555 435 435 545 540.21 540.21 546 MULTIPLE OPENING RIVER: RIVER-1 REACH: Reach-1 INPUT Description : RS: 16606 Distance from Upstream XS 22 Deck/Roadway Width 30 Weir Coefficient 3 Upstream Deck/Roadway Coordinates num= 57 Sta Hi Cord Lo Cord Sta Hi Cord Lo Cord Sta Hi Cord Lo Cord ************************************************************************ 395. 71 435 435.l 435 .38 436 .08 437.57 439.35 443.41 448.72 454.17 459.65 465 .07 470.31 473.27 474.96 476.33 476.74 476.96 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 489 552.59 537 .81 538.68 539.51 540.61 542.16 543.36 544.97 546.33 546.96 546.83 545.96 544.35 543 541. 68 540 .03 539 .24 538.4 408 551. 06 435.01 435.17 435 .51 436.54 438.14 440 445.16 450.53 456 461.47 466.84 472 473.87 475.46 476.49 476.83 476.99 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 489 549.59 Upstream Bridge Cross Section Data Station Elevation Data num= 55 Sta Elev Sta Elev Sta 538 .11 538 .97 539.77 541.16 542.6 543.66 545.5 546.62 547 546.62 545 .5 543.66 542.6 541.16 539.77 538.97 538 .11 Elev 408 554.06 435.04 435.27 435.67 437.04 438.73 441. 69 446.93 452.35 457.83 463.28 468 .59 472.65 474.43 475.92 476 .62 476.9 477 562.57 Sta 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 .5 Elev 538.4 539.24 540.03 541.68 543 544.35 545.96 546.83 546.96 546.33 544.97 543.36 542.16 540.61 539 .51 538.68 537.81 Sta Elev ******************************************************************************** 0 1 71. 74 225.27 395 .71 404.41 430.53 562 559.94 558 552 547 541 64.95 178.73 243.3 395.82 406.16 433.52 437 536452.1801 475.27 539.15 476 .14 484.97 543.88 488.59 614.01 728.34 554.31 638.38 557.6 745.68 561.42 559.78 556 55 1 .98 546 540 98.26 190 .39 259.67 397.67 408.41 435.36 535.19 471.83 540 477.31 545 540.21 555 558 663.88 774.97 Manning's n Values Sta n Val num= Sta n Val 5 Sta 560.96 559.45 554 550.88 545 539 150.81 199 .21 346.08 399.74 410.26 435.92 536 472.35 540.99 478.41 546 562.57 556 559 n Val 670.74 914. 72 Sta 560 .23 559 .11 553 549.69 544.59 538 162.32 212 .17 395.63 402.65 427.45 436.41 536.62 473.82 542 481. 89 552.5 601.61 556.12 561 n Val 708.67 975.63 Sta 560 558.57 552 548.02 542 537 538 543 553.8 557 562 n Val ******************************************************************************** 0 .055 395.71 Bank Sta: Left 395.71 Right 562 .57 .045 427.45 Coeff Contr. • 3 Blocked Obstructions num= 3 Sta R Sta L Sta R Elev Sta L .035 478.41 Expan. . 5 Elev Sta L .045 562.57 Sta R Elev ************************************************************************ 390 390 555 435 435 545 540.21 540.21 546 .055 Downstream Deck/Roadway Coordinates num= 57 Sta Hi Cord Lo Cord Sta Hi Cord Lo Cord Sta Hi Cord Lo Cord ************************************************************************ 456 .7 492 492 .1 492 .38 493.08 494.57 496 .35 500.41 505.72 511 .17 516 .65 522.07 527.31 530.27 531 .96 533 .33 533.74 533.96 553 552 552 55 2 552 552 552 552 55 2 552 552 552 552 552 552 552 552 552 552 552 .7 537.81 538 .68 539 .51 540.61 542.16 543.36 544.97 546.33 546 .96 546 .83 545.96 544.35 543 541. 68 540 .03 539.24 538.4 470 550.87 492.01 492 .17 492 .51 4 93 .54 495 .14 497 502.16 507 .53 513 518 .47 523.84 529 530.87 532.46 533.49 533.83 533.99 553 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 549 .7 Downstream Bridge Cross Section Data Station Elevati o n Data num= 59 Sta Elev Sta Elev Sta 538 .11 538.97 539 .77 541 .16 542.6 543.66 545.5 546.62 547 546.62 545.5 543.66 542.6 541.16 539 .77 538.97 538 .11 Elev 470 553 .87 492.04 492.27 492.67 494.04 495.73 498 .69 503 .93 509.35 514.83 520.28 525.59 529 .65 531.43 532 .92 533.62 533.9 534 640 .41 Sta 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552 552.5 Elev 538.4 539.24 540.03 541 .68 543 544 .35 545 . 96 546 .83 546 .96 546.33 544.97 543.36 542 .16 540.61 539.51 538.68 537 .81 Sta Elev ******************************************************************************** 56 2 558 5 5 2.58 54 7 542.6 6 538 535.75 8 3 .6 303 .31 456.7 46 8.8 47 7.89 4 9 5 .18 524.3 561.18 556 55 2 546.25 542 537.15 536 192 .62 320 .1 458.99 470.65 481.37 497 .03 528. 96 560.09 554 551 544.86 541. 58 536 537 212.68 3 65.85 461. 89 4 7 1.95 4 86 .7 499.6 530 .35 559.83 55 3 .41 549. 6 544 541 5 3 5.52 539.08 223.48 402.84 464.64 474 .22 492.75 504.06 531. 07 559.59 55 2 .76 548 .26 54 3 5 39 5 3 5 540 0 284.41 422 .43 467.24 475 .3 3 494 .47 521.96 531. 68 552.79 661 .02 541 534 .41 545 619 .69 54 2 538.3 7 54 2 .35 545 .2 546 640.41 552 .5 64 2.6 8 543 548.87 544 55 3 645.79553.0645 758.9 854.51 55 3 .38 6 78 .69 554 71 2 .12 556.28 777.2 3 556.74 827 .18 558.79 85 8.6 558.86 881.03 Manning's n Values Sta n Val num= Sta n Val 5 Sta 555 7 3 7.72 558.08 834.75 559.1 1007 .95 n Val Sta 555 .89 558.18 560.95 n Val 745.62 851. 03 Sta 55 6 558 .7 n Val ******************************************************************************** 0 .055 Bank Sta: Left 456 .7 456.7 Right 640 .41 .05 486.7 Coeff Contr. • 3 Bloc ked Obstructions num= 3 Sta R Sta L Sta R Elev Sta L . 035 531. 68 Expan . . 5 Elev Sta L .045 712 .12 Sta R Elev ************************************************************************ 455 455 555 492 Upstream Embankment side slope Downstream Embankment side s lope 492 Maximum allowable submergence for weir flow Elevation at which weir flow begins 545 619 .69 61 9 .69 546 0 horiz. to 1.0 vertical 0 horiz . to 1 .0 v ertical .98 .055 Energy head used in spillway design Spillway height used in design Weir crest shape Broad Crested Number of Bridge Coefficient Sets 1 Low Flow Methods and Data Energy Momentum Selected Low Flow Methods High Flow Method Energy Only Additional Bridge Parameters Cd 1 .33 Highest Energy Answer Add Friction component to Momentum Do not add Weight component to Momentum Class B flow critical depth computations use critical depth inside the bridge at the upstream end Criteria to check for pressure flow= Upstream energy grade line Multiple Opening Stagnation Limits **************************************************************** * * Upstream * Downstream * **************************************************************** * Opening Type* Sta . Left* Sta . Right* Sta . Left* Sta . Right* **************************************************************** * * * Conveyance Bridge Conveyance * * * O* 395.71* 562.57* 395.71* 562 .57* 975.63* O* 456 .7* 640.41* 456 .7* 640 .41* 1007.95* **************************************************************** CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 INPUT RS : 16576 Description: D/S Face of New Bridge Station Elevation Data num= 59 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 83.6 561.18 192.62 560 .09 212.68 559.83 223.48 559.59 284.41 558 303.31 556 320.1 554 365.85 553.41 402.84 552 .76 422.43 552.58 456 .7 55 2 458.99 551 461. 89 549. 6 464.64 548 .2 6 467.2 4 547 468 .8 546.25 470 .65 544.86 4 71. 95 544 474 .22 543 475 .33 542.66 477.89 542 481.37 541 .58 486.7 541 492 .75 539 494 . 47 538 495 .18 5 3 7.15 497.03 536 499.6 535.52 504 .06 535 521.96 535.75 524.3 536 528. 96 537 530 .35 539.08 531 .07 540 531. 68 541 534 .41 542 538.37 542.35 545.2 543 548 .87 544 552.79 545 619.69 546 640.41 552.5 642.68 553 645 .79553.0645 661. 02 553.38 678.69 554 712 .12 555 737 .72 555.89 745 .62 556 758.9 556.28 777 .23 556.74 827.18 558.08 834 .75 558.18 851.03 558 .7 854.51 558 .79 858 .6 558.86 881.03 559.1 1007 .95 560 .95 Manning's n Values num= 5 Sta n Val Sta n Val Sta n Val Sta n Val Sta n Val ******************************************************************************** 0 .055 456 .7 .05 486.7 .035 531. 68 .045 712.12 .055 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 456 .7 640.41 35 35 31 . 3 .5 Blocked Obstructions num= 3 Sta L Sta R Elev Sta L Sta R Elev Sta L Sta R Elev ************************************************************************ 455 455 555 492 492 545 619.69 619.69 546 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 16541 INPUT Description: New XS Station Elevation Data num= 56 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 562 87.34 560.82 117 .2 560 .54 126.42 560.42 174 .45 560 261. 09 558.84 302 .55 558 .02 303 .35 558 321.5 556 335.56 554 425 .82 552.4 471.62 551.96 472 .95 551 473.58 550.53 475.66 549 476.98 548 478.26 547 480.36 546 484.69 544 486.86 543 491.06 542 495.92 541. 28 497 .73 541 498.68 539.65 499.2 539 499.89 538 500.46 537 501 .14 536 505.32 535 527.21 534 .9 530.84 535 534.25 535.41 539.21 536 539.9 537 541 .32 539 542.39 540 544.26 541 545.47 541.68 546.08 542 553.81 543 556.57 544 561 .14 545 640.01 546 658 .99 552.25 667.07 552.57 676. 71 552 .78 711. 28 554 739 .98 554.97 749 555 .11 774.17 556 802. 71 556.68 828.38 557.26 868. 71 558 895 .52 558.09 1000 .09 560 1055.78 561.31 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .055 471.62 .045 658.99 .055 Bank Sta : Left Right Lengths : Left Channel Right Coeff Contr. Expan. 471.62 658 .99 100 101 100 .1 .3 Blocked Obstructions num= 1 Sta L Sta R Elev ************************ 640.01 640.01 546 CROSS SECTION RIVER: RIVER -1 REACH: Reach-1 RS: 16440 INPUT Description: New XS Station Elevation Data num= 80 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 45.62 558 61 .93 557 .56 69 .91 557.28 74.96 557.14 80. 72 556.9 85.51 556.76 101.82 556 110. 96 554 113. 81 553 .9 193 .98 552 242.27 551. 84 244.64 552 258.97 551.84 259.36 551.49 262 549.18 262.41 548.81 263.34 548 264 .11 547.32 264.46 547 265.1 546.43 265.57 546 266.22 545.42 266.68 545 267 .25 544.49 267.79 544 268.4 543.46 268.91 543 269 .6 542.37 270 542 270.16 541. 85 272 .21 540 272 .65 539.61 273.35 539 274.06 538 .34 274.43 538 275 .02 537.59 276.67 536.58 277.64 536 285.98 535 .26 288.15 535 303.94 534.4 309.24 535 311. 05 536.78 311. 39 537 311. 72 537.29 312.52 538 312.97 538.49 313 .42 539 318.09 539.74 319.45 540 320 .07 540 .1 325 .82 541 33 1.82 542 334.87 542.45 339.24 543 345.02 543.49 355.75 543.82 357.04 543.88 360.35 544 361.41 544.01 364.03 544.22 366 .88 544.34 376.08 545 408.06 545 .58 428.8 546 447.55 552.44 469.66 552 . 96 505 .38 554.14 619.19 557.19 620 .54 557.22 650.85 558 .1 703.95 559 .47 730 .29 560 761.46 560.65 769.86 560.82 780 .49 561. 03 791. 89 561. 3 800.05 561.51 807 .24 561 .7 819.73 562.01 Manning's n Values num; 3 Sta n Val Sta n Val Sta n Val ************************************************ 45 .62 .075 258 .97 .045 447 .55 .055 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 258.97 447.55 156 114 78 .1 . 3 Blocked Obstructions num; 1 Sta L Sta R Elev ************************ 428 .8 428.8 546 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 163 2 6 INPUT Description: New XS Station Elevation Data num; 64 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 0 560 57.72 558 231. 34 557.96 287.37 556 299 554 300.64 553.96 300 .91 553.95 335.5 553.18 374.49 552.61 395 .05 552 487 .81 551.62 489.12 551.24 489.48 551 490.43 550.4 494. 73 547 .28 496.5 546 497 .28 545.43 498. 71 544 .4 499.2 6 544 500 .5 543 .13 500.68 543 500 .82 542.9 502.03 542 502.25 541.84 503 .39 541 504 .4 540.5 3 505.6 1 540 507.93 539 509 .05 5 3 8 .48 510 .05 538 512.17 537 514.5 536 .43 515.62 536 525.48 535 .34 529 .76 535 545.81 534.1 551.1 534 554 .65 536 555.55 536 .84 555.72 537 556 .56 537 .78 556.79 538 557.31 538.06 562.73 539 566.73 539.85 567.23 540 570.75 541 571.3 541 .16 573.35 542 576.79 54 2 .64 578 .49 543 582.46 543. 72 583.79 544 584.83 544 .72 585 .23 545 605.84 545.42 6 48.8 546 671 . 89 55 3.73 781.42 556 791. 05 556.27 791 .79 556 .3 846.8 558 881. 6 558.68 932.35 560 Manning's n Values num; 3 Sta n Val Sta n Val Sta n Val ************************************************ 0 .075 487.81 .045 671. 89 .055 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 487.81 671. 89 760 756 695 .1 . 3 Ineffective Flow num= 1 Sta L Sta R Elev Permanent 0 231.34 558.94 F Blocked Obstructions num= 1 Sta L Sta R Elev ************************ 648 .8 648 .8 546 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS : 15570 INPUT Description: G SURVEY SECTION 22 AUGUST 1981 Station Elevation Data num= 36 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 370 575 470 570 535 565 650 565 682 566.5 800 565 905 560 1000 555.6 1100 555 .4 1125 552.2 1200 551 1300 550.9 1400 550.5 1436 549. 7 1440 540 1445 532.9 1470 531. 8 1489 533.3 1494 539.4 1505 540 1528 550.1 1550 549.9 1600 550.1 1650 550.2 1700 549.8 1800 549.9 1850 550.1 1900 551.1 1950 551 .9 2 000 553.1 2050 555.4 2100 557 .8 2150 560.5 2200 565.4 2260 570 2350 575 Manning's n Values num= 3 Sta n Val Sta n Va l Sta n Val ************************************************ 370 .075 1436 .05 1528 .075 Bank Sta: Left Right Lengths: Left Channel Right Coe ff Contr . Expan . 1436 1528 930 9 70 1 020 .1 . 3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 14 600 INPUT Description: SURVEY SECTION 21 AUGUST 1981 Station Elevation Data num= 47 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 460 575 590 565 690 560 1000 555 .2 1050 555 .3 1100 554 .5 1150 554 .6 1200 554.9 1234 554.7 1258 551.9 1300 551 .6 1400 551 .7 1450 551. 5 1500 550.8 1550 550 1650 548.8 1750 548 .8 1800 549. 5 1850 548 .9 1950 548.3 2000 547.3 2050 546.7 2100 544.8 2150 544 .5 2200 544.6 2250 545.6 2300 546.3 2350 546.6 2395 546.8 2400 542.2 2430 533.8 2450 535.3 2457 535.2 2 471 532.5 2497 532 2500 537.4 2522 538.5 2533 546 2550 546 .5 2600 545.9 2648 547 .8 2700 549.7 2740 556.6 2755 560 2778 565 2790 570 2807 575 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 460 .075 2400 .06 2533 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan . 2400 2533 990 1050 790 .1 .3 CROSS SECTION RIVER: RIVER-1 REACH: Reach-1 RS: 13550 INPUT Description: SURVEY SECTION 20 AUGUST 1981 Station Elevation Data num= 32 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550.3 1100 548.4 1150 547.3 1200 546.5 1250 546.4 1350 545 1400 544.6 1450 544.6 1500 545 .1 1550 545 .4 1600 544.2 1650 544.1 1700 543 1750 542 .8 1765 544.5 1800 543.4 1900 544.5 2010 540 2030 535 2070 530 2090 529 2120 529 2140 540 2240 545 2330 550 2410 560 2460 565 2485 570 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 320 .075 2010 .06 2140 .075 Bank Sta: Left Right Lengths: Left Channel Right Coeff Contr. Expan. 2010 2140 50 50 50 .1 . 3 CROSS SECTION RIVER : RIVER-1 REACH: Reach-1 RS: 13500 INPUT Description : Station Elevation Data num= 36 Sta Elev Sta Elev Sta Elev Sta Elev Sta Elev ******************************************************************************** 320 570 450 565 655 560 840 554 1000 550.3 1100 548 .4 1150 547.3 1200 546.5 1250 546.4 1350 545 1400 544.6 1450 544.6 1500 545.1 1550 545.4 1600 544.2 1650 544 .1 1700 543 1750 542 .8 1765 544 .5 1800 543.4 1850 542.4 1900 540.5 1950 537 .7 2000 533.5 2045 529. 6 2068 529.5 2100 529.9 2150 534.7 2200 540 .5 2260 545.6 2300 546 2319 547.6 2350 559.7 2379 563.6 2460 565 2630 570 Manning's n Values num= 3 Sta n Val Sta n Val Sta n Val ************************************************ 320 .07 2000 .045 2150 .07 Bank Sta: Left Right Coeff Contr. Expan. 2000 2150 .1 . 3 COMPARISON OF EXISTING AND PROPOSED CROSS SECTIONS g C: 0 ~ > Q) iiJ g C: .Q al > Q) iiJ RS= 16326 New XS 560 555 550 545 540 535 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Year -Existing WS 10 Year -Proposed WS 2 Year -Existing WS 2 Year -Proposed -Existing Ground -Existing lneff -Existing • Bank Sta -Existing Ground -Proposed lneff -Proposed • Bank Sta -Proposed 530 -+----r----.--,---,~,--.----r----.--,---,~,--.----r----.--,---r~..--.----r---,--,---r~,----r--, 0 200 565 555 550 545 540 535 400 600 Station (ft) RS= 16440 New XS 800 1000 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Year -Existing WS 10 Year -Proposed WS 2 Year -Existing WS 2 Year -Proposed Ground -Existing • Bank Sta -Existing Ground -Proposed • Bank Sta -Proposed 530 -+---,--,---,~,----,.--,--,---,~,---.,---,--,---,~.----,.--,-~--,~.----,.--,-~--,~~ 0 200 400 600 800 1000 Station (ft) g C 0 ~ > <I) w g C 0 ~ > <I) w RS= 16606 MO New Bridge 560 555 550 545 540 Legend WS 100 Year -Proposed WS 10 Year -Proposed WS 2 Year -Proposed -Proposed -Proposed Ground --Proposed • Bank Sta -Proposed 535 -+---.---,-----,-----,----r--r-,r-,r-,----,---,---,--a,-----,-----,-r---.----.--.--.--.--r--r--.---.---,-----,-----,----r--, 0 200 565 560 555 550 545 540 400 600 Station (ft) RS= 16606 800 1000 MO New Bridge 1200 Legend WS 100 Year -Proposed ---------- ws 10 Year -Proposed WS 2 Year -Proposed -Proposed -Proposed Ground -Proposed • Bank Sta -Proposed 535 -1-------,-----r----.----.r-,r--,-----.---r'.__,_-,-----,-----.----.----,-r--.---.----.----.-r--.--, 0 200 400 600 800 1000 Station (ft) g C: .Q ro > Q) w g C: .Q ro > Q) jjJ RS= 16541 New XS 565 560 555 550 545 540 535 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Year -Existing WS 10 Year -Proposed WS 2 Year -Existing WS 2 Year -Proposed Ground -Existing • Bank Sta -Existing Ground -Proposed • I Bank Sta -Proposed 530 -+--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.--.-. 0 200 400 600 800 1000 Station (ft) RS= 16576 D/S Face of New Bridge 565 560 555 550 545 540 1200 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Year -Existing WS 10 Year -Proposed WS 2 Year -Existing WS 2 Year -Proposed Ground -Existing • Bank Sta -Existing -Proposed Ground -Proposed • Bank Sta -Proposed 535 +--~~~~~~~~~~~----~~~~~~~-.--.--.-~~~~~~ 0 200 400 600 Station (ft) 800 1000 1200 g C 0 ~ > Q) w g C 0 -~ > Q) w RS= 16643 U/S Face of New Bridge 565 560 555 550 545 540 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Yea~ -Proposed WS 10 Year -Existing WS 2 Year -Existing WS 2 Year -Proposed Ground :· Existing • Bank Sta -Existing -Proposed Ground -Proposed • Bank Sta -Proposed 535 -+-~~~~.--~~~~~.--~--r'"........,_~~.--~~~~~.--~~~~~~ 0 200 565 560 555 550 545 540 400 600 Station (ft) RS= 16694 New XS 800 1000 Legend WS 100 Year -Existing WS 100 Year -Proposed WS 10 Year -Proposed WS 10 Year -Existing WS 2 Year -Existing WS 2 Year -Proposed Ground : Existing • Bank Sta -Existing Ground -Proposed • Bank Sta -Proposed 535..;._-.--,--~~~~.--~~~~--"'I~.--.-~-,--~~~~.--.--.--,--~~---, 0 200 400 600 800 1000 Station (ft) COMPARISON OF EXISTING AND PROPOSED HEC-RAS PROFILES g C .Q iii > Q) ii] 560 550 540 530 13000 0 0 I.() C') 14000 ~ ~ -,,,w.c>1<<"..;,«> Legend ws 500 Year -Proposed ws 500 Year -Existing ws 100 Year -Existing WS 100 Year -Proposed WS 2 Year -Proposed WS 2 Year -Existing 19000 Ground Ground OWS 100 Year -Proposed OWS 100 Year -Existing APPENDIX C FLOODPLAIN DEVELOPMENT PERMIT APPLICATION APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No . 2/25/2010 Name of Owner or Applicant Office Use Only Parks and Communi Services Telephone No. 817-884-2313 0 Approved ~pproved /~;th Address of Owner 1000 Throckmorton St Fort Worth, TX 76102 Nearest Stream Sycamore Creek 0 Den ied** Conditions* Location of Permit Area (Address or Legal Description) City of Fort Worth, Tarrant County, Texas, south of SH 287 and north of East Berry Street PURPOSE OF REQUEST: 0 Excavation 0 Building Permit XGrading D Filling 0 Paving 0 Dredging or Mining O Utility Construction 0 Drilling Operations O Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet If needed) The proposed Cobb Park Bridge was designed to have minimal impacts to the water surface elevation and satisfies the 'O' rise criteria for crossing a floodway. The proposed bridge allows access to both sides of the park. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 18,350 acres . 2. Regulatory flood elev. 559 0 Not available. 3. Has site previously flooded? X Yes 0 No 4 . Is site subject to flood ing? X Yes 5. Is safe access available during times of flood? 0 Yes 0 No X Unknown 6. Is the proposal within the designated floodway? X Yes 0 No Ounknown 7 . Have all necessary prior approval permits been obtained from federal, state or local governmental agencies? 0 None Required X Yes O No (If no, explain; If yes, provide copies of approval letters or perm its.) ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions , elevations of existing and proposed topographic alterations, existing and proposed structures , location relative to floodplain area. 2 . Extent to which watercourse or natural dra inage will be altered or relocated . 3. Supporting hydraulic calculations , reports, etc., used as a basis for proposed improvements . 4 . Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-res idential structure shall be flood proofed . 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub -Section b, Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE PROPOSAL: 1. Reduce ca acit of channels/floodwa s/watercourse in flood lain area? 2. Measurabl 3. Individually or combined with other existing or anticipated development expose adjacent ro erties to adverse flood effects? 4 . Increase velocities/volumes of flood waters sufficiently to create significant erosion of flood lain soils on sub ·ect ro e or ad·acent ro e u stream/downstream? 5. Encroach on floodwa Info. Not Yes No Available X X X X X X FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Perm it Program is authorized by Section 7-318 of City Ordinance No . 11998, adopted June 13 , 1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building , 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No . 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction , a person, firm , or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs . I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and community facilities agreements . This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate . I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission . Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY : ~ FEMA D COE D FLOOD STUDIES D HIGH WATER MARKS D OTHER FEMA INS. ZONE A£_ I FEMA MAP ~o. 3/fl K FLOOD ELEV. )~~ GROUND ELEV . ! ! At2-<.~ 5 FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL** Check one FORT WORTH ~ Application for Urban Forestry Permit (Complete all information listed below) Date Rec'd: UFC#: D Residential (1&2 FDU) [!] Commercial D Industrial D Public Utility D Mixed Use Zoning D AITTiculture Select Review Method D Method Option 'A' [!] Method Option 'B' D Waiver Preservation Protected Trees Only Project Name: IB] Trees to be removed from Site Phase I Park Improv ements -Cobb Park D No Trees to be removed from Site: Address I Lot & Block: Fort Worth, TX Applicant (Developer/Sub divider): PrintedName: on behalf of the CFW Parks and Community Services Phone: (8l 7) 871-5750 Signature: Date: 02 /11 /10 Fax: (817) 871-5724 Address: Scott.Penn@fortworthgov .org Email: City, State & Zip: Fort Worth, TX Agent Or Consultant Representing Applicant: Phone: 817-347-5318 Printed Name: Jacobs Engineering Group, Inc. Address: 777 Main Street Fax: City, State & Zip: Fort Worth, TX 76102 Email:Clarence. Bryant@j acobs. corr Record Owner of Property (if different from Applicant): Phone: Printed Name: Address: Fax: City, State & Zip: Email: NOTE: An Approved Urban Forestry Plan/Permit will run with the land and can only be amended bv the Urban Forestrv Board Tree Ordinance 17228-10-2006) Mapsco No.: County; I Gross Site Area/ Sq Ft: I Acreage: Tarrant 10,912,396 230 .5 ....................................................................... For Office Use Only ................................................................................. Fee: RDD#: Date Filed: Date Posted: Approval Date Denied Date: Reviewer:-------------------- Comments: Cb<Ckont FORTWORTH --.,--- Appticatlon for Urban Forestry Permit (Complete aU information listed belo w) Date Rec'd : UFC/1 ' Ll Fe., l O -001 lc Res idential (1&2 FDU) Commercial Industrial Mix ed Use Zon ini: Public Utility DA ·culture Sclt<I Review M•thod [3J Method Option 'A' Pn:servnJion Project Name: D Method Option 'B ' Protected Trees Only ?base l Park I mprovements ~ Cobb Park Addrl'SS / Lot & Block: !'<>rt Wor:th, n A1>11llaa1 (D•vtloper/S11b dfrldtr): PrinlNINom<: on benaU ot the CFW 'Parl.s and Comm11n.it y Sel."Vices DWaiver Sigiuture•.~------------------Date: fll/'1.7 /10 Aildro;~,--------------------------- Cicy, sca 1c & Zip; Pore m>rt h , TX Agtnl Or Con~altnt R~p~•nllni Applico,111 : Printed N•mc, __ J_a_c_o_b_.s_Ens_·..;,;..~_·n_e_e .... r:_l_ng;:.·_G_r_o_u.:.p.c.,_In_c_. __________ _ Addrt"Ss: ___ 7_7_,_M_a ... iil ............ S_t _r e_e_c_· ------------------- Qty, Slate &.1..ip, __ ,._o_r_t_w_o_r_t_h _, _T_x_. _1_6_1_0_2 ____________ _ R,~ord Ow11cr ofl'n>prr(y (if dlfftrcQI from Appliunt): l'rinltOdl'i,imt: __________________________ _ .Addr<S'I: __________________________ _ City, State& 7JJt: _______________________ _ NOTE• /\'II Approvtd Utball! Fot<Slrf l'l•nll'ermil wiU run with. the .Jond anti ••11 011ly ht amtndtd bl' il•• Urba.n ~·ortstrv Botrd !Tr~ Ordln•.n« J 7128•.10-2006) Mapw, No.; I Coun1y; I Gross Sitt Arca I Sq F1: Tarran t J.O ,!ll:it,J96 00 Treos lo be remo,,e<J from Sile D 1140 Tr..s 10 be rcmo,·ejl rrom SIio; !'hon<: !817 1 llH-5750 Fat: (81"11 1$7l -5n4 EmJlfoS::.t.,. Penn@fort:wor-e:hgov.org Ftx:t ___________ _ l'hou~: __________ _ f'4~: ___________ _ li:tn•il: __________ _ I Aauge: l 3 0.5 •••. ········•u ••••••• .... •H•u .. n •,. , ... ,,,., ........................... For Offlr.e l Jse-Ouly ................................. 4,, ............................................... .. Pee: ________ _ RDO #: __________ _ Oiltcliilctl: ___________ _ Date P,mro: -------......... _ Approval Datt. ______ ........ __ _ Denied O•tt: _____ _ Re"·iewer: _________________ _ [Rl~.·-._. lg Com ,nents: ~ TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01100 -SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: COBBPARK-PARKIMPROVEMENTS These plans and specifications were prepared by JACOBS ENGINEERING INC. for the Parks and Community Services Department. The Transportation & Public Works Dep artment will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Obtaining all necessary permits applicable to this project through the City of Fort Worth Planning and Development Department -Development Division -Plans Exam. Permit fees shall be waived. Any proposed item below noted in either a. orb. and is part of the project scope shall require a permit: a. Tower/ Shelter -Building Permit b. SWPPP/ Traffic/Sewer/Curb cuts-TPW c. Tree Removal-Urban Forestry Permit The Contractor shall be responsible for obtaining permits when either water or electrical service is required for the project and give all notices necessary and incidental to the due and lawful prosecution of the work. 4. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications, the plans shall govern. A copy of the GENERAL REQUIREMENTS -I - Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. SECTION 01135 -CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order i s issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed, to include contract time specified at award of contract plus any additional contract time added through executed Change Orders. If project construction exceeds the allotted contract time , liquidated damages will be assessed on the total amount of contract, to include contract amount increases due to Change Order work, as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction-Item No . 8.6 -Failure to Complete Work On Time: Pg. 27 -28. Amount of Contract $50 ,000 -$100,000 $100 ,001 -$500 ,000 $500 ,001 -$1,000 ,000 $1 ,000 ,001 -$2,000,000 $2 ,000 ,001 -$5 ,000 ,000 Liquidated Damages Per Day $154 $210 $315 $420 $630 In the event of a dispute regarding either final quantities or liquidated damages , the parties shall attempt to resolv e the differences within 30 calendar days. GENERAL REQUIREMENT S -2 - SECTION 01140 -ALTERNATIVES The City reserves the right to abandon , without obligation to the contractor, any part of the project (subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150 -PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials , supplies , subcontracts, labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work ; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications . The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove , at his own expense, the 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 if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate , payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate . Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. GENERAL REQUIREMENTS - 3 - 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage -For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of $400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et ~(1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under "Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor , subcontracts, materials, tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of "Change orders" to be selected by the City: GENERAL REQUlREMENTS -4- A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approv ed by the City Council before said extra work is commenced, subject to all other conditions of the contract. C . Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and appro ved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen , timekeepers , mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel , lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds , public liability, workmen's compensation and all other insurance required by law or ordinance . The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense , and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the City Engineer access to all accounts , bills , invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time , his application for which shall , however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. GENERAL REQUIREM ENTS - 5 - 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1) final quantities, or (2) liquidated damages, the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to these causes. SECTION 01300 -SCHEDULE SUBMITT ALS Prior to construction, the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment (if applicable) and project clean-up. SECTION 01400 -QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director -Transportation & Public Works and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. GENERAL REQUIREMENTS - 6 - The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City one time. Retesting will be paid for by the Contractor. In the event manufacturing certificates are requested, they shall be paid for by the Contractor. SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The Contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power shovel, drilling rigs, pile drivers, hoisting equipment or similar machinery. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines, the Contractor shall notify power company (TU Electric or the appropriate power supplier) to erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. GENERAL REQUIREMENTS -7 - SECTION 01640 -PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 1.01 GENERAL-The successful Prime Bidder / contractor shall provide product nomenclature data for both specified products and products to be considered as "Or Equal" substitutions . Product substitution of 'Or Equal ' products will be considered only after award of contract as noted in item No .15 of Special Instructions To Bidders. For approval of specified products and / or consideration of product substitutions , send submittals to: Scott Penn, Project Manager (817) 392-5750 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth , Texas 76115-1499 A. Submittal approval process of specified products and consideration of "Or Equal" products: 1. Product substitutions will be considered only after execution of contract between the successful Bidder / Prime Contractor and the City. Only the successful Bidder / Prime Contractor may submit product submittals of specified and "Or Equal' products for appro val and consideration for approval to the Project Manager and shall be required to be submitted at the scheduled Pre- Construction Conference meeting. Submittals for "Or Equal" product substitution not provided at the Pre-Construction Conference meeting will not be considered. 2 . Two (2) submittal copies of all specified products provided to the Project Manager shall include the following data: a. Name and address of manufacturer b. Trade name c. Model or catalog designation d. Manufacturer's data 1. Performance and test data 2. Reference standards 3. Two (2) submittal copies of "Or Equal" products provided to the Project Manager for consideration shall include the following data: a. Complete data substantiating compliance of proposed substitution with Contract Documents b . Product identification, including manufacturer's name and address . c. Manufacturer's literature: 1. Product description GENERAL REQUIREMENTS -8 - 2. Performance and test data 3. Reference standards 4. Examples, ifrequested. d. Name and address of similar projects on which product was used, and date of installation. B. In making request for the use of "Or Equal" product substitution, the successful Bidder/ Prime Contractor represents : 1. That the Bidder / Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2 . That the Prime bidder / Contractor will provide the same guarantee (or better) for substituted product or method specified. 3. That the Prime Bidder / Contractor will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects . 4. That the Prime Bidder / Contractor waives all claims for additional costs related to substitution if subsequently accepted by the Project Manager. C. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04 . 2. Acceptance will require substantial revision of Contract Documents. D. Specified material shall not be ordered by the Contractor until such time product material submittals have been receiv ed, reviewed and approval provided by the Project Manager. SECTION 01700 -PROJECT CLOSEOUT 1.01 CLEAN -UP The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials, pieces of concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed ofby the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools , etc ., shall take place in an area designated by the Parks and Community Services Department. GENERAL REQUIREMENTS -9 - SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage , personal injury , including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors , licensees or invitees , whether or not any such injury, dama2:e or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or dama2:e is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, ifhe deems appropriate , refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS -10 - SECTION 024113 -SITE PREPARATION PART 1 1.1 A. B. 1.2 A. 1.3 A. 1.4 A. B. GENERAL RELATED DOCUMENTS The General Documents, as listed on the Table of Contents, and applicable parts of Division 1, GENERAL REQUIREMENTS, shall be included in and made a part of this Section. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. SUMMARY The work of this Section consists of providing all labor, equipment, materials, incidental work, and construction methods necessary to prepare the site, complete, as indicated on the Contract Documents, as specified, and as follows: 1. Clearing and grubbing of existing vegetation 2. Protection of existing structures and utilities 3. Removal and disposal of pavement and curbs 4 . Removal and disposal of miscellaneous site materials 5. Trash removal RELATED WORK UNDER OTHER SECTIONS The following items of related work are specified and included in other Sections of the Specifications: 1. Section 3201190 -Tree Protection 2. Section 312500 -Erosion Control 3 . Section 312000 -Earthwork 4. Section 334100 -Storm Drainage 5. Section 312313 -Sub Grade Preparation 6. Traffic Control Plans SUBMITTALS The following shall be submitted: 1. Certificates of severance of utility services. 2 . Permit for transport and legal disposal of debris. Location plan of staging areas and schedule for moving staging equipment into those areas shall be submitted for Owner's Representative's approval prior to mobilization and related site preparation operations. Jacobs WUXU2700 024113 - 1 082710 Issued for Construction SITE PREPERATION 1.5 A. B. C. 1.6 A. B. 1.7 A. B. PART2 2 .1 A. B. C. PROTECTION Do not interfere with use of adjacent buildings or facilities. Maintain free and safe passage to and from adjacent buildings and facilities or both and between them and the public way. Cease operations and notify Owner immediately if safety of adjacent structures, workers, or the general public appears to be endangered. Take precautions to properly support structures and protect workers and general public and meet all State and Federal Safety Codes. Do not resume operations until safety is restored. Prevent movement, settlement or collapse of adjacent services, sidewalks, driveways and trees. Assume liability for such movement, settlement, or collapse. Promptly repair damage at no cost to the Owner. EXISTING SERVICES Arrange and pay for disconnecting, removing , capping, and plugging utility services as indicated on the Contract Documents. Disconnect and stub off. Notify the affected utility company in advance and obtain approval before starting this work. Place markers to indicate location of disconnected services. Identify service lines and capping locations of Project Record Documents. MAINTAINING TRAFFIC Do not close or obstruct roadways without permits. Contractor shall follow the Traffic Control Plans as part of these Documents. Conduct operations with minimum interference to public or private roadways . Coordinate with local and state officials, police, and emergency agencies regarding all operations on public roadways . PRODUCTS CONSTRUCTION FENCE Chain link fence fabric shall be hot-dip aluminum coated ASTM A491, latest edition. Fabric shall be No. 9 gauge with a uniform, square mesh diagonal pattern measuring approximately 2 inches its parallel sides. The weight of aluminum coating shall be 0.40 ounce minimum per square foot of uncoated wire surface. Line and corner posts shall be standard full weight galvanized pipe. The pipe shall be new and shall be thoroughly galvanized on the inside and outside surface. All pipe shall be in accordance with ASTM A120, Schedule 40 pipe, and weigh 3 .65 pounds per linear foot before galvanizing or shall be SS 40, Type II weighing 2 .28 pounds per linear foot before. Fence fabric shall be fastened to posts by means of No. 6 gauge zinc coated wire clips. Jacobs WUXU2700 024113 - 2 082710 Issued for Construction SITE PREPERATION D. E. PART3 3.1 A. B. C. D. 3.2 A. B. 3.3 A. No post tops are required. Gates shall be fabricated using welded construction or heavy pressed steel or malleable corner fitting securely riveted. Gates shall be properly braced and diagonally trussed to eliminate any possible sagging. Hinges shall be of sufficient strength and design to permit easy and trouble free operation. All single swing gates shall be equipped with two H.O. hinges and one yoke latch per gate . All double swing gates shall be equipped with a positive type latching device with padlock fitting. Gate Posts: Posts for swing gates shall be 2.875 inches outside diameter standard weight galvanized steel pipe, weight 5. 79 lbs. per linear foot. EXECUTION CLEARING AND GRUBBING Trees, shrubs, stumps, brush, grasses, turf, herbaceous plants, downed timber, rubbish, organic matter, miscellaneous vegetation or extraneous debris not indicated on the Contract Documents, or designated in the field by the Owner's Representative to remain, shall be cleared and grubbed. Clearing shall include the felling, cutting, and satisfactory disposal of all trees, removal of stumps and vegetative debris produced through the clearing operations . Fell trees in such a way as to not injure trees to be saved. Excavation or grading within the branch spread of trees to be saved shall be performed only under the direction of the Owner's Representative unless otherwise directed. See Section 3201190 -Tree Protection. Stumps shall be removed to their full depth. Roots 3 inches and larger shall be removed to a depth of 2 feet below finished grade. Stumps shall be legally disposed of off-site. PROTECTION OF EXISTING STRUCTURES AND UTILITIES Existing structures and utilities shall be suitably protected from damage, including but not limited to existing pavements and curbs, manholes, and utility lines . Provide and install erosion and sedimentation control at all existing catch basins, manholes and all other utility structures as specified under Section, EROSION AND SEDIMENT CONTROL. PAVEMENT AND CURB REMOVAL Where indicated on Contract Documents, and as directed by the Owner's Representative, existing asphalt pavement and curb shall be removed and legally disposed of off-site. 1. Where pavement and curb to be removed abuts pavement and curb to remain, a neat, straight saw cut shall be made with a concrete power saw using a diamond Jacobs WUXU2700 024113 - 3 082710 Issued for Construction SITE PREPERATION 3.4 A. B. 3.5 A. B. C. carbide blade. ADWST EXISTING MANHOLES AND CATCH BASINS Existing manholes and catch basins shall be adjusted to line and grade as indicated on the Contract Documents in accordance with the City of Fort Worth Transportation Department standards . Materials, equipment and labor necessary to make adjustments shall be paid for under the work of this Section. REMOVAL AND DISPOSAL OF TRASH MATERIALS Areas indicated on the Contract Documents, or designated by the Owner's Representative in the field, shall have all trash removed and legally disposed of off-site as indicated on the Contract Documents and as specified, performed and paid for in this Section. Trash removal includes but is not limited to the following: 1. Tires 2. Appliances 3. Paper 4. Cloth 5. Metal objects 6. Dead trees 7. Plastic objects 8. Wood objects 9. Glass 10. Containers 11 . Construction debris 12 . Miscellaneous trash of any kind Material resulting from the site preparation work, and not scheduled to be salvaged, and which is unsuitable for reuse on the project, shall become the property of the Contractor and shall be legally disposed of off-site . Debris, rubbish, and other material shall be disposed of promptly and shall not be left until final cleanup of site. END OF SECTION Jacobs WUXU2700 024113 - 4 082710 Issued for Construction SITE PREPERATION SECTION 033000 -CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The Work of this Section includes Bid Alternates . Contractor shall familiarize himself with these items as part his/her bid proposal. See Bid Tab in General and Supplementary Conditions. 1.2 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Grade beams. 2. Piers. 3. Sidewalks (portions Bid Alternates) 4. Entrance Drive Aprons 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. Jacobs WUXU2700 033000 - 1 082710 Issued for Construction CAST-IN-PLACE CONCRETE 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Material Certificates : For each of the following , si gned by manufacturers : 1. Cementitious materials . 2. Admixtures. 3 . Form materials and form-release agents . 4. Steel reinforcement and accessories . 5 . Curing compounds. 6. Adhesives. 7. Vapor retarders . C. Material Test Reports: For the following , from a qualified testing agency , indicating compliance with requirements : 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications : A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94 /C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. ACI Publications : Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." C. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures . D . Preinstallation Conference: Conduct conference at Project site . 1. Before submitting design mixtures , review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast-in-place concrete to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mi xtures. c . Concrete subcontractor. Jacobs WUXU2700 033000 - 2 082710 Issued for Construction CAST-IN-PLACE CONCRETE 1.7 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2-PRODUCTS 2 .1 FORM-FACING MATERIALS A. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. B. Void Forms : Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. C . Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials . 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 2.3 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615 /A 615M , Grade 60 (Grade 420), plain-steel bars, cut true to length with ends square and free of burrs. B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire , plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms , use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2.4 CONCRETE MATERIALS A. Cementitious Material : Use the following cementitious materials , of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I . a. Fly Ash: ASTM C 618, Class F or C. Jacobs WUXU2700 033000 - 3 082710 Issued for Construction CAST-IN-PLACE CONCRETE B. Normal-Weight Aggregates : ASTM C 33 , Class 3S coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Coarse-Aggregate Size: 3/4 inch (19 mm) nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94 /C 94M and potable. 2.5 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494 /C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494 /C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M , Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017 /C 1017M, Type II. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products : Subject to compliance with requirements, provide one of the following: a . Axim Italcementi Group , Inc.; CATEXOL CirnFilm. b. BASF Construction Chemicals -Building Systems; Confilm. c. ChemMasters; SprayFilm. d. Conspec by Dayton Superior; Aquafilm. e. Dayton Superior Corporation; Sure Film (J-74). f. Edoco by Dayton Superior; BurkeFilm. g. Euclid Chemical Company (The), an RPM company; Eucobar. h. Kaufman Products , Inc.; Vapor-Aid. 1. Lambert Corporation; LAMBCO Skin. J. L&M Construction Chemicals, Inc.; E-CON. k. Meadows, W.R., Inc.; EV APRE. 1. Metalcrete Industries; Waterhold. m. Nox-Crete Products Group; MONOFILM . n. Sika Corporation; SikaFilm. o. SpecChem, LLC; Spec Film. Jacobs WUXU2700 033000 - 4 082710 Issued for Construction CAST-IN-PLACE CONCRETE p. Symons by Dayton Superior; Finishing Aid. q . TK Products, Division of Sierra Corporation; TK-2120 TRI-FILM . r. Unitex; PRO-FILM. s. Vexcon Chemicals, Inc.; Certi-Vex Envio Set. B . Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable . E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1. Products: Subject to compliance with requirements, provide one of the following: a. Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB. b . BASF Construction Chemicals -Building Systems; Kure 200. c. ChemMasters; Safe-Cure Clear. d. Conspec by Dayton Superior; W.B. Resin Cure . e. Dayton Superior Corporation; Day-Chem Rez Cure (J-11-W). f. Edoco by Dayton Superior; Res X Cure WB. g. Euclid Chemical Company (The), an RPM company; Kurez W VOX; TAMMSCURE WB 30C. h. Kaufman Products, Inc.; Thinfilm 420. 1. Lambert Corporation; AQUA KURE -CLEAR. J. L&M Construction Chemicals, Inc.; L&M Cure R. k. Meadows, W .R., Inc.; 1100-CLEAR. 1. Nox -Crete Products Group; Resin Cure E. m. Right Pointe; Clear Water Resin . n. SpecChem, LLC; Spec Rez Clear. o . Symons by Dayton Superior; Resi-Chem Clear. p. TK Products, Division of Sierra Corporation; TK-2519 DC WB. q . Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100. 2. 7 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials : Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 25 percent. Jacobs WUXU2700 033000 - 5 082710 Issued for Construction CAST-IN-PLACE CONCRETE B . Construct formwork so concrete members and structures are of size, shape, alignment , elevation, and position indicated, within tolerance limits of ACI 117 . C. Limit concrete surface irregularities, designated by ACI 347 as abrupt or gradual, as follows : 1. Class B, 1/4 inch (6 mm) for rough-formed finished surfaces . D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces . Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways , reglets, recesses , and the like, for easy removal. 2. Do not use rust-stained steel form-facing material. F . Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations . H. Chamfer exterior comers and edges of permanently exposed concrete. I. Form openings, chases , offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete . K. Retighten forms and bracing before placing concrete , as required , to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form-release agent , according to manufacturer's written instructions , before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings , templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." Jacobs WUXU2700 033000 - 7 082710 Issued for Construction CAST-IN-PLACE CONCRETE 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into comers. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5 . Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F (4.4 deg C) for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2 . Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. G . Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. Jacobs WUXU2700 033000 - 9 082710 Issued for Construction CAST-IN-PLACE CONCRETE a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a . Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 4 . Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.10 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B . Patching Mortar: Mix dry-pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 (1.18-mm) sieve, using only enough water for handling and placing . C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 mm) in any dimension to solid concrete . Limit cut depth to 3/4 inch (19 mm). Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. Jacobs WUXU2700 033000 -11 082710 Issued for Construction CAST-IN-PLACE CONCRETE C. Inspections: 1. Steel reinforcement placement. 2 . Verification of use of required design mixture . 3 . Concrete placement, including conveying and depositing. 4 . Verification of concrete strength before removal of shores and forms from beams and slabs. D . Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mixture placed each day . a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2 . Slump: ASTM C 143 /C 143M ; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture . Perform additional tests when concrete consistency appears to change. 3 . Air Content: ASTM C 231, pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 5 . Unit Weight: ASTM C 567 , fresh unit weight of structural lightweight concrete ; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 6. Compression Test Specimens: ASTM C 31/C 3 lM. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b . Cast and field cure two sets of two standard cylinder specimens for each composite sample . 7. Compressive-Strength Tests : ASTM C 39/C 39M; test one set of two laboratory-cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated . 8. When strength of field-cured cylinders is less than 85 percent of companion laboratory- cured cylinders , Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength Jacobs WUXU2700 033000 -13 082710 Issued for Construction CAST-IN-PLACE CONCRETE SECTION 044300 -STONE MASONRY PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract , including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Related Sections: 1. Division 03 Section "Cast-in-Place Concrete" for dovetail slots in concrete for anchoring stone. 2. Division 04 Section "Unit Masonry" for concealed flashing horizontal joint reinforcement and veneer anchors. 3. Division 04 Section "Exterior Stone Cladding" for descriptions of stone types required by this Section . 4. Division 07 Section "Sheet Metal Flashing and Trim" for exposed sheet metal flashing . 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated . B. Samples for Initial Selection: For colored mortar and other items involving color selection. C. Samples for Verification: 1. For each stone type indicated . Include at least five samples in each set for each type of stone, exhibiting extremes of the full range of color and other visual characteristics expected in completed Work. Samples will establish the standard by which stone provided will be judged . 2. For each color of mortar required . 1.4 INFORMATIONAL SUBMITTALS A . List of Materials Used in Constructing Mockups : List generic product names together with manufacturers , manufacturers' product names, sources of supply, and other information as required to identify materials used. Include mix proportions for mortar and source of aggregates. 1. Submittal is for information only. Neither receipt of list nor approval of mockups constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. Jacobs WUXU2700 044300 - 1 082710 Issued for Construction STONE MASONRY B. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. C . Deliver preblended, dry mortar mix in moisture-resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. D. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7 PROJECT CONDITIONS A. Protection of Stone Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cov er partially completed stone masonry when construction is not in progress. I. Extend cover a minimum of 24 inches (600 mm) down both sides and hold cover securely in place. B. Stain Prevention: Immediately remove mortar and soil to prevent them from staining the face of stone masonry. 1. Protect base of walls from rain-splashed mud and mortar splatter by coverings spread on the ground and over the wall surface. 2. Protect sills , ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames , as well as similar products with painted and integral finishes, from mortar droppings. 4 . Turn scaffold boards near the wall on edge at end of each day to prev ent rain from splashing mortar and dirt on completed stone masonry. C. Cold-Weather Requirements : Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace stone masonry damaged by frost or freezing conditions. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. I. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F ( 4 deg C) and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. D. Hot-Weather Requirements : Comply with hot-weather construction requirements contained in ACI 530 .1/ASCE 6/TMS 602. 1.8 COORDINATION A. Advise installers of other work about specific requirements for placement of reinforcement, veneer anchors, flashing, and similar items to be built into stone masonry . Jacobs WUXU2700 044300 - 3 082710 Issued for Construction STONE MASONRY G. Colored Cement Product: Packaged blend made from masonry cement or mortar cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. 1. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 2. Pigments shall not exceed 10 percent of portland cement by weight. 3. Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. 4. Products: Subject to compliance with requirements . H. Aggregate: ASTM C 144 and as follows: 1. For pointing mortar, use aggregate graded with 100 percent passing No. 16 (1.18-mm) sieve. 2. White Aggregates: Natural white sand or ground white stone. 3. Colored Aggregates: Natural-colored sand or ground marble, granite, or other sound stone; of color necessary to produce required mortar color. a. Match Architect's sample. I. Latex Additive: Manufacturer's standard water emulsion, serving as replacement for part or all of gaging water, of type specifically recommended by latex-additive manufacturer for use with field-mixed portland cement mortar bed, and not containing a retarder. 1. Manufacturers: Subject to compliance with requirements. J. Cold-Weather Admixture : Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated . 1. Products: Subject to compliance with requirements. K. Water: Potable. 2.4 VENEER ANCHORS A. Materials: 1. Hot-Dip Galvanized-Steel Wire: ASTM A 82, with ASTM A 153 /A 153M, Class B-2 . 2. Stainless-Steel Wire: ASTM A 580/A 580M, Type 304 3. Hot-Dip Galvanized-Steel Sheet: ASTM A 1008/A 1008M, cold-rolled, carbon-steel sheet hot-dip galvanized after fabrication to comply with ASTM A 153 /A 153M, Class B-2. 4 . Stainless-Steel Sheet: ASTM A 240/ A 240M, Type 304 B. Size: Sufficient to extend at least halfway, but not less than 1-1 /2 inches (38 mm), through stone masonry and with at least 5/8-inch (16-mm) cover on outside face. C. Wire Veneer Anchors: Wire ties formed from Wl.7 or 0.148-inch-(3 .8-mm-) diameter, hot-dip galvanized-steel wire. Jacobs WUXU2700 044300 - 5 082710 Issued for Construction STONE MASONRY 5. Fabricate through-wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 6. Fabricate through-wall flashing with drip edge . Fabricate by extending flashing 1/2 inch (13 mm) out from wall, with outer edge bent down 30 degrees and hemmed . 7. Fabricate metal drip edges for ribbed metal flashing from plain metal flashing of same metal as ribbed flashing and extending at least 3 inches (75 mm) into wall with hemmed inner edge to receive ribbed flashing and form a hooked seam . Form hem on upper surface of metal so that completed seam will shed water. 8. Metal Drip Edges: Fabricate from stainless steel. Extend at least 3 inches (75 mm) into wall and 1/2 inch (13 mm) out from wall , with outer edge bent down 30 degrees and hemmed . 9. Metal Flashing Terminations : Fabricate from stainless steel. Extend at least 3 inches (75 mm) into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch (19 mm) and down into joint 3/8 inch (10 mm) to form a stop for retaining sealant backer rod. 10. Metal Expansion-Joint Strips: Fabricate from stainless steel to shapes indicated. B. Flexible Flashing: For flashing not exposed to the exterior, use the following unless otherwise indicated: 1. Elastomeric Thermoplastic Flashing: Composite flashing product consisting of a polyester-reinforced ethylene interpolymer alloy as follows: a. Monolithic Sheet: Elastomeric thermoplastic flashing, 0.040 inch (1 .0 mm) thick. C. Solder and Sealants for Sheet Metal Flashings: As specified in Division 07 Section "Sheet Metal Flashing and Trim." 1. Solder for Stainless Steel : ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. 2. Solder for Copper: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. 3. Elastomeric Sealant: ASTM C 920 , chemically curing silicone sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. D . Adhesives, Primers, and Seam Tapes for Flexible Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. 2. 7 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056 , Grade 2Al; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene urethane or PVC. B. Cementitious Dampproofing: Cementitious formulations that are recommended by ILi and that are nonstaining to stone , compatible with joint sealants, and noncorrosive to veneer anchors and attachments . C. Asphalt Dampproofing : asphalt emulsion complying with ASTM D 1227, Type III or IV. Jacobs WUXU2700 044300-7 082710 Issued for Construction STONE MASONRY 2.9 A. MORTAR MIXES General: Do not use admixtures, including pigments, air-entrammg agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride. 2. Limit cementitious materials in mortar to portland cement, mortar cement, and lime . 3. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. 4. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials together before adding water. Then mix again, adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for one to two hours . Add remaining water in small portions until mortar reaches desired consistency. Use mortar within 30 minutes of final mixing; do not retemper or use partially hardened material. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in the form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Stone Masonry: Comply with ASTM C 270, Specification. 1. Mortar for Setting Stone: Type N. 2. Mortar for Pointing Stone: Type 0 . D. Latex-Modified Portland Cement Setting Mortar: Proportion and mix portland cement, aggregate, and latex additive to comply with latex-additive manufacturer's written instructions. E. Cement-Paste Bond Coat: Mix either neat cement and water or cement, sand, and water to a consistency similar to that of thick cream. 1. For latex-modified portland cement setting-bed mortar, substitute latex admixture for part or all of water, according to latex-additive manufacturer's written instructions. F. Mortar for Scratch Coat over Metal Lath: 1 part portland cement, 1/2 part lime, 5 parts loose damp sand, and enough water to produce a workable consistency. G. Mortar for Scratch Coat over Unit Masonry: 1 part portland cement, 1 part lime, 7 parts loose damp sand, and enough water to produce a workable consistency. H . Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products . 1. Pigments shall not exceed 10 percent of portland cement by weight. 2. Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. 3 . Mix to match Architect's sample. I. Colored-Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. Jacobs WUXU2700 044300-9 082710 Issued for Construction STONE MASONRY 3.2 3.3 B. Examine substrate to verify that dovetail slots, inserts, reinforcement, veneer anchors, flashing, and other items installed in substrates and required for or extending into stone masonry are correctly installed. C. Examine wall framing , sheathing, and weather-resistant sheathing paper to verify that stud locations are suitable for spacing of veneer anchors and that installation will result in a weatherproof covering . D. A. B. C. A . Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Accurately mark stud centerlines on face of weather-resistant sheathing paper before beginning stone installation . Coat concrete and unit masonry backup with asphalt dampproofing . Clean dirty or stained stone surfaces by removing soil , stains, and foreign materials before setting. Clean stone by thoroughly scrubbing with fiber brushes and then drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh materials or abrasives. SETTING OF STONE MASONRY, GENERAL Perform necessary field cutting and trimming as stone is set. 1. Use power saws to cut stone that is fabricated with saw-cut surfaces. Cut lines straig ht and true, with edges eased slightly to prevent snipping. 2. Use hammer and chisel to split stone that is fabricated with split surfaces . Make edges straight and true, matching similar surfaces that were shop or quarry fabricated . 3. Pitch face at field -split edges as needed to match stones that are not field split. B. Sort stone before it is placed in wall to remove stone that does not comply with requirements relating to aesthetic effects, physical properties, or fabrication , or that is otherwise unsuitable for intended use . C. Arrange stones in three-course, random-range ashlar pattern with random course heights, random lengths (interrupted coursed), and uniform joint widths . D. Arrange stones with color and size variations uniformly dispersed for an evenly blended appearance. E . Set stone to comply with requirements indicated on Drawings. Install supports, fasteners , and other attachments indicated or necessary to secure stone masonry in place. Set stone accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. F. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment if any. Lay walls with joints not less than 3/8 inch (10 mm) at narrowest points or more than 1/2 inch (13 mm) at widest points. Jacobs WUXU2700 044300 -11 082710 Issued for Construction STONE MASONRY 3.4 3.5 2. Space weep holes 24 inches (600 mm) o.c. 3. Trim wicking material used in weep holes flush with outside face of wall after mortar has set. 4. Place pea gravel in cavities as soon as practical to a height of not less than 2 inches (50 mm) above top of flashing , to maintain drainage. 5. Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. L. Install vents in vertical head joints at the top of each continuous cavity at spacing indicated. A. B. C. D . E. F. A. B. C. Use mesh weep holes/vents to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through-wall flashing and weep holes above horizontal blocking. CONSTRUCTION TOLERANCES Variation from Plumb: For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (10 mm in 6 m), or 1/2 inch in 40 feet (13 mm in 12 m) or more . For external comers, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4 inch in 20 feet (6 mm in 6 m) or 1/2 inch in 40 feet (13 mm in 12 m) or more. Variation from Level: For lines of exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines, do not exceed 1/4 inch in 20 feet (6 mm in 6 m) or 1/2 inch in 40 feet (13 mm in 12 m) or more. Variation of Linear Building Line: For position shown in plan, do not exceed 1/2 inch in 20 feet (13 mm in 6 m) or 3/4 inch in 40 feet (19 mm in 12 m) or more. Measure variation from level, plumb, and position shown in plan as variation of the average plane of the face of each stone from level, plumb, or dimensioned plane. Variation in Mortar-Joint Thickness: Do not vary from joint size range indicated. Variation in Plane between Adjacent Stones: Do not exceed one-half of tolerance specified for thickness of stone. INSTALLATION OF ANCHORED STONE MASONRY Anchor stone masonry to concrete with corrugated-metal veneer anchors unless otherwise indicated. Secure anchors by inserting dovetailed ends into dovetail slots in concrete. Anchor stone masonry to unit masonry with individual wire veneer anchors unless otherwise indicated. Embed anchors in unit masonry mortar joints or grouted cells for distance at least one-half of unit masonry thickness . Anchor stone masonry to unit masonry with wire anchors unless otherwise indicated. Connect anchors to masonry joint reinforcement by inserting pintles into eyes of masonry joint reinforcement projecting from unit masonry. Jacobs WUXU2700 044300 -13 082710 Issued for Construction STONE MASONRY 3.6 A. B. C. D. E . INSTALLATION OF ADHERED STONE MASONRY VENEER Install flashing over sheathing and behind weather-resistant sheathing paper by fastening through sheathing into framing . Install lath over weather-resistant sheathing paper by fastening through sheathing into framing to comply with ASTM C 1063. Install lath over unit masonry and concrete to comply with ASTM C 1063. Install scratch coat over metal lath 3/8 inch (10 mm) thick to comply with ASTM C 926 . Coat backs of stone units and face of scratch coat with cement-paste bond coat, then butter both surfaces with setting mortar. Use sufficient setting mortar so a slight excess will be forced out the edges of stone units as they are set. Tap units into place, completely filling space between units and scratch coat. F . Rake out joints for pointing with mortar to depth of not less than 1/2 inch (13 mm) before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. 3.7 POINTING A. Prepare stone-joint surfaces for pointing with mortar by removing dust and mortar particles. Where setting mortar was removed to depths greater than surrounding areas, apply pointing mortar in layers not more than 3/8 inch (10 mm) deep until a uniform depth is formed . B . Point stone joints by placing and compacting pointing mortar in layers not more than 3/8 inch (10 mm) deep . Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. C . Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the following joint profile: 1. Joint Profile: Smooth, flat face recessed 1/4 inch (6 mm) below edges of stone (raked joint). 3 .8 ADWSTING AND CLEANING A. Remove and replace stone masonry of the following description : 1. Broken, chipped, stained, or otherwise damaged stone. Stone may be repaired if methods and results are approved by Architect. 2. Defective joints. 3. Stone masonry not matching approved samples and mockups. 4 . Stone masonry not complying with other requirements indicated. B . Replace in a manner that results in stone masonry matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. Jacobs WUXU2700 044300 -15 082710 Issued for Construction STONE MASONRY SECTION 047200 -CAST STONE MASONRY PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A . Section Includes : 1. Cast stone sign panel. 2. Cast stone panels. B. Related Sections: 1. Div ision 03 Section "Precast Architectural Concrete." 2. Division 04 Section "Unit Masonry" for installing cast stone units in unit masonry. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1. For cast stone units , include construction details, material descriptions , dimensions of individual components and profiles , and finishes. B . Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details ofreinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors . C . Samples for Initial Selection: For colored mortar. D . Samples for Verification: 1. For each color and texture of cast stone required, 10 inches (250 mm) square in size . 2 . For colored mortar. Make Samples using same sand and mortar ingredients to be used on Project. E. Full-Size Samples: For each color texture and shape of cast stone unit required. 1. Make available for Architect's review at Project site . 2 . Make Samples from materials to be used for units used on Project. 3. Approved Samples may be installed in the Work. Jacobs WUXU2700 047200 - 1 082710 Issued for Construction CAST STONE MASONRY C . Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp . D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided. 1.7 PROJECT CONDITIONS A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold-weather construction requirements in ACI 530 .1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F ( 4 deg C) and above and will remain so until cast stone has dried, but no fewer than seven days after completing cleaning. B. Hot-Weather Requirements: Comply with hot-weather construction requirements m ACI 530.1/ ASCE 6/TMS 602 . PART 2-PRODUCTS 2.1 CAST STONE MATERIALS A. General: Comply with ASTM C 1364 and the following : B . Portland Cement: ASTM C 150, Type I or Type III, containing not more than 0.60 percent total alkali when tested according to ASTM C 114 . Provide natural color or white cement as required to produce cast stone color indicated. C. Coarse Aggregates : Granite, quartz, or limestone complying with ASTM C 33 ; gradation and colors as needed to produce required cast stone textures and colors. D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33 , gradation and colors as needed to produce required cast stone textures and colors. E. Color Pigment: ASTM C 979 , synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, nonfading, and resistant to lime and other alkalis. F. Admixtures : Use only admixtures specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0 .1 percent water-soluble chloride ions by mass of cementitious materials. Do not use admixtures containing calcium chloride. 2 . Use only admixtures that are certified by manufacturer to be compatible with cement and other admixtures used. 3. Air-Entraining Admixture : ASTM C 260. 4 . Water-Reducing Admixture: ASTM C 494/C 494M, Type A . 5. Water-Reducing, Retarding Admixture: ASTM C 494/C 494M, Type D . 6 . Water-Reducing, Accelerating Admixture: ASTM C 494/C 494M, Type E. Jacobs WUXU2700 047200-3 082710 Issued for Construction CAST STONE MASONRY 2 .3 d . No fewer than eight days at mean daily temperature of 45 deg F (7 deg C) or above. E. Acid etch units after curing to remove cement film from surfaces to be exposed to view. F. Colors and Textures : Match Architect's samples. G. Color and Texture : Provide units with fine-grained texture and buff color resembling Indiana limestone. H . A. B. C. D. E. Color and Texture: Provide units with fine texture and red-brown color resembling brownstone on adjacent buildings. MORTAR MATERIALS Provide mortar materials that comply with Division 04 Section "Unit Masonry." Regional Materials: Aggregate for mortar shall be manufactured within 500 miles (800 km) of Project site from materials that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles (800 km) of Project site. Portland Cement: ASTM C 150, Type I or II , except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. Hydrated Lime: ASTM C 207 , Type S . Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. F . Masonry Cement: ASTM C 91. 1. Products: Subject to compliance with requirements. G. Mortar Cement: ASTM C 1329. H. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979. Use only pigments with a record of satisfactory performance in masonry mortar. I. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2 . For joints less than 1/4 inch (6 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sieve. 3. White-Mortar Aggregates: Natural white sand or crushed white stone. 4 . Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. J. Water: Potable. Jacobs WUXU2700 047200-5 082710 Issued for Construction CAST STONE MASONRY 2.6 A . SOURCE QUALITY CONTROL Engage a qualified independent testing agency to sample and test cast stone units according to ASTM C 1364. 1. Include one test for resistance to freezing and thawing . PART 3 -EXECUTION 3.1 3 .2 A. B. A. B. EXAMINATION Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. Proceed with installation only after unsatisfactory conditions have been corrected. SETTING CAST STONE IN MORTAR Install cast stone units to comply with requirements in Division 04 Section "Unit Masonry." Set cast stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. 2. Coordinate installation of cast stone with installation of flashing specified in other Sections. C . Wet joint surfaces thoroughly before applying mortar or setting in mortar. D . Set units in full bed of mortar with full head joints unless otherwise indicated. 1. Set units with joints as indicated on drawings. 2. Build anchors and ties into mortar joints as units are set. 3 . Fill dowel holes and anchor slots with mortar. 4 . Fill collar joints solid as units are set. 5. Build concealed flashing into mortar joints as units are set. 6. Keep head joints in coping and other units with exposed horizontal surfaces open to receive sealant. 7. Keep joints at shelf angles open to receive sealant. E . Rake out joints for pointing with mortar to depths of not less than 3/4 inch (19 mm). Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. F . Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch (10 mm). Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. Jacobs WUXU2700 047200-7 082710 Issued for Construction CAST STONE MASONRY 3.4 3 .5 A. B. C. D. A. B. C . INSTALLATION TOLERANCES Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less . Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch (1.5 mm), except where variation is due to warpage of units within tolerances specified . ADJUSTING AND CLEANING Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. In-Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of cast stone . 3 . Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4 . Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Clean cast stone by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions . END OF SECTION 04 7200 Jacobs WUXU2700 047200 - 9 082710 Issued for Construction CAST STONE MASONRY SECTION 051200 -STRUCTURAL STEEL FRAMING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes : 1. Structural steel. 2. Grout. B. Related Sections: 1. Division 01 Section "Quality Requirements" for independent testing agency procedures and administrative requirements. 1.3 DEFINITIONS A. Structural Steel: Elements of structural-steel frame, as classified by AISC 303, "Code of Standard Practice for Steel Buildings and Bridges." 1.4 ACTION SUBMITTALS A. Shop Drawings: Show fabrication of structural-steel components . 1. Include details of cuts, connections, splices, camber, holes , and other pertinent data. 2. Include embedment drawings . 3. Indicate welds by standard A WS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld . Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. 4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical high-strength bolted connections . 5. Identify members and connections of the seismic-load-resisting system. 6. Indicate locations and dimensions of protected zones. 7. Identify demand critical welds. 8. For structural-steel connections indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. Jacobs WUXU2700 051200 - 1 082710 Issued for Construction STRUCTURAL STEEL FRAMING B. Coordinate installation of anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, sheet metal templates , instructions, and directions for installation. PART 2-PRODUCTS 2 .1 STRUCTURAL-STEEL MATERIALS A. Channels, Angles: ASTM A 36/A 36M. B . Plate and Bar: ASTM A 36/ A 36M. C . Welding Electrodes: Comply with AWS requirements . 2.2 BOLTS, CONNECTORS , AND ANCHORS A. High-Strength Bolts, Nuts , and Washers : ASTM A 325 (ASTM A 325M), Type 1, heavy -hex steel structural bolts ; ASTM A 563, Grade C, (ASTM A 563M, Class 8S) heavy-hex carbon- steel nuts; and ASTM F 436 (ASTM F 436M), Type 1, hardened carbon-steel washers ; all with plain finish. 2 .3 PRIMER A. Primer: Fabricator's standard lead-and chromate-free, nonasphaltic , rust-inhibiting primer complying with MPI#79 and compatible with topcoat. B. Galvanizing Repair Paint: ASTM A 780 . 2.4 GROUT A. Nonmetallic , Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged , nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency suitable for application and a 30-rninute working time. 2.5 FABRICATION A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC 360. 1. Identify high-strength structural steel according to ASTM A 6/ A 6M and maintain markings until structural steel has been erected. 2 . Mark and match-mark materials for field assembly. 3. Complete structural-steel assemblies, including welding of units, before starting shop- priming operations. Jacobs WUXU2700 051200 - 3 082710 Issued for Construction STRUCTURAL STEEL FRAMING 1. SSPC-SP 3, "Power Tool Cleaning." C. Priming: Immediately after surface preparation, apply primer according to manufacturer's written instructions and at rate recommended by SSPC to provide a minimum dry film thickness of 1.5 mils (0.038 mm). Use priming methods that result in full coverage of joints, comers, edges , and exposed surfaces. 1. Stripe paint comers, crevices, bolts, welds, and sharp edges. 2. Apply two coats of shop paint to surfaces that are inaccessible after assembly or erection . Change color of second coat to distinguish it from first. D. Painting: Prepare steel and apply a one-coat, nonasphaltic primer complying with SSPC- PS Guide 7.00, "Painting System Guide 7.00: Guide for Selecting One-Coat Shop Painting Systems," to provide a dry film thickness of not less than 1.5 mils (0 .038 mm). 2.8 GALVANIZING A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel according to ASTM A 123 /A 123M. 1. Fill vent and drain holes that will be exposed in the finished Work unless they will function as weep holes, by plugging with zinc solder and filing off smooth. 2. Galvanize lintels and shelf angles, attached to structural-steel frame and located in exterior walls. 2.9 SOURCE QUALITY CONTROL A. Testing Agency: Owner will engage an independent testing and inspecting agency to perform shop tests and inspections and prepare test reports. 1. Provide testing agency with access to places where structural-steel work 1s being fabricated or produced to perform tests and inspections. B . Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. C. Bolted Connections: Shop-bolted connections will be inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts ." D . Welded Connections : In addition to visual inspection, shop-welded connections will be inspected according to A WS D 1.1/D l. lM and the following inspection procedures, at testing agency's option: 1. a minimum of 10% of fillet welds shall be tested by either Liquid Penetrant Inspection (ASTM E 165) or Magnetic Particle Inspection (ASTM E 709); performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted Jacobs WUXU2700 051200 -5 082710 Issued for Construction STRUCTURAL STEEL FRAMING in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service . E. Do not use thermal cutting during erection. Finish thermally cut sections within smoothness limits in AWS Dl .1/Dl.lM. F. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. G . Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Use automatic end welding of headed-stud shear connectors according to AWS Dl.1/Dl .lM and manufacturer's written instructions. 3.4 FIELD CONNECTIONS A. High-Strength Bolts: Install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened. B. Weld Connections: Comply with AWS Dl.1/Dl.lM and AWS Dl.8/Dl.8M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work. 1. Comply with AISC 303 and AISC 360 for bearing, alignment, adequacy of temporary connections, and removal of paint on surfaces adjacent to field welds. 2 . Remove backing bars or runoff tabs where indicated, back gouge, and grind steel smooth. 3. Assemble and weld built-up sections by methods that will maintain true alignment of axes without exceeding tolerances in AISC's "Code of Standard Practice for Steel Buildings and Bridges" for mill material. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to inspect field welds and high-strength bolted connections. B. Bolted Connections : Bolted connections will be inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." C. Welded Connections: In addition to visual inspection, field-welded connections will be inspected according to AWS Dl.1/Dl.lM and the following inspection procedures, at testing agency's option: 1. a minimum of 10% of fillet welds shall be tested by either Liquid Penetrant Inspection (ASTM E 165) or Magnetic Particle Inspection (ASTM E 709); performed on root pass Jacobs WUXU2700 051200 -7 082710 Issued for Construction STRUCTURAL STEEL FRAMING SECTION 054000 -COLD-FORMED METAL FRAMING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section. 1.2 SUMMARY A. This Section includes the follow ing: 1. Exterior non-load-bearing wall framing. B. Related Sections include the following : 1. Division 9 Section "Gypsum Board Assemblies" for interior non-load-bearing, metal-stud framing and ceiling-suspension assemblies . 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide cold-formed metal framing capable of withstanding design loads within limits and under conditions indicated. 1. Design Loads: As indicated. a. Dead Loads: Weights of materials and construction. b. Wind Loads: 30 psf. 2. Deflection Limits: Design framing systems to withstand design loads without deflections greater than the following: a . Exterior Non-Load-Bearing Framing: Horizontal deflection of 1/600 of the wall height. 3. Design framing systems to provide for movement of framing members without damage or overstressing, sheathing failure, connection failure , undue strain on fasteners and anchors, or other detrimental effects when subject to a maximum ambient temperature change of 120 deg F (67 deg C). B. Cold-Formed Steel Framing , General: Design according to AISI's "Standard for Cold-Formed Steel Framing -General Provisions ." 1. Design exterior non-load-bearing wall framing to accommodate horizontal deflection without regard for contribution of sheathing materials. Jacobs WUXU2700 054000 - 1 082710 Issued for Construction COLD-FORMED METAL FRAMING 1.4 SUBMITT ALS A. Product Data: For each type of cold-formed metal framing product and accessory indicated . B. Shop Drawings: Show layout, spacings , sizes , thicknesses, and types of cold-formed metal framing ; fabrication; and fastening and anchorage details, including mechanical fasteners. Show reinforcing channels, opening framing, supplemental framing , strapping, bracing , bridging, splices, accessories, connection details , and attachment to adjoining work. 1. For cold-formed metal framing indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Welding certificates . D. Qualification Data: For testing agency. E . Product Test Reports: From a qualified testing agency , unless otherwise stated, indicating that each of the following complies with requirements , based on evaluation of comprehensive tests for current products: 1. Power-actuated anchors . 2 . Mechanical fasteners . 3 . Vertical deflection clips. 4. Miscellaneous structural clips and accessories . F . Research/Evaluation Reports: For cold-formed metal framing. 1.5 QUALITY ASSURANCE A. Engineering Responsibility: Preparation of Shop Drawings , design calculations, and other structural data by a qualified professional engineer. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated . Engineering services are defined as those performed for installations of cold-formed metal framing that are similar to those indicated for this Project in material, design, and extent. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM E 329 to conduct the testing indicated. D. Product Tests: Mill certificates or data from a qualified independent testing agency , or in-house testing with calibrated test equipment indicating steel sheet complies with requirements, including base-metal thickness, yield strength, tensile strength , total elongation, chemical requirements, ductility, and metallic-coating thickness. E . Welding: Qualify procedures and personnel according to AWS Dl.1/Dl.lM, "Structural Welding Code--Steel," and AWS Dl.3, "Structural Welding Code--Sheet Steel." Jacobs WUXU2700 054000 - 2 082710 Issued for Construction COLD-FORMED METAL FRAMING F. AISI Specifications and Standards : Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" and its "Standard for Cold-Formed Steel Framing -General Provisions." 1.6 DELIVERY , STORAGE, AND HANDLING A. Protect cold-formed metal framing from corrosion , deformation, and other damage during delivery , storage, and handling. B. Store cold-formed metal framing , protect with a waterproof covering , and ventilate to avoid condensation . PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements , provide cold-formed metal framing by one of the following: 1. Allied Studco. 2 . AllSteel Products, Inc. 3. California Expanded Metal Products Company. 4. Clark Steel Framing. 5. Consolidated Fabricators Corp.; Building Products Division. 6. Craco Metals Manufacturing, LLC. 7. Custom Stud, Inc. 8. Dale/Incor. 9. Design Shapes in Steel. 10. Dietrich Metal Framing ; a Worthington Industries Company . 11. Formetal Co. Inc . (The). 12 . Innovative Steel Systems. 13 . Marino Ware ; a division of Ware Industries . 14. Quail Run Building Materials, Inc . 15. SCAFCO Corporation. 16 . Southeastern Stud & Components, Inc . 17. Steel Construction Systems. 18 . Steeler, Inc . 19. Super Stud Building Products, Inc . 20 . United Metal Products, Inc . 2 .2 MATERIALS A. Steel Sheet: ASTM A 1003/ A 1003M , Structural Grade, Type H, metallic coated , of grade and coating weight as follows: 1. Grade: As required by structural performance . 2. Coating: G90 (Z275) or equivalent. Jacobs WUXU2700 054000-3 082710 Issued for Construction COLD-FORMED MET AL FRAMING B. Steel Sheet for Vertical Deflection Drift clips : ASTM A653 , structural steel , zinc coated, of grade and coating as follows : 1. Grade: As required by structural performance. 2. Coating: G90 (Z275). 2.3 EXTERIOR NON-LOAD-BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs , of web depths indicated, punched, with stiffened flanges , and as follows : 1. Minimum Base-Metal Thickness: 0 .0428 inch (1.09 mm). 2 . Flange Width: 1-3 /8 inches (35 mm). 3. Section Properties : About major ax is , minimum moment of inertia of 0 .676 inchA4, section modulus of 0.327 inA3 and allowable moment of 6.46 in-kip . B. Steel Track: Manufacturer's standard U-shaped steel track, of web depths indicated, unpunched, with unstiffened flanges, and as follows : 1. Minimum Base-Metal Thickness: 0.0329 inch (0 .84 mm). 2. Flange Width: 1-1/4 inches (32 mm). C. Vertical Deflection Clips : Manufacturer's standard bypass and head clips, capable of accommodating upward and downward vertical displacement of primary structure through positive mechanical attachment to stud web . 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, prov ide products by one of the following: a . Dietrich Metal Framing; a Worthington Industries Company. b. Marino Ware, a division of Ware Industries. c. SCAFCO Corporation d . The Steel Network, Inc. D. Single Deflection Track: Manufacturer's single, deep-leg , U-shaped steel track; unpunched, with unstiffened flanges, of web depth to contain studs while allowing free vertical movement, with flanges designed to support horizontal and lateral loads and transfer them to the primary structure, and as follows: 1. Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2 . Minimum Base-Metal Thickness: 0 .0428 inch. 3. Flange Width: 1 inch (25 mm) plus twice the design gap for other applications . Jacobs WUXU2700 054000 -4 082710 Issued for Construction COLD-FORMED MET AL FRAMING 2.4 FRAMING ACCESSORIES A . Prov ide accessories of manufacturer's standard thickness and configuration, unless otherwise indicated, as follows : 1. Supplementary framing . 2. Bracing, bridging, and solid blocking. 3. Web stiffeners. 4. Anchor clips. 5. End clips . 6. Foundation clips. 7 . Gusset plates. 8. Stud kickers , knee braces, and girts. 9. Hole reinforcing plates. 10 . Backer plates. 2.5 ANCHORS , CLIPS , AND FASTENERS A. Steel Shapes and Clips: ASTM A 36/ A 36M, zinc coated by hot-dip process according to ASTM A 123 /A 123M. B. Power-Actuated Anchors : Fastener sy stem of type suitable for application indicated, fabricated from corrosion-resistant materials, with capability to sustain, without failure , a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. C. Mechanical Fasteners: ASTM C 1513, corrosion-resistant-coated, self-drilling, self-tapping steel drill screws. 1. Head Type: Low-profile head beneath sheathing, manufacturer's standard elsewhere . D . Welding Electrodes: Comply with AWS standards. 2.6 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: ASTM A 780. B. Cement Grout: Portland cement, ASTM C 150, Type I ; and clean, natural sand, ASTM C 404 . Mix at ratio of 1 part cement to 2-1/2 parts sand, by volume , with minimum water required for placement and hydration. C. Nonmetallic, Nonshrink Grout: Premixed, nonmetallic , noncorrosive , nonstammg grout containi ng selected silica sands, portland cement, shrinkage-compensating agents, and plasticizing and water-reducing agents , complying with ASTM C 1107, with fluid consistency and 30-minute working time . D. Shims: Load bearing , high-density multimonomer plastic, nonleaching. E. Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch (6.4 mm) thick, selected from manufacturer's standard widths to match width of bottom track or rim track members. Jacobs WUXU2700 054000-5 082710 Issued for Construction COLD-FORMED METAL FRAMING 2.7 FABRICATION A. Fabricate cold-formed metal framing and accessories plumb , square, and true to line, and with connections securely fastened , according to referenced AISI's specifications and standards, manufacturer's written instructions , and requirements in this Section . 1. Fabricate framing assemblies using jigs or templ ates . 2 . Cut framing members by sawing or shearing ; do not torch cut. 3 . Fasten cold-formed metal framing members by welding, screw fastening , clinch fastening , or riveting as standard with fabric ator. Wire tying of framing members is not permitted. a. Comply with A WS D 1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b. Locate mechanical fasteners and install according to Shop Drawings, with screw penetrating joined members by not less than three exposed screw threads. 4 . Fasten other materials to cold-formed metal framing by welding, bolting, or screw fastening, according to Shop Drawings . B . Reinforce, stiffen, and brace framing assemblies to withstand handling, delivery , and erection stresses. Lift fabricated assemblies to prevent damage or permanent distortion . C . Fabrication Tolerances: Fabricate assemblies level, plumb , and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet (1 :960) and as follows: 1. Spacing: Space individual framing members no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 2 . Squareness: Fabricate each cold-formed metal framin g assembly to a maximum out-of- square tolerance of 1/8 inch (3 mm). PART 3 -EXECUTION 3 .1 EXAMINATION 3 .2 A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. A. B. 1. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Before sprayed fire-resistive materials are applied, attach continuous angles, supplementary framing, or tracks to structural members indicated to receiv e sprayed fire-resistive materials. After applying sprayed fire-resistive materials , remove only as much of these materials as needed to complete installation of cold-formed framing without reducing thickness of fire- Jacobs WUXU2700 054000 - 6 082710 Issued for Construction COLD-FORMED MET AL FRAMING resistive materials below that are required to obtain fire-resistance rating indicated . Protect remaining fire-resistive materials from damage. C. Install load bearing shims or grout between the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations to ensure a uniform bearing surface on supporting concrete or masonry construction. D. Install sealer gaskets to isolate the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations. 3.3 INSTALLATION, GENERAL A. Cold-formed metal framing may be shop or field fabricated for installation, or it may be field assembled. B. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel Framing -General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. C. Install shop-or field-fabricated , cold-formed framing and securely anchor to supporting structure . 1. Screw , bolt, or weld wall panels at horizontal and vertical junctures to produce flush, even , true-to-line joints with maximum variation in plane and true position between fabricated panels not exceeding 1/16 inch (1.6 mm). D . Install cold-formed metal framing and accessories plumb , square , and true to line, and with connections securely fastened. 1. Cut framing members by sawing or shearing; do not torch cut. 2. Fasten cold-formed metal framing members by welding, screw fastening, clinch fastening, or riveting. Wire tying of framing members is not permitted. a . Comply with A WS D 1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b . Locate mechanical fasteners and install according to Shop Drawings , and complying with requirements for spacing, edge distances, and screw penetration. E. Install framing members in one-piece lengths unless splice connections are indicated for track or tension members. F. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. G. Do not bridge building expansion and control joints with cold-formed metal framing . Independently frame both sides of joints. Jacobs WUXU2700 054000 - 7 082710 Issued for Construction COLD-FORMED MET AL FRAMING H. Install insulation, specified in Division 7 Section "Building Insulation," in built-up exterior framing members, such as headers, sills , boxed joists, and multiple studs at openings, that are inaccessible on completion of framing work. I. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. J. Erection Tolerances : Install cold-formed metal framing level , plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet (1 :960) and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 3.4 EXTERIOR NON-LOAD-BEARING WALL INSTALLATION A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure as indicated. B . Fasten both flanges of studs to top and bottom track, unless otherwise indicated. Space studs as follows: 1. Stud Spacing: As indicated. C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. D. Isolate non-load-bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. 1. Install double deep-leg deflection tracks and anchor outer track to building structure. 2 . Connect vertical deflection clips to bypassing studs and anchor to building structure. 3 . Connect drift clips to cold formed metal framing and anchor to building structure. E. Install horizontal bridging in wall studs, spaced in rows indicated on Shop Drawings but not more than 48 inches (1220 mm) apart. Fasten at each stud intersection. 1. Top Bridging for Single Deflection Track: Install row of horizontal bridging within 12 inches (305 mm) of single deflection track. Install a combination of flat, taut, steel sheet straps of width and thickness indicated and stud or stud-track solid blocking of width and thickness matching studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. a. Install solid blocking at centers indicated on Shop Drawings. 2. Bridging: Proprietary bridging bars installed according to manufacturer's written instructions. F . Install miscellaneous framing and connections, including stud kickers, web stiffeners, clip angles, continuous angles, anchors, fasteners, and stud girts , to provide a complete and stable wall-framing system. Jacobs WUXU2700 054000 - 8 082710 Issued for Construction COLD-FORMED MET AL FRAMING 3.5 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports . B. Field and shop welds will be subject to testing and inspecting. C. Testing agency will report test results promptly and in writing to Contractor and Architect. D. Remove and replace work where test results indicate that it does not comply with specified requirements. E . Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.6 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that cold-formed metal framing is without damage or deterioration at time of Substantial Completion. END OF SECTION 05400 Jacobs WUXU2700 054000-9 082710 Issued for Construction COLD-FORMED MET AL FRAMING SECTION 05500 -MISCELLANEOUS METAL FABRICATIONS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. l .2 SUMMARY A. The work of this item includes all labor, materials , and equipment necessary to complete the work of with the fabrication, delivery and installation of all items of mi scellaneous metal complete, including, but not limited to , the following : 1. Brick lintels , shelf angles and miscellaneous steel in conjunction with masonry work. 2 . Handrail assemblies and hardware cloth screens and frames . 1.3 QUALITY ASSURANCE A. Take field measurements prior to preparation of Shop Drawings and fabrication , where possible. Allow for trimming and fitting in taking field measurements before fabrication, so that minor adjustments will not delay work. B. Furnish inserts and anchoring devices to be set in concrete for attaching miscellaneous metal work. Provide setting drawings, templates , instructions and directions for installation of anchorage devices . Coordinate delivery with other work to avoid delay . C. Shop assemble all items to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinate installation. D. Industry Standards: 1. American Institute of Steel Construction: a . Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings, including Commentary of AISC Specifications. 2. American Welding Society: a. Structural Welding Code b. Standard Qualification Procedure 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings for fabrication and erection of metal fabrications. Show anchorage and accessory items . Provide templates or location drawings for anchor and bolt installation by others. B. Manufacturer's Data: Submit copies of manufacturer's specifications and installation Jacobs WUXU2700 055000 - 1 082710 Issued for Construction METAL FABRICATIONS instructions for prefabricated metal products used. PART 2-PRODUCTS 2.1 MATERIALS A. General : Provide materials which have been selected for their surface flatness , smoothness and freedom from surface blemishes wherever exposed to view in finished units, exposed-to-view surfaces which exhibit pitting, seam marks, roller marks, "oil- canning" stains, discolorations or other imperfections on finished units will not be acceptable. B . General metal materials: 1. Steel plates, shapes, bars: ASTM A36. 2. Steel plates to be bent or cold-formed: ASTM A283 , Grade C. 3. Steel bars and bar-size shapes: ASTM A306, Grade 65 or ASTM A36. 4. Steel tubing: (Hot-formed, welded or seamless), ASTM A501. 5. Cold-finished steel bars: ASTM Al 08 , grade as selected by the fabricator. 6. Steel pipe: ASTM A53, type as selected; Grade A; black finish unless galvanizing is required; standard weight (Schedule 40), unless otherwise indicated. 7. Cold-drawn steel tubing: ASTM A512 ; sunk drawn, butt welded cold finished and stress relieved. C. Concrete Anchorage Devices: Expansions shields , FS FF-S-325. D. Ready Mix Grout: Equal to "Por-Rok" as manufactured by Hallemite. E. Fasteners: 1. General: Provide zinc-coated fasteners for exterior use or where built into exterior walls. Select fasteners for the type grade and class required. 2 . Bolt and Nuts: Regular hexagon head type , ASTM A307 , Grade A. 3. Wood Screws: Flat head carbon steel, FS FF-S-111. 4. Plain Washers: Round, carbon steel, FS FF-W-92. F . Paint: See Section 09900 . 2.2 FABRICATION A. Workmanship : Use materials of sizes and thicknesses shown, or if not shown, of required sizes and thicknesses to produce adequate strength and durability in finished products for intended uses. Work to dimensions shown or accepted on shop drawings using proven details of fabrication and support. Use types of materials shown or specified for various components or work. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Ease exposed edges to a radius of approximately 1/32" unless otherwise shown. Form bent-metal comers to smallest radius possible without causing grain to separate or otherwise impairing work. B . Weld comers and seams continuously, complying with AWS recommendations. Grind exposed welds smooth and flush to match and blend with adjoining surfaces. Jacobs WUXU2700 055000 -2 082710 Issued for Construction METAL FABRICATIONS C. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and space anchoring devices as shown and as required to provide adequate support for intended use. D . Cut, reinforce, drill and tap miscellaneous metal work as required to receive finish hardware and similar items. E. Galvanizing: Provide a zinc coating for those items shown or specified to be galvanized, as follows: 1. ASTM A153 for galvanizing iron and steel hardware. 2. ASTM A123 for galvanizing rolled, pressed and forged steel shapes, plates, bar and strip 1/8" thick and heavier. 3. ASTM A286 for galvanizing assembled steel products. F. Shop Painting : Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete or masonry , surfaces and edges to be field welded, and galvanized surfaces . As specified in Paragraph 2.01 F.1. 2.3 MISCELLANEOUS METAL ITEMS AND FABRICATIONS A. Bearing Plates: 1. Loose and embedded bearing plates for steel items bearing on concrete construction, made flat, free from warps or twists, and of required thickness and bearing area. 2. Drill plates to receive anchor bolts and for grouting as required. B. Miscellaneous Framing and Supports: 1. Steel framing and supports which are not a part of structural steel framework, as required to complete work. Fabricate miscellaneous members to sizes, shapes and profiles shown, or if not shown, of required dimensions to receive adjacent work to be retained for framing. 2. Except as otherwise shown, fabricate from structural steel shape and plates and steel bar, of welded construction, using mitered joints for field connections. 3. Cut, drill and tap units to receive hardware and similar items. 4. Equip members with integrally welded anchors for casting into concrete. C. Tubular handrail: 1. Fabricate handrail of standard weight steel tube size indicated. 2. Form bends smooth without wrinkles, kinks or flat spots . 3. Weld all joints and grind smooth. 4. Support handrails as indicated on steel plates and inserts. 5. Fabricate handrails of one continuous piece between expansion joints, or splice at midpoint if desired . Splices shall be done using full penetration bevel welds, grounded. PART 3 -EXECUTION Jacobs WUXU2700 055000 - 3 082710 Issued for Construction MET AL F ABRICA TIO NS 3 .1 INSPECTION A . Installer must examine the areas and conditions under which miscellaneous metal items are to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. 3 .2 PREPARATION A. Furnish setting drawings, diagram templates, instructions and directions for installation of anchorages, such as concrete inserts , anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate the delivery of such items to the project site . 3.3 INSTALLATION A. Fastening to in-place construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal items to in-place construction; including threaded fasteners for concrete and masonry inserts , toggle bolts , through-bolts , lag bolts , wood screws and other connectors as required. B . Cutting, fitting and placement: Perform cutting , drilling and fitting required for the installation of miscellaneous metal items . set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels . Provide temporary bracing or anchors in formwork for items which are to be built into concrete, masonry of similar construction. C . Fit exposed connections accurately together to form tight hairline joints. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind joints smooth and touch-up shop paint coat. Do not weld, cut or a brade surfaces of exterior unit s which have been hot-dip galvanized after fabrication, and are intended for bolted or screwed field connections . D . Field welding: Comply with A WS Code for the procedures of manual shielded metal-arc welding, the appearance and quality of welds made, and the methods used in correcting welding work. E. Touch-up painting : Immediately after erection, clean field welds, bolted connections , and abraded areas of the shop paint, and paint all exposed areas with the same material as used for shop painting. Apply by brush or spray to prov ide a minimum dry film thickness of 2.0 mils . 3.4 CLEANUP A. Cleanup all debris caused by the work of this section, keeping the premises clean and neat at all times. END OF SECTION Jacob s WUXU2700 055000 -4 082710 Issued for Construction METAL FABRICATIONS SECTION 061600 -SHEATHING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof sheathing. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated plywood complies with requirements . Indicate type of preservative used and net amount of preservative retained. 2. For products receiving a waterborne treatment , include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 3 . Include copies of warranties from chemical treatment manufacturers for each type of treatment. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For following products, from ICC-ES: 1. Preservative-treated plywood. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire- retardant-treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. Jacobs WUX:02700 061600 - 1 082710 Issued for Construction SHEATHING 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack panels flat with spacers beneath and between each bundle to provide air circulation. Protect sheathing from weather by covering with waterproof sheeting , securely anchored. Provide for air circulation around stacks and under coverings . PART 2 -PRODUCTS 2.1 WOOD PANEL PRODUCTS A. Certified Wood 1. Plywood . B. Plywood: Either DOC PS 1 or DOC PS 2 unless otherwise indicated . C. Thickness: As needed to comply with requirements specified , but not less than 1/2 inch thick. D . Factory mark panels to indicate compliance with applicable standard . 2.2 PRESERVATIVE-TREATED PLYWOOD A. Preservative Treatment by Pressure Process: AWPA Ul; Use Category UC2. Use Category UC3b for exterior construction not in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Mark plywood with appropriate classification marking of an inspection agency acceptable to authorities having jurisdiction . C. Application: Treat all plywood unless otherwise indicated. 2.3 FIRE-RETARDANT-TREATED PLYWOOD A. Kiln-dry material after treatment to a maximum moisture content of 15 percent. Do not use material that is warped or does not comply with requirements for untreated material. B . Identify fire-retardant-treated plywood with appropriate classification marking of qualified testing agency. C. Application: Treat all plywood unless otherwise indicated. Jacobs WUXU2700 061600 - 2 082710 Issued for Construction SHEATHING 2.4 ROOF SHEATHING A. Plywood Roof Sheathing: Exposure 1 sheathing. 1. Span Rating: Not less than 20/0. 2 . Nominal Thickness: Not less than 1/2 inch (13 mm). PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL 3.2 A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B . Cut panels at penetrations, edges, and other obstructions of work; fit tightly ag ainst abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: D . E. F. G. A. 1. NBS NER-272 for power-driven fasteners. 2 . Table 2304.9.1, "Fastening Schedule," in ICC's "International Building Code." 3 . Table R602 .3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's "International Residential Code for One-and Two- Family Dwellings." Use common wire nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections . Install fasteners without splitting wood. Coordinate wall and roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. Coordinate sheathing installation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. WOOD STRUCTURAL PANEL INSTALLATION General : Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural-use panels and applications indicated. Jacobs WUXU2700 061600 - 3 082710 Issued for Construction SHEATHING B . Fastening Methods : Fasten panels as indicated below: 1. Wall and Roof Sheathing: a . Screw to cold-formed metal framing . b. Space panels 1/8 inch (3 mm) apart at edges and ends. 3.3 CEMENTITIOUS BACKER UNIT INSTALLATION A . Install panels and treat joints according to ANSI Al 08.11 and manufacturer's written instructions for type of application indicated. END OF SECTION 061600 Jacobs WUXU2700 061600 -4 082710 Issued for Construction SHEATHING SECTION 073126-SYNTHETIC SLATE SHINGLES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 1.2 SUMMARY A. Section Includes : 1. Synthetic Slate shingles under the brand name A uth entic Roof or approved equal. B. Related Sections: 1. Division 06 Section "Sheathing" for roof sheathing. 1.3 DEFINITIONS A. Roofing Terminology : See ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definitions of terms related to roofing work in this Section . 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: Of each color, size, texture, and shape. 1. Include similar Samples of trim and accessories involving color selection. C. Samples for Verification: For the following products, of sizes indicated, to verify color selected: 1. Slate Shingle: Full size , color, texture , and shape . 2. Ridge Cap : Full Size, color, texture , and shape 3 . Fasteners: Three fasteners of each type , length, and fini sh . 1.5 INFORMATIONAL SUBMITTALS A. Warranty: Written statement of Manufacturer's warranty. When a warranty is required, the Manufacturer must be contacted prior to project bid as specific information regarding high wind areas, slope requirements for roof seal, or snow guards may be required . Jacobs WUXU2700 073126-1 082710 Issued for Construction SYNTHETIC SLATE SHINGLES B. Any questions regarding supplied material must be accompanied by the supplier's name, address and phone number, as well as purchase order numbers and the order number for tracing. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Synthetic Slate Shingles: [100 sq. ft.] of each type and color, in unbroken bundles. 1.7 QUALITY ASSURANCE 1.8 A. Source Limitations: Obtain each color of slate shingle from single quarry capable of producing slate of consistent quality in appearance and physical properties. B. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. C. D . E. F . A. B. C. 1. Build mockups for slate shingles including related roofing materials. a. Size: 48 inches long by 48 inches wide 2. Approval of mockups does not constitute approval of de v iations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3 . Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. There shall be no deviations made from this specification without the written consent from the Manufacturer, prior to initiation of the project. A licensed, qualified and insured roofing contractor will oversee the installation of the project. It is the responsibility of the roofing contractor to adhere to all applicable building codes (local and national) and to acquire the appropriate licenses or permits for completing the job. Pre-installation Conference: Conduct conference at Project site. DELIVERY, STORAGE, AND HANDLING Material shall be delivered to the job site in unopened bundles . Locate installation instructions packaged on the pallet. Synthetic Slates shall be stored in a clean dry area at temperatures above freezing and less than 100 °F Materials damaged in shipping should not be used but returned for credit and must be reported on immediate receipt of delivery . Jacobs WUXU2700 073126 - 2 082710 Issued for Construction SYNTHETIC SLATE SHINGLES 1.9 PROJECT CONDITIONS A. When installing synthetic slates, the ambient temperature should be above freezing. B. Under no circumstances should a nail gun be used to install synthetic slate. It has several engineered advantages in its product that ensures its performance and the use of a nail gun directly counteracts these advantages. 1.10 WARRANTY A. Special Warranty: Standard form in which roofing Installer agrees to repair or replace slate roofing that fails in workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SYNTHETIC SLATE SHINGLES A. Synthetic Slate Shingles: B. Synthetic Slate dimensions are 12" wide, 18" long and weigh about 1.65 lbs. each. 1. Manufacturers: Basis-of-Design Product: Subject to compliance with requirements, provide Authentic Roof by Contact: Crow Building Products 116 Burris Street Hamilton, ON, Canada L8M 2J5 (888) 533-3358 sales@authenticroof.com or submit comparable product for approval. 2. Exposure shall be 7" which is equivalent to 172 slates per roofing square (lOOfr) C. Hip and Ridge Slates are full slates with a special channel down the back to allow the slate to be folded to the desired angle. A paint heat strip gun should be used to slightly warm up the material increasing its flexibility. Fold the slate past the desired angle and cool; this will ensure that the capping will hug the hip or ridge tightly. Hip and Ridge slates are figured for quoting purposes at the same exposure as field slates. 2.2 RELATED MATERIALS A. Underlayment: The roof shall be covered with G2 fiberglass base sheet. No special fire underlay is required for the specified synthetic shingle. Step lapping of underlay is a good practice for every 3 to 4 courses. Jacobs WUXU2700 073126 - 3 082710 Issued for Construction SYNTHETIC SLATE SHINGLES B. Fasteners: Minimum of 1 1/z" (38 mm) large head hot dipped galvanized roofing nails should be used to install the synthetic slate so that the nail points penetrate the inner side of the roof sheathing. Stainless steel or copper nails are also acceptable provided the nail heads are a minimum of 3/8" (10mm) in diameter. Do not use coil nails, the use of nail guns is strictly prohibited. The Manufacturer does NOT supply or warrant fastening materials PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored and that provision has been made for flashings and penetrations through roofing. 3. Preferred installation for synthetic slates is Yi plywood deck or equivalent. B. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. Send report to Manufacturer to for approval regarding warranty. C. Proceed with installation only after unsatisfactory conditions have been corrected and approval by Manufacturer. 3.2 UNDERLAYMENT INSTALLATION A. General: Comply with underlayment manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. B. Single-Layer G2 Fiberglass Underlayment: Install on roof deck parallel with and starting at the eaves. Lap sides a minimum of 2 inches (50 mm) over underlying course. Lap ends a minimum of 4 inches (100 mm). Stagger end laps between succeeding courses at least 72 inches (1830 mm). Fasten with felt underlayment nails. 3.3 SYNTHETIC SLATE SHINGLE INSTALLATION A. After the underlay and flashings have been installed, begin by starting with the starter slates, cut the top six inches off and discard, this is to prevent a kick on the third course as it steps down to the roof deck. Install these 12" x 12" (30.5 x 30.5 cm) slates in a straight line along the edge of the roof leaving 3/16" (4.75 mm) spacing between them. Then install the full size slate on the top of this row, shifting over one half of a slate. From the eaves looking up at the roof it will Jacobs WUXU2700 073126 -4 082710 Issued for Construction SYNTHETIC SLATE SHINGLES 3.4 3.5 B. C. D. E. F. G. H. I. J. A. B. A. appear there are two layers of slates. This is required to fill in the slots between the roofing slates. Optimum installation temperature is above freezing . Starter slates are always full face slates and are required to be installed along all eaves . Due to recycled material content, synthetic slate does fluctuate slightly in shading colors. It is recommended that the slates be evenly distributed over the entire roof area to avoid color blotching and minimize any drastic color fluctuation. When applying, select one bundle from each pallet and one slate from each bundle creating mixed bundles. This will mechanically and deliberately spread any possible color variation evenly throughout the roof. Nails are to be installed into the divots located on the slates, two (2) immediate nails per slate; two (2) secondary nails will be installed from the next row of slates that overlap . To insure a straight and proper appearance, chalk lines should be snapped horizontally and vertically. Spacing beside each slate of 3/16" (5 mm) is to be maintained, the engineered spacer tabs located on the sides of the slates ensure proper spacing. These tabs also allow for expansion/contraction of the roof deck and roofing materials. Snythetic slate is slippery when wet and manufacturer cautions the use of roof jacks and toe boards; approved safety equipment should be used at all times. Care should be taken to reduce tracking of mud on the roof as it will cause undesirable appearance esthetics that may have to be washed off with a mild detergent and/or a pressure washer. Please follow the installation instructions. ADJUSTING AND CLEANING Remove and replace damaged or broken slate shingles. Remove excess slate and debris from Project site. ROOFING INSTALLER'S WARRANTY WHEREAS <Insert name > of <Insert address >, herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: 2. Address: 3. Building Name/Type: 4. Address: 5. Area of Work: 6. Acceptance Date: -------------------------- Jacobs WUXU2700 073126-5 082710 Issued for Construction SYNTHETIC SLATE SHINGLES 7. Warranty Period: 8. Expiration Date: y B. AND WHEREAS Roofing Installer has contracted ( either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. D . This Warranty is made subject to the following terms and conditions : 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed exceeding 90 mph; c. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. Vapor condensation on bottom of roofing; and f. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of the foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3 . Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray-cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. Jacobs WUXU2700 073126-6 082710 Issued for Construction SYNTHETIC SLATE SHINGLES E. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects , or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure . Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents , regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. IN WITNESS THEREOF , this instrument has been duly executed this ___ day of __ , 1. Authorized Signature: 2 . Name : 3. Title: END OF SECTION 073126 Jacobs WUXU2700 073126 -7 082710 Issued for Construction SYNTHETIC SLATE SHINGLES SECTION 116813-PLAYGROUND EQUIPMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. C . The Work of this Section includes Bid Alternates. Contractor shall familiarize himself with these items as part his/her bid proposal. See Bid Tab in General and Supplementary Conditions. 1.2 SUMMARY A. The work of this item includes all labor, materials, and equipment transportation and supervision required for the installation of new playground equipment. 1.3 RELATED WORK A. Section 321816.13 -Wood Fiber Playground Surfacing B. Section 033000 -Cast-In-Place Concrete 1.4 QUALITY ASSURANCE/ PRODUCTS A. Codes and Standards: 1. All equipment and materials shall comply to the following standards: a. U.S. Consumer Product Safety Commission (CPSC) b. ASTM Designation F1487 (Standard Consumer Safety Performance Specification for Playground Equipment for Public Use) c. International Play Equipment Manufacturers Association (IPEMA) 2 . All equipment shall be new and conform to equipment standards. 3. The Contractor shall be responsible for defects in equipment due to faulty material or manufacturing , damage or loss, improper storage before installation. 1.5 SUBMITT ALS A. Contractor shall submit the following items for approval: 1. Submittals must be received and approved by the Owner's Representative prior to ordering equipment. Refer to General Requirements. 2. Submittals Prior to Construction -Submit manufacturers' documentation of product compliance with CPSC and ASTM F1487 Standards including: Jacobs WUXU2700 116813 - 1 082710 Issued for Construction PLAYGROUND EQUIPMENT a. All paints and other similar finishes must meet the current CPSC regulation for lead in paint (0 .06 percent ma ximum le ad by dry weight). b . Regardless of the material or the treatment process , the Manufacturer shall ensure that the users of the playground equipment cannot ingest , inhale , or absorb any potentially hazardous amounts of substances through body surfaces as a result of contact with the equipment. c . Subrnittals must be received and appro ved by the Owner's Representative prior to ordering equipment. Refer to General Requirements . 3. Submittals Prior to Project Acceptance -Contractor shall submit all Manufacturers ' literature to the Owner's Representative prior to acceptance of the project. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A . Protect from inclement weather: wet, damp , extreme heat or cold. B. Store in a manner to prevent warpage , bo wing or damage. C. All construction material such as subsurface drain gravel and play surface material may not be delivered to the site until installation of such material. D. Operation and Maintenance Manuals -Prepare and deliver to the Owner within ten (10) calendar days prior to completion of construction ; two (2) hard cover and three (3) ring binders containing the following information: 1. Index sheet stating Contractor's address , telephone and fax number, e-mail address , and listing of equipment with the name and addresses of the local equipment manufacturer 's representative. 2 . Catalog and parts sheets on each product and equipment type installed under contract 3 . Guarantee Statement. 4 . Complete operating and maintenance instruction on all major equipment. 1. 7 JOB CONDITIONS A. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of the park users utilizing unfinished equipment. B . The Contractor shall be required to submit a Safety Plan indicating the use of temporary construction fencing, signage and barriers necessary to prevent park users from utilizing unfinished equipment for Owner approval at the Pre-Construction meeting . At any time during construction non -compliance to the Safety Plan, or any other safety hazard is found to exist on the construction site , the Contractor shall be required to correct any and all non -compliance issues and /or safety hazards immediately within the same day of notification. C. All cost incurred be the Contractor to insure compliance to this specification shall be subsidiary to the cost of purchase and installation of equipment. Jacobs WUXU2700 116813 - 2 082710 Issued for Construction PLAYGROUND EQUIPMENT PART 2-PRODUCTS 2.1 PLAY EQIBPMENT A . Approved play component structures for the playground shall consist of equipment supplied by pre-approved equipment manufacturers /vendors noted below and as noted on the Equipment Schedule of the plans . 1. Manufacturer -Gametime Product Rep . -Total Recreation Products 1-800-392-9909 5-12 Play Structure: Model# TH-10156-09-2A1Rl 2-5 Play Structure: Model# TH-10156-09-2A2Rl (To include wear mats with 24 " min. length anchoring system) 5" O .D ./8' Top Rail-Two Bay Arch: Model# 26119 5" O.D ./8' Top Rail-Add a Bay: Model# 26120 2 Tot Seats/2 Belt Seats: Model# 1483 & 1470 Sky Runner: Model# TH-10156-09-6201 Sky Runner 2. Manufacturer -Nature Rocks Product Rep . -Total Recreation Products 1-800-392-9909 Large Boulder: Model# Large Sandstone Medium Boulder: Model# Medium Sandstone Small Boulder: Model# Small Sandstone 2.2 CONCRETE A. Concrete for footings shall be 3000 psi as specified in Section 033000 Cast-In-Place Concrete. PART 3 -EXECUTION 3.1 GENERAL: A. All items shall be supplied by Contractor and installed as per manufacturer's recommendations . 3.2 FALL ZONES: A . Contractor shall verify all fall zone clearances onsite prior to installing the equipment. Notify the Landscape Architect of any conflicts or discrepancies . The Contractor will be required to remove and reinstall any mow strips / hardscape at own expense and at no additional contract time if fall zone discrepancies are found and require remedy. Jacobs WUXU2700 116813 - 3 082710 Issued for Construction PLAYGROUND EQIBPMENT 3 .3 CONCRETE FOOTINGS: A. The finished grade of all concrete footings shall be set a minimum twelve inches below the finish grade of surfacing material. Concrete shall be installed as specified in Section 33000 Cast-In-Place Concrete . 3.4 FASTENERS : A. All nuts and bolts shall be upset and tack welded to prevent disassembly on all equipment that is not installed with specialized fasteners . 3.5 INSTALLATION SEQUENCING: A. The Contractor will not be allowed to deliver on site and install any playground equipment until gradework, mow strip , subsurface drainage and all other hardscape items have been installed and approved by the Owner's Representative. The Contractor will be required to remove any equipment from the site at own expense and at no additional contract time if found to be in non- compliance to this specification note . END OF SECTION 116813 Jacobs WUXU2700 116813 -4 082710 Issued for Construction PLAYGROUND EQUIPMENT SECTION 129300 -SITE FURNISHINGS PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. 1.2 SUMMARY A. The work of this item includes all labor, materials, and equipment necessary to complete the following items: 1. Picnic Shelters 2. Picnic Tables 3. Trash Receptacles 4. Post and cable 5. Signs 1.3 RELATED SECTIONS A. The following items of related work are specified and included m other Sections of the Specifications: 1. Section 321313 -Concrete Pavement 2. Section 044300 -Stone Masonry 3. Section 033000 -Cast-In-Place Concrete 1.4 DELIVERY, STORAGE AND HANDLING A. The Contractor shall store the delivered site improvement items under this Section: SITE IMPROVEMENTS , in a manner to prevent wracking or stress of components, and to prevent mechanical damage or physical damage. All stored materials and items shall be protected from weather, careless handling, and vandalism. 1.5 COORDINATION A. The Contractor shall coordinate his Work with the Work of other Sections for installation. Verify dimensions and Work of other trades that adjoin materials of this Section. B . Obtain all necessary templates and patterns required from manufacturer for proper execution of installation Work of this Section. Coordinate the delivery of items, templates, and patterns manufactured by other trades to maintain construction schedule. Jacobs WUXU2700 129300 - 1 082710 Issued for Construction SITE IMPROVEMENTS 1.6 SUBMITTALS A. Contractor shall submit Manufacturer's product information 20 days prior to order of materials for Owner's Representative's review and approval. No materials shall be ordered until the Owner's Representative has approved the product. Submit product information or samples for the following: 1. Picnic Shelters -catalog cuts 2. Picnic Tables -catalog cuts 3. Trash Receptacles -catalog cuts , color samples 4. Post and cable -shop drawings, wood sample 5. Signs -catalog cuts verify meet DOT Standards PART 2 -PRODUCTS 2.1 PICNIC SHELTERS A. Picnic Shelters shall be as manufacturered by Polygon Inc. Product Rep . -Insite Amenities 1-817 -236-5439 (2) 24' Sqaure Pavilion (1) 24'x44' Pavilion B . Concrete for footings, grade beams, and concrete slabs shall be 3000 psi as specified in Section 033000 Cast-In-Place Concrete . C. Stone Masonry for columns shall be as specified in Section 044300 Stone Masonry . 2.2 PICNIC TABLES A. Picnic Tables shall be as manufactured by Ultra Play Inc . Product Rep . -Total Recreation Products 1-800-3 92 -9909 Picnic Table-8' ADA Picnic Table-6' 2.3 TRASH RECEPTACLE A. Picnic Tables shall be as manufactured by Ultra Play Inc. Product Rep. -Total Recreation Products 1-800-3 92 -9909 55gal Trash Receptacle with rain bonnet B . Concrete for footings shall be 3000 psi as specified in Section 033000 Cast-In-Place Concrete . 2.4 PARK BENCH A. Park Bench shall be as manufactured by Ultra Play inc . Jacobs WUXU2700 129300 - 2 082710 Issued for Construction SITE IMPROVEMENTS Product Rep. -Total Recreation Products 1-800-3 92-9909 Park Bench -6' "Fort Worth" B. Concrete for footings shall be 3000 psi as specified in Section 033000 Cast-In-Place Concrete. 2.5 POST AND CABLE A. Post and cable barrier shall be constructed of chemically treated preservative yellow cedar wood. Cable shall be % inch galvanized cable with necessary hardware . Sleeves for cable shall be 1 inch PVC. B. Concrete for footings shall be 3000 psi as specified in Section 033000 Cast-In-Place Concrete . 2 .6 SIGNS A. Signs shall be standard Federal DOT signs and meet City of Fort Worth Transportation Dept standards: 1. Stop Sign 2. Handicapped Parking/ with Van 3. Pedestrian Crossing 4. Hazard Warning: Do Not Cross Bridge With Water On Roadway PART 3 -EXECUTION 3.1 A. B. C. D. E . F. GENERAL INSTALLATION Free-standing site improvement items shall be set plumb and horizontal, regardless of the pitch of the finished surrounding grade, unless shown otherwise on the Contract Documents. All stored materials shall be protected from weather, careless handling, and vandalism. Contractor shall be responsible for the correct location of site improvement items. Take particular care to maintain shapes, plumb, and level during the pouring of concrete . All Work shall be accurately set to established lines and elevations and rigidly set in place to supporting construction. Comply with Manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required . Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. G. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. Jacobs WUXU2700 129300 -3 082710 Issued for Construction SITE IMPROVEMENTS 3.2 CLEANING A. After completing site furnishing installation, inspect components. Remove spots , dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION 129300 Jacobs WUXU2700 129300 - 4 082710 Issued for Construction SITE IMPROVEMENTS SECTION 260519 -LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Adjust list below to suit Project. 2 . Building wires and cables rated 600 V and less. 3. Connectors, splices, and terminations rated 600 V and less . B. Related Sections include the following : 1.3 DEFINITIONS A. EPDM: Ethylene-propylene-diene terpolymer rubber. B. NBR: Acrylonitrile-butadiene rubber. 1.4 ACTION SUBMITT ALS A. Product Data: For each type of product indicated. PART 2-PRODUCTS 2 .1 CONDUCTORS AND CABLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company. C. Copper Conductors: Comply with NEMA WC 70. Jacobs WUXU2700 260519 - 1 082710 Issued for Construction LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND ( D. Conductor Insulation: Comply with NEMA WC 70 . 2.2 CONNECTORS AND SPLICES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following: B. Manufacturers: Subject to compliance with requirements , provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems , Inc. 3. 0-Z/Gedney ; EGS Electrical Group LLC . 4. 3M ; Electrical Products Division. 