Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District # DOCUMENT AA

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 15211 DOCUMENT AA REQUEST FOR COMPETITIV...
Author: Earl Wood
0 downloads 2 Views 11MB Size
Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

DOCUMENT AA REQUEST FOR COMPETITIVE SEALED PROPOSALS Competitive Sealed Proposals for the work identified below in accordance with Proposal Documents and addenda as may be issued prior to date of proposal opening will be received by the Board of Trustees of the Bryan Independent School District until proposal closing date and time, as identified below. Proposals from Offerors will then be opened in public and read aloud. OWNER:

Bryan Independent School District 101 North Texas Avenue Bryan, Texas 77803 Mr. Jeff Windsor Director of Construction Services

PROJECT:

Parking, sidewalks and grading for Sam Houston Elementary School CSP #16-3719 Bryan Independent School District

BUDGET:

The budget for this Project is $300,000

PRE-PROPOSAL CONFERENCE:

Thursday April, 2016 at 2:00 P.M. CDC Construction Office 1920 North Earl Rudder Freeway Bryan, Texas 77803 Representatives of the Owner and Consulting Engineers will be present at this meeting. All Offerors are encouraged to attend.

PROPOSAL DATE AND TIME: LOCATION OF PROPOSAL OPENING:

Tuesday, May 17, 2016 2:00 P.M. All proposals will be opened at 2:00 P.M. Administration Building – Room 102 Bryan Independent School District 101 North Texas Avenue Bryan, Texas 77803

Engineer:

Gessner Engineering, LLC 2501 Ashford Drive College Station, Texas 77840

Proposal Documents may be obtained from the Bryan ISD web site under: www.bryanisd.org > Departments > Finance > Competitive Bidding All proposals must be in the hands of the Owner no later than the time specified above. Please seal all proposals in duplicate in an envelope with the following information on the face of the envelope. Name of Offeror Parking, sidewalks and grading for Sam Houston Elementary School CSP #16-3719 Bryan Independent School District Attn.: Mr. Jeff Windsor, Director of Construction Services The Owner reserves the right to reject any and all proposals and to waive any irregularities in the Competitive Sealed Proposal process. No proposal shall be withdrawn within thirty (30) days after the proposal opening without the specific consent of the Owner. PROPOSAL BOND: A Proposal Bond from a bonding company acceptable to the Owner or a certified check in an amount equal to 10% of the greatest amount proposal must accompany each Offeror’s proposal. REQUEST FOR COMPETITIVE SEALED PROPOSALS AA - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

PAYMENT BOND AND PERFORMANCE BOND: A Payment Bond and Performance Bond, each in an amount equal to 100% of the Contract Sum conditioned upon the faithful performance of the Contract will be required. Please note that all bonding companies presented must be acceptable to the Owner. The prevailing rates of wages are the minimums that must be paid in conformance with all applicable laws of the State of Texas. All Offerors submitting a proposal are encouraged to visit the site. All Offerors submitting a proposal are encouraged to attend the proposal opening. Subcontractors and Suppliers intending to submit proposals to General Construction Offerors are required to prepare their proposals based on a complete set of proposal documents. If after reviewing the complete set of proposal documents, Subcontractors and Supplier Offerors desire to purchase individual drawings and specification sections for their proposal convenience, they may do so by ordering the specific drawings and specifications directly from the reproduction company. Each Offeror purchasing a partial set of proposal documents is responsible for determining exactly which documents he requires and is responsible for all costs associated with printing and delivery. Subcontractors and Suppliers exercising this option must agree to do so on the basis that 1) all documents shall be returned to the Architect, without refund, after submitting a proposal and 2) documents shall not be used on other construction projects. Successful Subcontractors and Supplier Offerors may retain their Proposal Documents until completion of the construction. END OF DOCUMENT

REQUEST FOR COMPETITIVE SEALED PROPOSALS AA - 2

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

DOCUMENT AB INSTRUCTIONS TO OFFERORS 1.1

1.2

QUALIFIED OFFERORS A.

Competitive Sealed Proposals will be accepted from qualified Offerors only for the entire scope of work described in the Contract Documents. As a prerequisite to an Offeror's qualifying for the award of contract on this work, the Offeror must complete each item of the Contractor’s Qualification Statement (AIA Document A305). The Statement forms may be obtained from the Houston Chapter of the American Institute of Architects, 315 Capitol, Suite 120, Houston, Texas 77002, (713) 520-0155. In addition to the information contained in the Statement form, offerors shall also address the selection criteria issues listed under the paragraph below for Determination of Successful Respondent and Award of Contract. The Statement and other requested information shall be submitted one week prior to the receipt of Proposals in three (3) copies, two (2) for the Owner and one (1) for the Architect. Qualification statements submitted by FAX transmission will not be accepted.

B.

The primary purposes of the evaluation process will be to: 1. Gather information for the Owner's evaluation procedure. 2. Enable the Owner and/or Architect to evaluate the Offeror's qualifications.

C.

After review of Proposals and Contractor’s qualifications evaluation the Owner will make his decision and each Offeror will be notified.

D.

In arriving at his opinion concerning the Offeror's qualifications, the Architect will use the same criteria that the Owner will use in determination of the successful Offeror as detailed hereinafter.

E.

In the event a proposed Offeror fails to submit the specified Contractor's Qualification Statement at time of receipt for Proposals, such noncompliance shall be considered by both the Owner and Architect as a negative factor in the determination of the successful Offeror.

OFFEROR’S PRESENTATION A.

Each Offeror by making his Proposal represents that: 1. He has read and understands the Proposal Documents and his Proposal is made in accordance therewith. 2. He has thoroughly familiarized themselves with Division 01 General Requirements as they are applicable to subsequent specification sections. 3. He has visited the site, has familiarized himself with the local conditions under which the work is to be performed and has correlated his observations with the requirements of the proposed Contract Documents. 4. He agrees to comply with the requirements of the following paragraph. Any Offeror who subsequently does not agree to comply with these requirements will automatically disqualify himself from proposing or receiving award of the contract.

B.

He agrees that: 1. Work on the project will begin immediately upon receipt of signed Contract or Notice to Proceed. 2. Offeror will participate as a team member in cooperation with the Project Architect, Engineers, Owner, and Owners agents and/or consultants. 3. The Offeror will assign a competent full-time superintendent, to the project, and that superintendent shall be maintained on the project for the duration of the project, subject only to his continuous employment.

INSTRUCTIONS TO OFFERORS AB - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 4. 5. 6.

7.

8.

9.

1.3

1.4

15211

The Offeror will furnish and pay for a proposal bond in the amount of ten percent (10%) of the contract amount. If awarded, the Offeror shall furnish and pay for a Performance Bond and a Payment Bond each in the full contract amount. Offeror shall carry and keep in full force for the duration of the Project, insurance coverage for builder's risk, workmen's compensation, comprehensive general liability, and automobile liability as required by the General Conditions and/or Supplementary General Conditions of the Specifications. Each Offeror by making his Proposal represents that his Proposal includes only material and equipment specified in the Proposal Documents and supplemented, if necessary, for a complete and operating system. Where subcontract work is involved and where Acceptable Subcontractors are designated for particular sections or phases of the Work, each Offeror by making his Proposal represents that his Proposal includes only firms designated as Acceptable Subcontractors. That no asbestos PCBs or lead building materials shall be used, and that each Offeror (and sub-offeror or supplier submitting a proposal to an Offeror) shall submit an affidavit at Project Close-out stating that no asbestos, PCB’s or lead building materials has been used on the Project.

PROPOSAL DOCUMENTS A.

Proposal Documents include the Request for Competitive Sealed Proposals, Instructions to Offerors, the Proposal Form, and the proposed Contract Documents, including any Addenda issued prior to receipt of proposals.

B.

Contract Documents for the work consist of the Owner-Contractor Agreement, the Conditions of the Contract (General, Supplementary and other Conditions), the Drawings, the Specifications, and all Addenda issued prior to receipt of proposals.

PROPOSAL PROCEDURES A.

A proposal is invalid if it has not been received at the designated location prior to the time and date for receipt of proposals indicated in the Request for Competitive Sealed Proposals, or prior to any extension thereof issued to the Offerors by Addenda.

B.

All requested Alternates shall be proposed.

C.

Prior to the receipt of Proposals, Addenda will be forwarded by the Architect and will be available for inspection wherever the proposal documents are kept available for that purpose.

D.

Proposals will be received in duplicate only on the Owner's Form of Proposal for the work as indicated by the Proposal Documents, filled in, and enclosed in a sealed envelope addressed as follows: Name of Offeror (General Contractor) CSP #16-3712 – Additions and Renovations to Johnson Elementary School Bryan Independent School District Attn.: Mr. Jeff Windsor, Director of Construction Services

E.

The Proposal Form must be accompanied by Proposal Bond or Certified Check in the amount of 10% of the proposal.

F.

All proposals must be delivered sealed to the above address at or before the time and date set. Proposals will be received at no other place. If Proposal is sent by U.S. Mail, it must be sent Registered Mail. INSTRUCTIONS TO OFFERORS AB - 2

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

G.

1.5

1.6

1.7

15211

A proposal may be withdrawn only upon request by the Offeror or his duly authorized representative, provided such request is received by the Owner at the place designated for receipt of proposals and prior to the time fixed for the opening of proposals. A withdrawal of a proposal shall not be effective unless a written confirmation of the withdrawal is received by the Owner at said place within forty-eight (48) hours before the time fixed for the opening of proposals. The Proposal Bond will be returned with the proposals if withdrawn in accordance with the above. The withdrawal of a proposal does not prejudice the right of the Offeror to file a new proposal at the time and place stated. No proposal may be withdrawn after the time fixed for the opening of proposals for a period of thirty (30) days.

INTERPRETATION OF PROPOSAL DOCUMENTS A.

Offerors and sub-offerors requiring clarification or interpretation of the Proposal Documents shall make a written or verbal request which shall reach the Architect at least ten (10) days prior to the date for receipt of proposals.

B.

Any interpretation, correction or change of the Proposal Documents will be made by Addendum. Interpretations, corrections or changes of the Proposal Documents made in any other manner will not be binding.

SUBSTITUTIONS OF MATERIALS AND EQUIPMENT A.

The materials, products and equipment described in the Proposal Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. The materials and equipment named in, and the procedures covered by these specifications have been selected as a standard because of quality, particular suitability or record of satisfactory performance. It is not intended to preclude the use of equal or better materials or equipment provided that same meets the requirements of the particular project and is approved in an addendum as a substitution prior to the submission of proposals.

B.

No substitution will be considered prior to receipt of proposals unless written request for approval has been received by the Engineer at least seven (7) days prior to the date for receipt of proposals as described in Section 01 25 13 – Products and Substitutions. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. The Architect's decision of approval or disapproval of a proposed substitution shall be final.

C.

If the Engineer approves any proposed substitution prior to receipt of proposals, such approval will be set forth in an Addendum. Offerors shall not rely upon approvals made in any other manner.

D.

No substitutions will be considered after the Contract award.

REJECTION OF PROPOSALS A.

The Owner shall have the right to reject any or all proposals and to reject a proposal not accompanied by any required proposal security, or by other data required by the Proposal Documents, or to reject a proposal which is in any way incomplete or irregular.

B.

The Owner reserves the right to reject any or all proposals and to waive any formalities or irregularities and to make the award of the contract in the best interest of the Owner. The Owner reserves the right to reject any proposal if the evidence submitted by, or investigation of, such offeror fails to satisfy the Owner that such offeror is properly qualified to carry out the obligations of the contract and to complete the work therein. Award may be

C.

INSTRUCTIONS TO OFFERORS AB - 3

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

made to other than the low-dollar offeror and given the one offering the “best value” to the school district, in addition to the purchase price, based on the published selection criteria and on its ranking evaluation. D.

1.8

INSURANCE A.

1.9

1.13

Each Offeror shall include in this proposal the premium costs for 100% Performance Bond and 100% Payment Bond. These bonds shall cover the faithful performance of the contract and payment of all obligations arising thereunder in such form as the Owner may prescribe. The bonding companies must be acceptable to the Owner. The selected Offeror shall deliver the required bonds to the Owner not later than the date of execution of the Contract.

PROPOSAL SECURITY A.

1.12

Each Offeror shall include in his proposal the complete cost and shall carry and keep in full force for the duration of the project, insurance coverage required under the General Conditions and Document CB - Supplementary Conditions.

PERFORMANCE BOND AND PAYMENT BOND A.

1.10

Do not submit voluntary alternates. The Owner reserves the right to reject any proposal which is accompanied by conditional or qualifying statements, or “voluntary alternates”.

No proposal will be considered unless it is accompanied by a Certified or Cashier's Check or Proposal Bond executed on the form attached. In either case the amount shall be not less than ten percent (10%) of the greatest amount proposed (considering alternates, if any). The proposal security shall insure the execution of the contract and the furnishing of an acceptable Performance Bond and Payment Bond by the successful Offeror within ten (10) days after notification of award to such Offeror and that this proposal will not be withdrawn within thirty (30) days after date of opening of proposals without the consent of the Owner. Proposal Bond shall be prepared in the identical form of AIA Document A310 or the form attached.

AWARD OF CONTRACT A.

The Offeror to whom the award is made will be promptly notified. If an Offeror (a) withdraws his proposal within thirty (30) days after the date of time fixed for the opening of proposals in the Request for Competitive Sealed Proposals, or (b) fails or refuses to execute the Agreement, or other required forms within ten (10) days after the same are presented to him for signature, or (c) fails or refuses to furnish properly executed Performance Bond and Certification of Required Insurance within fifteen (15) calendar days of execution date of the Agreement, the Owner may award the work to another Offeror or Offerors or may call for new proposals.

B.

The Offeror will be required to (a) submit his Proposal and Proposal Bond, (b) execute Contract and Performance and Payment Bonds, and (c) submit Certification of required insurances, all using the Owner's own forms for such respective purposes.

C.

Proposal Bond is forfeited if proposal is withdrawn after the proposal opening, or Contract Documents are not executed in accordance with the above.

NOTICE TO PROCEED A.

The Offeror shall not commence work under this Contract until he receives the written Notice to Proceed, or the Contract is duly signed by the Owner.

INSTRUCTIONS TO OFFERORS AB - 4

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 1.14

15211

COMPLETION TIME A.

Offerors shall familiarize themselves with the Owners requirements concerning project coordination as described in Section 01 31 13 of this Project Manual.

B.

Having thoroughly familiarized himself with the conditions as they exist at the building sites and acquainted himself with the labor supply and the material market, the Offeror will state in his proposal that he agrees to be complete with the work by the date stated above.

C.

It is therefore expressly agreed as a part of the consideration inducing the Owner to execute this contract that the Owner may deduct liquidated damages from the final payment made to the Contractor for each and every calendar day beyond the agreed date which the Contractor shall require for Completion of the work included in this contract. It is expressly understood that the said sum per day is agreed upon as a fair estimate of the pecuniary damages which will be sustained by the Owner in the event that the work is not completed within the agreed time, or within the legally extended time, if any, otherwise provided for herein. Said sum shall be considered as liquidated damages only and in no sense shall be considered a penalty, said damage being caused by additional compensation to personnel, for loss of interest on money and other miscellaneous increased costs, all of which are difficult of exact ascertainment. Also, any disruption of Owner’s use of the existing facilities or newly completed facilities will also be subject to liquidated damages. Refer to Document CB - Supplementary Conditions for additional requirements. Delays, disruption of use, failures to complete, and liquidated damages are fully described under Article 8.3 of the Supplementary Conditions. The definition of Substantial Completion is found in Article 9.8.1 of the AIA General Conditions and Supplementary Conditions bound herein.

