temple isd transportation office...

630
PROJECT MANUAL TEMPLE ISD TRANSPORTATION OFFICE BUILDING 919 N 31 st St TEMPLE, TEXAS 76504 Stantec Project No. 214000430 Stantec Architecture, Inc. 3001 Bee Caves Rd, Suite 300 Austin, Texas 78746 www.stantec.com Issued For: 100% Construction Documents June 30, 2016 VOLUME NUMBER 1 Divisions 00 Through 14

Upload: vutuyen

Post on 27-Mar-2018

223 views

Category:

Documents


4 download

TRANSCRIPT

  • PROJECT MANUAL

    TEMPLE ISD TRANSPORTATION OFFICE BUILDING 919 N 31st St

    TEMPLE, TEXAS 76504

    Stantec Project No. 214000430

    Stantec Architecture, Inc. 3001 Bee Caves Rd, Suite 300

    Austin, Texas 78746 www.stantec.com

    Issued For: 100% Construction Documents

    June 30, 2016

    VOLUME NUMBER 1

    Divisions 00 Through 14

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    SECTION 00 01 01 - TITLE PAGE TITLE OF THE WORK: TEMPLE ISD TRANSPORTATION OFFICE BUILDING NAME AND ADDRESS OF THE OWNER: TEMPLE INDEPENDENT SCHOOL DISTRICT 200 N 23rd Street Temple, Texas 76504 NAME AND ADDRESS OF THE ARCHITECT-ENGINEER: STANTEC ARCHITECTURE 3001 BEE CAVES ROAD, SUITE 300 AUSTIN, TEXAS 78746 (512) 867-6000 FAX (512) 867 - 6001 TITLE OF DOCUMENTS BOUND HEREWITH: TITLE PAGE TABLE OF CONTENTS INDEX OF DRAWINGS PROPOSAL REQUIREMENTS CONTRACT DOCUMENTS DATE: JUNE 30, 2016 PROJECT NUMBER: 214000430 END OF SECTION 00 10 1

    TITLE PAGE 00 01 01 - 1

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    ADVERTISEMENT FOR COMPETITIVE SEALED PROPOSALS

    Competitive sealed proposals are requested from interested subcontractors suppliers for the various items of work required for Temple Independent School District Transportation Office Building. Proposals will be received Temple ISD, at the Administration Building, 200 N 23rd Street Temple, TX, until 2:00 P.M. on July 21th, 2016. Written proposals may be submitted using subcontractors normal format broken down by specification section to Temple ISD. Proposals may be mailed or delivered to the following address prior to 2:00 P.M. Temple Independent School District (Street Address) 200 N 23rd Street Temple, TX 76504 (Mailing Address) P. O. Box 788 Temple, TX 76503 (254) 215-6792 [email protected] Construction documents are available at Miller Imaging & Design Solutions Plan Room (www.planroom.millerids.com) 1007 E. 7th Street Austin, TX 78702 (512) 478-8793. Project completion date is scheduled for March, 2017.

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016 SECTION 00 01 10 TABLE OF CONTENTS OF THE PROJECT MANUAL VOLUME 1 DIVISIONS 00 - 14 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 TITLE PAGE ADVERTISEMENT FOR BIDS 00 01 10 TABLE OF CONTENTS OF THE PROJECT MANUAL 00 01 10.01 TABLE OF CONTENTS OF THE PROJECT MANUAL(MECHANICAL) 00 01 10.02 TABLE OF CONTENTS OF THE PROJECT MANUAL(ELECTRICAL) 00 01 10.03 TABLE OF CONTENTS OF THE PROJECT MANUAL(CIVIL) 00 01 15 LIST OF DRAWINGS 00 11 16 INVITATION TO PROPOSERS 00 21 13 INSTRUCTIONS TO PROPOSERS 00 22 13 SUPPLEMENTARY INSTRUCTIONS TO PROPOSERS 00 31 32 GEOTECHNICAL DATA 00 31 32.01 GEOTECHNICAL REPORT 00 41 00 BID PROPOSAL FORM 00 43 13 BID SECURITY 00 50 00 AGREEMENT FORM 00 50 00.1 AGREEMENT FORM AIA DOCUMENT 00 60 00 BONDS AND CERTIFICATES 00 72 00 GENERAL CONDITIONS 00 72 00.10 GENERAL CONDITIONS AIA DOCUMENT 00 73 43 WAGE RATES DIVISION 01 GENERAL REQUIREMENTS 01 10 00 SUMMARY OF WORK 01 22 00 UNIT PRICES 01 25 13 PRODUCT SUBSTITUTIONS 01 26 00 MODIFICATION PROCEEDURES 01 29 00 APPLICATIONS FOR PAYMENT 01 31 00 PROJECT COORDINATION 01 31 19 PROJECT MEETINGS 01 32 16 CPM SCHEDULES 01 32 23 FIELD ENGINEERING 01 33 00 SUBMITTALS 01 40 00 QUALITY CONTROL SERVICES 01 42 19 REFERENCE STANDARDS AND DEFINITIONS 01 49 09 EXHIBIT A GF (LOCAL) 01 50 00 TEMPORARY FACILITIES 01 50 00 TEMPORARY SIGN 01 60 00 MATERIALS AND EQUIPMENT 01 73 29 CUTTING AND PATCHING 01 77 00 PROJECT CLOSEOUT 01 78 00 WARRANTIES AND BONDS DIVISION 03 CONCRETE 03 30 00 Cast-In-Place Concrete 03 30 00.13 Cold Weather Concreting 03 30 00.16 Hot Weather Concreting 03 30 53 Spread and Continuous Footings DIVISION 04 MASONRY 04 20 00 UNIT MASONRY ASSEMBLIES

    TABLE OF CONTENTS OF THE PROJECT MANUAL 00 01 10 - 1

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016 04 21 13.23 ADHERED MASONRY VENEER ASSEMBLIES 04 72 00 CAST STONE DIVISION 05 METALS 05 40 00 Cold-formed Metal Framing 05 50 00 Metal Fabrications 05 52 13 Pipe and Tube Railings DIVISION 06 WOOD, PLASTICS, AND COMPOSITES 061000 ROUGH CARPENTRY 064023 INTERIOR ARCHITECTURAL WOODWORK DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 11 13 Bituminous Dampproofing 07 13 26 Self-adhering Sheet Waterproofing 07 19 001 Water Repellents 07 19 16 Concrete Floor Sealer and Finish 07 21 00 Building Insulation 07 27 26 Fluid-applied Air Barrier Membrane 07 42 13 Metal Wall Panels 07 42 93 Metal Soffit Panels 07 62 00 Sheet Metal Flashing, Trim and Accessories 07 72 00 Roof Accessories 07 84 13 Penetrations Firestopping 07 84 46 Fire-resistive Joint Systems 07 92 00 Joint Sealants DIVISION 08 OPENINGS 08 11 13 Steel Doors and Frames 08 14 16 Flush Wood Doors 08 31 13 Access Doors and Frames 08 41 13 Aluminum-Framed Entrances and Storefronts 08 51 13 Aluminum Windows 08 71 00 Finish Hardware 08 80 00 Glazing 08 91 19 Fixed Louvers DIVISION 09 FINISHES 09 21 16 Gypsum Board Assemblies 09 28 00 Gypsum Sheathing 09 30 13 Ceramic Tile 09 51 13 Acoustical Panel Ceilings 09 65 00 Resilient Flooring and Base 09 68 16 Carpet 09 91 00 Painting (Professional Line Products) DIVISION 10 SPECIALTIES 10 14 00 Signs 10 14 23 Interior Signage with Changeable CR Inserts 10 14 53 Traffic Signage 10 21 13 Toilet Compartments 10 28 00 Toilet and Bath Accessories 10 75 16 Ground-Set Aluminum Flagpoles

    TABLE OF CONTENTS OF THE PROJECT MANUAL 00 01 10 - 2

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016 DIVISION 11 EQUIPMENT (NOT USED) DIVISION 12 FURNISHINGS 12 24 13 ROLLER WINDOW SHADES 12 32 16 PLASTIC LAMINATE FACED CASEWORK DIVISION 13 SPECIAL CONSTRUCTION 13 34 19 Metal Building Systems DIVISION 14 CONVEYING EQUIPMENT (NOT USED) VOLUME 2 DIVISIONS 20 - 32 DIVISION 20 GENERAL PROVISIONS SEE SEPARATE INDEX DIVISION 21 (NOT USED) DIVISION 22 PLUMBING SEE SEPARATE INDEX DIVISION 23 HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) SEE SEPARATE INDEX DIVISION 24 (NOT USED) DIVISION 25 (NOT USED) DIVISION 26 ELECTRICAL SEE SEPARATE INDEX DIVISION 27 (NOT USED) DIVISION 28 ELECTRONIC SAFETY AND SECURITY SEE SEPARATE INDEX DIVISION 29 (NOT USED) DIVISION 30 (NOT USED) DIVISION 31 EARTHWORK 31 00 00 EARTHWORK BENEATH BUILDING 31 63 29 DRILLED PIERS