5. Tyco Electronics Corp . C. Description: Factory-fabricated connectors and splices of size , ampacity rating , material , type , and class for application and service indicated. PART 3 -EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No . 10 AWG and smaller; stranded for No. 8 AWG and larger. 3 .2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance : Type XHHW, single conductors in raceway, Type SE or USE multiconductor cable. B. Branch Circutis Concealed in Concrete , below Slabs-on-Grade , and Underground: Type THHN- THWN, single conductors in raceway . 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values . B. Use pulling means , including fish tape , cable, rope , and basket-weave wire /cable grips , that will not damage cables or raceway . C. Identify and color-code conductors and cables according to Local Ordinance. Jacobs WUXU2700 260519 - 2 082710 Issued for Construction LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND , 3.4 3.5 A. B. C . A. B. C . D. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B . Make splices and taps that are compatible with conductor materi a l and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. FIELD QUALITY CONTROL Perform tests and inspections and prepare test reports. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated m NET A Acceptance Testing Specification. Certify compliance with test parameters. Test Reports: Prepare a written report to record the following: 1. Test procedures used . 2 . Test results that comply with requirements. 3 . Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements . Remove and replace malfunctioning units and retest as specified above. END OF SECTION 260519 Jacobs WUXU2700 260519-3 082710 Issued for Construction LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND C SECTION 260526 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Grounding systems and equipment. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product indicated. PART 2-PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper or tinned-copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B . Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 2.2 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2 .3 GROUNDING ELECTRODES A. Ground Rods: Copper-clad steel, sectional type; 5/8 by 96 inches (16 by 2400 111111) in diameter. Jacobs WUX:02700 260526 - 1 082710 Issued for Construction GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 3 -EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 A WG and smaller, and stranded conductors for No. 6 A WG and larger unless otherwise indicated. B . Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3.2 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits . B . Metal Poles Supporting Outdoor Lighting Fixtures : Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors . 3 .3 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. A void obstructing access or placing conductors where they may be subjected to strain, impact, or damage . B. Ground Rods: Drive rods until tops are 2 inches (50 mm) below final grade unless otherwise indicated. 3.4 LABELING A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs . The label or its text shall be green. 3.5 FIELD QUALITY CONTROL A. Testing Agency : Engage a qualified testing agency to perform tests and inspections. B . Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections . C . Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. Jacobs WUXU2700 260526 -2 082710 Issued for Construction GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS D . Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized , test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible , bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. END OF SECTION 260526 Jacobs WUXU2700 260526 -3 082710 Issued for Construction GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS SECTION 260529 -HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following : 1. Hangers and supports for electrical equipment and systems . 2. Construction requirements for concrete bases. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. IMC: Intermediate metal conduit. C. RMC: Rigid metal conduit. 1.4 QUALITY ASSURANCE A. Comply with NFP A 70. 1.5 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. PART 2-EXECUTION 2.1 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inche s ( 100 mm) larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base . B. Use 3000-psi (20.7-MPa), 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 03 . Jacobs WUXU2700 260529 -1 082710 Issued for Construction HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions , and directions furnished with items to be embedded. 2 . Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions. END OF SECTION 260529 Jacobs WUXU2700 260529 - 2 082710 Issued for Construction HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS SECTION 260533 -RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections , apply to this Section. 1.2 SUMMARY A. This Section includes boxes , enclosures, and cabinets for electrical wiring. B. Related Sections include the following: 1. Retain subparagraphs below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 2. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes , and underground utility construction. 1.3 SUBMITT ALS A. Product Data: For boxes and hinged-cover enclosure s. 1.4 QUALITY ASSURANCE A. Electrical Components , Devices, and Accessories: Listed and labeled as defined in NFP A 70 , Article 100, by a testing agency acceptable to authorities ha ving jurisdiction, and marked for intended use. B. Comply with NFP A 70. PART 2-PRODUCTS 2 .1 BOXES , ENCLOSURES, AND CABINETS A. Manufacturers : Subject to compliance with requirements , provide products by one of the following : 1. Cooper Crouse-Hinds ; Div . of Cooper Industries , Inc . 2. EGS/ Appleton Electric. 3. Erickson Electrical Equipment Company. 4 . Hoffman; a Pentair company. 5. Hubbell Incorporated ; Killark Di vision. 6. 0-Z/Gedney; a brand ofEGS Electrical Group. 7. RACO; a Hubbell Company. Jacobs WUXU2700 260533 - 1 082710 Issued for Construction RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 8 . Robroy Industries. 9. Scott Fetzer Co.; Adalet Division 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The) 13. Woodhead, Daniel Company; Woodhead Industries , Inc . Subsidiary B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1. PART 3 -EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors : Apply raceway products as specified below unless otherwise indicated: 1. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. 3.2 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B . Recessed Boxes in Cast in Place Concrete: Coordinate placement of boxes during form work. Submit diminished shop drawing for review. END OF SECTION 260533 Jacobs WUXU2700 260533 -2 082710 Issued for Construction RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS SECTION 260543 -UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. List below includes the most common products and applications for underground site distribution for electrical power and communications. 2. Conduit, ducts, and duct accessories for direct-buried duct banks, and in single duct runs . 3 . Handholes and boxes. 1.3 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.4 SUBMITT ALS A. Product Data: For the following: 1. Duct-bank materials, including separators and miscellaneous components. 2 . Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for handholes, boxes, and other utility structures. 4. Warning tape. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B . Comply with IEEE C2. C. Comply with NFP A 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. Jacobs WUXU2700 082710 Issued for Construction 260543 -1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prev ent physical damage . Arrange so identification markings are visible . C. Lift and support precast concrete units only at designated lifting or supporting points . 1.7 COORDINATION A. Coordinate layout and installation of ducts , handholes , and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct-bank entrances handholes , and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes , and as approved by Architect. PART 2 -PRODUCTS 2.1 CONDUIT A. RNC : NEMA TC 2 , Type EPC-40-PVC , UL 651 , with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. B . Duct Accessories: 1. Duct Separators: Factory-fabricated rigid PVC interlocking spacers , sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling. 2. Warning Tape : Underground-line warnin g tape specified in Division 26 Section "Identification for Electrical Systems." 2 .2 · PRECAST CONCRETE HANDHOLES AND BOXES A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : 1. Christy Concrete Products. 2. Cretex Concrete Products West, Inc.; Riverton Div ision . 3. Elmhurst-Chicago Stone Co . 4 . Oldcastle Precast Group. 5. Oldcastle Precast Inc.; Utility Vault Division 6 . Utility Concrete Products, LLC. 7 . Wausau Tile, Inc. B. Comply with ASTM C 858 for design and manufacturing processe s . C. Ferrous metal hardware shall be hot-dip galvanized in accordance with ASTM A153 (ASTM A153M) and ASTM A123 (ASTM A123M). Jacobs WUXU2700 082710 Issued for Construction 260543 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS D. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls open-bottom. Frame and cover shall form top of enclosure and shall hav e load rating consistent with that of handhole or box . 1. Frame and Cover: Weatherproof cast-iron frame , with cast-iron cover with recessed cover hook eyes and tamper-resistant, captive , cov er-securing bolts. 2. Coordinate remaining subparagraphs and associated subparagraphs below with Drawings. 3. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0 .50 . 4. Cover Legend: Molded lettering, "ELECTRIC." 5. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 6. Extensions and Slabs: Designed to mate with bottom of enclosure. Same material as enclosure. a. Extension shall provide increased depth of 12 inches. b. Slab : Same dimensions as bottom of enclosure, and arranged to provide closure. 7 . Windows: Precast openings in walls, arranged to match dimensions and elev ations of approaching ducts and duct banks plus an additional 12 inches vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than 6 inches from interior surfaces of walls , floors, or frames and covers of handholes , but close enough to comers to facilitate racking of cables on walls . b. Window opening shall have cast-in-place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks. c. Window openings shall be framed with at least two additional No . 4 steel reinforcing bars in concrete around each opening . 8. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct. a . Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior comers of handholes to facilitate racking of cable. 9. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured. PART 3 -EXECUTION 3 .1 CORROSION PROTECTION A. Aluminum shall not be installed in contact with earth or concrete . 3.2 UNDERGROUND DUCT APPLICATION A . Ducts for Electrical Branch Circuits: RNC , NEMA Type EPC-40-PVC, in direct-buried duct bank, unless otherwise indicated. 3.3 UNDERGROUND ENCLOSURE APPLICATION A . Handholes and Boxes for 600 V and Less: Jacobs WUXU2700 082710 Issued for Construction 260543 -3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3.4 A. B . C. D. 3.5 A. B. C . D. E. 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. 2. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17, H-20 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Precast concrete, AASHTO HB 17, H-10 structural load rating. 4. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf vertical loading. EARTHWORK Excavation and Backfill: Comply with Division 31 Section "Earth Moving," but do not use heavy-duty, hydraulic-operated, compaction equipment. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching . Comply with Division 32 Sections "Turf and Grasses" and "Plants." Cut and patch existing pavement in the path of underground ducts and utility structures according to Division O 1 Section "Cutting and Patching." DUCT INSTALLATION Slope: Pitch ducts a minimum slope of 1 :300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two handholes to drain in both directions . Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured Jong sweep bends with a minimum radius of 48 inches, both horizontally and vertically, at other locations, unless otherwise indicated. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. Duct Entrances Concrete Handholes: Use end bells, spaced approximately 10 inches o.c. for 5- inch ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct-Buried Duct Banks : Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. Direct-Buried Duct Banks: Jacobs WUXU2700 260543 - 4 082710 Issued for Construction UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3.6 A. 3.7 A. B. 1. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature. 2. Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches between tiers. 3. Excavate trench bottom to provide firm and uniform support for duct bank. Prepare trench bottoms as specified in Division 31 Section "Earth Moving" for pipes less than 6 inches in nominal diameter. 4. Install backfill as specified in Division 31 Section "Earth Moving." 5. After installing first tier of ducts, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand-place backfill to 4 inches over ducts and hand tamp . Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only . After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving." 6. Install ducts with a minimum of 3 inches between ducts for like services and 6 inches between power and signal ducts. 7. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment. a . Couple steel conduits to ducts with adapters designed for this purpose. b. For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment. GROUNDING Ground underground ducts and utility structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." FIELD QUALITY CONTROL Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2 . Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out- of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3 . Test handhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Division 26 Section "Grounding and Bonding for Electrical Systems." Correct deficiencies and retest as specified above to demonstrate compliance. Jacobs WUXU2700 260543 -5 082710 Issued for Construction UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3.8 CLEANING A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts . Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. END OF SECTION 260543 Jacobs WUXU2700 082710 Issued for Construction 260543 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS SECTION 260553 -IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels . 8. Miscellaneous identification products. 1.3 SUBMITT ALS A. Product Data: For each electrical identification product indicated. 1.4 QUALITY ASSURANCE A. Comply with ANSI A13 .l and IEEE C2. B. Comply with NFP A 70. 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. PART 2-PRODUCTS 2.1 UNDERGROUND-LINE WARNING TAPE A. Tape: Jacobs WUXU2700 260553 - 1 082710 Issued for Construction IDENTIFICATION FOR ELECTRICAL SYSTEMS 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electricalutility line s. 2 . Printing on tape shall be permanent and shall not be damaged by burial operations . 3 . Tape material and ink shall be chemically inert , and not subject to degrading when exposed to acids, alkalis, and other destructi ve substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI 2535 .1 through ANSI 25 35.5 . 2. Inscriptions for Red-Colored Tapes : ELECTRIC LINE, C. Tag: Type I : 1. Pigmented polyolefin , bright-colored , continuous-printed on one side with the inscription of the utility , compounded for direct-burial service . 2 . Thickness : 4 mils. 3. Weight: 18 .5 lb /1000 sq. ft .. 4. 3-Inch Tensile According to ASTM D 882: 30 lbf, and 2500 psi. PART 3 -EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches overall. 3 .2 IDENTIFICATION SCHEDULE A. Power-Circuit Conductor Identification , 600 V or Less: For conductors in vaults , pull and junction boxes , manholes , and handholes , use color-coding conductor tape to identify the phase . 1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less : Use colors listed below for ungrounded service feeder and branch-circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 A WG, if authorities having jurisdiction permit. b. Colors for 240/120-V Circuits : 1) Phase A: Black. 2) Phase B: Red. c. Field-Applied, Color-Coding Conductor Tape : Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made . Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings . B . Locations of Underground Lines : Identify with underground-line warning tape for power and lighting . 1. Install underground-line warning tape for both direct-buried cables and cables in raceway . Jacobs WUXU2700 260553 - 2 082710 Issued for Construction IDENTIFICATION FOR ELECTRICAL SYSTEMS END OF SECTION 260553 Jacobs WUXU2700 260553 - 3 082710 Issued for Construction IDENTIFICATION FOR ELECTRICAL SYSTEMS SECTION 262416 -P ANELBOARDS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Lighting and appliance branch-circuit panelboards. 1.3 DEFINITIONS A. SVR: Suppressed voltage rating. B. TVSS : Transient voltage surge suppressor. 1.4 ACTION SUBMITT ALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence ofNRTL listing for series rating of installed devices . 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components . 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time-current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log-log graft paper; include selectable ranges for each type of overcurrent protective device. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. Jacobs WUXU2700 082710 Issued for 262416 -1 PANELBOARDS B. Field Quality-Control Reports: 1. Test procedures used. 2. Test results that comply with requirements . 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. C. Panelboard Schedules: For installation in panelboards . 1.6 MAINTENANCE MATERIAL SUBMITTALS A . Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. 1.7 QUALITY ASSURANCE A . Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations : Obtain panelboards, overcurrent protective devices , components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 1. F. Comply with NFPA 70. 1.8 PROJECT CONDITIONS A . Service Conditions : NEMA PB 1, usual service conditions , as follows: 1. Ambient temperatures within limits specified . 2 . Altitude not exceeding 6600 feet (2000 m). B. Interruption of Existing Electric Service : Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. Jacobs WUXU2700 082710 Issued for 262416 -2 PANELBOARDS 1.9 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels . B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor- bolt inserts into bases . Concrete, reinforcement, and formwork requirements are specified with concrete. 1.10 WARRANTY A . Special Warranty : Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 GENERAL REQUIREMENTS FOR PANELBOARDS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Section 260548 "Vibration and Seismic Controls for Electrical Systems." B . Enclosures: Surface-mounted cabinets. 1. Rated for environmental conditions at installed location. a . Outdoor Locations : NEMA 250 , Insert type. 2. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 5. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections . 6 . Finishes: a. Panels and Trim: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. c . Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in transparent card holder. 8. Lockable HASP for panel cover. C. Incoming Mains Location: Top. Jacobs WUXU2700 082710 Issued for 262416-3 PANELBOARDS 2 .2 D. E. F. G. H. A. B. C. Phase, Neutral, and Ground Buses: 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type . 3. Ground Lugs and Bus-Configured Terminators : Mechanical type. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. LIGHTING AND APPLIANCE BRANCH-CIRCUIT P ANELBOARDS Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial -Electrical Distribution. 3. Siemens Energy & Automation, Inc . 4. Square D; a brand of Schneider Electric. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type . Mains : Circuit breaker. D. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units . E . Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. 2.3 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial -Electrical Distribution . 3 . Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. 5 . Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads , and instantaneous magnetic trip element for short circuits. Jacobs WUXU2700 082710 Issued for 262416 - 4 PANELBOARDS PART 3-EXECUTION 3 .1 3.2 A. B. C . D. A. B. EXAMINATION Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION Install panelboards and accessories according to NEMA PB 1.1. Equipment Mounting: Install panelboards on support frame mounted on concrete base , 4-inch nominal thickness. Comply with requirements for concrete base specified in Section 260529- 2 .1. C. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box. D. Install overcurrent protective devices and controllers not already factory installed. E. Install filler plates in unused spaces. F . Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. G . Comply with NECA 1. 3.3 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Section 260553 "Identification for Electrical Systems." B. Create a directory to indicate installed circuit designations. Obtain approval before installing. directory; handwritten directories are not acceptable. loads; incorporate Owner's final room Use a computer or typewriter to create C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems ." Jacobs WUXU2700 082710 Issued for 262416 - 5 PANELBOARDS 3.4 3.5 A. B. C . D. A. FIELD QUALITY CONTROL Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus , component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NET A Acceptance Testing Specification . Certify compliance with test parameters. 2 . Correct malfunctioning units on-site , where possible, and retest to demonstrate compliance ; otherwise, replace with new units and retest. 3 . Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. Panelboards will be considered defective if they do not pass tests and inspections. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results . Include notation of deficiencies detected, remedial action taken , and observations after remedial action . ADJUSTING Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION 262416 Jacobs WUXU2700 082710 Issued for 262416 - 6 PANELBOARDS SECTION 262726 -WIRING DEVICES PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFP A 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFP A 70 . PART 2 -PRODUCTS 2 .1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Manufacturers listed below produce an extensive line of nationally distributed wiring devices. Add manufacturers if desired. 2 . Cooper Wiring Devices; a division of Cooper Industries, Inc . (Cooper). 3 . Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 4. Leviton Mfg . Company Inc . (Leviton). 5. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour). Jacobs WUXU2700 262726 -1 082710 Issued for Construction WIRING DEVICES 2 .2 A. B . 2.3 A. 2.4 A. GFCIRECEPTACLES General Description: Straight blade, feed-through type. Comply with NEMA WD 1, NEMA WD 6, UL 498 , and UL 943 , Class A , and include indicator light that is lighted when device is tripped. Duplex GFCI Convenience Receptacles, 125 V , 20 A : 1. Available Products: Subject to compliance w ith requirements , products that may be incorporated into the Work include, but are not limited to , the following: a. Cooper; GF20. b. Pass & Seymour; 2084. WALL PLATES Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R weather- resistant, die-cast aluminum with lockable cover. FINISHES Color: Wiring device catalog numbers in Section Text do not designate device color. 1. Wiring Devices Connected to Normal Power System: Ivory , unless otherwise indicated or required by NFP A 70 or device listing . PART 3 -EXECUTION 3.1 A . B . C . INSTALLATION Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices . 2 . Strip insulation evenly around the conductor using tools designed for the purpose. A void scoring or nicking of solid wire or cutting strands from stranded wire . 3. The length of free conductors at outlets for devices shall meet provisions of NFP A 70 , Article 300, without pigtails. Device Installation: 1. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 2. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 3 . Connect devices to branch circuits using pigtails that are not less than 6 inches (15 2 mm) in length. 4 . When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. Jacobs WUXU2700 262726 -2 082710 Issued for Construction WIRING DEVICES D . 3.2 A. B . 5. Use a torque screwdriver when a torque is recommended or required by the manufacturer. 6. When conductors larger than No. 12 AWG are installed on 15-or 20-A circuits, splice No. 12 A WG pigtails for device connections. 7. Tighten unused terminal screws on the device . 8. When mounting into metal boxes , remove the fiber or plastic washers used to hold device mounting screws in yokes , allowing metal-to-metal contact. Receptacle Orientation : 1. Install ground pin of vertically mounted receptacles up. FIELD QUALITY CONTROL Perform tests and inspections and prepare test reports. 1. Test Instruments: Use instruments that comply with UL 1436 . 2. Test Instrument for Convenience Receptacles : Digital wmng analyzer with digital readout or illuminated LED indicators of measurement. Tests for Convenience Receptacles : 1. Line Voltage : Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3 . Ground Impedance: Values of up to 2 ohms are acceptable . 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943 . 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices , or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION 262726 Jacobs WUXU2700 262726 - 3 082710 Issued for Construction WIRING DEVICES SECTION 312000 -EARTH MOVING PART 1-GENERAL 1.1 RELATED DOCUMENTS : A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. Coordinate the work of this Section with the Work of other Sections as required to properly execute the Work and as necessary to maintain satisfactory progress of the work of other Sections . Other Sections containing related work include but are not limited to the following : 1. Lime Treated Subgrade -Section 32 11 29 2. Erosion Control -Section 31 25 00 1.2 SUMMARY A. The Work of this item includes all labor, materials and equipment necessary to complete the Work included in this Section, while not at all inclusive but listed as a guide, shall include : 1. Furnishing of all labor, tools, equipment and incidentals to complete the work. 2. Layout of the work. 3 . All required excavation within the limits of the site. 4. Removal , proper utilization or disposal of all excavated material. 5. Shaping and finishing of all earthwork in conformity to the lines and grades as shown on the plans. 6 . Placement and compaction of all suitable material obtained from excavation, or other excavation on the site. 7. Backfill for structures. 1.3 REFERENCES Meet requirements and recommendations of applicable portions of Standard listed. A. ASTM D698 -Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 lb /ft;). B. ASTM D4318 -Liquid Limit, Plastic Limit and Plasticity Index of Soils. C. Texas Department of Transportation Standard Specifications for Construction of Highways , Streets, and Bridges, 2004, TxDOT . 1.4 SUBMITT ALS A. Samples : Provide adequate samples for determination of moisture density relationships and Plasticity Index (P.I.) of on-site materials, imported fill material and drainage aggregate. B. Safety Plan: When trench excavation exceeds a depth of five feet (5'), submit detailed plans and specifications for trench safety systems to meet the OSHA requirements necessary to Jacobs WUXU2700 312000-1 082710 Issued for Construction EARTH MOVING satisfy federal and state laws and regulations. The trench safety plan shall be designed and sealed by a Registered Professional Engineer, licens ed in the State Texas . C. Storm Water Pollution Prevention Plan: Prior to beginning the Earthwork, the Contractor shall develop and enforce a Storm Water Pollution Prevention Plan in accordance with the latest E .P .A. regulations. The Plan shall be prepared and sealed by a Registered Professional Engineer in the State of Texas . Submit five (5) copie s of the Plan for the review . D . Test Reports: Submit complete laboratory analysis of soil material proposed for fill material. 1. Establish moisture density relationship of in-place sub-grade in accordance with ASTM D-698 . 2. Establish moisture density relationship of proposed select fill(s) material in accordance with ASTM D-698. 3 . Perform PI test on proposed select fill material to confirm conformance with the project specifications in accordance with ASTM D-4318 . 4. Gradation of Drainage Aggregate in accordance with ASTM C-136 . PART 2-PRODUCTS 2.1 SOIL MATERIALS 2.2 2.3 A. Top Soil: Shall be rich, friable, Sandy Loam, free of lumps , debris, wood, roots, Nutgrass, Dallisgrass and reasonably free of other weeds and foreign grasses . Existing topsoil obtained by stripping and meeting the above requirements shall be stockpiled on site. B . C. D . E. A. A . Select Fill: Shall be select non-expansive sandy clay or clayey sand fill with a Plasticity Index (P.I.) of 4 to 12 and a Liquid Limit of 30% of less. Sand: Sand for wall backfill shall be pit run, free of organic matter , clays or other binders ( concrete sand) with less than 10% passing the #200 mesh sieve . Non-select Fill: On-site clay material free of debris and vegetation processed so that clods or particles are a maximum of 2" in diameter. Gravel/Stone: Provide crushed rock, washed, not exceeding l " in diameter. ACCESSORIES Drainage Fabric : 1. Mirafi Filter Fabric, ASTM D4491. ON SITE ROCK Rock Excavated on-site may be utilized as embankment, backfill, subgrade and base material provided it meets the following usage requirements. 1. Embankment: The maximum dimension of any rock, clod or lump shall be less than the depth of the embankment layer, and in no case shall any rock over two (2) feet in its maximum dimension be placed in an embankment. Any over-sized rock, which is otherwise acceptable material , may be broken to the required dimension and utilized in embankment construction . 2. Backfill : See Section 31 23 34 -Excavation and Backfill for Conduits. Jacobs WUXU2700 312000 - 2 082710 Issued for Construction EARTH MOVING 2.4 BORROW This material shall consist of suitable earth material, other than rock, such as loam clay, or other such materials approved by engineer that will form a stable embankment. PART 3-EXECUTION 3.1 EXCAVATION A. Construction Methods: The Contractor shall abide by all applicable federal, state and/or local laws governing excavation work. All excavation shall be in accordance with the lines, grades and typical sections as shown on the plans. Unless otherwise shown on the plans, excavation shall be made to the subgrade. Where excavation terminates in unstable soil, the Contractor shall remove the unstable soil and backfill to the required grade. Where excavation terminates in loose or solid rock, the Contractor may be required to extend the depth of excavation six inches and to backfill with select material compacted as required. B. Provisions for Drainage: If it is necessary in the execution of the work to interrupt the natural drainage of the surface, or the flow of artificial drains, the Contractor shall provide temporary drainage facilities that shall prevent damage to public or private interest and shall restore the original drains as soon as the work shall permit. The Contractor shall be held liable for all damages which may result from neglect to provide for either natural or artificial drainage which his work may have interrupted. C. Excess Excavation: Excavation in excess of that needed for construction shall be disposed of by the Contractor at no additional cost to the Owner. In general, excess excavation shall be used in widening of embankments, flattening of slopes, etc. but, if it becomes necessary to waste any material, it shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or cause injury to any improvements or abutting property. 3.2 EMBANKMENT A. Construction Methods: Prior to the placing of any embankment, all clearing and grubbing and site preparation shall have been completed. Stump holes or other small excavations within the limits of the embankment shall have been backfilled before commencing the sub grade construction. The surface of the ground, including plowed or loosened ground or small ditches or washers, shall be restored to approximately its original slope. 1. The surface of hillsides shall be loosened by the scarifying or plowing to a depth of not less than four inches, or cut into steps before embankment materials are placed. The embankment shall then be placed in layers as hereinafter specified, beginning at the low side in part widths as the embankment is raised. The material which has been loosened shall be re-compacted simultaneously with embankment material placed at the same elevation. Where embankment is to be placed over or adjacent to existing embankments, the slopes shall be plowed or scarified to a depth not less than four inches and the embankment built up in successive players, as hereinafter specified, to the level of the old embankment before its height is increased. Then, the old embankment shall be scarified Jacobs WUXU2700 312000-3 082710 Issued for Construction EARTH MOVING and re-compacted with the next layer of embankment. The total depth of the scarified and added materials shall not exceed the permissible depth of the layer. 2. All embankments for road beds or pavements shall be constructed in layers approximately parallel to the finished grade of the street and shall be so constructed as nearly as possible to conform to the cross section of the subgrade section. Embankments shall be constructed to the established grade and to the shape of the typical section shown on the plans, and each section shall conform to the detailed sections of slopes. After completion of the embankment, it shall be continuously maintained to its finished section and grade until the project is accepted. 3. Earth embankments shall be constructed in successive layers, for the full width of specified depth or cross sections ; and in such length as are suitable for the sprinkling and compaction methods to be used. Each layer of earth embankment shall be uniform as to material, density, and moisture content before beginning compaction. Prior to compaction, the layers shall not exceed six inches in depth for pneumatic tire rolling or eight inches in depth for rolling with other types of rollers. 4. Earth embankment placed adjacent to and over pipes, culverts, and other structures shall be of suitable material and shall be placed in successive layers approximately horizontal. Layers of embankment shall be brought up uniformly on each side of the structure, and special care shall be taken to prevent any wedging action against the structure. For such distances along embankments adjacent to structures where it is impracticable to obtain compaction by rolling, the embankment material shall be placed in layers not exceeding six inches in depth of loose material wetted uniformly to the moisture content just above optimum; and shall then be compacted by mechanical hand compactors or other approved methods, maintaining the required moisture content by additional sprinkling, if necessary, supplemented by such hand work as is necessary to secure a uniform and thoroughly compacted fill , until each layer has been uniformly compacted. 5. All earth, cuts, full of part width in the side of a hill, which are not required to be excavated below subgrade elevation for base or backfill, shall be scarified to a uniform depth of not less than six inches below grade shown on the plans; and the materials shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the hereinabove outlined requirements for earth embankments. B . Density Testing: For each layer of earth embankment and select material, the relative compaction of the embankment shall be as shown on the plans. After each section of earth embankment or select material is completed, moisture-density tests shall be made as follows : Paved Areas/Structural Foundations -one test per 2000 sf. Sidewalk and grassed areas -one test per 3000 sf. 3.3 BACKFILL FOR STRUCTURES A. Preparation: 1. Prior to backfilling below grade walls, verify that preceding work has been satisfactory completed, including membrane waterproofing and sub-soil drainage system. 2 . Verify that forms, trash, debris and any temporary shoring has been removed. 3 . Verify that basements walls or other earth retaining walls shown on the plans are supported as required on the structural drawings. B. Grade Beams: Backfill with select fill. Place backfill in layers not exceeding 8" loose depth, compact to density specified elsewhere. Jacobs WUXU2700 312000-4 082710 Issued for Construction EARTH MOVING C. Basement Walls: Backfill with select fill and as noted in sections and details on the drawings. Extend backfill to within 2 feet of established rough grade. Place backfill in layers not exceeding 8" loose depth and compact to 95% Standard Proctor. Backfill final one foot with approved clay material. 1. When planting is scheduled adjacent to building, hold top of clay fill down to depth required for placement of top soil. 2. When pavement is scheduled adjacent to wall, backfill with select fill and carry it to the required sub-grade elevation required for pavements. 3.4 SUBGRADE PREPARATION FOR PAVEMENTS A. Scarify existing soil prior to placing any fill material, or providing soil stabilization. Compact in-place material to a minimum of 95% Standard Proctor density. B. Place fill material (or stabilized soil) in 8" loose lifts, compact each lift to 95% Standard Proctor density. C. When subgrade is scheduled to receive soil stabilization provide as required by Section 32 11 29 -Lime Stabilized Subgrade. 3.5 GRADING Uniformly grade all areas including adjacent transition areas and at all miscellaneous ground structures, curbs and walks, grade surrounding area uniformly to top of curb, walk or structure unless shown otherwise. A. Finish Grading: Grade area adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces to be free from irregular surface changes. B. Topsoil: Where area are designated as planting, hold down subgrade 6". Fill with topsoil required finish grade or to top of surrounding ground structures. Top soil shall be placed to a depth of 6", spread and hand raked to required finish grades. Top soil shall be placed over all fill areas, areas designated as planting and all areas not covered by building or pavement included in this contract. END OF SECTION Jacobs WUXU2700 312000-5 082710 Issued for Construction EARTH MOVING SECTION 312313 -SUBGRADE PREPARATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specifications Sections, apply to this SectionCoordinate the work of this Section with the Work of other Sections as required to properly execute the Work and as necessary to maintain satisfactory progress of the work of other Sections. Other Sections containing related work include but are not limited to the following: 1. Earthwork -Section 31 23 15 2. Lime Treated Subgrade -Section 32 11 29 3. Excavation and Backfill for Conduits -Section 31 23 34 1.2 SUMMARY A. The work of this item inclu des all labor, materials, and equipment necessary to complete the Work. Work included in this Section, while not all inclusive but listed as a guide shall include. 1. Furnishing of all labor, tools, equipment and incidentals to complete the work. 2. Layout of the work. 3. All required excavation within the limits of the work area. 4. Removal, proper utilization or disposal of all excavated material. 5. Compacting, shaping and finishing of all subgrade in conformity to the alignment, cross section, and elevation shown on the plans. 6. Sprinkling for dust control. B. Submit complete laboratory analysis of soil material proposed for fill material. 1. Establish moisture density relationship of in-place sub-grade in accordance with ASTM D-698 . 2. Establish moisture density relationship of proposed select fill(s) material in accordance with ASTM D-698. 3. Perform PI test on proposed select fill material to confirm conformance with the project specifications in accordance with ASTM D-4318 . 1.3 REFERENCES Meet requirements and recommendations of applicable portions of Standards listed. A. ASTM D698 -Laboratory Compaction Characteristic of Soil Using Standard Effort (12,400 lb /ft;). B. ASTM D4318 -Liquid Limit, Plastic Limit and Plasticity Index of Soils. C. Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges, 2004, TxDOT. Jacobs WUXU2700 312313 - 1 082710 Issued for Construction SUBGRADE PREPARATION PART 2-PRODUCTS n/a PART 3-EXECUTION 3 .1 GENERAL: After the excavation or embankment has been substantially completed, the subgrade shall be brought to the proper alignment , cross-section and elevation, so that after rolling and subsequent finishing operations, it shall conform to the correct configuration and dimensions as indicated on plans. 3.2 EQUIPMENT: All equipment necessary for the construction of this item shall be suitable for the work considering the confined work area and shall be approved by the engineer as to condition before the contractor shall be permitted to begin construction operations on which the equipment is to be used. Hand operated mechanical tampers may be used. 3.3 COMPACTION: Compaction shall consist of the equipment operation, as herein specified discretion . A . Compaction Methods: The method of compaction shall be left to the discretion of the contractor. Each layer of fill, if dry, shall be wetted uniformly to the moisture content required to obtain the desired density and shall be compacted by means of tamps or rammers. 3.4 FINISHED SUBGRADE: After completion of the compaction and immediately ahead of the application of pavement, the sub grade shall then be tested with templates or string lines by the Contractor. All irregularities which develop in excess of one-half inch in a length of 16 feet (12.5 mm in 5M) measured longitudinally shall be corrected by loosening , adding or removing material; reshaping; and recompacting by sprinkling and rolling. The completed subgrade shall have a uniform density of not less than of the maximum density , as shown on the plans, determined by ASTM D 698. Moisture content shall be within minus 2 to plus 4 of optimum. The subgrade shall be maintained in a smooth, compacted condition, in conformity with the required pavement section and established grade, until the pavement is placed, and shall be kept wetted down sufficiently in advance of placing any pavement to ensure its being in a firm and moist condition for at least two inches below surface of the prepared sub grade. Only such sub grade as is necessary for the satisfactory prosecution of the work shall be completed ahead of the placement of pavement. Complete drainage of the sub grade shall be provided at all times. The finished subgrade shall be proof rolled using a heavy pneumatic tired roller(25 ton or greater total weight) making several passers over the area. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D698. Clay soils having a PI over 25 should be compacted at optimum +3% above optimum. Sandy soils having a PI less than 25 should be compacted at -2 to + 2 percentage points of its optimum moisture content. 