1.15

1.16

FELONY CONVICTION NOTIFICATION A.

Section 44.034, of the Texas Education Code requires a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states “a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” Subsection (c) states “this section does not apply to a publicly held corporation.”

B.

The Offeror must execute Document AE, Statement of Affirmation and submit with proposal.

AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT A.

The Offeror, and sub-offerors, shall agree to refrain from discrimination in terms and conditions of employment to the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as required by Federal Statutes and Rules and Regulations issued in order to maintain and insure non-discriminatory employment practices.

B.

The Offerors must execute Document AF, Affidavit of Non-Discriminatory Employment and submit with Proposal. The sub-offerors shall execute Document AF, Affidavit of NonDiscriminatory Employment before commencing work on this Project. Offerors and subofferors who have not executed this document will not be eligible to work on this project.

INSTRUCTIONS TO OFFERORS AB - 5

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 1.17

1.18

15211

AFFIDAVIT OF NON-ASBESTOS, LEAD, AND PCB USE IN PROJECT A.

The use of any construction process or the installation of any asbestos, lead and PCBs or material containing asbestos, lead and PCBs is strictly prohibited for this Project.

B.

Prior to submitting a proposal, Offerors shall notify the Architect, in writing, of any materials in these specifications which are known to contain or are likely to contain asbestos, lead or PCBs.

C.

The Offeror, and sub-offerors shall agree to refrain from using products which are known to contain asbestos, lead, and PCB containing materials as applicable to the project. They shall also affirm that lead or lead bearing materials have not been incorporated into potable water systems, and that lead sheet flashing used in through roof plumbing penetration applications is the only lead on the Project.

D.

The Selected Offeror (Contractor) must execute Document AH, Affidavit of Non-Asbestos, Lead, and PCB Use and submit at Project Closeout. The Subcontractors to the Contractor must execute Close-out Form “D”, attached to section 01 77 00, Subcontractors Hazardous Material Certificate and submit at Project Closeout.

CRIMINAL HISTORY RECORDS A.

Prior to commencing any work on this Project, the Selected Contractor shall certify, on the form provided herein as Document AI, that for each of its employee who will have direct contact with students, the Selected Contractor has obtained, as required by Texas Education Code Section 22.0834: 1. National criminal history record information from a law enforcement or criminal justice agency for each employee of the Selected Contractor hired before January 1, 2008 who will have direct contact with students; and 2. national criminal history record information from the Texas Department of Safety for each employee of the Selected Contractor hired on or after January 1, 2008 who will have direct contact with students; Fingerprinting is required and shall be provided by the contractor (applicant) and administered through FAST (Fingerprint Applicant Services of Texas) which will be recorded by the District in the FACT (Fingerprint-based Applicant Clearinghouse of Texas). Currently applicant must obtain fingerprinting from L-1 Identity Solutions Company, (888) 467-2080, or schedule an appointment online at: https://tx.ibtfingerprint.com/.

B.

Any personnel who will have direct contact with students must not have been convicted of an offense identified in Texas Education Code Section 22.085.

C.

At this time, Senate Bill 9 applies only to contractors with direct contracts with the District. This requirement does not apply to sub-contractors of the Contractor, material suppliers, or a one-time service provider such as a service technician, delivery person, testing agent, code official, or similar personnel. However, changes to these requirements are anticipated and may require the acquisition and submittal of additional background checks to the District during the course of the Work.

D.

The Selected Contractor shall execute and submit Document AI, Certification of Criminal History Record Information Review by Contractor-Employer along with required Schedule ‘A’ documenting proposed employees to be working on site, within ten (10) days after receipt of Notice To Proceed and prior to commencement of Work.

E.

Furthermore, an updated Schedule ‘B’ shall be submitted weekly to the District indicating changes to contractor personnel with accompanying certifications and criminal history

INSTRUCTIONS TO OFFERORS AB - 6

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

records. Any fingerprinting and photographing required by the aforementioned code will be the responsibility of the Contractor-Employer. 1.19

AVAILABILITY OF MATERIALS AND SYSTEMS A.

1.20

A serious effort has been made to select only materials that are systems that are readily available. As far as is known at proposal time all items are either available "off the shelf" or within a relatively short period of time. If during the proposal period, an Offeror becomes aware of an availability or delivery problem with any of the specified systems or materials, he should notify the Architect immediately. The Architect will promptly explore possibilities for selecting other systems or materials which would circumvent the problem and notify Offerors of any changes in an addendum, otherwise it will be understood that only specified systems and materials that are readily available are included in the proposals.

DETERMINATION OF SUCCESSFUL RESPONDENT AND AWARD OF CONTRACT A.

The Owner shall use the following criteria for ranking the proposals and for designating the higher ranked Proposers with which it desires to negotiate. Upon ranking of the firms, the Owner shall enter into negotiations with the highest ranked proposer for a contract at a price acceptable to the Owner. If the negotiations are unsuccessful, the Owner may continue negotiating with Proposers in order of rank until a contract at a price acceptable to the Owner is agreed upon. The Owner reserves the right to exclude Proposers failing to achieve a minimum total score of 80 percent from any further consideration for negotiation. The highest ranking firm with which the Owner negotiates a contract at a price acceptable to the Owner will be deemed the Proposer offering the best value to the Owner.

BRYAN INDEPENDENT SCHOOL DISTRICT Contractor Evaluation Criteria

QUESTION 1

CRITERIA

SOURCE

SCORING PROCEDURE

Team Orientation

Reference s

Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND

References are asked to evaluate the Contractor's Teamwork 2

Quality of Work

Reference s

References are asked to evaluate the Contractor's Quality of Work 3

Maintainin g Schedule

Reference s

References are asked whether or not schedules were met 4

Change Orders

Reference s

INSTRUCTIONS TO OFFERORS AB - 7

SCORE

FACTOR

TOTAL

10

1

10

10

1

10

10

1

10

10

1

10

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 References are asked to evaluate the Contractor on pricing received by Change Orders and other Proposals 5

Warranty Work

Reference s

References are asked whether or not warranty work was completed in a timely manner 6

Client Satisfactio n

Reference s

References are asked whether or not they wish to work with the Contractor again 7

Time in Business

AIA 305

Evaluation Team will acquire the year of establishment from the AIA305 submitted by Contractor (evaluation will be in years)

8

Experience

AIA 305

OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers Preferred References (minimum 5) shall be provided BY PROPOSER in Qualification Documents. ARCHITECT AND OWNER WILL NOT SELECT INITIAL REFERENCES. In addition to 5 references selected by Proposer, Owner and Architect may select additional references. Responses from multiple references are averaged and compared with references of other Proposers

15211

10

1

10

10

1

10

Responses will be scored as follows:

10

1

10

0 ≤ 1 year = 0 points +1 ≤ 3 years = 1 point +3 ≤ 5 years = 2 points +5 ≤ 8 years = 4 points +8 ≤ 10 years = 6 points +10 ≤ 15 years = 8 points +15 ≤ 20 years = 9 points ≥20 years = 10 points Responses are scored 1 point per project up to 10

10

1

10

10

1

10

Count Number of Projects of comparable size and scope completed by Proposer's office within last ten years

9

Experience Proposal & with Bryan AIA 305 ISD within the last 10 years Proposer provide to Owner a list of projects completed with Bryan ISD or its Agents of comparable size and scope

(List of Projects) - Contractor with no experience with District will be given a score of 5. Good experience will be given a score of 6-10, bad experience will be given a score of 0-4

90 TOTAL POSSIBLE SCORE PERCENTAGE SCORE

100.00%

B.

Proposers Qualification Packages 1. In order for the Owner to properly evaluate each proposer’s qualifications, each proposer shall submit a Qualifications Package, with all required attachments and information, to the architect one week prior to proposal opening date. 2. All Proposers shall submit three hardcopies of the qualifications packet that will include AIA A305 “Contractors Qualification Statement”, and its required attachments and information, and the following: a. A list of five (5) references including names, fax numbers, and email addresses must be supplied b. A summary addressing the 9 ranking criteria to assist the Owner in his evaluation.

C.

Procedures for Final Ranking and Negotiations 1. Once all Contractor proposals have been scored based upon the above criteria guidelines, each total score will be converted to a percentage grade of 0%-100% by

INSTRUCTIONS TO OFFERORS AB - 8

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

dividing the total actual score by the total possible score. The contractor with the lowest proposed Base Proposal price plus selected Alternates and an evaluation grade of 80% or better will be ranked as the number one firm with each of the higher priced contractors (with a score of 80% or higher) given ranking of 2nd, 3rd, 4th, etc. In the event that no contractor receives a grade of 80% or better, the district at its option, will lower the minimum grade required in increments of 5% points as they deem to be needed and negotiate with those contractors in rank order of price. 2. The Owner may make such investigations as he deems necessary and request additional information from the contractor to determine the ability of the proposer to perform the Work. The Proposer shall furnish all such information and data for the purpose as may be requested. The Owner reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy the Owner that such proposer is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated above. 3. A committee consisting of Bryan ISD administrators, the Engineer, and other staff will make an initial evaluation of the proposals to determine the number one ranked firm. Its recommendation will be considered by the Bryan ISD Board of Trustees (“Board”). The district reserves the right to review the recommendation with the Board of Trustees Facilities Committee prior to review by the entire Board of Trustees. The final decisionmaking authority has not been delegated to any person or entity other than the Board. 4. By submitting a proposal, each proposer agrees to waive any claim it has or may have against the Owner, the Architect/Engineer, and their respective employees, arising out or in connection with the administration, evaluation, or recommendation of any proposal; waiver of any requirements under the Proposal Documents or the Contract Documents; acceptance or rejection of any proposals; and award of the Contract. 1.21

USE OF ASBESTOS FREE MATERIALS, PRODUCTS AND SYSTEMS A.

1.22

The Offeror is reminded to refer to the Paragraph above for requirements during the Proposal period and the following requirements during performance of the Work regarding the use of asbestos free materials, products and systems in the Project. 1. Since many materials, products and systems are proprietary, it is not possible to know all of the materials or components which go into producing such material, product or system without the manufacturer divulging trade secrets or patent information. Every effort has been made to specify materials, products or systems, which either as an "off the shelf" material, product or system or as a custom material, product or system do not contain asbestos. 2. It is the Contractor’s responsibility to submit an affidavit from the manufacturer to ascertain that every material, product or system used in the Project does not contain asbestos. In the event the material, product or system is found to contain asbestos, the Contractor shall offer for the Architect’s consideration a substitution which he knows does not contain asbestos. 3. Even though a material, product or system is specified or a specification is based on a particular material, product or system, the Contractor will not be relieved from the responsibility to ascertain that materials, products and systems used in the Project do not contain asbestos. Under no circumstances shall a material, product or system which is known, suspected or found to contain asbestos be used on the Project. 4. If a material, product or system containing asbestos is used, the Contractor shall remove and replace the material, product or system with one which is asbestos free at no additional expense to the Owner, including removal and replacement of other materials affected by the removal of the asbestos bearing material, product or system, i.e. gypsum wallboard removed, replaced, and repainted on account of insulation being removed, etc.

OWNER’S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS

INSTRUCTIONS TO OFFERORS AB - 9

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719

15211

A.

The Owner reserves the right to perform construction or operations related to the Project with the Owner’s own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under these or similar Conditions of the Contract.

B.

When separate contracts are awarded for different portions of the Project or other construction or operations on site, the term “Contractor” in the Contract Documents in each case shall mean the Contractor who executes each separate Owner-Contractor Agreement. If any part of Contractor’s work depends for proper execution or proper results on the work of any other separate contractor, Contractor shall inspect and promptly report in writing to the A/E any discrepancies or defects he may find in such other work that render it unsuitable for such proper execution and results. Failure of Contractor to so inspect and report shall constitute acceptance of the other contractor’s work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor’s work after the execution of Contactor’s work.

C.

Should Contractor cause delay or cause damage to the work or property of any separate contractor on the Project, Contractor shall, upon due notice, endeavor to settle with such other contractor by agreement. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify Contractor who shall defend such proceedings and pay all costs in connection therewith and, if any judgment against the Owner arises therefrom, Contractor shall pay or satisfy it.

D.

The Contractor shall afford the Owner and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities and shall connect and coordinate the Contractor’s construction and operations with theirs as required by the Contract Documents. END OF DOCUMENT

INSTRUCTIONS TO OFFERORS AB - 10

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AC COMPETITIVE SEALED PROPOSAL FORM PARKING, SIDEWALKS AND GRADING FOR SAM HOUSTON ELEMENTARY SCHOOL BRYAN INDEPENDENT SCHOOL DISTRICT

Submitted by: _________________________________________________________________________ Date: _______________________________________ Phone No.:___________________________________ To:

Bryan Independent School District 101 North Texas Avenue Bryan, Texas 77803

Having examined Proposal and Contract Documents prepared by Gessner Engineering, April 29, 2016 and having examined site conditions, the undersigned proposes to furnish all labor, equipment and materials and perform all work for the completion of the above-named project for the sum indicated below. In submitting his Proposal, the undersigned agrees to the following: 1. Hold proposal open for acceptance thirty (30) days. 2. Accept right of Owner to reject any or all proposals, to waive formalities and to accept proposal which Owner considers most advantageous. 3. Enter into and execute the contract, if awarded, for the Base Proposal and accepted Alternate Proposals. 4. Complete work in accordance with the Contract Documents within the stipulated contract time. 5. By signing, the undersigned affirms that, to the best of his knowledge, the Proposals have been arrived at independently and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over respondents in the award of this proposal. I.

BASE PROPOSAL Undersigned agrees to complete the Work for the lump sum amount of: A.

Base Proposal

_______________________________________________________Dollars $_________________ (Amount written in words governs) (Amount in figures) II.

CONTRACT TIME The project will be awarded on June 6, 2016. Construction may begin on June 7, 2016 and must be complete by August 15, 2016.

III.

ALLOWANCES Undersigned certifies that the specified allowances are included in the Base Proposal and agrees that any unexpended balance of allowance sums will revert to Owner in the final settlement of the contract.

NOTE: THIS DOCUMENT MUST BE SUBMITTED BY 2:00PM, TUESDAY, May 17, 2016. COMPETITIVE SEALED PROPOSAL FORM AC - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 V. ADDENDA Undersigned acknowledges receipt of Addenda Nos._____________________________________ dated__________________________________________, 2016. VI. CHANGES IN THE WORK Undersigned understands that changes in the work shall be performed in accordance with the Supplementary Conditions. VII. LIQUIDATED DAMAGES Undersigned understands that liquidated damages as defined in the Supplementary Conditions will be included in the form of Agreement between Owner and Contractor and that the contractor will be bound thereto.

