Addendum #2 New Residence Hall Site Package Alabama A & M University

advertisement
Addendum #2
New Residence Hall Site Package
Alabama A & M University
May 10, 2016
Prepared by 4Site (Civil Engineer) and Moody Nolan (Architect)
This revision forms a part of and modifies the Bidding Documents dated April 22, 2016, and is to
be acknowledged in the Proposal Form. This addendum consists of 3 pages and 12
attachments. The descriptions below are intended as a summary only of the changes to the
Drawings. Bidders are required to incorporate all changes to the Drawings into their Bid,
regardless of whether or not the changes are listed below.
CHANGES TO DRAWINGS:
1. C102
a. Added labels, hatching and markings for more information regarding scope of
demolition
b. Corrected scale to 1” = 30’
2. C103
a. Adjusted courtyard sidewalks to align with new door location
b. Added labels for steps at both (north and south) rear entrances
c. Added labels for curb and gutter
d. Added handicap signs behind handicap spaces
e. Relocated “yard hydrant” to northwest corner of mechanical yard
f. Relocated gas meter to just outside mechanical yard wall
g. Relocated water line connections (domestic and fire) to building
h. Added proposed fiber optic lines to plan
i. Updated parking summary calculations
j. Added labels and notes to handicap parking area
k. Additional information about fence.
3. C104a. Added new pedestrian bridge to cross existing creek
b. Adjusted courtyard sidewalks to align with new door location
c. Added handicap signs behind handicap spaces
d. Added proposed fiber optic lines to plan
e. Added fiber optic labels to the plans
4. C105 –
a. Added a spot elevation in the ditch north of the entrance drive to clarify beginning of
ditch
b. Added existing power poles and overhead electric lines to the plan
c. Changed the name of the sheet to “Grading Plan”
d. Removed all erosion control graphics and labels (moved to “Erosion Control Plan” on
sheet C106)
e. Added notes for mechanical yard and building pad spot elevations
5. C106 – various changes throughout sheet.
6. C107—
a. Added notes 4 and 5 regarding ADEM permit and temporary fence.
7. C109
a.
b.
c.
8. L101
a.
b.
9. L102—
a.
Updated standard pavement detail to match geotechnical report
Added dumpster pad concrete detail
Added notes to handicap sign detail
Added irrigation sleeves notes
Reference bridge to sheet L102 note
Revised pedestrian bridge note.
CHANGES TO THE SPECIFICATIONS:
1. Section 00 40 00 Notice and Instructions to Bidders—
a. Replace the first page with the page attached to this addendum. Several dates have
changed.
b. Section 1.1 A. and B. – Change the bid date to be May 18 at 2:00 pm.
c. Section 1.2 A – Change the last sentence to read that “No inquiries may be submitted
after 5 business days prior of bid opening.” (The last day for submitting questions is May
11)
d. Section 1.2 C—Remove reference to mandatory pre-proposal meeting.
CLARIFICATIONS:
1.
Davis Bacon Wage Rates- Wage rates and poster are attached.
2.
The Sitework Package includes all work included in the RFP, Drawings, Specifications/Project Manual, and
Addenda, unless specifically clarified to be by the Building Contractor and/or Owner.
3.
Regarding SP 00 40 00—PAGE 1 ONLY- Addendum 1.PDF that was issued in Addendum 1, this attachment
is the page that contains dates. It has been re-issued again to change dates, and is labeled accordingly.
4.
Bidder question: The plans show 6” stand-up curb, the CAD file shows 24” curb and gutter. There is no
detail to determine which we are supposed to price. Which type of curb will be used? Answer: Standard
curb and gutter. The detail is included on sheet C109.
5.
Bidder question: A trench detail is shown on drawing C108. Will both the storm and sanitary
sewer be installed per this detail? Answer: No. The sanitary sewer trench is provided on sheet
C111 of Addendum #1; the storm sewer trench is on sheet C110 of Addendum #1.
6.
Sheet names and numbers changed in Addendum 1 since the time that the original drawings
were issued. The current Drawing Index is as follows:
C101 – Project Notes
C102 – Demolition Plan
C103 – Site Development Plan
C104 – Utility Plan
C105 – Grading Plan
C106 – Erosion Control Plan
C107 –Storm Shelter Grading Plan
C108 –Storm Sewer Plan
C109 – Construction Details
C110 – Construction Details
C111 – Construction Details
L101 – Landscape Plan
L102 -- Landscape Details
ATTACHMENTS:
C102 – Demolition Plan
C103 – Site Development Plan
C104 – Utility Plan
C105 – Grading Plan
C106 – Erosion Control Plan
C107 – Storm Shelter Grading Plan
C109 – Construction Details
L101 – Landscape Plan
L102 -- Landscape Details
SP 00 40 00 --PAGE 1 ONLY--Addendum 2.pdf
Davis Bacon Wage Rates
Davis Bacon Poster
END OF ADDENDUM # 2
SP 00 40 00--PAGE 1 ONLY-Addendum 2
ALABAMA A&M UNIVERSITY
NOTICE AND INSTRUCTIONS TO BIDDERS
NEW RESIDENCE HALL – SITEWORK PACKAGE
Bid Release Date ....................................................................... April 25, 2016
Pre-Bid Meeting Date…………………………………………….. May 4, 2016
Deadline for Submitting Questions..............................................May 11, 2016 @ 10:00 PM CDT
Deadline for Submitting Bids…….. .............................................May 18, 2016 @ 2:00 PM CDT
Proposed Award Contract ..........................................................May 27, 2016
Sitework Mobilization………………………………………………June 6, 2016
Sitework Contractor Start Date…………………………………… June 13, 2016
Addendum 2
Building Pad Completion…………………………………………...July 20, 2016
Overall Completion Date…………………………………………..Spring/Summer 2017
Substantial Completion…………………………………………….July 18, 2017
Bid No. 2K16-05F
Contact: JEFFREY ROBINSON
Director of Purchasing
Phone: 256.372.8211
Fax: 256.372.5746
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
BLANK PAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
1
GENERAL INSTRUCTIONS ....................................................................................................... 5
1.1
PROPOSAL SUBMITTAL REQUIREMENTS .................................................................. 5
1.2
INQUIRIES, REQUESTS OF CLARIFICATION, & ADDENDUM ..................................... 5
1.3
TERMS AND CONDITIONS ............................................................................................ 6
1.4
SITE INSPECTION .......................................................................................................... 7
1.5
INTENT OF THE DOCUMENTS...................................................................................... 7
1.6
CONTRACTOR’S RESPONSIBILITIES........................................................................... 7
1.7
LABOR, MATERIALS, AND EQUIPMENT ....................................................................... 8
1.8
PERFORMANCE AND COMPLETION OF WORK ........................................................ 10
1.9
SAFETY AND PROTECTION ........................................................................................ 10
1.10 OWNER RESPONSIBILITIES ....................................................................................... 10
1.11 CONTRACT MODIFICATION PROCEDURES ......................................................... 10
1.12 LITIGATION AND NOTIFICATION ................................................................................ 11
1.13 SUBCONTRACTING ..................................................................................................... 11
2 EVALUATION CRITERIA AND CONTRACT AWARD ............................................................ 12
2.1
EVALUATION CRITERIA .............................................................................................. 12
2.2
PROTEST OF AWARD ................................................................................................. 12
ATTACHMENT A - ........................................................................................................................... 13
REQUIRED DOCUMENTS ............................................................................................................... 13
BID BOND
14
CERTIFICATION OF PRIMARY PARTICIPANTS REGARDING DEBARMENT, SUSPENSION,
AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSIONS .......................................... 14
CERTIFICATION OF RESTRICTIONS ON LOBBYING ......................................................... 16
CERTIFICATION OF INSURANCE COVERAGE ................................................................... 17
EXCEPTIONS TO SCOPE OF WORK .................................................................................. 18
SUBCONTRACTORS .......................................................................................................... 19
ALABAMA IMMIGRATION ACT E-VERIFY CONTRACTOR’S E-VERIFY CLAUSE AND
AFFIDAVIT .............................................................................................................................. 20
AFFIDAVIT 1 ....................................................................................................................... 21
AFFIDAVIT 2 ....................................................................................................................... 22
Proof of Citizenship Demonstration and Declaration ........................................................ 24
Verification, Demonstration, and Declaration of Lawfully Present Alien ........................... 26
BID SHEET
28
CERTIFICATION PURSUANT TO ACT NO. 2006-557
29
SECTION on 41-4-116
31
VENDOR DISCLOSURE STATEMENT
32
STATE OF ALABAMA DISCLOSURE STATEMENT
33
AAMU GENERAL CONDITIONS
36
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
BLANK PAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
1
1.1
A.
GENERAL INSTRUCTIONS
PROPOSAL SUBMITTAL REQUIREMENTS
Proposal should be delivered in sealed envelopes or boxes and must be received no later
than 2:00 pm on May 13, 2016. Pre-bid Meeting is May 4, 2016 at 10:00 AM at the Crump
Building, next to the site. Envelope or box must be addressed to:
Jeffrey Robinson
Alabama A&M University
Department of Purchasing– Room 305
4900 Meridian Street
Normal, Alabama 35762
B.
Sealed bids will be received by the Department of Purchasing, on behalf of the facilities
(physical plant) department, in room 305 in the Patton Hall, 4900 Meridian Street, on the
13th day of May, 2016, until 2:00 pm, o'clock, local time, and then publicly opened and read
for the furnishing of all labor and material (where required) and equipment for performing a
public works project according to the drawings and specifications.
C.
When the amount bid for a contract exceeds $50,000, the bidder must be licensed by the
State Licensing Board for General Contractors and must show the Owner evidence of
license before bidding or the bid will not be received by the Owner or considered by the
Awarding Authority. A bid exceeding the bid limit stipulated in the bidder’s license, or which
is for work outside of the type or types of work stipulated in the bidder’s license, will not be
considered. In case of a joint venture of two or more contractors, the amount of the bid shall
be within the maximum bid limitation as set by the State Licensing Board for General
Contractors of the combined limitations of the partners to the joint venture.
D.
Errors and Omissions. The prospective bidder shall not be allowed to take advantage
of any errors or omissions in these specifications and attached drawings. Where
errors or omissions occur in the specifications and drawings, the bidder shall
promptly notify the AAMU representative contact person listed in Section 1.2 A in
these specifications. Any request for change orders that meet this section and other
sections within these specifications will not be considered for approval.
E.
No oral, telephone, or telegraphic responses will be considered.
F.
Bids received after the above cited time will be considered a late bid will not be accepted.
G.
Such business entity or employer shall provide a copy of such affidavit to the
University as part of its bid or proposal for the contract along with documentation
establishing that the business entity or employer is enrolled in the E-Verify program.
The required affidavit form is included at the end of this notice.
H.
Bids shall include the following documentation in the order listed below:
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
1.
Exceptions
Clearly explain all exceptions to the terms, conditions, and scope of work contained
in this BID.
2.
Required Forms and Documentation
All forms must be signed by an authorized signer who is legally able to bind the
Bidder (see Attachment A).
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
1.2
Bid Sheet
Exceptions to the Scope of Work
Subcontractors
Certification of Primary Participants Regarding Debarment,
Suspension, and Other Ineligibility and Voluntary Exclusions
Certification of Restrictions on Lobbying
Alabama Immigration Act E-Verify, Contractor’s E-Verify Clause and
Affidavit
Proof of Citizenship Demonstration and Declaration
Verification, Demonstration, and Declaration of Lawfully Present Alien
Disclosure Statement
Certification of Insurance Coverage
Bid Bond
INQUIRIES, REQUESTS OF CLARIFICATION, & ADDENDUM
NOTE: Before submitting a bid for the Work, the bidders shall carefully examine the Bid
Documents, visit the site, and satisfy themselves as to the nature and location of the
Work, and the general and local conditions, including weather, the general character of
the site or building, the character and extent of existing work within or adjacent to the site
and any other work being performed thereon at the time of submission of their bids. They
shall obtain full knowledge as to transportation, disposal, handling, and storage of
materials, availability of water, electric power, and all other facilities in the area which will
have a bearing on the performance of the Work for which they submit their bids. The
submission of a bid shall constitute a representation by the bidder that the bidder has
made such examination and visit and has judged for and satisfied himself or herself as to
conditions to be encountered regarding the character, difficulties, quality, and quantities
of work to be performed and the material and equipment to be furnished, and as to the
contract requirements involved.
Explanations and interpretations, should any bidder observe any ambiguity, discrepancy,
omission, or error in the drawings and specifications, or in any other bid document, or be
in doubt as to the intention and meaning of these documents, the bidder should
immediately report such to the Architect and request clarification. Clarification will be
made only by written Addenda sent to all prospective bidders. Neither AAMU nor the
AAMU representative shall be responsible in any manner for verbal answers or
instructions regarding intent or meaning of the Bid Documents. In the case of
inconsistency between drawings and specifications or within either document, a bidder
will be deemed to have included in its bid the better quality or greater quantity of the
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
work involved unless the bidder asked for and obtained the Owners written clarification
of the requirements before submission of a bid.
A.
All technical inquiries regarding this request should be directed, via email, to Rachael
Spangler at Moody Nolan, rspangler@moodynolan.com 615.386.9690. No inquiries may
be submitted after 5 days prior to bid opening.
B.
Answers to questions that are in the interest of all proposers will made in available in
writing, email, or by fax as appropriate to all proposers.
C.
Questions and answers will be posted in the form of an addendum on the University’s
website and sent to all prospective Proposers who attend the mandatory pre-proposal
conference. Oral responses provided by the University at the pre-proposal meeting shall
not be considered official until posted on the website.
D.
It is the sole responsibility of a proposer to verify any addendums that may have been
issued relating to this request prior to submission of a proposal. Any notice of addendum
will be published on the university’s facilities website
www.aamu.edu/administrativeoffices/business-and-finance/facilities/pages/default.aspx in
the banner titled “Information for Current Projects”.
1.3
A.
TERMS AND CONDITIONS
Terms of Contract
1. The Contract is for the specific project proposed for the services to be performed.
2. The term shall begin with the execution of the Notice to Proceed.
3. Section 39-1-1(f) of Code of Alabama provides that the contractor shall,
immediately after project completion of the contract, give notice of the completion
by advertisement in a newspaper of general circulation published in within the city
or county in which the work has been done.
B.
Type of Contract
This is a firm-fixed price Contract.
C.
Conformity with Scope of Work
All deviations from the scope of work shall be authorized in writing by the University. It is
further agreed that no extra compensation shall be allowed for services evidently
necessary within the general intent of these specifications for the thorough delivery of
services.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
1.4
SITE INSPECTION
Proposed site is open for inspection by Bidders. A Bidder’s failure to inspect the station
sites shall not bar or be an excuse for non-performance arising out of or based on the
site conditions.
The location is the current Gravitt Apartment site located in the 4100 block of Meridian Street
N. Bidders are required to visit the site to ascertain pertinent conditions readily determined by
inspection and inquiry, such as location, accessibility and general character of site.
1.5
INTENT OF THE DOCUMENTS
It is the intent of the Construction Documents to describe a complete project to be fulfilled in
accordance with the Contract. The Construction Documents are so drafted as to indicate the
conditions existing to the best knowledge and belief of the Owner, but are not guaranteed
accurate. Should any inconsistency or error appear or occur in the Construction Documents, it
is the contractor’s responsibility to report it to the Owner or owner’s administrator and obtain
proper adjustments before proceeding with the work. The Contract Documents comprise the
entire agreement between the Owner and Contractor. They may be altered only by a written
modification properly executed by the Owner and Contractor.
1.6
CONTRACTOR’S RESPONSIBILITIES
The site is available to prospective bidders for the inspection and examination of the area and
conditions under which the work is to be performed. Prior to the bid, the prospective bidders
will notify the Owner of any conditions detrimental to the timely and proper accomplishment of
the work. Lines shown on plans are for bidding purposes only. The successful bidder shall be
responsible for all field measurements for the proper installation of the Bidder’s Work
Errors and Omissions. The prospective bidder shall not be allowed to take advantage of any
errors or omissions in these specifications and attached drawings. Where errors or omissions
occur in the specifications and drawings, the bidder shall promptly notify the contact person
listed in the “Notice to Bid”, and report the identified errors or omissions in writing.
Inconsistencies in the specifications or drawings are to be reported in a timely manner before
the bids are submitted to Brian Shipp Director of Facilities and Administrative Services at
AAMU.
It shall be the responsibility of the contractor to provide personnel to meet the
perspective code-enforcement inspectors on-site for all required code inspections.
When the inspector’s access to the project’s area, that must be inspected, is not
continually manned by the owner’s personnel during regular business hours, it is the
contractor’s responsibility to notify the owner’s representative, in advance, to gain
access.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
The contractor entering into a public works contract shall before commencing work, shall
provide a Performance Bond and Labor & Material Bond, with penalty equal to 100 percent of
the Contract Price. In addition, another bond payable to the municipality letting the contract
shall be executed in an amount not less than 50 percent of the contract price as per the
provisions in the Code of Alabama 39-1-1.
The Contractor shall supervise and direct the work efficiently and with his best skill and
attention. He shall be solely responsible for the means, methods, techniques, sequences and
procedures throughout this project. Contractor shall be responsible to see that the finished
work complies accurately with the Contract Documents.
Design, Permits, and Fees.
1. If required by code or the Authorities Having Jurisdiction, the Contractor shall provide
design and necessary design documents for all work in these specifications and indicated
on the attached drawings. These Design documents must be prepared and stamped by
the appropriate professional designer as required by state and local codes. These
Contractor Designers must provide Professional Liability insurance at a minimum limit of
$2 million. All designs shall incorporate all code requirements and the special
requirements set forth in the appropriate sections of this document. All costs associated
with these requirements shall be the responsibility of the Contractor.
a. The design and design documents must be submitted to and approved by the Owner
prior to submittal to the Authorities Having Jurisdiction.
2. If required by code or the Authorities Having Jurisdiction, the Contractor shall be
responsible for obtaining all licenses and permits, and the payment of all required fees.
Copies of all permit applications shall be submitted to the Owner’s representative prior to
the start of the project. Copies or proof of all final inspection approvals by the Authorities
Having Jurisdiction shall be furnished to the Owner's representative prior to final
acceptance.
3. It shall be the responsibility of the contractor to provide personnel to meet the
perspective code-enforcement inspectors on-site for all required code inspections.
When the inspector’s access to the project’s area, that must be inspected, is not
continually manned by the owner’s personnel during regular business hours, it is
the contractor’s responsibility to notify the owner’s representative, in advance, to
gain access.
Work once started shall be diligently carried out toward completion. All work shall be done in a
workmanship-like manner in accordance with standard practices, local codes and ordinances,
applicable statutes and in accordance with manufacturer’s recommendations, where
applicable.
1.7
LABOR, MATERIALS, AND EQUIPMENT
Contractor shall provide competent, suitably qualified personnel to perform the services as
required by the Contract Documents. Contractor shall furnish all equipment, labor,
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
transportation, machinery, tools and all other facilities and incidentals necessary for the
execution, initial operation and completion of the work.
All materials and equipment to be installed shall be new and shall be applied, installed,
connected, cleaned and conditioned in accordance with the instructions of the manufacturer,
except as otherwise provided in the Contract Documents.
1.8
PERFORMANCE AND COMPLETION OF WORK
The Contractor shall furnish sufficient forces and equipment as may be necessary to insure
the progress of the work in accordance with the Contract Documents. If, to maintain
satisfactory progress, it is necessary to increase the work force or to work overtime, such
additional work shall be without additional cost to the Owner.
Failure of the Contractor to comply with the requirements of the Contract under this provision
will be grounds for determination by the Owner that the Contractor is not pursuing the work
with such diligence as will insure completion within the specified time limits. Upon such
determination by the Owner, it may terminate the Contractor’s right to proceed with the work.
1.9
SAFETY AND PROTECTION
Contractor shall be responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the work and shall comply with all requirements and
regulations of OSHA/MIOSHA.
1.10
OWNER RESPONSIBILITIES
The University reserves the right to add or delete services under this Contract by
written amendment executed by both parties.
1.11
CONTRACT MODIFICATION PROCEDURE
This Section specifies administrative and procedural requirements for handling and processing
Contract modifications.
MINOR CHANGES IN THE WORK
Owner will issue supplemental instructions authorizing Minor Changes in the Work, not
involving adjustment to the Contract Sum or the Contract Time.
PROPOSAL REQUESTS
Owner-Initiated Proposal Requests: When requested by the Owner, the Contractor will draft a
detailed description of proposed changes in the Work that may require adjustment to the
Contract Sum or the Contract Time. If necessary, the description will include supplemental or
revised Drawings and Specifications.
1.
Proposal Requests by Owner are for information only. Do not consider them
instructions either to stop work in progress or to execute the proposed change.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
2. Within time specified in Proposal Request after receipt of Proposal Request, submit a
quotation estimating cost adjustments to the Contract Sum and the Contract Time
necessary to execute the change.
a. Include costs of labor and supervision directly attributable to the change.
b. Include an updated Contractor's Construction Schedule that indicates the effect of the
change, including, but not limited to, changes in activity duration, start and finish times,
and activity relationship.
Contractor-Initiated Proposals: If latent or unforeseen conditions require modifications to the
Contract, Contractor may propose changes by submitting a request for a change to Owner.
1. Include a statement outlining reasons for the change and the effect of the change on the
Work. Provide a complete description of the proposed change. Indicate the effect of the
proposed change on the Contract Sum and the Contract Time.
2. Include costs of labor and supervision directly attributable to the change.
3. Include an updated Contractor's Construction Schedule that indicates the effect of the
change, including, but not limited to, changes in activity duration, start and finish times,
and activity relationship. Use available total float before requesting an extension of the
Contract Time.
CHANGE ORDER PROCEDURES
A Change Order will be issued upon the Owner's approval of a Proposal Request. Contractor
request for change orders that are due to errors and omissions will not be approved.
1.12
A.
LITIGATION AND NOTIFICATION
The Contractor shall notify the University if any of the following occur:
1. The Contractor or any of the Subcontractors are served with notice of violation of any
law, regulation, permit or license which relates to this Contract.
2. Proceedings are commenced which could lead to revocation of related permits or
licenses.
3. Permits, licenses or other Government authorizations relating to this Contract
are revoked.
4. Litigation is commenced which would affect this Contract.
1.13
SUBCONTRACTING
A.
In the event that the Contractor desires to subcontract some part of the work specified herein,
the Contractor shall identify in the proposal, the names, qualifications and experience of the
proposed Subcontractors. Any changes in Subcontractors after award of the Contract shall be
subject to approval by the University.
B.
No portion of the work shall be subcontracted without prior written consent of the University,
and any Subcontractors must be identified as per the paragraph above.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
C.
The Contractor shall submit to the University for approval and attachment to this Contract, a
list of Subcontractors and their required signed certifications/contracts and contact
information. During the period of performance, the Contractor shall not substitute
Subcontractors and/or key personnel without the written approval of the University. The
Contractor shall notify the University within five calendar days after the occurrence of any
of these events and provide information as to the circumstances necessitating the
proposed change, new Subcontractor information and other information as requested.
D.
Proposed substitutions must have comparable qualifications and experience to those
being replaced. The University will notify the Contractor within ten calendar days after the
receipt of all required information if this change is approved and the University and the
Contractor shall subsequently amend the required Contract documents.
2
2.1
EVALUATION CRITERIA AND CONTRACT AWARD
EVALUATION CRITERIA
A.
The University will receive proposals from firms having specific experience, resources, and
qualifications in the proposed scope of work. Each Bidder shall submit a statement of
qualification/experience for performance of the Contract to include a detailed list (including
names of Owners, size of contracts and completion dates) of at least three (3) references of
projects undertaken by the Bidder within the last five (5) years.
B.
Until the final award by Alabama A&M University, said University reserves the right to
reject any and/or all BIDs, to waive technicalities, to re-advertise, or to proceed otherwise
when the best interest of said University will be realized hereby.
2.2
PROTEST OF AWARD
Any protest by a bidder must be timely and in conformance with applicable procurement
regulations. The fifteen (15) day protest period for a responsive Bidder shall begin on the
day following the University’s written notification to all responding bidders. Protests must be
written and must include the name and address of the protestor and the number assigned
to this bid by the University. It also must contain a statement of grounds for protest
including appropriate supporting exhibits. The timely protest must be delivered to:
Jeffrey Robinson
Purchasing Department
Alabama A&M University
305 Patton Hall
4900 Meridian Street
Normal, Alabama 35762
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ATTACHMENT A -
REQUIRED DOCUMENTS
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
BID BOND
The PRINCIPAL (Bidder’s Name and Address)
The SURETY (Name and Principal Place of Business)
The OWNER (Name and Address)
The PROJECT for which the Principal’s Bid is submitted: (Project name as it appears in the Bid Documents)
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Principal and Surety, jointly and severally, hereby
bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the PENAL SUM of five
percent (5%) of the amount of the Principal’s bid, but in no event more than Ten-thousand Dollars ($10,000.00).
THE CONDITION OF THIS OBLIGATION is that the Principal has submitted to the Owner the attached bid, which is
incorporated herein by reference, for the Project identified above.
NOW, THEREFORE, if, within the terms of the Bid Documents, the Owner accepts the Principal’s bid and the Principal
thereafter either:
(a)
executes and delivers a Construction Contract with the required Performance and Payment Bonds (each in the
form contained in the Bid Documents and properly completed in accordance with the bid) and delivers evidence of
insurance as prescribed in the Bid Documents, or
(b)
fails to execute and deliver such Construction Contract with such Bonds and evidence of insurance, but pays the
Owner the difference, not to exceed the Penal Sum of this Bond, between the amount of the Principal’s Bid and
the larger amount for which the Owner may award a Construction Contract for the same Work to another bidder,
then, this obligation shall be null and void, otherwise it shall remain in full force and effect.
The Surety, for value received, hereby stipulates and agrees that the obligation of the Surety under this Bond shall not in
any manner be impaired or affected by any extension of the time within which the Owner may accept the Principal’s bid,
and the Surety does hereby waive notice of any such extension.
SIGNED AND SEALED this day of , .
ATTEST
PRINCIPAL:
___________________________________________
By ________________________________________
________________________________________
ATTEST
SURETY:
___________________________________________
By_________________________________________
_________________________________________
Name and Title
Name and Title
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
CERTIFICATION OF PRIMARY PARTICIPANTS REGARDING
DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND
VOLUNTARY EXCLUSIONS
(The Contractor) or
(Subcontractor)
certifies, by submission of this bid/proposal, that neither it nor its principals are presently
debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from
participation in this transaction by an federal department or agency.
(If the Prime Contractor or Subcontractor is unable to certify to any of the statements in this
certification, such participant shall attach an explanation to this bid/offer).
(The Contractor) or
(Subcontractor)
certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or
with this certification and understands that the provisions of 31 U.S.C. Sections 3801 ET. SEQ. are
applicable thereto.
Signature of Authorized Official
Typed Name
Title of Authorized Official
Date
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
CERTIFICATION OF RESTRICTIONS ON LOBBYING
I, hereby certify on behalf of
that:
(Name of Firm/Contractor Official)
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an office or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of a federal contract, the making of any
federal grant, the making of any federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment or modification of any federal contract,
grant, loan or cooperative agreement. No federal assistance funds shall be used for activities
designed to influence Congress or State Legislature on legislation or appropriations, except
through proper, official channels.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an office or employee of Congress, or an employee of a Member of
Congress in connection with this federal contract, grant, loan or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report
Lobbying”, in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contract under
grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance is placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
Executed this
day of
, 2016
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
CERTIFICATION OF INSURANCE COVERAGE
I, hereby certify on behalf of
that:
(Name of Firm/Contractor Official)
In accordance with the Contract terms, if awarded the Contract, the organization and any
Subcontractors will have the required insurance coverages prior to the Contract award. I further
certify that the organization and any Subcontractors shall maintain these insurance coverages
during the entire term of the Contract and that all insurance coverages shall be provided by
insurance companies authorized to sell insurance in Alabama.
All prospective Bidders shall submit a copy of their current Certificate of Insurance with their Bid.
Failure to provide proof of insurance will render their bid non-compliant and will be rejected.
Executed this
By
Typed Name
Title
day of
, 2016
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
EXCEPTIONS TO SCOPE OF WORK
The Bidder shall state whether it accepts the Scope of Work or if exceptions are taken. Company
Name:
Check one:
accepts the Scope of Work as presented in this solicitation and takes no exceptions.
takes exceptions to the Scope of Work. Exceptions are specifically identified on the attached
pages.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
SUBCONTRACTORS
Proposers shall identify any Subcontractors and the type of work anticipated to be performed
during the term of the Contract.
Make additional copies of this page as necessary.
Firm #1
Address
Contact
Title
Telephone
Fax
Location of the work to be performed
Estimated dollar amount of work to be performed
Type of work to be performed
$
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA IMMIGRATION ACT E-VERIFY CONTRACTOR’S E-VERIFY
CLAUSE AND AFFIDAVIT
Effective immediately, this notice shall be included in all Requests for Proposals (BIDs) or
Invitations to Bid to provide labor, supplies, or services for Alabama A&M University pursuant
to contracts to be signed on or after January 1, 2012. Complete Affidavit 1 or 2.
E-VERIFY – NOTICE (BID)
The Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535, Code of
Alabama (1975) § 31-13-1 through 31-13-30” (also known as and hereinafter referred to as “
the Alabama Immigration Act”) is applicable to contracts with Alabama A&M University (the
“University”). As a condition for the award of a contract and as a term and condition of the
contract with the University, in accordance with § 31-13-9 (a) of the Alabama Immigration Act,
any business entity or employer that employs one or more employees shall not knowingly
employ, hire for employment, or continue to employ an unauthorized alien and shall attest to
such by sworn affidavit signed before a notary. Such business entity or employer shall provide
a copy of such affidavit to the University as part of its bid or proposal for the contract along with
documentation establishing that the business entity or employer is enrolled in the E-Verify
program. The required affidavit form is included at the end of this notice. A response to this
BID/Invitation which does not include the required affidavit and proof of E-Verify
enrollment will be considered non-conforming and non-responsive. The University at its
sole discretion may allow a reasonable period, not to exceed ten (10) business days, for
non-conforming bids to be amended to comply with the Alabama Immigration Act.
However, the University has no duty to alert any bidder that their response is nonconforming in any aspect.
At the time of execution of the awarded contract, the contractor will be required to execute
another affidavit in substantially the same form. In addition, during the performance of the
contract, such contracting business entity or employer shall continue to participate in the EVerify program and shall verify every employee that is required to be verified according to
the applicable federal rules and regulations. The contracting business entity or employer
shall assure and require that every subcontractor performing under the contract shall also
comply with §31-13-9(c), and the contracting business entity or employer shall maintain
records that are available upon request by the University, state authorities, or law enforcement
to verify its compliance and the compliance of all subcontractors with the requirements of the
Alabama Immigration Act. Failure to comply with these requirements may result in breach of
contract, termination of the contract or subcontract, and possibly Page 21 of 27 suspension
or revocation of business licenses and permits in accordance with §31-13-9 (e) (1) & (2) or in the
case of a subcontractor, in accordance with §31-13- 9 (f) (1) & (2).
E- Verify Affidavit
Compliance with the requirements of the Beason-Hammon Alabama Taxpayer and Citizen
Protection Act, Act No. 2011-535, Code of Alabama (1975) § 31-13-1 through 31-13-30” (also
known as and hereinafter referred to as “the Alabama Immigration Act”) is required for
Alabama A&M University contracts as a condition of the contract performance. Please provide a
duly executed and notarized affidavit in the appropriate form as describe below.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
AFFIDAVIT 1
I,
of
,
a
duly
authorized
officer
or
agent
(contractor), do execute this affidavit on behalf
of
(contractor) and by executing this affidavit, the
undersigned contractor verifies that it is a sole proprietorship, partnership, corporation or other
business entity (circle one) that has no employees.
The undersigned agrees that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to this contract with Alabama
A&M University, that the Contractor will secure from such subcontractor(s) verification of
compliance with Code of Alabama (1975) § 31-13-9 in a form substantially similar to this
affidavit. Contractor further agrees to maintain records of such compliance and provide a copy
of each such verification to Alabama A&M University, at the time the subcontractor is retained
to perform such services.
Name of Contractor
Signature of Authorize Officer or Agent of Contractor
Title of Authorized Officer or Agent of Contractor
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
Notary Public
My commission Expires:
DAY OF
2016.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
AFFIDAVIT 2
I,
of
,
a
duly
authorized
officer
or
agent
(contractor), do execute this affidavit on behalf
of
(contractor) and by executing this affidavit, the
undersigned contractor verifies its compliance with the Beason-Hammon Alabama Taxpayer
and Citizen Protection Act, Act No. 2011-535 (Code of Alabama (1975) § 31-13-9), stating
affirmatively that it does not knowingly employ, hire for employment, or continue to employ an
unauthorized alien and that the sole proprietorship, partnership, or corporation or other
business entity (circle one) which is contracting with Alabama A&M University has registered
with and is participating in the federal work authorization program known as “E-verify”, web
address https://e-verify.uscis.gov/enroll operated by the
United States Citizenship and
Immigration Service Bureau of the United States Department of Homeland Security to verify
information of newly hired employees, pursuant to the Immigration Reform and Control Act
of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions of the Alabama
Immigration Act.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to this contract with Alabama
A&M University, that the Contractor will secure from such subcontractor(s) verification of
compliance with Code of Alabama (1975) § 31-13-9 in a form substantially similar to this
affidavit. Contractor further agrees to maintain records of such compliance and provide a copy
of each such verification to Alabama A&M University, at the time the subcontractor is retained
to perform such services.
E-Verify Employment Eligibility Verification User Identification Number
Name of Contractor
Signature of Authorize Officer or Agent of Contractor
Title of Authorized Officer or Agent of Contractor
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
Notary Public
My commission Expires:
DAY OF
2016.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
Proof of Citizenship Demonstration and Declaration
(To be provided with Affidavit Form 1)
In order for an individual, including an individual who is a sole proprietor, a partner in a
partnership, a general partner in a limited partnership, a partner in a non-registered limited
liability partnership, or a sole member of a single member limited liability company, who is a
U.S. Citizen to receive a public benefit or conduct a business transaction with Alabama A&M
University, each such citizen must declare his or her U.S. citizenship by executing the
declaration at the bottom of this form, and must demonstrate his or her U.S. citizenship by
presenting a legible copy of one of the following items.
Note that if the presented item does not include picture identification, please also provide a
copy of a valid form of picture identification, and if the presented item does not show the
person’s current legal name, please also provide a copy of a supporting document to verify
the legal name change. Please check which of the listed items has been provided:
 Driver’s license or non-driver’s identification card (issued by Alabama or the division
of motor vehicles or the equivalent governmental agency of another state within the
United States if the agency indicates on the applicant’s driver’s license or non-driver’s
identification card that the person has provided satisfactory proof of United States
citizenship).
 Birth certificate.
 Pertinent pages of a United States valid or expired passport (identifying the applicant
and the applicant’s passport number).
 United States naturalization documents or the number of the certificate of
naturalization. (If only the number of the certificate of naturalization is provided, the
applicant shall not be awarded any contract until the number of the certificate of
naturalization is verified with the United States Bureau of Citizenship and Immigration
Services by the designated City Official, pursuant to 8 U.S.C. § 1373(c)).
 Other documents or methods of proof of United States citizenship (issued by
the federal government pursuant to the Immigration and Nationality Act of 1952, and
amendments thereto).
 Bureau of Indian Affairs card number, tribal treaty card number, or tribal enrollment number.
 Consular report of birth abroad of a citizen of the United States of America.
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
 Certificate of citizenship (issued by the United States Citizenship and Immigration
Services).
 Certification of report of birth (issued by the United States Department of State).
 American Indian card, with KIC classification, (issued by the United States Department
of Homeland Security).
 Final adoption decree (showing the applicant’s name and United States birthplace).
 Official United States military record of service (showing the applicant’s place of
birth in the United States).
 Extract from a United States hospital record of birth (created at the time of the
applicant’s birth indicating the applicant’s place of birth in the United States).
CITIZENSHIP DECLARATION
Under penalty of perjury, I,
_, (print name of
undersigned) the undersigned do hereby declare that I am a citizen of the United States of
America.
(Declarant’s Signature and Date)
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
Verification, Demonstration, and Declaration of Lawfully Present Alien
(To be provided with Affidavit Form 1)
A. SAVE Verification. In order for an individual, including an individual who is a sole proprietor,
a partner in a partnership, a general partner in a limited partnership, a partner in a nonregistered limited liability partnership, or sole member of a single member limited liability
company, who is a lawfully present alien to receive a public benefit or conduct a business
transaction with the City, the City must verify, using the Systematic Alien Verification of
Entitlement (SAVE) Program, that such alien is lawfully present in the United States. In order
to obtain such verification, each such alien must provide: (1) his or her Alien Registration
Number, which is as follows:
; and (2) a
copy of non-citizen immigration documents.
B. Presumptive Lawful Presence. In order for an individual, including an individual who is a
sole proprietor, a partner in a partnership, a general partner in a limited partnership, a
partner in a non- registered limited liability partnership, or sole member of a single member
limited liability company, who is a lawfully present alien to receive a public benefit or
conduct a business transaction on a temporary basis pending final verification, each such
alien must declare that he or she is a lawfully present alien, by executing the declaration at
the bottom of this form, and must demonstrate presumptive lawful presence, by presenting a
legible copy of one of the following items. Page 25 of 27
Note that if the presented item does not include picture identification, please also provide a
valid form of picture identification, and if the presented item does not show the person’s
current legal name, please also provide a copy of a supporting document to verify the legal
name change. Please check which of the listed items has been provided:
 A valid, unexpired Alabama driver’s license.
 A valid, unexpired Alabama non-driver identification card.
 A valid tribal enrollment card or other form of tribal identification (bearing a
photograph or other biometric identifier).
 Any valid United States federal or state government issued identification
document (bearing a photograph or other biometric identifier, if issued by an entity
that requires proof of lawful presence in the United States before issuance).
 A foreign passport with an unexpired United States Visa and a corresponding
stamp or notation (by the United States Department of Homeland Security indicating
the bearer’s admission to the United States).
 A foreign passport issued by a visa waiver country (with the corresponding entry
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
stamp and unexpired duration of stay annotation or an I-94W form by the United
States Department of Homeland Security indicating the bearer’s admission to the United
States).
DECLARATION OF LAWFULLY PRESENT ALIEN
Under penalty of perjury, I,
_, (print name of
undersigned) the undersigned do hereby declare that I am a lawfully present alien in the United
States of America.
(Declarant’s Signature and D
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
BID SHEET
The undersigned agrees to enter into an agreement with the Owner to provide the services
described for: New Residence Hall Site Package as per the Construction Documents. Also
include Section 00 40 01-Proposal Form in the Bid submittal.
$
(above amount in words)
TOTAL: $
(above amount in words)
X
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
Blank Page
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
Blank Page
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
ALABAMA A&M UNIVERSITY NEW RESIDENCE HALL SITE PACKAGE
EMPLOYEE RIGHTS
UNDER THE DAVIS-BACON ACT
FOR LABORERS AND MECHANICS
EMPLOYED ON FEDERAL OR FEDERALLY
ASSISTED CONSTRUCTION PROJECTS
THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION
PREVAILING
WAGES
You must be paid not less than the wage rate listed in the Davis-Bacon
Wage Decision posted with this Notice for the work you perform.
OVERTIME
You must be paid not less than one and one-half times your basic
rate of pay for all hours worked over 40 in a work week. There are few
exceptions.
ENFORCEMENT
Contract payments can be withheld to ensure workers receive wages
and overtime pay due, and liquidated damages may apply if overtime
pay requirements are not met. Davis-Bacon contract clauses allow
contract termination and debarment of contractors from future federal
contracts for up to three years. A contractor who falsifies certified
payroll records or induces wage kickbacks may be subject to civil or
criminal prosecution, fines and/or imprisonment.
APPRENTICES
Apprentice rates apply only to apprentices properly registered under
approved Federal or State apprenticeship programs.
PROPER PAY
If you do not receive proper pay, or require further information on the
applicable wages, contact the Contracting Officer listed below:
Brian B. Shipp, Director
Facilities and Administrative Services
Alabama A&M University
P.O. Box 1837
Normal, Alabama 35762
(256)372-4276
or contact the U.S. Department of Labor’s Wage and Hour Division.
For additional information:
1-866-4-USWAGE
(1-866-487-9243)
TTY: 1-877-889-5627
WWW.WAGEHOUR.DOL.GOV
U.S. Department of Labor
Employment Standards Administration
Wage and Hour Division
WH 1321(Revised April 2009)
Page 1 of 5
General Decision Number: AL160056 04/08/2016
AL56
Superseded General Decision Number: AL20150056
State: Alabama
Construction Type: Building
County: Madison County in Alabama.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.15 for calendar year 2016 applies to all contracts
subject to the Davis-Bacon Act for which the solicitation was
issued on or after January 1, 2015. If this contract is covered
by the EO, the contractor must pay all workers in any
classification listed on this wage determination at least
$10.15 (or the applicable wage rate listed on this wage
determination, if it is higher) for all hours spent performing
on the contract in calendar year 2016. The EO minimum wage rate
will be adjusted annually. Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number
0
1
Publication Date
01/08/2016
04/08/2016
* CARP0109-001 01/01/2016
Rates
Fringes
CARPENTER, Includes Drywall
Hanging, and Form Work...........$ 21.63
11.17
---------------------------------------------------------------ENGI0320-003 01/01/2010
Rates
Fringes
Power equipment operators:
Boom and Crane (Hydraulic
& Conventional Cranes-100
Ton and over)...............$ 22.08
8.31
Cherry Picker (Hydraulic
Crane Uner 100 Ton),
Forklift, and Front End
Loader......................$ 21.08
8.31
Oiler.......................$ 18.42
8.31
---------------------------------------------------------------IRON0477-001 05/01/2015
Rates
Fringes
IRONWORKER, STRUCTURAL...........$ 24.27
12.47
---------------------------------------------------------------SHEE0048-004 06/01/2013
http://www.wdol.gov/wdol/scafiles/davisbacon/AL56.dvb?v=1
4/21/2016
Page 2 of 5
Rates
Fringes
Sheet Metal Worker (including
HVAC Duct Work)..................$ 23.14
13.69
---------------------------------------------------------------SUAL2007-048 10/02/2007
Rates
Fringes
BRICKLAYER.......................$ 17.00
0.00
CEMENT MASON/CONCRETE FINISHER...$ 16.50
0.00
DRYWALL FINISHER/TAPER...........$ 13.24
0.00
ELECTRICIAN......................$ 17.52
4.06
HVAC MECHANIC (HVAC Pipe
Installation)....................$ 15.33
0.67
IRONWORKER, REINFORCING..........$ 10.87
0.00
LABORER: Common/General,
Including Landscaping............$ 10.24
0.00
LABORER:
9.15
1.18
OPERATOR:
Backhoe...............$ 11.50
3.24
OPERATOR:
Bulldozer.............$ 12.94
2.47
OPERATOR:
Excavator.............$ 16.00
0.00
OPERATOR:
Grader/Blade..........$ 11.00
0.00
PAINTER:
Brush and Roller.......$ 10.25
0.00
PIPEFITTER, Excludes HVAC
Pipe Installation................$ 15.06
2.19
PLUMBER, Excludes HVAC Pipe
Installation.....................$ 13.87
0.00
ROOFER, Includes Built Up,
Polyurethane Foam, Metal,
Shake & Shingle, and Single
Ply Roofs........................$
9.75
0.00
TILE SETTER......................$ 16.80
3.90
Pipelayer..............$
TRUCK DRIVER.....................$ 10.42
0.00
---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
http://www.wdol.gov/wdol/scafiles/davisbacon/AL56.dvb?v=1
4/21/2016
Page 3 of 5
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
http://www.wdol.gov/wdol/scafiles/davisbacon/AL56.dvb?v=1
4/21/2016
Page 4 of 5
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
*
*
*
*
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
http://www.wdol.gov/wdol/scafiles/davisbacon/AL56.dvb?v=1
4/21/2016
Page 5 of 5
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
http://www.wdol.gov/wdol/scafiles/davisbacon/AL56.dvb?v=1
4/21/2016
© 2016 Moody/Nolan Inc.
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
1
NOTES:
1. THE OWNER HAS PROCURED A
BUILDING DEMOLITION CONTRACTOR
UNDER A SEPARATE CONTRACT TO
DEMOLISH THE EXISTING BUILDINGS,
PADS, SIDEWALKS, PAVEMENTS AND
SUBSURFACE ELEMENTS PRIOR TO THE
COMMENCEMENT OF THE WORK OF THIS
PACKAGE.
2
700
2. REMOVE ALL POWER POLES & LIGHT
POLES ON SITE (MARKED "X") EXCEPT AS
NOTED.
710
705
3. DEMO/ABANDON EX. UTILITIES AS
NEEDED FOR CONSTRUCTION.
DEMO GRAVEL
ROAD
RELOCATE EX. POWER
POLE AS NEEDED
70
8
RELOCATE EX. POWER
POLE TO THE NORTH
(APPROXIMATE LOCATION)
707
708
703
702
70
1
DEMO EX. SIDEWALK
& CURB & GUTTER AS
NEEDED FOR CONSTRUCTION
OF NEW DRIVE
(SEE SHEET C103)
RELOCATE EX. POWER
POLE AS NEEDED
707
706
707
DEMOLITION OF
WATCH TOWER
TO BE COMPLETED
BY OWNER.
EX. POWER POLE
TO REMAIN
70
2
701
707
70
9
700
DEMO GRAVEL
ROAD AS NEEDED
708
REMOVE EX.
SANITARY SEWER
STRUCTURE
DEMO EX. SANITARY
LATERAL (APPROXIMATE
LOCATION)
EX. POWER POLE
TO REMAIN
LOWER EX. POWER POLE
ELEVATION PER GRADING
PLAN. (SEE SHEET C104)
700
695
700
708
700
695
700
#
1
2
705
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
706
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
SCALE: 1" = 30'
0
30'
60'
90'
1
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Demolition Plan
Sitework Package
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C102
4/22/2016
© 2016 Moody/Nolan Inc.
2
land
planning
civil
engineering
X
X
X
X
X
DUMPSTER PAD
(SEE DETAIL ON
SHEET C109)
X
X
X
X
X
land
surveying
X
319.38'
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
APPROXIMATELY
1,829 LF TEMP.
CONSTRUCTION
FENCE
X
X
X
2
X
X
X
5.
00
'
1
R238.00'
X
F/O
F/O
X
F/O
X
46.14'
X
R5
1
X
F/O
NOTES:
1. PRIOR TO CONSTRUCTION
COMMENCEMENT, SITE CONTRACTOR TO
INSTALL 6' CHAIN LINK PERIMETER
CONSTRUCTION FENCE TO PREVENT
PEDESTRIAN TRAFFIC FLOW DURING
CONSTRUCTION. COORDINATE W/
ARCHITECT FOR TIMING OF REMOVAL OF
FENCE.
26.00'
15.00'
X
F/O
X
0'
5.0
0'
5
R4.
R1
9.00'
24.00'
X
26.00'
R2
X
0'
.0
W
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
NYLOPLAST
DO NOT POLLUTE DRAINS TO WATERWAYS
DUCTILE IRON
X
CURB &
GUTTER
24.00'
1
5.00'
WALK
N: 1558394.20
E: 434174.22
(3) STEPS REQ'D
(SEE GRADING PLAN)
W
24.00'
2. BUILDING CONTRACTOR TO INSTALL
GAS LINE BEYOND THE METER.
HUNTSVILLE UTILITIES TO INSTALL THE
METER AND THE LINE UP TO THE GAS
MAIN
5.00'
WALK
R
0
5.
0'
W
X
DUCTILE IRON
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
7.00'
WALK
DUCTILE IRON
3. FOR THE MECHANICAL YARD, THE SITE
CONTRACTOR IS RESPONSIBLE FOR
CONSTRUCTION OF THE DRIVE UP TO
THE CONCRETE PAD. THE BUILDING
CONTRACTOR IS RESPONSIBLE FOR
WORK INSIDE THE WALL.
W
X
PF
20.00'
(TYP)
5.00'
WALK
9'-8"
WALK
DUCTILE IRON
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
MERIDIAN ST.
9'-8"
WALK
W
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
S
'
00 K
6. AL
W
9.00'
(TYP)
X
0'
NYLOPLAST
DO NOT POLLUTE DRAINS TO WATERWAYS
R50
.0
DUCTILE IRON
37.00'
23.00'
0'
.5
R4
X
(7) HANDICAP SPACES
(2% MAX SLOPE
ANY DIRECTION)
W
R
NEW RESIDENCE HALL
F.F.E.= 708.50
9.00'
WALK
6.00'
CROSS
WALK
X
0'
4. 5
10.00'
WALK
NYLOPLAST
DUCTILE IRON
.70'
W
5.00'
5.00'
311.00'
R56
9.00'
CONC.
'
0
.5
R4
DO NOT POLLUTE DRAINS TO WATERWAYS
X
DUCTILE IRON
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
DUCTILE IRON
ABBREVIATIONS
LEGEND
BOC
BACK OF CURB
CONC.
CONCRETE
EL., ELEV.
ELEVATION
EOP
EDGE OF PAVEMENT
ESM'T
EASEMENT
EX.
EXISTING
F.F.E.
FINISHED FLOOR ELEVATION
FG
FINISHED GRADE
F.S.L.
FRONT SETBACK LINE
I.E.
INVERT ELEVATION
INV.
INVERT
LF
LINEAR FEET
OVERHEAD TELEPHONE LINE
LOC.
LOCATION
OVERHEAD ELECTRIC LINE
MAX.
MAXIMUM
M.B.L.
MINUMUM BUILDING LINE
M.H.
MANHOLE
MIN.
MINIMUM
N.I.C.
NOT IN CONTRACT
PVMT.
PAVEMENT
REQ'D
REQUIRED
REQ'TS
REQUIREMENTS
R.S.L.
REAR SETBACK LINE
R.O.W.
RIGHT-OF-WAY
S.S.
SANITARY SEWER
S.S.L.
SIDE SETBACK LINE
TEMP.
TEMPORARY
TOC
TOP OF CURB
EXISTING FIRE HYDRANT
TYP
TYPICAL
PROPOSED WATER LINE
U&D
UTILITY AND DRAINAGE
U.N.O.
UNLESS NOTED OTHERWISE
STR
STRUCTURE
CONCRETE MONUMENT, FOUND
CONCRETE MONUMENT, SET
PROPERTY CORNER, FOUND
PROPERTY CORNER, SET
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
DUCTILE IRON
DUCTILE IRON
'
5.00LK
WA
W
R56
.70'
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
'
00 K
6. AL
W
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
DUCTILE IRON
R1
24.00'
5.
5.00'
WALK
00
'
W
DO NOT POLLUTE DRAINS TO WATERWAYS
NYLOPLAST
DUCTILE IRON
20.00'
(TYP)
X
S
7.00'
WALK
S
EXISTING SANITARY SEWER MANHOLE
EXISTING SANITARY SEWER LINE
S
PROPOSED SANITARY SEWER MANHOLE
PROPOSED SANITARY SEWER LINE
EXISTING UTILITY POLE
EXISTING LIGHT POLE
DO NOT POLLUTE DRAINS TO WATERWAYS
GAS
DO NOT POLLUTE DRAINS TO WATERWAYS
F/O
F/O
R144.00'
24.00'
X
12.00'
12.00'
F/O
25.00'
GAS
F/O
X
21.00'
DO NOT POLLUTE DRAINS TO WATERWAYS
G
X
F/O
'
W
GAS
F/O
WW
GAS
WW
GAS
WW
GAS
F/O
GAS
F/O
X
.0
0
WW
GAS
EXISTING WATER LINE
EXISTING WATER VALVE
PROPOSED WATER VALVE
PROPOSED FIRE HYDRANT
Y
F/O
X
W
X
X
1
W
R3
15.95'
F/O
ASPHALT DRIVE
TO MECHANICAL
YARD
W
X
X
X
X
X
X
X
X
X
X
X
X
UNDERGROUND ELECTRIC LINE
EXISTING GAS LINE
X
'
37.69
X
F/O
W
X
F/O
DUMPSTER PAD
(SEE DETAIL ON
SHEET C109)
DIRECTION OF FLOW
H
F/O
DUCTILE IRON
W
GAS
W
F/O
W
X
'
R3.00'
F/O
00
W
X
W
180.00'
F/O
W
DUCTILE IRON
NYLOPLAST
5.
R1
F/O
NYLOPLAST
DUCTILE IRON
GAS
W
'
00
2.
1
'
.00
15.00'
CONCRETE
NYLOPLAST
X
9.00'
0'
R1
R
'
00
5.
R3
.0
R3
X
W
5'X5'
CONC. PAD
GAS
W
CURB &
GUTTER
5.00'
WALK
X
9.00'
W
(3) STEPS REQ'D
(SEE GRADING PLAN)
FENCE
D
X
24.00'
X
APPROXIMATELY
1,829 LF TEMP.
CONSTRUCTION
FENCE
landscape
architecture
25' X 50' CONC. PAD
FOR MECHANICAL YARD
(BUILDING CONTRACTOR'S
SCOPE)
PROPOSED GAS LINE
EXISTING CONTOURS
PEDESTRIAN BRIDGE
FOR CREEK CROSSING
(DESIGN BY OTHERS)
EG 661.2
MECHANICAL YARD WALL
(ADD "WEEPS" ON SOUTH
SIDE FOR DRAINAGE)
(DESIGN BY OTHERS)
(BUILDING CONTRACTOR'S
SCOPE)
EXISTING SPOT ELEVATION
PROPOSED CONTOURS
FG 662.50
SCALE: 1" = 30'
0
2
30'
60'
90'
PROPOSED SPOT ELEVATION
TREE LINE
EXISTING TREES
x
TEMPORARY SILT FENCE
TEMPORARY STONE CHECK DAM
TEMPORARY STRAW WATTLE
(2) H'CAP SIGNS
(VAN ACCESSIBLE)
H'CAP SIGNS
(TYP)
NOTE: SEE SHEET C109
FOR DETAILS REGARDING
HANDICAP SPACES
EXISTING STORM PIPE
DEMO EXISTING ASPHALT
9.00'
WALK
EXISTING AREA TO REMAIN
6.00'
6.00'
5.00'
WALK
AREA INLET
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
5.00'
LANDING REQ'D
(SEE DETAIL)
5.00'
8.00'
8.00'
8.00'
8.00'
8.00'
5.00'
8.00'
8.00'
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
PARKING SUMMARY:
REQUIRED PARKING:
REQ'D SPACES = (# OF DWELLING UNITS) x (1.5)
DWELLING UNITS:
QUAD DOUBLES = 124
QUAD SINGLES = 16
RA = 12
RESIDENT MANAGER = 1
TOTAL UNITS = 152
REQ'D SPACES = (153) x (1.5) = 230
9.00'
CURB &
GUTTER
2
#
1
2
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
HANDICAP PARKING
PROVIDED PARKING:
PROVIDED SPACES = 254
SCALE: 1" = 10'
0
10'
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
20'
30'
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Tech. Coord.: Checker
Site Development Plan
Sitework Package
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C103
4/22/2016
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
1
NOTE:
1. ALL UTILITY DETAILS, INCLUDING
BEDDING, INSTALLATION, PIPE FITTINGS,
ETC., SHOULD BE IN ACCORDANCE WITH
THE HUNTSVILLE UTILITIES
SPECIFICATIONS.
2
DUMPSTER
PAD
NEW FIBER OPTIC ROUTE
(INSTALL TWO 2" CONDUITS
PER ROUTE SHOWN; INSTALL
PULL BOXES EVERY 100')
2. NEW GAS LINE FROM EXISTING MAIN
TO METER IS TO BE INSTALLED BY
HUNTSVILLE UTILITIES. NEW GAS LINE
FROM METER TO BUILDING IS TO BE
INSTALLED BY THE BUILDING
CONTRACTOR.
EX. SANITARY
SEWER MAIN
2
TIE-IN TO EX.
FIBER OPTIC LINE
(CONTRACTOR TO
VERIFY LOCATION)
NEW F.H.
1
1
EX. FIRE HYDRANT
TO REMAIN
5.44'
C.O. WITHIN 5' OF BLDG.
(SEE PLUMBING PLAN)
37.34'
MERIDIAN ST.
5
W .00
AL '
K
NEW RESIDENCE HALL
F.F.E.= 708.50
8" FIRE LINE TO
EXTEND TO
NW CORNER
OF BLDG.
5.00'
WALK
37.54'
COORDINATE W/ M.E.P.
ON CONNECTION TO
BUILDING
EX SSMH
TOP= 707.76
I.E. IN (N)= 697.46
I.E. IN (E)= 698.46
I.E. IN (W)= 698.46
I.E. OUT= 697.36
C.O. WITHIN 5' OF BLDG.
(SEE PLUMBING PLAN)
1" IRRIGATION
METER
1
NEW F.H.
1
"YARD HYDRANT"
TO SERVICE
MECHANICAL YARD
1
TAPPING SLEEVE
& VALVE
3" D.I. DOMESTIC
WATER
8" FIRE
LINE
F.H. W/
VALVE
WATER VAULTS
(INSTALL FDC BY
BACKFLOW PREVENTER)
EX. GAS MAIN
(EXACT LOCATION
UNKNOWN)
TIE-IN TO EX.
FIBER OPTIC LINE
(CONTRACTOR TO
VERIFY LOCATION)
NEW GAS
METER
NEW FIBER OPTIC ROUTE
(INSTALL TWO 2" CONDUITS
PER ROUTE SHOWN; INSTALL
PULL BOXES EVERY 100')
NEW GAS LINE TO
SERVICE MECHANICAL YARD
1
EX. 8" CAST
IRON WATER MAIN
(APPROXIMATE)
NEW FIBER OPTIC ROUTE
(INSTALL TWO 2" CONDUITS
PER ROUTE SHOWN; INSTALL
PULL BOXES EVERY 100')
EX. SANITARY
SEWER MAIN
2
2
SCALE: 1" = 30'
0
30'
60'
90'
#
1
2
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Utility Plan
Sitework Package
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C104
4/22/2016
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
2
BENCHMARK #1
N: 1558530.62
E: 434222.96
2
1
BENCHMARK #2
N: 1558511.03
E: 1558511.03
2
SITE BENCHMARK NO. 1
TRAVERSE NAIL ON THE WEST SIDE OF
MERIDIAN STREET, APPROXIMATELY 65'
NORTH OF THE DRIVE ENTRANCE TO THE
CRUMP AGRICULTURAL MECHANICS BUILDING
ELEV: 710.95
1
SITE BENCHMARK NO. 2
MAG NAIL ON THE EAST SIDE OF MERIDIAN
STREET, APPROXIMATELY 45' NORTH OF
THE DRIVE ENTRANCE TO THE CRUMP
AGRICULTURAL MECHANICS BUILDING
ELEV: 709.05
1
1
1
SITE BENCHMARK NO. 3
1
TRAVERSE MAG NAIL ON THE EAST SIDE
OF MERIDIAN STREET,
APPROXIMATELY 75' NORTH OF THE
EXISTING CREEK
ELEV: 707.94
1
EX. POWER POLE
TO REMAIN
NEW RESIDENCE HALL
F.F.E.= 708.50
1
1
1
1
BENCHMARK #3
N: 1558108.13
E: 434296.47
2
2
LOWER EX. POWER POLE
ELEVATION PER GRADING
#
1
2
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
SCALE: 1" = 30'
0
30'
60'
90'
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Grading Plan
Sitework Package
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C105
4/22/2016
land
planning
civil
engineering
land
surveying
2
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
CHECK DAMS ALONG
DITCHES (TYP)
TEMP. SILT
FENCE
TEMP. CONSTRUCTION
ENTRANCE
1
APPLY POLYACRYLAMIDE (PAM)
TO BUILDING PAD (DASHED
AREA) FOR EROSION CONTROL
(COORD. W/ GEOTECH. FOR SPEC'S)
STRAW WATTLES
AT ALL STORM INELTS
CHECK DAMS ALONG
DITCHES (TYP)
STRAW WATTLES
AT ALL STORM INELTS
NEW RESIDENCE HALL
F.F.E.= 708.50
1
TEMP. SILT
FENCE
APPLY POLYACRYLAMIDE (PAM)
TO BUILDING PAD (DASHED
AREA) FOR EROSION CONTROL
(COORD. W/ GEOTECH. FOR SPEC'S)
STRAW WATTLES
AT ALL STORM INELTS
TEMP. SILT
FENCE
RIPRAP REQ'D
AT OUTLET
STRUCTURES (TYP)
#
1
2
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
SCALE: 1" = 30'
0
30'
60'
90'
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
2
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Tech. Coord.: Checker
Erosion Control Plan
Sitework Package
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C106
4/22/2016
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
1
NOTES:
1. SITE WORK CONTRACTOR TO GRADE
TO F.F.E. OF STORM SHELTER & TIE-IN TO
FINISHED GRADE AT 2:1 MAX SLOPE AS
SHOWN (ADD HIGH POINT AS
SHOWN TO DRAIN AWAY
FROM SHELTER PIT). BUILDING
CONTRACTOR IS RESPONSIBLE FOR
BACKFILL AGAINST FOUNDATION WALLS
ONCE FOUNDATION IS COMPLETE.
2. SITE WORK CONTRACTOR IS
RESPONSIBLE FOR DEWATERING THE
EXCAVATED AREA UNTIL THE BUILDING
CONTRACTOR BEGINS CONSTRUCTION
OF BUILDING.
3. SITE CONTRACTOR IS RESPONSIBLE
FOR TRANSFERRING THE ADEM PERMIT
FROM THE UNIVERSITY UPON
COMMENCEMENT OF THEIR WORK. THEY
ARE ALSO RESPONSIBLE FOR
INSTALLATION AND MAINTENANCE OF
EROSION CONTROL MEASURES UNTIL
THE PERMIT IS TRANSFERRED TO THE
BUILDING CONTRACTOR.
1
SITE CONTRACTOR TO
TIE-IN FROM SHELTER
TO FINISHED GRADE
AT 2:1 MAX SLOPE
(ADD HIGH POINT AS
SHOWN TO DRAIN AWAY
FROM SHELTER PIT)
4. ADEM PERMIT MUST BE TRANSFERRED
TO THE BUILDING CONTRACTOR WITHIN
30 DAYS OF CONTRACT EXECUTION (BY
JULY 8, 2016).
NOTE: GRADE LOW POINTS
IN PAD AS SHOWN ("LP")
5. BUILDING CONTRACTOR IS
RESPONSIBLE FOR MAINTENANCE OF
TEMPORARY CONSTRUCTION FENCE
WITHIN 30 DAYS OF CONTRACT
EXECUTION (BY JULY 29, 2016).
STORM SHELTER
F.F.E.= 698.50
2
#
1
2
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
SCALE: 1" = 30'
0
30'
60'
90'
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Storm Shelter
Grading Plan
Sitework Package
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
C107
4/22/2016
© 2016 Moody/Nolan Inc.
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
5"
R
SEE PLANS
NOTE: CONTRACTION JOINTS SHALL BE
SPACED AT "W" (MAX) CENTER TO
CENTER, AND SHALL BE FORMED USING
PLASTIC OR HARDBOARD PREFORMED
STRIPS (1/3 DEPTH OF SLAB) PLACED
IN THE SIDEWALK AND CURB AT THE
TIME OF CONSTRUCTION, OR BY SAWCUTTING
THE SIDEWALK AND CURB TO 1/3 DEPTH
WITHIN 12 HOURS AFTER CONSTRUCTION.
MATCH LOCATION OF JOINTS IN PAVEMENT
WHERE POSSIBLE.
6"
2"
"W"
LIGHT BROOM STROKES
FINISH (TYP)
SEE TYPICAL PAVEMENT
SECTION FOR REQUIREMENTS
EXTEND BASE
6" BEYOND
BACK OF CURB
1/4" PER FT.
R
1"
NOT TO SCALE
JOINT SEALING
COMPOUND (TYP)
SEE PAVEMENT SECTION
FOR REQUIREMENTS.
6"
STANDARD
CURB & GUTTER
STANDARD PAVEMENT SECTION
6"
6"
5" LAYER OF DENSE GRADED LIMESTONE BASE COURSE
ALDOT REF. 301 OF SPECIFICATIONS. ALL MATERIALS
SHALL BE IN ACCORDANCE WITH SECTION 825,
TYPE "B", COMPACTION TO 100% PROCTOR DENSITY.
4"
0.10 GAL./S.Y. EMULSIFIED ASPHALT OR 0.07 GAL./S.Y.
TACK COAT. ALL MATERIALS ARE TO BE IN ACCORDANCE
WITH SECTION 405 OF THE ALDOT SPECIFICATIONS.
4
6"
224 LBS./S.Y. (2") HOT BITUMINOUS CONCRETE
BINDER COURSE, ALDOT, REF. 424-B OF SPECIFICATIONS.
18"
24" IN STATE R-O-W
R
12"
2
3" MIN
224 LBS./S.Y. (1") HOT BITUMINOUS CONCRETE
WEARING COURSE, ALDOT, REF. 424-A OF THE
SPECIFICATIONS.
3
TOP 6" OF SUBGRADE IS TO BE COMPACTED TO
100% PROCTOR DENSITY. BELOW TOP 6" IS TO
BE COMPACTED TO 95% PROCTOR DENSITY AS
DETERMINED BY AASHTO T-99 COMPACTION
TEST. SEE PAVEMENT NOTES FOR ADDITIONAL
INFORMATION.
2"
1
4
3
2
1 1\2"
CONTRACTION JOINTS REQ'D AT 10' O.C.
MAX., AND 1/2" EXP. JOINTS REQ'D AT
50' O.C. MAX. (PER CITY OF HUNTSVILLE
STD. SPEC'S FOR CONSTR. PROJECTS)
FACE OF GUTTER
6"
2
1
NOTE: TRANSITION FROM STANDARD
TO SPILL GUTTER OVER A
DISTANCE OF 10 FEET.
FACE OF CURB
BACK OF CURB
1
SEE DETAIL 9, C1.03 FOR
EXPANSION JOINT REQ'TS
NOT TO SCALE
6"
1/2" PRE-MOLDED JOINT FILLER
REQ'D BETWEEN CURB & CONC.
PVMT. (TYP)
CONCRETE SIDEWALK &
TURN-DOWN CURB DETAIL
NOT TO SCALE
JOINT SEALING COMPOUND (TYP)
1/4"
NOTE: SPACE EXPANSION JOINTS AT
50' MAX., AND AT ALL LOCATIONS
WHERE CURB OR SIDEWALK
TERMINATES AGAINST A RIGID OBJECT.
"R
1/4
1/2" PRE-MOLDED JOINT FILLER
REQ'D BETWEEN CURB & CONC. PVMT. (TYP)
SIDEWALK & CURB
EXPANSION JOINT DETAIL
HANDICAP RAMP @ 1:12 SLOPE MAX
LANDING (NO CURB)
LENGTH VARIES
(SEE PLAN)
6'-0"
(TYP)
3'-0"
2%
LAWN AREA
NOTE: RAMPS & LANDINGS ARE TO BE
CONSTRUCTED WITH 3000 PSI CONCRETE.
5'-0"
NOT TO SCALE
A
NOTE: CONTRACTION JOINTS SHALL BE
SPACED AT "W" (MAX) CENTER TO
CENTER, AND SHALL BE FORMED USING
PLASTIC OR HARDBOARD PREFORMED
STRIPS (1/3 DEPTH OF SLAB) PLACED
IN THE SIDEWALK AND CURB AT THE
TIME OF CONSTRUCTION, OR BY SAWCUTTING
THE SIDEWALK AND CURB TO 1/3 DEPTH
WITHIN 12 HOURS AFTER CONSTRUCTION.
MATCH LOCATION OF JOINTS IN PAVEMENT
WHERE POSSIBLE.
CONC. SIDEWALK @
GRADE (CONSTRUCT
AS 1 POUR)
5'-0"
A
EXPANSION JOINT REQ'D @
BASE OF RAMP (TYP)
12"x12" ADA DETECTABLE WARNING PAVERS
18"x18" SIGN
WHITE H'CAP SYMBOL
2
NOTES:
1. PARKING SPACE IDENTIFICATION SIGNS SHALL
INCLUDE THE INTERNATIONAL SYMBOL OF
ACCESSIBILITY COMPLYING WITH 703.7.2.1.
+7'-0"
6"
BLUE BACKGROUND
HANDICAPPED
PLAN VIEW
U
CONC. G
2
6"
N
CONC. LA
"
6'-0
X
SAWCUT TO 1/3 DEPTH
OF SLAB WITHIN 12 HOURS
OF CONSTRUCTION.
X
X
X
2%
PERSPECTIVE VIEW
4"
1/2"
1/2"
3. SIGNS SHALL BE 60 INCHES (1525 mm) ABOVE
THE GROUND SURFACE MEASURED TO THE
BOTTOM OF THE SIGN.
18"x8" SIGN
SILICONE SEAL
3/4" THICK CORK OR
BITUMINOUS EXPANSION
JOINT FILLER ALONG WALL
AND FOOTING
D
RAMP BEYOND
NON-SAG URETHANE JOINT
5/16"
SEALANT (1/2"x1")
PARKING ONLY
+6'-0"
DING
5'-6"
UNLESS OTHERWISE
INDICATED, EXPANSION
JOINTS AT 50' (MAX.)
EACH WAY AND WHERE
SLAB TERMINATES
AGAINST A RIGID OBJECT.
TTER
1" HIGH WHITE
LETTERS (TYP)
2. SIGNS IDENTIFYING VAN PARKING SPACES SHALL
CONTAIN THE DESIGNATION "VAN ACCESSIBLE".
MAXIMUM
FINE $300
+5'-0"
LANDING
ELEVATION ABOVE
FINISHED PVMT. (TYP)
CONC. GUTTER
SECTION 'A-A'
BLUE BACKGROUND
SET SIGN POST IN CONCRETE (TYP)
TO A MINIMUM DEPTH OF 3'-0". USE
"U-TYPE" FLANGED STEEL SECTIONS FOR
FOR SIGN POST (PER ALDOT SPEC'S).
FABRICATE SIGN PANELS OF 16 GA.
OR .063 ALUMINUM.
H'CAP SIGN DETAIL
1"
TYPICAL HANDICAP RAMPS W/ LANDING DETAIL
SPACE CONTRACTION JOINTS AT
15' O.C. MAX. EACH WAY.
CONCRETE PAVEMENT
fc= 4000 psi MIN.(28 DAYS)
MIN. CONC. FLEXURAL STRENGHT = 650 PSI
SLUMP= 4" MAX.
x
x
x
x
x
x
x
x
6"
x
x
4"
x
WWF 4"x4" W4xW4 (4 GA)
REINFORCING
(SEE SITE PLAN FOR LOCATION)
SEE PAVEMENT CONSTRUCTION
GENERAL NOTES
COARSE AGGREGATE BASE
ALDOT. 825 TYPE B
DUMPSTER PAD CONCRETE
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NOT TO SCALE
NOT TO SCALE
GENERAL NOTES
STRUCTURE.
1. THE EXPANSION JOINT IS TO BE REPLACED WHERE THE NEW RAMP OR SIDEWALK JOINS EXISTING PAVEMENTACCEPTABLE
MANUFACTURERS AND PRODUCTS ARE
OF
2. EXPANSION JOINT MATERIAL TO BE IN ACCORDANCE WITH ARTICLE 832.01 AND 832.02 OF ALABAMA DEPARTMENT
FIREPROOFING COMPANY, 1400 S. MAHONING AVE,
1) WHITACRE-GREER
TRANSPORTATION SPECIFICATIONS.
ALLIANCE, OH, 44601, ADA PAVER, 4" X 8" X 2-1/4", CLEAR RED
(RUSTIC)
(1) FOOT
ONE#30
3. THE SUBGRADE SHALL BE FREE OF ALL ROOTS AND OTHER UNDESIRABLE MATERIALS WITH THE ROOTS CUT BACK
ARCHITECTURAL PRODUCTS, 240 BENDER ROAD, HANOVER, PA
HANOVER
2)
FROM FACE OF SIDEWALK.
17331, DETECTABLE WARNING PAVER, 4" X 8" X 2", RED OR QUARRY RED.
4. RAMPS SHALL HAVE A NON-SKID SURFACE APPLIED BY BRUSHING TRANSVERSELY OR GROOVING.
3) PAVESTONE COMPANY, 7322 BONNYSHIRE DRIVE, CHATTANOOGA, TENNESSEE,
DETECTABLE WARNING PAVER, 4" X 8" X 2-3/8", RED
5. WHERE SIDEWALKS ARE REQUIRED, THIS PLAN SHALL BE USED AT PEDESTRIAN CROSSWALKS FOR SAFE AND CONVENIENT
MOVEMENT OF THE HANDICAPPED AND PERSONS USING WHEEL CHAIRS.
DESIGN SPECIFICATIONS FOR DETECTABLE (TRUNCATED) WARNINGS
#
1
2
DATE
5/3/16
5/9/16
CHANGE DESCRIPTION
Add. 1 - Site Packagage Revisions
Add. 2 - Site Packagage Revisions
THE ENTIRE
6. INSTALL DETECTABLE WARNINGS (TRUNCATED DOMES) FOR A DISTANCE OF 24" FROM THE BACK OF THE CURB
WARNING IS DEFINED AS "A STANDARDIZED SURFACE FEATURE BUILT IN OR APPLIED TO THE WALKING
DETECTABLE
THEFOR
WIDTH OF THE RAMP OPENING SHOWN.
SURFACE OR OTHER ELEMENTS TO WARN VISUALLY IMPAIRED PEOPLE OF HAZARDS ON A CIRCULATION PATH".
ALL DETECTABLE WARNINGS SHALL BE IN COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT OF 1990
ACCESSIBILITY GUIDELINES (ADAAG) AS DETAILED IN 28 CFR PART 36. DETECTABLE WARNINGS SHALL CONSIST OF
WITH
8. PAVERS WILL BE LAID ON TOP OF A 4" CONCRETE BASE. SETTING BED AND JOINTS TO BE MORTARED IN ACCORDANCE
RAISED TRUNCATED
DOMES WITH A:
MANUFACTURER'S INSTRUCTIONS, OR WITH A MAXIMUM 1/2 " THICK BED OF LATEX MODIFIED CEMENT MORTAR. MORTAR
JOINTS TO A WIDTH OF 3/8 ". PAVERS SHALL NOT BE DIRECTLY TOUCHING EACH OTHER UNLESS THAY HAVE SPACING BARS.
- BOTTOM DIAMETER OF 23 MM (0.9 IN);
9. MORTARED JOINTS ARE TO BE FLUSH WITH THE TOP SURFACE AND STRUCK SO AS TO GIVE A SMOOTH SURFACE.
- TOP PAVERS
DIAMETER OF 10 MM (0.4 IN);
FROM
SHALL BE LAID SUCH THAT JOINTS ARE LEVEL WITH ADJOINING JOINTS SO AS TO PROVIDE A SMOOTH TRANSITION
OF 5 MM (0.2 IN);
- HEIGHT
SURFACE.
CONCRETE
TO
BRICK TO BRICK AND BRICK
- CENTER-TO-CENTER SPACING OF 60 MM (2.35 IN);
- THE COLOR OF THE DETECTABLE WARNING SHOULD CONTRAST VISUALLY WITH ADJOINING SURFACES; EITHER LIGHT
BE PLACED
10. THE SURFACE OF ANY TWO ADJACENT UNITS SHOULD NOT DIFFER BY MORE THAN 1/8 " IN HEIGHT. BRICKS SHALL
ON DARK
OR DARK ON LIGHT. THE MATERIAL USED TO PROVIDE CONTRAST SHOULD CONTRAST BY AT LEAST
ADA
PER
IN A HERRINGBONE PATTERN WHERE FEASIBLE. IN ALL CASES, THE PATTERN OF THE DOMES IS TO BE MAINTAINED
70 PERCENT.
REQUIREMENTS. FACE OF ALL BRICK SHALL BE CLEAN OF CEMENT AND PROTECTED SO AS TO AVOID CHIPPING DURING
CONSTRUCTION. 11.EXPANSION JOINTS SHALL BE PROVIDED IN THE CURB RAMP AS EXTENSIONS OF WALK JOINTS FOR A NEW
DETECTABLE
IN EXISTINGWARNINGS SHALL BE LAID OUT ON A TRIANGULAR GRID OR A SQUARE GRID (PARALLEL ALIGNMENT).
CONCRETE WALK. A 1/2 " EXPANSION JOINT FILLER SHALL BE PROVIDED AROUND THE EDGE OF RAMPS BUILT
INSTALLED ON CURB RAMPS, ONLY THE LOWER 610 MM (2 FT) OF THE ENTIRE CURB RAMP WIDTH SHALL BE
ARE NOT
CONCRETE WALKS. LINES SHOWN ON THIS DRAWING INDICATE THE RAMP EDGE AND SLOPE CHANGES AND WHEN
COVERED (EXCLUDING THE FLARED SIDES) RATHER THAN THE ENTIRE LENGTH OF THE RAMP TO MAXIMIZE THE
NECESSARILY JOINT LINES.
DETECTABILITY AND TO MINIMIZE THE NEGATIVE IMPACT ON PEOPLE WHO RELY ON WHEELED DEVICES FOR
MOBILITY. THE DETECTABLE WARNINGS SHALL BE INSTALLED SUCH THAT THE EDGE NEAREST THE CURB LINE IS 152
MM TO 200 MM (6 IN TO 8 IN) BEHIND THE CURB LINE.
7. PAVERS SHALL MEET ASTM C 902 CLASS SX, TYPE I, OR C 936, OR C 1272 TYPE R.
H'CAP RAMP DETAILS
NOT TO SCALE
NEW RESIDENCE HALL
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
Dwg. Coord.: Author
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
Construction
Details
C109
Sitework Package
4/22/2016
land
planning
civil
engineering
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
CONCRETE
SIDEWALK
2
IRRIGATION
SLEEVE (TYP.)
CONCRETE
SIDEWALK
CONCRETE
SIDEWALK
2
IRRIGATION
SLEEVE
(TYP.)
PEA GRAVEL
1
BENCHES
CONCRETE
SIDEWALK
NEW
RESIDENCE
HALL
1
CONCRETE
SIDEWALK
2
IRRIGATION
SLEEVE
(TYP.)
CONCRETE
SIDEWALK
TABLES
AND CHAIRS
STAINED CONCRETE/
PAVERS
CONCRETE
SIDEWALK
2
IRRIGATION
SLEEVE
(TYP.)
PEDESTRIAN
BRIDGE- WOODEN
WITH RAILS- 25' LF
SEE L102 FOR SPEC.
2
#
1
2
DATE
CHANGE DESCRIPTION
5/3/16 Add. 1 - Site Package Revisions
5/10/16 Add. 2 - Site Package Revisions
PLANT SCHEDULE
COLUMNAR EVERGREEN TREES
QTY
BOTANICAL NAME / COMMON NAME
CONT
12
Juniperus chinensis `Spartan` / Spartan Juniper
7 gal
CAL
SIZE
5`-6` H
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
ORNAMENTAL TREES
QTY
BOTANICAL NAME / COMMON NAME
CONT
CAL
1
SIZE
Meridian Street
Normal, AL
for
1
8
Lagerstroemia indica x faurei `Muskogee` / Muskogee Crape Myrtle
B&B
IRRIGATION SCHEDULE
6` MIN
SYMBOL
SHADE TREES
SHRUBS
GROUND COVERS
QTY
BOTANICAL NAME / COMMON NAME
CONT
CAL
SIZE
6
Betula populifolia `Whitespire` / Whitespire Birch
B&B
1"Cal
8` MIN.
7
Carpinus caroliniana / American Hornbeam
B&B
1"Cal
8` MIN.
QTY
BOTANICAL NAME / COMMON NAME
SIZE
HT
14
Azalea Encore `Autumn Angel` TM / Autmn Angel Azalea
3 gal
18-24" MIN
QTY
BOTANICAL NAME / COMMON NAME
CONT
SPACE
29,245 sf
Cynodon dactylon / Bermuda Grass
MANUFACTURER/MODEL/DESCRIPTION
QTY
Pipe Sleeve: PVC Schedule 40
Pipe Sleeve: PVC Schedule 40 Typical Pipe Sleeve for
Irrigation Pipe. Pipe Sleeve size shall allow for irrigation
piping and their related couplings to easily slide through
sleeving material. Extend sleeves 18 inches beyond edges
of paving or Construction.
172.4 l.f.
Alabama A&M University
DETAIL
1625 Broadway
4th Floor
Nashville, TN 37203
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
SPACING
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
sod
Dwg. Coord.: Author
320
Juniperus horizontalis `Blue Chip` / Blue Chip Juniper
4"pot
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
12" o.c.
Tech. Coord.: Checker
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
SCALE: 1" = 30'
LANDSCAPE PLAN
0
30'
60'
90'
Landscape Plan
Sitework Package
L101
4/22/2016
land
planning
LANDSCAPE NOTES:
11.
1.
12.
CONTRACTOR IS RESPONSIBLE FOR THE LOCATION OF UNDERGROUND UTILITIES ON THE SITE. REPAIR
DAMAGED UTILITIES TO OWNER'S SATISFACTION AT NO ADDITIONAL COST.
4 PARTS TOP SOIL
2 PARTS DECOMPOSED ORGANIC MATTER
1 PART APPROVED SOIL AMENDMENT
1 PART MYCHORIZAE FUNGI PER MANUFACTURER SPEC'S
VERIFY QUANTITIES ON PLANS BEFORE PRICING WORK AND PROVIDE PLANT MATERIAL IN SIZES AND
VARIETIES SHOWN ON THE DRAWINGS AND PLANT LIST.
3.
ALL PLANT MATERIAL SHALL BE GUARANTEED ONE FULL YEAR, FREE REPLACEMENT ON LABOR &
MATERIAL. SEPARATE AGREEMENT WITH INSTALLER SHALL BE PROVIDED, TO INCLUDE CONTACT
NAME/PH. NUMBERS
13.
REMOVE FROM SITE ANY PLANT MATERIAL WHICH TURNS BROWN OR DEFOLIATES WITHIN 5 DAYS
AFTER PLANTING. REPLACE IMMEDIATELY WITH APPROVED SPECIFIED PLANT MATERIAL.
4.
SOD ALL AREAS ACCORDING TO LANDSCAPE PLAN AND SEED ALL OTHERS.
14.
WHEN LANDSCAPE WORK IS COMPLETE, LANDSCAPE ARCHITECT WILL, UPON REQUEST MAKE AN
INSPECTION TO DETERMINE ACCEPTABILITY.
5.
LANDSCAPE ARCHITECT MAY OR MAY NOT AT HIS/HER DISCRETION ACCEPT SUBSTITUTIONS.
15.
6.
PROVIDE FRESHLY DUG TREES AND SHRUBS. DO NOT USE NATURALLY COLLECTED MATERIALS.
MAINTAIN ALL PLANT MATERIAL UNTIL THE JOB IS ACCEPTED IN FULL BY THE LANDSCAPE ARCHITECT
UNLESS OTHERWISE SPECIFIED.
16.
LOCATE PLANT MATERIAL PRIOR TO SUBMITTING BID / OR QUALIFY BID WITH RECOMMENDED PLANT
SUBSTITUTIONS. SUBMISSION OF BID SHALL CONSTITUTE CONTRACTORS ACCEPTANCE OF PLANT
AVAILABILITY.
17.
ALL TREES WILL BE MULCHED WITH PINE STRAW OR SHREDDED WOOD CHIPS, AND BE STAKED AS
SHOWN ON DRAWINGS. STAKES AND GUY WIRE TO BE REMOVED BY AND REMAIN THE PROPERTY OF
THE CONTRACTOR.
PLANT MATERIAL STORED ON THE SITE MORE THAN 8 HOURS PRIOR TO PLANTING SHALL BE HEALED IN
WITH MULCH AND KEPT MOIST.
8.
INSTALL ALL PLANT MATERIALS IN ACCORDANCE WITH ALL LOCAL CODES AND ORDINANCES.
9.
STAKE PLANT LOCATIONS FOR APPROVAL BY LANDSCAPE ARCHITECT BEFORE INSTALLATION. ADJUST
STAKE LOCATIONS AS DIRECTED.
10.
ALL PLANTS SHALL MEET SPECIFICATIONS. ROOTBALLS SHALL MEET OR EXCEED SIZE STANDARDS SET
FORTH IN ANSI 260.1, 'AMERICAN STANDARD FOR NURSERY STOCK'. MAIN LEADERS OF ALL TREES SHALL
REMAIN INTACT.
NOTE: THE SOD SHALL BE PLACED
ON THE PREPARED SURFACE WITH
THE EDGES IN CLOSE CONTACT,
CRACKS BETWEEN BLOCKS OF
SOD SHALL BE CLOSED WITH
SMALL PIECES OF SOD, AND
ACCEPTABLE LOAMY TOP SOIL
SHALL BE USED TO FILL JOINTS.
THE ENTIRE SODDED AREA SHALL
THEN BE TAMPED IN PLACE IN A
SATISFACTORY MANNER AND
WATERED AS NECESSARY.
PREPARE ALL TOPSOIL TO BE USED IN ALL PLANTING AREAS IN THE FOLLOWING PROPORTIONS:
2.
7.
civil
engineering
MULCH PLANT PITS AND PLANTING BEDS WITH PINE STRAW OR SHREDDED WOOD CHIPS TO A DEPTH
OF 3 INCHES.
land
surveying
7500 S. Memorial Pky., Ste. 209 Huntsville, AL 35802
phone 256.539.1221 fax 256.539.1220 www.4siteinc.biz
landscape
architecture
NOTE: THE OWNER, LESSEE, OR HIS
AGENT SHALL BE RESPONSIBLE
FOR PROVIDING, MAINTAINING, AND
PROTECTING ALL LANDSCAPING IN
A HEALTHY AND GROWING
CONDITION, AND FOR KEEPING IT
FREE FROM REFUSE AND DEBRIS.
ALL UNHEALTHY AND DEAD
MATERIALS SHALL BE REPLACED
WITHIN ONE YEAR AFTER
NOTIFICATION OR DURING THE
NEXT APPROPRIATE PLANTING
PERIOD, WHICHEVER COMES FIRST.
NOTE: SOD ALL REMAINING
DISTURBED AREA. NO BARE
GROUND SHALL BE LEFT
UNEXPOSED.
Color- Maroon
TREE PLANTING
NOT TO SCALE
EVERGREEN TREE PLANTING
NOT TO SCALE
#
2
DATE
CHANGE DESCRIPTION
5/10/16 Add. 2 - Site Package Revisions
SHOVEL-CUT EDGE
NOT TO SCALE
Color- Maroon
Maroon
PRINT DATE: 4/15/2016 2:55:11 PM
A360://Alabama University - New Residence Hall/15447_AAMU_ARCH - CORE.rvt
FILE INFO:
NEW RESIDENCE HALL
2
Meridian Street
Normal, AL
for
Alabama A&M University
1625 Broadway
4th Floor
Nashville, TN 37203
Phone: (615) 386-9690
Fax:
(615) 386-0528
www.moodynolan.com
CONSULTANTS:
Engineering Design Technologies, Inc
4245 Balmoral Dr, Ste 303
Huntsville, AL 35801
256.883.8496
SHRUB PLANTING
GROUND COVER PLANTING
NOT TO SCALE
NOT TO SCALE
1513 E.CLEVELAND AVE. SUITE 200B
EAST POINT, GA 30344
(p) 404.305.0050 (f) 404.305.8868
www.chasmarchitecture.com
PEDESTRIAN BRIDGE:
WOODEN BRIDGE WITH RAILS
CONTACT NATURE BRIDGES FOR
INSTALLATION AND SPECIFICATIONS
Dwg. Coord.: Author
Tech. Coord.: Checker
Landscape Details
Sitework Package
Structural Consulting Group
6250 Shiloh Rd Ste 20
Alpharetta, GA 30005
678.513.4242 www.sgc-atl.com
4site
7500 Memorial PKwy SW, Suite 209
Huntsville, AL 35802
256.539.1221 www.4siteinc.biz
Proj. #
L102
4/22/2016
Download