3.5 SPRINKLING FOR DUST CONTROL: Sprinkling for dust control shall consist of the authorized application of water on those portions of the projects as shown on the plans or as Jacobs WUXU2700 312313 -2 082710 Issued for Construction SUBGRADE PREPARATION directed and herein specified . The Contractor shall operate a sprinkler which shall insure the distribution of water in a uniform and controllable rate of application. It shall be the Contractor's continuous responsibility at all times including nights, holidays, weekends, etc., until acceptance of the project by the owner, to maintain the project free of dust in a manner which shall cause the least inconvenience to the public . 3.6 COMPACTION TESTS: The completed subgrade shall be tested for compaction and moisture content at the rate of one test per 10 ,000 square foot. END OF SECTION Jacobs WUXU2700 312313 -3 082710 Issued for Construction SUBGRADE PREPARATION SECTION 313200-STABILIZED AGGREGATE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A . The General Documents , as listed on the Table of Contents , and applicable parts of Division 1, GENERAL REQUIREMENTS, shall be included in and made a part of this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the Work of this trade. 1.2 SUMMARY A. The Work of this Section consists of providing labor, equipment , materials, incidental Work, and construction methods necessary to furnish and install the stabilized aggregate surfac ing. As indicated on the Contract Documents and as specified. 1.3 RELATED WORK UNDER OTHER SECTIONS A. The following items of related Work are specified and included in other Sections of the Specifications: 1. Section 312000: Earthwork; Excavation and establishment of subgrade elevations . 2 . Section 321129: Lime Treated Subgrade B. The following standards shall apply to the Work of this Section . 1. American Society for Testing and Materials (ASTM): 520 D4546-96 Standard Test Method for One Dimensional Swell or Settlement Potential of Cohesive AGGRAGATE 2. United States Pharmacopaeia: USP 24 Psyllium Official Monograph 1.4 SUBMITT ALS A. Submit for Owner's Representative's approval a 5-pound sample of aggregate material demonstrating material gradation and color for re view and acceptance. B. Samples: The following samples shall be submitted: Material Aggregate binder Geotextile fabric Stabilized aggregate Sample Size or Quantity 8oz. volume in clear jar 12 " x 12" square panel 12" x 12" square panel C. Upon acceptance of the aggregate material sample by the Owner 's Representative , Contractor shall send a 5-pound sample of aggregate to manufacturer of aggregate binder for analysis. Jacobs WUXU2700 313200-1 082710 Issued for Construction STABILIZED AGGREGATE Manufacturer of aggregate binder shall determine pounds of binder per ton of aggregate required to bind aggregate to meet the requirements of this Section: STABILIZED AGGRAGATE. Manufacturer of aggregate binder shall submit a letter to the Owner's Representative with his recommendations for pounds of binder per ton of aggregate. D . Manufacturer's Product Data: Manufacturer's product data shall be submitted for the following materials : 1. Aggregate binder 2 . Geotextile fabric E . Test Reports: Provide the following tests and reports . 1. The Contractor shall provide a one-half pound sample of the aggregate binder for testing of swell volume prior to the ordering of the aggregate binder. Sample shall be tested for compliance to USP 24, Psyllium Official Monograph, by testing agency approved by the Owner's Representative. The Contractor shall deliver samples to testing laboratories and shall have testing reports sent directly to the Owner's Representative for review and acceptance. Test results shall measure swell volume as a percentage . Testing will be at the Contractor's expense. 2. The Contractor shall provide a one-half pound sample of the aggregate for testing of swell volume for the first 1,000 square feet of aggregate surfacing and the same quantity sample for every 5,000 square feet of installed material thereafter. Testing in accordance with ASTM D4546 shall be performed by a testing agency approved by the Owner's Representative . Contractor shall deliver samples to testing laboratories and shall have testing reports sent directly to the Owner's Representative for review and acceptance. Testing will be at the Contractor's expense. 3 . Once paving material has been blended with the appropriate aggregate and previous to installation, Contractor shall provide a one-gallon sample bag and send sample to a testing agency approved by the Owner's Representative . Sample shall be tested for compliance to ASTM-F1647-95, Method B . The Contractor shall provide a sample for testing for the first 1,000 square feet of aggregate surfacing and the same quantity sample for every 5,000 square feet of installed material thereafter. Contractor shall deliver samples to testing laboratories and shall have testing reports sent directly to the Owner's Representative for review and acceptance . Testing will be at the Contractor's expense. As an alternative to this test, the Contractor shall provide a mixing schedule to the Owner's Representative, and notify the Owner's Representative one week in advance of each mixing date, such that the Owner's Representative shall observe the mixing process to ensure that the Contractor's mix complies with the authorized rate of binder to aggregate. Mixing may be done on site , or at the Contractor's yard . 1.5 QUALITY ASSURANCE A. The Contractor shall engage an experienced product representative from the aggregate binder manufacturer during installation of the aggregate paving. Product representative shall be experienced in Work similar to that required for this Work and shall be approved as such by the Owner 's Representative. B. The Owner reserves the right to test and inspect materials and construction of aggregate surfacing. C. Aggregate, aggregate binders , and base course material, shall each be from a single source . Jacobs WUXU2700 313200 - 2 082710 Issued for Construction STABILIZED AGGREGATE PART 2-PRODUCTS 2.1 AGGREGATE A. Stone dust shall be the crushed stone or decomposed granite product and shall consi st of inert materials that are hard, durable, with stone free from surface coatings and deleterious materials. Color shall be approved by the Owner's Representative. Gradation requ irement shall be as follows : Sieve Size # 3/8" # 4 # 8 # 16 # 30 # 50 #100 #200 Percent Passing by Weight 2.2 AGGREGATE BINDER 100 95-100 75-80 55-65 40-50 25-35 15-20 10-15 A. Aggregate binder shall be a natural, non-toxic , non-staining, odorless, environmentally safe powder consisting of 95 percent Psyllium with 70 percent Mucilliod content. The powder shall be of a size that not more than 10 percent is retained on an U.S. Standard #40 Mesh Sieve. The powder binder shall be "Stabilizer" as manufactured by Stabilizer Solutions, Inc ., Phoenix, Arizona (1-800-336-2468), website: www.stabilizersolutions.com, or an approved equal. B . Provide Owner with five 50lbs bags of the aggregate paving blended with the proper amount of Stabilizer for future repairs. 2.3 LIME TREATED SUBGRAGE A. See Section: Lime Treated Subgrade -32 11 29 for subgrade base materials. PART 3 -EXECUTION 3.1 GRADING A. Existing areas to receive aggregate surfacing shall be excavated to a sufficient depth to establish finish grades as indicated on the Contract Documents . All grading Work specified and paid for under Section: EARTHWORK shall be completed before Work of this Section: STABILIZED AGGRAGATE is performed. Provide final fine grading, furnishing and installing base course, and aggregate surface and compaction of these materials as required to form a firm, uniform, accurate, and unyielding aggregate surface. B . Existing subgrade material that does not readily compact as required shall be removed and replaced with satisfactory materials. Additional materials needed to bring subgrade to required Jacobs WUXU2700 313200-3 082710 Issued for Construction STABILIZED AGGREGATE line and grade and to replace unsuitable material removed shall be material conforming to this Section : STABILIZED AGGRAGATE . C . Subgrade of areas to receive aggregate surfacing shall be re -compacted as required to bring top 4 inches of material immediately below aggregate base to a compaction of at least 95 percent of maximum density, as determined by ASTM D 1557. Subgrade compaction shall extend for a distance of at least 12 inches beyond proposed edge of aggregate surface. Areas underneath trees shall not be compacted by hand but by a hand roller and grade only compacted so that AGGRAGATE doesn't leave impression when walked on . This is to prevent over compaction to the root zones . D. Excavation required in subgrade shall be completed before fine grading and final compaction of subgrade are performed . Where excavation must be performed in completed subgrade or base course, subsequent backfill and compaction shall be performed as directed by the Owner's Representative and as specified and paid for under the Work of Section: EARTHWORK. Completed subgrade shall be uniformly and properly graded. E . Areas being graded or compacted shall be kept shaped and drained during construction. Ruts greater than or equal to one -inch deep in subgrade shall be graded out , reshaped as required, and re-compacted before placing aggregate surfacing . F. Materials shall not be stored or stockpiled on subgrade. G. Disposal of debris and other material excavated and/or stripped as specified, performed and paid for under Section: EARTHWORK, and material unsuitable for or in excess of requirements for completing Work of Section: STABILIZED AGGRAGATE, shall be disposed of off-site under the Work of Section: EARTHWORK, of this Specification. 3.2 STABILIZED AGGREGATE SURFACE A. Stone dust surfacing shall be placed only after excavation and construction work that might injure the surfacing have been completed. Damage to edging, stone dust surfacing , adjacent grades or materials occurring during construction shall be repaired by the Contractor before acceptance at no additional cost to the Owner. B . Stone dust surfacing shall be constructed on the compacted base course. C. Pre -soak compacted base course with water prior to installing stabilized stone dust. D. Aggregate binder shall be thoroughly pre-mixed with water and with the stone dust at the rate of between 12-16 lbs . per ton of aggregate as determined by test analysis by Manufacturer of aggregate binder. The aggregate shall be damp before mixing , but not wet. Drop spreading of binder over pre-placed aggregate or mixing by roto-tilling will not be acceptable. Binder shall be mechanically pre -mixed on site or in the Contractor's yard per Manufacturer's recommendations, using a metered pug mill, cement mixer or flowable mixer that will adequately mix and blend binder with stone dust while controlling the specified water content. The binder shall not be applied during , prior to, or immediately following rainfall or when the temperature is 40 degrees Fahrenheit and falling. Jacobs WUXU2700 313200-4 082710 Issued for Construction STABILIZED AGGREGATE E . F. G . H . I. 3.3 A. B. 3.4 A. 3.5 A. B . After mixing, spread wet mix of stone dust and binder mixture evenly over the base course and rake smooth to the required grade and cross section as shown on the Contract Documents. Contractor shall wait a minimum of 6 hours or until such time that the paving material is able to accept compaction from a one-ton roller without separation, plowing or any other physical compromise of the paving material. Compact the material with a compactor as specified above making 3 to 4 passes. Compact aggregate to 85 % relative compaction. For areas under trees, use a hand roller or a vibrator, but only under tree areas . All other areas shall be rolled as above . Following compaction, stone dust surface shall be watered with light spray. Contractor shall take care as to not disturb the aggregate surface with the spray action . Water shall be applied at a rate of 25 -45 gallons of water per ton to keep the material wet but not soaked in water. Variations in smoothness of finished stone dust surface shall be less than or equal to 6.4 mm when tested with a 3 .00 m straightedge, applied both parallel to and at right angles to centerline of stone dust surface areas. Irregularities exceeding these amounts or which retain water on surface shall be corrected by removing defective Work and replacing with new material conforming to this Specification. The finished stone dust surface material shall hav e a 30 percent to 35 percent swell volume in accordance with the requirements of ASTM D4546. WARRANTY Contractor shall provide a warranty installation of the stabilized aggregate surface product against cracking, spauling or loss of more than Y<i inch of aggregate surface material for the time of one year. Contractor shall provide, for a period of 60 days, unconditional maintenance to include complete repairs to any area of the stabilized aggregate surface that fails . Repairs shall be as specified herein. MAINTENANCE Contractor shall prevent public access to the area of new paving for a minimum of 72 hours after completion of the paving installation . 1. Repair all cracks during the maintenance period by sweeping fines into the cracks, watering thoroughly and hand tamping with hand tamper with a 10-inch plate. REPAIRS UNDER WARRANTY All damaged areas shall be repaired by excavating extent of damage to the depth of the stabilized aggregate and removing the damaged material from the site and disposing of the material in a legal manner. After removing the damaged stabilized aggregate , cut the edge of the damaged area to produce a vertical edge. Jacobs WUXU2700 313200-5 082710 Issued for Construction STABILIZED AGGREGATE C. Moisten with a light spray the exposed base course . D . Mix in a concrete mixer the dry aggregate binder with the specified aggregate to the proportions noted in this Section: STABILIZED AGGRAGATE . E . Add water to the pre-blended aggregate and aggregate binder . Thoroughly moisten mixture with 25 to 35 gallons per 2,000 pounds of pre-blended mixture or to approximately 10 percent moisture content. F . Compact the placed mixture with a 10-inch hand tamp or a 250 to 300 pound roller. Keep traffic off finished areas for 12 to 48 hours after repair has been completed. END OF SECTION 313200 Jacobs WUXU2700 313200 - 6 082710 Issued for Construction STABILIZED AGGREGATE SECTION 316329-DRILLED CONCRETE PIERS AND SHAFTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Dry-installed or slurry displacement-installed drilled piers at Contractor's choice. B. Related Sections: 1. Division 31 Section "Site Clearing" for preparation of subgrade for drilled-pier operations including removal of vegetation, topsoil, debris, obstructions , and deleterious materials from ground surface. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture . Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Shop Drawings: For concrete reinforcement detailing fabricating, bending, supporting, and placing. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer and testing agency. B. Welding certificates. C. Material Certificates : For the following, from manufacturer: 1. Cementitious materials. 2. Admixtures. 3. Steel reinforcement and accessories. Jacobs WUXU2700 316329 -1 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS D. Material Test Reports : For the followin g, from a qual ified testing agency , indicating compliance with requirements : 1. Aggregates . Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity . E . Field quality-control reports. F. Other Informational Submittals: 1. Record drawings . 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer that has specialized in drilled-pier work . B . Testing Agency Qualifications : Qualified according to ASTM C 1077, ASTM D 3740 , and ASTM E 329 for testing indicated . C. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS Dl.1/Dl.lM, "Structural Welding Code-Steel." 2. AWS Dl.4, "Structural Welding Code -Reinforcing Steel." D . Drilled-Pier Standard: Comply with ACI 336.1 unless modified in this Section. E. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to drilled piers including , but not limited to, the following : a. Review geotechnical report. b. Discuss existing utilities and subsurface conditions . c. Review coordination with temporary controls and protections. 1.6 PROJECT CONDITIONS A. Existing Utilities: Locate existing underground utilities before excavating drilled piers . If utilities are to remain in place, provide protection from damage during drilled-pier operations. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, adapt drilling procedure if necessary to prevent damage to utilities . Cooperate with Owner and utility companies in keeping services and facilities in operation without interruption. Repair damaged utilities to satisfaction of utility owner. B. Interruption of Existing Utilities: Do not interrupt any utility to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of utility. Jacobs WUXU2700 316329 -2 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 2. Do not proceed with interruption of utility without Owner's written permission. C. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. Make additional test borings and conduct other exploratory operations necessary for drilled piers. 2. The geotechnical report is included elsewhere in the Project Manual. D. Survey Work: Engage a qualified land surveyor or professional engineer to perform surveys, layouts, and measurements for drilled piers. Before excavating, lay out each drilled pier to lines and levels required. Record actual measurements of each drilled pier's location, shaft diameter, bottom and top elevations, deviations from specified tolerances, and other specified data. 1. Record and maintain information pertinent to each drilled pier and cooperate with Owner's testing and inspecting agency to provide data for required reports. PART 2-PRODUCTS 2.1 2 .2 A. A. STEEL REINFORCEMENT Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. CONCRETE MATERIALS Cementitious Material: Use the following cementitious materials, of same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I. a. Fly Ash: ASTM C 618, Class C or Class F. B. Normal-Weight Aggregate: ASTM C 33, graded, 3/4-inch-(19-mm-) nominal maximum coarse-aggregate size. Provide aggregate from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. 1. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C . Water: ASTM C 94 /C 94M and potable. D. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete . Do not use calcium chloride or admixtures containing calcium chloride. Jacobs WUXU2700 316329 -3 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A . 2 . Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D . 3 . High-Range, Water-Reducing and Retarding Admixture : ASTM C 494/C 494M, Type G . 4 . Plasticizing and Retarding Admixture : ASTM C 1017/C 1017M, Type II. 2.3 STEEL CASINGS A. Steel Pipe Casings: ASTM A 283 /A 283M, Grade C , or ASTM A 36/A 36M, carbon-steel plate, with joints full-penetration welded according to A WS D 1.1/D 1. lM. B . Corrugated-Steel Pipe Casings: ASTM A 929/ A 929M, steel sheet, zinc coated. C . Liners : Comply with ACI 336 .1. 2.4 SLURRY A. Slurry: Pulverized bentonite, pulverized attapulgite , or polymers mixed with water to form stable colloidal suspension; complying with ACI 336.1 for density, viscosity, sand content, and pH. 2 .5 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete , proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 limits as if concrete were exposed to deicing chemicals. C . Limit water-soluble, chloride-ion content in hardened concrete to 0 .30 percent by weight of cement. D. Proportion normal-weight concrete mixture as follows: 1. Compressive Strength (28 Days): 3000 psi (20.7 MPa). 2 . Maximum Water-Cementitious Materials Ratio: 0 .50. 3 . Minimum Slump : Capable of maintaining the following slump until completion of placement: a. 6 inches (150 mm) for temporary-casing drilling method. b . 7 inches (175 mm) for slurry displacement method. 4 . Air Content: Do not air entrain concrete. 2 .6 FABRICATING REINFORCEMENT A . Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice ." Jacobs WUXU2700 316329 -4 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 2. 7 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3-EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, vibration, and other hazards created by drilled-pier operations. 3.2 EXCAVATION A. Classified Excavation: Excavation is classified as standard excavation, special excavation, and obstruction removal and includes excavation to bearing elevations as follows: 1. Standard excavation includes excavation accomplished with conventional augers fitted with soil or rock teeth, drilling buckets, or underreaming tools attached to drilling equipment of size, power, torque, and downthrust necessary for the Work. 2. Special excavation includes excavation that requires special equipment or procedures above or below indicated depth of drilled piers where drilled-pier excavation equipment used in standard excavation, operating at maximum power, torque, and downthrust, cannot advance the shaft. a. Special excavation requires use of special rock augers, core barrels, air tools, blasting, or other methods of hand excavation. b. Earth seams, rock fragments, and voids included in rock excavation area will be considered rock for full volume of shaft from initial contact with rock. 3. Obstructions: Payment for removing unanticipated boulders, concrete, masonry, or other subsurface obstructions that cannot be removed by conventional augers fitted with soil or rock teeth, drilling buckets, or underreaming tools attached to drilling equipment of size, power, torque, and downthrust necessary for the Work will be according to Contract provisions for changes in the Work. B. Prevent surface water from entering excavated shafts. Conduct water to site drainage facilities. C. Excavate shafts for drilled piers to indicated elevations. Remove loose material from bottom of excavation. 1. Excavate bottom of drilled piers to level plane within 1: 12 tolerance. 2. Remove water from excavated shafts before concreting. 3. Excavate rock sockets of dimensions indicated. Jacobs WUXU2700 316329 -5 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 3 .3 D. Notify and allow testing and inspecting agency to test and inspect bottom of excavation. If unsuitable bearing stratum is encountered, make adjustments to drilled piers as determined by Architect. 1. Do not excavate shafts deeper than elevations indicated unless approved by Architect. 2. Payment for additional authorized excavation will be according to Contract provisions for changes in the Work. E . End-Bearing Drilled Piers: Probe with auger to a depth of 96 inches (2450 mm) below bottom elevation of shaft, and visually inspect and classify soil. Verify continuity and thickness of stratum. 1. Test first three drilled piers and one of every six drilled piers thereafter. F . Excavate shafts for closely spaced drilled piers and for drilled piers occurring in fragile or sand strata only after adjacent drilled piers are filled with concrete and allowed to set. G. Slurry Displacement Method: Stabilize excavation with slurry maintained a minimum of 60 inches (1500 mm) above ground-water level and above unstable soil strata to prevent caving or sloughing of shaft. Maintain slurry properties before concreting. 1. Excavate and complete concreting of drilled pier on same day if possible, or redrill, clean, and test slurry in excavation before concreting . 2 . Clean bottom of each shaft before concreting. H . Temporary Casings: Install watertight steel casings of sufficient length and thickness to prevent water seepage into shaft; to withstand compressive, displacement, and withdrawal stresses ; and to maintain stability of shaft walls. 1. Remove temporary casings, maintained in plumb position, during concrete placement and before initial set of concrete. I. Tolerances: Construct drilled piers to remain within ACI 336.1 tolerances . A . B. C. D. 1. If location or out-of-plumb tolerances are exceeded, provide corrective construction. Submit design and construction proposals to Architect for review before proceeding. STEEL REINFORCEMENT Comply with recommendations in CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy bond with concrete. Fabricate and install reinforcing cages symmetrically about axis of shafts in a single unit. Accurately position, support, and secure reinforcement against displacement during concreting. Maintain minimum cover over reinforcement. Jacobs WUXU2700 316329 - 6 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS E. Use templates to set anchor bolts, leveling plates, and other accessories furnished in work of other Sections. Provide blocking and holding devices to maintain required position during final concrete placement. F . Protect exposed ends of extended reinforcement, dowels, or anchor bolts from mechanical damage and exposure to weather. 3.4 CONCRETE PLACEMENT A. Place concrete in continuous operation and without segregation immediately after inspection and approval of shaft by Owner's independent testing and inspecting agency. 1. Construct a construction joint if concrete placement is delayed more than one hour. Level top surface of concrete and insert joint dowel bars . Before placing remainder of concrete, clean surface laitance, roughen, and slush concrete with commercial bonding agent or with sand-cement grout mixed at ratio of 1: 1. B. Dry Method: Place concrete to fall vertically down the center of drilled pier without striking sides of shaft or steel reinforcement. 1. Where concrete cannot be directed down shaft without striking reinforcement, place concrete with chutes, tremies, or pumps. 2. Vibrate top 60 inches (1500 mm) of concrete. C. Slurry Displacement Method: Place concrete in slurry-filled shafts by tremie methods or pumping. Control placement operations to ensure that tremie or pump pipe is embedded no fewer than 60 inches (1500 mm) into concrete and that flow of concrete is continuous from bottom to top of drilled pier. D. Coordinate withdrawal of temporary casings with concrete placement to maintain at least a 60- inch (1500-mm) head of concrete above bottom of casing. 1. Vibrate top 60 inches (1500 mm) of concrete after withdrawal of temporary casing. E. Screed concrete at cutoff elevation level and apply scoured, rough finish. Where cutoff elevation is above the ground elevation, form top section above grade and extend shaft to required elevation. F. Protect concrete work, according to ACI 301, from frost, freezing, or low temperatures that could cause physical damage or reduced strength. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2 . Do not use calcium chloride, salt, or other mineral-containing antifreeze agents or chemical accelerators. G. If hot-weather conditions exist that would seriously impair quality and strength of concrete, place concrete according to ACI 301 to maintain delivered temperature of concrete at no more than 90 deg F (32 deg C). Jacobs WUXU2700 316329-7 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 1. Place concrete immediately on delivery. Keep exposed concrete surfaces and formed shaft extensions moist by fog sprays, wet burlap, or other effective means for a minimum of seven days . 3.5 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections : 1. Drilled piers. 2 . Excavation. 3. Concrete. 4. Steel reinforcement welding . B . Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. C . Drilled-Pier Tests and Inspections: For each drilled pier, before concrete placement. 1. Soil Testing: Bottom elevations, bearing capacities, and lengths of drilled piers indicated have been estimated from available soil data. Actual elevations and drilled-pier lengths and bearing capacities will be determined by testing and inspecting agency. Final evaluations and approval of data will be determined by Architect. a. Bearing Stratum Tests: Testing agency will take undisturbed rock core samples from drilled-pier bottoms and test each sample for compression, moisture content, and density, and will report results and evaluations. D. Concrete Tests and Inspections: ASTM C 172 except modified for slump to comply with ASTM C 94 /C 94M. 1. Slump: ASTM C 143/C 143M; one test at point of placement for each compressive- strength test but no fewer than one test for each concrete load. 2. Concrete Temperature: ASTM C 1064/C 1064M; 1 test hourly when air temperature is 40 deg F (4.4 deg C) and below and 80 deg F (27 deg C) and above, and 1 test for each set of compressive-strength specimens. 3. Compression Test Specimens: ASTM C 31 I C 31 M; one set of four standard cylinders for each compressive-strength test unless otherwise indicated. Mold and store cylinders for laboratory-cured test specimens unless field-cured test specimens are required. 4 . Compressive-Strength Tests: ASTM C 39 ; one set for each drilled pier but not more than one set for each truck load. One specimen will be tested at 7 days , 2 specimens will be tested at 28 days, and 1 specimen will be retained in reserve for later testing if required. 5. If frequency of testing will provide fewer than five strength tests for a given class of concrete, testing will be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 6. If strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 7. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength Jacobs WUXU2700 316329 - 8 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). 8. Report test results in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. List Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests in reports of compressive-strength tests. 9. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 10. Additional Tests : Testing and inspecting agency will make additional tests of concrete if test results indicate that slump, compressive strengths , or other requirements have not been met, as directed by Architect. a. Continuous coring of drilled piers may be required, at Contractor's expense, if temporary casings have not been withdrawn within specified time limits or if observations of placement operations indicate deficient concrete quality, presence of voids , segregation, or other possible defects. 11. Perform additional testing and inspecting, at Contractor's expense, to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. E. An excavation, concrete, or a drilled pier will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports for each drilled pier as follows: 1. Actual top and bottom elevations. 2. Actual drilled-pier diameter at top, bottom, and bell. 3. Top of rock elevation. 4. Description of soil materials. 5. Description, location, and dimensions of obstructions. 6. Final top centerline location and deviations from requirements . 7. Variation of shaft from plumb. 8. Shaft excavating method. 9. Design and tested bearing capacity of bottom . 10. Depth of rock socket. 11. Levelness of bottom and adequacy of cleanout. 12. Properties of slurry and slurry test results at time of slurry placement and at time of concrete placement. 13. Ground-water conditions and water-infiltration rate, depth, and pumping . 14 . Description, purpose, length, wall thickness, diameter, tip, and top and bottom elevations of temporary or permanent casings. Include anchorage and sealing methods used and condition and weather tightness of splices if any. 15. Description of soil or water movement, sidewall stability, loss of ground, and means of control. 16. Date and time of starting and completing excavation. 17 . Inspection report. Jacobs WUXU2700 316329-9 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS 18. Condition of reinforcing steel and splices . 19 . Position ofreinforcing steel. 20. Concrete placing method , including elevation of consolidation and delays . 21. Elevation of concrete during removal of casings . 22. Locations of construction joints. 23 . Concrete volume . 24 . Concrete testing results. 25 . Remarks , unusual conditions encountered, and deviations from requirements. 3.6 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material , including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 316329 Jacobs WUXU2700 316329 -10 082710 Issued for Construction DRILLED CONCRETE PIERS AND SHAFTS SECTION 320190-TREE PROTECTION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade . 1.2 SUMMARY A. The Work of this Section consists of providing all labor, equipment, materials, incidental work, and construction methods necessary to protect existing trees and other plant materials from damage as a result of the Contractor's operations , as indicated on the Contract Documents and as specified. Tree and plant protection shall include, but not be limited to: 1. Tree protection fencing . 2. Boxing of tree trunks. 3. Pruning of any damaged limbs 4. All other tree and plant protection indicated. B. The Work of this Section must comply with the City of Fort Worth Tree Permit included in the Contract Documents . 1.3 REFERENCES A. The following standards shall apply to the Work of this Section. 1. International Society of Arboriculture, Savoy, IL 61874 (ISA): Guide for Plant Appraisal 1.4 SUBMITT ALS A. Proposed methods, materials , and schedule for effecting tree and plant protection shall be submitted for approval. B. Certifications: Submit appropriate evidence of certification of all arborists to be employed on the Project. C . Licenses : Submit appropriate evidence of licensing of all chemical applicators to be employed on the Project. Jacobs WUXU2700 320190 - 1 082710 Issued for Construction TREE PROTECTION 1.5 QUALITY ASSURANCE A. Work of root pruning , fertilizing , spraying , and similar acti vities shall be undertaken only by certified Arborists and chemical applicators , as pertinent to the Work being performed. 1. Application of chemicals shall be performed by licensed chemical applicators. 2. Arborist shall be a professional Certified Arborist with a minimum five years experience , who has successfully completed a certification program in the state of Texas . 1.6 LIABILITY FOR DAMAGES A. The Contractor shall be liable for all damage and/or disturbance to existing specimen trees not otherwise designated for removal. For bidding and general Work guidelines prior to on-site tree protection conference , the Contractor shall assume all trees within the Limit of Work shall be saved unless specifically des ignated to be removed on the Contract Documents. Actual charge s for damage to plants shall be in accordance with the schedules defined herein, with as sessed charges to be deducted from sums payable under the Construction Contract. 1. Damage which, in the Owner's Representative 's opinion , can be remedied by corrective maintenance shall be repaired immediately . 2. In the event that replacement of damaged trees is not feasible or impractical as determined by the Owner's Representative, the full replacement costs will be assessed to the Contractor's account at values based upon the square inches of cross sectional area of trunk (measured at 4 ft. above grade), in accordance with the Trunk Formula Method described in the ISA Guide described herein , and the following table: $75.00/square inch for trees less than or equal to 6-inch diameter $50 .00/square inch for trees greater than 6-inch and less than 18-inch diameter $40.00/square inch for trees greater than or equal to 18-inch diameter B . Damaged trees which require removal and/or replacement shall be removed according to the Specification requirements for removals, including refilling and repair of ground surface , with such costs to be borne by the Contractor in addition to assessed charges described herein. C. The Contractor shall be liable for all damage and/or disturbance to existing adjacent lands beyond the Limit of Work. Actual damage to these areas , caused by the Contractor, shall be repaired to the satisfaction of the Owner's Representative , at no additional cost to the Owner. 1.7 ON-SITE PRECONSTRUCTION CONFERENCE A. Before the start of any work on the site , preceding the arrival of equipment, materials or vehicles to the site, and prior to the commencement of any clearing on the site , the Contractor shall arrange a preconstruction conference on the site with the Owner 's Representative and the Owner to identify trees that are to be protected or removed. Do no clearing without a clear understanding of existing conditions to be preserved. In addition to the responsibilities and penalties described in this Section, the Contractor shall be held responsible for any and all clearing , damage or destruction to plant material that results from the Contractor 's failure to schedule and attend the preconstruction conference on site prior to any work. In the event of Jacobs WUXU2700 320190-2 082710 Issued for Construction TREE PROTECTION said clearing, damage or destruction the Contractor will be assessed the full penalties described in this Section: TREE PROTECTION. PART 2 -PRODUCTS 2 .1 A. B. 2.2 A. TREE PROTECTION FENCING Tree protection fencing shall be equal to the following: 1. New 4 ft. height, high-density polyethylene laminar netting. Mesh dimensions shall be 3- 3/4 in. x 2 in . with Yi in . strands. Fabric color shall be safety orange. 2. Stakes for fencing shall be 6 ft. long wood or metal drive stakes, commonly used to support fencing . Attachment shall be by staples to wood or wiring to metal. 3. Unless otherwise indicated, height of fencing shall be 4 ft. The protection fencing shall be up in place at all times except on the days when the Contractor is doing work underneath the tree canopy. This fencing shall not be left down for any extended period of time and no equipment or storage of equipment or materials shall be allowed in the drip zone of the tree even if the fence is down for construction activity. TREE WRAPPING PROTECTION Tree protection lumber, as designated, shall consist of 2 in. x 4 in. lumber wired together in close spacing with 16 gauge galvanized steel wire to form a protective enclosure around tree trunks . PART 3 -EXECUTION 3.1 IDENTIFICATION OF TREES TO REMAIN A. Prior to starting site clearing operations, stake out all areas of trees to be saved as noted on the Contract Documents for approval by the Owner's Representative. B. Before any clearing is done, the Contractor shall arrange a conference on the site with the Owner's Representative to identify trees that are to be protected or removed. Do no clearing or cutting of individual trees without clear a understanding of existing conditions to be preserved and trees to be saved. C. The Contractor shall be responsible for the protection of all existing trees and plants designated to remain for the length of the construction period, including liability for all damages as specified herein. The placement of protection devices additional to those specified shall , however, be at the Contractor's discretion and with no additional cost to the Owner. Jacobs WUXU2700 320190 - 3 082710 Issued for Construction TREE PROTECTION 3.2 A. B. C . D. E . F. 3 .3 A. 3.4 A. PROTECTION OF EXISTING TREES The Contractor shall make ev ery e ffort not to damage existing plant materials to remain. The Contractor is required to install protection as necess ary to assure undamaged plant material and adjacent conditions. Plants as designated to remain shall be protected by the placement of a tree protection fence enclosure around the drip line of each tree. Place tree protection additionally at all other locations where trees may be jeopardized by construction activities. Tree protection fencing shall be supported with specified stakes at maximum 5 ft . on center intervals. Individual trees shall be protected by wiring two 2 in . x 4 in . lumber closely spaced in vertical alignment around the trunk of each tree if the protection fencing is taken down for any reason . No spikes or nails are to be driven into trees. Tree protection shall remain in place and be maintained in working condition by the Contractor until directed for removal by the Owner's Representative. All tree protection devices shall be removed from the site by the Contractor at the completion of the Work. Damage no plants to remain by burning, by pumping of water, by cutting of live roots or branches , or by any other means . No plants to be saved shall be used for crane stays , guys or other fastenings . Vehicles shall not be parked within the drip line , or where damage may result to trees to be saved. Construction materials shall not be stored beneath trees to be saved. Establish and carry out maintenance program as approved by the Owner's Representative for all trees and plants to be saved within the Work limits throughout the time of construction. As a minimum, the maintenance program shall include the following : 1. Watering during drought periods . 2. Pruning of all broken, dead, diseased, or weak branches. 3. Removal and disposal of debris generated by maintenance activities. ROOT PRUNING WITHIN DRIPLINE OF EXISTING TREE TO REMAIN Where construction will be in close proximity to existing trees designated to remain , the Contractor shall do all excavation within the root zones and drip line of the tree by hand using only hand-held equipment. This is to protect the tree from compaction of the root zone due to heavy equipment. This will allow individual major roots of the tree to be exposed without damage. When major roots are uncovered, the Contractor shall notify the Owner's Representative and ask for direction about that specific condition and how the root should be treated . WATERING The existing trees shall be watered to keep the ground damp in periods of no rain within a week period of time. This condition shall be for the length of the entire contract unless the temperature drops to less than 40 degrees . Jacobs WUXU2700 320190 -4 082710 Issued for Construction TREE PROTECTION 3.5 REMOVAL OF TREE PROTECTION MATERIAL A. Contractor shall remove and discard in a legal manner all tree protection material, excavated soil, pruned vegetation and all debris and trash from the site at the completion of the Contract. END OF SECTION 320190 Jacobs WUXU2700 320190 -5 082710 Issued for Construction TREE PROTECTION PART I -GENERAL 1.1 RELATED SECTIONS A . Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Div ision 01 Specification Sections, apply to this Section. Coordinate the Work of this Section with the work of other Sections as required to properly execute the Work and as necessary to maintain satisfactory progress of the work of other Sections. Other Sections containing related work include but are not limited to the following : 1. Subgrade Preparation -Section 31 23 13 2. Earthwork -Section 31 23 1.2 SUMMARY A. The work of this item includes all labor, materials, and equipment necessary to complete the work. Work included in this Section, while not all inclusive but listed as a guide, shall include: 1. Furnishing of all labor, tools, equipment and incidentals to complete the work. 2 . Layout of the work. 3. Treatment of sub grade by the addition of lime. 4. Shaping of treated subgrade. 5. Clean up. 1.3 REFERENCES A. American Society for Testing and Materials ASTM. B. Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004, TxDOT. PART 2-PRODUCTS 2 .1 GENERAL A. Base and Subbase Materials: Base and Subbase materials sha ll meet the requirements shown on the plans or in the pertinent specifications. B. Lime: The lime shall meet the requirements or Paragraphs 2 .2 and 2.3 Hydrated Lime, for the type oflime specified. When Type B , commercial lime slurry , is specified, the Contractor shall select, prior to construction, the grade to be used and shall notify the in writing before changing from one grade to another. C. If the minimum design strength or percent lime to be used for the treated subgrade, e x isting base, new subbase or new base is not specified on the plans, it shall be determined by preliminary laboratory tests at the Owners expense. 