    TABLE OF CONTENTS OF THE PROJECT MANUAL 00 01 10 - 3

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016 DIVISION 32 AND 33 CIVIL SPECIFICATIONS (REFER TO DOCUMENTS PROVIDED BY KASBERG, PATRICK & ASSOCIATES, LP) END OF SECTION 00 01 10

    TABLE OF CONTENTS OF THE PROJECT MANUAL 00 01 10 - 4

  • DIVISION 20, 21, 22 & 23

    TEMPLE ISD

    TRANSPORTATION OFFICE BUILDING

    MECHANICAL SPECIFICATIONS CONTENTS: 20 00 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .GENERAL PROVISIONS 20 01 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BASIC MATERIALS AND METHODS 20 07 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . INSULATION 22 01 00. . . . . . . . . . . . . . . . . . . . .INSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 22 02 00. . . . . . . . . . . . . . . . . . . OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 22 11 16. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . WATER DISTRIBUTION SYSTEM 22 11 17. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . WATER HEATERS 22 13 16. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . LIQUID WASTE TRANSFER 22 30 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PLUMBING FIXTURES AND TRIM FIXTURE LIST 23 05 93. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .BALANCING AND TESTING 23 08 02. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .CONTRACTOR START-UP 23 30 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . AIR DISTRIBUTION 23 70 00 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MECHANICAL EQUIPMENT: D-X SYSTEMS

    F-4095

    06/30/16

  • DIVISION 26 & 28 TEMPLE ISD

    TRANSPORTATION OFFICE BUILDING ELECTRICAL SPECIFICATIONS

    CONTENTS:

    26 05 00 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . GENERAL PROVISIONS

    26 05 10 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SCHEDULE OF VALUES

    26 05 19 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . WIRE & CABLE

    26 05 26 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .GROUNDING & BONDING

    26 05 29 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . HANGER & SUPPORTING DEVICES

    26 05 33 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . RACEWAYS

    26 05 34 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .OUTLET BOXES, PULL BOXES & JUNCTION BOXES

    26 05 80 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .EMPTY RACEWAY ROUGH-IN

    26 24 16. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BRANCH CIRCUIT PANELBOARD

    26 27 26. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DEVICES

    26 28 15 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SAFETY DISCONNECT SWITCH

    26 28 16 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FUSES

    26 28 25. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CONTACTORS

    26 43 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .SURGE PROTECTIVE DEVICES

    26 51 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . INTERIOR LIGHTING SYSTEM

    26 56 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . EXTERIOR LIGHTING SYSTEM

    28 31 00. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FIRE ALARM SYSTEM

    F-4095

    06/30/16

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    DOCUMENT 00 01 15 - LIST OF DRAWING SHEETS 1.1 LIST OF DRAWING SHEETS

    A. List of Drawings: Drawings consist of the following Contract Drawings and other drawings of type indicated:

    GENERAL G001 PROJECT COVER SHEET

    G101 CODE INFORMATION & EGRESS PLAN

    CIVIL

    C-01 GENERAL NOTES

    C-02 EROSION CONTROL

    C-03 DEMOLITION

    C-04 DIMENSIONS

    C-05 DRAINAGE AREA AND DRAINAGE CALCULATIONS

    C-06 FENCE CONSTRUCTION

    C-07 WATER

    C-08 WASTEWATER

    C-09 DRAINAGE

    C-10 PAVING AND SIDEWALK CONSTRUCTION

    C-11 STRIPING

    C-12 WATER DETAILS

    C-13 WASTEWATER DETAILS

    C-14 MISCELLANEOUS CONCRETE DETAILS

    C-15 PEDESTRIAN AND EROSION CONTROL DETAILS

    C-16 DRAINAGE DETAILS

    STRUCTURAL S001 GENERAL NOTES AND ABBREVIATIONS

    S002 STRUCTURAL TESTING & INSPECTIONS

    S111 FOUNDATION PLAN

    S301 CONCRETE DETAILS

    S302 CONCRETE DETAIL

    ARCHITECTURE AS001 SITE PLAN & DETAILS

    A001 ABBV., MATERIAL LEGEND AND SYMBOLS

    A002 TYPICAL MOUNTING HEIGHTS

    A003 WALL SPANS INTERIOR AND WTD

    A004 WALL SPANS EXTERIOR

    A005 PARTITION TYPES & BUILDING SYSTEMS

    A101 ENLARGED FLOOR PLAN

    A201 ELEVATIONS AND SECTIONS

    A202 DETAILS

    LIST OF DRAWING SHEETS 00 01 15 - 1

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    A301 ROOF PLAN AND DETAILS

    A501 DOOR SCHEDULE, INFO, AND FRAME TYPES

    A511 HEAD, JAMB, AND SILL DETAILS

    A601 CEILING PLAN AND DETAILS

    A801 INTERIOR ELEVATIONS

    A802 CASEWORK/ MILLWORK DETAILS/ MATERIAL SCHEDULE & ROOM FINISH SCHEDULE

    A901 FINISH PLAN

    MECHANICAL M111 FLOOR PLAN - MECHANICAL

    M501 SCHEDULES, NOTES, & LEGENDS - MECHANICAL

    M502 SCHEDULES - MECHANICAL

    M503 DETAILS - MECHANICAL

    M504 DETAILS - MECHANICAL

    ELECTRICAL E111 FLOOR PLAN - ELECTRICAL

    E501 SCHEDULES, NOTES, & LEGENDS - ELECTRICAL

    E502 SCHEDULES - ELECTRICAL

    E503 SCHEDULES - ELECTRICAL

    E504 DETAILS - ELECTRICAL

    PLUMBING P111 FLOOR PLAN - PLUMBING

    P501 SCHEDULES, NOTES, & LEGENDS - PLUMBING

    P502 DETAILS - PLUMBING END OF DOCUMENT 00 01 15

    LIST OF DRAWING SHEETS 00 01 15 - 2

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INVITATION TO PROPOSERS 00 11 16 - 1

    SECTION 00 11 16 INVITATION TO PROPOSERS FOR COMPETITIVE SEALED PROPOSALS PROJECT: TEMPLE ISD TRANSPORTATION OFFICE BUILDING ADDRESS: 919 N 31st STREET TEMPLE, TEXAS 76504 PROJECT NUMBER: 214000430 PROPOSAL DATE & TIME: THURSDAY, JULY 21, 2016 AT 2:00 P.M.

    PROPOSAL PACKETS MUST INCLUDE: BASE PROPOSAL FORM ALTERNATES QUALIFICATION STATEMENT SELECTION CRITERIA LIST OF SUBCONTRACTORS BID BOND REQUIRED FORMS

    ARCHITECT: STANTEC 3001 BEE CAVES ROAD SUITE 300 AUSTIN, TEXAS 78746 TELEPHONE: (512) 867-6000 1.1 RECEIPT OF PROPOSALS Competitive Sealed Proposals, addressed to the Director of Purchasing, Temple Independent School District, will be received in the TEMPLE INDEPENDENT SCHOOL DISTRICT, ADMINISTRATION BUILDING, at, 200 N 23rd STREET TEMPLE, TEXAS 76504 until 2:00 P.M. THURSDAY, JULY 21, 2016, for the new Temple ISD Transportation Office Building. Project Documents include selection criteria and detailed information regarding the project scope and other information that offerors require to respond to the Request for Competitive Sealed Proposals. Construction is scheduled to begin within 30 days of award and is scheduled to be completed no later than March, 2017. Competitive Sealed Proposals for the above referenced project shall be received at the following location:

    TEMPLE INDEPENDENT SCHOOL DISTRICT ADIMINSTRATION BUILDING

    200 N 23rd STREET TEMPLE, TEXAS 76504

    Competitive Sealed Proposals will be received until 2:00 P.M. Central Standard Time, THURSDAY, JULY 21, 2016. SELECTION CRITERIA Each competitive sealed proposal will be evaluated based upon the weighted selection criteria listed below: 1. Relevant K-12 Public Schools Experience (05 points) 2. Project Management Ability (20 points) 3. Current and Past Performance to include relationship with PISD and other references (30 points) 4. Subcontractors and Suppliers to include reputation and quality of goods and services and the extent to which these goods and services meet the districts needs (10 points) 5. Cost (45 points) 6. Financial Stability (04 points) 7. Litigation History (06 points) 8. Impact on the ability of the district to comply with laws and rules relating to HUB businesses (01 point) 13. Total long-term cost to the district to acquire the vendors goods or services (04 Points) TOTAL POINTS (125 points)