It is understood that the right is reserved by the Owner to reject any or all proposals, or waive any informalities in the proposal process. ___________________________________ Authorized Signature

___________________________________ Title (Seal, if a Corporation) State whether Corporation, Partnership or Individual

___________________________________ Name of Contracting Firm

___________________________________ Address

___________________________________ Telephone

___________________________________ Date END OF DOCUMENT

NOTE: THIS DOCUMENT MUST BE SUBMITTED BY 2:00PM, TUESDAY, May 17, 2016. COMPETITIVE SEALED PROPOSAL FORM AC - 2

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AD PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, that we ____________________________________________, as Principal, and ________________________________________________________, as Surety, are held and firmly bound unto the Bryan Independent School District, Brazos County, Texas, hereinafter called the Owner, in the penal sum of ____________________________________________________________ Dollars ($__________________) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Proposal, dated , being for the Additions and Renovations to Johnson Elementary School project the kind and extent of work involved being set forth in detail in the proposed Contract Documents cited herein. NOW, THEREFORE, if the Principal shall not withdraw the accompanying proposal within thirty (30) days after the date set for opening thereof, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Proposal as accepted; and give Bond and good and sufficient surety for the faithful performance and proper fulfillment of such contract including payment of all persons supplying labor or materials therefor, or in the event of the withdrawal of said proposal within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the Principal shall pay to the Owner the difference between the aggregate amount for which the Owner may enter into a contract for the same work with another Respondent; if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this _____ day of _______________________________, 2016, the name and Corporate Seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body. ________________________________ Business Address

______________________________________ Individual Principal

________________________________ Business Address

______________________________________ Individual Principal

ATTEST: ___________________________________ Secretary President

BY:_____________________________________

___________________________________ Business Address

_____________________________________ Corporate Surety

ATTEST:____________________________

BY:_____________________________________

END OF DOCUMENT

NOTE: THIS DOCUMENT MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL PROPOSAL BOND AD - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AF AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT

STATE OF TEXAS

) ) COUNTY OF _______________ ) AFFIDAVIT This Company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of employment to the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as required by Federal Statutes and rules and Regulations issued pursuant thereto in order to maintain and insure non-discriminatory employment practices.

______________________________________________ Company ______________________________________________ Printed Name ______________________________________________ Signature

STATE OF TEXAS

) ) COUNTY OF ________________)

Sworn to and subscribed before me at _______________________, Texas, this the _____________ day of ___________________________, 2016.

________________________________________________ Notary Public in and for __________ County, Texas

END OF DOCUMENT

NOTE: THIS DOCUMENT MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL. AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT AF - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AG FELONY CONVICTION NOTIFICATION Note: The Statement of Affirmation Must Be Notarized STATEMENT OF AFFIRMATION “The undersigned affirms that he/she is duly authorized to provide this information by the person(s) or business entity making the proposal, and the information provided below concerning felony convictions has been personally and thoroughly reviewed, and verified, and is, therefore, current, true and accurate to the best of my knowledge.” Firm’s Name:____________________________________Address:_____________________________________ “a.____ My firm is a publicly held corporation, therefore, this reporting requirement is not applicable.” “b.____ My firm is not owned nor operated by anyone who has been convicted of a felony.” “c.____ My firm is owned or operated by the following individual(s) who has/have been convicted of a felony:” Name of Felon(s) _______________________________________________________________________________ Details of Conviction(s) ____________________________________________________________ ___________________________________________________________ PLEASE CHECK a, b, or c ABOVE AND SIGN BELOW Offeror’s Name _________________________________ Position/Title ___________________________________ Offeror’s Signature _______________________________ Date _________________________________________

Subscribed and sworn to me on this ____________ day of ______________________________________

________________________________________ Notary Public My Commission Expires ____________________

END OF DOCUMENT

NOTE: THIS DOCUMENT MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL. FELONY CONVICTION NOTIFICATION AG - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AH CERTIFICATION OF CRIMINAL HISTORY RECORD INFORMATION REVIEW BY CONTRACTOR-EMPLOYER Certifying Affidavit submitted to: Name of School District:

Bryan Independent School District

Mailing Address:

101 North Texas Avenue Bryan, Texas 77803

Project: Parking, sidewalks and grading for Sam Houston Elementary School #16-3719

STATE OF TEXAS

§

COUNTY OF

§

(I) The undersigned representative, on behalf of the contracting firm identified below, swears and affirms to Bryan Independent School District (the "District") that such firm has obtained, reviewed and verified, from a law enforcement or criminal justice agency or a private entity that is consumer reporting agency governed by the Fair Credit Reporting Act (15 U.S.C. §§ 1681 et seq.) the criminal history record information of all employees hired before January 1, 2008, who (a) have or will have continuing duties related to the contracted services, and (b) have or will have direct contact with students. Such employees are identified by name on Schedule A (contractor shall provide and attach hereto). The undersigned further swears and affirms no employees who meet the requirements of (a) and (b) herein and/or identified on Schedule A have been convicted of any offense identified in Section 22.085 of the Texas Education Code. (2) The undersigned representative, on behalf of the contracting firm identified below, swears and affirms to the District, that such firm has obtained, reviewed and verified, from the Texas Department of Public Safety criminal clearinghouse, the national criminal history record information of all employees hired on or after January 1, 2008, who (a) have or will have continuing duties related to the contracted services, and (b) have or will have direct contact with students. Such employees are identified by name on Schedule B (contractor shall provide and attach hereto). The undersigned further swears and affirms no employees who meet the requirements of (a) and (b) herein and/or identified on Schedule B have been convicted of any offense identified in Section 22.085 of the Texas Education Code. (3) The undersigned firm swears and covenants that no present or future employee will provide services to the Project that involve direct contact with students unless and until such employee's national criminal history record information has been reviewed and cleared as required by Paragraph (2) above, and an updated Certification has submitted by the contracting firm to the District with an updated Schedule B identifying such employees. In the event of an emergency, an employee who has not been previously certified may only provide services that involve direct contact with students if such employee is escorted by a District representative. (4) The undersigned firm swears and covenants that, upon receipt of information, directly or indirectly, that any employee of the contracting firm has been convicted of an offense identified in Section 22.085 of the Texas Education Code, the contracting firm will immediately remove such employee from the Project and notify the District. (5) Furthermore, if requested by the District, the name, driver's license number, and any other information NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL. CERTIFICATION OF CRIMINAL HISTORY RECORD INFORMATION AH - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 required by the DPS will be submitted to the District for any person on either Schedule A or Schedule B. , being duly sworn, affirms and certifies that he/she is the (position) of

(contracting

firm), and that all statements and acknowledgements contained herein are true and correct, and that he/she has the authority to bind such firm to the covenants set out above.

SUBSCRIBED AND SWORN TO BEFORE ME this

Notary Public

day of

State of

My Commission Expires

END OF DOCUMENT

NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH PROPOSAL. CERTIFICATION OF CRIMINAL HISTORY RECORD INFORMATION AH - 2

, 2016

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 DOCUMENT AJ CONFLICT OF INTEREST QUESTIONNAIRE

INSTRUCTIONS According to Local Government Code, Chapter 176, a person or an agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with the Bryan Independent School District must file a completed Conflict of Interest Questionnaire with the District Legal Department not later than the seventh business day after the date that the person begins contract discussions or negotiations with the District or submits to the District an application, response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the District. This Conflict of Interest Questionnaire must be submitted with this proposal if the person or the agent of the person continues to contract or seek to contract for the sale or purchase of property, goods, or services with the District. Explanation of the Conflict of Interest Questionnaire 1. 2. 3.

Name of person doing business with the District. Check the box if you are filing an update to a previously filed questionnaire. Describe each affiliation or business relationship with an employee or contractor of the District who makes recommendations to a District officer with respect to expenditure of money. If no affiliation or business relationship exists, state “NONE.” Examples: If your spouse, parent, or child is the District’s Director of Purchasing and a bid is being submitted to the Purchasing Department, this relationship must be reported. If your spouse, parent, or child is the Principal at a School and your business may sell items directly to that school, this relationship must be reported. If you or your spouse, parent, or child is in business with a District employee that would be making a recommendation concerning a purchase or sales transaction involving you, the relationship must be reported. If you employ or do business with a spouse, parent, or child of a District employee that would be making a recommendation concerning a purchase or sales transaction involving you, the relationship must be reported. If you are a District employee and would be making a recommendation concerning a purchase or sales transaction involving you, the relationship must be reported. If your spouse, parent, or child is a teacher that does not make recommendations concerning purchasing or sales transactions, this relationship should not be reported. If your spouse, parent, or child is a Principal at a School and a bid is being considered by a separate department such as Facilities Planning (Construction Department), this relationship should not be reported.

4.

Describe each affiliation or business relationship with a person who is a District officer and who appoints or employs a District officer that is the subject of this questionnaire. If no affiliation or business relationship exists, state “NONE.”

CONFLICT OF INTEREST QUESTIONNAIRE AJ - 1

Parking, sidewalks and grading for Sam Houston Elementary School Bryan Independent School District #16-3719 Example: If you or your spouse, parent, or child is related to, employs, or is in business with a District officer or their spouse, parent, or child, this relationship must be reported. 5.

Name of District officer with whom you have an affiliation or business relationship. For each person listed under question #4, complete page 2. If answers to A, B, and C are NO, indicate the name of the District officer, but do not complete section D.

6.

Describe any other affiliation or business relationship that might cause a conflict of interest. Example: If your neighbor or friend is a District employee that would be making a recommendation concerning a purchase or sales transaction involving you and you feel that your relationship with this employee could affect their recommendation, this relationship must be reported. If any other situation exists that would result in a conflict of interest, the relationship must be reported.

7.

Sign and date this form.

Submit the completed form to the District. If any disclosures are indicated under questions #3 or #4, the form will be posted on the District’s website.

END OF SECTION

CONFLICT OF INTEREST QUESTIONNAIRE AJ - 2

FORM

CONFLICT OF INTEREST QUESTIONNAIRE

CIQ

For vendor doing business with local governmental entity OFFICE USE ONLY

This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).

Date Received

By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1

2

Name of vendor who has a business relationship with local governmental entity.

Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

3

Name of local government officer about whom the information in this section is being disclosed.

Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes

No

B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes

No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more? Yes

No

D. Describe each employment or business and family relationship with the local government officer named in this section.

4

Signature of vendor doing business with the governmental entity

Date Adopted 8/7/2015

Sam Houston Elementary Bryan Independent School District CSP 16-3719

DOCUMENT AL - CERTIFICATE OF INTERESTED PARTIES CERTIFICATE OF INTERESTED PARTIES – FORM 1295 Certificate of Interested Parties (Form 1295): Electronically complete and submit using the Texas Ethics Commission’s online filing application. Print a copy of Form 1295, sign, have notarized, and, with a copy of the Certificate of Filing, attach to Document AC Bid Competitive Sealed Proposal Form. Bryan Independent School District is required to comply with House Bill 1295, which amends the Texas Government Code by adding Section 2252.908, Disclosure of Interested Parties. Section 2252.908 prohibits Bryan Independent School District from entering into a contract resulting from a RFP with a business entity unless the business entity submits a Disclosure of Interested Parties (Form 1295) to Bryan Independent School District at the time business entity submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Texas Ethics Commission. Definitions: 1. Interested Party: A person: a) who has a controlling interest in a business entity with whom Bryan Independent School District contracts; or b) who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. 2. Business Entity: An entity recognized by law through which business is conducted, including a sole proprietorship, partnership, or corporation. As a business entity, each vendors must electronically complete, print, sign, notarize, and submit Form 1295 and the Certification of Filing with their proposals even if no interested parties exist. File Form 1295 with the Texas Ethics Commission (TEC) using the online filing application, which can be found at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. Proposers must use the filing application on the Texas Ethics Commission’s website to enter the required information on Form 1295. Proposers must print a copy of the completed form, which includes a certification of filing containing a unique certification number. Form 1295 shall be signed by an authorized agent of the business entity and notarized. Submit the completed Form 1295 with the certification of filing with Bryan Independent School District by attaching the completed form to the vendor’s solicitation response. Bryan Independent School District must acknowledge the receipt of the filed Form 1295 by notifying the Texas Ethics Commission of the receipt of the filed Form 1295 no later than the 30 th day after the date the contract binds the parties to the contract. After Bryan Independent School District acknowledges the Form 1295, the Texas Ethics Commission will post the completed Form 1295 to its website within seven business days after receiving notice from Bryan Independent School District.

INTERESTED PARTIES DISCLOSURE FORM 1295 AH - 1

Sam Houston Elementary Bryan Independent School District CSP #16-3719 SAMPLE FORM 1295

INTERESTED PARTIES DISCLOSURE FORM 1295 AH - 2

Sam Houston Elementary Bryan Independent School District

Gessner Engineering 15-1051 SECTION 02 41 13

REMOVAL OF EXISTING PAVEMENT AND GENERAL DEMOLITION CONDITIONS OF THE CONTRACT AND DIVISION 1, as applicable to this Section. PART I - GENERAL 1.1

DESCRIPTION A.

This item shall consist of breaking up, removing and satisfactorily disposing of existing pavement and foundation components at locations shown on the Plans.

PART 2- PRODUCTS N/A PART 3- EXECUTION 3.1

CONSTRUCTION METHODS A.

The contractor, Owner, and Engineer shall conduct a photographic inventory of the existing buildings, pavement, fences, and other site conditions, and agree to the condition of the existing site.

B.

Existing pavement (with or without bituminous top), sidewalk, driveway, curb, or combined curb and gutter shall be broken up into pieces not greater than eighteen (18) inches in any dimension by air-driven machinery, hydraulic-driven machinery or other suitable means. The use of explosives will not be permitted.

C.

Where only a portion of the existing pavement is to be removed, special care shall be exercised to avoid damage to that portion of the pavement to remain in place. The existing pavement shall be cut to the neat lines shown on the Plans or established by the Engineer. Any existing pavement beyond the neat lines so established which is damaged or destroyed by these operations shall be replaced at the Contractor’s expense.

D.

Existing pavement, which is to be removed, shall be loaded, hauled and neatly stored at designated sites, or otherwise disposed of as directed by the owner. Work performed under this item shall be inaugurated at such times and prosecuted in such manner as to cause minimum inconvenience to traffic or to the owners of adjacent property.

END OF SECTION

REMOVAL OF EXISTING PAVEMENT AND GENERAL DEMOLITION 02 41 13-1

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

SECTION 31 10 00 SITE CLEARING PART 1 - GENERAL 1.1

WORK INCLUDED Clearing and grubbing consists of removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish, and other objectionable matter within the construction limits of improvements.

PART 2 - MATERIALS The Contractor may use equipment and materials necessary to properly complete clearing and grubbing. Obtain approval for equipment and materials before beginning clearing and grubbing. PART 3 - EXECUTION 3.1

CONSTRUCTION METHODS A. CLEARING Remove stumps, roots, rubbish, or other objectionable matter from the designated areas. Trees within ten (10) feet of drainage easements and within back slopes for interceptor ditches may be removed where required for construction operations. B. GRUBBING Remove stumps and roots within pavement section to depth of two feet (2’) below finish subgrade elevation. For areas outside pavement section, remove stumps and roots to depth of two feet (2’) below finished surface of required cross-section. C. PRESERVATION Protect trees left within street right-of-ways and designated for preservation. Take special care not to damage trees designated for preservation which are outside limits of clearing and grubbing. D. REMOVING MATERIAL All cleared and grubbed material, including brush, roots and limbs, shall be ground and hauled offsite.

END OF SECTION

SITE CLEARING 31 00 00

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

SECTION 31 23 00 EXCAVATION AND FILL PART 1 - GENERAL 1.1

WORK INCLUDED This section covers the requirements for rough and finish grading of sites requiring adjustment of soil elevations, including rough and finish grading adjacent to the building and excavation trenching and backfill for utility lines.

1.2

APPLICABLE PUBLICATIONS The applicable provisions of the following standards shall apply as if written here in their entirety: ASTM OSHA

1.3

American Society for Testing of Materials Occupational Safety and Health Administration

QUALITY ASSURANCE A.

Codes and Standards: Perform excavation work in compliance with all applicable requirements of governing authorities having jurisdiction.

B.

Testing and Inspection Services: The Owner will engage a soil testing and inspection service for quality control testing during earthwork operations.

C.

Survey Work, Grades, and Elevations: 1. Grades and Elevations: Finished grades indicated by spot elevation and normal contour line elevations denote finished top surface elevations. Report conflicts, errors and inconsistencies in grades and elevations to Architect/Engineer for resolution. Do not proceed with the work in questionable areas until conflicts are resolved by the Architect/Engineer. 2. Survey Work: Lay out work to the lines and levels required before excavation. Record actual measurements of each footing and mat plan centerline location, bottom elevation, deviation from specified tolerances, and all other pertinent data as required.

1.4

SUBMITTALS A.

Laboratory Test Reports: Submit the following reports directly to the Architect/Engineer from the testing services, with copy to Contractor: 1. Test reports on borrow and fill material including optimum moisture-maximum density curve for each type of soil. 2. Field density test reports. 3. All other test reports as required by “Testing Laboratory Services”, and other specification sections. 4. Product Data. EXCAVATION AND FILL 31 23 00- 1

Sam Houston Elementary Bryan Independent School District CSP #16-3719 1.6

Gessner Engineering 15-1051

JOB CONDITIONS A.

Site Information: Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data are made available for convenience of Contractor. Additional test borings and other exploratory operations may be made by the Contractor at no cost to the Owner.

B.

Removal of Items Remaining from Demolition: Include as part of earthwork the breaking up and removal of all concrete slabs, pavements, footings, foundations, cisterns, septic tanks, abandoned underground utility lines and all other obstructions remaining from previous demolition operations that may have occurred.

C.

Benchmarks, Monuments and Stakes: Contractor shall not disturb any bench marks or property line monument in the performance of the work. In the event it becomes necessary to remove any benchmark or property line monument in the performance of the work, the contractor shall notify the engineer prior to removal so that such points may be referenced, in preparation of replacement. All grade stakes shall be carefully maintained during the progress of the work to insure proper grade lines of the finished work. Benchmarks, property line monuments, and stakes destroyed by contractor will be replaced by a registered professional land surveyor at contractor’s expense.

D.

Existing Utilities: 1. The drawings indicate the locations of known active and inactive above grade and below grade utilities. Locate all existing underground utilities in areas of work before proceeding. Provide adequate support and protection during earthwork operations of utilities that are to remain in place. Demolish and completely remove from the site existing utilities indicated to be removed. Coordinate with utility companies for proper shut-off of services for active lines. 2. If any active utility not indicated in drawings is encountered, notify Architect/Engineer and protect from damage until instructions for proper disposition of the utility are given by the Architect/Engineer. Perform the requested work in compliance with rules and regulations of authority having jurisdiction. 3. Repair active utilities scheduled to remain that are damaged by earthwork operations to the satisfaction of the utility owner. 4. If any inactive utility not indicated on the drawings is encountered, remove, plug, or cap as directed by the Architect/Engineer. Obtain any necessary data relative to proposed abandonment of existing utility service from authority having jurisdiction. 5. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Architect/Engineer and then only after acceptable temporary utility services have been provided. 6. Convenience to Public: All work shall be performed in a manner that will cause as little inconvenience to the public as possible. All excavated material shall be kept trimmed such that minimum inconvenience is caused to the public or adjoining property owners. At locations deemed necessary by the Engineer, excavations shall be bridged in a secure manner so as to prevent serious interruption of travel and to provide access to fire hydrants, public property, and private property. All bridging shall meet OSHA requirements. 7. Provide minimum of 48-hour notice to utility owner, and receive written notice to proceed EXCAVATION AND FILL 31 23 00- 2

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

before interrupting any utility. D.

Use of Explosives: The use of explosives is not permitted.

E.

Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. 3. Perform excavation within drip-line of large trees to remain by hand, and protect the root system from damage or dryout to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of 1” diameter and larger with emulsified asphalt tree paint. 4. Accidental or Careless Damage to Work Intended to Remain in Place: Restore to a condition as good or better than existed before work was commenced as approved by the Architect/Engineer and at no additional cost to the Owner. 5. Damage to Existing Property: The Contractor will be held responsible for any damage to existing structures, work, materials, or equipment because of his operations and shall repair or replace any damage at no additional cost to the Owner. The Contractor shall protect all existing structures and all other existing property from damage, and shall provide all bracing, shoring, or other work necessary for such protection.

PART 2 - MATERIALS 2.1

SOIL MATERIALS A.

Satisfactory Soil Materials: Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, SM, SW, and SP. Some CL materials subject to the requirements for “Select Fill” may be acceptable.

B.

Unsatisfactory Soil Materials: Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GC, ML, MH, CH, OL, OH, and PT. Groups SC and CL are also unsatisfactory unless conforming to requirements specified below.

C.

Topsoil: Topsoil shall be a sandy loam or silty fine sand material of good quality that will readily support growth of common Bermuda grass. Silty fine sand occurs at various depths on this site and may be salvaged from the area under construction. Soils meeting the following Unified Soils Classification will be allowed: GW, GP, GM, SW, SP, and SM.

D.

Use of On-site Materials: Those on-site materials that meet the requirements of general fill or select fill may be reused for that purpose where required. Where fill requirements are not specified, on-site materials may be relocated as required for grading, with the exception of organic soils.

E.

Approval: All soil materials used for the project shall be approved by the Owner’s Testing Laboratory prior to hauling or placement. Soil materials used for fill and backfill shall be retested and reapproved each time the source or character of the material changes.

EXCAVATION AND FILL 31 23 00- 3

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

PART 3 - EXECUTION 3.1

CONSTRUCTION METHODS A.

B.

Clearing and Grubbing: Remove all existing slabs, pavements, trash, rubbish, debris, trees, roots, stumps, underbrush, grass, shrubs, plants and other vegetation from within the mass excavation limits. Trees and other vegetation to be left standing shall be thoroughly protected from damage by the erection of barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations and to those under construction, and so as to provide for safety of employees and others. All roots and stumps shall be grubbed and completely removed from the soil in the project area. Where grubbing operations are performed, the soil shall be re-compacted to a density equal to that of the surrounding undisturbed soil. All debris resulting from grubbing operations shall be removed from the site by the Contractor and legally disposed of. PREPARATION 1. Survey Work: a. Set required lines and levels as required to accurately perform the excavation work. b. Maintain all bench marks and other reference points. 2. Protection of Existing Work and Utilities: a. Protect bench marks and existing structures, utilities, roads, sidewalks, paving, curbs and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. In areas where excavations must be carried to such depths that surcharge from streets, sidewalks, or earth pressure create hazardous conditions, provide sheet piling, shoring and bracing, or combinations thereof, as required to protect excavations. Remove shoring and bracing before backfilling is completed, but not before permanent supporting structure is in place. b. Protect excavations to prevent cave-ins and loose dirt from falling into excavations. c. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. d. Notify Architect/Engineer of any unexpected subsurface conditions. Discontinue work in area until Architect/Engineer provides notification to resume work. e. Work within public and Railroad Right-of-Way: When any part of the project falls within County, State, or Railroad right-of-way, all work within such right-of-way shall be conducted in accordance with the requirements of each agency or Railroad. f. Maintenance of Traffic: The Contractor shall conduct his work such that traffic whether vehicular or pedestrian, will be maintained at all times. If required to maintain traffic, the Contractor shall construct at his expense, temporary detours or other temporary structures.

C.

EXCAVATION 1. Unclassified Excavation: The excavation for this project is unclassified. The Contractor is required to excavate to subgrade elevations specified, regardless of the character of materials or obstructions encountered. No additional costs will be paid by the Owner for any underground obstructions encountered. 2. Unauthorized Excavation: a. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Architect/Engineer. Unauthorized excavation, as well as remedial work directed by Architect/Engineer, shall be at EXCAVATION AND FILL 31 23 00- 4

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

Contractor’s expense. b. Under footings, foundation bases, or foundation walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill or cement stabilized sand may be used to bring elevation to proper position, when acceptable to Architect/Engineer and approved by the Geotechnical Engineer. c. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Architect/Engineer. 3. Approval of Subgrade: a. Proofroll exposed subgrade with appropriate compaction equipment. Conduct proofrolling operations with approved testing lab present. Undercut areas which “pump” or “rut” during operations to firm natural soil, and backfill and compact as specified. b. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated material with cement stabilized sand, lean concrete, or select fill as directed by Owner’s Geotechnical Engineer. c. Reconstruct subgrades damaged by freezing temperature, frost, rain, accumulated water, or construction activities as directed by the Owner’s Geotechnical Engineer. 4. Stability of Excavations: a. Slope sides of excavations to comply with local codes and ordinances having jurisdiction and in accordance with the requirements noted in the Geotechnical Report. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. b. Maintain sides and slopes of excavations in safe condition until completion of backfilling. Protect slopes from erosion by covering the slope with material such as polyethylene sheet. 5. Shoring and Bracing: a. Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and cross-braces, in good serviceable condition. b. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. c. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. 6. Dewatering: a. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. b. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. c. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or run-off areas. Do not use trench excavations as temporary drainage ditches. Do not discharge drainage water lines into municipal sewers without municipal approval. Prevent water running onto adjacent properties and public thoroughfares. Direct surface drainage away from excavated areas. 7. Material Storage: a. Where required by schedule or site limitations, stockpile satisfactory soil materials and/or select fill where directed, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. b. Locate and retain soil materials away from edge of excavations. Do not store within EXCAVATION AND FILL 31 23 00- 5

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

drip-line of trees indicated to remain. c. Remove and dispose of excess soil material and waste materials as herein specified, unless otherwise shown on the plans. d. The Contractor will be permitted to use available space belonging to the Owner for construction purposes and for the storage of materials and equipment. The location and extent of the areas so used shall be as designated and approved by the Owner. e. It shall be clearly understood that the responsibility for the protection and safekeeping of equipment and materials on or near the site will be wholly and entirely that of the Contractor and that no claim whatsoever shall be made against the Owner by reason of acts occurring upon said substances by employees or trespassers. It shall be further understood that should any occasion arise necessitating access to the sites occupied by these stored materials and equipment, as determined by the Engineer, the Contractor owning or responsible for the stored materials or equipment shall immediately move the stored materials or equipment as needed. No materials or equipment may be placed upon the property of the Owner until the Owner has approved the proposed location contemplated by the Contractor to be used for storage. 8. Excavation and Backfilling for Trenches: a. Dig trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. Provide 6” to 9” clearance on both sides of pipe or conduit. b. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to establish indicated flow lines and invert elevations. c. Where rock is encountered, carry excavation 6” below required elevation and backfill with a 6” layer of crushed stone or gravel prior to installation of pipe. d. For pipes or conduit 5” or less in nominal size and for flat-bottomed multiple-duct conduit units, do not excavate beyond indicated depths. Hand excavate bottom cut to accurate elevations and support pipe or conduit on undisturbed soil. e. For pipes or conduit 6” or larger in nominal size, tanks and other mechanical/electrical work indicated to receive subbase, excavate to subbase depth indicated, or, if not otherwise indicated, to 6” below bottom of work to be supported. f. Except as otherwise indicated, excavate for exterior waterbearing piping (water, seam, condensate, drainage) so top of piping is not less than 3’-6” below finished grade. g. Backfill trenches with concrete where trench excavations are close to column or wall footings such that the bottom of the excavation is below the zone of influence of such footings, or which pass under wall footings. The zone of influence of a footing is defined by 45 degree planes extending downward from the bottom edges of the footing. Place concrete to level of bottom of adjacent footing. In other locations, backfill trenches with select fill. h. Do not backfill trenches until tests and inspections have been made and backfilling authorized by Geotechnical Engineer or other authorized Owner’s representative. Use care in backfllling to avoid damage or displacement of pipe systems. i. For piping or conduit less than 2’-6” below surface of roadways, provide 4” thick concrete base slab support. After installation and testing of piping or conduit, provide minimum 4” thick encasement (sides and top) of concrete prior to backfilling or placement of roadway subbase. 9. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35°F. D.

PLACING FILL AND BACKFILL 1. Location: Place satisfactory and approved soil material in layers to required subgrade elevations for each area classification listed below: a. Excavations: In excavations use select fill or approved excavated material. Place in layers to required subgrade elevations. EXCAVATION AND FILL 31 23 00- 6

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

b. Under Walks: Use minimum 6” deep course of base or subbase material, or approved excavated material, or as specified on plans. c. Backfill Adjacent to Structures: Backfill against the structure with select fill up to within 24” of grade. Use impervious fill material at the top 24” of backfill adjacent to structures. d. Under Steps: Use minimum 6” course of subbase or base material, or as specified on plans. e. Under Piping and Conduit: Under piping and conduit use subbase or base material, shaped to fit bottom of trench. 2. Prior to Backfill Placement: Backfill excavations as promptly as work permits but not until completion of each of the following: a. Acceptance of construction below finish grade including, where applicable, dampproofing, waterproofing, and perimeter insulation. b. Inspection, testing, approval, and recording locations of underground utilities. c. Removal of concrete formwork. d. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in a manner to prevent settlement of the structure or utilities, or leave in place if required. e. For basement walls, until floor construction at top of wall is complete. f. Removal of trash and debris. g. Permanent or temporary horizontal bracing is in place on horizontally supported walls. 3. Ground Surface Preparation: a. Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break-up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill material will bond with existing surface. b. When existing ground surface has a density less than that specified under “Compaction” for particular area classification, break up ground surface, pulverize, moisture-condition to optimum moisture content, and compact to required depth and percentage of maximum density. 4. Grading: a. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. The entire site shall be graded to the grades shown on the plans, including pavements. Areas not under pavement or structures which have been excavated or which have received fill material shall have a minimum of four (4) inches of topsoil at finished grade. If four (4) inches of topsoil does not remain after excavation in excavated areas, the Contractor shall over excavate as required to place the required thickness of topsoil. Topsoil shall be compacted sufficiently to prevent future settling. b. Verification of Grades of Existing Adjacent Facilities: When the elevation of the site grading to be performed is dependent on the elevation of existing structures such as building slabs, sidewalks, culverts, etc., the Contractor, prior to beginning any work in the area of the existing structure which is dependent on the elevation of the existing structure, shall verify that the elevation of the existing structure is as shown on the plans. If the elevation of the existing structure differs from that shown on the plans, the Contractor shall notify the Engineer immediately prior to proceeding. Proposed sidewalks parallel to and adjacent to a building and at a building entrance must be handicapped accessible. c. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes to plus or minus 1 inch. d. Adjustment of Manhole Top Elevations: Existing manholes, sanitary sewer cleanouts EXCAVATION AND FILL 31 23 00- 7

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

and valve boxes shall be protected from damage during construction operations by the Contractor. In the event that they are damaged, they shall be repaired by the Contractor and the entire cost borne by him. Their tops shall be adjusted by Contractor in elevation where necessary to match the proposed grading plan. e. Embankment: Non-paved areas beyond the limits of buildings which require fill material shall be filled with soil free of rock and organic matter. The embankment shall be placed in eight (8) inch maximum lifts and compacted to a minimum 92% of Standard Proctor as measured by ASTM D 698. The final lift shall consist of not less than four (4) inches of topsoil at finished grade. Fill material and sub grades under sidewalks or concrete slope paving shall be compacted to 95% Standard Proctor. f. Allowance for Compaction and Settlement: Allow for natural compaction and settlement during grading operations. Where excessive settlement occurs, scarify settled areas, fill and compact to required subgrade levels. E.

COMPACTION 1. General: Control all soil compaction during construction, providing minimum percentage of density specified for each area classification indicated below. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. 2. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density for soils which exhibit a well-defined moisture density relationship (cohesive soils) determined in accordance with ASTM D 698 (standard) or ASTM D 1557 (modified). a. Lawn or Unpaved Areas: Scarify and re-compact top 6” of subgrade and each layer of backfill or fill material at the optimum moisture content (± 2%) to 90% maximum standard density. b. Walkways: Scarify and re-compact top 6” of subgrade and each layer of backfill or fill material at the optimum moisture content (± 2%) to 90% maximum standard density. c. Structures: Scarify and re-compact top 6” of subgrade and each layer of backfill or fill material at the optimum moisture content (± 2%) to 95% maximum standard density. If fill in excess of three (3) feet is required, all structural and select fill deeper than three (3) feet shall be compacted to ninety five (95) percent of maximum modified density. d. Pavement: Scarify and re-compact top 6” of subgrade and each layer of backfill or fill material at the optimum moisture content (± 2%) to 95% maximum modified density or 98% maximum standard density. 3. Moisture Control: a. Where subgrade or layer of soil material requires moisture before compaction, uniformly apply water to surface of subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. b. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. c. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing or pulverizing until moisture content is reduced to a satisfactory value.

F.

FIELD QUALITY CONTROL 1. Refer to Section entitled “Testing Laboratory Services” for required quality control testing during construction. 2. Contractor shall provide owner’s laboratory access to each lift of fill for density testing. Notify testing lab at least twenty-four hours before completion of each lift to allow EXCAVATION AND FILL 31 23 00- 8

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

scheduling of testing. G.

MAINTENANCE 1. Protection of Graded Areas: a. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. b. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. c. The Contractor shall employ measures and construction practices to control soil erosion at or adjacent to the project site. Adequacy of erosion control is the responsibility of Contractor and may include, but shall not be limited to filter fabric fences, rock dams, hay bale dams and berms. See Storm Water Pollution Prevention Section for additional requirements regarding erosion control and prevention of storm water pollution. 2. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re-shape, and compact to required density prior to further construction. 3. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. Contractor shall remove temporary erosion control devices and materials after establishment of permanent vegetation. 4. The contractor shall repair and correct any areas of erosion during the progress of construction and until final acceptance of the project.

H.

DISPOSAL OF EXCESS WASTE MATERIALS Removal from Owner’s Property: Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off Owner’s property unless specific approval has been granted by owner.

END OF SECTION

EXCAVATION AND FILL 31 23 00- 9

SECTION 31 23 23.53 CEMENT STABILIZED SAND BACKFILL PART 1 – GENERAL 1.1

DESCRIPTION A.

1.2

MEASUREMENT AND PAYMENT A.

1.3

At the discretion of the Engineer, Cement Stabilized Sand meeting the following specification may be allowed as trench backfill.

Cement-stabilized sand shall be considered a part of the backfill requirement for the unit installed and shall be considered subsidiary to the length of the unit bid. If the cement stabilized sand is indicated to be a separate construction item for bulk backfill then the cement stabilized sand shall be measured per cubic yard as indicated on the plans.

SUBMITTALS A.

Mix Design

PART 2 – PRODUCTS 2.1

MATERIALS A.

CEMENT - Type I Portland Cement conforming to ASTM C150.

B.

SAND - Clean durable sand meeting grading requirements for fine aggregates of ASTM C33, and the following requirements: 1.

Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487.

2.

Deleterious materials:

3.

2.2

a.)

Clay lumps, ASTM C142; less than 0.5 percent.

b.)

Lightweight pieces, ASTM C123; less than 5.0 percent.

c.)

Organic impurities, ASTM C40; color no darker than standard color.

d.)

Plasticity index of 4 or less when tested in accordance with ASTM D4318.

Water: Potable water, free of oils, acids, alkalis, organic matter, or other deleterious substances, meeting requirements of ASTM C94.

TESTING REQUIREMENTS A.

Mixing plant inspections may be performed periodically. Material samples shall be collected and tested for change in material characteristics.

B.

Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632 and tested for compressive strength in accordance with ASTM D1633.

C.

The cement content may be tested at the discretion of the City.

1

Section 31 23 23.53 Cement Stabilized Sand Backfill

PART 3 – EXECUTION 3.1

CONSTRUCTION METHODS A.

DESIGN REQUIREMENTS Design sand-cement mixture to produce a minimum unconfined compressive strength of 50 pounds per square inch in 48 hours and 100 pounds per square inch in 7 days when compacted to 95% in accordance to ASTM D558 and when cured in accordance with ASTM D1632, and tested in accordance with ASTM D1633. Mix for general use shall contain a minimum of 1-½ sacks of cement per cubic yard. Mix for use as sanitary sewer embedment within 9 feet of waterlines shall contain 2 sacks of cement per cubic yard. Compact mix with moisture content between 0% to 2% above optimum. The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the contractor.

B.

C.

MIXING 1.

Thoroughly mix sand, cement, and water in proportions specified by the Design Requirements using a pugmill-type mixer. The plant shall be equipped with automatic weight controls to ensure correct mix proportions.

2.

Stamp batch ticket at plant with time of loading directly after mixing. Material not placed and compacted within 4 hours after mixing shall be rejected.

PLACEMENT 1.

Place sand-cement mixture in 8-inch-thick lifts and compact to 95% of ASTM D558 unless other specified by the engineer. The moisture content during compaction shall be between 0% to 2% above optimum. Perform and complete compaction of sand-cement mixture within 4 hours after addition of water at plant.

2.

Do not place or compact sand-cement mixture in standing or free water.

END OF SECTION

2

Section 31 23 23.53 Cement Stabilized Sand Backfill

SECTION 31 25 13 EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL 1.1

DESCRIPTION A.

The work covered by this section consists of the installation and maintenance of all erosion siltation control devices, wash down areas, or seeding and sodding applications necessary to effectively prevent storm water pollution of adjoining or downstream areas that may occur as a direct or indirect result of the construction of this project. The contractor is responsible for creating and maintaining the storm water pollution prevention plan by utilizing the base sheets and narrative provided in the bid documents. The contractor is also responsible for submitting the Notice of Intent (NOI) and Notice of Termination (NOT) and conducting inspections as required by the Texas Commission on Environmental Quality (TCEQ.) The required forms for these activities are included in the bid documents. The engineer will provide: 1. Base Sheets for Erosion Control Plan (ECP) 2. The Narrative for the Storm Water Pollution Prevention Plan (SWPPP) The contractor will generate, submit, and maintain the: 1. ECP 2. SWPPP 3. NOI (if required) 4. NOT (if required)

1.2

MEASUREMENT AND PAYMENT Erosion and Sediment Control is measured as a lump sum item. The work and materials as prescribed by this item will be paid on the following schedule:

1.3

A.

25% of the bid value shall be paid when the erosion control plan is fully detailed and implemented, the NOI (if required) is submitted to both TCEQ and the City Inspector, and all of the initial erosion control devices have been installed and are in working order.

B.

50% of the value will be prorated for the installation and maintenance of erosion control devices during the course of construction as a percent of the total contract value. If the sediment trapping devices on the site appear to be un-maintained, no payment of this portion of the item shall be paid.

C.

25% will be paid at the completion of construction when the site is stabilized, the NOT is submitted to both TCEQ and the City Inspector and all erosion control devices are removed from the site.

SUBMITTALS A.

The contractors shall submit the initial erosion control plan along with the NOI (if required) prior to receiving a notice to proceed.

B.

If required, the Contractor is responsible for filing a “Notice of Intent” (NOI.) The contractor shall comply with all TCEQ and EPA regulations and pay the filing fees associated with the regulations. Fees associated with these regulations are subsidiary to the bid item Storm Water Prevention. The forms are available at: 1

Section 31 25 13 Erosion and Sedimentation Control

http://www.tceq.state.tx.us/assets/public/permitting/waterquality/forms/20022.pdf http://www.tceq.state.tx.us/assets/public/permitting/waterquality/forms/20023.pdf C.

Said NOI must be postmarked two days before construction begins. NOI’s and NOT’s shall be submitted to the address shown on the forms. It is the Contractor’s responsibility to file and provide the owner a copy of the Notice of Termination (NOT) at the completion of the project.

PART 2 – PRODUCTS N/A PART 3 – EXECUTION 3.1

3.2

GENERAL A.

It is the responsibility of the Contractor to utilize whatever techniques are necessary to address erosion problems as they occur during construction.

B.

Siltation control and sediment trapping devices shall be installed prior to site clearing, grading or utility construction operations. All devices should be positioned so as to effectively remove silt from storm water before it leaves the site. Of particular concern, are gravel or stone blankets placed at construction traffic exits and entrances. These controls should be closely monitored to see that they trap sediment before it reaches the existing street and drainage system.

C.

Construction activities should be phased to expose a minimum of graded area at one time. Earth exposed by the construction process shall be re-vegetated every two weeks until vegetation is established. Re-vegetation shall require seeding, hydromulching or sodding. Fresh growth of vegetation shall eliminate the need for additional re-vegetation but does not constitute stabilization.

D.

Should a construction process remove any portion of the perimeter controls, the controls should be replaced in accordance with the TCEQ guidelines. Prior to the completion of the project, all bare areas shall be re-vegetated with a cellulose fiber hydromulch seeding process or sodded.

E.

Siltation control devices placed at storm drain inlets and culverts shall be removed by the Contractor once the site has been stabilized.

MAINTENANCE AND INSPECTION A.

The contractor shall familiarize himself with the erosion control requirements of TCEQ. The site superintendent, or his representative, shall make a visual inspection of all structural and/or natural controls and newly stabilized areas as required by TCEQ, especially after a rainfall to insure that all controls are maintained and properly functioning. Any damaged controls shall be repaired prior to the end of the work day, including re-seeding and mulching or re-sodding if necessary. All inspections shall be documented with a written report. Reports shall include the effectiveness of erosion control measures, construction activities conducted since the last report and their location. Reports shall be maintained by the Contractor along with the Erosion Control Plan per the TCEQ guidelines.

B.

The contractor is responsible for the ECP. The contractor shall continuously update the plan with all changes. Areas already stabilized shall be noted on the plan. All sediment trapping devices shall be installed as soon as practical after the area has been disturbed (never more than 14 days). All sediment trapping devices shall be cleaned when the sediment level reaches 25% capacity. Sediment shall be disposed of by spreading on site or hauling away if not suitable for fill. 2

Section 31 25 13 Erosion and Sedimentation Control

C.

The Contractor shall be responsible for any and all materials, improvements, and maintenance activities necessary to keep dust, silt, and mud from leaving the work zone, including being tracked by vehicles traveling throughout the zone.

D.

Should, in the opinion of the Owner, the Contractor fail to prevent the escape of dust or contain silt and mud within the project, after due notification by the City Representative, Owner forces will be used to clean up those affected areas, and the cost of same will be deducted from the contract.

E.

Prior to Substantial Completion, the Contractor shall verify that no dust, silt, or mud exists within the work zone in deposits deeper than two inches (2”) as a result of the contractor’s containment procedures. Should the Contractor claim final completion without removing such deposits, they will be removed by Owner forces and the cost of which shall be deducted from the contract.

END OF SECTION

3

Section 31 25 13 Erosion and Sedimentation Control

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

SECTION 31 32 00 SOIL STABILIZATION PART I GENERAL 1.1

WORK INCLUDED A.

1.2

This Section specifies the requirements for treating and stabilizing the pavement subgrade and for structural fill areas as shown on the drawings, by pulverizing, adding lime; and finishing to the lines and grades shown on the drawings and constructed as specified herein.

APPLICABLE PUBLICATIONS A.

Texas Department Transportation 1993 Standard Specifications for Construction of Highways, Streets and Bridges (TxDOT), 1. Item 260: Lime Treatment for Materials used as Subgrade (Road Mixed) 2. Item 265: Lime and Lime Slurry

B.

American Society for Testing and Materials Standards (ASTM): 1. 2. 3. 4.

1.3

D698: Laboratory Compaction with Standard Effort D1557: Laboratory Compaction with Modified Effort D6276: pH Lime Series D4318: Atterburg Limits

RELATED WORK Section 02200 - Earthwork

PART 2 MATERIALS 2.1

SOIL Soil shall consist of approved clay material free from vegetation or other objectionable matter encountered in the existing subgrade.

2.2

LIME Lime for use in treating the subgrade shall conform to Type A, Hydrated Lime, or Type C, Quicklime meeting the requirements of TxDOT Item 260.

2.3

WATER Water shall be free from substances deleterious to the hardening of the cement treatment and shall be from an approved source.

PART 3 EXECUTION 3.1

GENERAL A.

B.

Construction methods shall consist of preparation of subgrade, pulverization, application, mixing, and finishing and curing. Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. LIME STABILIZATION 31 32 00 - 1

Sam Houston Elementary Bryan Independent School District CSP #16-3719

3.2

3.3

3.4

3.5

Gessner Engineering 15-1051

APPLICATION A.

In accordance with the Geotechnical Engineer’s recommendations, the optimum amount of lime shall be determined at the time of construction. The amount of lime selected shall provide a minimum pH of 12.4 and a maximum plasticity index of 20.

B.

Excavate and scarify the material to be treated a minimum of 6” below the finished subgrade. The finished product shall result in a full 6” thickness of treated subgrade.

C.

The distribution of lime shall be uniformly placed in such quantity that all soil to be treated receives the minimum percentage of lime. Spread lime only on that area where mixing operations can be completed during the same working day.

MIXING A.

Mix the soil and lime thoroughly with suitable road mixers or other approved equipment until a homogeneous mixture is obtained free from clods and lumps. Aerate or sprinkle the mixture as necessary to secure the optimum moisture content; between optimum and plus 4%.

B.

Allow the material to cure for a period of forty-eight to seventy-two hours. Keep the material moist during this time.

C.

After curing, mix the material uniformly with a rotary mixer. All particles shall pass a 1¾” sieve and 60% shall pass a number 4 sieve. Lime-soil mixture pH shall be 12.4 or greater.

COMPACTION A.

Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing.

B.

The moisture content at time of compaction shall be at optimum to 4 percent above optimum.

C.

The mixture when used as pavement subgrade shall be compacted to a minimum density of 95 percent of Modified Proctor Density (ASTM D1557) or 98% of Standard Proctor Density (ASTM D698) is obtained.

FINISHED GRADING A.

Surface of the subgrade shall not show any deviation in excess of 1/4 inch above or one inch below established subgrade elevation.

B.

The surface shall be uniform and smooth without large clumps or voids.

END OF SECTION

LIME STABILIZATION 31 32 00 - 2

Sam Houston Elementary Bryan Independent School District CSP 16-3719

Gessner Engineering 15-1051

SECTION 32 13 13 CONCRETE PAVING PART 1 - GENERAL 1.1

WORK INCLUDED Concrete Walks, Curbs, Drives, curbs, and gutters, and other site flat work outside the building area.

1.2

RELATED WORK A. SECTION 02200 – Earthwork B. SECTION 02240 – Lime Stabilization E. SECTION 02760 – Pavement Marking

1.3

SUBMITTALS Provide a shop drawing showing all proposed control joints in large paving areas.

1.4

QUALITY ASSURANCE Street sidewalks, curbs and gutters, and approaches shall be constructed to meet or exceed the requirements of the construction drawings.

PART 2 - MATERIALS A. Reinforcing: Minimum reinforcement at paving, parking and all flatwork shall be #3 Bars at 18” on center each way, unless otherwise specified on the drawings or these specifications. B. Concrete: Minimum compressive strength shall be 4,000 psi at 28 days, unless otherwise noted on the drawings. C. Expansion Joint Filler 1. ASTM D 1751 preformed strips of asphalt saturated cane fiberboard for joints in standard finished flat work (walks, curbs and gutters), with G-SEAL 605 Greenstreak expansion joint cover. 2. ASTM 1752, Ceremar preformed strips of rubber compound for joints in concrete flatwork. PART 3 - EXECUTION 3.1

PREPARATION A. Grade Control: 1. Establish and maintain the lines and grades for concrete site work items by the means of line guides and grade stakes. Complete any fine grading required to prepare the subgrade. Maintain finished subgrade cushions in a satisfactory condition.

CONCRETE PAVING 32 13 13 - 1

Sam Houston Elementary Bryan Independent School District CSP 16-3719 3.2

Gessner Engineering 15-1051

INSTALLATION A. Forming 1. Set forms to lines and grades, then brace and secure to withstand wet concrete without deflection, deformation, or leakage. Stake forms securely in position with joints keyed to prevent relative displacement. Clean and oil forms each time they are used. 2. Walks: 4” Thick. Surfaces shall be crowned or sloped per plans to provide adequate drainage. 3. Curbs and gutters: Construct as detailed on drawings. 4. Paving Drive approaches: Construct as detailed on drawings. 5. Refer to drawings for any miscellaneous items and construct as detailed. B. Reinforcement 1. Install all reinforcing to meet the details on the drawings. 2. Minimum reinforcement at paving, parking and flatwork shall be #4 bars at 16” on center each way, unless noted otherwise on the drawings. C. Concrete: 1. Place concrete to meet the requirements of the drawings. 2. Place concrete in accordance with ACI 301 and 304. Deposit concrete so that specified slab thickness will be obtained after vibrating and finishing operations. Minimize handling to prevent segregation. Consolidate concrete by suitable means to prevent formation of voids or honeycombs. Exercise care to prevent disturbance of forms and reinforcing and damage to vapor retarder. Place concrete to lines and levels shown, properly sloped to drain into adjacent yard areas and drainage structures. 3. Hot Weather Placement: ACI 305. 4. Cold Weather Placement: ACI 306. 5. Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement. 6. Place concrete continuously between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. D. Expansion Joints 1. Locate expansion joint around fixed objects within or abutting concrete, and as shown on the plans along drive and parking areas. 2. Install Preformed filler with top edge approximately ¼” below the finished concrete surface to a neat, straight joint. 3. Joints shall be ¾” to 1” wide unless detailed otherwise on the drawings. All joint edges shall be rounded with an edging tool to provide an acceptable finished appearance. 4. There shall be no connection by reinforcement or keyway across expansion joints. Joints shall be held in alignment with sleeved, smooth dowels where required. E. Scoring: 1. Saw cut walks, approaches, and paving using and abrasive or diamond blade. Cut joint width shall be ½” and depth shall be ¼” deep at walks and ¼ total slab thickness, unless detailed otherwise on the drawings, at approaches, drives and paving. Cutting of joints shall be done as soon as the concrete surface is firm and will not be damaged by the blade (4-12 hours of finish) and before shrinkage cracks have the ability to form in the concrete slab. 2. Score walks at approximately 5’-0” intervals in each direction unless specified otherwise on the drawings. Where walks abut curbs, control joint cuts shall align. CONCRETE PAVING 32 13 13 - 2

Sam Houston Elementary Bryan Independent School District CSP 16-3719

Gessner Engineering 15-1051

3. Score curbs and gutters at approximately 5’-0” intervals unless specified otherwise on the drawings. 4. Score approaches and paving at approximately 20’-0” intervals in each direction or as detailed on drawings. F.

Standard Finishing: 1. Strike slab off true by double screening to the required level at or below the elevations and grades shown on the drawings. Set edge forms and screed strips accurately to produce the designated elevations and contours. 2. Walks: Float with wood floats to true planes with now course aggregate visible. Hand trowel to produce smooth surfaces. Brush surfaces with a soft fiber brush to produce a uniformly striated finish (broom finish). Edge concrete surfaces with a rounded edging tool to produce an acceptable finish appearance. 3. Curbs and Gutters: Finish the curb and flow lines of gutters with a steel “S” shaped trowel to the contour of the curb and gutter and then cross brush surfaces with a soft fiber brush to produce an fine brush finish. 4. Approaches: Screed and float to a monolithic medium float finish and belt with a canvas belt to produce a herringbone texture finish. 5. Curb Ramps: Score surface, as detailed, to meet the Texas Accessibility Standards. Provide integral contrasting color to concrete to meet Texas Accessibility Standards. 6. Paving: The surface shall be troweled and edged with a steel trowel and then broomed to achieve a smooth, uniform brush finish.

G.

Curing: 1. Cure concrete 7 days. Coat exposed surfaces with curing compound and protect surfaces from pedestrian and vehicular traffic during the curing period. Damaged areas shall be repaired or re-sprayed by contractor. 2. Concrete surfaces designated to receive chemical stain must be free of curing compound. Accordingly, finished concrete shall be water –cured or shall be completely sandblasted if cured with a curing compound membrane.

H. Removing Forms: 1. Forms shall remain in place for at least 12 hours after concrete has been placed and finished. Remove forms with out damaging the concrete and finish. Bars and heavy tools shall not be used to pry against the concrete in order to remove any forms.

CONCRETE PAVING 32 13 13 - 3

Sam Houston Elementary Bryan Independent School District CSP 16-3719 3.3

Gessner Engineering 15-1051

FIELD QUALITY CONTROL A. Concrete Tests: Testing shall be done in accordance with the contract. B. Grade and Smoothness Tests: 1. Final Grade: Finished surface of the flatwork shall not vary more than 0.04 feet above or below the grade or elevation specified on the drawings. Finished surfaces of abutting pavement and walks shall coincide at their juncture. Where a new pavement or walk abuts and existing surface, transition pavement or walk strip shall be installed if required to provide proper elevation correction. 2. Surface Smoothness: Finished surface of the flat work shall have not abrupt changes of more than ½” and shall not deviate from the testing edge of a 12”-0” straight edge more that ¼” plus or minus tolerance. Flow lines of gutters shall not deviate from the testing edge of a 10’-0” straight edge more than ½” plus or minus tolerance.

3.4

CLEANING A.

3.5

Remove debris, scraps, surplus materials, tools and equipment from the premises upon completion of the work. Clean all concrete dropping from walks and curs. Leave the finish graded areas free of any concrete related debris and rubble.

PROTECTION A.

Immediately after placements, protect concrete as required for protection from premature, drying, excessive hot or cold temperatures and any mechanical damages.

END OF SECTION

CONCRETE PAVING 32 13 13 - 4

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

SECTION 32 17 23 PAVEMENT MARKINGS PART 1 - GENERAL 1.1

DESCRIPTION A.

1.2

This specification describes the procedures and product for the marking (painting) of pavement. A handicapped sign is to be placed at each handicapped parking space. For van accessible spaces, a van accessible sign is required and is to be mounted on the same pole as the handicapped sign.

SUMMARY A.

Section Includes Markings for: 1. 2. 3. 4. 5.

1.3

Parking Spaces. Crosshatched handicapped aisles. Crosshatched sidewalks. Handicapped parking spaces. Firelane.

SUBMITTALS B.

Five copies of product data sheets shall be submitted.

PART 2 - PRODUCTS 2.1

MANUFACTURERS A.

Pavement Marking Paint: 1. White – Sherwin Williams Setfast Acrylic Waterborne Traffic Marking Paint product No. TM 2160 non-reflective, or approved equal. 2. Red – Sherwin Williams Setfast Acrylic Waterborne Traffic Marking Paint product No. TM 2132 non-reflective, or approved equal.

PART 3 - EXECUTION 3.1

APPLICATION AND CONSTRUCTION A.

All markings shall be applied and surfaces prepared as recommended by the product Manufacturer.

B.

Stripe width for parking spaces and similar type markings shall be a minimum of four (4) inches.

PAVEMENT MARKINGS 32 17 23-1

Sam Houston Elementary Bryan Independent School District CSP #16-3719

Gessner Engineering 15-1051

C.

Diagonal stripes at 45 degrees shall be painted on handicapped access aisles at handicapped parking spaces, crosswalks, and pedestrian loading zones. Perpendicular distance between diagonal stripes shall be thirty-six (36) inches center to center.

D.

Paint shall have net film thickness of 0.015 inches.

E.

Paint shall be applied no sooner than 14 days after seal coat has been applied.

F.

Paint shall be applied in one (1) coat.

G.

Paint shall be applied as shown on drawings.

H.

Glass spheres or reflectorized granules shall be applied before the paint sets or dries, evenly at a rate of six (6) pounds of glass spheres or 1.7 pounds of reflectorized granules per gallon of paint.

END OF SECTION

PAVEMENT MARKINGS 32 17 23-2

SECTION 33 40 04 REINFORCED CONCRETE RIPRAP PART 1 - GENERAL 1.1

DESCRIPTION A.

1.2

1.3

This item shall govern the furnishing and placing of riprap of concrete of the type indicated on the plans or specified by the Engineer.

MEASUREMENT AND PAYMENT A.

Measurement of acceptable riprap complete in place will be made on the basis of the area actually covered.

B.

Concrete in toe walls will be measured as riprap of the type with which it is placed.

C.

The riprap quantities, measured as provided above, will be paid for at the unit prices bid in the Proposal for Reinforced Concrete Riprap, which price will be full compensation for furnishing, hauling, and placing all materials including reinforcement and for all labor, tools, equipment and incidentals necessary to complete the work.

D.

Payment for excavation of toe wall trenches, all necessary excavation below natural ground or bottom of excavated channel, shaping of slopes, will be included in the unit price bid for riprap.

E.

Payment will not be made for unauthorized work.

SUBMITTALS A.

Concrete Mix Designs

B.

Certification for cement conformance to specification

C.

Test reports for all required concrete tests

PART 2 – PRODUCTS 2.1

MATERIALS A.

2.2

Materials for concrete shall conform to the requirements of SECTION 03 30 00 CONCRETE. Concrete shall be of the class shown on the plans unless otherwise specified by the Engineer.

TESTING REQUIREMENTS As specified in SECTION 03 30 00 - CONCRETE.

PART 3 – EXECUTION 3.1

GENERAL A.

The slopes and other areas to be protected shall be dressed to the line and grade shown on the plans prior to the placing of riprap. Riprap shall not be placed on embankment slopes 1

Section 33 40 04 Reinforced Concrete RipRap

until the embankment has been compacted to ninety-eight (98%) percent of Standard Density as specified in A.S.T.M. Designation D-698 or as shown on the plans. B.

Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Concrete riprap shall be reinforced using #4 steel bars spaced at 12 inches on center. Wire reinforcement will not be allowed.

C.

Reinforcement shall be supported properly throughout the placement to maintain its position equidistant from the top and bottom surface of the slab.

D.

If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed.

E.

After the concrete has been placed, compacted and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface.

F.

Immediately following the finishing operation the riprap shall be cured in accordance with SECTION 03 30 00 - CONCRETE.

END OF SECTION

2

Section 33 40 04 Reinforced Concrete RipRap

April 11, 2015 Mr. Jeff Windsor Construction Manager Bryan ISD 1920 N. Earl Rudder Freeway Bryan, TX 77808 Re:

Sam Houston Elementary School Civil Design Specification Outline Gessner Engineering Project No.: 15-1051

Mr. Windsor: Civil specifications sections as follows: 02 41 13 Removal of Existing Pavement 31 10 00 Site Clearing 21 23 00 Excavation and Fill 31 32 00 Lime Stabilization 32 13 13 Concrete Paving 32 17 23 Pavement Markings Standard City of Bryan Specifications: 31 23 23.53 Cement Stabilized Sand Backfill 31 25 13 Erosion and Sedimentation Control 33 40 04 Reinforced Concrete Rip-Rap

Please contact me directly if you have further questions. Sincerely, GESSNER ENGINEERING, LLC F-7451

Alex S. Pfefferkorn, P.E., CFM

COLLEGE STATION

979 680 8840



BRENHAM

979 836 6855

2501 Ashford Drive, Suite 102 / College Station, Texas 77840 CIVIL

STRUCTURAL

GEOTECHNICAL

LAND SURVEYING

• •

FORT WORTH

817 405 0774 •

Fax 979 680 8841



SAN ANTONIO

210 305 4792

www.gessnerengineering.com

CONSTRUCTION MATERIALS TESTING

N

o

o

o

o

o

o

o

o

PROJECT BENCHMARK:

o

o

28 SF OF CONCRETE RIP-RAP, REF. DETAIL ON SHEET C6.0

CENTER OF HEADWALL ELEVATION = 298.88'

o

221.0'

BM

PROJECT LOCATION

o

o

8.0'

o

0

20 40 SCALE: 1"= 20'

60

o

o

o

o

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

VICINITY MAP

LEGEND

o

o

Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

o

EXISTING BUILDING

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING

IN

o

AR Y

o

PROPOSED 4" CONCRETE SIDEWALK

100-YEAR FLOODPLAIN

PRELIMINARY NOT FOR CONSTRUCTION

o

PROPOSED 7" CONCRETE PAVEMENT

PR

o

o

EL IM

PROPOSED 5" CONCRETE PAVEMENT

o

o

o

o

o

o

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

FLOODWAY

o

EM. STON EL SAM HOU DING EX. BUIL

o

HUDSON CREEK CENTERLINE

o

PROPERTY LINE ADJACENT PROPERTY LINE

o

BUILDING SETBACK LINE EXISTING PAVEMENT EDGE

o

EXISTING MAJOR CONTOURS

o

EXISTING MINOR CONTOURS

o

o

OW

'R

.0 80

o

o

o

SITE PLAN FOR: SAM HOUSTON ELEMENTARY SCHOOL 4501 CANTERBURY DR. BRYAN, TX 77802-5906

9.3'

35

o

.2'

SITE PLAN NOTES: 1.

o

LEGAL DESCRIPTION: COPPERFIELD PF4, BLOCK 14, LOT 1, 12.0 ACRES SAM HOUSTON ELEMENTARY

o

20.

o

3'

ZONING: PLANNED DEVELOPMENT o

.4'

24.7'

32

3.

4.

o 51 .4 '

31.4'

TOTAL AREA DISTURBED: 2.53 ACRES

5.

A PORTION OF THE PROPERTY IS LOCATED WITHIN THE 100-YR FLOODPLAIN.

6.

o

o

2.

PROPOSED STAIRS

9.0'

o

o

o

6.0'

o

o

25 .0 ' ' 9.0' = 145 16 SPA. @

o

o

25.0'

OWNER: BRYAN I.S.D. 101 NORTH TEXAS AVENUE BRYAN, TX 77803 TELEPHONE: 979-209-7062 CONTACT: JEFF WINDSOR EMAIL: [email protected]

o o 24.0'

o

9.0 16 SPA. @

o 4' WIDE CURB CUT

= 145'

o SILT FENCE, REF. B/CS STANDARD DETAIL SHEET SWPP

4.0' WIDE FLUME

o

o 24 SF OF CONCRETE RIP-RAP, REF. DETAIL ON SHEET C6.0

4.0' WIDE FLUME

4.0' WIDE FLUME

o o

7.

o

o 24 SF OF CONCRETE RIP-RAP, REF. DETAIL ON SHEET C6.0

o

o

o

o

o

o

oFLUME 4.0' WIDE 24 SF OF CONCRETE o RIP-RAP, REF. DETAIL ON SHEET C6.0

9. 10. 11.

12. EROSION CONTROL NOTES: 1. 2.

24 SF OF CONCRETE RIP-RAP, REF. DETAIL ON SHEET C6.0

8.

3. 4. 5. 6.

13. THE CONTRACTOR SHALL PROVIDE EROSION PROTECTION AT ALL LOCATIONS OF CONSTRUCTION. THE CONTRACTOR WILL REMOVE ALL EXCESS SOIL FROM CONSTRUCTION VEHICLES PRIOR TO EXITING THE SITE. 14. THE CONTRACTOR SHALL UNDERTAKE PROPER METHODS TO REDUCE DUST GENERATION FROM THE SITE. 15. THE CONTRACTOR MUST COMPLY WITH FEDERAL, STATE, AND LOCAL REGULATIONS REGARDING SEDIMENTS AND EROSION CONTROL. A COPY OF THIS PLAN MUST BE KEPT AT THE CONSTRUCTION FACILITY DURING THE ENTIRE CONSTRUCTION PERIOD. 16. ALL FINISHED GRADES ARE TO BE HYDRO-MULCHED, SPOT SODDED OR SEEDED AND WATERED UNTIL GROWTH IS ESTABLISHED.

340

PROPOSED MAJOR CONTOURS

341

PROPOSED MINOR CONTOURS o

SILT FENCE, INSTALLED PER DETAIL B/CS SWPP DETAIL CONSTRUCTION ENTRANCE, INSTALLED PER B/CS SWPP DETAIL

CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCIES BETWEEN THESE PLANS AND ONSITE FIELD CONDITIONS OR SPECIFICATIONS OF OTHER DISCIPLINES THE CONTRACTOR IS REQUIRED TO OBTAIN ALL NECESSARY PERMITS, AS WELL AS INSPECTION APPROVALS. A COPY OF APPROVED CONSTRUCTION PLANS SHALL BE KEPT ON SITE AT ALL TIMES THROUGHOUT CONSTRUCTION. THE CONTRACTOR SHALL MAINTAIN A SET OF REDLINE DRAWINGS TO RECORD AS-BUILT CONDITIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CONTAINMENT AND PROPER DISPOSAL OF ALL LIQUID AND SOLID WASTE ASSOCIATED WITH THIS PROJECT. THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO PREVENT THE OCCURRENCE OF WIND BLOWN LITTER FROM THE PROJECT SITE. DURING CONSTRUCTION, THE CONTRACTOR SHALL MAINTAIN AN ORDERLY PROJECT SITE. THE CONTRACTOR SHALL CLEAN AND REMOVE ANY SURPLUS OR DISCARDED MATERIALS, TEMPORARY STRUCTURES, AND DEBRIS FROM THE PROJECT SITE. THE CONTRACTOR IS RESPONSIBLE FOR STORAGE AND SAFE-GUARDING OF ALL MATERIALS AND EQUIPMENT AT THE PROJECT SITE TO MAINTAIN A SAFE AND SECURE PROJECT. THE CONTRACTOR SHALL COORDINATE SITE STORAGE WITH THE OWNER TO NOT OBSTRUCT DRIVES, ACCESS, OR OTHER OPERATIONAL REQUIREMENTS. ANY ADJACENT RIGHT-OF-WAY (R.O.W.) OR PROPERTY AFFECTED DURING CONSTRUCTION, SHALL BE RETURNED TO PRE-CONSTRUCTION CONDITION AT THE CONTRACTOR'S EXPENSE. THE CONTRACTOR SHALL PROTECT ALL SURVEY MONUMENTATION, BENCHMARKS, AND MARKERS DURING CONSTRUCTION. THE CONTRACTOR MUST PROVIDE CONSTRUCTION STAKING SERVICES BASED ON THE INFORMATION PROVIDED IN THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL EXISTING UTILITIES OR SERVICE LINES DURING THE CONSTRUCTION PROCESS. WHERE EXISTING UTILITIES OR SERVICE LINES ARE DAMAGED, THE CONTRACTOR SHALL REPAIR OR REPLACE THE UTILITY OR SERVICE LINE WITH THE SAME TYPE OF MATERIAL AND CONSTRUCTION, OR BETTER. ALL MATERIAL AND LABOR SHALL BE AT THE CONTRACTOR'S EXPENSE. THE CONTRACTOR IS RESPONSIBLE FOR COMPLYING WITH ALL STATE AND FEDERAL REGULATIONS REGARDING CONSTRUCTION ACTIVITIES NEAR ENERGIZED OVERHEAD ELECTRIC LINES. THE CONTRACTOR ACKNOWLEDGES THAT THE LOCATION AND/OR ELEVATION OF THE EXISTING UTILITIES SHOWN ON THE PLANS IS BASED ON RECORDS OF VARIOUS UTILITY COMPANIES, CITY MAPS AND, WHEN POSSIBLE, FIELD MEASUREMENTS. THE INFORMATION IS NOT TO BE RELIED UPON AS BEING EXACT OR COMPLETE. THE CONTRACTOR SHALL NOTIFY THE APPROPRIATE UTILITY COMPANY 48 HOURS PRIOR TO EXCAVATION, AND SHALL NOTIFY THE ENGINEER OF ANY CONFLICTS. THE SCOPE OF THIS PROJECT INCLUDES SIDEWALKS, AN ADDITIONAL PARKING LOT, SITE GRADING TO MEET ADA STANDARDS, PROVIDING POSITIVE DRAINAGE THROUGHOUT THE SITE, AND PAVING AND JOINT LAYOUTS BASED ON THE GEOTECHNICAL RECOMMENDATIONS FOR THE SITE. NOTE: DEMOLITION/CONSTRUCTION WASTE - SITE IS REQUIRED TO PROVIDE CONTAINMENT FOR WASTE PRIOR TO AND DURING DEMOLITION/CONSTRUCTION. SOLID WASTE ROLL OFF BOXES AND/OR METAL DUMPSTERS SHALL BE SUPPLIED BY CITY OR CITY PERMITTED CONTRACTOR(S) ONLY.

SITE PLAN Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C1.0

N PROJECT BENCHMARK:

BM

CENTER OF HEADWALL ELEVATION = 298.88'

0

30 60 SCALE: 1"= 30'

90

Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

PR

EL IM

IN

AR Y

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING

PRELIMINARY NOT FOR CONSTRUCTION

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

EM. STON EL U O H M A S DING EX. BUIL

EXISTING TREE TO REMAIN

EXISTING TREE TO REMAIN

SAWCUT AND REMOVE EXISTING 160 LF OF CURB AND 1,145 SF OF CONCRETE PAVEMENT

SAWCUT AND REMOVE EXISTING 92 LF OF CURB AND 946 SF OF CONCRETE PAVEMENT

DEMOLITION PLAN

EXISTING TREES TO REMAIN

Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP

LEGEND

TREES O NT UNLESS O HIS SIDE TO BE RE MOVED THERWIS E NOTED TREES O N THIS SI DE TO RE MAIN

Project Number: 15-1051

Revisions:

DEMOLITION AREA ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

PROPERTY LINE SAWCUT LINE

DEMOLITION NOTES: 1.

2.

AREAS BENEATH REMOVED PAVEMENT SHALL BE CLEARED OF ALL LOOSE OR DISTURBED MATERIAL OR WATER. THE AREA SHALL BE MANUALLY COMPACTED AND REPLACED WITH SIMILAR MATERIALS PRIOR TO NEW CONCRETE PLACEMENT. CONTRACTOR TO PROTECT ALL EXISTING TREES TO REMAIN DURING DEMOLITION AND CONSTRUCTION ACTIVITIES.

C2.0

N PROJECT BENCHMARK:

BM

R5.

1'

CENTER OF HEADWALL ELEVATION = 298.88'

33 .0

'

15

.3'

.6'

0

R6

20 40 SCALE: 1"= 20'

R1 1.7

GESSNER ENGINEERING '

R4.5'

STANDARD 6" CURB AND GUTTER 8.1

'

'

.7'

R4.5' 51.4 ' R5

31.4'

3.2

2.3'

R4 .0'

14.0'

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

PR

.0 '

PROPERTY LINE

145.0'

4' WIDE CURB CUT

4.0'

R3

4.8 '

BRENHAM

979.680.8840

PRELIMINARY NOT FOR CONSTRUCTION ADJACENT PROPERTY LINE

13.8'

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

5.0'

EXISTING PAVEMENT EDGE CONTRACTION JOINT EXPANSION JOINT

PAVING AND DIMENSION PLAN

EJ

DIMENSION CONTROL NOTES:

EJ

1. EJ EJ EJ

EJ

EJ EJ

EJ

EJ

EJ

2.

EJ

EJ

EJ

3. 4. EJ

THE CONTRACTOR MAY OBTAIN AN ELECTRONIC COPY OF PROJECT PLANS FOR CONSTRUCTION PURPOSES, WITH THE PERMISSION OF THE OWNER. THE ELECTRONIC FILE AND INFORMATION GENERATED, BY GESSNER ENGINEERING, FOR THIS PROJECT IS CONSIDERED BY GESSNER ENGINEERING, TO BE CONFIDENTIAL. WHEN ISSUED, IT'S USE IS INTENDED SOLELY FOR THE INDIVIDIUAL OR ENTITY TO WHICH IT IS ADDRESSED. THE MATERIAL IS INTENDED FOR USE BY THE RECIPIENT NAMED, ONLY, AND PERMISSION IS NOT GRANTED TO THE RECIPIENT FOR DISTRIBUTION OF THIS DOCUMENTS IN ANY FORM OR FASHION. THE RECIPIENT UNDERSTANDS THAT THIS DATA IS AUTHORIZED "AS IS" WITHOUT ANY WARRANTY AS TO ITS PERFORMANCE, ACCURACY, FREEDOM FROM ERROR, OR AS TO ANY RESULTS GENERATED THROUGHOUT ITS USE. THE RECIPIENT ALSO UNDERSTANDS AND AGREES THAT GESSNER ENGINEERING, UPON RELEASE OF SUCH DATA, IS NOT LONGER RESPONSIBLE FOR THEIR USE OR MODIFICATION. THE USER AND RECIPIENT OF THE ELECTRONIC DATA ACCEPTS FULL RESPONSIBILITY AND LIABILITY FOR ANY CONSEQUENCES ARISING OUT OF THEIR USE. ALL DIMENSIONS SHOWN ARE TO BE USED IN CONJUNCTION WITH THE PLANS FOR LOCATING ALL IMPROVEMENTS AND SHALL BE FIELD VERIFIED BY THE CONTRACTOR FOR WORKABILITY PRIOR TO CONSTRUCTION OF THE IMPROVEMENTS. UNLESS NOTED OTHERWISE, ALL DIMENSIONS ARE TO BACK OF CURB. REFER TO ARCHITECTURAL PLANS FOR DETAILED BUILDING DIMENSIONS.

DIMENSION & PAVING PLAN

PAVEMENT NOTES:

EJ

EJ

COLLEGE STATION

PROPOSED 7" CONCRETE PAVEMENT

BUILDING SETBACK LINE

1) PROPOSED STAIRS

PACING 2C FOR S E T O N E ' SE

6.0

NOTE 10.0' SEE PACING 2C FOR S

FOR NOTE 2C 10.0' SEE SPACING

2)

EJ

EJ

EJ

EJ

EJ

EJ

EJ

TBPE F-7451, TBPLS F-10193910

IN

'

.6'

4' 6. R6

24.0'

18.5' TYP.

18.5' TYP.

R9

PROPOSED 5" CONCRETE PAVEMENT

R4

9.0' = 16 SPA. @

FIRM REGISTRATION NUMBER:

PROPOSED 4" CONCRETE PAVEMENT

R4 .0

14.0'

.0'

www.gessnerengineering.com

8.3'

.0' 9.0' = 145 16 SPA. @

R4

College Station, Texas 77840

9' 0. R4

14.0'

6.0'

30.1'

58.7'

Suite 102

EXISTING BUILDING

25.0 '

77.3'

9.0' 25.0'

LEGEND

R12.3'

11.5'

1' 5. R1

R3 9.7 '

2.0

R4.0'

'

'

2501 Ashford Drive

EL IM

32 .4'

6.9 R3

24.7'

R3

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

Corporate Office

AR Y

'

18.7

'

2.3

60

PLAN | DESIGN | VERIFY

2.3'

R7.9'

9.3'

EJ

EJ

EJ EJ

4)

JOINT PLAN

SUBGRADE: A. EXISTING TREES, STUMPS, AND ROOTS SHALL BE GRUBBED AND REMOVED. VEGETATION SHALL BE REMOVED AND THE TOP 6" OF TOPSOIL AND SUBGRADE STRIPPED FROM THE AREAS TO BE COVERED BY PROPOSED IMPROVEMENTS. B. PAVING AREAS SHALL BE PROOFROLLED WITH A 15 TON COMPACTOR AND, IF REQUIRED AT THE TIME OF CONSTRUCTION , THE CONTRACTOR SHALL STABILIZE WEAK AREAS BY OVER EXCAVATING AND BACKFILLING. C. FILL MATERIAL SHALL BE PLACED IN 8" LOOSE LIFTS, MAXIMUM, WITH EACH LIFT AT A MOISTURE CONTENT OF +/- 2% OF OPTIMUM, AND COMPACTED TO A UNIFORM DENSITY OF 95% OF THE MAXIMUM DRY DENSITY AS DETERMINED BY THE STANDARD PROCTOR (ASTM D698). D. COMPACTION TEST SHALL BE CONDUCTED FOR EVERY 4,000 SF OF FILL PLACED, WITH A MINIMUM OF ONE TEST PER LIFT. CONCRETE PAVEMENT: A. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF 4,000 PSI. B. ALL CONCRETE SHALL BE VIBRATED WHEN PLACED. C. PAVEMENT CONTRACTION JOINTS SHALL BE INSTALLED PER DETAIL SHEET C6.0, WITH A MAXIMUM SPACING OF 8' FOR 4" SIDEWALKS, 14' FOR 7" PAVEMENT, AND 10' FOR 5" PAVEMENT. CONTRACTION JOINTS SHALL BE INSTALLED BETWEEN 2 AND 6 HOURS OF CONCRETE PLACEMENT AS CONCRETE CURING ALLOWS. AN EARLY ENTRY SAW IS PREFERRED. D. PAVEMENT EXPANSION JOINTS SHALL BE SPACED AS SHOWN ON THE PLANS AND INSTALLED PER DETAIL SHEET C6.0. CONSTRUCTION SHALL BE STOPPED AT EXPANSION JOINTS. IF CONDITIONS REQUIRE, CONSTRUCTION TO BE STOPPED AT OTHER LOCATIONS, A COLD JOINT SHALL BE CONSTRUCTED. E. ISOLATION JOINTS SHALL BE PLACED AT ALL IN-PAVEMENT OBJECTS INCLUDING INLETS, LIGHT POLE FOOTINGS AND CLEANOUTS. F. ALL JOINTS SHALL BE SEALED PER DETAIL SHEET C6.0. G. REFERENCE C6.0 FOR PAVEMENT AND SIDEWALK CONSTRUCTION DETAILS. H. TRANSPORTATION AND PLACEMENT OF THE CONCRETE SHALL BE IN ACCORDANCE WITH ACI 301. A TEST SET CONSISTING OF 3 CYLINDERS SHALL BE TAKEN EVERY 75 CUBIC YARDS OF CONCRETE. REINFORCING STEEL: A. ALL REINFORCEMENT SHALL BE ASTM A-615, GRADE 60. THE PAVEMENT REINFORCEMENT SHALL BE #4 BARS, 16" OCEW, AND THE SIDEWALK SHALL BE REINFORCED WITH #4 BARS, 16" OCEW OR #3 BARS, 12" OCEW. B. LAPS AND SPLICES IN REINFORCING BARS SHALL BE A MINIMUM OF 30 BAR DIAMETERS IN LENGTH. BARS SHALL BE SECURED AT EVERY OTHER INTERSECTION.

Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C3.0

N PROJECT BENCHMARK:

BM

CENTER OF HEADWALL ELEVATION = 298.88'

0

20 40 SCALE: 1"= 20'

60

IDE 5.0' W CONC RETE E, FLUM REF. D

LEGEND

ETAIL

8.3'

Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

.0 ON C6

EXISTING BUILDING

AR Y

221.0'

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING

EL IM

IN

PROPOSED 4" CONCRETE PAVEMENT

PR

PROPOSED 5" CONCRETE PAVEMENT

PROPOSED 7" CONCRETE PAVEMENT

PRELIMINARY NOT FOR CONSTRUCTION PROPERTY LINE ADJACENT PROPERTY LINE

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

BUILDING SETBACK LINE EXISTING PAVEMENT EDGE CONTRACTION JOINT EXPANSION JOINT

R6 6.8 '

R66.8'

R61.8 '

DIMENSION CONTROL NOTES: 1.

2.

3. 4.

THE CONTRACTOR MAY OBTAIN AN ELECTRONIC COPY OF PROJECT PLANS FOR CONSTRUCTION PURPOSES, WITH THE PERMISSION OF THE OWNER. THE ELECTRONIC FILE AND INFORMATION GENERATED, BY GESSNER ENGINEERING, FOR THIS PROJECT IS CONSIDERED BY GESSNER ENGINEERING, TO BE CONFIDENTIAL. WHEN ISSUED, IT'S USE IS INTENDED SOLELY FOR THE INDIVIDIUAL OR ENTITY TO WHICH IT IS ADDRESSED. THE MATERIAL IS INTENDED FOR USE BY THE RECIPIENT NAMED, ONLY, AND PERMISSION IS NOT GRANTED TO THE RECIPIENT FOR DISTRIBUTION OF THIS DOCUMENTS IN ANY FORM OR FASHION. THE RECIPIENT UNDERSTANDS THAT THIS DATA IS AUTHORIZED "AS IS" WITHOUT ANY WARRANTY AS TO ITS PERFORMANCE, ACCURACY, FREEDOM FROM ERROR, OR AS TO ANY RESULTS GENERATED THROUGHOUT ITS USE. THE RECIPIENT ALSO UNDERSTANDS AND AGREES THAT GESSNER ENGINEERING, UPON RELEASE OF SUCH DATA, IS NOT LONGER RESPONSIBLE FOR THEIR USE OR MODIFICATION. THE USER AND RECIPIENT OF THE ELECTRONIC DATA ACCEPTS FULL RESPONSIBILITY AND LIABILITY FOR ANY CONSEQUENCES ARISING OUT OF THEIR USE. ALL DIMENSIONS SHOWN ARE TO BE USED IN CONJUNCTION WITH THE PLANS FOR LOCATING ALL IMPROVEMENTS AND SHALL BE FIELD VERIFIED BY THE CONTRACTOR FOR WORKABILITY PRIOR TO CONSTRUCTION OF THE IMPROVEMENTS. UNLESS NOTED OTHERWISE, ALL DIMENSIONS ARE TO BACK OF CURB. REFER TO ARCHITECTURAL PLANS FOR DETAILED BUILDING DIMENSIONS.

PAVEMENT NOTES: 1)

2)

4)

SUBGRADE: A. EXISTING TREES, STUMPS, AND ROOTS SHALL BE GRUBBED AND REMOVED. VEGETATION SHALL BE REMOVED AND THE TOP 6" OF TOPSOIL AND SUBGRADE STRIPPED FROM THE AREAS TO BE COVERED BY PROPOSED IMPROVEMENTS. B. PAVING AREAS SHALL BE PROOFROLLED WITH A 15 TON COMPACTOR AND, IF REQUIRED AT THE TIME OF CONSTRUCTION , THE CONTRACTOR SHALL STABILIZE WEAK AREAS BY OVER EXCAVATING AND BACKFILLING. C. FILL MATERIAL SHALL BE PLACED IN 8" LOOSE LIFTS, MAXIMUM, WITH EACH LIFT AT A MOISTURE CONTENT OF +/- 2% OF OPTIMUM, AND COMPACTED TO A UNIFORM DENSITY OF 95% OF THE MAXIMUM DRY DENSITY AS DETERMINED BY THE STANDARD PROCTOR (ASTM D698). D. COMPACTION TEST SHALL BE CONDUCTED FOR EVERY 4,000 SF OF FILL PLACED, WITH A MINIMUM OF ONE TEST PER LIFT. CONCRETE PAVEMENT: A. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF 4,000 PSI. B. ALL CONCRETE SHALL BE VIBRATED WHEN PLACED. C. PAVEMENT CONTRACTION JOINTS SHALL BE INSTALLED PER DETAIL SHEET C5.0, WITH A MAXIMUM SPACING OF 8' FOR 4" SIDEWALKS, 14' FOR 7" PAVEMENT, AND 10' FOR 5" PAVEMENT. CONTRACTION JOINTS SHALL BE INSTALLED BETWEEN 2 AND 6 HOURS OF CONCRETE PLACEMENT AS CONCRETE CURING ALLOWS. AN EARLY ENTRY SAW IS PREFERRED. D. PAVEMENT EXPANSION JOINTS SHALL BE SPACED AS SHOWN ON THE PLANS AND INSTALLED PER DETAIL SHEET C5.0. CONSTRUCTION SHALL BE STOPPED AT EXPANSION JOINTS. IF CONDITIONS REQUIRE, CONSTRUCTION TO BE STOPPED AT OTHER LOCATIONS, A COLD JOINT SHALL BE CONSTRUCTED. E. ISOLATION JOINTS SHALL BE PLACED AT ALL IN-PAVEMENT OBJECTS INCLUDING INLETS, LIGHT POLE FOOTINGS AND CLEANOUTS. F. ALL JOINTS SHALL BE SEALED PER DETAIL SHEET C5.0. G. REFERENCE C5.0 FOR PAVEMENT AND SIDEWALK CONSTRUCTION DETAILS. H. TRANSPORTATION AND PLACEMENT OF THE CONCRETE SHALL BE IN ACCORDANCE WITH ACI 301. A TEST SET CONSISTING OF 3 CYLINDERS SHALL BE TAKEN EVERY 75 CUBIC YARDS OF CONCRETE. REINFORCING STEEL: A. ALL REINFORCEMENT SHALL BE ASTM A-615, GRADE 60. THE PAVEMENT REINFORCEMENT SHALL BE #4 BARS, 16" OCEW, AND THE SIDEWALK SHALL BE REINFORCED WITH #4 BARS, 16" OCEW OR #3 BARS, 12" OCEW. B. LAPS AND SPLICES IN REINFORCING BARS SHALL BE A MINIMUM OF 30 BAR DIAMETERS IN LENGTH. BARS SHALL BE SECURED AT EVERY OTHER INTERSECTION.

DIMENSION & PAVING PLAN Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C3.1

N PROJECT BENCHMARK:

BM

CENTER OF HEADWALL ELEVATION = 298.88'

0

20 40 SCALE: 1"= 20'

60

Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

LEGEND

340

PR

EL IM

IN

AR Y

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING

PRELIMINARY NOT FOR CONSTRUCTION

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

341

GRADING PLAN Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C4.0

N PROJECT BENCHMARK:

BM

CENTER OF HEADWALL ELEVATION = 298.88'

0

20 40 SCALE: 1"= 20'

60

Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

IN

AR Y

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING

341

PRELIMINARY NOT FOR CONSTRUCTION

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

340

PR

EL IM

LEGEND

GRADING PLAN Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C4.1

N PROJECT BENCHMARK:

BM

CENTER OF HEADWALL ELEVATION = 298.88'

0

100 200 SCALE: 1"= 100'

300

CAUTION: CONTACT THE TEXAS EXCAVATION SAFETY SYSTEM (DIG-TESS) AT 1-800-344-8377 TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. CONTACT GESSNER ENGINEERING IF CONFLICTS OCCUR.

A2

PLAN | DESIGN | VERIFY

GESSNER ENGINEERING Corporate Office 2501 Ashford Drive Suite 102 College Station, Texas 77840 www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

EL IM

IN

AR Y

A2

PR

LEGEND

DRAINAGE AREA BOUNDARY

A1

DRAINAGE AREA LABEL AND FLOW DIRECTION

PRELIMINARY NOT FOR CONSTRUCTION

EXISTING CONTOURS 340

A1

PROPOSED CONTOURS

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

A1

PROPERTY LINE TIME OF CONCENTRATION PATH

100-YEAR FLOODPLAIN

FLOODWAY

HUDSON CREEK CENTERLINE

DRAINAGE AREA MAP NOTES: 1) THIS SHEET IS FOR SITE PLANNING PURPOSES ONLY. IT IS NOT TO BE USED AS A DOCUMENT FOR CONSTRUCTION. 2) DRAINAGE CALCULATIONS WERE PREFORMED UTILIZING THE NRCS METHOD.

EXISTING DRAINAGE AREA MAP

PROPOSED DRAINAGE AREA MAP DRAINAGE AREA MAP Issue Date: 04/13/2016 Drawn By: PR Checked By: ASP Project Number: 15-1051

Revisions: ,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

C5.0

GESSNER ENGINEERING

PLAN | DESIGN | VERIFY

18", 3/4" DOWELS @ 12" C-C SLIP COVER ONE END

ROCK RIPRAP SEE NOTES

1.0'

1/2" BITUMINOUS OR OTHER APPROVED EXPANSION JOINT FILLER W/ 1/2" SEALANT

4.0'

#4 BARS @ 18" O.C.E.W MINIMUM

SAW CUT PAVEMENT 1/4 OF PAVEMENT THICKNESS

SECTION

8.0'

4' WIDE CONCRETE FLUME

SEE PLAN

5.0'

4.0' PLAN

EXPANSION JOINT

NOTES:

NTS

NTS

SECTION

NTS

12" MIN. 24"

www.gessnerengineering.com

FIRM REGISTRATION NUMBER: TBPE F-7451, TBPLS F-10193910 COLLEGE STATION BRENHAM

979.680.8840

979.836.6855

FORT WORTH

817.405.0774

SAN ANTONIO

210.556.4124

5" 6"

PR PRELIMINARY NOT FOR CONSTRUCTION

2" 3" 5.0' MIN. LANDING

30.0' MAX. A

CURB & GUTTER SECTION NTS

5.0' MIN. LANDING

SAM HOUSTON ELEMENTARY BRYAN, TX 77802

2"

3"

3"

4"

12 1

3"

3"

- #4 BARS - 3/4" x 18" SMOOTH EXPANSION DOWELS

3" R.

7"

12"

STABILIZE SUBGRADE PER GEOTECHNICAL ENGINEER'S RECOMMENDATIONS

36" MIN. 6" CURB

3"

12" MIN.

34" MIN. TO 38" MAX.

4 " R. (TYP.)

8"

1

A

15"

30" MAX

6"

NOTES: * 1. SEE PLAN FOR THICKNESSES OF CONCRETE PAVEMENT 2. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF 4,000 PSI 3. ISOLATION JOINTS SHALL BE PLACED AS SHOWN ON THE JOINT PLAN a. AT INTERSECTIONS b. AT SMALL IN-PAVEMENT OBJECTS 4. BOX OUT INLETS AND MANHOLES

College Station, Texas 77840

AR Y

NOTE: TYPE "G" EXPANSION JOINTS IN CURB & GUTTER SHALL BE SPACED AT A MAXIMUM DISTANCE OF 40' APART AND AT ALL RADIUS POINTS, P.T.S, AND P.C.S. TYPE "B" CONTRACTION JOINTS IN CURB & GUTTER SHALL BE SPACED AT A MAXIMUM DISTANCE OF 10' APART.

ROCK RIPRAP DISSIPATION BED

Suite 102

IN

T" *

NATURAL GROUND

1. AT INSTANCES WHERE THE BOTTOM SLOPE OF THE DITCH EXCEEDS 2%, RIPRAP TO BE INSTALLED AT THE DOWNSTREAM HEADWALLS. 2. RIPRAP MAY BE EQUIPMENT PLACED WITH HAND WORK TO FILL VOIDS AND TO PROVIDE UNIFORMITY. HAND PLACEMENT OF THE ROCK WILL BE REQUIRED ADJACENT TO THE OUTLET PIPE. 3. RIPRAP GRADATION SHALL MEET THE FOLLOWING SPECIFICATIONS FOR SIZE: STONE FOR THIS RIPRAP SHALL CONSIST OF GRADED STONES RANGING FROM 0.25' TO 0.75' IN SIZE. STONES USED FOR RIPRAP SHALL BE DENSE, ANGULAR AND HARD ENOUGH TO WITHSTAND EXPOSURE TO AIR, WATER, FREEZING AND THAWING.

CONTROL JOINT

#4 BARS @ 18" OCEW

INSTALL RIPRAP AT HEADWALL MIN. DIA. RIPRAP = 3" MAX. DIA. RIPRAP = 9" 50% DIA. RIPRAP = 6"

2501 Ashford Drive

EL IM

THE SAW CUT OPERATION SHALL BEGIN WITHIN 2 TO 6 HRS OF CONCRETE PLACEMENT

1% MIN. SLOPE

Corporate Office

SECTION A-A

ADA PEDESTRIAN RAMP NTS

CONCRETE PAVEMENT NTS

MAX

---2'-6"

Issue Date: 04/13/2016 5'-0"

Drawn By: PR Checked By: ASP REF. PLAN SHEET FOR DIM.

Project Number: 15-1051

Revisions:

CONCRETE FLUME

ROLLING PIPE GATE

NTS

NTS

,

,

,

,

,

,

,

,

,

,

,

,

,

,

,

----