2.2 HYDRATED LIME (DRY) Jacobs WUXU2700 321129-1 082710 Issued for Construction LIME TREATED SUBGRADE A. General. Hydrated lime shall consist of a dry powder. This material is to consist essentially of calcium hydroxide. Hydrated lime shall be stored and handled in closed, weatherproof containers until immediately before distribution on the road. If storage bins are used, they shall be completely enclosed. Hydrated lime bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If provided in bags, each bag shall bear the manufacturers certified weight. Bags varying more than five percent by weight may be rejected, and the average weight of the bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturers certified weight. If lime is furnished in trucks, each truck shall bear the weight of lime measured on certified scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Owner. Material. When sampled and tested according to Texas TxDOT Method Tex-600-J, Lime Testing Procedure, hydrated lime shall conform to the following requirements as to chemical composition: Hydrate Alkalinity, percent by weight Ca(OH) 2 Min. 90.0% Unhydrated lime content, percent by weight CaO Max. 5.0% free Water content, percent by weight H20 Max. 4 .0%. The percent by weight of residue retained shall conform to the following requirements: Residue retained on a No. 6 (3360 micron) sieve Residue retained on a No. 10 (2000 micron) sieve Residue retained on a No. 30 (590 micron) sieve 2.3 HYDRA TED LIME SLURRY Max. 0 .2% Max. 1.0% Max. 4 .0% A. Type B, commercial lime slurry is hereby specified. It shall be a pumpable suspension of solids in water. The solids portion of the mixture, when considered on the basis of solids content, shall consist principally of hydrated lime of a quality and fineness sufficient to meet the following requirements as to chemical composition and residue . B. Materials. 1. Chemical Composition. The solids content of the lime slurry shall have a hydrate alkalinity Ca (OH)2 of not less than 90 percent by weight. 2. Residue. The percent by weight of residue retained in the Asolid content of lime slurry shall conform to the following requirements: Residue retained on a No. 6 (3360 micron) sieve Residue retained on a No. 10 (2000 micron) sieve Residue retained on a No. 0 (590 micron) sieve None Max 1.0% Max2.5% C. Type B, commercial lime slurry, shall conform to one of the following three grades: Grade 1: The dry solids contents shall be at least 31 percent by weight of the slurry. Jacobs WUXU2700 321129-2 082710 Issued for Construction LIME TREATED SUBGRADE Grade 2 : The dry solids contents shall be at least 35 percent by w eight of the slurry . Grade 3 : The dry solids contents shall be at least 46 percent by weight of the slurry . D . Water. Potable water shall be used. 2.4 QUICKLIME A . General. Quicklime shall consist of a dry powder in a tank to form a lime slurry and is restricted to Slurry Placing only . CAUTION : HANDLING AND USE OF QUICKLIME CAN BE DANGEROUS. QUICKLIME SHOULD BE PRESCRIBED BY A REGISTERED PROFESSIONAL ENGINEER FAMILIAR WITH ITS USE. B. Materials. Quicklime shall conform to the chemical requirements of Quicklime for Structural Purposes , ASTM Designation CS. PART 3 -EXECUTION 3.1 CONSTRUCTION METHODS: A. General. It is a primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture , free from loose or segregated areas , or uniform density and moisture content, well bound for its full depth , and with a smooth surface and suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of this work , to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Prior to beginning any lime treatment, the pavement subgrade shall be constructed and shaped to conform to the lines and grades as shown on the plans. 1. Treatment for Materials in Place. Materials to be treated shall be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrow ed to expose the secondary grade . Any wet or unstable material below the secondary grade shall be corrected by scarifying, adding lime and compacting until it is of uniform stability. The excavated material shall then be spread to the desired cross section. If the Contractor elects to use a cutting or pulverizing machine that shall remove the subgrade material accurately to the secondary grade and to pulverize the material at the same time , he shall not be required to expose the secondary grade or windrow the material. However, the Contractor shall be required to proof roll the subgrade before u sing the pulverizing machine and correct any soft areas that this rolling may reveal. This method shall be permitted only where a machine is provided which shall insure that the material is cut uniformly to the proper depth and which has cutters that shall place the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such design that a visible indication is given at all times that the machine is cutting to the Jacobs WUXU2700 321129-3 082710 Issued for Construction LIME TREATED SUBGRADE proper depth. B. Application. Lime shall be spread only on that area where the first mixing operation can be completed in the same working day . The application and mixing of lime with the materials shall be accomplished by the method hereinafter described as slurry placing unless otherwise approved by the engineer. 1. Dry Placing. The lime shall be spread by an approved screw type spreader box or by bag distribution at the rate shown on the plans. The lime shall be distributed at a uniform rate and in such a manner as to reduce scattering of lime by wind to a minimum. Lime shall not be applied when wind conditions are such that blowing lime becomes objectionable to traffic or adjacent property owners. A motor grader shall not be used to spread lime. The material shall be sprinkled until proper moisture content has been secured. 2. Slurry Placing. Lime shall be mixed with water and applied as a thin water suspension or slurry. Type B , commercial lime slurry, shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime at the ratio specified shall be attained by successive passes over a measured surface of roadway until the proper moisture and lime content has been secured. C. Mixing. Mixing procedure shall be the same for dry placing or slurry placing as hereinafter described. 1. Treatment for Materials in Place. Material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, until a homogeneous, friable mixture of material and lime is obtained free from all clods or lumps. Materials containing plastic clay or other materials which shall not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content, sealed with a pneumatic roller, and left to cure 1-4 days. During the curing period the material shall be kept at its proper moisture curing point. 2. Final Mixing. After curing, the material shall be uniformly mixed. Clods or lumps shall be reduced in size by raking, blading, disking , harrowing , scarifying or other pulverizing method so that when all nonslaking aggregates retained on the No.4 sieve are removed, the remainder of the material shall meet the gradation percentages as outlined in NCTCOG Item 4.6 Minimum passing 1-3/4" sieve Minimum passing No. 4 sieve 100% 60% D . Compaction. Compaction of the mixture shall begin immediately after final mixing and in no case later than three calendar days after final mixing. The material shall be aerated or sprinkled as necessary to provide optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of the mixture is uniformly compacted as shown on the plans or specified by the engineer. The compacted mixture shall have a uniform density of not less than 95 percent of the maximum density as determined by ASTM D 698. Moisture content shall be to optimum to plus 3 percentage points of optimum. After each section is completed, such tests as are necessary shall be made by a testing agency hired by the Owner. If any portion fails to meet the density specified, it shall be reworked as necessary to obtain the specified density. Jacobs WUXU2700 321129-4 082710 Issued for Construction LIME TREATED SUBGRADE 3.2 FINISHING, CURING AND PREPARATION FOR SURFACING After the mixture has been compacted, the surface shall be shaped to the required line, grades and cross sections; and then thoroughly rolled sufficiently light to prevent hair cracking. The completed section shall then be moist-cured for a minimum of seven days before further courses are added or any traffic permitted, unless otherwise directed by the engineer in cases where subgrade treatment or sub-base sets up sufficiently to prevent objectionable damage from traffic, such layers may be opened to traffic two days after compaction. The surface of the compacted layer shall be kept moist until covered by other base or paving materials or application of a curing seal of emulsified asphalt. If a curing seal is used, it should be applied as soon as possible after completion of final rolling , at a rate of between 0 .10 and 0.20 gallons per square yard (.5 and 1.0 liters per MS), the exact rate to be determined by the engineer. No equipment or traffic shall be permitted on lime treated material for 72 hours after curing seal is applied, unless otherwise permitted by the engineer. 3.3 MAINTENANCE The Contractor shall be required to maintain the completed so il lime base within the limits of his contract, in good condition, satisfactory to the engineer as to grade, crown and cross-section until such time as the surface course is constructed. All irregularities or other defects that may occur shall be immediately repaired by the Contractor at his own expense. Repairs are to be made as directed by the engineer in a manner to insure restoration of a uniform surface durability or the portion repaired . 3.4 TESTING A. The Testing Laboratory shall make continuous on-site v isual inspection of lime placement, mixing , watering, and compaction. In addition , the Testing La boratory shall establish lime moisture and density relationships to stabilized subgrades in accordance with established ASTM procedures and TxDOT standards. Provide the following tests: 1. One Standard Proctor for each 2,000 square feet of area of each type of in-place material or imported fill , ASTM D-698. 2. One gradation test every 10 ,000 square feet of paving area and at least one test per day . Refer to NCTCOG Item 4 as outlined above. END OF SECTION Jacobs WUXU2700 321129-5 082710 Issued for Construction LIME TREATED SUBGRADE SECTION 321216-HOT MIX ASPHALT CONCRETE PAVING PART I -GENERAL 1.1 RELATED DOCUMENTS : A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. Coordinate the work of this Section with the work of other Sections as required to properly execute the work as necessary to maintain satisfactory progress of the Work of other Sections. Other Sections containing related work include but are not limited to the following: 1. Earthmoving -Section 31 20 00 2. Subgrade Preparation -Section 31 23 13 3. Lime Treated Subgrade -Section 32 11 29 4 . Flexible Base (Crushed Stone) -Section 32 12 30 1.2 SUMMARY: A. The work of this item includes all labor, materials , and equipment necessary to complete the Work. Work included in this Section, while not all inclusive but listed a s a guide, shall include: 1. Furnishing of all labor, tools , equipment and incidentals to complete the work. 2 . Construct a base course, a level-up course, and a surface course, in conformity with the typical sections shown on the plans and/or established in the field , by the plans. 1.3 REFERENCES: Meet requirements and recommendations of applicable portions of the Standard listed. A. American Society for Testing and Materials, ASTM. B. Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges, 1993 , TxDOT. 1. Item 300 -Asphalts, Oils and Emulsions. 2. Item 310 -Prime Coat (Asphaltic Material only). 3 . Item 340 -Hot Mix H.M.A.C . Pavement. C. North Central Texas Council of Governments Standard Specifications for Public Works Construction, 1991 , Edition, NCTCOG. 1.4 SUBMITTALS: A. Procedures for Submittals: Per Division 01 Requirements B. Contractor shall certify the mixing plant will conform to the requirements of TxDOT . C . Certified weight tickets shall be submitted with each delivery of H.M.A.C. to the Work Jacobs WUXU2700 312500-1 082710 Issued for Construction HOT MIX ASPHALT CONCRETE PAVING Site. D. A complete list of the equipment proposed for prosecution of the Work shall be submitted for approval. Listing shall include the manufacturer's description and characteristic of each piece of equipment. E. Contractor shall submit Design Mixtures, including additive modifiers , for review and approval at least 30 days before any asphaltic pavement is placed . The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.5 QUALITY ASSURANCE: A. Testing: Tests in conjunction with asphalt paving shall be made by a recognized independent testing agency selected and paid for by the Contractor. Testing shall be made in accordance with the following procedures : 1. H.M .A.C. tests -One laboratory density and stability test (TDH Bulletin C14) on each day's operation. One extraction and gradation test (ASTM D2172-67) on each type of H.M.A.C. for each day 's operation. One field in-place density test (ASTM Dl 188-68) on each type ofH.M.A.C . for each day's operation. Samples shall be obtained by subcontractor. 2. Pavement Thickness Test (At option of Owner) -Upon completion of the work and before final acceptance and final payment shall be made , pavement thickness test shall be made by the Owner or his authorized representative unless otherwise specified in the special provisions. The number and location of tests shall be at the discretion of the Owner. The cost for the initial pavement thickness test shall be at the expense of the Owner. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. The cost for the additional coring test shall be at the same rate charged by commercial laboratories . B. Environmental Requirements: H.M.A.C . shall not be placed when the ambient temperature is below 60 degrees F and falling but may be placed if it is above 50 degrees F and rising. PART 2-PRODUCTS 2.1 BITUMINOUS MATERIALS: A. General Requirements for Bituminous Materials: Cobb Park 1. General. This section of the specifications consist of oil asphalts, asphalt cement and other miscellaneous asphaltic materials meeting the appropriate TxDOT requirements . 2. Paving Mixture . Asphalt cement for the paving mixture shall be of the grade shown on the plans and shall meet the requirements ofTxDOT Item 300, "Asphalts, Oils and Emulsions." The Contractor shall notify the Owner of the source of the asphaltic material prior to design of the asphaltic mixture . This source shall not be changed during the course of the project without the authorization of the Owner. Should the Jacobs WUXU2700 312500-2 Hot Mix Asphalt Concrete Paving source of asphaltic material be changed, the moisture resistance of the new material combination will be re-evaluated. 3. Tests and Certification of Bituminous Materials . When tested according to ASTM or AASHTO test methods , the various materials shall meet the applicable requirements of this specification. At the time of delivery of each shipment of asphalt, the vendor supplying the material shall deliver to the Contractor certified copies of the test report. Two copies of the test reports shall be furnished to the Owner. The test reports shall indicate the name of the vendor, type and grade of asphalt delivered, date and point of delivery, quantity delivered, delivery ticket number, purchase order number, and results of the specified tests. The test report, signed by an authorized representative of the vendor, shall certify that the product delivered conforms to the specifications for the type and grade indicated. The certified test reports and the testing required in connection with the reports shall be paid for by the Contractor. B. Storage, Heating and Application Temperature : 1. General. Asphalt materials should be applied at the temperature which provides proper and uniform distribution . Within practical limits , higher temperature than necessary should be avoided. 2 . Rejection. Materials provided that do not meet TxDOT requirements for storage, heating and application of asphaltic materials shall be rejected. C. H .M.A.C. 1. General. H.M .A.C. shall be plant mixed consisting of a hot base mixture of mineral aggregate and asphaltic materials, and it may be base course, a leveling-up course, a surface, or any combination of these courses . 2. Material. Mineral aggregates shall consist of a fine aggregate, coarse aggregate and a mineral filler when required. Representativ e samples of the materials proposed to be used in the mi xture shall be submitted for tests in the quantities required by the Owner. Only materials conforming to the requirements ofTxDOT Item 340 shall be used in the work. The materials proposed to be used may be inspected and tested at any time during the preparation of the work. If the sources of supply which have been approved do not furnish a uniform product, of if the product from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other sources. No material, which after approval has in any way become unfit for use shall be used in work. The asphalt shall conform to the applicable paragraphs above and shall be the grade specified after design tests have been made , using the mineral aggregates proposed to be used in the mixture. It shall be the grade of asphalt having the highest penetration, within the specified limits , that shall produce a mix having a maximum stability of the compacted mixtures as determined by laboratory tests for resistance to displacement of the compacted courses . Only one grade of asphalt shall be required for all the types of mixtures unless otherwise shown on the plans. D . Tack Coat: The asphaltic material for tack coat shall be slow setting Anionic or Cationic Emulsion (SS-1 , or CS S-1) in accordance with TxDOT Item 300, "Asphaltic, Oils and Emulsion". E. Prime Coat: Prime coat shall conform to TxDOT Item 310 or Item 314. Jacobs WUXU2700 312500 - 3 082710 Issued for Construction HOT MIX ASPHALT CONCRETE PAVING PART 3-EXECUTION 3.1 MIXTURE DESIGN: A. The Contractor shall submit a mix design for H.M.A.C. Generally mix designs currently in use on TxDot projects and designed in accordance with TxDot Construction Bulletin C-14 and Test Method Tex-2-4F will be accepted. 3.2 MIXING PLANTS : Mixing plants may be either the weight-batching plant, the continuous mixing type plant or the drum mixing type plant. All types of plants shall be equipped with satisfactory conveyors , power units, aggregates handling equipment , hot-aggregates screens and bins and dust collectors. 3.3 DELIVERY TICKETS: A. Each individual ticket or continuous tape shall contain the following readable information printed automatically by the digital record printer: 1. Date. 2. Project Identification Code Number. (This number shall be supplied by the Owner's Representative). 3. Time of day to the nearest minute at intervals not greater than for each truck load, or at intervals not greater than 10 batches when material is being deposited into a storage bin. 4. Mix Design Number. Zero scale record for aggregate and asphalt to be printed at intervals not greater than 10 batches when material is being deposited in a storage bin . 5. Weight of each aggregate for each batch recorded accumulatively or separately. 6. Total weight of all aggregates in each batch . Weight of asphalt in batch. 7. Total of batch weights (combined mixture of asphalt and aggregate for the day and/or any part of a day as required by the Owner. This printing shall be required on the tape or ticket at the times specified herein during each day of operation. 8. Total of either the aggregates or the asphalt for the day and/or any part of a day as required by the Owner. This printing shall be required on the tape or ticket at the times specified herein during each day of operation. 3.4 EQUIPMENT: All equipment necessary for the construction of the hot-mix H.M.A.C. pavement shall be on the project and shall be approved by the Owner as to condition before the Contractor shall be permitted to begin construction operation on which the equipment is to be used. A. Spreading and Finishing Machine. The machine shall be of a type approved by the Owner and capable of producing a surface that shall meet the requirements of the typical cross section and surface test. B . Rollers: Cobb Park 1. Pneumatic Tire Roller: This roller shall consist of not less than seven pneumatic tire wheels, running on axles in such manner that the rear group of tires shall cover the Jacobs WUXU2700 312500 - 4 Hot Mix Asphalt Concrete Paving entire gap between adjacent tires of the forward group; mounted in a rigid frame; and provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the frame in such manner that the roller may be turned within a minimum circle. The tire shall afford the surface contact pressures up to 90 pounds per square in (.62MPa) or more. The roller shall be so constructed as to operate in both a forward and a reverse direction with suitable provisions for moistening the surface of the tires while operating; and shall be approved by the Owner. 2. Two Axle Tandem Roller: This roller shall be acceptable power-driven, steel-wheel, tandem roller weighing not less than eight tons (7200 kg). It must operate in forward and reverse directions; contain provisions for moistening the surface of the wheels while in motion; and shall be approved by the Owner. 3. Three Wheel Roller: this roller shall be an acceptable power-driven, all steel three wheel roller weighing not less than 10 tons (9000 kg). It must operate in forward and reverse directions; contain provisions for moistening the surface of the wheels while in motion: and shall be approved by the Owner. 4. Vibratory Steel Wheel Roller: If approved for use by the Owner, this roller shall have a minimum weight of six tons. The compaction shall be equipped with amplitude and frequency controls and shall be specifically designed to compact the material on which it is used. It shall be operated in accordance with the manufacturer's recommendations. C. Straightedges: The Contractor shall provide acceptable 16-foot (5M) straightedges for the surface testing. Satisfactory templates shall be provided as required by the Owner. All equipments shall be maintained in good repair and operating condition. 3.5 CONSTRUCTION METHODS: A. General: The prime coat, tack coat or the asphaltic mixture shall not be placed when the air temperature is below 60 degrees Fahrenheit (10 ° C) and is falling: but may be placed when the air temperature is above 50 degrees Fahrenheit (5°C) and is rising, the temperature being taken in the shade and away from artificial heat; with the provision that the asphaltic mixture shall be placed only when the humidity, general weather conditions temperature and moisture condition of the base, in the opinion of the Owner, are suitable. B. Prime Coat: A prime coat shall be applied to the completed base with an approved sprayer, in accordance with the type and grade of asphaltic material at an application rate between 0.2 and .35 gallons per square yard as directed by the Owner. C. Tack Coat: A tack coat shall be applied when the surface to be paved is portland cement concrete, brick or asphaltic pavement. When a tack coat is required, it shall consist of an application of the asphaltic material indicated; and shall be at a rate between 0 .05 to 0.10 gallons per square yard of surface area. The surfaces of curbs, gutters, vertical faces of existing pavements and all structures in actual contact with asphaltic mixes shall be painted with a thin, complete coating of asphaltic material to provide a closely bonded, watertight joint. D. Compacted Thickness ofH.M.A.C. Surface Courses and Base Courses: Jacobs WUXU2700 312500-5 082710 Issued for Construction HOT MIX ASPHALT CONCRETE PAVING 1. Surface Courses. The compacted thickness or depth of the H.M .A.C . surface course shall be as shown on the plans. Where the plans require a depth or thickness of the surface course greater than two inches (5 cm) compacted depth, same shall be placed in multiple courses of equal depth, each of which shall not exceed two inches (5 cm) compacted depth. If an additional tack coat is necessary between any of the multiple courses, it shall be applied as specified above . 2 . Base Courses . The compacted thickness or depth of each base course shall be as shown on the plans . Where the plans require a depth or thickness of the course greater than 4 inches (10 cm), same shall be accomplished by constructing multiple lifts of approximately equal depth , each of which shall not exceed these maximum compacted depths. If an additional tack coat is necessary between any of the multiple lifts , it shall be applied as specified above . E. Transporting H .M .A .C. The asphaltic mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign material. The dispatching of vehicles shall be arranged so that all material delivered shall be placed and all rolling shall be completed during daylight hours . In cool weather, or for long hours , canvas covers may be required. The inside of the truck body may be given a light coating of oil , if necessary, to prevent the asphaltic mixture from adhering to the body. F. Temperature. The asphaltic mixture shall be at a temperature between 225 and 350 degrees Fahrenheit (104 ° C-177 ° C) when dumped from the mixer. The shall determine the temperature, within the above limitations. The mixture when dumped from the mixer shall not vary from this selected temperature more than 30 degrees Fahrenheit (17 °C) plus. G. Placing. The asphaltic mixture shall be placed on the approved base course with the previously specified spreading and finishing machine in such manner that, when properly compacted, the finished course shall comply with the maximum thickness requirements , shall be smooth, of uniform density and meet the requirements of the typical cross sections and the surface test. During the placing and spreading of the asphaltic material, care shall be taken to prevent the spilling of the material onto adjacent onto adjacent pavement, gutters or structures. In small areas which are inaccessible to the spreading and finishing machine, hand spreading may be authorized by the Owner, provided an acceptable surface can be obtained. Each course, after final compaction, shall have a density of not less than 95% of the density developed in the lab test method outlined in TxDot's Bulletin C-14. H. Compaction . Rolling with the 3-wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the surface course, overlapping on successive trips by at least half the width of the rear wheels . Alternate trips of the roller shall be slightly different in length. Rolling shall continue until no further compression can e obtained and all roller marks are eliminated. The motion of the rollers shall be slow enough at all times to avoid displacement of the asphaltic surface material. If displacement should occur, it shall be corrected at once by the use of rakes and fresh asphaltic mixtures where required. The roller shall not be allowed to stand on the surface course when it has not been fully compacted and allowed to cool. To prevent adhesion of the surface course to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water shall not be permitted. All rollers must be in good mechanical condition. All necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease or other foreign matter on the surface course while the rollers are in motion or when standing. In areas where the surface course cannot be compacted with the rollers, hand tamps, lightly oiled, shall be used to Cobb Park Jacobs WUXU2700 312500-6 Hot Mix Asphalt Concrete Paving secure the required compaction. The vibratory steel wheel roller may be substituted for the 3-wheel roller and tandem roller. Each course, after final compaction, shall have a density of not less than 95 percent of the density developed in the laboratory test method outlined in TxDOT's Bulletin C-14. I. Surface Tests. The finished surface of the pavement after compression shall be smooth and true to the established line, grade and cross section. When tested with a 16-foot (5 M) straightedge placed parallel to the centerline of the roadway, the finished surface shall have no deviation in excess of 1116th inch per foot (5 mm per M) from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed I /4th inch (6 mm) at any point. Any point in the pavement surface not meeting these requirements shall be immediately corrected. J. Construction Methods. The pavement surface shall be removed for the length, depth and width and to the typical section shown on the plans, and to the line and grades established by the Owner's Representative. The planed surface shall provide a satisfactory riding surface free from gouges, continuous longitudinal grooves, ridges, oil film and other imperfections of workmanship and shall have a uniform textured appearances. END OF SECTION 321216 Jacobs WUXU2700 312500-7 082710 Issued for Construction HOT MIX ASPHALT CONCRETE PAVING This page is intentionally left blank. Cobb Park Jacobs WUXU2700 312500 - 8 Hot Mix Asphalt Concrete Paving SECTION 321816.13 -WOOD FIBER PLAYGROUND SURF ACING PART I-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. 1.2 SUMMARY A. The work of this item includes all labor, materials , and equipment necessary to complete the Work of wood fiber surfacing with a drainage system and safety mats. Work will be accomplished in a thorough and workmanlike manner. The specified product will be applied strictly in accordance with the Manufacturer's recommendations . 1.3 RELATED WORK A. The work of this section includes related work in other sections: 1. Section 312000 -Earthwork 2. Section 116813 -Playground Equipment 1.4 QUALITY CONTROL A. The Contractor with provide all necessary licenses prior to start of construction in accordance with U. S. Patents . B. Contractor to provide test results for impact attenuation in accordance with ASTM F1292-93 ; Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. Results must be provided for new material and for 5-year-old material. C. Testing must show "g" ratings of not more than 155g for the 8" thick system, or 120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for both new and 8-year-old material. D . Product must be wheelchair accessible and meet the requirements of the 1990 Americans with Disabilities Act (ADA) in accordance with ASTM PS83-97 . E. The Contractor will provide copies of flammability testing procedures and results using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630 Standard for the Surface Flammability of Carpets and Rugs (FF 1-70), Modified Procedure. Testing should be performed by an independent testing laboratory. Jacobs WUXU2700 321816.13 - 1 082710 Issued for Construction WOOD FIBER PLAYGROUND SURF ACING F. The Contractor will provide copies of testing procedures and results of (i) new shredded wood fibre , and (ii) shredded wood fibre not less than fi v e years old taken from an existing site, performed by an independent te sting source using the ASTM F1292-91 playground safety surfacing standard. G. The Contractor will provide at least three references of handicapped-accessible playgrounds that have been installed with said surface. 1.5 WARRANTY A. All materials and labor under this Section shall be installed by a contractor authorized by the Manufacturer. Safety surface shall be warranted for labor and m aterials for a period of no less than two years. Written warranty must be submitted to the Owner by the Manufacturer and the authorized installer. PART 2 -PRODUCTS 2 .1 MATERIALS A. ENGINEERED WOOD FIBER SURF ACING 1. Surfacing material shall consist of: a. Hardwood tree stock in which 80% of material is 1"-1 1/2 " in length X 1/4" to 3/8" diameter maximum size. A delivery ticket from the mill of origin will be required to verify that material is 100% hardwood stock. b. The Contractor shall be required to submit samples for approval. However, approval shall in no way mean acceptance of material delivered to the site in the event the Owner's Representativ e finds that the delivered material does not meet specifications. In the event that the material delivered to the project sites is found to be unacceptable, the Contractor shall be required to remove such material off the site and provide acceptable material. c . Softwood fibers , standard wood chips, bark mulch, recycled wood from pallets or waste wood, shredded or otherwise, twigs, bark, leaf debris or other organic material incorporated within will not be accepted. 2. All material shall be compacted to the depth indicated on plans. B. DRAINAGE FABRIC 1. Product used shall be FibarFelt, DuraLiner, or an approved equal polyester non-woven engineering geotextile fabric. 2 . Contractor will provide enough material to allow for 12" overlap on all seams. C. DRAINAGE MATRIX 1. 4" diameter ADS perforated pipe with sock installed within the subgrade gravel trench as indicated on plans. 2 . Gravel aggregate for trenches and drainage system shall be 3 /8 " to 1/2 " diameter clean crushed stone. D. SAFTEYMATS 1. Product used shall be per playground equipment manufacturer's recommendation and meet ASTM F1292-91 playground surfacing standard for a drop height not to exceed 3.5 Jacobs WUXU2700 321816 .13 - 2 082710 Issued for Construction WOOD FIBER PLAYGROUND SURF ACING feet. Mats must be installed under all swings and slides to preserve warranty. Method of installation /anchorage shall be per Manufacturer's recommendations . PART 3-EXECUTION 3.1 PREPARATION AND INSTALLATION A. Installer shall thoroughly examine the site and specifications, carefully checking the dimensions before starting work. Contractor shall demonstrate that the subdrain is working prior to placement of surfacing. B . SUBGRADE 1. The subgrade shall be graded a minimum of 1.5% (percent) -max. 2%. All roots, stones, and vegetation shall be removed. 2. The drainage matrix must be connected to the drainage system. 3 . The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, as determined by the provisions of AASHTO or T 205, as modified in 203.24 . C . Wood fiber surfacing system, with gravel and subdrain, shall be installed per Manufacturer's recommendations. 1. Aggregate Drainage Material a . Install subdrain trench per plan. b. Cover subgrade with washed stone, 3/8" to 1/2 " diameter, at a uniform depth of three inches. c. Install drainage fabric over drainage aggregate , overlapping all seams by at least 12". Cut to fit around equipment as necessary and overlap seams as previously mentioned. d. Install wood fiber safety surfacing at the depth indicated on plans (compacted). Contractor shall be responsible for applying additional material as required in order to maintain safety surface finish elevation and anticipated settling for a period of sixty ( 60) days following project acceptance . 2. Safety mats shall be installed per Manufacturer's recommendations. END OF SECTION 321816.13 Jacobs WUXU2700 321816.13 - 3 082710 Issued for Construction WOOD FIBER PLAYGROUND SURF ACING SECTION 329113 -PLANTING SOILS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The General Documents, as listed on the Table of Contents, and applicable parts of Di vision 1, GENERAL REQUIREMENTS , shall be included in and made a part of this Section. B . Examine all Contract Documents and all other Sections of the Specifications for requirement s therein affecting the work of this trade. 1.02 SUMMARY A. The Work of this Section consists of providing all labor, equipment , materials , incidenta l work, and construction methods necessary to supply and place planting soils as indicated on the Contract Documents and as specified. Supplying and placement of planting soils shall include, but not be limited to : 1. Supplying , sampling and testing of proposed on-site lo am borrow that has been stripped and stockpiled for re-use under Section 312000 Earthwork. 2. Modifying , screening, placing , spreading, and fine grading of loam borrow to be used for planting of trees and a 4 inch soil depth under all lawns (seeded and sodded). 1.03 RELATED WORK UNDER OTHER SECTIONS A . The following items of re lated work are specified and included in other Sections of the Specifications: 1. Section 3293000 -Planting 2. Section 329113 -Seeding 3. Section 329223 -Sodding 4 . Section 312000 -Earthwork 1.04 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 75 -Practice for Sampling Aggregates 2. D 422 -Test Method for Part icle-Size Analysis of Soils 3. D698-00a -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3) 4. D1557 -Moisture-Density Relations of Soils and Soil-Aggregate Mi xtures using 10-lb Rammer and 18-in. Drop B. A.O.A.C .: Association of Official Agricultural Chemists . Jacobs WUXU2700 329213-1 0 82710 Issued for Construction PLANTING SOILS 1.05 SUBMITTALS A . At least 20 days prior to ordering materials , the Contractor shall submit to the Owner 's Representative samples , certifications, manufacturer's product data and certified test results for materials as specified below for approval. No materials shall be ordered or delivered until the required submittals have been revie wed and approved by the Owner 's Representative. Delivered materials shall closely match the approved samples . The Owner 's Representative reserves the right to reject , on or after deli very , any material that does not meet these Specifications . 1.06 TESTING OF OFF-SITE LOAM BORROW FOR SOIL PLANTING MIX A. Testing of on-site loam borrow for planting soil mix will be at the Contractor's expense . Contractor shall deliver all loam borrow samples to testing laboratories via overnight courier and shall have the testing report sent directly to the Owner's Representative. Soil testing shall be done by a certified soils lab such as the Soils, Water and Forage Testing Laboratory , 2474 Texas A&M University , 345 Heep Center, College Station , TX 77843-2474 , email: www.soiltesting @tamu.edu., phone 979-845-4 8 16. Perform all tests for gradation, organic content, soil chemistry and pH . Testing reports shall include the following tests and recommendations. Contractor shall deliver samples to testing laboratories and shall have the testing report sent directly to the Owner's Representative from the Soil Laboratory . Testing reports shall include the following tests and recommendations. 1. Mechanical gradation (sieve an alysis) shall be performed and compared to the USDA Soil Classification System. Sieve analysis shall be by combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D 422 after destruction of organic matter by H202. To facilitate review and approval of sieve analysis , provide a computer generated gradation curve . 2. Percent of organics shall be determined by the loss on ignition of oven-dried samples. Test samples minus #10 material shall be oven-dried to a constant weight at a temperature of 450 degrees Fahrenheit. 3. Chemical analysis shall be undertaken for Nitrate Nitrogen , Ammonium Nitrogen , Phosphorus, Potassium, Calcium, Magnesium, extractable Aluminum, Lead, Zinc, Cadmium, Copper, Soluble Salts, and pH and buffer pH. A Conductivity Meter shall be used to measure Soluble Salts in 1 :2 soil /water (v/v). Except where otherwise noted , nutrient tests shall be for available nutrients. 4. Soil analysis tests shall show recommendations for soil additives to correct soils deficiencies as necessary , and for additives necessary to accomplish work as specified. a. Peat Moss : Submit a one cubic foot sample and supplier's certification of contents. b. Limestone: Submit supplier's certification that the limestone being supplied conforms to these Specifications. c. Acidulant: Submit supplier 's certification that the acidulant being supplied conforms to these Specifications. d. Fertilizer : Jacobs WUXU2700 1. Submit product data of fertilizer and certificates showing compos1t10n and analysis. Submit fertilization rates for fertilizer product based upon soil testing , analysis , and recommendations as specified, performed and paid for in this Division 2 Section, PLANTING SOILS . 2. Submit the purchasing receipt showing the total quantity purchased for the project prior to installation . 329213-2 082710 Issued for Construction PLANTING SOILS e. Gypsum: Submit manufacturer's product data and sample. f. All additives needed to amend a specific soil in order to meet these Specifications. 1.07 EXAMINATION OF CONDITIONS A. The Contractor and any sub-Contractor responsible for the execution of the Work of this Section shall review the subgrades and verify that the subgrades have been excavated and prepared and fine graded prior to proceeding with the spreading of the planting soil mix. 1.08 SOIL DEFINITIONS PART2 2.01 A. The following size distributions of mineral particles by diameter and sieve size shall apply to the following conventional names of soil types: Conventional Name Very coarse sand Coarse sand Medium sand Fine sand Very fine sand Silt Clay Retained on U.S. Sieve No. #18 #35 #60 #140 #270 by hydrometer by hydrometer Diameter (mm) 1 - 2 0.5 - 1 0.25 -0.5 0.10 -0.25 0.05 -0.10 0.002 -0.05 Less than O. 002 B . Sandy loams shall conform to USDA Soil Taxonomy definitions and as follows: Soil material that contains either 20 percent clay or less, and the percentage of silt plus twice the percentage of clay exceeds 30 percent, and 52 percent or more sand; or less than 7 percent clay, less than 50 percent silt, and between 43 percent and 52 percent sand. 1. Coarse sandy loam: 25 percent or more very coarse and coarse sand and less than 50 percent any other grade of sand. 2. Sandy loam: 30 percent or more very coarse, coarse and medium sand, but less than 25 percent very coarse sand, and less than 30 percent very fine or fine sand. 3. Fine sandy loam: 30 percent or more fine sand and less than 30 percent very fine sand or between 15 and 30 percent very coarse, coarse, and medium sand. PRODUCTS LOAM BORROW -GENERAL A. The Contractor shall provide sufficient loam borrow from on-site sources to complete all loaming operations meeting the requirements as specified, provided, installed and paid for under this Section: PLANTING SOILS, and as directed by the Owner's Representative. B. Loam Borrow for the Planting Soil Mix shall comply with the following specifications. Loam borrow shall be obtained from one of the following sources: 1. Naturally well-drained areas that have never been stripped before and have a history of satisfactory vegetative growth. Comply with all City and Town bylaws or regulations concerning the removal of topsoil from their boundaries. Jacobs WUXU2700 329213 - 3 082710 Issued for Construction PLANTING SOILS 2.02 LOAM FOR PLANTING SOIL MIX A. The soil mix for planting shrubs, groundcover and perennials, and soil base under lawn areas shall be "sandy loam": determined by mechanical analysis (ASTM D 422) and based on the "USDA Classification System" and as defined in this Section. It shall be of uniform composition, without admixture of subsoil. It shall be free of stones greater than one and one-quarter inches, lumps, plants and their roots, debris and other extraneous matter as determined by the Owner's Representative . Planting soil for shrubs, groundcover and perennials shall have the following grain size distribution for material passing the # 10 sieve: Millimeter 2 1 0.5 0 .25 0.10 0.05 0.002 Percent Passing by Weight Maximum Minimum 100 87 78 68 55 7 100 80 67 48 30 22 2 1. Maximum size shall for planting soil mix for trees and shrubs shall be one inch largest dimension and for lawn areas it shall be one quarter inch largest dimension. The maximum retained on the #10 sieve shall be 25% by weight of the total sample. 