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INVITATION TO PROPOSERS 00 11 16 - 2

    Proposal shall be evaluated and ranked within 45 days of submittal. Each Offeror must submit the information requested in the Information for Offerors in order to be evaluated against each of the criteria. All questions regarding this process should be submitted in writing to the project architect before or at the Pre-Proposal Conference. The Owner invites Proposals on the form indicated in Section 004100 - Bid Proposal Form for the above referenced project. The Owner may disqualify any Proposal not prepared and submitted in accordance with the proposal provisions. Any Proposal may be withdrawn prior to the scheduled time for the opening of Proposals or authorized postponement thereof. Any Proposal received after the time and date specified shall not be considered. No Proposer shall withdraw a Proposal within forty-five (45) days after the actual date of the proposal opening. By execution and submission of a Proposal, the Proposer attests and affirms that the proposers subcontractors are skilled and experienced in the use and interpretation of plans, specifications, addenda and related Proposal documents and, that he/she has carefully reviewed the plans, specifications, addenda and related Proposal documents for this project and has found them to be free of conflicts and/or ambiguities and sufficient for Proposing and construction purposes. Further, he/she has carefully examined the soil reports and the site of the work, and - through personal observations is satisfied as to the nature, location and requirements of the work; the character, quality and quantity of materials required; the difficulties likely to be encountered; the other items and/or conditions which may affect the satisfactory performance of the work. Proposer also acknowledges that their proposal is solely based on these documents, personal observations and has not relied in any way on any explanation or interpretation - oral or written - from any source other than those written and issued by the Architect as an official addendum to this proposal. Representations: By submitting a Proposal, the Proposer hereby represents and warrants to the Owner that the Proposer has read and understands the Proposal Documents and the Contract Documents and the Proposal is made in accordance with the Proposal Documents. Proposer also agrees to waive any claim it has or may have against the Owner, the Architect/Engineer, and their respective employees arising out of or in connection with the administration, evaluation, or recommendation of any Proposal; waiver of any requirements under the Proposal Documents, or the Contract Documents; and award of the Contract. Proposer agrees that the Owner has the right to accept or reject any or all Proposals and to waive all informalities. 1.2 BID DOCUMENTS may be obtained at: Copies of the Bid documents may be obtained from Construction documents are available for download at Miller Imaging & Design Solutions Plan Room (www.planroom.millerids.com) or for purchase at Miller Imaging & Design Solutions 1000 E. 7th Street Austin TX 78702 (512) 478-8793. CDs containing the full set of Construction Documents will also be made available for purchase (non-refundable) from Miller Imaging & Design Solutions. The shipping and/or postage expense of the delivery of documents (hard copy or CD) shall be at the Bidders expense. Contract Documents may also be seen in the area plans rooms listed below: AGC Plan Room 10806 Gulfdale San Antonio, Texas 78216 210.349.4921 210.349.4017 Fax AGC Plan Room 518 South Enterprise Pkwy. Corpus Christi, Texas 78405 361.289.0996 361.289.0998 Fax AGC Plan Room 609 South Lamar Austin, Texas 78704 512.442-7887 512.442.3502 Fax AGC Plan Room 3825 Dacoma St. Houston, Texas 77092 713.843.3705 713.843.3777 Fax

    AGC Plan Room 4500 W. Waco Dr. Waco, Texas 76710 254.772.5400 254.772.5451 Fax McGraw Hill / Dodge Reports 10606 Hempstead Road, Suite100 Houston, Texas 77092 713.316.9411 713.316.9469 Fax Associated Builders & Contractors 3006 Longhorn Blvd., Suite 104 Austin, TX 78758 512.719.5263 512.719.3278 Fax iSqFt Plan Room 4500 Lake Forest Drive, Suite 502 Cincinnati, OH 45242 800.364.2059 866.570.8187 Fax

    Reed Construction Data 30 Technology Parkway South Suite 100 Norcross, GA 30092 303.265.6526 678.680.1930 Fax 210.564.6902 FAX Virtual Builders Exchange 4047 Naco Perrin San Antonio, TX 78217 210.564.6900 210.564.6902 Fax

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INVITATION TO PROPOSERS 00 11 16 - 3

    Bid security in the amount of 5% of the largest possible total of Bids submitted shall accompany each Bid in accordance with the Instruction to Bidders. Statutory Bonds for performance of the contract and for payments of mechanics and materials shall be required in an amount equal to 100% of the accepted Bid. The Owner reserves the right to hold all Bids for forty-five (45) days from date of receipt without action, to reject any and all Bids, to waive irregularities, and to require statements or evidence of Bidders qualifications including financial statements. 1.3 TIME OF COMPLETION Time of completion of this Contract is of importance to the Owner and may be considered in the award of the Contract. See the General Conditions of the Contract, Section 00 72 00, and the "Supplementary Conditions", Section 00 73 00 for additional information. 1.4 PRE-PROPOSAL CONFERENCE - A Pre-Proposal Conference shall be held prior to the Bid date as indicated in

    Section 00 22 13 "Supplementary Instructions to Proposers". END OF SECTION 00 11 16

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 1

    SECTION 00 21 13 - INSTRUCTIONS TO PROPOSERS PROJECT NAME: TEMPLE ISD TRANSPORTATION OFFICE BUILDING PROJECT ADDRESS: 919 N 31ST STREET TEMPLE, TEXAS 76504 PROJECT NUMBER: 214000430 BASE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, JULY 21, 2016 AT 2:00 P.M. ARCHITECT: STANTEC 3001 BEE CAVES ROAD SUITE 300 AUSTIN, TEXAS 78746 (512) 867-6000 1. RECEIPT OF COMPETITIVE SEALED PROPOSALS Competitive Sealed Proposals will be received until 2:00 P.M. , Central Standard Time, THURSDAY, JULY 21, 2016, at the Administration Building of the Temple Independent School District, 919 N 31st STREET, Temple Texas 76504. Proposal and Alternate pricing will be received at the same location on or before 2:00 P.M. Central Standard Time, THURSDAY, JULY 21, 2016. All proposal pricing will be opened and publicaly read shortly after 2:00 p.m. on THURSDAY, JULY 21, 2016. Three (3) copies of the Contractors Qualifications Statement must be included with the Proposal Form and Bonds. Requirements for Contractors Qualification Statement must include, but are not limited to: Bid Bond or Cashier Check in an amount not less than five percent (5%) of contracted amount shall be submitted with proposal. Minimum of three (3) references shall be submitted with proposal. Contact persons and telephone numbers shall be inclusive of this document. All required forms shall be submitted with Proposal. Contractor must have been in similar construction business for at least five (5) years. Contractor should have successfully completed at least three (3) projects of similar scope and complexity over the last five (5) years. Performance and Payment Bonds in the amount of one hundred percent (100%) of the contract shall be required within seven (7) days after awarding of contract, if cost matches or exceeds $25,000. All Performance and Payment Bonds shall meet the requirements of Tex.Rev.Civ.Stat.Art.5160 (The McGregor Act) as amended. The issuing company shall be authorized to issue in the State of Texas and shall have a A.M. Best rating of no less than (A-). Note: Awarded contractor will not be permitted to proceed with construction until Payment and Performance bonds have been obtained by and written to provide for completion of work by the proposal entity. Where Contractor and/or Subcontractor licensing is required at a Federal, State, or Local level, the contractor shall provide written proof of such copies of licenses, certificates, etc. to owner, prior to awarding of contract. Proof of liability, workers compensation and any and all other insurance usual to the project size in both coverage and limits are required within seven (7) days after awarding of contract. Liability limits shall be compatible to industry standards for similar projects. Financial Statements for the past three (3) must be submitted as part of your response. The felony conviction notice must be submitted for all employees to be associated with the project. Contractor shall comply with disrict approved Prevailing Wage recommendations. (This rate shall be used to establish minimum wage rates only, as per Texas Labor Code 5159 (a), Section 2). Temple Independent School District shall retain five percent (5%) of the total contract amount until such time as all required warranties, testing documents, and punch-list items are completed and approved.

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 2

    Based on listed criteria, the school district reserves the right to reject any and all proposals, to waive any irregularities, and to accept the proposal deemed to be most advantageous to the School District. Envelope containing Proposals shall be marked: Sealed Proposal for Temple ISD Temple Transportation Office Building- Attn: Director of Purchasing. 2. ACCURACY OF PROPOSALS It is specifically required that each offeror warrants that his/her competitive sealed proposal contains true, correct and complete information, and that the offeror will make no claim for ommission or error. 3. VISIT TO SITE Each offeror, before submitting a proposal for work, shall visit the site to inspect and satisfy the offeror with the existing conditions and requirements of the site under which he/she will be obligated to perform his/her work or that will in any manner affect the work. There will be no change order allowed for increased costs associated with conditions which could have been determined by examining the site and the project documents before submission of proposals and/or before a contract is awarded to the successful offeror. 4. PRE-PROPOSAL CONFERENCE A Pre-Proposal Conference shall be held prior to the Bid date as indicated in Section 002213 "Supplementary Instructions to Proposers". All firms interested in submitting proposal may attend, ask questions, and discuss the project with the Architect, Engineers, and Owners representatives. Offerors are strongly encouraged to attend. 5. REQUIREMENTS OF COMPETITIVE SEALED PROPOSALS In order for your competitive sealed proposal to be evaluated it must contain the following completed information: A. Proposal Form (004100) B. Contractors Qualifications Statement A305 C. Current Audited Financial Statement D. Proposal Bond or Cashiers Check for 5% of the Base Proposal (see paragraphs below for additional

    requirements) E. Required District Forms (see pages 7-11). F. List of Texas litigation for last three years. If none, provide a signed notorized affidavit stating that

    the offeror has not been involved in any litigation in Texas from December 1, 2007 to present. G. All other information requested in the Information for Offerors Specification Section H. Provide payment and performance bonds that are A+ United States Treasury listed. Include

    samples of the current bonds your firm is using written on companies you propose to use for this project.

    I. Provide a sample of a Certificate of Insurance showing all names of issuing companies. 6. OFFERORS REPRESENTATIONS By submitting his/her competitive sealed proposal, the offeror represents that he/she: A. Understands and has carefully read all of the Project Documents B. Has examined the project site, and is familiar with the conditions under which the work will be performed; and C. Will comply with the requirements of the project documents. 7. COMPETITIVE SEALED PROPOSALS

    A. Complete the Competitive Sealed Proposal Form included in the Specifications, and labeled Form of Proposal and then place in an envelope, sealed, and mark as follows:

    Temple Transportation Office Building Temple Independent School District Attention: Purchasing Director 200 N 23rd Street Temple, TX 76504 B. Proposal will be received for the furnishing of all labor, materials, equipment and performing all work

    required and must be based upon contract documents prepared by Stantec Consulting Ltd..

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 3

    C. In the event the proposal is mailed, it is the responsibility of the offeror to allow enough time in transit

    for proposal to be received by owner prior to date and hour of proposal opening. Telephone, email and faxed proposals will not be accepted.

    D. Proposals received prior to the advertised hour of opening will be kept securely sealed until the

    published due date and time. No proposals will be accepted if received after the advertised due date and time. The owner or its representative will not be responsible for the premature opening of, or the failure to open, a proposal not properly addressed or identified.

    E. In case of ambiguity or lack of clearness in the stated price in the proposal, the owner will adopt the

    price written in words. F. Any proposal which is not based upon the drawings and specifications, or which contains any

    qualification of same, or which is not properly completed and signed by the offeror, may be rejected by Pflugerivlle ISD, the owner. The Owner reserves the right to waive any informalities.

    G. Within 48 hours of bid opening, the district will require a bid tabulation of all sub contractors to be

    used in delivery of this project. 8. EVALUATION OF COMPETITIVE SEALED PROPOSALS Within 45 days after the opening of the competitive sealed proposals, District officials and the project Architects shall review all proposals to determine if they contain the information required in Requirements of the Competitive Sealed Proposals. Upon confirmation and qualification of contents, Temple ISD and the Architects shall evaluate the proposals in accordance with the selection criteria as addressed below: 1. Relevant K-12 Public Schools Experience (05 points) 2. Project Management Ability (20 points) 3. Current and Past Performance to include relationship with PISD and other references (30 points) 4. Subcontractors and Suppliers to include reputation and quality of goods and services and the extent to which

    these goods and services meet the districts needs (10 points) 5. Cost (45 points) 6. Financial Stability (04 points) 7. Litigation History (06 points) 8. Impact on the ability of the district to comply with laws and rules relating to HUB businesses (01 point) 9. Total long-term cost to the district to acquire the vendors goods or services (04 Points) TOTAL POINTS (125 points) A. Relevant Experience (5 points) Required Information:

    1. Submit information indicating the years that the offerors company has been in business as a commercial construction firm capable of bonding a single project costing equal to he amounf of work the contractor has completed.

    2. Chronologically list all of the school projects the offeror has completed in the past three (3) years, stating the name of the project, the address of the project, the date the project was completed, project size, the name, address and telephone number of the project architect and engineer, the owner contact for the project, and the project Project Manager and Project Superintendent. For each project provide the original contract cost, final cost and the number of change orders. Also list the original contract construction time in days and the actual time it took to reach substantial completion and to submit final closeout documents.

    3. List of all projects offeror is currently working on, stating the name of the projet, the address of the project, the start date and the date the project is to be completed, project size, the name, address and telephone number of the project architect and engineer, the owner contact for the project and the name of the Project Manger and Project Superintendent.

    B. Project Management Ability (20 points) Required Information:

    1. The offerors complete organizational chart showing key team members for this project, and their location (on-site or off-site) during project construction.

    2. The resumes of the Project Manager (PM), Project Superintendent (PS) and the Assistant Project Superintendent (APS), and the names of all projects that they have completed together.

    3. Provide a chronologically organized complete list of all projects that the PM, PS and APS have each worked on during the past five (5) years, whether or not they were working for the offerors company at the time. For each project, provide project name, period of time that it was constructed, size (area), cost, contact names and telephone numbers for both the architectural firm and the owner as well as the project

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 4

    address including the state and county in which the project is located. State the role served by the PM, PS and APS in each of the projects listed.

    4. The offerors current company safety policy, and a specific safety plan for this project. Provide the rate your firm is charged for workers compensation insurance by the State of Texas.

    C. Current and Past Performances (30 points) Required Information: 1. Owner and the Architect reserve the right to contact any current or past project listings. D. Subcontractors and Supplies (10 points) Required Information:

    1. Provide a list of all the major Subcontractors and Suppliers proposed for the project. Note 1: The list of plumbing, mechanical, electrical and sitework subcontractors presented will be considered final and not subject to change whether or not alternates are accepted. Note 2: If notified after the receipt of the Competitive Sealed Proposal, provide the following information within 48 hours. Provide a list of subcontractors and material suppliers on your construction project team that are located within Bell County. For each subcontractor or material supplier indicate the work or materials they will provide. Also indicate the value of the total percentage of the project value that will go to subcontractors and material suppliers located within the Temple ISD.

    2. Refer to Proposal Form for list to be included. E. Cost (45 points) Required Information:

    1. The price on offerors completed Competitive Sealed Proposal Form. F. Financial Stability (04 points) Required Information: 1. Provide a current certified audited financial statement (No earlier than April 2009). Also, indicate the total

    number of staff your firm has employed for each of the past 3 years. Separate each years total employees into the total for office or field staff categories.

    G. Litigation (06 points) Required Information:

    1. Provide a list of all Texas litigation your firm has been involved with for the last three years. If none, provide a signed notarized affidavit stating that the offeror has not been involved in any litigiation in Texas from December 1, 2007 to the present. List all current ongoing disputes (those that your firm has had to employ an attorney to act on behalf) your firm has ongoing with any owner or subcontractor that is related to a construction project. Briefly describe the situation and how you see it being resolved.

    H. The impact on the ability of the district to comply with laws and rules relating to HUBbusinesses the vendors

    past relationship with the district (1 point) I. The total long-term cost to the district to acquire the vendors goods or services (4 points) 9. PROPOSAL SURETY Each Proposal must be accompanied by a Proposal Security (Bid Bond) on a form similar to AIA Document A310 in the amount of five percent of the base proposal amount. This bond shall be paid to the owner in the event that the awarded firm fails to return an executed contract along with payment and performance bonds that have been issued by an acceptable surety within (7) days of contract award . In lieu of a Bid Bond, as Proposed Security, Owner may accept a deposit in the amount of five percent of the base proposal amount by cashiers check issued by a bank satisfactory to the owner. 10. ACCEPTABLE SURETY Acceptable Surety is defined as an insurance company, duly authorized to do business in the State of Texas and licensed by the State of Texas to issue security bonds, and having an acceptable record, in the opinion of Owner, for faithful performance during preceding five years of all undertaking to Owner. Notwithstanding any other law to the contrary, the Owner may establish financial criteria for the surety companies that provide payment and performance bonds. 11. RESERVATION OF RIGHTS Temple ISD, the Owner, reserves the right to reject any and all competitive sealed proposals, and to waive any informalities or irregularities in the proposals, when such rejection or waiver is in the best interests of the Owner. Also,

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 5

    the Owner reserves the right to accept any base proposal, and/or any combination of a base proposal and alternate proposals. 12. TERMINATION OF PROPOSALS No proposal shall be withdrawn or terminated for a period of forty-five (45) days subsequent to the opening of proposals without Owner consent. 13. PRICING Proposal pricing must remain firm for 45 days after proposal opening . In accordance with the Texas Education Code 44.039 (f), Temple ISD and its Architect may discuss with selected offeror, options for a scope or time modification and any price change associated with such modification. All prices for supplies and materials shall be quoted F.O.B. Destination. Where unit prices are requested, the offeror shall state the unit price on the Proposal Form in the appropiate space. 14. OFFERORS QUESTIONS ABOUT PROJECT DOCUMENTS Offferor shall submit any questions regarding the project documents including, but not limited to, the specifications and drawings, in writing, to the project archtiect for clarification. Questionswill be accepted until close of the pre-bid conference on July 14, 2016 at 1:30 p.m.. Responses to all questions received by the due date will be answered through an addendum to be posted on the Miller Plan Room website http://planroom.millerids.com by the end of business on July 18, 2016. Copies of this information will be also be forwarded to all known interested parties. This information will be posted at: http://planroom.millerids.com/ All changes and/or additions posted by a written addendum shall become a part of the offerors official proposal. All other oral and written interpretations, or explanations, corrections and/or approvals, do not constitute a change to the project documents, and therefore, should not be relied upon as such. 15. SUBSTITUTIONS (PRIOR TO PROPOSAL DATE) (Note: Refer to Specification Section 012513 Product Substitutions for information about processing of substitutions.) Where a definite product is specified, it is not necessarily the intention to descriminate against other products but rather to set a definite standard and indicate the quality and capacity of equipment found satisfactory for the Owners use. However, all proposed substitutions must be received and approved by the Owner prior to receipt of proposals and must be listed as approved in written addendum (verbal/oral approvals are not acceptable or binding). Sufficient information should accompany a proposed substitution to enable the Owner to render a decision. Substitute items shall not deviate in basic construction and performance from the specified item. Proposed substitutions must be submitted for approval by the close of the pre-bid conference on April 20, 2011. All approved substitutions will be noted in addenda. Oral approvals or approval in any manner, other than written addenda, are not acceptable and will not be recognized. All addenda noting approval of a manufacturer only and not a specific product come with the requirement that the manufacturer produces a product that meets the original specified item in terms of materials, finishes, gauges and thickness, dimensions, quality available color selection, etc. 16. ALTERNATE MANUFACTURERS Where alternate manufacturers are noted as approved in specification, drawings, addenda, etc. and no specific or model number is noted, it shall be treated and processed the same as a substitution. The manufacturer is approved, however, the specific item proposed by the manufacturer must still shall be submitted for approval. The item shall not deviate in basic construction, features, operation, and performance from the specified item. The approved manufacturers proposed item shall meet the original specified item in terms of materials, finishes, gauges and thickness, dimensions, quality, available colors selections, etc. Approved manufacturers item shall be processed for approval by Owner, Archtiect/Engineer same as Substitutions. 17. SALES TAX

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 6

    Under ruling No. 9, Repairment and Contractor (amended April 3, 1962) Limited Sales, Exercise and Use Tax Rules and Regulations, Comptroller of Public Accounts, State of Texas, tangible personal property (materials) becoming part of improvements and structures incorporated in such, under lump sum contracts, are not subject to sales tax when cost of such materials is segregated from the cost of skill, labor, and all other materials not becoming part of the improvement of structure. Under interpretation of this ruling, contract will state not only the lump but also the value of materials and value of skill, labor, etc. Proposals are to be tendered in lump sum only. 18. CONTRACT SECURITY Performance and Payment Bonds will be required on this project. The successful proposer must deliver to the Owner a fully executed Performance and Payment Bond in the amount of one hundred percent (100%) of the accepted proposal as security for the faithful performance of the contract and payment of all persons performing labor and furnishing materials in connection with this contract. The Performance and Payment Bonds shall meet the requirements of Tex.Rev.Civ.Stat.Art.5160 (The McGregor Act) as amended. All bonds shall be issued on AIA Document A-311 by the a surety company licensed, listed and authorized to issue bonds in the State of Texas by the Texas Department of Insurance. The surety company shall also provide such other information as may be necessary to document net worth, stability, total bonding capacity, other projects under coverage and to establish adequate financial capacity for this project. Should the bond amount be in excess of ten percent (10%) of the surety companys capital and surplus, the surety company issuing the bond shall certify that the surety company had acquired reinsurance, in a form and amount acceptable to the Owner, to reinsure the portion of the risk that exceeds ten percent (10%) of the surety companys capital and surplus with one or more reinsurers who are duly authorized and admitted to do business in Texas and that amount reinsured by any reinsurer does not exceed ten percent (10%) of the reinsurers capital and surplus. 19. CONTRACT FORMS The latest edition of the following forms, appropiately completed, will be used to execute the contract between the Owner and Contractor. AIA Document A312 Performance Bond AIA Document A312 Labor and Material Payment Bond AIA Document A101- 2007 Standard Form of Agreement Between Owner and Contractor(Stipulated Sum) AIA Document A201- 2007 General Conditions of the Contract for Construction Required District Forms Include: A. Felony Conviction Notice B. Certificate of Residency C. Debarment or Suspension Certification Form D. Affidavit of Non-Discrimanatory Employment E. Conflict of Interest Questionaire F. Non Collusion Statement and Signature Page 20. RETAINAGE Article 5 of the A101-2007, Owner-Contractor Agreement, will allow 95% progress payment of the duration of the contract. 21. OWNER Whenever the term Owner is used in this specification, it shall refer to Temple Independent School District, Temple, Texas. 22. ARCHITECT Whenever the term Architect is used in this specification, it shall refer to Stantec Consulting Ltd., 3001 Bee Caves Rd, Austin, Texas 78746, (512)867-6000, Fax (512) 867-6099 who by contract is authorized by the Owner to prepare all contract documents as well as administer the construction contract. 23. APPLICABLE LAW This agreement shall be governed by the Uniform Commercial Code. Whenever the term Uniform Commercial Code is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas effective and in force on the date of this agreement.

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 7

    24. VENUE All parties agree that venue for any litigation arising from this contract/project shall be in Bell County, Texas. FORM A: FELONY CONVICTION NOTICE State of Texas Legislative Senate Bill No. 9, Section 44.034, Notification of Criminal History, Subsection (a), states a person of 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. CRIMINAL HISTORY REVIEW OF CONTRACTOR EMPLOYEES Texas Education Agency Amendment to 19 TAC 153.1101 and new rule 19 TAC 153.117 regarding criminal history checks of contractor employees provide the school district with rules interpreting Texas Education Code 22.0834. The rules define continuing contract duties, direct contact with students and other relevant terms within the statute. Except as otherwise provided herein, Contractor will obtain and certify in writing, before work begins, and at least annually, a criminal history record information that relates to an employee, applicant, agent or Subcontractor of the Contractor or a Subcontractor, if the person has or will have continuing duties related to the Project, and the duties are or will be performed on Owners property where students are regularly present or at another location where students are regularly present. Contractor shall assume all expenses associated with the background checks and shall immediately remove any employee or agent who was convicted of, received probation for, or received deferred adjudication for any felony as outlined below or any misdemeanor involving moral turpitude, from Owners property or other location where students are regularly present. Owner shall determine what constitutes moral turpitude or a location where students are regularly present. Contractor or sub-contractors may not work on District property where students are present when they have been convicted, received probation or deferred adjudication for the following felony offenses: 1. Any offense against a person who was, at the time the offense occurred, under 18 years of age or enrolled at a

    public school; 2. Any sex offense; 3. Any crimes against persons involving: a. Controlled substances; or b. Property; or 4. Any other offense the District believes might compromise the safety of students, Staff or property. Please complete the information below: I, the undersigned agent for the firm named below, certify that I have reviewed the information concerning notification of felony convictions and required criminal history checks and that ALL information furnished is true to the best of my knowledge. Vendors Name:____________________________________________________________ Authorized Company Officials Name (please print)___________________________________________________ My firm is a publicly-held corporation; therefore, this reporting requirement is not applicable: Signature of Company Official:_____________________________________ Date:__________ My firm is not owned or operated by anyone who has been convicted of a felony. Signature of Company Official:_____________________________________ Date:__________

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 8

    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)_____________________________________________________ Signature of Company Official:_____________________________________ Date__________ Contractor is responsible for the performance of the persons, employees and/or subcontractors Contractor assigns to provide services for the Temple ISD pursuant to this contract on any and all Temple ISD campuses or facilities. Contractor will not assign individuals to provide services at a Temple ISD campus or facility who have a history of violent, unacceptable, or grossly negligent behavior or who have a felony conviction, without the prior written consent of the Temple ISD Purchasing Department. If at anytime during performance of this contract, there is a change in felony status of any persons, employees, and/or subcontractors providing services to the Temple ISD, Contractor will immediately update the above form and provide such form to the Temple ISD Purchasing Department within five business days of becoming aware of the change in status. FORM B: CERTIFICATE OF RESIDENCY The State of Texas passed HB 620 relating to bids by nonresident contractors. The pertinent portion of the Act is as follows: Section 1 (a). Non-resident bidder means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. Texas resident bidder means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Section 1. (b) The state or a governmental agency of the state may not award a contract for general construction, improvements, services, or public works projects or purchases of supplies, materials, or equipment to a non-resident bidder unless the non-residents bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non-residents principal place of business is located. I certify that ______________________________________________________________ is a (Company Name) Resident Bidder of Texas as defined by HB 620. Signature_____________________________________ _______ Printed Name______________ ___________________________ I certify that ______________________________________________________________ is a (Company Name) Non-resident Bidder of Texas as defined in HB 620 and our principal place of business is: _______________________________________________________________ (City and State) Signature______________________________ _________ Printed Name_________ _____________________________

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 9

    FORM C: SUSPENSION AND DEBARMENT CERTIFICATION

    Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-federal entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Temple ISD does not do business with firms that have been suspended or debarred (e.g., sub-awards to sub-recipients). Firms receiving individual awards and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a federal agency. Before an award will be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a federal agency. Name of Firm: _______________________________________________________ _ Signature of Authorized Official: Printed Name: _________________________________________________ _______ Date Signed: ________________________ ___ FORM D: AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT

    This company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of employment on 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. Signature: Printed Name & Title: _________________________________________________ _______ Company Name: ________________________ ___

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 10

    Date Signed: FORM E: CONFLICT OF INTEREST QUESTIONNAIRE

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 11

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    INSTRUCTIONS TO PROPOSERS 00 21 13 - 12

    FORM F: NON-COLLUSION STATEMENT & SIGNATURE PAGE The undersigned affirms that he/she is duly authorized to execute this contract, that this company, corporation, firm, partnership, or individual has not prepared this Proposal in collusion with any other offeror, and that the contents of this Proposal as to prices, terms or conditions of said Proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business or any individual affiliated with the Temple Independent School District, prior to the official opening of this Proposal. Failure to observe this procedure may be cause for rejection of this Proposal. I, , have read the standard terms and conditions, (Print/Type Name of Company Officer) I fully understand them, and will fully execute them if I am awarded this Proposal. I fully understand the Proposal specifications. Company:__________________________________________________________ Address: ______________________________________________________ City: State: Zip Code: Telephone: ( ) Fax Number: ( ) Email: _______ Signature__________________________________________Date_______________ Printed Name__________________________________________Title________________ Temple Independent School District Temple Transportation Office Building 919 N 31st STREET, Temple, Texas 76504 Proposal Date: July 21, 2016 END OF SECTION 00 21 13

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    SUPPLEMENTARY INSTRUCTIONS TO PROPOSERS 00 22 13 - 1

    SECTION 00 22 13 - SUPPLEMENTARY INSTRUCTIONS TO PROPOSERS The following sections modify or supplement the provisions of AIA Document A701, Instructions to Bidders: 3.2.4 PRE-BID CONFERENCE - A Pre-Bid Conference shall be held prior to the bid date, at the

    Temple Independent School District Administratoin Building, at, 200 N 23rd Street Temple, Texas 76504, on July 14, 2016 at 1:30 p.m. in the Board Room. Attendance by representatives of the building contractors is highly desirable. Sub-Contractors who expect to be associated with the project are invited. Representatives of the Architects, Engineers and Architect's Consultants shall review the plans, specifications, details, materials, demolition, alterations and requirements of the work. An addendum indicating any change in the Contract Documents shall be issued, if necessary, subsequent to this meeting.

    4.1.8 TIME OF COMPLETION 4.1.8.1 Time of completion of this Contract is of importance to the Owner and may be considered in the award

    of the Contract. Payments on the Contract shall be made as provided by the Contract. No payment shall be made on the Contract after 30 days prior to the completion date set by the Contractor, until final completion and acceptance by the Architect and Owner.

    4.1.8.2 The Contractor shall include in his bid proposal a time to complete the base proposal (stated in calendar

    days) that includes his best anticipation of the number of working days that construction may be unable to take place, due to inclement weather and muddy ground. This anticipated number of lost working days shall be included on the bid proposal form in the space designated for the total number of calendar days required to complete the base proposal. Extensions to the Completion Date shall be granted only if, in the opinion of the Architect, climatological conditions that impede the progress of construction sig-nificantly exceed average conditions for the local area. A guide for average climatological conditions shall be the "Record of Climatological Observations" for the official reporting station nearest the project site, available from the National Oceanographic and Atmospheric Adminstration (NOAA) National Climatic Data Center, Asheville, NC, (828) 271-4800 http://lwf.ncdc.noaa.gov/oa/ncdc.html. No request for an extension of time due to weather conditions shall be considered unless accompanied by National Climatic Data Center documentary evidence showing by comparison that such weather is abnormal to any of the past five (5) years.

    4.1.8.3 Liquidated damages shall be assessed the Contractor at the rate of $500.00 per day for each day that

    actual substantial completion exceeds the contract completion date. 4.2.1.1 The successful bidder, upon his failure or refusal to execute and deliver the contract, insurance and

    bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid.

    4.4.2.1 If written confirmation of the modified or withdrawn bid received by telegram is not received within two

    days from the closing time, no consideration shall be given to the telegram. 6.1.1 Bidders shall submit a properly executed AIA Document A305, Contractors Qualification Statement, with

    their bids. Include any additional forms or documentation to supplement the A305 for substantiation of qualifications. Failure to submit such A305 and required additional forms or documentation shall subject the bid to be rejected as non-conforming.

    END OF SECTION 00 22 13

  • TEMPLE ISD TRANSPORTATION OFFICE BUILDING Stantec Project No. 214000430 Temple Independent School District Issued For: Bidding and Construction June 30, 2016

    DOCUMENT 00 31 32 - GEOTECHNICAL DATA 1.1 GEOTECHNICAL DATA

    A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for

    Project. They provide Owners information for Bidders convenience and are intended to supplement rather than serve in lieu of Bidders own investigations. They are made available for Bidders convenience and information, but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents.

    B. A geotechnical investigation report for Project, prepared by Langerman Foster Engineering Company, dated June 10, 2016, is available for viewing as appended to this Document.

    C. Related Requirements: 1. Instructions to Bidders for the Bidders responsibilities for examination of Project site and existing

    conditions. END OF DOCUMENT 00 31 32

    GEOTECHNICAL DATA 00 31 32 - 1

  • 2000 South 15th Street, Waco, Texas 76706 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625

    June 10, 2016 Temple Independent School District 200 North 23rd Street P.O. Box 788 Temple, Texas 76503-0788 Attention: Mr. Kent Boyd Assistant Superintendent for Finance and Operations Reference: Geotechnical Investigation Report Transportation Office Temple, Texas LFE Project No. W16-038 Dear Mr. Boyd: This letter transmits our geotechnical report for a new Transportation Office. The report has been electronically produced. We appreciate the opportunity to provide engineering services for you. Once the project plans and specifications are completed, we would be pleased to review those portions that pertain to this report. We would also appreciate the opportunity to provide construction phase services such as materials testing as a part of the success of the project. If you have any questions regarding our report, please call me at (254) 235-1048. Best Regards, LANGERMAN FOSTER ENGINEERING COMPANY Texas Registered Engineering Firm No. F-13144

    Scott M. Langerman, P.E. Principal / Geotechnical Engineer Distribution List:

    Temple ISD- Mr. Kent Boyd ([email protected]) Stantec- Mr. Rory Estes ([email protected])

  • GEOTECHNICAL INVESTIGATION

    TEMPLE ISD TRANSPORTATION OFFICE Temple, Texas

    LFE Project No. W16-038

    Report Prepared For: Temple ISD Temple, Texas Report Prepared By:

    Scott M. Langerman, P.E. Principal / Geotechnical Engineer

    2000 South 15th Street, Waco, Texas 76706 Ph: 254/235-1048 www.LFEctx.com

    June 10, 2016

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 1 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    GEOTECHNICAL INVESTIGATION TEMPLE ISD TRANSPORTATION OFFICE

    TEMPLE, TEXAS 1.0 INTRODUCTION Purpose: The purpose of this geotechnical investigation is to provide geotechnical

    design and construction criteria for a new Office at the Temple ISD Transportation Facility. Geotechnical data and recommendations are provided in a brief, and hopefully user-friendly manner.

    Authorization: Services were performed in general accordance with LFE Proposal No.

    GEO16-063, dated May 19, 2016. Authorization to proceed was provided by Mr. Kent Boyd, Assistant Superintendent for Finance and Operations on May 23, 2016.

    2.0 SUBSURFACE EXPLORATION Drilling Dates: June 1, 2016. Boring Layout: A single boring location was marked in the field by LFE personnel based on

    a sketch provided by Mr. Kenneth Wolf, Director of Maintenance. Plates 1 and 2 show the approximate boring location.

    If precise location and elevation data are desired, then a registered

    professional land surveyor should be retained to locate the boring and determine the ground surface elevation.

    Sampling Methods: Push tubes and standard penetration tests were used in clay and granular

    soils to the full 24-ft boring depth. 3.0 LABORATORY TESTS Test Procedures: The following tests were conducted in general conformance with the

    standards noted in Table 3.1.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 2 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    TABLE 3.1: LABORATORY TESTS

    Test Name Test Method

    Atterberg Limits ASTM D 4318

    -#200 Mesh Sieve ASTM D 1140

    Moisture Content ASTM D 2216

    Soil Classification ASTM D 2487

    Test Results: Laboratory test results are shown in the Appendix, and selected test

    results on the boring log. 4.0 SUBSURFACE MATERIALS AND SITE OBSERVATIONS Stratigraphy: Major strata types from the boring are listed in Table 4.1. A boring log is

    contained in the Appendix. Material descriptions are general and range of depths approximate because boundaries between different strata are seldom clear and abrupt in the field.

    TABLE 4.1: MAJOR STRATA TYPES

    Strata Depth to Top of Strata (ft)

    Depth to Base of Strata (ft)

    General Description

    I 0 0.5 2 Asphalt over 4 Clayey Gravel

    II 0.5 3.5 FILL- CLAYEY GRAVEL; tan

    III 3.5 5.5 SANDY LEAN CLAY; dark gray, with limestone fragments

    IV 5.5 24 SEVERELY WEATHERED LIMESTONE; tan, consists of a mixture of lean clay and occasional layers of broken limestone

    Strata changes are approximate, and in-situ transitions are usually gradual.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 3 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    Geology: Based on the available geologic map1 of the area, and the contents of the borings, the site is located within the Austin Chalk Formation.

    The Austin Chalk is considered a relatively soft limestone based on

    universal rock classification systems, but is considered relatively hard rock in the Central Texas area. Although the Austin Chalk is usually described as limestone, it is comprised of chalk, limestone, and marl (marl is calcareous clay). At this site, we did not encounter actual limestone bedrock within the depth of the boring; however, we did encounter severely weathered limestone.

    Severely weathered limestone is a transition between clay and rock. At

    this site, its composition varies from clayey sand and gravel to lean clay. For discussion purposes in this report, severely weathered limestone is soil-like. However, there are occasional layers of broken limestone.

    Groundwater: Our ability to measure groundwater levels at the time of drilling is partly

    based on the drilling techniques, i.e. whether water is used in the drilling process.

    The boring was drilled to a depth of 24 feet using dry drilling methods,

    meaning that water was not used in the drilling process. At the time of drilling, we did not encounter groundwater.

    Although not encountered during our field exploration, groundwater is

    common in this area, and may be present during construction. The water tends to percolate down through the surficial soils until encountering a relatively impervious layer, and then either flow down gradient or become trapped.

    The water observations conducted for this investigation are short-term

    and should not be interpreted as a groundwater study. However, the presence of groundwater may affect construction and long-term performance of the proposed foundations and pavements.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 4 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    5.0 GEOTECHNICAL FOUNDATION RECOMMENDATIONS Project Summary: The project consists of a new Transportation Office that will replace

    existing portable buildings. We understand that the office will have a foundation area of about 3,000 square feet, and will consist of a metal building with offices, storage areas, and restrooms. An existing portable building is within the foundation area of the new office.

    Structural Loads: Details concerning structural design loads were not available for the

    preparation of this report. We assume that column loads will be similar to other similar structures, perhaps on the order of 25 to 75 kips. If actual loads will be higher, then we should be contacted to re-evaluate our recommendations.

    Expansive Soil: Clay soils in the Central Texas area are subject to expansive soil

    movements, which include swelling under moist conditions and shrinking under dry conditions. Moisture fluctuations occur due to seasonal wet and dry cycles, but are also influenced after construction by site grading, drainage, landscaping, and groundwater. Actual soil movement is difficult to determine due to the many unpredictable variables involved.

    TxDOT uses the Potential Vertical Rise (PVR) procedure to estimate soil movements. For purposes of this project, the results of the laboratory tests, engineering judgment, and experience have also been considered. The approximate PVR for a typical ground supported slab will be about 1 inches, which is considered low to moderate for the Central Texas area. Actual soil movements will depend on the subsurface moisture fluctuations over the life of the structure. Soil movements may be less than those calculated if moisture variations are minimized after construction. However, significantly larger soil movements than estimated could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking utilities.

    Existing Fill: Existing fill was present to a depth of about 3.5 feet at the boring location. The fill generally consisted of clayey gravel. Be aware that fill may be deeper in other areas outside of the boring location.

    Because the fill materials were similar to the native soils, it was difficult to distinguish between the fill and native. Therefore, the depths and characteristics of the fill shown on the boring log are approximations. Improperly compacted, and/or mixed fill materials are subject to random settlement, which may occur in foundations and pavements. Actual

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 5 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    predictions of the future settlement in these types of fill materials are impossible. Be aware that the borings drilled for this investigation were drilled exclusively for geotechnical purposes. Other environmental-related investigations may be warranted. For purposes of this report, we have assumed that the existing fill can be constructed upon or will be removed. If environmental requirements demand that the existing fill be remediated in place, or other special treatment is necessary, then we must be contacted to provide additional geotechnical recommendations.

    Foundation Types: Based on the types of soils encountered in the boring, as well as our

    understanding of the project, two primary options are available for foundation support. Be aware that these options are not equal in terms of expected performance or initial cost. Mixed foundation systems (such as combining the options) should not be used.

    Option 1: Use a Slab on Grade in conjunction with Drilled Piers. This option consists of using drilled piers to support the column loads, but with an interior slab on grade. The floor slab may be supported on grade provided that at least 3.5 feet of the existing soil is removed and replaced to lower the PVR to 1 inch or less. There is a low risk of future foundation movements, and construction costs will be moderate. Option 2: Use a Stiffened Slab on Grade. This option consists of using stiffening beams and footings to support the foundation loads. As with Option 1, select fill must be used to reduce the potential for expansive clay movements. There is a moderate risk of future foundation movements, but construction costs will be relatively low.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 6 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    OPTION 1: DRILLED PIERS WITH A SLAB ON GRADE

    Risk: A properly designed and constructed foundation using drilled shafts with

    a slab on grade will offer a low risk of future foundation movements. At least 3.5 feet of select fill must be used to reduce the PVR to 1 inch or less (This also corresponds to the thickness of the existing fill, which must be removed to avoid unanticipated settlement). Drilled shafts will offer a relatively high structural load capacity as compared to footings.

    Elements outside of the building such as flatwork, drainage features, plazas, and utilities will experience adverse movements as a result of shrinking and swelling of the expansive clay soils and/or settlement of the existing fill, which may result in cracking and differential movements.

    End Bearing: Because limestone bedrock was not encountered within the depth of the

    boring, we recommend that drilled piers be designed using only side friction.

    Side Friction: For side friction, the upper 6-ft should be neglected, and penetration for

    side friction should start in tan severely weathered limestone that is roughly 6-ft below the existing grade. An allowable side friction value of 2,000 psf (either tensile or compressive) may be used from a depth of 6 to 14 feet. Below a depth of 14 feet, the allowable side friction may be increased to 3,000 psf. All piers must extend to a depth of at least 15 feet below the existing and final grade, whichever is deeper.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 7 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    Pier Spacing: The side friction for piers spaced horizontally less than 6 diameters (center

    to center) should be multiplied by a reduction factor as listed in Table 5.1.

    TABLE 5.1: SIDE FRICTION REDUCTION

    Pier Spacing Side Friction Reduction Factor (percent)

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 8 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    OPTION 2: STIFFENED SLAB ON GRADE

    Risk: A properly designed and constructed foundation using a stiffened slab on

    grade will offer a moderate risk of future foundation movements. Select fill may be used to reduce the risk.

    Elements outside of the building such as flatwork, drainage features, plazas, and utilities will experience adverse movements as a result of shrinking and swelling of the expansive clay soils and/or settlement of the existing fill, which may result in cracking and differential movements.

    Bearing Stratum: Select Fill Bearing Pressure: An allowable bearing pressure of 2,000 psf can be used for select fill. Grade

    beams should bear at a depth of at least 24 inches below the final ground surface.

    BRAB/PCI: The Building Research Advisory Board (BRAB) and Prestressed Concrete

    Institute are two published design procedures for slabs on expansive soils. Both of these method utilize an effective PI of the subsurface soils and a Regional Climatic Index of Cw=19 for Temple. The effective PI is shown in Table 5.2.

    PVR Reduction: Table 5.2 contains a summary of various removal and replacement depths.

    We recommend that all of the existing fill materials, which were present to a depth of 3.5 feet in the boring, be removed and replaced with select fill. It is possible that the fill thickness is more (and possibly less) across the building area. All existing fill should be removed, and select fill should extend a horizontal distance of 2 feet beyond the building perimeter.

    Depth of Removaland Replacement

    Slope Away FromFoundation

    12" Clay CapSelect

    Fill

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 9 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    TABLE 5.2: SUBGRADE REMOVAL AND REPLACEMENT OPTIONS

    Depth of Removal and Replacement (feet)

    Potential Vertical Rise (inches)

    Effective P.I.

    3.5* 1 22

    4 1 22

    5 1 22

    6 21

    7 20

    8 19

    Note: The PVR movements listed above are approximations. Actual movements will vary depending on site grading, drainage, and maintenance.

    *All existing fill must be removed and replaced with select fill. Existing fill was logged to a depth of 3.5 feet in the boring, but may be deeper in other locations.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 10 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    MISCELLANEOUS DESIGN ITEMS: Flatwork: This site is on moderately expansive soils and existing fill materials. Be

    aware that concrete flatwork such as sidewalks, drainage features, plazas, and utilities will be subject to adverse soil movements. The owner should be prepared to repair and even replace these items over time, depending on the magnitude of movement that actually occurs. Where the ground is intentionally sloped and graded to provide positive drainage, the ground may swell and shrink (or settle) sufficiently over time to reverse the intended drainage, and must be remediated when necessary.

    Subgrade Improvement: The onsite soils may be subject to pumping of the subgrade, especially if

    water is present, and we should be contacted if this situation occurs. Clean crushed stone may be placed at the base of the excavations to create a firm working surface where needed and/or specified. We expect that a layer of about 8 to 12 inches in thickness will be needed if soft and/or wet subgrade conditions are present, but field conditions may dictate an increased thickness. If more than about 12 inches is needed, then a filter fabric may be needed to avoid migration of fines.

    The crushed stone must be clean, and should generally range in size from

    3 to 6 inches. Compaction specifications do not apply; however, the rock should be placed in such a manner that will stabilize the bottom of the excavations. This type of clean rock is normally used to stabilize construction entrances, and should be readily available.

    Be aware that plumbing and other features that require trenching will be

    difficult to install if the trenches extend into clean stone. Seismic: For structural designs based upon the 2012 IBC, the following criteria will

    apply. The Site Class is C. The Mapped Spectral Response Acceleration at short periods (SS) is about 0.10g, and the Mapped Spectral Response Acceleration at a 1 second period (S1) is about 0.04g. Site Coefficients are as follows: Fa= 1.2 and Fv= 1.7.

    Vapor Barriers: The need for vapor barriers, and where to place them, must be determined by the architect or structural engineer based on the proposed floor treatment, building function, concrete properties, placement techniques, and the construction schedule. When moisture barriers are used, precautions should be taken during the initial floor slab concrete curing period to reduce differential curing and possible curling of the slabs.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 11 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    Impervious Seal: We recommend that an impervious seal consisting of at least 12 inches of clay soil be constructed on top of the backfill material around the building perimeter in landscaped (non-paved) areas. The intent of this impervious seal is to reduce surface runoff water from infiltrating the backfill. The seal must be sloped away from the foundation. In addition, a plug of clay soil must be placed at the exit points of the utilities from the foundation to reduce water intrusion into utility trenches.

    Utility Connections: Utilities resting on or within expansive soils are subject to soil movements.

    Utility connections should account for such movement potential, such as using flexible connections.

    Based on our previous experience, clay soils are corrosive to buried metals. Corrosion protection should be provided for such metals. If granular backfill materials are used for the utility lines, then a clay plug must be placed at the exterior foundation penetrations to avoid water intrusion and collection within the utility trenches.

    Review by MEP: We recommend that this report be provided to the project Mechanical,

    Electrical, and Plumbing engineers (MEPs). Their designs should account for the estimated soil movement potential. We are available to help with questions they may have about soil movements.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 12 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    6.0 GEOTECHNICAL CONSTRUCTION RECOMMENDATIONS Site Preparation: Surficial vegetation, root systems, existing fill, existing utilities, and

    underground structures must be removed below the building pad. The stripping depth must be based on field observations with attention given to old drainage areas, uneven topography, and wet soils. Proof-rolling should be used to detect soft spots or pumping subgrade areas. Proof-rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment weighing at least 25 tons.

    Grading: Grading, landscaping, and drainage pose a significant risk factor for future

    performance of the foundation systems. Prevention of water ponding around the foundation is critical. We suggest the following general guidelines for perimeter drainage:

    1. The building pad or the finished floor elevation must be elevated from

    the exterior finished grade to assist in draining the surface water away from the structure.

    2. Where possible, extend paved surfaces up to the building line to serve as a barrier to soil moisture evaporation and infiltration. These surfaces must slope away from the building.

    3. Outlets for gutter systems must rapidly discharge water away from the

    foundation.

    4. Roots from trees and decorative vegetation remove moisture from soils, which causes soil shrinkage (settlement). Trees should have root blockers near the foundation or be located as far away from the foundation as practical.

    5. Sprinkler systems must be properly maintained and over-watering of

    the soils should be avoided.

    Subgrade: The subgrade soils should be scarified and compacted to at least 95

    percent of ASTM D698 (or TEX-113-E) maximum dry density at 0 to +3% of the optimum moisture content. A maximum compacted lift thickness of six inches must be specified, with each lift tested for compliance prior to the addition of subsequent lifts. The placement and compaction of fill material must be observed, monitored, and tested by LFE on a full-time basis. Proof-rolling may be used in lieu of compaction testing of the subgrade, but will require approval by LFE on a case-by-case basis.

  • Copyright 2016 2000 South 15th Street, Waco, Texas 76706 Page 13 of 15 LFE Project No. W16-038 Ph: 254-235-1048 www.LFEctx.com Fx: 254-235-1625 June 10, 2016

    Select Fill: Fill should meet the requirements of 2014 TxDOT Item 247, Type A, Grade 3 or better. If another local source of select fill is desired, the following specification may be used as a guide:

    Maximum Aggregate: 3 inches Percent Retained on #4 Sieve: 25 - 50 Percent Retained on #40 Sieve: 50 - 75 Plasticity Index: 5 - 15 Non-Organic The select fill material should be compacted to at least 95 percent of ASTM

    D698 (or TEX-113-E) maximum dry density at 3% of the optimum moisture content. A maximum compacted lift thickness of six inches must be specified, with each lift tested for compliance prior to the addition of subsequent lifts. The placement and compaction of fill material must be observed, monitored, and tested by LFE on a full-time basis.

    Foundation: Foundation and drilled shaft construction recommendations are listed

    below.

    1. A minimum pier shaft diameter of 24 inches is normally specified to allow for cleaning, minimum construction tolerances, and conventional concrete mix designs. Smaller diameters may be used at the discretion of the structural engineer.

    2. The foundation construction must be observed by LFE to

    determine that the proper bearing material has been reached in accordance with the recommendations given herein.

    3. Prior to the placement of concrete, water must be r