2.03 SOIL ADDITIVES A. General: Soil additives shall be used to counteract soil deficiencies as recommended by the soils analysis. B. Acidulant for adjustment of loam pH shall be commercial grade flours of sulfur, ferrous sulfate, or aluminum sulfate that are unadulterated. Acidulants shall be delivered in unopened containers with the name of the manufacturer, material, analysis and net weight appearing on each container. C. Ground limestone for adjustment of loam pH shall contain not less than 85 percent of total carbonates and shall be ground to such fineness that 40 percent will pass through 100 mesh sieve and 95 percent will pass through a 20 mesh sieve. Contractor shall be aware of loam pH and the amount of lime needed to adjust pH to meet the requirements of the testing lab recommendations. D. Organic component of the manufactured loam shall be compost and peat moss used in equal proportions. Compost shall be a stable humus-like material produced from the aerobic decomposition of organic residues. The residues, if bio-solids, shall consist of compost meeting MA-DEP Type 1 requirement or approved equal. The residues shall be dark brown or black in color, with no visible free water or dust and no unpleasant odor, meeting the following criteria certified by the producer. Jacobs WUXU2700 329213 -4 082710 Issued for Construction PLANTING SOILS 1. carbon-nitrogen ratio 2 . stability CO2 evolution test Or Dewar self-heating test Or Woods End Laboratory's Compost Test Kit 3. organic content 4. particle size screen 5. inorganic debris 6. pH 7. Soluble Salts 8. density minimum 10:1 maximum 25:1 <10 mg CO2 - C/g BVS/day <10 degrees C above room temp . 40 percent minimum dry weight (Loss on Ignition; minus #10 Sieve, 430 degrees C) . 90 percent passing 0 .5 inch screen, 100 percent passing one inch 1 percent maximum (dry weight) minimum 5.5 -maximum 8.0 >2 and <4.0 mmhos/cm (ds/m) 850-1,050 lb .Icy E . Peat moss shall be composed of the partly decomposed stems and leaves of any of several species of sphagnum moss. It shall be free from wood, decomposed colloidal residue and other foreign matter. It shall have an acidity range of 3 .3 pH to 5.5 pH as determined by and in accordance with the methods of testing of A .O.A.C., latest edition. Its water absorbing ability shall be a minimum of 1,100% by weight on an oven-dry basis. F. Sand, as required for mixing with topsoil to meet Specification requirements shall be uniformly graded coarse sand consisting of clean, inert, rounded grains of quartz or other durable rock and free from loam or clay, surface coatings, mica, other deleterious materials with the following gradation. Millimeter 5 2 1 0.5 0.25 0.10 0.05 0.002 Percent Passing by Weight Maximum Minimum 100 86 50 24 0 0 0 100 80 58 18 7 10 4 .5 0.3 1. The ratio of the particle size for 70% passing (D70) to the particle size for 20% passing (D20) shall be 4.0 or less . (D7o;D20 < 4.0) G. Bone meal shall be fine ground, steam-cooked, packing house bone with a minimum analysis of 23 percent phosphoric acid and one percent nitrogen. H. Gypsum (CaS04 ·2H2 0) shall be agricultural grade , granular form. Gradation shall conform to the following: Sieve Designation No. 8 (2 .36 mm) Jacobs WUXU2700 082710 Issued for Construction Percent Passing by Weight 100 329213-5 PLANTING SOILS No. 16 (1.18 mm) No. 30 (0.60 mm) No. 50 (0.30 mm) No. 100 (0 .15 mm) 97 82 46 21 I. Commercial fertilizer shall be a product complying with the State and United States fertilizer laws. Deliver fertilizer to the site in the original unopened containers bearing the manufacturer's certificate of compliance covering analysis and which shall be furnished to the Owner's Representative. Fertilizer shall contain not less than the percentages of weight of ingredients as recommended by the soil analysis. PART 3 EXECUTION 3.01 FILLING AND COMPACTION A . Perform percolation tests of existing subsoils or placed fill prior to placing and spreading planting soil mix: 1. Perform percolation testing of subsoil in planting pits or placed fills to determine whether or not the subgrade will drain properly. Perform percolation tests as specified in this Section, PLANTING SOILS, for each lift of loam borrow or for a series of planting pits in each general location. 2. In the event that percolation testing indicates that the subsoil, placed fills has been over compacted and will not drain, the Contractor shall loosen up the top 6 inches of the subgrade to be planted by using a hand shovel and loosen to a density that will percolate as specified under the work of this Section, PLANTING SOILS. 3. If percolation testing reveals that planting pits are not draining the Contractor shall notify the Owner's Representative and ask for direction before proceeding to plant or place any planting soil in the pit. B. Confirm that the subgrade is at the proper elevation and that no further earthwork is required to bring the subgrade to proper elevations. C. Areas to receive sod or seed shall have a 4 inch depth of planting mix prior to the installation of such. The soil mix shall be rolled and compacted prior to installation of either. D. The Contractor shall install planting soil mix in successive horizontal lifts no thicker than 12 inches in one lift in plant bed areas to the desired depth and compaction as described herein. The Contractor shall install the soil at a higher level to anticipate any reduction of soil volume due to compaction, settling, erosion, decomposition, and other similar processes during the warranty period. E. In addition to the range cited above, compact each lift sufficiently to reduce settling but not enough to prevent the movement of water and feeder roots through the soil. The loam borrow in each lift should feel firm to the foot in all areas and make only slight heel prints. 3 .02 ACCEPTANCE Jacobs WUXU2700 329213 -6 082710 Issued for Construction PLANTING SOILS A. Confirm that the final grade of the planting soil mix is at the proper finish grade elevations and to the 4 inch depth shown on the Contract Documents . Adjust grade or depth as required to meet the contours and spot elevations noted on the Plans. Fine grade the soil prior to placement of any sod or areas to receive seeding. Request the presence of the Owner's Representative to inspect final grade before planting, sodding or seeding. Do not proceed with the remaining Work of this Contract until the Owner's Representative has given his/her written approval of the final grade . END OF SECTION Jacobs WUXU2700 329213-7 082710 Issued for Construction PLANTING SOILS SECTION 329213 -SEEDING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B . Examine all Contract Documents and all other Sections o f the Specifications for requirements therein affecting the work of this trade. 1.2 SUMMARY A. The work of this item includes all labor, materials, and equipment necessary to complete the seeding of lawn which includes, but is not necessarily limited to the following: 1. Furnishing and applying hydro-mulch seeding. 2. Watering 3. Site clean up. 4 . Maintenance and guarantee 1.3 RELATED WORK A. The Work of this Section includes work in other Sections: 1. Section 329113 -Plantings Soils 2 . Section 312000 -Earthwork 1.4 QUALITY ASSURANCE: A. Seed: The Owner 's Representative shall be furnished a signed copy of statement from vendor, certifying that each container of seed delivered is labeled in accordance with the Federal Seed Act and is at least equal to requirements previously specified. Seed analysis shall be furnished prior to commencement of planting operations. Each lot of seed may be re-sampled and re- tested in accordance with latest Rules and Regulation s under the Federal Seed Act at the discretion of the Owner 's Representati ve. If these tests reveal the seed to be below the specified pure live seed content, the Contractor shall be required to plant additional seed to compensate for the deficiency at no additional cost to the Owner. The seed retests will be conducted by the State Seed Laboratory. Allowance will be made for the actual pure li ve seed content of the specified grasses in determining the actual planting rate. Jacobs WUXU2700 329213 - 1 082710 Issued for Construction SEEDING B. Make written request for inspection after seeding operations have been completed. Such inspection is for the purpose of establishing the Maintenance Period. Submit written requests for inspections to the Owner 's Representative at least seven (7) days prior to the inspection date . 1.5 SUBMITTALS A . Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following items: 1. Seed Source . (Certification) 2 . Fiber Mulch. (Laboratory Analytical Data) 3. Tank Mix Fertilizer. (Certification or Laboratory Analytical Data) 4. Top-dress Fertilizer. (Certification analaysis, and proof of purchase) 5. Erosion Control (sample and manufacturer 's information) PART 2 -PRODUCTS 2.1 SEED A. All seed used shall be labeled in accordance with U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act. All seed shall be furnished in sealed standard containers unless exception is granted in writing by the Owner's Representative. Seed which has become wet, moldy, or otherwise damaged in transit or in storage will not be acceptable. Seed mixture shall be fresh , clean, new crop seed. Grass shall be of the previous year's crop and in no case shall the weed seed content exceed 0.25 % by weight. The seed shall be furnished and delivered in the proportion specified below in new, clean, sealed and properly labeled containers . The minimum percentage by weight of pure live seed in each lot of seed shall be as follows and seed shall be planted at the rate per acre indicated under pure live seed required per acre. Minimum % Pure Live Common Name Triangle Bermuda Grass Mix containing species Such as Sultan, Sydney, Mohawk, Panama, Yuma. (Hulled) (Cynodon Dactylon) Seed Required 85 Pounds Pure Required Per 1000 Sq. Ft. 2-3 lbs . B. Weed seed shall not exceed ten (10 %) percent by weight of the total of pure live seed and other material in the mixture. Johnson grass, nut grass , or other noxious weed seed will not be allowed. Jacobs WUXU2700 329213 - 2 082710 Issued for Construction SEEDING 2.2 A. 2.3 A. 2.4 A. B. 2.5 A. 2.6 A. FERTILIZER FOR TANK MIX Shall be a starter fertilizer as recommended by the seed company the seed is purchased from. The seed shall be uniform in composition, free-flowing, and suitable for application with approved equipment. The fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable State fertilizer laws, and bearing the name or trademark and warranty of the producer. FIBER MULCH Fiber mulch, for use with the hydraulic application of grass seed and fertilizer, shall consist of specially prepared mulch. It shall be processed in such a manner that it will not contain germination or growth inhibiting factors. It shall be dyed an appropriate color to allow visual metering of its application. The mulch shall have the property of becoming evenly dispersed and suspended when agitated in water. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter-like groundcover which readily absorbs water and allows infiltration to the underlying soil. Weight specifications from suppliers for all applications shall refer only to air dry weight of the fiber, a standard equivalent to eighteen (18%) percent moisture. The mulch material shall be supplied in packages having a gross weight not in excess of 100 pounds and be marked by the manufacturer to show the dry weight content. Suppliers shall be prepared to certify that laboratory and field testing of their product has been accomplished and that it meets all of the foregoing requirements . HERBICIDES, CHEMICALS AND INSECTICIDES Provide chemicals and insecticides as needed for fungus or pest control. All chemicals and insecticides shall be approved by the State of Texas Department of Food and Agriculture for the intended uses and application rates. Provide post emergent weed control throughout the maintenance period to ensure a germinated and mown lawn free of weeds. WATER The Contractor shall be responsible to furnish his own supply of water to the site at no extra cost. If possible, the Owner shall furnish the Contractor upon request with an adequate source and supply of water at no charge. However, if the Owner's water supply is not available or not functioning, the Contractor shall be responsible to furnish adequate supplies at his own cost. All work injured or damaged due to the lack of water, or the use of too much water, shall be the Contractor's responsibility to correct. Water shall be free from impurities injurious to vegetation. Water shall be free from oil, acid, alkali, salt, and other substances harmful to growth of grass. The water source shall be subject to approval prior to use. SLURRY MIX COMPONENTS PER ACRE: The slurry mix shall be composed of: Jacobs WUXU2700 329213-3 082710 Issued for Construction SEEDING 2 .7 A. B . 1. 2. 3. Fiber Mulch Grass Seed Fertilizer 2,000 Pounds 2-3 lbs . per acre Starter Fertilizer -amount recommended by Manufacturer EROSION CONTROL MATTING Erosion control matting for covering hydromulch areas with slopes steeper than or equal to three to one (3: 1) shall be a bonded fiber matrix . The bonded fiber matrix shall be a hydraulically applied product that upon drying shall adhere to the soil in the form of a continuous 100% coverage, biodegradable erosion control bla nket. The bonded fiber matrix shall be comprised of long strand wood fibers held together by a bonding agent that, upon drying, becomes insoluble and non-dispersible. The bonded fiber matrix shall meet the following requirements . The binder shall not dissolve or disperse upon re-wetting. The matrix shall have no holes greater than 0 .04 inch (1mm) in size . The matrix shall have no gaps between product and soil. The matrix shall have water-holding capacity of 1.2 gallons per pound of matrix (1 OOOg/1 OOg). The matrix shall have no germination or growth inhibiting factors and shall not form a water insensitive crust. The matrix shall be composed of materials that are 100% biodegradable and are beneficial to plant growth. PART 3 -EXECUTION 3 .1 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE: A. Bed Preparation: Immediately after the finished grades hav e been approved, begin hydro- seeding operation to reduce excessive weed growth . B . Special Mulching Equipment and Procedures: Hydraulic equipment used for the application of fertilizer, seed, and slurry of prepared wood fiber mulch shall have a built-in agitation system with an operating capacity sufficient to agitate , suspend, and homogeneously mix a slurry containing up to forty (40) pounds of fiber plus a combined total of seventy (70) pounds of fertilizer solids for each one hundred (100) gallons of water. See mix components mix ration herein this Section . The slurry distribution lines shall be large enoug h to prevent stoppage . The discharge line shall be equipped with a set of hydraulic spray nozzles which provide even distribution of the slurry on the slopes to be seeded . The slurry tank shall have a minimum capacity of eight hundred (800) gallons and shall be mounted on a traveling unit which may be either self-propelled or drawn with a separate unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded so as to provide uniform distribution without waste . The Owner's Representative may authorize equipment with smaller tank capacity provided that the equipment has the necessary agitation system and sufficient pump capacity to spray the slurry in a uniform coat. C. Mixing: Care shall be taken that the slurry preparation takes place on the site of the work. The slurry preparation should begin by adding water to the tank when the engine is at half throttle. When the water level has reached the height of the ag itator shaft, good recirculation shall be established and seed shall be added. Fertilizer shall then be added, followed by wood pulp Jacobs WUXU2700 329213 -4 082710 Issued for Construction SEEDING 3.2 mulch . The wood pulp mulch shall only be added to the mixture after the seed and when the tank is at least one -third filled with water. The engine throttle shall be opened to full speed when the tank is half filled with water. All the wood pulp mulch shall be added by the time the tank is two-thirds to three-fourths full. Spraying shall commence immediately when the tank is full . The operator shall spry the area with a uniform, visible coat by using the green color of the wood pulp as a guide. D . Application: E. F. G. H. A. 1. Contractor shall obtain approval of hydro-mulch a rea preparation form the Owner's Representative prior to application. 2 . Operators of hydro-mulching equipment shall be thoroughly experienced in this type of application. Apply specified slurry mix in a motion to form a uniform mat at specified rate. 3. Keep hydro-mulch within areas designated and keep from contact with other plant material. 4 . Slurry mixture which has not been applied within four (4) hours of mixing shall not be used and shall be removed from the site . 5. After application, the Contractor shall not operate any equipment over the covered area. 6. Immediately after application, thoroughly wash off any plant material, planting areas, or paved areas not intended to receive slurry mi x. Keep all paved and planting areas clean during maintenance operations. 7. Refer also to the maintenance portion of this Section. Unseeded Areas: If, in the opinion of the Owner's Representative , unplanted skips and areas are noted after hydro-mulching, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to the Owner. Limit of grading and earthwork shall be limit of seeding unless otherwise indicated on the Contract Documents. All lawn areas disturbed outside the limit of seeding shall be prepared and seeded as specified herein at no additional cost. The season for seeding shall be from April 1 to August 30. The actual planting of seed shall be done, however, only during periods within this season which are normal for such work as determined by weather conditions and by accepted practice in this locality . To prevent loss of soil via water and wind erosion and to prevent the flow of sediment, fertilizer, and pesticides onto roadways, sidewalks, and into catch basins, seed loam areas within 5 Days of spreading the loam. Seed only when the bed is in a friable condition, not muddy or hard. EROSION CONTROL MATTING Erosion control matting of heavy jute mesh shall be installed immediately after hydro-seeding and hydro-mulching in the areas designated on the Contract Documents , on slopes three to one (3 : 1) or steeper, within surface drainage swales, and around surface drains . Matting installation shall follow written acceptance of fine grading by Owner's Representative . Jacobs WUXU2700 329213-5 082710 Issued for Construction SEEDING 3.3 B . Matting shall be installed perpendicular to slopes , and shall extend at least 3 feet beyond slope crest. Fibers shall be placed in contact with the soil for the entire length of the mat. Provide check slot at top of slope and anchor slot at bottom of slope where indicated. C . Roll out the matting perpendicular to the slope . Do not stretch the fabric. In drainage swales , center the fabric along the flow line . Install the matting in a check slot at the top and bottom of the slope of the area to be covered . Check slots shall be 6 inches deep and 6 inches wide . Fabric sha ll extend down one wall of the check slot and acro ss the full width of the base . Overlap edges of matting rolls 4 inches minimum and overlap the ends 18 inches at a minimum. D . E. F . A. B . C. D . Install staples in check slots , edges, center and ends of rolls by driving specified steel staples 2 feet on center over the entire area to be covered, except at check slots and ends of rolls, where staples shall be placed 6 inches on center. Fill check slots with loam and tamp firmly. Following matting installation, roll the entire area with a smooth drum roller weighing between 50 and 75 pounds per linear foot of roller. The finished installation of matting shall be firmly in contact with the soil and provide a smooth, finished appearance free from lumps or depressions . LAWN MAINTENANCE Maintenance shall begin immediately after any area is seeded and shall continue for a 60 day active growing period following the completion of all lawn construction work, and until final acceptance of the project. Maintenance shall include reseeding, mowing, watering , weeding, and fertilizing a second time at the end of the 60 day period in addition to the fertilizer incorporated in the original hydro- seeding mix . Lawn work maintenance shall also include chemical treatments as required for fungus and/or pest control. During the maintenance period, any decline in the condition of seeded areas shall require immediate action to identify potential problems and to undertake corrective measures . Watering shall be done in a manner that will provide uniform coverage, prevent erosion due to application of excessive quantities over small areas, and prevent damage to the finished surface by the watering equipment. 1. The Contractor shall provide all labor and arrange for all watering necessary to establish an acceptable lawn. In the absence of adequate rainfall , watering shall be performed daily or as often as necessary to maintain moist soil to a depth of at least 2 inches for seeded. At no time shall a tank truck be allowed on the seeded beds. 2. Watering shall be done in a manner that will provide uniform coverage, prevent erosion due to application of excessive quantities over small areas , and prevent damage to the finished surface by the watering equipment. The Contractor shall furnish sufficient watering equipment to apply water to the required soil depths each 8-hour period. E . Protection 1. Lawn areas shall be protected by a 3-foot high barrier constructed of 2 inch by 2 inch hardwood stakes or iron pipes set 18 inches in the ground at 10 foot intervals and Jacobs WUXU2700 329213-6 082710 Issued for Construction SEEDING 3.4 3.5 F. G. H. A. B. A. B. C . connected by No. 10 wire. Flags of white cloth shall be secured to the wire at center points between stakes. 2. Barriers must be raised immediately after lawn construction and shall be maintained until Acceptance. After the grass in seeded areas has germinated, reseed all areas and parts of areas that fail to show a uniform stand of grass. Reseed such areas and parts of areas repeatedly until all areas are covered with a satisfactory growth of grass with no bare spots showing. Reseeding together with necessary grading, fertilizing, and trimming shall be done at the Contractor's expense . Mowing and Edging: 1. The Contractor shall keep lawn areas mowed until Acceptance of the contract by cutting to a height of 2 inches when growth reaches 3 inches or as directed by the Owner's Representative. 2. At each mowing, all edges of walks, drives, plant beds and other border conditions shall be edge trimmed by hand or machine to produce straight and uniform edge conditions . 3. Remove and discard from paved areas only clippings and debris generated by each mowing and edging operation legally off-site . Do not mow grass when wet. Fertilizing: The first application of fertilizer is specified, provided, performed and paid for under the hydro-seeding mix. A second application of fertilizer shall be applied to seeded areas at the end of the 60 day maintenance period. This second application shall be applied at a rate recommended by the manufacturer per 1,000 square feet. INSPECTIONS : Make written request for inspection prior to seeding and after areas have been seeded. Submit requests for inspections to Owner's Representative at least two (2) days prior to anticipated inspection date . FINAL ACCEPTANCE: The seeded areas will be reviewed and accepted by the Owner's Representative upon Final Completion of the Work, but exclusive ofre-application under the Guarantee Period. Final Acceptance of lawn establishment shall be Ninety five (95 %) percent uniform coverage of grass in excess of one l "O inch height. No bare spots of greater than three (3) inches will be accepted. Upon Final Acceptance, the Owner will assume the responsibility for maintenance of the work. If seeded areas are deficient, the Contractor's responsibility for maintenance of all seeded areas shall be extended until deficiencies are corrected. Seeded areas to be corrected shall be prepared and re-seeded in accordance with the requirements of this Section. D . Owner's Representative's inspection shall determine whether maintenance shall continue in any part. Jacobs WUXU2700 329213 - 7 082710 Issued for Construction SEEDING 3.6 CLEANUP A. Keep all areas of work clean, neat, and orderly at all times. Keep all paved areas clean during lawn installation operations. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance to the satisfaction of Owner's Representative. END OF SECTION 329213 Jacobs WUXU2700 329213-8 082710 Issued for Construction SEEDING SECTION 329223 -SODDING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. 1.2 SUMMARY A. The Work of this item includes all labor, materials , and equipment necessary to install sod. 1.3 RELATED WORK A. The Work of this Section includes work in other Sections: 1. Section 033000 -Earthwork 2. Section 329113 -Planting Soils 1.4 SUBMITTALS A. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and planting. B. Fertilizer: 1. Unopened bags labeled with the analysis . 2. Conform to Texas Fertilizer Law. 1.6 QUALITY CONTROL A. The Contractor who plants the sod is responsible for supervision of his crew, while planting the sod and maintaining the sod until the entire project is accepted by the Owner. Jacobs WUXU2700 329223 - 1 082710 Issued for Construction SODDING PART 2-PRODUCTS 2.1 SOD 2.2 2.3 2.4 A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses . Sod shall have been produced on growing beds of clay or clay-loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass - to-grass . B. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid parallel with the contours. A. B. C . A. A. B. C . FERTILIZER All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. All fertilizer shall have an analysis of 3-1-2 or as recommended for this project location and soils. The fertilizer rate shall be 45 pounds of nitrogen per acre. WATER The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables . Generally, the sod should be soaked one time per day for three weeks or until established . Soaking is mandatory after spreading the fertilizer. COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Penna Green Compost", as specified below or an approved equal, shall be used. Raw organics are not acceptable. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid pH) soil conditioner as produced by Soil Building Systems of Dallas, or an approved equal. For soil with an acidic pH condition: Use "Penna Green Compost" by Texas Earth Resources, Inc . of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0) by Soil Building Systems, Inc ., of Dallas . Jacobs WUXU2700 329223 -2 082710 Issued for Construction SODDING D. Sample and Specification Submittal : Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's appro val. PART 3-EXECUTION 3.1 GENERAL A. All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.2 SOIL PREPARATION A . Scarify sub grade to a depth of three inches (3") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the topsoil , destro y existing vegetation and prepare an acceptable sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten inches apart . Initial tillage shall be done in a crossing pattern for double coverage , then followed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted with sod. C . Cleaning: Soil shall be further prepared by the removal of debris, building materials , rubbish , weeds and stones larger than one inch in diameter. D . Fine Grading: After tillage and cleaning, all areas to be planted shall be top dressed with one- half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps and objectionable soil clods . This shall be the final soil preparation step to be completed before planting . 3.3 LA YING SOD A. Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four inches , but not to the extent causing puddling. The sod shall be laid smoothly , tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets , provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods. Excess compost shall be worked into the grass with suitable equipment and shall be well watered. The quantity of compost shall be such that it will cause no smothering or burning of the grass. 3.4 LAWN MAINTENANCE A. Maintenance shall begin immediately after any area is sodded and shall continue for a 60 day active growing period following the completion of all lawn construction work, and until final acceptance of the project. Jacobs WUXU2700 329223 - 3 082710 Issued for Construction SODDING 3.5 3.6 B. Maintenance shall include re-sodding, mowing, watering, weeding, and fertilizing a second time at the end of the 60 day period. Lawn work maintenance shall also include chemical treatments as required for fungus and/or pest control. C. During the maintenance period, any decline in the condition of sodded areas shall require immediate action to identify potential problems and to undertake corrective measures. D. Watering shall be done in a manner that will prov ide uniform coverage, prevent erosion due to application of excessive quantities over small areas, and prevent damage to the finished surface by the watering equipment. E . F . A. B. A . B. 1. The Contractor shall provide all labor and arrange for all watering necessary to establish an acceptable lawn. In the absence of adequate rainfall , watering sha ll be performed daily or as often as necessary to maintain moist soil to a depth of at least 2 inches for seeded. At no time shall a tank truck be allowed on the seeded beds . 2. Watering shall be done in a manner that will provide uniform coverage , prevent erosion due to application of excessive quantities over small areas, and prevent damage to the finished surface by the watering equipment. The Contractor shall furnish sufficient watering equipment to apply water to the required soil depths each 8-hour period. Mowing and Edging : 1. The Contractor shall keep lawn areas mowed until Acceptance of the contract by cutting to a height of 2 inches when growth reaches 3 inches or as directed by the Owner's Representative. 2 . At each mowing, all edges of walks, drives, plant beds and other border conditions shall be edge trimmed by hand or machine to produce straight and uniform edge conditions . 3 . Remove and discard from paved areas only clippings and debris generated by each mowing and edging operation legally off-site. Do not mow grass when wet. Fertilizing: The first application of fertilizer is specified, provided, performed and paid for under the hydro-seeding mix . A second application of fertilizer shall be applied to seeded areas at the end of the 60 day maintenance period. This second application shall be applied at a rate recommended by the manufacturer per 1,000 square feet. INSPECTIONS: Make written request for inspection prior to seeding and after areas hav e been sodded. Submit requests for inspections to Owner's Representative at least two (2) days pnor to anticipated inspection date . FINAL ACCEPTANCE: The sodded areas will be reviewed and accepted by the Owner's Representativ e upon Final Completion of the Work, but exclusive of re-application under the Guarantee Period. Final Acceptance of lawn establishment shall be Ninety five (95 %) percent uniform coverage of grass in excess of one 1 "0 inch height. No bare spots of greater than three (3) inches will be accepted. Upon Final Acceptance, the Owner will assume the responsibility for maintenance of the work. Jacobs WUXU2700 329223 -4 082710 Issued for Construction SODDING C . If sodded areas are deficient, the Contractor's responsibility for maintenance of all sodded areas shall be extended until deficiencies are corrected. Sodded areas to be corrected shall be prepared and re-seeded in accordance with the requirements of this Section. D. Owner's Representative's inspection shall determine whether maintenance shall continue in any part. 3.7 CLEANUP A . Keep all areas of work clean, neat, and orderly at all times. Keep all paved areas clean during lawn installation operations. Clean up and r emove all deleterious materials and debris from the entire work area prior to Final Acceptance to the satisfaction of Owner 's Representative. END OF SECTION 329223 Jacobs WUXU2700 329223 - 5 082710 Issued for Construction SODDING SECTION 329300 -PLANTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. The General Documents, as listed on the Table of Contents, and applicable parts of Division 1, GENERAL REQUIREMENTS, shall be included in and made a part of this Section. B. Examine all Contract Documents and all other Sections of the Specifications for requirements therein affecting the work of this trade. C . The Work of this Section includes Bid Alternates. Contractor shall familiarize himself with these items as part his/her bid proposal. See Bid Tab in General and Supplementary Conditions. 1.2 SUMMARY A. The Work of this Section consists of providing all labor, equipment, materials, incidental work, and construction methods necessary to perform all planting work and related items as indicated on the Contract Documents and as specified in this Section and includes, but is not limited to, the following : 1. Planting trees, shrubs, vines, ground cover, bulbs, and perennials. 2. Planting maintenance. 3. A one year guarantee period for all plants. 4. Providing and placing planting soil mix. 1.3 RELATED SECTIONS A. The following items of related work are specified and included m other Sections of the Specifications: 1. Section 329113 -Planting Soils 2 . Section 312000 -Earthwork 3. Section 320190-Tree Protection 1.4 REFERENCES A. The following standards shall apply to the work of this Section. 1. Hortus III, 1976, L. H. Bailey Hortorium. 2 . Tree and Shrub Transplanting Manual, E .B. Himelick, 1991, International Society of Arboriculture. 3 . American National Standards Institute (ANSI): 260 .1 Nursery Stock 4 . American Standard for Nursery Stock, latest edition, published by American Association of Nurserymen, (AAN). Jacobs WUXU2700 329300 - 1 082710 Issued for Construction PLANTING 1.5 SUBMITTALS A. At least 30 days prior to the first day of the planting season described in this Section: PLANTING , submit to the Owner's Representative proof of certification of Foreman or Crew Leader as Certified Landscape Professional or Certified Horticulturist. B. At least 30 days prior to ordering materials, the Contractor shall submit to the Owner's Representative representative samples, certifications , Manufacturer's product data and certified test results for materials as specified below . No materials shall be ordered or delivered until the required submittals have been reviewed and approved by the Owner's Representative. Delivered materials shall closely match the approved samples. Approval shall not constitute final acceptance . The Owner's Representative reserves the right to reject, on or after delivery, any material which does not meet these Specifications. C. Material Sampling and Testing : 1. Planting Mulch: Submit a one cubic foot sample. 2 . Antidesiccant: Submit Manufacturer's product data. 3 . Peat: Submit a one cubic foot sample and Manufacturer's certification of contents. 4. Mycorrhizal Fungal Inoculant: a . Submit Manufacturer's product data certifying that inoculant being supplied conforms to these Specifications. b . Submit the purchasing receipt showing the total quantity purchased for the Project prior to installation. c . Submit empty packets of fungal spore inoculant to the Owner's Representative for verification of use. 1.6 EXAMINATION OF CONDITIONS A. The Contractor shall inspect all planting areas before starting work and report any defects such as incorrect grading or inadequate drainage to the Owner's Representative prior to beginning this work. B. The Contractor shall be solely responsible for judging the full extent of work requirements involved, including but not limited to the potential need for storing and maintaining plants temporarily and/or re-handling plants prior to final installation. C . All plants are the full responsibility of the Contractor between the time of digging at the nursery and final acceptance . 1. 7 QUALITY ASSURANCE A. Qualification of Landscape Contractor: The Work of this Section : PLANTING, shall be performed by a landscape contracting firm which has successfully installed work of a similar quality, schedule requirement, and construction detailing with a minimum of five years experience . Proof of this experience shall be submitted to the Owner 's Representative . B . An Arborist certified by the American Arborist Association or the International Society of Arboriculture licensed in Texas shall perform all work of pruning . Jacobs WUXU2700 329300 -2 082710 Issued for Construction PLANTING C. Pest Control Applicator shall be a Texas-Licensed landscape pest-control applicator. D . Comply with American Joint Committee of Horticultural Nomenclature "Standardized Plant Names ," American Association of Nurserymen , Inc . American Standard for Nursery Stock. E . Provide plant material as shown on Contract Documents . Plants shall be subject to inspection and approval by Owner 's Representative at place of growth or upon delivery to site for conformity to specified requirements. 1.8 DELIVERY, STORAGE , AND HANDLING A. Preparation for Delivery: I . Balled and Burlapped (BB) Plants: a . Dig and prepare for shipment in manner that will not damage roots , branches , shape , and future development after planting. b. Ball with firm, natural ball of soil. c . Wrap ball firmly with burlap . d. Ball Size and Ratios: Conform to American Association of Nurserymen (AAN) standard sizes and plant list, if conflict occurs , notify Owner's Representative . 2. Pack plant material to protect against climatic , seasonal , and breakage injuries during transit. 3. Securely cover plant tops with tarpaulin or canvas to minimize wind-whipping and drying. Use antidesiccant upon approval of Owner 's Representative . 4. Pack and ventilate to prevent sweating of plants during transit by rail. Ensure prompt delivery and careful handling to point of delivery at planting job site. B. Delivery: 1. Fertilizer and Soil Amendments: Original unopened containers bearing Manufacturer 's guaranteed chemical analysis, name, trademark, and conformance to State law. 2. Plants: Provide legible identification labels. Minimum one plant of each species delivered to site shall have identification tag. Do not remove tag until after final inspection. a. Prevent damage to root ball or desiccation of leaves . b. Notify Owner 's Representative 10 days in advance of delivery . 3. Soil Supplements : Original , unopened and unbroken packages. C. Inspect trees, shrubs, and ground cover plants for injury , insect infestation , and trees and shrubs for improper size and shape. D . Storage: 1. Protect roots of plant material from drying or other possible injury with soil or acceptable material. 2. Store plant material in area which is shaded and protected from weather. 3. Maintain and protect plant material not to be planted immediately upon delivery m healthy , vigorous condition. E . Handling: I. Do not drop plants. 2. Do not pick up container or balled plants by stem or trunks. 3. Lift and handle balled plants from bottom of ball. Jacobs WUXU2700 329300 -3 082710 Issued for Construction PLANTING 1.9 A. B. ENVIRONMENT AL REQUIREMENTS Do not install plant life when amb ient temperatures may drop below 35 degrees For rise above 90 degrees F . Do not install plant life when wind velocity exceeds 30 mph . 1.10 WARRANTY A. B. C . D. E . F . Contractor shall maintain all landscape areas in a healthy, vigorous , and attractive growing condition for a period of 90 days after Final Acceptance. Warrant plant materials to be in healthy, vigorous , and attractive growing condition for period of 1 year after Final Acceptance. Replace plants that die, become diseased or unhealthy , or are otherwise found to be in poor condition, as determined by Owner 's Representative . Warranty will not apply to damage or injury to plant materials caused by vandalism, vehicles, and storms. Replace plants within 15 days of written notification by Owner 's Representative or Owner. The replacement shall include the cost and labor for removing pavements and/or other materials required for removal and reinstallation of the new trees . This work includes furnishing and replacing any materials (pavement etc .) that had to be removed to replace the tree , at an additional cost to the Owner. PART 2 -MATERIALS 2.1 PLANTING SOIL MIX A . Loam borrow for planting soil mix shall be specified, provided, installed, and paid for under Section: PLANTING SOILS. B . The planting soil mix shall be an approved loam borrow which has been pH adjusted according to particular p lanting applications and improved through the addition of organic matter as directed below. Planting loam shall conform to the following pH levels: 1. For broad-leaved evergreens and plants of the Heath Family, Ericaceae , requiring an acid soil, planting soil mix shall have a true pH of 4 .5 to 5.5. The Contractor shall amend the planting soil mix at his own expense to the proper pH range by mixing with sulfur as specified, provided, installed, and paid for under the Section, PLANTING SOILS, of this Specification . Plants belonging to the Heath Family include but are not limited to the following genuses: Arctostaphylos, Calluna, Chamaedaphne, Enkianthus, Epigaea, Erica, Gaultheria, Gaylussacia, Kalmia, Oxydendron, Pieris, Rhododendron, Vaccinium, and Zenobia. 2 . Planting soil mix for general planting of non-acid loving plants shall have a true pH value of 6 .0 to 6.5. The Contractor shall amend the planting soil mix at his own expense to the Jacobs WUXU2700 329300 - 4 082710 Issued for Construction PLANTING proper pH range by mixing with dolomitic limestone as specified, provided, installed and paid for under Section: PLANTING SOILS. 3. The amount of either sulfur or limestone required to adjust the planting soil mix to the proper pH range shall be approved by the Owner 's Representative on the basis of soil tests as specified, provided , installed and paid for under the Section: PLANTING SOILS. 4. Planting soil mix for use in groundcover, perennial , and bulb planting shall consist of Ph adjusted loam which has been thoroughly premi xed with organic material in the proportions of one part organic matter (humus or peat), with 5 parts of approved loam . Organic material shall be specified, provided , installed, and paid for under Section: PLANTING SOILS. 5. Presence of vegetative parts of Bermuda gra ss, Johnson grass , nut grass (Cyperus rotundus), and other hard to eradicate weeds or grass , will be cause for rejection of the topsoil. 2.2 SOIL ADDITIVES A. Soil additives to amend soil shall be specified, prov ided, installed, and paid for under Section: PLANTING SOILS . 2.3 GRADES AND STANDARDS OF PLANTS A. The Contractor shall furnish all plants shown on the Contract Documents , as specified , and in quantities listed on the PLANT LIST. No substitutions will be permitted, without written approval by the Owner's Representative. All plants shall be nursery grown unless spec ifically authorized to be collected as noted on the PLANT LIST . B. All plants shall be typical of their species or variety and have a normal habit of growth, and be legibly tagged with the proper name. Only plant stock grown within Hardiness Zones 1 through 7b , as established by the USDA Plant Hardiness Zone Map , latest edition, will be accepted . C. Plants shall be in accordance with ASNS Standards of the American Association of Nurserymen except as noted in this Section: PLANTING . Botanical plant name s shall be in accordance with plant designations included in Hortus III. D. If, at any time during the performance of the Contract, any plant shows signs of graft incompatibility , as determined by the Owner's Representative , then the tree or shrub and all other similarly grafted plants of the same Genus /SpeciesNariety shall be rejected and removed from the site. Visual symptoms of graft incompatibility as cause for rejection include : 1. Development of over-growths by rootstock or scion resulting in the development of shoulders or inverted shoulders. 2. Suckering of the rootstock combined with poor growth or dieback of scion . 3. Any mechanical weakness between scion and rootstock. 4 . Any marked difference in bark pattern and structure between scion and rootstock. 5. Size and shape of plants shall correspond with that normally expected for species and variety of commercially available nursery stock or as shown on Drawings . Overall shape and minimum acceptable size of plants measured before pruning with branches in normal position shall conform with AAN standards. Plants larger in size than specified may be used with approval of Owner 's Representative , at no additional cost to Owner. If use of Jacobs WUXU2700 329300 - 5 082710 Issued for Construction PLANTING larger plants is approv ed, ball of earth or spread of roots for each plant will be increased proportionately. 6. Plant material shall be true to botanical and common name and variety . E. All deciduous trees shall meet the following standards: 1. Trees shall have a single, straight trunk, well formed, and sturdy. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. Root systems shall be vigorous and fiberous , and not root or pot-bound. 2. Trees with multiple leaders shall conform to all standards noted in this Section: PLANTING for single leader trees and shall be accepted only as noted on the PLANT LIST. 3. All pruning wounds shall show vigorous bark on all edges at the time of harvest. Trees shall be free from all signs of pest and disease damage. The trunk shall be free from sun scald, frost cracks, and wounds resulting from abrasions , fire, animal damage, or other causes. 4 . Pruning scars within the crown of any tree shall be clean cut and shall leave no protrusion beyond the branch collar. 5 . All trees shall have healthy, vigorous leaves or needles of normal size, color, shape, and texture for the particular species and variety . 6 . Deciduous shade trees and deciduous flowering trees shall have fall color typical for their species and variety . 7 . Unless otherwise indicated on the PLANT LIST, the height and spread of deciduous shade trees shall be the minimum requirements. 8 . Take caliper measurements for deciduous trees 6 inches above ground level up to and including 4 inches caliper size and 12 inches above ground for larger sizes . 9 . No deciduous tree shall be pruned after the Owner's Representative has tagged the plant in the nursery except as directed by the Owner's Representative. 10 . Unless otherwise noted on the PLANT LIST, shade trees for use in paved areas shall have no branches lower than 6.5 feet from finish grade and no higher than 7 .5 feet from finish grade. Flowering trees for use in areas away from pedestrian traffic shall have the first branch of their crowns no higher than 4 feet from fini sh grade. 11 . Branching of all deciduous trees shall be best quality representatives of the species, cultiv ar or variety with lateral branching around the entire trunk to form a symmetrical tree for 80 percent to 100 percent of the tree's outer perimeter. All branches on deciduous trees shall meet the trunk at angles no less than 30 degrees and no greater than 90 degrees from the vertical. F . Evergreen trees shall meet the following standards: 1. The height of the evergreen trees (measured from the trunk flair at the natural ground line of the tree to the midpoint of the terminal leader) shall be not less than the minimum size designated on the PLANT LIST. 2 . No trees with double-leaders or twin-heads will be permitted. 3 . Evergreen trees shall be of specified height with spread in proportion to height, as designated in ASNS Standards, and shall be well-branched to the ground . 4. All pruning wounds shall show v igorous bark on all edges at the time of harvest. 5 . Terminal and top whorl buds of all evergreen trees shall be in healthy and whole condition at the time of harvest. 6. No evergreen tree shall be pruned after the Owner's Representative has tagged the tree in the nursery except as directed by the Owner's Representative. 7. All trees shall have healthy, vigorous leav es or needles of normal size, color, shape, and texture for the particular species and variety. Jacobs WUXU2700 329300 - 6 082710 Issued for Construction PLANTING 2.4 G. All shrubs shall meet the following standards: H . I. A. B. C. D. 1. All shrubs shall be healthy and vigorous plants which are very well shaped, heavily branched, densely foliated , and true to form for the variety. 2 . Canes or Trunk(s) and Branches: 3. 4. a. Well formed and sturdy b . Branching shall be uniformly distributed close to the ground c. Scars shall be free of rot and not exceed 1/4 the diameter of the wood beneath in greatest dimension unless completely healed (except pruning scars) d . Pruning scars shall be clean cut and shall leave little or no protrusion from the trunk or branch e. f . g. Graft unions shall be completely healed No suckers or water sprouts Contain no dead wood h. Free of cracks, splits, or cambium peeling No shrub with pest or mechanical damage will be accepted. Shrubs shall show no signs of frost or winter damage to the foliage. Foliage shall not be in a state of drought stress. Leaves or needles shall show no signs of wilt or desiccation due to weather stress at any season of the year. All ground cover plants and vines shall meet the following standards: 1. Ground cover plants and vines shall be of size, pot size, age, and condition listed in the PLANT LIST. When indicated on the PLANT LIST, the number of runners and the lengths of the runners of vines shall be minimums. 2. Plants shall be healthy, free of insects, and di seases . All perennials shall meet the following standards: 1. Perennials shall be listed in the PLANT LIST. 2. Perennials shall be healthy and well cared for, with no evidence of insects or diseases present. Insect-ridden or diseased plants shall be rejected. Plants shall have a deep green foliage and dense, compact growth. Perennials shall have multi-stemmed bases and shall be two year potted stock minimum, one year in cutting bench and one year in pots . ROOT SYSTEMS FOR ALL PLANTS Each plant shall have an extensive, symmetrically balanced fibrous root system. Any root ball which shows signs of asymmetry , girdling, injury, or damage to the root system shall be rejected. Curling or spiraling of the roots along the walls of rigid containers will not be accepted. Curling, spiraling or girdling roots within balled and burlapped material will not be accepted. All parts of the fibrous root system of all plants shall be moist and fresh with a white color when washed of soil. When the plant is removed from the container, the visible root mass shall be healthy with white root tips. The root systems of all plants shall be free of disease, insect pests, eggs, or larvae . All trees and all shrubs which are not grown in containers must be moved with the root systems as solid units with balls of earth firmly wrapped with untreated 8 ounce natural , biodegradable fabric burlap , firmly laced with stout, natural biodegradable cord or twine . The base of the tree Jacobs WUXU2700 329300 - 7 082710 Issued for Construction PLANTING trunks shall be wrapped with a protective burlap layer, surrounded by a cardboard trunk protector, and loosely tied with twine. E. The diameter and depth of the balls of earth must encompass the fibrous and root feeding system necessary for the healthy recovery of the plant. Minimum root ball diameters and depths shall be in accordance with ASNS standards. F . No plants shall be loose in the container. G . Container grown plants which have roots growing out of the container will be rejected. 2.5 MYCORRHIZAL FUNGAL INOCULANT A. Mycorrhizal fungal inoculant shall be live spores packaged in plastic packets . At a minimum each packet of inoculant shall contain the following: 1. Live spores of VA Endomycorrhizal fungi: Vesicular-Arbuscular mycorrihizae fungi , minimum of 8 species. 2. Live spores of Ectomycorrhizal fungi: including Pisolithus tinctorius. 3 . Mycorrhizal fungal inoculant shall be manufactured by Plant Health Care Incorporated, 440 William Pitt Way, Pittsburgh, PA 15238, telephone : (800) 421-9051; Horticultural Alliance, 2946 Louise Street, Sarasota, FL 34237, (800) 628-6373; BioPlex Organics, 2213 Huber Drive, Manheim, PA 17545 (800) 441-3573, or approved equal. 2.6 MULCH A. Bark Mulch: Mulch shall be high quality, double-ground, premium cedar bark mulch. It shall not be dyed red or black, but shall be a natural brown color. Mulch shall have been aged for a minimum of six months and not longer than two years. Bark mulch shall be shredded to a uniform size; free of dirt, debris and foreign matter; with pieces no thicker than 1/4 in. Mulch must be free of stringy material or chunks over 3 inches in size and shall not contain, in the judgment of the Owner's Representative , an excess of fine particles. Submit sample for the Owner's Representative's approval. B. Geotextile fabric for weed control, if called for on the Contract Documents, shall be of woven, non-woven, spun-bonded, or needle-punched construction ; composed of polyethylene, polypropylene, or polyester materials. 1. Geotextile fabric shall have porosity of not greater than 5 percent open. 2. Geotextile shall be Weed-X by Dalen Products, Knoxville , TN; DeWitt Pro 5 by the DeWitt Company, Sikeston, MO; or approved equal. 3. Stakes shall be spiral steel spikes with insulating plastic washers 10 inches x 3/8 inch 2.7 WATER A. Contractor shall shall be responsible to furnish his own supply of water to the site at no additional cost to the Owner. Jacobs WUXU2700 329300 - 8 082710 Issued for Construction PLANTING 2.8 ANTIDESICCANTS A. Antidesiccants shall be emulsions or other materials which will provide a protective film over plant surfaces permeable enough to permit transpiration and specifically manufactured for that purpose . Manufacturer of antidesiccant shall be subject to the Owner 's Representative's appro val and shall be used only after approval by the Owner 's Representati ve. Antidesiccant shall be deli vered in containers of the manufacturer and shall be mixed and applied according to the Manufacturer 's instructions. PART 3 -EXECUTION 3.1 PLANTING A. Furnishing and planting of plant material shall include , but shall not be limited to , the digging of planting pits and plant beds, amendment of loam as required to produce planting soil mix, provision of soil additives required to adjust for pH requirements of specific plants , furnishing the plants as specified as well as the labor of planting , fertilizin g, and maintenance . B. Prior to spreading of loam, subgrades shall have been tested to determine if they are too compact to drain water as specified, performed and paid for under the Work of Section: PLANTING SOILS. C. The Contractor shall locate plant material sources and ensure that plants are shipped in timely fashion for installation . D. Contractor shall locate all existing underground utilities that are within 10 feet of the proposed planting pits and notify the Owner's Representati ve of any conflicts prior to digging plant pits . E . Seasons for Planting: 1. Spring : March 15 through June 1 2. Fall: September 1 through November 1 F. Plant Material Inspection: 1. At least one month prior to the expected planting date, the Contractor shall request that the Owner's Representative provide a representative to select and tag stock to be planted under this Section : PLANTING . The Contractor shall pay for the transportation , subsistence and overnight accommodations , if necessary , for the Owner 's Representative's representative during the period of time required to select and tag the plant material. 2 . The Contractor shall be responsible to certify the availability of quality plants in specified sizes from his /her sources of supply prior to requesting that the Owner 's Representative make plant source inspections. In the event that plants at the inspection location are found to be unavailable, insufficient size , or of unacceptable quality, the Contractor shall be liable to reimburse the Owner for all costs of the Owner 's Representative's hourly services which are incurred during unproductive inspection trips. 3. Unless specifically designated otherwise, a representative of the Contractor shall accompany the Owner 's Representative on all plant material selection field trips . 4. All trees for the project shall be individually tagged for approval with the Owner 's Representative's seals, and no trees shall be accepted for delivery to the site without such Jacobs WUXU2700 329300 -9 082710 Issued for Construction PLANTING seals. Representative samples only of shrubs and ground cover plants may be tagged or marked for approval as an "Approved Typical Sample" and shipped to the site . Any shrub or groundcover plant that arrives at the construction site that does not meet the Approved Typical Sample will be rejected by the Owner's Representative. 5. Plants to be inspected shall be in locations and conditions that allow direct and un- obscured inspection by the Owner's Representative. Container grown or balled and burlapped shrubs shall be pulled from holding blocks by the nurseryman for scrutiny by the Owner's Representative at no additional cost to the Owner. Harvested trees held in storage shall not have branches tied up. Harvested trees shall not have trunks obscured by burlap, cardboard trunk protection, or other devices that would otherwise obscure inspection. In the event that branches are tied up, trunks are obscured by burlap or cardboard trunk protection, or root flares hidden by burlap and twine and the Owner's Representative cannot inspect root flares, trunks or branching habit, the Contractor shall bear all responsibility and costs associated with tree rejection at a later date during the course of the Contract. 6. Inspection and approval of plants at the source shall not impair the right of subsequent inspection and rejection upon delivery to the site, or during the progress of the work if the Owner's Representative finds that plants do not meet the requirements of the PLANT LIST or this Contract, have declined noticeably due to handling abuse, lack of maintenance, or other causes. Cost of replacements, as required, shall be borne by the Contractor. G . Placement of Loam for planting soil shall be specified, performed and paid for under the work of Section: PLANTING SOILS. Obtain Owner's Representative's written approval of work of rough grading and finish grading prior to starting the work of planting . H. Planting: 1. Notify the Owner's Representative three working days prior to the proposed arrival of plant material on the site. If not planted within 24 hours of delivery to the site, all plants shall be maintained in an on-site nursery. Container grown shrubs stored on site shall be shaded from direct sunlight at all times and shall not be stored directly on paved surfaces. All plants delivered to the site and not planted within 24 hours of delivery shall have their root balls covered with mulch and shall be watered on a daily basis such that root balls are kept moist throughout. 2. Locations for all plants and outlines for planting areas shall be staked on the ground by the Contractor for approval by the Owner's Representative before any plant pits or plant beds are dug. Notify the Owner's Representative no less than 3 days prior to the desired date of inspection of staking to schedule site visit. 3. All plant pits dug with a machine shall have the sides of the holes scraped with hand shovels to prevent glazing or compaction of the sides of the hole. Remove and stockpile excavated loam for reuse as backfill for plant pit. All subsoil excavated from the bottoms of planting pits shall be removed from the site . 4. All plant pits shall be hand dug. All subsoil excavated from the bottoms of planting pits shall be removed from the site. a. First version applicable for sites that have approximately 12 inches of good existing loam use the following language . Review and modify to meet the requirements of your Contract Documents. b. Second version applicable for a site has existing topsoil that is less than 12 inches deep, or where site construction includes rough grading of subsoil , placement of loam for lawns, and planting of trees and shrubs. Jacobs WUXU2700 329300-10 082710 Issued for Construction PLANTING c. Third version applicable when tree ways, tree vaults, or large planting beds are being planted. 5. Plant pits shall be dug to the dimensions shown on the Contract Documents. a. Plant pits for trees shall be a minimum three times greater in diameter than the diameter of the root ball . Place root ball directly on subgrade. Slope sides of tree pits at a 45 degree angle. b. Plant beds for shrub massing shall be one large and continuous excavated bed. Extend bed no less than 3 feet beyond limits of shrub root balls on perimeter of bed . c. Plant pits for trees and shrubs shall be dug to the depth of the rootball to be planted. d. Remove all soil from around the root flare of the stem of the plant and from the top of the rootball to determine the true depth of the rootball. All plants that have been planted and have root flares that are buried will be rejected. 6. Groundcover, Bulb, and Perennial Beds: a. Groundcover, bulb and perennial beds shall be dug to a continuous depth of 1 foot below final grade , or as shown on the Contract Documents and replace with sufficient planting soil mix . Remove groundcover and perennials from their pots immediately before planting. Handle plants carefully to prevent damaging roots. Place each plant in individual hole and firm the planting mix around the roots. Water thoroughly and mulch. Groundcover plants may be planted after the planting mulch is placed. b. Bulbs shall be planted at depths as recommended by bulb supplier, as shown on the Contract Documents, or both. Bone meal shall be applied at the rate of 1/2 pound to every 25 square feet of area of bulbs. Bulbs shall have bone meal added as they are planted. 7. All plant roots and earth balls must be damp and thoroughly protected from sun and wind from the beginning of the digging operation, during transportation, and at the site until the final planting . 8. Remove container plants from containers prior to planting. 9 . Trees and shrubs shall be placed in the center of plant pits, plumb, with the crown of their roots exposed and located above the surrounding finish grade. 10 . Prior to completion of planting installations , remove rope and cut wire baskets from the top 1/3 of the root balls. Pull burlap away from the trunk or stem of the plant and cut burlap from the top 1/3 of the root balls. 11 . Contractor shall 'butterfly' the root system for all container grown perennials immediately prior to planting them. Butterflying shall consist of vertically cutting the containerized root ball with a spade through the bottom half of the rootball followed by gently pulling the rootball open at the cut while placing it into the planting hole. The butterflied root system shall be placed over a small ridge of soil in the planting pit in order to assure as much soil to root ball contact as possible and to keep the halves apart. a . First version applicable when existing, in place topsoil is acceptable for use . b . Second version applicable when existing, in-place topsoil is not adequate, or when there will be extensive on-site earthwork. c . Third version applicable when planting trees or shrubs in a tree way, tree vault, or independent planting bed constructed under our scope of work. 12. Planting soil shall be backfilled with approved planting soil to the full depth of the planting pit or bed. Eliminate air pockets and compact the soil by flooding the tree pit or plant bed within 2 hours of planting installation. After water has drained from the planting pit or bed and planting backfill has dried enough additional planting soil shall be spread in pit or bed to bring the finished surface of the planting pit or bed to grades Jacobs WUXU2700 329300 -11 082710 Issued for Construction PLANTING shown on the Contract Documents. A sauc er shall be formed around each plant at a depth of 3 inches for trees and for shrubs. 13. Fertilizer shall be spread over the plant saucer or plant bed between the saucer and the edge of the rootball and till the fertilizer into the soil to a depth of four inches prior to the placement of the planting mulch. Fertilizer shall be provided, spread and paid for under Section: PLANTING SOILS. Do not mulch until placement of the fertilizer has been verified by the Owner's Representative . Fertilizer application rates shall be as determined by soil testing, analysis, and testing laboratory recommendations specified, performed and paid for under Section, PLANTING SOILS . 14 . All plants shall be inoculated with mycorrhizal fungi . Inoculant shall be added after the plants have been placed in their holes . Open the required number of packets for each plant and thoroughly mix the inoculant powder into the upper 10 inches of backfill soil. a . Mycorrhizal fungal inoculant shall be added to the plant pits according to plant size . b . The application rates for mycorrhizal fungal packets shall be in accordance with the Manufacturer 's recommendations. c. Submit the purchasing receipt showing the total quantity purchased for the project prior to installation. Submit empty packets of fungal spore inoculant to the Owner's Representative for verification of use. Owner's Representative will excavate tree pits to determine presence of mycorrhizal fungal inoculant. I. All plants shall be watered immediately following planting as necessary to thoroughly moisten rootball and plant pit loam and thereafter shall be inspected frequently for watering needs and watered, as required, to provide adequate moisture in the planting pit. The Contractor shall inspect tree pits 24 hours after initial watering to confirm that they are draining properly. If surface water or excessively saturated plant pit soils exist, the Contractor shall immediately notify the Owner's Representative. The Owner's Representativ e will recommend remedial measures based upon site conditions . J. Keeping Trees Plumb: 1. Contractor shall keep trees plumb and upright at all times . To this end, the Contractor shall monitor plants on a regular basis and, if a tree is moved out of plumb , then straighten the tree to a vertical, upright condition. 2. Reset trees that have moved out of plumb by carefully excavating the soil from the base of the rootball facing away from the direction of tilt and easing the tree upright into a vertical , plump position. Upon righting the tree, firmly press the soil around the base of the rootball to reset the tree. K. Mulch material shall be placed over entire saucer areas of individual trees and shrubs and over the entire area of planting beds to a depth of 3 inches after settlement, not later than one week after planting . Do not apply mulch prior to the first watering of plant materials . Do not apply mulch prior to placement of surface applied fertilizer and verification of placement by the Owner's Representative. L. Pruning : 1. As directed by the Owner's Representative, each plant shall be pruned in accordance with the workmanship requirements of "Pruning Standards" for Class I, fine pruning, to preserve the natural character of the plant. 2 . Tree pruning, as required, shall be undertaken to the full height of affected trees . 3 . All dead wood or suckers and all broken or badly bruised branches shall be removed. Never cut a leader. Jacobs WUXU2700 329300 -12 082710 Issued for Construction PLANTING M. Antidesiccant shall be applied to all evergreen and broadleaf evergreen plants in that are planted during the fall season if planted after Nov. 1 according to Manufacturer's application recommendations and as directed by the Owner's Representative. N. Spraying of insecticides or herbicides shall be done by State-licensed professionals. Spraying for insects, pests and diseases shall conform to the National Arborist Association Standards under the section entitled "Standards for Pesticide Application Operations", as currently adopted and as approved by the Owner's Representative. All insecticides, pesticides, and herbicides shall be EPA-approved. 0. If planting is done after lawn preparation or installation, proper protection of lawn areas shall be provided. Any damage resulting from planting operations shall be repaired immediately at no cost to the Owner. P. In the event that rock or underground construction work or obstructions are encountered in any plant pit or bed excavation work, alternate locations will be selected by the Owner's Representative. Relocation of plant pits or beds shall be provided at no additional cost to the Owner. Provide the Owner's Representative with no less than 48 hours notice of obstruction so that a site visit can be scheduled to establish new locations for plants. Q. Absolutely no debris may be left on the site. Repair any damage to site as directed by the Owner 's Representative, at no additional cost. 3.2 MAINTENANCE A. Maintenance shall begin immediately after each plant is planted and shall continue for a minimum 30-day monitoring period and until Final Acceptance. B . Maintenance shall consist of keeping the plants in a healthy growing condition and shall include but is not limited to watering, weeding , cultivating, pruning, re-mulching, straightening of trees to a plumb position, removal of dead material, resetting plants to proper grades or upright position, and maintaining the planting saucer. C. Plants shall be inspected for watering needs at least twice each week and watered to promote plant growth and vitality. The following watering rates assume that the soil is free draining. If the on site conditions do not ensure a free draining soil, then notify the Owner's Representative in writing of this condition. Watering rates for trees, shrubs, ground cover, vines and perennials in free draining soils are presented here as guidelines to ensure that the top six inches of plant bed soil remains moist at all times. Actual watering rates may vary depending upon soil conditions. 1. For trees in lawn or mulched beds, apply water to the ground surface directly under the canopy. Water shall be applied at a sufficiently slow rate to prevent run off from the soil surface but great enough to equal 0.2 inches of water per square foot of canopy area per hour for 5 hours per week. 2. Planting beds and individual plant pits shall be kept free of weeds, and mulch shall be replaced as required to maintain the specified layer of mulch. Beds and individual pits shall be neat in appearance and maintained to the designed layout. 3 . Plants that die during the maintenance period shall be removed and replaced by the Contractor within one week of notification and replaced during that growing season, unless directed otherwise by the Owner's Representative.Guidance Note: Review all Jacobs WUXU2700 329300 -13 082710 Issued for Construction PLANTING appropriate regulations governing applications of insecticides, pesticides, and herbicides in the specific State of your project. 4. Work of pruning, fertilizing, spraying, and similar activities shall be undertaken only by Certified Arborists and licensed chemical applicators, as pertinent to the work being performed. D. During the maintenance period, any decline in the condition of plantings shall require the Contractor to take immediate action to identify potential problems and undertake corrective measures. If required, the Contractor shall engage professional arborists and/or horticulturalists to inspect plant materials and to identify problems and recommend corrective procedures. The Owner's Representative shall be immediately advised of such actions. Inspection and recommendation reports shall be submitted to the Owner's Representative . 3.3 ACCEPTANCE A . Upon completion of all planting work, the Contractor shall request in writing that the Owner's Representative formally inspect the planting work. B. If plant materials and workmanship are acceptable, the Owner's Representative will issue a written Certificate of Conditional Acceptance to the Contractor. C. Following the issuance of the Certificate of Conditional Acceptance to the Contractor, the Contractor shall maintain the plants for a minimum 30 day Monitoring Period . At the end of the Monitoring Period, the plant material will be inspected by the Owner's Representative to determine whether or not all planting work has been performed to the requirements of this Section: PLANTING . D. Acceptance Standards at end of the Monitoring Period: If plant material is reviewed when it is in full leaf, leaves shall be plump with water with a shape indicative of the species and shall be free of insect, pest and disease damage. Twigs shall have living cambium for their full length. Twigs and branches shall have a full bud set for their full length, including terminal buds. Trunks and branches shall be free of frost cracks ; sun scald; damage due to insects, pests, and disease ; structural defects; and damage resulting from machinery or tools. Plant material inspected and reviewed when the plants are not in full leaf shall have twigs, branches and trunks meeting the above requirements. All plants regardless of the season of review shall have a minimum of 75 percent healthy, balanced branching structure with a healthy terminal leader(s) with viable terminal bud(s). E. If any number of plants do not meet these Acceptance Standards at the time of inspection, or if in the Owner's Representative's opinion workmanship is unacceptable, written notice will be given by the Owner's Representative to the Contractor in the form of a punch list, which itemizes necessary planting replacements and/or other deficiencies to be remedied. The Contractor's responsibility for maintenance of all plants shall be extended until replacements are made or other deficiencies are corrected . All plants that do not meet these Acceptance Standards shall be removed from the project within seven days of receipt of the punch list. Replacements shall conform in all respects to the Specifications for new plants and shall be planted in the same manner. F. Following the correction of all Punch List deficiencies, the Contractor shall request in writing that the Owner's Representative formally inspect the planting work. If plant materials and Jacobs WUXU2700 329300 -14 082710 Issued for Construction PLANTING workmanship are acceptable, the Owner's Representative will issue a written Certificate of Final Acceptance to the Contractor. 3.4 GUARANTEE A. The date of the Certificate of Final Acceptance shall establish the beginning of the maintenance period and the commencement of the required one-year guarantee and establishment period for planting work. B. At the end of the guarantee and establishment period, a final inspection will be held to determine whether any plant material replacements are required. Each plant shall be plumb, shall have a character that is natural for its species as determined by the Owner's Representative, and shall conform to the Acceptance Standards described in this Section: PLANTING. Plants found to be unacceptable shall be removed promptly from the site and replaced according to this Section: PLANTING. A final inspection will be made after the replacement plants have lived through one year. C. All replacements shall be plants of the same kind and size specified in the PLANT LIST. The cost shall be borne by the Contractor, except for possible replacements due to vandalism or neglect on the part of others. END OF SECTION 329300 Jacobs WUXU2700 329300 -15 082710 Issued for Construction PLANTING ;:- CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date~ NAME OF PROJECT: Phase 1 Improvements at Cobb Park PROJECT NUMBER : GR74/541600/080475231080 C282/541600/808490120480 IS TO CERTIFY THAT: The Fain Group, Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence : $ Blasting Ea. Occurrence : $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence : $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea . Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence : $ Other Locations covered: ----------------------------------- Des c rip ti on of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured , the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker 's compensation insurance policy. Agency Insurance Co .: ------------ .,_F"""ort:..:......:W..:...o"""rtc::h"--'-'A~g""en:..:.:t,_ ____________ By __________________ _ Address _________________ _ Title ------------------ Bond #5958125 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) The Fain Group. Inc. as Principal herein, and (2) Westfield Insurance Company , a corporation organized under the laws of the State of (3) Ohi and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Wo1th, a municipal corporation located in Tarrant and Denton Cqunties, Texas, Obligee herein, in the sum of: Two Million, Six Hundred Ninety-eight Thousand, Seven Hundred and Eighty-four and 15/100 ............................. Dollars ($2,698,784.15) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 16of November, 2010 a copy of wh ich is hereto attached and made a pait hereof for all purposes, for the construction of: Phase 1 Improvements at Cobb Park NOW THEREFORE, the condit ion of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length he rein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 16 day ofNovember,2010 . Tile Fain Group, Inc. PRIN~, BY:_,___,_...~--------- Tit ~~ttJI (SEAL) P.O . Box 750 Fort Worth, TX 76101 ~ &'°troQO > Witness as to Principal Na Johnny Moss (cr/t~ {V) ll' t,'l._.tV Address: 555 Republic Drive #450 AJ}S : [--frl.. 1 A ,.. /) O (Attorney-in-fact) Secret Y 1 ~ --'-P,...!a.,..n...,o_._T""'X__,_7_.5,.,_Q7_,_.4..._ _____ _ Telephone Number: 972-516-2600 ext. 14 (1) Correct name of Principal (Contractor). (2) Correct name of Surety . (3) State of incorporation of Surety ' ' . ' -=· Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. .......... --... --... - Bond 5958125 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § That we (1) The Fain Group, Inc. as Principal herein, and (2) Westfield Insurance Company a corporation organized and existing under the laws of the State of(3) Ohio as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tanant and Denton Counties, Texas, Obligee herein, in the amount of Two Million, Six Hundred Ninety-eight Thousand, Seven Hundred and Eighty-four and 15/100 ............................. Dollars ($2,698,784.15) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a cettain written contract with the Obligee dated the !Q_day of November A.D. , 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pltase 1 Improvements at Cobb Park NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the . duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 16 day of November, 2010. ' (SEAL) P.O. Box750 Fort Worth, TX 76101 ./ Witness as to Principal l ATTEST: NOTE: Address: 555 Republic Dr. #450 Plano, TX 75074 _________________ ,_ Telephone Number : 972 -516-2600 ext 14 I. Correct name of Principal (Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety . Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. " .. ,,. ,' ... : -- - ,, ,' ........ - MAINTENANCE BOND Bond 5958125 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That The Fain Group. Inc. (Contractor), as principal, and Westfield Insurance Companya corporation organized under the laws of the State of Ohio , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City ofFo1t Wo1th, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Two Million. Six Hundred Ninety-eight Thousand, Seven Hundred and Eighty-four and 15/100 ............................. Dollars ($2,698,784.15) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth, dated the 16day of November 2009 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: Phase 1 Improvements at Cobb Park the same be ing referred to herein and in said contract as the Work and being designated as project GR74/541600/080475231080 C282/541600/808490120480and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two {2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in §_counterpatts, each one of which shall be deemed an original, this 16 day of November. A.D. 2010. ATTEST: (S EAL) s~/"'~ ATTEST: (SEAL) The ,Fain G~i~up, ~nc. By: -=-.,.__,~±-1c-~-----~E2•fl< · Westfield Insurance Company BY: S// .:IL, Na ~ Attorney-in -fact · Title :----------~,_-_.__ ::: '. - 555 Republic Dr #450 Plano TX 75074 Address ...... ,I' l V THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOl!IS POW!:H 1$1:AHIN~ 1 Ml-' -'#\Mc POWER .# AND ISSUED PRIOR TO 01/28/10, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO . 4220012 01 Westfield Insurance Co. Westfield National ln$urance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know Alf Men by These Presents, That WESTFIELD INSU~ANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, herernarter referred to Individually as a 'Company· and collectlvely as ·eompanles • duly organized and existing under the laws of the State of Ohio, and having Its prlnclpal office in Westfield Center, Medina County Ohio do by these presents make, constitute and appoint • • RICHARD W. DAIKl:R, TONY AERRO, JOHNNY MOSS, JAY JORDAN, AARON ENDRIS, JOINTLY OR SEVERALLY of ROCKWALL and State of TX Its true and lawlul Attorney(s)-in-Fact, with full power and authority hereby conferred ,n rts name place and stead, to execute, acknowledge and dellver any and all bonds, recognizances, undertakings, or .other lrwtruments or ~ntracts of suretyship-• • • • • • • • • . • • • • • • • • • • • • • • . • • • • • • • • • • • • • • • • • • • • • • • • .• • • • • • • • • • • • • • , Ll,tMTION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY MORTGAGE GO NTEE, OR BANK DEPOSITORY BONDS. . ' . . and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal ol the applicable Company and duly attested by Its secretary, hereby ratifying and confirming all that the said Attorney(s)-ln-Fact may do In the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each or the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: .· . 'Be It R8$0/V8<1,. that the President, any senior Executive, any Secretary or any Fidelity & Surety Operations Exooutlve or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as At:torney(s)-In,Fact to represent and act for and on behalf of the Company subject to the following provisions: · · The AttorntJY·ln-FaoL may be given full power and authority for and tn the name of and on behalf of the Company, to execute, acknowledge end deliver, any and all bonds, recognizances, contracts, agreements of Indemnity and other conditronal or obligatory undertakings and any and all notices and documents canceling or terminating lhe Company's liability thereunder, and any such Instruments .so executed by any such Attorney-in-Fact shall be as binding upon the Company as If signed by the President and sealed anq attested by the Corpcrate Secretary; ·a6 It Further R1Jsolved, that the signature of any such designated person and the seal of the Company heretoforo or hereafter affixed to any power ol attorney or any certificate relating thereto by facslmfle, and any power of attorney or certltlcate bearing facslmlle signatures or facsimile seal shall be valfd and binding upon the Company with respect to any bond or undertaking to which It Is attached.· (Each adopted at a meeting held on February 6, 2000). . In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMP.ANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 28th day of JAHUARY A.O., 2010 , . ,...»I....... ,,,.,uu,,,,,, C¢rporate 1Uft.4~, ,•" 10NAl. ,,,,, Seals Q ~ • .-, .. zy_,. \ ,i'~;.~···'"'••!.1'.,s,;,.,, Affixed ,;fl aAI J<') {J/ \'P :, N O :llj/ \~:. Ii; J:i •ii:· ·n~ ~(SEAL ~ . t~\.. SEAL };::J ~ \i\ ,/0/ ',,, . ········ ..... ,, ,, .... ,,,,,, Ir ,'-'\\,\ .. state or Ohio ,,,,.,., ....... County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSU~ ;;;;,:,~: 0 , ~ .,I_ Cl. By: ~-~/!" Richard L. Kinnaird, Jr .• Senior Executive I Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHlq FARMERS · INSURANCE COMPANY do hereby certify that the above and foregoing ls a true and correct copy of a Power of Attorney, exaru!,ed by said companies, which Is st11i In full force and effect; and furthermore, the resolutions or the Boards of Directors, set out In the Power of Attor.n,y are In tull force and effect. · · 1 l ' '°t".', In Wltnc,SS Whor1Jof, I have hereunto set my hand and afflxe<l the seals of said Companies at W~tfle,d Center, Ohio, this (o day of ~ ,J\,JA 1... .... /?~,D., /0 , ........... ,,· IVu~~~ ,,, NA ,,, a ~~~~~~ /'~~f> .. ,.~!.t,,f~\. if/ IIAO x~ ! G/ . ·.'1> ~ N{'SttJt1'1 '~ ff/ SEAL \i~· II\. ~ r: ~\;,l Jm~ \~' ~ :.\\l\ _.n~ .,. \._ ,.. ,,1 'r ~ 7'• •• •.0,-............. ./ ,~ •,., ,,• .... .. ,., ········' .... .. ,,,,. * .,,,' I STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: This Contract is made and entered into this the 16 day of November, by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Texas, hereinafter referred to as "Owner", by and through Charles W. Daniels, its duly authorized Assistant City Manager, and The Fain Group, Inc. , hereinafter referred to as "Contractor", by and through its duly authorized representative. WITNESS ETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Phase 1 Improvements at Cobb Park 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work . Said Contract Documents include the notice to bidders, instructions to bidders , proposal , plans, specifications, notice of award, special provisions, general provisions , work order(s), this Contract, and the payment, performance, and maintenance bonds . The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. 3. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. The Contractor hereby agrees and binds itself to commence the 'fM.1"'61,,1-l,,l,M,l~Lol,l,w.w..~ within ten (10) days after being notified in writing to do so by the Dep the City of Fort Worth. CITY SECRETARY FT. WORTH, TX 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans , Specifications, and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, a per day charge $630 per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 6 . Should the Contractor fail to begin the work herein pro vided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications , and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans , Specifications , and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify , hold harmless and defend , at its own expense , the Owner, its officers , servants and employees , from and against any and all claims or suits for property loss, property damage , personal injury , including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees , subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise co venants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) pro v ides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate , may refuse to accept bids on oth rt Worth public work from a Contractor against whom a claim for dam ~s Jsc~}t s~ a result of work performed under a City Contract. l>ffll , .... CIT Y SEC~E''L~RY FT. WORTH, TX 8. Owner agrees and binds itself to pay , and the said Contractor agrees to receive , for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall be Two Million, Six Hundred Ninety-eight Thousand, Seven Hundred and Eighty-four and 15/100 ............................. Dollars, ($2,698,784.15). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the ex isting Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County , Texas. OFFICIAL RECORD CITY SECRETARY !FT. WORTH, TX CITY OF FORT WORTH RECOMMENDED : By : _ ___p,~r:::::~~~-::::::__~'."S..--- Rich rd Zavala, Director Park and Community Services APPROVED AS TO FORM AND LEGALITY : Assistant City Attorney Inc. 76101 ATTEST: AUTHORIZATION M&C e-~\...\-\, \S Approval Date: \ \ ) \ ~ \ ID OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX