invitation to bid - net

77
INVITATION TO BID BID NO. l5-0101-4 TURNER'S CREEK BOAT RAMP IMPRO VEMF],NTS - PHASR II _ RIIII,DING ANI) PAVILION PRE-BID CONFERENCE: 2:00 PM, OCTOBER 1,2015 BID OPENING: 2:00 PM, OCTOBER 15.2015 THE COMMISSIONERS OF CHATHAM COUNTY, GEORGIA ALBERT J. SCOTT, CHAIRMAN COMMISSIONER HELEN J. STONE COMMISSIONER JAMES J. HOLMES COMMISSIONER TONY CENTER COMMISSIONER PATRICK J. FARRELL COMMISSIONER YUSUF K. SHABAZZ COMMISSIONER LORI L. BRADY COMMISSIONER DEAN KICKLIGHTER COMMISSIONER PRISCILLA D. THOMAS R. JONATHAN HART, COLINTY ATTORNEY 1

Upload: khangminh22

Post on 12-May-2023

1 views

Category:

Documents


0 download

TRANSCRIPT

INVITATION TO BID

BID NO. l5-0101-4

TURNER'S CREEK BOAT RAMP IMPRO VEMF],NTS - PHASR II _ RIIII,DING ANI)PAVILION

PRE-BID CONFERENCE: 2:00 PM, OCTOBER 1,2015

BID OPENING: 2:00 PM, OCTOBER 15.2015

THE COMMISSIONERS OF CHATHAM COUNTY, GEORGIA

ALBERT J. SCOTT, CHAIRMAN

COMMISSIONER HELEN J. STONE

COMMISSIONER JAMES J. HOLMES

COMMISSIONER TONY CENTER

COMMISSIONER PATRICK J. FARRELL

COMMISSIONER YUSUF K. SHABAZZ

COMMISSIONER LORI L. BRADY

COMMISSIONER DEAN KICKLIGHTER

COMMISSIONER PRISCILLA D. THOMAS

R. JONATHAN HART, COLINTY ATTORNEY

1

CHATHAM COUNTY, GEORGIA

DOCUMENT CHECK LIST

The following documents, when marked, are contained in and made a part of this Bid Package or

are required to be submitted with the bid. It is the responsibility of the bidder to read, complete

and sign, where indicated, and return these documents with his/her bid. FAILURE TO DO SO

MAY BE CAUSE FOR DISQUALIFYING THE BID.

X GENERAL INFORMATION AND INSTRUCTIONS TO BID WITH ATTACHMENTS

X SURETY REQUIREMENTS - A Bid Bond of 5"/o with this ITB

X PROPOSAL

X PLANS/SPECIFICATIONS - Plan Sheets must be purchased at Clayton DigitalReprographics by logging into www. cdrepro. com. Login to DFS. New users

must register. For technical support contact CDR at (912) 447-5445, fax (912) 233-7020 or email: [email protected].

X BID SCHEDULE

PERFORMANCE BOND - Required at the time of contract.

PAYMENT BOND - Required at the time of contract.

CONTRACT

X LEGAL NOTICE

X ATTACHMENTS: A. DRUG FREE WORKPLACE; B. NONDISCRIMINATIONSTATEMENT; C. DISCLOSURE OF RESPONSIBILITY STATEMENT; D. CONTRACTOR& SUBCONTRACTOR AFFIDAVIT AND AGREEMENT, E. BIDDER'S CERTIFICATIONREGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARYEXCLUSION, F. M/WBE PARTICIPATION REPORT, G. SYSTEMATIC ALIENVERIFICATION FOR ENTITLEMENTS, H. CHATHAM APPRENTICE PROGRAMDOCUMENTATION

X DOCUMENTATION OF ABILITY TO PERFORM BID REQUIREMENTS. THIS MAYBE REQUIRED OF BIDDERS AFTER SUBMISSION OF BIDS.

2

COUNTY TAX CE CATE REOIIIREMENT - Contractor must supply a copy of therr

Tax Certificate from their location in the State of Georgia, as proof of payment of the occupational

tax where their office is located.

CURRENT TAX CERTIFICATE NUMBERCITYCOUNTY

The Chatham County of Commissioners have established goals to increase participation ofminority and woman owned businesses. In order to accurately document participation,businesses submitting bids or proposals are encouraged to report ownership status. Aminority or woman owned business is defined as a business with at least 517o ownership byone or more minority/female individuals and whose daily business operations are managedand directed by one (1) or more of the minority/female owners. Please check ownershipstatus as applicable:

African-American Asian American Hispanic

Native American or Alaskan Indian 'Woman

In the award of "Competitive Sealed Proposals", minority/female participation may be one

of several evaluation criteria used in the award process when specified as such in the Requestfor Proposal.

RECEIPT IS HEREBY ACKNOV/LEDGED OF ADDENDA NUMBER(S)

The undersigned bidder certifies that he/she has received the above listed and marked documents

and acknowledges that his/her failure to return each, completed and signed as required, may be

cause for disqualifying his/her bid.

BY:DATE

SIGNATURE

TITLE

3

COMPANY

CHATHAM COLINTY, GEORGIAOFFICE OF THE PURCHASING AGENT1I17 EISENHOWER DRIVE - SUITE C

SAVANNAH, GEORGIA 31406(9r2) 790-1622

Date: September 11. 2015 BID NO. 15-0101-4

GENERAL INFORMATION FOR INVITATION FOR BID

This is an invitation to submit a bid to supply Chatham County with construction, equipment,

supplies and/or services as indicated herein. Sealed bids will be received at the Office of the

Purchasing Agent, at The Chatham Citizens Service Center. 1117 isenhower Drive.Suite C. Savannah. eorsia 31406 un to 2:00PM local time. ER 15.2015. at which

time they will be opened and publicly read. The County reserves the right to reject all bids

that are non-responsive or not responsible.

Instructions for preparation and submission of a bid are contained in this Invitation To Bidpackage. Please note that specific forms for submission of a bid are required. Bids must be

typed or printed in ink.

A Pre-bid Conference has been scheduled to be conducted at The Chatham Countv Citizens

Service Center. 1 I17 Eisenhower Drive. Suite C. ah. Georsia. on OCTOBER I.2015. at 2:00 PM., to discuss the specifications and resolve any questions and/or

misunderstanding that may arise. You are encouraged to attend.

Any changes to the conditions and specifications must be in the form of a written addendum to be

valid; therefore, the Purchasing Agent will issue a written addendum to document each approved

change. Generally when addenda are required, the bid opening date will be changed.

Chatham County has an equal opportunity purchasing policy. Chatham County seeks to ensure

that all segments of the business community have access to supplying the goods and services needed

by County programs. The County affirmatively works to encourage utilization of disadvantaged

and minority business enterprises in our procurement activities. The County provides equal

opportunity for all businesses and does not discriminate against any persons or businesses

regardless of race, color, religion, age, sex, national origin or handicap. The terms "disadvantaged

business," "minority business enterprise," and "minority person" are more specifically defìned and

explained in the Chatham Counq¡ Purchasing Ordinance and Procedures Manual, Article VII -

Disadvantaged Business Enterprises Program.

This project IS a Special Purpose Local Option Sales Tax (SPLOST) Project. See paragraph2.25 for MBE/WBE participation goals.

4

1.1

INSTRUCTIONS TO BIDDERSPurpose: The purpose of this document is to provide general and specific inforrnation foruse in submitting a bid to supply Chatham County with equipment, supplies, and/or services

as described herein. All bids are governed by the Code of Chatham County,Chapter 4,

Article IV, and the laws of the State of Georgia.

1.2 How to Prepare Bids: All bids shall be:

a Prepared on the forms enclosed herewith, unless otherwise prescribed, and alldocuments must be submitted.

Typewritten or completed with pen and ink, signed by the business owner ofauthorized representative, with all erasures or corrections initialed and dated by the

official signing the bid. ALL SIGNATURE SPACES MUST BE SIGNED'

Bidders are encouraged to review carefully all provisions and attachments of this

document prior to submission. Each bid constitutes an offer and may not be

withdrawn except as provided herein.

1.3 How to Submit Bids: All bids shall be:

a. An original and duplicate copy must be submitted in a sealed opaque envelope,

plainly marked with the bid number and title, date and time of bid opening,and company name.

Mailed or delivered as follows in sufficient time to ensure receipt by the Purchasing

Agent on or before the time and date specified above.b

Mailing Address: Chatham County Purchasing and Contracting,lllTEisenhower Drive, Suite C, Savannah, Georgia31406.

b.

I

2 Hand Delivery: Purchasing Director, Chatham County CitizensService Center, 1117 Eisenhower Drive, Suite C, Savannah, Georgia31406.

BIDS NOT BY THE TIME AND DATE SPECIF'IED WILL NOT BB OPENEI)

OR CONSIDERED.

t.4 How to Submit an Objection: Objections from bidders to this invitation to bid and/or

these specifications should be brought to the attention of the County Purchasing Agent in

the following manner:

trJ

'When a pre-bid conference is scheduled, bidders shall either present their

oral objections at that time or submit their written objections at least two (2)

days prior to the scheduled pre-bid conference.

When a pre-bid conference is not scheduled, the bidder shall submit any

objections he may have in writing not less than five (5) days prior to the

opening of the bid.

The objections contemplated may pertain to form and/or substance of the

invitation to bid documents. Failure to object in accordance with the above

procedure will constitute a waiver on the part of the business to protest thisinvitation to bid.

Failure to Bid: If a bid is not submitted, the business should return this invitation to biddocument, stating reason therefore, and indicate whether the business should be retained orremoved from the County's bidders list.

Errors in Bids: Bidders or their authorized representatives are expected to fully informthemselves as to the conditions, requirements, and specifications before submitting bids.

Failure to do so will be at the bidder's own risk. In case of error in extension of prices inthe bid, the unit price will govem.

Standards for Acceptance of Bid for Contract Award: The County reserves the rightto reject any or all bids and to waive any irregularities or technicalities in bids received

whenever such rejection or waiver is in the best interest of the County. The County

reserves the right to reject the bid of a bidder who has previously failed to perform properlyor complete on time contracts of a similar nature, or a bid from a bidder whom investigationshows is not in a position to perform the contract.

Bid Tabulation: Tabulations for all bids will be posted for thirty (30) days after the bidopening in the Office of Purchasing and Contracting, 1717 Eisenhower Drive, Suite C,

Savannah, Georgia 31406 or can be reviewed on the Purchasing web site 24148 hours after

opening at http ://purchasin g.chatham county.org.

Bidder: Whenever the term "bidder" is used it shall encompass the "person," "business,"

"contractor," "supplier," "vendor," or other parly submitting a bid or proposal to Chatham

County in such capacity before a contract has been entered into between such party and the

County.

a.

b

c

1.5

t.6

1.7

1.8

1.9

l.l0 Responsible / Responsive Bidderz Responsible Bidder means a person or entity that has

the capability in all respects to perform fully and reliably the contract requirements.

Respon.sive Bidder means a person or entity that has submitted a bid or proposal that

conforms in all material respects to the requirements set forth in the invitation for bids or

6

request for proposals

1.11 Compliance with Laws: The bidder andlor contractor shall obtain and maintain all

licenses, permits, liability insurance, workman's compensation insurance and comply withany and all other standards or regulations required by federal, state or County stature,

ordinances and rules during the performance of any contract between the contractor and the

County. Any such requirement specifically set forth in any contract document between

the contractor and the County shall be supplementary to this section and not in substitution

thereof.

l.l2 Contractor: Contractor or subcontractor means any person or business having a contract

with Chatham County. The Contractor/Vendor of goods, material, equipment or services

certifies that they will follow equal employment opportunity practices in connection withthe awarded contract as more fully specified in the contract documents.

1.13 Local Preference: On 27 March 1998, the Board of Commissioners adopted a "LocalVendor" Preference Ordinance that gives the lowest Chatham County vendor submitting a

responsible bid/quote the opportunity to match the lowest price offered by an out-of-Countyvendor. If the County vendor confirms in writing to match within 24 hours, the award willbe made to the Chatham County vendor. The lowest Chatham County responsive bidder

will be afforded the "right to first refusal". "Local Vendor" is defìned as a business or

supplier which operates and maintains a regular place of business within the geographical

boundaries of Chatham County or one of the local Municipalities of the County AND all

real and personal property taxes are paid prior to award of a contract or purchase. "NOTAPPLICABLE TO PUBLIC WORKS CONSTRUCTION PROJECTS ANDREVENUE PRODUCING BIDS." However, contractors are encourage to apply the

same method when awarding bids to local M/WBE businesses whenever possible in order

to promote growth in Chatham County's economy.

1.14 Debarred Firms and Pending Litigation: Any potential proposer/firm listed on the

Federal or State of Georgia Excluded Parties Listing (Barred from doing business) will notbe considered for contract award. Proposers shall disclose any record of pending criminalviolations (Indictment) and/or convictions, pending lawsuits, etc., and any actions that may

be a conflict of interest occurring within the past five (5) years. Any proposer/firmpreviously defaulting or terminating a contract with the County will not be considered.

x* All bidders or proposers are to read and complete the Disclosure of ResponsibilityStatement enclosed as an Attachment to be returned with response. Failure to do so may

result in your solicitation response being rejected as non-responsive.

Bidder acknowledges that in performing contract work for the Board, bidder shall not utilizeany firms that have been a party to any of the above actions. If bidder has engaged any

firm to work on this contract or project that is later debamed, Bidder shall sever its

relationship with that firm with respect to Board contract.

1

1.15 Performance Bvaluation: On I lApril 2008, the Chatham County Board of Commissioners

approved a change to the County Purchasing Ordinance requiring Contractor/Consultant

Performance Evaluations, as a minimum, annually, prior to contract anniversary date.

Should Contractor/Consultant performance be unsatisfactory, the appointed County Project

Manager for the contract may prepare a Contractor/Consultant Complaint Form or a

Performance Evaluation to the County Purchasing Director.

1.16 Payment of Taxes: No contract shall be awarded unless all real and personal property taxes

have been paid by the successful contractor and/or subcontractors as adopted by the Board

of Commissioners on 8 April 1994.

l.l7 State Licensing Board for General Contractors: Pursuant to Georgia law, the followingtypes of contractors must obtain a license from the State Licensing Board of Residential and

General Contractors by I Julv 2008

*Residential - Basic Contractor (Contractor work relative to detached one-family and

two-family residences and one-family townhouses not over three stories in height).

*Residential - Light Commercial Contractor (Contractor work or activity related tomultifamily and multiuse light commercial buildings and structures).

*General Contractor (Contractor work or activity that is unlimited in scope regarding any

residential or commercial proj ects).

See 'Cltecklisl for Bíd"for the fvne of license reouired for this nroiect.

1.18 Immigration: On 1 July , the Georgia Security and Immigration Compliance Act (SB 529,

Section 2) became effective. All contractors and subcontractors with 100 or more

employees entering into a contract or work must sign an affidavit that he/she has used the

E-Verify System. E-Verify is a federal emolovment verifi svstem to rnsure

emplovment eli gibility.Affidavits are enclosed in this solicitation. You may download M-274 Handbook forEmpìoyers aT http://www.dol.state.ga.us/spotlight/employment/rules. You may go to

http://www.uscis.gov. to find the E-Verify information.

Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1,

required Georgia's counties to comply with the federal Systematic Alien Verification forEntitlements (SAVE) Program. SAVE is a federal program used to verify that applicants

for certain "public benefits" are legally present in the United States. Contracts with the

County are considered "public benefits." Therefore, the successful bidder will be required

to provide the Affidavit Verifying Status for Chatham County Benefit Application priol toreceiving any County contract. The affidavit is included as part of this bid package but is

only required of the successful bidder.

B

Protection of Resident Workers. Chatham County Board of Commissioners actively

supports the Immigration and Nationality Act (lNA) which includes provisions addressing

employment eligibility, employment verifìcation, and nondiscrimination. Under the INA,employers may hire only persons who may legally work in the United States (i.e., citizens

and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must

verify the identity and employment eligibility of anyone to be hired, which includes

completing the Employment Eligibility Verification Form (I-9). The Contractor shall

establish appropriate procedures and controls so no services or products under the Contract

Documents will be performed or manufactured by any worker who is not legally eligible toperform such services or employment.

1.19 Chatham Apprentice Program Hiring: Chatham County has established a Chatham

Apprentice Program (CAP) to train area residents in the building trades. Successful

Contractor shall be required to make a good faith effort to utilize labor from the CAP

Program on this project when feasible. A Good Faith Effort will be demonstrated by

documentation of inquiry into CAP labor available and resulting hiring of CAP labor orproviding reasons for Contractor not utilizing any CAP labor. Form demonstrating Good

Faith Effort is enclosed in this bid package. Contractor shall complete the form and return

with their first pay request.

GENERAL CONDITIONS

2.1

2.2

Specifications: Any obvious error or omission in specifications shall not inure to the

benefit of the bidder but shall put the bidder on notice to inquire of or identify the same

from the County. Whenever herein mentioned is made of any article, material or

workmanship to be in accordance with laws, ordinances, building codes, underwriter's

codes, A.S.T.M. regulations or similar expressions, the requirements of these laws,

ordinances, etc., shall be construed to be the minimum requirements of these specifications.

Multiple Bids: No vendor will be allowed to submit more than one (1) bid. Anyalternate proposals must be brought to the Purchasing Agent's attention during the Pre-bid

Conference or submitted in writing at least five (5) days preceding the bid opening date.

2.3 Not Used.

Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his bid

will be fìrm for acceptance for a period of sixty (60) days fi'om bid opening date, unless

otherwise stated in the bid.

2.4

Completeness: All information required by Invitation for Bids/Proposals must be

completed and submitted to constitute a proper bid or proposal.

9

2.5

2.6 Quality: All materials, or supplies used for the construction necessary to comply with this

proposal shall be of the best quality, and of the highest standard of workmanship.

Workmanship employed in any construction, repair, or installation required by this proposal

shall be of the highest quality and meet recognized standards within the respective trades,

crafts and of the skills employed.

Guarantee/Iilarranty: Unless otherwise specified by the County, the bidder shall

unconditionally guarantee the materials and workmanship for one (1) year on all material

andlor services. If, within the guarantee period, any defects occur which are due to faulty

material and or services, the contractor at his expense, shall repair or adjust the condition,

or replace the material and/or services to the complete satisfaction of the County. These

repairs, replacements or adjustments shall be made only at such time as will be designated

by the County as being least detrimental to the operation of County business.

Liability Provisions: 'Where bidders are required to enter or go onto Chatham County

property to take measurements or gather other information in order to prepare the bid or

proposal as requested by the County, the bidder shall be liable for any injury, damage or

loss occasioned by negligence of the bidder, his agent, or any person the bidder has

designated to prepare the bid and shall indemnify and hold harmless Chatham County from

any liability arising therefrom. The contract document specifies the liability provisions

required of the successful bidder in order to be awarded a contract with Chatham County'

Cancellation of Contract: The contract may be canceled or suspended by Chatham

County in whole or in parl by written notice of default to the Contractor upon non-

performance or violation of contract terms. An award may be made to the next low bidder,

for articles andlor services specihed or they may be purchased on the open market and the

defaulting Contractor (or his surety) shall be liable to Chatham County for costs to the

County in excess of the defaulted contract prices. See the contract documents for complete

requirements.

2.7

2.8

2.9

2.10 Patent Indemnify: Except as otherwise provided, the successful bidder agrees to

indemnify Chatham County and its officers, agents and employees against liability,including costs and expenses for infringement upon any letters patent of the United States

arising out of the performance of this Contract or out of the use or disposal for the account

of the County of supplies furnished or construction work performed hereunder.

2.11 Certification of Independent Price Determination: By submission of this bid, the

bidder certifies, and in the case of a joint bid each party thereto certifies as to its own

organization, that in connection with this procurement:

(1) The prices in this bid have been arrived at independently, without consultation,

communication, or agreement, for the purpose of restricting competition, as to any

matter relating to such prices with any other bidder or with any competitor;

10

(2) Unless otherwise required by law, the prices which have been quoted in this bid have

not been knowingly disclosed by the bidder and will not knowingly be disclosed by

the bidder prior to opening, directly or indirectly to any other bidder or to any

competitor; and

(3) No attempt has been made or will be made by the bidder to induce any other person

or firm to submit or not be submit a bid for the purpose or restricting competition.

2.12 Award of Contract: The contract, if awarded, will be awarded to that responsible bidder

whose bid/proposal will be most advantageous to Chatham County, price and other factors

considered. The Board of Commissioners will make the determination as to which bid or

proposal that serves as the best value to Chatham County.

2.13 Procurement Protests: Objections and protests to any portion of the procurement process

or actions of the County staff may be filed with the Purchasing Agent for review and

resolution. TheChatham Countv Procedures Manual. Article IX - Appeals and

Remedies shall govern the review and resolution of all protests

2.14 Qualifïcation of Business (Responsible Bidder or Proposer): A responsible bidder or

proposer is defined as one who meets, or by the date of the bid acceptance can meet,

certifications, all requirements for licensing, insurance, and registrations, or other

documentation required by the Design Professional engaged to develop Scope of Work,

specifications and plans. These documents will be listed in the Special Conditions further

on in this solicitation. Chatham County has the right to require any or all bidders to submit

documentation of the ability to perform, provide, or carry out the service or provide the

product requested.

Chatham County has the right to disqualify the bid or proposal of any bidder or proposer as

being unresponsive ot unresponsible whenever such bidder/proposer cannot document the

ability to deliver the requested product.

2.15 Chatham Counfy Tax Certificate Requirement: A current Chatham County Tax

Certificate is required unless otherwise specified. Please contact the Building Safety and

Regulatory Services at (912) 201-4300 for additional information.

NOTE: No contract shall be awarded unless all real and personal property taxes have been

paid by the successful contractor and/or subcontractors as adopted by the Board ofCommissioners on 8 April 1994.

2.16 Insurance Provisions, General: The selected contractor shall be required to procure and

maintain forthe duration of the contract insurance against claims for injuries to persons or

damages to property which may arise from or in connection with the performance of the

work hereunder by the Contractor, his agents, representatives, employees or subcontractors.

The cost of such insurance shall be included in the Bid'

11

co to and

Division curren t and uo-to-date Certificates of Insurance for multiple vear before

the end of each term. Failure to do so may be cause for termination of contract.

2.16.1 General Information that shall appeff on a Certificate of Insurance

I. Name of the Producer (Contractor's insurance Broker/Agent).II. Companies affording coverage (there may be several).

III. Name and Address of the Insured (this should be the Company or Parent ofthe firm Chatham County is contracting with).

1y. A Summary of all curent insurance for the insured (includes effective dates

of coverage).V. A brief description of the operations to be performed, the specific job to be

perfórmed, or contract number.VL Certificate Holder (This is to always include Chatham County).

Chatham County as an Additional Insured: Chatham County invokes the defense

of sovereign immunity. In order not to jeopardize the use of this defense, the

County is not to be included as an Additional Insured on insurance contracts.

2.16.2 Minimum Limits of Insurance to be maintained for the duration of the contract

Commercial General Liability: Provides protection against bodily injuryand properly damage claims arising from operations of a Contractor or

Tenant. This policy coverage includes: premises and operations, use ofindependent contractors, products/completed operations, personal injury,contractual, broad form property damage, and underground, explosion and

collapse hazards. Minimum limits: $1,000,000 bodily injury and property

damage per occurrence and annual aggregate.

Worker's Compensation and Employer's Liabilify: Provides statutory

protection against bodily injury, sickness or disease sustained by employees

of the Contractor while performing within the scope of their duties.

Employer's Liability coverage is usually included in Worker's Compensation

policies, and insures common law claims of injured employees made in lieu

of or in addition to a Vy'orker's Compensation claim. Minimum limits:

$500,000 for each accident, disease policy limit, disease each employee and

Statutory Worker's Compensation limit.

Business Automobile Liability: Coverage insures against liability claims

arising out of the Contractot's use of automobiles. Minimum limit:$ I ,000,000 combined single limit per accident for bodily injury and property

damage. Coverage should be written on an Any Auto basis.

a.

b.

c

72

2.16.3a.

e.

b.

c

d

f.

ûb

h

Special Requirements:Claims-Made Coverage: The limits of liability shall remain the same as the

occurrence basis, howevet, the Retroactive date shall be prior to the

coincident with the date of any contract, and the Certificate of Insurance shall

state the coverage is claims-made. The Retroactive date shall also be

specifically stated on the Certificate of Insurance.

Extended Reporting Periods: The Contractor shall provide the County witha notice of the election to initiate any Supplemental Extended Reporting

Period and the reason(s) for invoking this option.

Reporting Provisions: Any failure to comply with reporting provisions ofthe policies shall not affect coverage provided in relation to this request.

Cancellation: Each insurance policy that applies to this request shall be

endorsed to state that it shall not be suspended, voided, or canceled, except

after thirty (30) days prior to written notice by certified mail, return receipt

requested, has been given to the County.

Proof of Insurance: Chatham County shall be furnished with certificates ofinsurance and with original endorsements affecting coverage required by this

request. The certihcates and endorsements are to be signed by a person

authorized by the insurer to bind coverage on its behalf. All certificates ofinsurance are to be submitted prior to, and approved by, the County before

services are rendered. The Contractor must ensure Certificate of Insurance

are updated for the entire term of the County.

Insurer Acceptabilify: Insurance is to be placed with an insurer having an

A.M. Best's rating of A and a five (5) year average financial rating of not

less than V. If an insurer does not qualify for averaging on a five year basis,

the current total Best's rating will be used to evaluate insurer acceptability.

Lapse in Coverage: A lapse in coverage shall constitute grounds forcontract termination by the Chatham County Board of Commissioners.

Deductibles and Self-Insured Retention: Any deductibles or self-insured

retention must be declared to, and approved by, the County. At the option

of the County, either: the insurer shall reduce or eliminate such deductibles

or self-insured retention as related to the County, its officials, officers,employees, and volunteers; or the Contractor shall procure a bond

guaranteeing payment of related suits, losses, claims, and related

investigation, claim administration and defense expenses.

Additional Coverage for Specific Procurement Projects:

13

2.16.4

a Professional Liabitity: Insure efrors or omission on behalf of architects,

engineers, attorneys, medical professionals, and consultants'

b

Minimum Limits:Coverage Requirement:

Builder's Risk: (Foragainst insured perils wMinimum Limits:

$l million per claim/occurrenceIf claims-made, retroactive date must precede

or coincide with the contract effective date orthe date of the Notice to Proceed. Theprofessional must state if tail coverage has

been purchased and the duration of the

coverage.

Construction or Installation Contracts) Covers

hile in the course of construction.All-Risk coverage equal 100% of contract value

Coverage Requirements: Occupancy Clause - permits County to use the

facility prior to issuance of Notice of Substantial Completion'

2.17 Compliance with Specification - Terms and Conditions: The Invitation to Bid, LegalAdvertisement, General Conditions and Instructions to Bidders, Specifications, Special

Conditions, Vendor's Bid, Addendum, and/or any other pertinent documents form a part ofthe bidders proposal or bid and by reference are made apart hereof.

2.18 Signed Bid Considered Offer: The signed bid shall be considered an offer on the part ofthe bidder, which offer shall be deemed accepted upon approval by the Chatham County

Board of Commissioners, Purchasing Agent or his designee. In case of a default on the

part of the bidder after such acceptance, Chatham County may take such action as it deems

appropriate, including legal action for damages or lack of required performance.

2.19 Notice to Proceed: The successful bidder or proposer shall not commence work under this

Invitation to Bid until a written contract is awarded and a Notice to Proceed is issued by the

Purchasing Agent or his designee. If the successful bidder does commence any work or

deliver items prior to receiving official notif,rcation, he does so at his own risk.

2.20 Payment to Contractors: Instructions for invoicing the County for products delivered to

the County are specified in the contract document.

a. Questions regarding payment may be directed to the Finance Department at

(912) 652-7900 or the County's Project Manager as specified in the contract

documents.

Contractors will be paid the agleed upon compensation upon satisfactory

delivery of the products or completion of the work as more fully described

in the contract document.

b

I4

Upon completion of the work or delivery of the products, the Contractor willprovide the County with an affidavit certifying all suppliers, persons or

businesses employed by the Contractor for the work performed for the

County have been paid in full.

d. Chatham County is a tax exempt entity. Every contractot, vendor, business

or person under contract with Chatham County is required by Georgia law

to pay State sales or use taxes for products purchased in Georgia or

transported into Georgia and sold to Chatham County by contract. Please

consult the State of Georgia, Depaftment of Revenue, Sales and Use Tax

Unit in Atlanta (404) 656-4065 for additional information'

2.21 Owner's Rights Concerning Award: The Owner reserves the right, and sole and complete

discretion to waive technicalities and informalities. The Owner further reserves the right,

and sole and complete discretion to reject all bids and any bid that is not responsive or that

is over the budget, as amended. In judging whether the bidder is responsible, the Owner

will consider, but is not limited to consideration of, the following:

a. Whether the bidder or principals are cunently ineligible, debarred, suspended, or

otherwise excluded from bidding or contracting by any state or federal agency,

department, or authoritY;

b. Whether the bidder or principals have been terminated for cause or are currently in

default on a public works contract;

c. Whether the bidder can demonstrate a commitment to safety with regard to Workers'

Compensation by having an experience Modification Rate (EMR) over the past three

years not having exceeded an average of 1.2; and

d. Whether the bidder's past work provides evidence of an ability to successfully

complete public works projects within the established time, quality, or cost, or to

comply with the bidder's contract obligations; and

e. Whether the bidder has made a Good Faith Effort to meet local participation goals

for local economic impact for Disadvantaged Business Enterprises and Small

Business Enterprises.

2.22 Owner's Right to Negotiate with the Lowest Bidder:

In the event all responsive and responsible bids are in excess of the budget, the Owner, in

its sole and absolute discretion and in addition to the rights set forth above, reserves the

right either to (i) supplement the budget with additional funds to permit award to the lowest

responsive and responsible bid, or (ii) to negotiate with the lowest responsive and

responsible bidder (after takirrg all deductive alternates) only for the purpose of making

c

15

changes to the Project that will result in a cost to the Owner that is within the budget, as itmay be amended.

2.23 Debarred or Suspended Subcontractors.

CONTRACTOR shall not subcontract, and shall ensure that no subcontracts are awarded at

any tier, to any individual, firm, partnership, joint venture, or any other entity regardless ofthe form of business organization, that is on the Federal Excluded Parties List System

(EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion

listing, or other local government entity. This includes pending litigation or claims with

the County or other government entities. Contractor shall immediately notify County in

the event any subcontractor is added to a Federal, State or other Government Entity listing

after award of the subcontract.

2.24 Cone of Silence:

Lobbying of Procurement Evaluation Committee membets, County Government

employees, and elected officials regarding this product or service solicitation, Invitation to

Bid (ITB) or Request for Proposal (RFP) or contract by any member of a proposer's staff,

or those people employed by any legal entity affrliated with an organization that isresponding to the solicitation is strictly prohibited. Negative campaigning through the

mass media about the current service delivery is strictly prohibited. Such actions may cause

your proposal to be rejected.

2.25 The Chatham County Board of Commissioners has adopted an aggressive program that

establishes goals for minority/female, small and disadvantaged business participation in

construction, professional services, and general procurement.

a. The Chatham County Board of Commissioners under Georgia law may reject any

bid as non-responsive if they feel a bidder did not exercise "Good Faith Effort" in

obtaining the goal established for M/WBE participation.

The Chatham County Board of Commissioners adopted a policy establishing goals

oriented to increase participation of minority and female owned businesses, through

MBE/WBE certification and development. In order to accurately document

participation, businesses submitting bids, quotes or proposals are encouraged to

report ownership status. A bidder or vendor that is certified by any agency of the

Federal Government or State of Georgia may submit a copy of their certification

with their bid as proof of qualifications. Bidders that intend to engage in joint

ventures or utilize subcontractors must submit to the County Contracts

Administrator, a repoft on Minority/Female Business Enterprise participation.

30,h

b

Goals established for this project is

I6

bined

c. A Minority/Female Business Enterprise (M/V/BE) is a business concern that is at

least 51olo owned by one or more minority/female individuals and whose daily

business operations are managed and directed by one (1) or more of the

minority/female owners.

2.26 Bidders or proposers are required to make a Good Faith Effort, where subcontracting is to

be utilized in performing the contract, to subcontract with or purchase supplies from

qualified M/WBEs. Bidders or proposers are required to state if they intend to subcontract

any part of the work. Goals will be established for each contract at the onset. Forms

requiring the signatures of bidders or proposers are enclosed as Attachments and must be

completed and returned with your bid response. If forms are not completed and submitted,

the bid may be considered nonresponsive'

Each bidder or proposer is required to maintain records of such efforts in detail adequate to

permit a determination of compliance with these requirements. All contracts will reflect

Good Faith Efforts and reporling requirements for the term of the contract. The County

particularly urges general contractors to give emphasis to subcontracting with local area

firms. For information on the program or M/WBE contractors/vendors please

contact Connell C. Heyward, Chatham County Minority and Women Business

Coordinator, 124 Bull Street, Suite 310, Savannah, Georgia 31401, (912) 652-7828

phone, or (912) 652-7951 fax. Email: [email protected]

2.27 GEORGIA OPEN RECORDS ACT - The responses will become part of the County's

off,rcial hles without any obligation on the County's part. Ownership of all data, materials

and documentation prepared for and submitted to Chatham County in response to a

solicitation, regardless of type, shall belong exclusively to Chatham County and will be

considered a record prepared and maintained or received in the course of operations of apublic office or agency and subject to public inspection in accordance with the Georgia

Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless

otherwise provided by law.

Responses to RFPs shall be held confidential from all parties other than the County until

after the contract is awarded by the Board of Commissioners'

The vendor and their bid price in response to ITBs will be read allowed at public bid

openings. After Bid Tabulations, the ITB shall be available for public viewing.

Chatham County shall not be held accountable if material from responses is obtained

without the written consent of the vendor by parties other than the County, at any time

during the solicitation evaluation process

2.28 GEORGIA TRADE SECRET ACT of 1990 - In the event a Bidder/Proposer submits

trade secret information to the County, the information must be clearly labeled as a Tracle

Secret. The County will maintain the confidentiality of such trade secrets to the extent

I1

provided by law.

2.29 CONTRACTOR RECORDS -The Georgia Open Records Act is applicable to the records

of all contractors and subcontractors under contract with the County. This applies to those

specific contracts currently in effect and those which have been completed or closed for up

three (3) years following completion.

2.30 REFERENCES - S500,000 or more: For bidders to be responsive each must provide

information on the most ects with similar as well as other

information to determine experience and qualifications as follows

a Project Name:

LocationOwner:Address:City and State

Contact:Phone & Fax:*Architect or Engineer:ContactPhone & Fax

b. The awarded bid amount and project start date.

Final cost of project and completion date.

Number of change orders.Contracted project completion in days.

Proiect completed on time. Yes- No- Days exceeded

List previous contracts your company performed for Chatham County by Project Title, date

and awarded/final cost.Has contractor ever failed to complete a project? If so, provide explanation.Have any projects ever performed by contractor been the subject of a claim or lawsuit by or

against the contractor? If yes, please identify the nature of such claim or lawsuit,the court in which the case was filed and the details of its resolution.

$499,000 and less: Provide references from owners of at least three (3) projects of various

sizes. Include government owners if possible. If the contractor has performed any workfor the Chatham County Board of Commissioners within the last five (5) years, at least one

( 1) of the three (3) owner references must be from the appropriate party within the Chatham

County Government. Provide in the format as in (a) above on the attached form.

Failure to provide the above information may result in your firm's bid being rejectedand ruled as non-responsive.

1B

3.1

NOTE: FORMS FOR YOU TO FILL OUT FOR YOUR REFERENCES AREATTACHED TO THE BACK OF THIS BID PACKAGB.

ADDITIONAL CONDITIONS

COMPENSATI The compensation provided for herein shall include

all claims by the CONTRACTOR for all costs incured by the CONTRACTOR in the

conduct of the Project as authorized by the approved Project Compensation Schedule and

this amount shall be paid to the CONTRACTOR after receipt of the invoice and approval

of the amount by the COIINTY. The COTINTY shall make payments to the

CONTRACTOR within thirty (30) days from the date of receipt of the CONTRACTOR's

acceptable statement on forms prepared by the CONTRACTOR and approved by the

COI.INTY.

Should the Project begin within any one month, the first invoice shall cover the partial

period from the beginning date of the Project through the last day of the month (or on a

mutually agreeable time) in which it began. The invoices shall be submitted each month

until the Project is completed. Invoices shall be itemized to reflect actual expenses for each

individual task; also refer to the requirements concerning changes, delays and termination

of work under Sections I-8, 9, and 10 of the contract. Each invoice shall be accompanied by

a summary progress report which outlines the work accomplished during the billing period

and any problems that may be inhibiting the Project execution. The terms of this contract

are intended to supersede all provisions of the Georgia Prompt Pay Act.

As long as the gross value of completed work is less than 50Yo of the total contract amount,

or if the contractor is not maintaining his construction schedule to the satisfaction of the

engineer, the County shall retain 10% of the gross value of the completed work as indicated

by the current estimate approved by the engineer.

After the gross value of completed work becomes to or exceed50% of the total contract

amount within a time period satisfactory to the County, then the total amount to be retained

may be reduced to 5o/o of the gross value of the completed work as indicated by the current

estimate approved by the engineer, until all pay items are substantially completed.

When all work is completed and time charges have ceased, pending final acceptance and

final payment the amount retained may be further reduced at the discretion of the County.

The CONTRACTOR may submit a final invoice to the County for the remaining retainage

upon COLINTY'S acceptance of the Certihcate of Substantial Completion. Final payment

constituting the entire unpaid balance due shall be paid by the COUNTY to the

I9

CONTRACTOR when work has been fully completed and the contract fully performed,

except for the responsibilities of the CONTRACTOR which survive final payment. The

making of final payment shall constitute a waiver of all claims by Chatham County except

those arising from unsettled liens, faulty or defective work appearing after substantial

completion, failure of the work to comply with the requirements of the Contract Documents,

or terms of any warranties required by the Contractor Documents or those items previously

made in writing and identified by the COTINTY as unsettled at the time of final applicationfor payment. Acceptance of final payment shall constitute a waiver of all claims by the

CONTRACTOR, except those previously made in writing and identified by the

CONTRACTOR as unsettled at the time of hnal application for payment.

3.3 SURETY REQUIREMENTS and Bonds: (check where applicable)

X A. Such bidder shall post a bid bond, certified check or money ordermade payable to the Chatham County Finance Department in theamount of 5"/" of the bid price.

X R Contractor(s) shalt be required at time of contract to shall post apayment/performance bond, certified check or money order madepayable to the Chatham Counfy Finance Department in the amount of100"/" of the bid price if awarded the purchase. Such bond(s) are dueprior to contract execution as a guarantee that goods meet specificationsand will be delivered per contract. Such bonds will also guaranteequalify performance of services and timely payment of invoices to anysubcontractors.

X C. 'Whenever a bond is provided, it shall be executed by a surety authorized

to do business in the State of Georgia and approved by ChathamCounty.

X Bidder acknowledges Chatham County's right to require a Performanceand Payment Bond of a specific kind and origin. "Performance Bond"means a bond with good and sufficient surety or sureties for the faithfulperformance of the contract and to indemnify the governmental entityfor any damages occasioned by a failure to perform the same within theprescribed time. Such bond shall be payable to, in favor of, and for theprotection of the governmental entity for which the work is to be done.

"Payment Bond" means a bond with good and sufficient surety orsureties payable to the governmental entity for which the work is to be

done and intended for the use and protection of all subcontractors and

all persons supplying labor, materials, machinery, and equipment in theprosecution of the work provided for in the public works constructioncontract.

20

XE Forfeit the amount of the Bid Bond if he/she fails to enter into a

contract with Chatham County to do and/or furnish everythingnecessary to provide service and/or accomplish the work stated and/orspecified in this bid proposal for the bid amount.

3.4 WARRANTYREQUIREMENTS:

Provisions of item 2.7 applyWarranty required.

Standard warranty shall be offered with bid.Extended warranty shall be offered with bid. The cost of the

extended warranty will be listed separately on the bid sheet.

3.5 TERMS OF CONTRACT: (check where applicable):a. Annual Contract (V/ith automatic renewal options for four (4) additional one (1)

year terms if all parties agree)

b. One-time Purchase

X c. Other ONE TIME CONTRACT

3.6 AUDITS AND INSPECTIONS:

At any time during normal business hours and as often as the County may deem necessary,

the Contractor and his subcontractors shall make available to the County and/or

representatives of the Chatham County Department of Internal Audit for examination of allits records with respect to all matters covered by this Contract. It shall also permit the

County and/or representatives of the Department of Internal Audit to audit, inspect, examine

and make copies, excerpts or transcripts from such records of personnel, conditions ofemployment and other data relating to all matters covered by this Contract. All documents

to be audited shall be available for inspection at all reasonable times in the main offices ofthe County or at the offices of the Contractor as requested by the County'

CONVERSATIONS OR CORRESPONDENCB REGARDING THIS SOLICITATION ORREPORT BETWEEN PROSPECTIVE OFFERORS AND PERSONS OUTSIDB THECHATHAM COUNTY PURCHASING OFFICE WILL NOT BE CONSIDEREDOFFICIAL OR BINDING UNLBSS OTHERWISE SPECIFICALLY AUTHORIZED

a.

b.

X I2

21

WITHIN THIS DOCUMENT.

The undersigned bidder or proposer certifies that he/she has carefully read the preceding list ofinstructions to bidders and all other data applicable hereto and made apart of this invitation; and,

further certifies that the prices shown in his/her bid/proposal are in accordance with all documents

contained in this Invitation for Bids/ Proposals package, and that any exception taken thereto may

di squalify his/her bid/proposal.

This is to certify that I, the undersigned bidder, have read the instructions to bidder and agree to be

bound by the provisions of the same.

This day of 20

BYSIGNATURE

TITLE

COMPANY

Phone / Fax No's. / e-mail

22

CHATHAM COLINTY, GEORGIASURETY REQUIREMENTS

A Bid Bond for five percenT (5%) of the amount of the bid is required to be submitted with each

bid.

A Performance Bond for one hundred percent (100%) of the bid shall be required of the successful

bidder

A.

B.

C.

D

The Bidder certifies that he/she has examined all documents contained in this bid package, and is

familiar with all aspects of the proposal and understands fully all that is required of the successful

bidder. The Bidder further certifies that his/her bid shall not be withdrawn for thirty (30) days

from the date on which his bid is publicly opened and read.

The Bidder agrees, if awarded this bid, he/she will:

Furnish, upon receipt of an authorized Chatham County Purchase Order, all items indicated

thereon as specified in this bid proposal for the bid amount, or;

Enter a contract with Chatham County to do andlor furnish everything necessary to provide

the service andlor accomplish the work as stated and/or specified in this bid proposal for the

bid amount, and;Furnish, if required, a Performance Bond, and acknowledges Chatham County's right torequire a Performance Bond of a specific kind and origin, and;

Forfeit the amount of the Bid Bond if he/she fails to enter a contract with Chatham County

as stated in (B) above, within fifteen (15) days of the date on which he/she is awarded the

bid, and/or;Forfeit the amount of the Performance Bond if he/she fails to execute and fulfill the terms

of the contract entered. The amount of forfeiture shall be:

The difference between his/her bid and the next lowest, responsible bid that has not

expired or been withdrawn, or;The difference between his/her bid and the amount of the lowest, responsible bidreceived as a result of rebidding, including all costs related to rebidding.

COMPANY DATE

SIGNATURE TITLE

E

2.

TELEPHONE NUMBER

23

PROPOSAL

SPECIFICATIONS FOR: BrD NO. 15-0101-4

TURNER'S CREEK BOAT RAMP IMPROVEMENTS - PHASE II _BUILDING AND PAVILION

The project is at the Turner's Creek Boat Ramp in unincorporated Chatham County

The work consists of furnishing all materials, labor and equipment for: a new concrete blockbuilding featuring a Marine Patrol office, separate men's and women's restroom facilities, a picnicpavilion and landscaping.

All work under this contract shall be in accordance with the plans and specifications and conform

to applicable state, county and rnunicipal requirements and codes.

NOTE: DRAWINGS MUST BE PURCHASED FROM CLAYTON DIGITALREPOGRAPHICS (CDR)

This shall be a Line Item contract.

COMMENCEMENT ND COMPI,F],TION:

\ryORK SHALL BBGIN \ryITHIN 10 DAYS AFTER RBCEIPT OF ''NOTICE TO

PROCEED''. ALL WORK SHALL BE COMPLBTED WITHIN 90 CNINNDAR DAYSAFTER THE TEN DAY PERIOD.

24

BID SHEET FOR : 15-0101-4

TURNER'S CREEK BOAT RAMP IMPROVEMENTS - PHASE II BUILDING AND PAVILION

NAM E/ TITLE

COMPANY

ADDRESS

PHONE/FAX NO'S.

TOTAL BID

TOTAL COSTUNIT COST

lump sum

lump sum

LF

SY

SY

1

L

1000

500

500

DESCRIPTION

Combined Unit Price ( includes but not

limited to structure, mechanical,

electrical & plumbing )

Landscaping / lrrigation Complete

Silt Fence (Type C)

Temporary Grassing

Permanent Grassing

ITEM

BUTLDTNG / PAVTLTON

1

LAN DSCAPT NG/ r RRTGATTON

1

EROSION & SEDIMENT CONTROL

I2

3

E-MAIL

I,IST OF SUBCONT RACTORSIdo-,donot-)propoSetosubcontractSomeof.tlieworkonthisproject.Ipropose to subcontract work to the following subcolltractors: NOTE: M/WBEPARTICIPATION.

SIGNED:CONTRACTOR

SPECIAL CONDITIONS

Turner's Creek Boat Ramp Improvement Project: Phase II-Building and Pavilion

DESCRIPTIO OF'WORKThe work will consist of furnishing all materials, labor and equipment for

A new concrete block building featuring a Marine Patrol office, separate men's and women's

restroom facilities, a picnic pavilion and landscaping'

A location map, construction plan and other details for the project are provided elsewhere in

these contract documents,

All work under this contract shall be in accordance with the plans and specifications and

conform to applicable state, county and municipal requirements and codes.

Contract administration and inspection will be performed by Chatham County

All subcontractors shall be listed in the bid package or approved by the County in writing prior

to performing work on the project.

It is the resoonsibi litv of the hidder to carefullv examine and fullv understand the constnrctron

contract and documents hereto attached make a oersonal examination of the site of the

proposed work. and has satisfied him or herself as to the conditions and rements ofthe work.

The bidder further agrees that the cost of any work performed, materials furnished, services

provided, or expenses incurred, which are not specifically delineated in the contract documents

but which are incidental to the scope, intent, and completion of the contract, shall be deemed to

have been included in the prices bid for the various items scheduled'

2. COMMEN CEMENT AND CO ,F],TION: The Contractor shall agree to

commence work under this contract within ten (10) working days after the Notice to Proceed is

issued, and complete all work within 90 calendar days after the 1O-day period. The

Contractor shall work continuously on the project after the Notice to Proceed is issued.

3. MAINTENANCE: Once the Notice to Proceed has been issued, the Contractor is held

responsible for all maintenance included within the limits of the ploject throughout the duration

of the contract without exception.

4 ATED DAMAG Failure to complete the work within the duration given in

Item #2 plus any extension authorized in writing by the County Engineer shall entitle the County

to deduct as "Liquidated Damages" from the monies due the Contractor in the amotlnt of $500

for each calendar day in excess of the authorized construction time.

ôtrZJ

5 CONSTRUCTION SCHEDI]I,8,: The Contractor shall prepare a detailed schedule

showing progress dates and completion dates of all phases. The schedule shall be presented to

the County Engineer prior to commencing work.

6 CONSTRUCTION STAGING: At no time will .the Contractor be allowed to close the

entire site during construction.

7. LAYOUT OF THE WORK: Contractor will layout his own construction survey work

and be responsible for all measurements in connection therein'

8. PAYMENT: Payment shall be for actual work in-place according to the contract and

plans. Any quantity of material exceeding the contract amount shall be approved, in writing, by

the County Engineer prior to completion of the work. Payment will not be made for additional

quantities without prior. written approval of the Countv Engineer.

9. PRE-CO TRI]CTION INSPECTION: A preconstruction video, DVD or CD ofphotographs is required and shall be submitted to Chatham County Department of Engineering

for approval prior to the start of work.

10 PRE-CONSTRUCTION CONF'ERENCE: The Contractor shall attend a pre-

construction conference prior to commencing any work

11. EXCESS SOIL: Excess clean material, as determined by the engineer, as the result ofgrading or other excavation shall be removed from the site by the contractor. Debris and

unsuitable material shall become the property of the contractor and removed from the site.

12. DRUG- WORKPI,ACE CERTIFICATION: The Contractor is required to

certify a drug-free workplace for all employees including all sub-contractors

13. MINORITY P CIPATION GOAL: The Contractor shall establish a goal of a

minimum of 30Yo participation by minority owned businesses to function as sub-contractors.

The contractor shall include a plan with the bid proposal to show how minority sub-contractors

are to be encouraged to participate. Also, the contractor shall provide documentation showing

the procedures actually accomplished to meet the goal. Should the goal not be met, the

documentation will provide evidence that a concerted effort to solicit minority sub-contractors

was made. The Contractor will submit a quarterly report to the County Engineer during the

duration of the project describing the effectiveness of the minority participation. A fìnal repon

must accompany the hnal payment request. A copy of the form to be used for the quarterly and

final Minority Business Enterprise (M.B.E.) report is enclosed in the contract documents.

14 INCIDENTAL ITEMS OF CONSTRUCTION: The cost associated with any

incidental items of construction in which no specific pay items are set up for shall be included in

the overall cost ofthe project.

15. PERMITS: Chatham County has obtained permits from the Georgia DNR-Coastal

Resources Division and the United States Almy Corps of Engineers. All construction must be in

26

accordance with these permits. The Contractor is also responsible for obtaining all necessary

building inspections and permits, including fees, as well as a Certificate of Occupancy for the

building.

I6. FORCE ACCOIINT: When no agreement is reached for additional work to be done at

Lump Sum or Unit Prices, then such additional work shall be done based on the

Plus-Percentage basis of payment. The Georgia Department of Transportationfollowing Cost-specifications for

the use of a force account will not be used

a. For work performed by the prime contractor/general contractot, the contractor shall be

reimbursed for actual cost incurred in doing the work, and an additional payment of l5Yo

to covet overhead and proht.

b. For work performed by a sub-contractor, the sub-contractor shall be reimbursed foractual cost incurred in doing the work, and an additional payment of l}Yo to cover

overhead and profit. The contractor shall be allowed an overhead and profìt mark-up not

to exceed 7o/o onthe subcontractor's price. The County shall not recognize

subcontractors of subcontractors.

c. The term "Actual Cost" shall include the cost of material and labor as follows:i. Material cost - Direct cost of material, sales tax, freight and equipment rental.

ii. Labor cost - Man hour cost listed separately by trade, payroll costs including

workman's compensation, social security, pension and retirement.

d. The term "Overhead and Prof,rt" shall include bonds (Payment & Performance, Roof &'Wall), insurance (Liability, Builders Risk), permits, supervision costs (cost ofsubcontractor to supervise own work, cost of contractor to supervise work of sub-

contractor), proposal preparation and all administrative costs.

17. UTILITIES: Contractor shall be responsible for all utility coordination and protection,

including required utility relocation.

18. PRIME CO R ATIVE: A representative of the prime

contractor capable of making construction related decisions involving the project shall be on-site

at all times during construction activities. If at any time during construction activities a site

representative of the prime contractor is not on-site, Chatham County shall be entitled to deduct

liquidated damages in the amount of S250 per violation. A sub-contractor shall not be an

approved representative of the prime conttactor.

2200-27

Reviscd: Novenlbcr' 8, 200.5

Revised: Novcnr ber' 7,2006Revised: July 15, 2008

DEPARTMENT OF TRANSPORTATIONSTATE OF GEORGIA

SPECIAL PROVISION

Section 161-Gontrol of Soil Erosion and Sedirnentation

Add the.follox,ing:

161,1 General DescriptionThis Wolk incìudes using control n'ìeasures shorvn on the Plans, ordered by the Engineer, ot iu required during the life of the Contract

to control soil erosion and sedi¡nentation through the use ofany oflhe devices ortnethods referred to in this Sectiou.

161.1.01 DefinitionsCsrtjfiçd PÞrsonnel- certifìecl personnel are define<i as per'sorrs who ltave suoccssfìrlly cornpleted the Level lA certifìcatiolr côurse

apþroved by tlre Georgia Soìl and Waler Conservation Conrmìssion. For'Departurent plo.iects the cenified person nlust also have

successñrlly completed the Department's WECS certificalion course,

Design Professional as defined in the current GAR 100002 NPDES per.mit.

1 61 .1.02 Related References

A. Standard Specificatiorrs

$cc@Section I 06{--onrro I of Nf atcrials

ju_l[c_Fublic

$ ecli-oÀl 0-9*::i\19ëUenìe$-L¡ì d Plyl¡çÌLt

$e_c¡1þ_l ó3-f,4 i s ce I I an eo us Ë)ro s i t¡ r I (¡r r rl ro l .l 1 elrls

Scction 166-*Restoralio¡1 or  lteratien cLl L.akes ¡¡¡l-Pandl

Section 170-Sih Retentìon Banìet

S ection I 7 I

-'l'etn pqrctl$jlt f

rcrLc-g

Section 20-5-Roadrva), Excavation

5 sctiqD 4 J 4--: :.S-a¡.4 Â s itìre!¡ P-il y e.{ Dj t ç¡ e s

$SS!_Lon 44 I -Vlisi:el

I ancorts ('ont'¡'ctc

Sr:ç-t jsr-60L:lltp-B¡p

S-ç-c ti_otr 700-G rassine

Sec tþr7!0:- -lle-uri¡-n cIt S-q il -ßst¡ lblc-in g,\4 ilt

llg

!ç_c-1 j cr rlf I S_-_ jlp.st q I t (çilrs{ ]Yl il þ [ I ] J :rr r k c t s-¡

Erosion Control Measure Section

Temporary Check Dams 163305J

Irrosion conlrol measures contained in lhc Spccilrcalions itlcìtLcle:

Erosion Control Measure Section

Bituminous Treated Mulch 7C0 3.05.c

Concrete Paved Dìtches 441

Bituminous Treated Roving 71s

Erosion Control Mats (Blankets) 716

Eros¡ôn Control Check Dams 162

Grassing 700

Maintenance of Temporary Erosion Control Devices 165

Permanent Soil Reinforcing Mat 710

Reclamation of Malerial Pits and Waste Areas 160

Rip Rap 603

Restoration or Alleration of Lakes and Ponds 1ç6

Sand-Asphalt Dilch Paving 434

Sedimenl Basìn

Silt Côntrol Gate

Silt Retention Barrier 170

700.3 05.H & 700.3.05 t

Mulch 163

Temporary Grassing

Temporary Sìlt Fence 111

TemporaÍy Slope Drains

Triangular Sediment Barrier 720

719

Organic & Synthet¡c Material Fiber Blanket

B. ReferencedDocuments

Erosion and Sedimentation Polltrtion Control PÌans (ESPCP)

161.1.03 SubmittalsA, Status of Erosìort Control Devices

The Worksite Erosion Contrr¡l Supelvisor (WECS) or certiîied personrrel rvill inspect the installalion and maintenance of the

Elosion Control Devices accolding 1o.S1¡-bs-cotion l,(t7.],0l-B a¡d thc FISPCIP'

l. Subrnit all reports to the Engineer within 24 horu's of the inspee'tion Rel'er to Subsection 167.:i.0t.C for leporl reguiremcnts

2, Thc Engineer rv ill review the leports and inspect the Proj ect lbr conr p liance ancl concntl'ence rvith the su b rn itted repolts.

3. The Engineer will notify the WtiCS or cel'tified personnel of any additional ilerns that should be added to the reports.

4. ltems listed in the report requiring nrairrtenance or con'ection shall be conrpleted rvithilr 72 hours.

B. Erosion and Sedinrenlation Pollution Confrol Plnn

l. Project Plans

An erosion and sedinrentation pollLrtion control plan (l:SPCP) lor llìc constluclion ofthe project rvìlì be provided by the

Departnrent The ESPCP ivill bc prcparecl lor the v¡rrious stagcs of constructiolì necessary to cornpletc lhe pro.ject.

llthe Contractol'elects to altcr the'stage consln¡ctìon fior¡ that shown in the plans. it rvill be tlre responsibilit-v of tìreContractorto have the plans levised antl prcparcd in ¿rccortlarrce with the current CARl00002 NPDLIS perrnit by a Design

ProJ"essional to rel'lect all changes in Stagirrg This u,ill ¿lso include any t'cvisìons l<l crosion and sedinlentatìon control itonì

quantities. lf thc changcs affect the Conrprehensive Mortitoring Prcrgrarn (Ci\4P), the (lonlractor u'ill be lesponsible lor an,v-

reyisions to the CNIP as u,ell. Submit Levised plans and quantities to thc [lrrgincer fbr revierv prior to land disturbingacliv i ties.

2. Haul Roacls, llor'orv l)ìts. Excess Mtterial [)i1s. etc.

The Contracror is responsiblc lbr preparing crosion and sedimcntalion control plans f'or constn¡clion access roads and or haul

roacls borrorv pits, cxccss nraterial pits- etc (inside the Right of\\/a),). Pre¡rare these plarrs lbl all stagcs olconstruction andinciudc the appropriate itenrs antl quantities. Subrnìt these ¡rlans 1o the Engineer for l'evierv prior ltl land disnrrbing activitics.These plans are to be prepared by a Design Professional.

If consfl'uction of access ro¡rds, haul roads, borrou' pÍts, excess material pits, etc., (inside the Right of Way) rìtctoach with¡nthe 25 loot (7.6 m) bufler along the banks of allstate \yaters or rvitllin thc.50 Íì. (15 n) buff'eralong the banks of any statewafers classilìed as a "trout slrearr", a state wâter buffel variance nìust be obtained by the Contractor prior to beginning anyland disturbìng activil-v in the slreanr btrflbr-

3. F,rosion Control for llon'or.v and Excess MÀterial Pits Otttsìde the Right-ol-Wây

Erosion conlrol for bollorv pits and excc'ss nlalerial pits oLrtside thc ríght of way is the responsibility of the Contractor. llbollow or e\cess nraterial pits reqrrire coverage ttnder tlre National Pollutant Discharge Elirnination System pernrìt (NI,DES)oÍ other pennils or yariar'ìces are required. subnlit a copy of all docurnent¿f ion requ¡Ied b), the pemlitting agency to tlieEngineer. All costs associated with cornplying wìth locnl, stale, and t'ederal la"vs and regulations are the responsibility of theConfractor'.

4. Culverts ancl Pipes

The ESPCP docs not contain approved nrethods to construct a streanr divelsion or stream diversion channel. The Contrackrrshall preparc'a diversion plarr utilizing a Design Plofessional as defined in the cutrent NPDES permit. See SubsçEtion

l(r1..ì.05 G ftrr adclitional ìnfor¡nation.

-5. Teruporary Asphalt or Concrete Batch Plants

In addition to the requilenrents ofany applicable specilìcations. ifthe Departnreut âuthorizes the tenrporary installation and

use of arry asphalt. concrete or sinlilal batch ¡rlants rvilhin its liglrt of rvay. the contractor shall submít an NOI to the GeorgiaEnvironrnental Protectiou Division fbr ooverage under the 1'ollowing NPDES permits; 'fhe Inflastructure pennit t'or theconstruction of the plarrt, and the lndust¡'ial perrnit for the operation of, such a plant. The contractor shall subrnit the NOls as

both the Owner ancl the Opelator'.

161.2 MaterialsGeneral Provisioos l0l through 150.

161.2.01 Delivery, Storage, and Handling

Genelal Provisions l0l through 150.

I 61.3 Construction Requirements

161.3.01 Personnel

A. f)uties of the Worksite Ërosion (lontrol Supervisor

Before beginning Wort, desigtrate a S/olksite Elosion Control Su¡rervisor'(WECS) to initiate, install, maintain, inspect, ancl

leport the condition of all erosion control devices as described irl Sections 160 through l7l or in the Contract and ESI)CP

docnnrcnts. The designec shall submit their qualifìcations tx the Dcparlrneut provided resunle form for considcration and

approval. The conlractor nay utilizc additional persons havìng WI-CS c¡ualificatiorts to facilitate cornpliance however, only one

WECS shall be designated aT a tinre.

The WECS and alterîates shaìl

l3e an enrployee o1'the Prir¡e Contlactor.

llave at least onc -vearof cxperience in elosion ancl scclir-nent collfrol, includingthe inslallatjon. inspection,nraintenance and reporting of tslv{Ps.

Successfilll, conrpleletJ the Oeor3ia Soil and Water Conservation C-'ornrni.ssion Certillcation Course l,o,el lA ancl

tlre Departmerrt's WECS Certifi cation (lourse.

Plovide ¡rlrone nunbels rvlìere the WECS can he located 24 hours a dar'.

tn. qtçCS' duties include llre follou'ing:

l. Be available or have arr approved rcpreserttative available 24 hot¡r's a day and have access to the cqu¡prnent. personnel,

and nratelials needed to lnaintairl etosiotl corllrol ancl floocling contr-ol

a

a

a

2. lntirnll the Ëngineer in rvriting rvlrenever the alternate WECS assunres ploject responsibililies

3. Ensule that elcrsion control delìciencies ale correcled rvilhin seventy trvo (72) hours or immediatcly during emergencies,

Deficiencies tl'ìat interferc rvith tlaffic fìorv. safèty or-downslr'eanr turbí<Jity arc to be corrected inrnrediately.

4, During heirvy lain, lrave thc'construclir.rrr arca patrolled day ol night, any day ofthe rveck to quickly detcct ancl conecterosion or tìooding problents befole they interfere with traftìc flow. safety. ol'dorvtrslreanr turbidiry.

5. Ile on rhe site within three (3) hours alìel receiving notifìcaÎìon ofan enìelgerlcy prepared to positivel¡, respond 1o tho

conclitions encountered. The Departrncnl m¿ìy handle emergencies without notifyittg the Contraclor T'he Deparlrnent rvillrecovercostslorenìetgencynraintenancerryorkaccordingtoSubsecfion 105,15."F:lìluretg!!aintainRoadw¡yorSlruclrlres "

(t. Maintain and subnlit for project record, "As-built" Erosion and Scdimerrtation Control Plans that supplernent and

graphicallydepicttrC-ì reportedadditionsarrcl delefionsof UMPs.'l'heAs"lluiltplansarelobeaccesse<l andrelainetì at

a Departrìlent facility at all tirnes.

7. Ensule thar both the WIICS and the ahernâte nlcet the criteria of this Sr¡bsectìon.

8. TheWECSshall nraintainacLìrrerltcerlificationcaldforthedulationoflheploject. RecertificationoftheWECSwillbe rcquirecl priot. lo the expiralion dale sìrorvn on the Certification card in orderto relnain as Certified Personnel and the

WECS t'or tlrc ploject.

tsailLrre of the WUCS or alternate 1o pclforrn the dutics specified in the C-ontract, or rvhose ¡rerfolrnance, has lesulted in a citation

being received fi'onr a State or Federal Regulatory Agency, e.g. the Georgia Environmental Protection Division, shaìl t'esult in orte

ol' more of the followingi

o Suspension of the WECS' ceÍiticalion for a period of not less than 30 days

. Rernoval oftheContractor'sprojectsupelintendentinaccordancewithSubscctions l05.0jand 108.0-5foraperìodnotlessthanl4days

¡ Departnrent rvide rcvocation of the WIìCS cerlification lor a period ol'l2 uronths

¡ Rentoval of the Contractor's project superintendent in accordancervith Subscctions lü-S.0-5 and 108 05

161.3.O2 EquipmentCeneral Plovisions 101 through 150.

161.3.03 PreparationCeneral Provisions l0l tltrough 150.

161.3.04 FabricationGencrlal Provisions 10J thtough 150.

'l 61.3.05 ConstructionCoordìrrate the teìnpolar--1'and pelnranent erosion control provisions in this Specification with the penÌlanerlt erosion controlprovisions ilr the (.-onlract to eDsure econonrical. efl'ectivc, and continuous erosion control throtrghout thc construction and post-

construclion pcliods

At all tirnes that land disturbing activity ìs undenvay. a lrerson rneeling tlte requirentents of, "certified person" by the GSTvVCC (l-evel

I A) nrust be on thc Prtrject.

A, (lonlrol I)ust Pollution

'I'he oonlractor shall keep dust poìlution to a lninimunr during an,v of the ac¡ivities pertbrnred on the projecl. It nray be necessarv

to apply lvater or other Blv'lPs to roadwavs or other arcas reduce pollLrtion'

B. Pe¡'fornr Pcrnlancnl or T'ent¡lorar¡' Glassing

Pel'frrrnr pernranetrl grassing, temporary grassine. or nrulching on cut artd lìll slopes rveekly (Lutless a shortçr period ìs lec¡uired by

!fr_bssq!ùr LQ7.2.l) clulìrrg grading opcrâtions. Whcn conditiorìs \tiurant. the Engincet ntay require ntore frequcltt intervals.

LJ¡der no circLrnlstances shall the tlading ( hei-qlrt of cut) exceed the height operaling r'artge ol'tìre grassing equipnrent. lt is

extrentely'inrpoñant to r.¡[rtain a co\/ct. rvhethcr it ìs nrulcll,lenrporar,\'grass ol pernlancnt gt'ass. Adcquate nrr¡lch is a lnLrst.

'Whe¡graclin.uoperationsorothersoil tJistrrrbingâcti\,ìt¡eshavestoppcd.perfòrtngrassirrgorerosiouoclntrol asshorvninthcPlans. as sl¡orvn in an ap¡rroved ì'lan subnritted b),tht'ContlaclLrr', or as directed b),the lljngineer.

(;, Seetl and lVlulch

lìelir to lubc-cjíQ,!r lQl,:ì.-QlD- :-P-cllqrlll-P-S¡1ll!¡-Cllt a¡ 'l'errrpq¡1¡'.(ì.rrt;.lildl,

D, lnrplenrent Pern¡ane¡rt or 1'cm¡rorary Ernsion Control

L Silt lence shown along the pelinreier'. e.g. right of way, and sedinlent containment devices, e.g. sedinient basins, shall tre

installed prior to or concurr ently with clealing and grubbtng opet'atlons.

2. Incorporale pernìanent elosion control lealules into the Project at the earliest practicable tirne, e.g. velocìty dissipation,pennanent ditch plotection.

3. Use temportì}' e|osion control nreasures to address conditions that develop dut'ing consiruction but rvere unforeseen durìngthe design slage.

4, Use ternporary erosi0n control nreasures rvhen installa¡it¡n ofpernranent erosion conlrol features cannot be acconrpìished.

The Errgineer has thc authorìty to:

. Lirn.it thc surface area ol'erodible earth material cxposed by clearing and grubbing.

. Linrit the surfàce al'ea of erodible ealth nratetíal exposed by excavation and l¡orrolv and lill opelations.

r Linlit thc arca of cxcavaticrn. and embanknrent operations in progress to conespond with the Contractor's ability tokeep the tìlish grading, nrulching, seeding. and other permanent erosion conlroI rneasures curreÍìt.

¡ Direct the Contraclor to provide irnmediate permanent or tenpot'ary erosiolt conlrol to prevent contanliDaiion ofadjacenf streams or vater courses, lakes, ponds, or other areas ofwater irnpouncltnent.

SuchWorknlayincludcconstructingitcrnslisteclinthetableinSubsectir:n 161.1.02.,{."Re.lalucjReferencç$"or<¡lhercontroldevices or nrethods to contlol etosion.

O. Erodible Aren

NO'IE: Never allow the surface area of orodible earth naterial exposed at or¡e time to exceed l7 acles (7 ha)

excepl as approved by the Stnte Construclion Engilreer'

'I'he maximrtm ol l7 acres (7 ha) of exposed e¡odible earlh appìies 1o tlte en(ire Projecl and to allolits combinecl operations as a

rvhole, not to the exposed erodible earth ofeach individual operation.

Uponrcceiptofarvrittenrcquestfromthecont¡actor theStateConstructionlingineer',orhìsdesignee,willreview;lhereqLrest,any jr.rstifications alrdtheProjecl conditions forrvaiverof the l7 acres(7ha) linritation.

If the l7 acre lilnitation is increased by the State Conslruclion Engineer, the WECS shall not be assigned to another'project in that

capacity and should renlain on site each rvork day that the exposed acreage excecds l7 acres.

Afìer installing tcmporÍìry erosion cóntrol dBViccs, e.g., glassiug, nulching. stabilizing an area, arrd having it approved by the

Engineer', that alea rvjÌl l¡c releascd lì'onr thc l7 acres (7 ha) limit,

Ì-', Perfornr Grading Opelations

I)crlbrnr the folÌou, i n-q gradi n g o ¡terati otts :

l. Cornplcte r:ach rrtad,"vay cut and enrbankrnent conlìnuousìy, unless otherwise specifìed in thc Contract or ordeled b¡' the

Engirtccr.

2. I\'laintrtin the top ol-tbe earlhrvo¡'k in rradrvay sectioììs througltout the construciiott slages to allorv water to run ollto lhconter edges,

3. l)rovide tentpot'ary .slope dt'ain laciìities rvith inlels and velocity dissìpaters (st'arv bales, silt l'ence, aprons. etc.) to carry the

nrnotlu'aler to tlìe botlom ofthe slopes. Place drains at intervals to handle the accunlulatecl u,aler.

4, (.'ontinue lenlporiìr),erosion corrtrol nreasures untíl pernranent drainagc facilities har,e been conslruclecl. pavenrent placed,

and the grass orì planted slopes statrìlized to detel erosioll.

G. Pclf'orrr¡ (lonstructio¡r ilt lìivel's antl Strcanls

Pcl'fornr consltuclittn in rivcr antl s(l carll beds as fbllorvs:

ì [.inless olherwise asreed lo in rvriting by the tinginet'r'. restrict conslruclion operatiolls in tivers, streanìs, and itnpoLrndrncnts

to:

. Arc¿ìs urheÌe channeÌ châìlges or acccss lor constrLtction arc sltorvtt on the Plans to construct tellrporary or perrìralienl

s t r'u ctLìfes.

2. ll'channeì changes or dìvelsitus arc not sho\yn on tlìe Plaus, the Contractor shall devclop diversion lllans ptcparecl ìn

accorda¡ce rvith the current G;\R100002 NPDES lnfraslructure Clonstrr.rclion pelmit lttilizing a design prol-essional as

dellnecl tvithin the perrnit. 1-hc Engineer will review prepared divelsion plans for content onlv ¡nd açccpts no lesponsibiliryfbr tlcsign etrols ol'c¡nrissiolts. Arnendrnents rvill be made part olthe project plans by attachnrent. lnclude an)/ assoc'ated

costs in tlte pricc bid fc¡r the overall contract. r\ny conlract lime associated with the submirtal or its rçvie,"v and subsequent

l.esponse rvill not be considered f'or an extensìon of Conlract tinre, AIJ tilre associated with this subsection shall be consideted

incidcntal.

3. lfaclditiorrnl access for cotlslr'uction ot removal oflvork blidges, tentporal-v loads/access or rvork platfolnrs is necessat¡', and

q,ill require additional encroachlnent Lrpon livel or stream banks and bottotls, the contractor shall pr-epare a plan in

accotclancc rvith the culrcnt GAI{100002 NPDES lnl'rastructure Construçtion pelntit utilizing a design profcssional as

defined \ì,íthin the perntit. Plâns shoLrld be submitted at leasl 12 rveeks prìor to the date the associated w<¡rk is expecled 10

begin, Ilnecessary. thc plan will be provided to the appropriate regulating aothority, e.g. United States At'nry Corps ofEngineers by the Deparlnrent for consideralion and apploval. No wolk that irnpacts aleas beyond u,h¿t has been shou,n in the

appr-ovecl plans tvill be allowed to begin until writlen approval of the submitted plan has been plovided by lhe Deparlrnent.

Approved pìalì alnendnlents r,vill be nlacle part of the ¡rroject plans by attachment. Incltrde any associated costs in the plicebid fol the overall contlact. Any contract tirue associated rvith the sublnittal or ils review and subscquenl response will not be

considered for an extension ofC'ontracl tirne. AII tinre associated rvith this subsection shall be cottsidered incidental.

4. C)leal livers, stre¿ut'ìs^ and im¡roundntents of the follorving ¿rs soorì as oonditions pennit:

r Falsewolk

' Piling that is to lre lemoved

. Debris

. Otìler obstrttctions placed or caLrsed by construction opel'aliolìs

-s. Do not ford live strealns rvith constluction equipnent.

6, Use [enrporary b¡idges ol other sh.trctures that ale adequate f'ol a 25-year stornt fìrr stream crossings. lnclude costs in the price

bid f'crr the overall eontract.

7. Do not operatc lnechanized equiprnent ìn live strearns exoepl to construct channeì changes or lerlpor ary or penïanent

strLlclures. irrrd to relnove ternporary structures, unless othcnt,ise approved in writÌtrg by the Ëngincer'

H.

I 'l"he WE,CS shallreview the plans aud contraot docunlcnts tbr environrnental restrictions, Environnlentally Sensitive Areas

(F)SA), e.g. bufl'er.s, Ètc prior to pcrfbrming land di"^trrr:bing activities.

2. T[e WECS shall ensurc all parlies perfìrtnring land disturbing activities u,ithin the project limits are arvarc of all

erìv ¡ronrìrenlal l'estl'ictions.

3. Buffer dellneation shalì be per'l'orrned prior 1o clearing, or auy ollrer land disturbing actìvities. Site conditions may require

tenrporaty delineation nteasures ale inrplenrented prior to the installalion of otange barlierisafety lencing. '[he neans oftcrn¡rolary delincatiorr shall ìrave thc lìngincer's prior apptoval-

4. The W¡ICS shall allow the Engineet to rer,ier.v the buffer delineation prior to pcrlorning anv land disturbing iìctivilics,inclLrding bur noi linlited to clearing. grubbing and thinning of vegetation. An,r, renroval and relocation olbulfer delineation

based upon the Ëngineer's revierv rvill not be tlreasured for separate paynlelìt.

5. The \\/ECS shall advise the Engirreel olany surfàce rvater(s) eucounteted thal âre not shou,n in thc plans, The !VIICS shall

prcvcnt lan<l disturbing activities lronr occrrllirrg rvitltin srrriàce rvater bufters trntil the lingineer provides approval toproceed.

l. Ceneral Ilequilentertts

Projecfs lhnt consist ol'as¡thalt resurflcing, sl¡oulrler rcconsttucfion antl/or slloultler rvidening; schedulc tntl ¡rerfortn thc

constluctiott ol'the project to conrply rvith the follon'ing:

;\fÍcr tenrporar')' and per nìancnt erosion corrlrol devices are installed ancl the aì'ça pcrnlattetltly stabilized (tenrporary or

pe¡¡anen1) and approvcd b¡.the tngirreer', the area rttay be rÈleâsed fronr the I acre (0.4 ha) limit.

-l lre nlaxillurn ol I acre (0 4 ha) o1'erodiblc cartlr a¡rplics 1r¡ lhc cnlilc pro-icct at)cl to all combilled opÈratìons. irrclLrdìn-u lrorlorv

altd L-xcess lnatcrial o¡rcrations that are *,ithin the right ol'rva¡-. Irol I ¿1cre (0.4 h¿t) ol'cxposccl erodible earth lbr cach opcration.

Stale Water Buffers and Etlviron¡nel¡lâl RestÌictions

NOTE: Never allorv the sr¡r'f¡ce arerr of ero<lible e¡rtlr ¡naferial erposetl:t{ one time to cxcecd I acre (0.4 hr).

L Do not allorv the disturbed ex¡rosed erodible area lo exceed I acles (0,4 ha). This I aoe (0.4 ha) limit includes all distu¡bed

areas relating to the constnrction ofthe pr'oject ìncluding but nnt lirnited to slopc and shoulder crrnstruction

2. At the end ofeach rvorking day. pcrnranerrtly stabilize all oftbe area disturbcd by slope and shoulder reconstruclion to

prer)ent any contanìination ofadjacenl slrearns ol olher \!ater'ooursesl lalies, poncls or othe¡ areas ofu,ater irnpoundrnenl. For'

purposes of this Specitication, thc end olthc working day is defìned as when the constrtrction opcrations cease. For example, 6:00

a.m. is lhe end of the rvolkìng day on a pr'o.iect that allows work onìy betrveen 9:00 p.m. and 6:00 a.rn,)

3. Stabjliz-e the cut and lìll slopes and sht¡uldcr with pcrntanent or temporary grassing and a Wood Fibcr Blanket (Section 7l-1,

T¡,pc ll). MLrlchiug is not allorved. Ilorrorv pits, soil clisposal sitcs artd haul roads will not reqltire daiìy applications of wood fiber

blankct. The application rate tbr the Wood Iìibel Blanket orr shoulder l'ecoìlstrttct¡on is the r¿te specifìed for Shoulcier's. Forshoultler tecotlstructiorì, the glound ¡rlepalation leguit'enrertts of Subsection 700.3.05.¡\,1 are rvaived. Preparation consists ofscarif¡,ing rhe exístíng shoulders 4 to 6 in (100 1o 150 mrn) deep and leaving tlie area in a snloorh unifornr condition liee fronlstones, ìuntps. roots or other rlalerial.

4. Il' a su dden raìlt event occuls that wou ld not ¡¡llo-rv the Contraclol to apply the Type ll Wood F-iber ts lanket per Section 7 I .ì,jnstall WoodF'iberBlanketTy¡lelpelsectionTl-lildirectedbytlreEugirreer. WoodFiberBlanket'Iypelapplicationisfoleìì'ìergenc:y use only.

lnstall tentporar), -qrass or penllauerìt grass according to seasonal linlitations ancJ Specificatiorts. When tenrporary glass is

used, use the overseeding rnclhod (Subsqclion 700.3.05,lj.4) rvhen planting penltanent grass.

3. Renrove and dispose ol all nraterial excavate<i tbr the trench lr,idening operation at an approvcd soil disposal site by the end

of cach working day. Wben shoulclcr rcconstruc(iorr is requirecl, this nlaterial may be used to reconstruct the graded shoLrlder'after

all asphaltic concrele pavenrent has been placecl.

4. Plovide ilnrnecliate perrnanenl nnd/or lenìpol'ary erosion control rneasures for borrow pits, soil disposal sites aud haul roads to

pì'event any coDlanriDatìon of adjacelrt stÍeams or otllerwilfercoulses, lakes, ponds or ollìet'areas of waler iinpoundnrenl.

5. Placeasphalt inthctrerrchthesanreclayastheexcavationeccurs. Placeasphaltorooncreteindrivewaysancl sideroads

being le-graded the satne day as the sxcavation occurs. Stsbilize any disturbed or exposed soil that ìs not covered rvith asphalt

with a Woocl Fiber Blanket (and grass seed). Payrnent u,ill be nradc lor the Wood F'iber llJanket and grass seed only if the

shouldel'has been coustrrrçled 1o 1ìnal dirnensions ancl giade and no further grading will be required.

6. Do not allorr the grading (height of cul or fìll) to exceed fhe operating t'ange oIthe glassing equipnrerrt.

7. When grading opcrations or other soil disturbing activities are suspended, rellardless of the reason, prorrptly perform allneccssary pennanent stabilizalion andlor erosion conirol work,

8, tJse tenrporarv elosioll conttol nleasut'es to:

To correct conditions that develop during consfi'uction but were unforeseen during the design slage.

'lo use as needed belore installing pernìanent erosion contlal features,

To lerrporalil,v- con(rol erosiolr that develops during nornral consttt¡ction prac.lices btlt are not assor.:iatcd rvith permanent

control fèatures ott tlle Project.

9. When conditions warÌ ant, such as Lrnfavorable weather (rain event), the Engineer rn ay re qr,rile rnore fiequent intervals fol this

rvork.

1 61.3.06 Quality Acceptance

Ilefore Tìinal Acce¡rlance of the Work" clean dririnage structures rvithin the project lirnits, both exi.stirrg and neivly constructed, and

ensure that the¡' ¿.. hrnctioning properJl, Costs to acconrplish this rvolk are incidental and shall be included in the ovclall bicl for the(lor¡tract.

161 .3.07 Contracto¡ Warranty and Ma¡ntenance

N4aintain thc erosíon colrtrol lerttlres inslaìled to:

r Clontirin err¡sion rvithin tlrc Iir¡its olthe right-of-way

o C'ontrcrl slonn \valer dischal'ge-s fi'ont disturbed ¿l'eas

rvrtel quality

lf'a consll'uction Pt<1iect has sr:parate conlractors, the Prinle Contractor shall maintain lllc erosit¡n control features aÎ gr¿lding sitcs as

acce¡ttable to the Engineet'unt¡l the Cìontract is accepted. lfanv erosjort ct¡ntrol devices atc danraged b.v any. conlractol eithcr by

neglect. by constnrction tììcthods. or ¡nv other reasons, including acts of nature. they' shall be repairecl rvjthin 24 hours by thc Prirne

C,ont¡actol a1 uo cost tu tlìe f)epartrnctlt.

161.4 MeasurementContl'oJ oi soil erosion and seditnentation is not tneasttt'ed sc¡rarately fbr paylnent-

161.4.O1LimitsGcnerai Provisions l0l tlrrough I 50.

161.5 PaymentWhen no pa¡, itern is shorvn ilt the Conlract, the requilenrents of this Specìtìoatiorr and the Erosiolr Oontrol Plan shall be in full effèct.

ll¡e crtst 1'¡f sLrnrpìying rvith these requilernents rvill not be paid for separately, but shall be incltrded in thc overall bid subnlitted r.vith

t|e excepticrn ofinspeclions perfornred by qualifìed personnel rvhich rvill be irlcluded in Section I 67

When listed as a pay itenr in the Contract, payment rvilì be made at the Lìnit price bid folcach particular ifenr.

No payntent will l¡e urade for erosion contr<¡l outside the Right'o'l:Way or colìstluctio¡¡ easetìlents except ¿ls provided for by the Plans.

161.5.01 Enforcement and Adjustments

A. l-ailurc to Provirlc a WECS

lla <ìesignated WECS js no1 maiutaincd or if the Contracfor does not conrply with this Specifìcation. ccase activities except trafÏccolrtlol and elosion control work. l\4onìes lltat are due or that ma), beÇome due also ntay be withheld according to thc Specificatiorts

B. F'ailure to strbnlit rc'¡rorts

A non-refundable deduction rvill be taken fronl the schedule belou,rvhenever the \tECS fails to submit conrpleted reports required

bV $jiscc¡-qf-!07L$! in accorclance wìth the provisions of this specification,

C. Fnilurc to Conrply tvith Spccifications

If the C-onlraclor fäils to cotnply rvith any of the l'equilernents of llris Specilìcation, all activities shall cease immediately except trafficcor'ltrol md crosion conhol related rvork.

lVlonies ihat are curentìy due ol'that may become due shall be rvithheld according to tlte specilìcations. ln addition, nonrefundablc

ntonies shall be deducted lroln the contract as shown in the Scheclule ofDeductions table belorv. Thcse deductions are in addition to

anv actions takcn in the abovc subscctions. I)cductions assessed for uncorrected deficiencies shall continue untÌl all correçlions are

cornpleled to lhe satisfãction of the Engineer.

D, Receipt of a Consent Order or Notice of ViolÍrtion, etc

Rcgulator¡, enfblcemenÍ actions lvill be resolved incìuding at a Írìinimunr thc follolving sleps;

. '['hc l)cp¿ulnrent will perforrn an internal I'evierv of thc allcgccì violationsr 'I'hc Depal1nrcnl will thcn nteËt \vith the Contractor to review and lurther deternrine responsibilitics fo¡ thc alleged violationso T'he Departtnent rviìl lhen atrange to colìecfively r¡reet rvith the legulatory agencics to negotiate resolulions andlor

settlernents.

'l'he Departntellt dtres not uaive any rights of the Contractor to resolve such matters however. in the event that regtrlator¡r agency

cgmlnunication is addressed jointly to the Departntent and 1o thc contractor, thc Dcparhrtctlt rcselles the right to coordinate allconrntu¡ìcations. e g,, rvriiten correspondelce, and to schedulejoiutly attended uteetings rvith Regulalory agcncies such that tintelyand accurûte responses nre knorrytr lo the Depalllnenf '

Such Orclers or Notices nrny result in the assessnlent ollfeductions 1ìorn thc table belor,v lbl each day the condition rernains non-

conrpliant 1'ollc.r¡,ing an agt eed rentedy.

tlt¡e thc cotltratlor,

Schedule of Deductions for Each Calendar Day of Erosion Control Deficiencieslnitial Occurrencer

Origin al Total Contract AmountFrorn More Than To and lncludinq Dailv Charqe

0 $100,000 $7 50

s100 000 $1 000 000 $1 125

$1.000,000 $5,000.000 $2000000 $1 5.000.000 $3000

$5000

+Conrinued norr-compliance rvith the re,quirenrents of this specificalion may result in lhe doublirtg of the abovc tabLrlated Daily

Charge.

Upon wrìtlcn request tionr the Contractot, the Engineei lrray allorv. lìmited activilies tü conctlrretltly proceed once significant poftions

of the corrective work have been completed. 'l'his authorization tnay {re sirnilarly lescinded if in ihe opinion of the Engineer corrective

rryork is not being diligently' pursued.

F'irst Use Date: Ma,v 19,2006Revised: July l-s,200E

DEPARTMENT OF' TRANSPORTATTONSTATE OF GEORGIA

SPECIAL PROVISION

Section 165-Maintenance of Temporary Erosion and SedimentationControl Devices

Atld thefollou,ing:

165.1 General DescriptionThis work consisis of providing maintenance on temporàry erosion and sediment conÚol devices, includiirg brrt not

linritcd to the followingr

¡ Silt fence'¡ Sediment basinsr Silt contról gatss

ç Check damsr Silt reterition baniers

It also consísts of removing'sediment that has accumulated at the ternporary erosion and sedimenl cqttirol devices,

165,1.01 DefinilionsGcneral Provisions l0'l through 150.

165.1.02 Related References

A. Standard SpecificRtions

Generaj Provisions 101 through 150.

B. ReferencedDocuments

Ccneral Provisions 101 llrouglt I 50,

155.1.03 Subm¡ttalsGcncral Prcrvisions t0l through l-10

165.2 MaterialsCelreral Provisions l0l through 150.

165.2.01 Delivery, Storage, and Handling

General Provisjons t0l through 150"

I 65"3 Construct¡on Requirements

165.3.01 PersonnelGeneral Provisjons l0l through 150.

165.3.02 EquipmentCieneral Provisions l0l through I50.

165.3.03 Preparation

Cìenelal Prcrvisions l0l thrcugh 150.

165.3.04 FabricationOeneml Provisions 101 through 150.

165.3,05 Construction

A, Gencral

i\s a rninirnum, clean the sedinrcnt fronr all ter¡porary e¡osion controI devices (cxccpt sedinrent basins) installedon the project rvhen one half thc capacit¡,, by heíght, deplh orvolunre has bec'rl reached. Clea¡r thc- sedinlent

iiom all tenporary setlirnent basins irrstalled on a pro.iect when one third tìle ca¡racity ol'lhe storage volunre has

been fìlled

llandle sedìnrent excavated lrorn any erosion or sedirnenl control device in one of the f'ollorving ways:

¡ Rernove sediríent fronr the inrmediate area and inrnrediately stabiliz.e it to preventibe material

from refilling any erosion or sedinlent conttol device.

r Place and mix it in the roarlway ernbankmenl, orwaste it in an area approved by thc lìnginccr.r Repair or replace at no cost to the Depalln)eni, an]' elosioll or sedilne¡rt control dcvices that

are no! functíoning pr-oper ly or are damaged clue to negligence 0Í abtlse.

ß. Tenrpornr'.y Silt Fence

Mainlenance of 't'ernporary Silt Fence consists of lurnishing all labor, tools, urair'rials, equipntent and necessary

incidentals to renlove and dispose cf ac,cumulatcd sedirnent dorvn lcr the oliginal ground line (0 9'o filled) Alsoíncluded is the lemovaì of sedirnent accurnulations ("llltercake") on the t¿ibric by tapping the fhbric on ùedownstrc'arn side.

C, S¡lt C--ont¡'ol (ì¡tes

lvlaintenancc ofTcrnporary Sill Cìc¡ntrol (ìatcs consists ol'all lal¡or, tools. materials, equiprnent and necessary

incidentals to relnove and dispose of acounlulated .scdinle¡tt down to the original ground line (0% trlled), Whenapplìcable, this itenl rvill include the rcmoval of sedirnent accumLllaiions on the fabric by tappingthe fabric on

the downstrcanr side.

D. Clteck Dams (all typcs)

N,taintcnance of 'l'entporary liirosíon Conlrol Check Da¡ns shall uonsìst of all labor, 1ools. r¡atcrials, ec¡uiprrent

and necessary incidentals to remove and dispose ofaccunrulated sedirnent dorvn to the original ground line (0%

filled.). 'fhis itcni also includes the relnoval of any rnaierial deposited in suntp holes. Wheu applicnble, thís

ite¡n wiìl include the removal of sedimenl açcurìrulations on the labric by tapping the llabrjc on the dorvnstrearn

s¡(le, or from lhc baled straw by sirnilar nreans.

E. Silt Retenti<rn Bnrrier

\1aíntcnaucc of 1-crnporaly Silt Rctcntirrn Barrier consisls of all labor, lools. ntalerials, ecluiprnenf arrd

nÈcessaty incidentals to Ienlove antì drspose ol'accunrulalcd setli¡nenl dL)rvn to the original ground line (0%

filled ).

!-,'l'enrporar.y-. Sedirnent llasins

lvl¿¡ìnlclli¡ltce of Tcrnporaq, Scdìrncnt ßasins consists of ¡ll labor. tools. malelials. cqulpnrenl and neccssan,

incidcntals lo t'cÌnlove atrcl disposc of accr¡nrula(ed sedinrent dor¡,n tt¡ the origirtal bottonl of the basin. 'Ihi.s tlsoìncludes rerrt'rving accunrr¡lalecl seditncnt liorn the rock l-ilter and rcstoring llre rock filterto its originalspccifìecl crtndition and any rvork nccessal.v lo restore all otlrer conrponcnts to thc prc-nraintenancL- r:onditions.

C. Sedinrcnt lìalrier (baled slrttr)

N4aÌntenance of sedirnenl barr ir-r (baleil stratv)cc¡rsisls ollirmíshing ¡rll labor^ tools. r¡alcrials. equiprnenl and

neoessar1, incidcntals 1o rernove and dispose of zrccurnulaled sedilnent do\\'rì to thc origìnal ground line (0 %1ìllcd), Also ìncludcd is thr rcnoval ol'sedjrnenl ¿rccurnulirtion.s on the b¡les b-v.' tappinq,

H. Triangular Silt Barl'ier

l\4aintenance of Triangulat Silt Banier consists of all labor, tools, malerials, equipment aud uecessary

incìdentals to rernove and dispose of accumuìated sediruent down to the original ground linç (0% l¡-lled).

l. Retrofit:

Maintenancp oflhe retrofit device consists ofatl labor, tools, rnaterials, equiputent and necessary incidentals to

reuìove and properly disposé of accumulated sediment in the permanent detention pond being utilizecl as a

tenìporary sedìment basin. This iteln also includes any nraintcnance that is reqtriled to ensure the retrofit deviceis maintained per Plan details and any maintenance of the stone fìlter to nraintain its fìltering ability, includingcleaning and replaoentent.

J. Construction Exitl

Maíntenance of the construction exit consists of all labor, tools, materials, equipment and incidentals, incluclingadditional stone and geotcxtile fabric as required to prevent the tracking or flow of soil onlo public roadways.This includes, scariffiirg existing stone, cleani¡rg existing slolle, or placernent of'additional stone.

Cleaning of the construction exit by scraping and/or bloorning only will hol bc measured for paynrent.

K, Inlet Sediutent Trnp

Maintenance of inìet scdiment traps consists of al1 labor, tools, materials. eqtlipment ad{ ¡see55¡ry incidentalsto remove and properly dispose ofaccunlulaiêcl sedimenl in the trap and/orths excavated area adjacent to thetrap. li also inclucles any mairitenânce thatis lequired 1o remove sediment acct¡mulations ("filtercake") fronr the

malerial selçcted to construct the inlet sedirnent trap.

165.3;06 Quality Acceptance

General Provisioris t0l through 150,

165.3.07 Gontractor Warranty and Malntenance

Goncral Provìsions l0l tlirough 150.

165.4 MeasurementA, 'l'emporary Silt Fence:

Maintenance of temporary silt fence; Type A, B, or C, is thç actual linear feet (metet) of silt fence, measured inplace, where sediment is removed.

ß. Silt Control Gates:

Mainicnance of tcrmpotary silt conlrol gates, lype l, lI. lll or IV. as specified on the Plans, is measured as a

single unit.

C, Check Dams (All Types)r

Mainlenance ofternporary erosìon control check danrs as specified on the Plans is ihe acluai lincar feet (meter)

of baled straw. lype c silt lence or rip rap, measul'ed in place, where sediment is renrovcd.

D. Silt Retention Barrier:

N4ainterrance oltenrporary silt retention barrier as specificd on the Pìans, is lneasuled by the linear foot (rneter)

whele sediment is renroved.

tl. Temporary Scdilnent llnsinsl

lVfaintenance oftenipolary sediment basins as specifìed on the Plans, is nreasured as a single unit.

lì. Sedimcnt Bar'rier (balcd straw)

N4aintenance of sedimenl banier (baled straw). is the actual linearfeet (meter) of baled straw rneasured inplace, rvhere sedir¡ent is renroved.

C. Triangula¡ Sill tsarrier:

IVlaintenance of triangular silt barricr as specified on the plans, is t¡easured by the linear f'oot (rnr:ter) wheresedinlent is rclnoved.

H. Retrolih

\4aintenanceafretrofitdevice atthelocationspecifredontlrePlansistneasuredper each,

l. ConstÍuction Erit:

Maìntenance of construelion exit at the location specìfied on the Plans, or as d¡recJed by the Engineer: is

measured per each.

J. lnlctSedimentllirrp

Maínlenançe olinlct sedinlenl lrap ut the location specified on the Plans, or as added by the Engineer is

measured per eaeh.

165.4.01 Limíts,

Ceneral Provisiorts 101 through 150.

165"5 PaymentA. Temporar) Sill, Fence;

Maiirqena¡ce oitenrpqrary silt fence, Typs A, B, or C, is paid I'or at the contraçt unit price bid per lilea,foof(mcter),

B" S¡lt Control Gates:

Maintenauce ofternporary silt control gates, Type I, ¡1, I¡I, ot'lV as specified.on the Plans is paid for at the

contract unit price bid per each.

C. Check Dams (All ïipes):

l\,laintenance of Check Danls as specified on the Plans ís paid for ai the contract unit price bid per linear fuot(mcter).

D. Silt Retentìön B¡rrier:

lVlaintenance oftenrporary silt retentior¡ barrier as specilied oñ the Plaus is paict for at the,contract r¡nit price bidper linear foot (meter).

E. 'femporary Sediment Bnsinsr

Mainf e nauce of temporary sÊdiment basins as spccified on the Plans is paid for at the contract unit price bid per

each,

¡-" Sedjmertt Berlier (balcd strarv):

ì\,laintenance of sedirncnl barricr{balec] slrarv) a.s specified on the Plans is paid for al the conliact unit price bidpcr linear foot (rnctcr).

G. l'rìangular Silt Barrier¡

Maintenance of tri'angular silt barr.ier as specified on the Pla'rs is paid for at the contlacf unit price bid per liuearlbot (nreter).

Il. Retrolit:

Maintenance of the retrofit device af thc iocation specìfied on the Plâns is paid for at the conlrac( unil price bidper each.

L Construction Exitl

Maintcnance ol'tlre construction exjt al fhþ localion spccilied on the Plans or a.s addcd by the lÌngineer is paid

f'or al lhe coutract unit price per each.

J. lnlet Sedinent Trap

fvlaintenance ofthc inlet seclinlcnt tlap at the localion specilìed on the Plans or at tlìe location spccilìsd by theEngineel is paid for al the contract unit ptice per each.

Pavment will be rnade undcr

Maintenance of temporary silt fenc€ Type- per linear foot (melÉr)

Mâinlehance of silt control gate Type

-Item No 165 Maintenance of check dams (alí types)

Maintenance of sllt retention barrier

Mainlenance ôf lemporary sedìrnent basln, Sta N0.

-Item No, 165 MaintenânÒe of sediment barrier (baled straw)

Item No. 165 Maintenanc¡ of triangular silt barrier

Maintenance of retrofit, Sta. No.-MairÍtenancè of constructibn exit

Maintenance of inlel sediment trap

165.5.01 AdjustmentsCeneral Provisiotts l0l through 150.

Nol,ember 2, 2007

December 14,200'l

Revisicin Date: IVfay ì?. 2008

Augusi 22,2008

Revìsed: March 18,2013

DEPARTMBNT OF TRANSPORTATIONSTATE OF GEORGIA

SPECIAL PROVISION

Section 171-S¡lt Fence

Delete Secfion lVl and suhstilute tlrcfollowing:

17 1.1 General DescriptionThis work includes furnishing, installing, and removing a \Yator perileable frlter fabric fence tcj removg suspended, partlcle.s

from drainage water.

171.1.01 DefinitionsGene¡'al Provisions l0l through 150.

17'i'.1.02 Related References

A. Standard Specilications

Sectìo¡ 700---Grassinq

Section 8ó2---Wood Posts and Bracinq

!sgi-q¡*[$ l-Iìabricë

Sectìoh 894-Fencine

B. Refcrenced Docunlents

ASTM D 3786

ASTM D 4355

ASTM D 4632

ASI"M D 4?51

CDT 87

o.l,L 36

171.1,03 SubmittalsGeneral Provisiorls l0l through 1-50.

171.2 MaterialsIvlaterials shall meet tlre requirernents ol'the lollou,irrg Specifications:

Material Section

Filter Fabrics 881

Fenc¡ng 894

Wooc Posls and Braclng 862

Conditions during Pro-jecL constrLrction $¿¡ll alfect the quantity of the silt fènce 1o be installecl.

Tþe Enginccl utay incrcase, clccrcasc. ol elimirratc thc quantity at his or her direction. Variatiorts in quantity arc not changes

in details of coustt'uction or in tlte chat'acter of the work.

Forl'ype A. Il. and C fences, rrse labrjc as specifiecl in Sr¡bscction 8S l.?-.0?. "Silt Fcnce Filtel Fabr'ic "

171.2.01 Delivery, Storage, and Handling

Dgriug shiprnent ancl ¡^torage. wrap the labric in a heavy-duty coveriug protectiug the cloth fi-orn sunliglrt, rnud, dust. din. and

<lebris. Do not expose the fabfic to telnperafures greater than 140 "F (60 oC)

W¡en installed, the Engineer will reject the faìrric if it has defects, rips, lroles- f'larvs, detel'io¡'ation, or damage iucurred durìng

mar'ìufact tlfe, trans¡tot'tation, or storage.

'17 1 .3 Construction Requirements

171.3.01 PersonnelGeneral Plovisions 101 through 1 50.

17'l.3.02 EquipmentGeneral Plovisions 101 tlirotrgh 150.

171.3.03 Preparation(ìeneral Pror,isions l0l thtotrgh l-50.

171.3.04 FabricationGeneral Provision,s l0l through 150.

'17 1.3,05 ConstructionInstall the silt lÞuce accordirrgto this Specification, as sholn on thePlaus. or ¿r- directed by theEngineer'

A. lnstall Silt Fence

1, tnstalt silt fence by either of the foìlowing metltods:

a. Excavated Trencl'r lvlethodExcavate a irench 4 to 6 in (100 to 150 nrm) deep usìng equiprnent such as a trertclring machine or motor grader.

Ifequipnrent cannot be operatecl on the sitc, excavate the trench by hand.

b. Soil Slicing N{ethod

Oeate a rneohanjcal slice in the soil 8 to l2 in (?00 to 300 rnm) deep to receive the sill lènce. Ensure ihe u'idtllof the slice is not nrore than 3 in (75 nrrn). Mechanically insert the silt fence faì:ric into the slice in a

sirnultaneous opcration rvith the slicing ensuring consistent cleptb'and placenent.

2. Install thefìrstpostalthecenterof'the lowpoint(if applicable).Spacethe retnainingpostsarnaxirnumof6ft(1.8rn) aparl lor Typer^ A and B fence and 4 ft (1 .2 n) apart for'f'ype C l-ence'

3. Buly- the posts at ìeast l8 in (450 nrnr) into the grcruud. If this dcpth canrtot be attained, secure the postù^ enough topreveut thc lence fi-orn overturlling lrom sediment loading.

4 .Attâch the fiìte¡ fabric to the post using wire, cord. staplcs, nails, pockets. or otltcr acoeptable rrearts,

a. Staples and Nails (Wood J?osts): Evenly space s[a¡;les <¡r nails lvith at ìeast fivc per post 1'or Type A feucc

altd f'our per post lbr Type B tþncer.

b. Pockers: lf u.sing pockets and they are noI clo.sed at the top, attach tlre f abric io a r¡,ood post r.rsittg at Ìeast

one a<lditional staple ol nail, or to a stcel posl using n,ile. Ënsule the addjtional attachmenl ìs u,itliiu the top

6 in (150 rnnr) ofthc fablic.c, Llsrall the iìlter iàbdc so 6 to I il (150 to 200 mrn) oitabric i"^ lelÌ al the bottorn io be buried. Provide a

¡ninirnurn overlap ol 18 in (4-50 rnrn) at all splíce.ioints.

d. For "fype C l'ence:

I) :t"ïiliil:rit'3::':;1. to arlacir rhe ràtrrilo rhe ror) otrhe rvove,r *,ire suppori rcncc ar rhe rnrdp<.rint

betrvccn po,sts, Also. use rvi¡e io attach thc lÌrbric to the llost,l) Pol¡'-plop.v'ltrne l\4esh SrtpporLed

Wood Post: Llse at lea.st six staples 1)er posl. Use two .staples ìn a crisscross or parallel p¿ìltcrn to

secure the top lroftion of lhe fence. Evenly space tlre rernaining staples dou'n the post.

5 'ns,a"

,he .,;,.,ì';:;:;:li:1ii::iiiffiilï,i*;:iåiT:'l?Jï:;ìi:i;ïlï1,.,,",, ,vi,h 2 ,.4 ìn

(50 to 100 rnn) of fabric across tlre bottotn in the ttpstr.earn direction,

6. Backfi tl and conrpacl the ttench to enslrle fl o w cannot pass u ncler the barrier, Wh en the sl ice nlethod is used,

compact the soil clisturbed by the slice on tbe upstream side of the silt f'ence iirst, artd then r:ourpact the downstream

side.

7. When installjng a silt f'ence across a watcrway producing signifìcant nrnoffl place a settlirìg basjn in lìont of the

felrce to handlc the sediment load, illequired. Construct a suitable sLrmp hole ot'storirge at'ea according toScctìon {63.

lÌ- Renlovc the Silt Fence

l, Keep all silt lence in place unless ol until the Engineel directs it to be retnt'rvecl, A lernoved silt lcnce nray be used at

other locations if the Engineel' approves of'lts condition.2. Afterrenlovingthesiltfence,dress{lrealeatoriatural ground,gra^ss-andrnLrlchlhear-eaaccoldingtoS_ç_Ctn¡_?QQ.

3, The silt fence shall remain untilthe Pro.ject is accepted oruntil the fence is Letnoved. Also, r'ernove ancl dispose ofthe silt accutnulations at the silt fencc.

4. Renrove and replace any deler¡orated tilter labric leducing the effectivencss ofthe silt fence,

5. Repair ol replace any undenlined silt fence at no additional cost 10 the Departrnent.

1 7'1 ^3.06 Quality AcceptanceApprovcd silt feucc is lisred in QjlLló.Approved fabrics n¡ust consisteutly exceed the tninìrnum requiret.nents of this

Specilìcation as vet'iflcd by rhe Office olMaterials and Research. The Office of Materials and Research will remove fabricfailing to rÌeet the l¡inìnturn lequile ments of this specificatiru fronl the QPL until flìe products' acceptabìlity has been

re established to the Depal'tment's satislàction.

Àt the tirne of installation, tlre Engineer will reject the fabric ilit has defects, rips, lroles, flaws, deterioration, ol darnage

incurred during rnanulàcture, hal)sportation, or stotage.

17 1.3.07 Contractor Warra nty

]'he silt fence shalL l-ernain until the Project is accepted or until the fence is retnoved. Älso, retnove and dispose of tile siltaccurnulaliotrs al lhe sih lencc.

lìenrove and repìace any deteriorated filter fabric that reduces the effectiveness ofthe silf fence.

Re ¡rair ol leplace any undermined sill f'elrce at no additional cosl to the Deparlment.

171.4 MeasurementThe quantity of siìt f'ence to be paicJ lol is the aclual number of ìinear fect (melers) of silt fence, rneasured ín place liorn encl

post to end post ofeach separate installation. The silt f'ence ¡nust be complete and aecepted.

171.4.O1Limits

Ceneral Plovisiorts 101 thlouglr 150.

171.5 PaymentSilr fènce'l'ype A, Il, ol C nreasr¡red as clcfinecl in Srrhscct!q4 "lZ.l-4", -lX-ç¡SULcIEil,: is paid for at the Conlract Unit Price

bid pcr lirrear foot (rnetcr).

Payrrrent is ñrll conrpersaljon lor thc lollol ing:

¡ Funtishingrnateríals. E¡ectillg the fèttcer D¡e.ssing and glassirlg. rvhcn rccltrired. Re¡noving Llre l"ence, rvhe n rcquired

Payutent fbr this ltcru ís madc as I'ollows:

o Seventy-lìve ¡tercent of thc Lì¡ntlact Plicc bicl per linear 1'oot (lncter) i.s paid rvhetr each lence ìs conplete inplace.

r T\\'cnty-trvo pcrccnt is paìd at retnoval or acceìltance

Ifthesiltl"crrccmustbetepairedorrçrnoved,sslheresultofneglectordamagc,¡rerformthe workalnoaddjtional costtotlief)cpaÍruent.

Payment u,ill be rnatle under:

llem No. 171 Silt fence, lype_ Per linear fool (meter)

171.5.01 AdjustmentsGeneral Provisions l0l tlrrough 150

Olfice ol',Desigu Policy and Support

Date: November 1,2002Revised: April 2l .2004

Revised: October 3l, 2005Rcvised: Octobcr 23, 2008

Revj.sed : Þecenlber I 4, 201 0

Revised; April 15.201 I

l{evisecl July ?6,2012First Use Date: Jannary 18, 2013

DEPARTMENT OF TRANSPORTATIONSTATE O}- GEORGIA

SPECIAL PROVISION

Section 700-Grass¡ng

Delete Sectir>n 700 and subttilule thefollowittg:

700.1 General DescriptionThis work includes preparing the ground, turnishing, planting, seeding; fertilizing, sodding, and mulching djslurbed aroas

witllin the Right-of-Way liruits and easemenl areas acljacent to Jhe riglít:of-way as shówn on the Plans excepf as designated by

tho Engineer lo remain natur4l,

700.1.01 DefinitionsGenFral Provisiqns'101 through I50.

7 00.1.02 Related Referenees

A. Standard Specifications

S e cti o!L7-l-8-lü ood F-i be. r

Section 822-flnLr lsi fi ed Asnhaì t

&ctiffiSp_cjio n -89È=5cÈd¿¡t¡! Sod

Section ll9 I -Fcrlilizcrs

Sc*ip¡-_89¡-Vti scel I a n eou

Ssqtign ¡ 9 5-tlallaçryblxde

B. Referer¡cedDocuments

oPl. 33

"QIl=84

700.1.03 SubmíttalsSubnrif nlanufacturer's product expiration date along with rvritien instructions to enstlre proper application, safcty. storage,

and handling of Polyacrylamide products Ltsed in The Work.

Page 1

Section 700-Grassing

Material Section

Wood Fiber Mulch 718.2

Agricultural Lime 882.2.01

Seed 890.2.01

Sod 890 2,û2

Ferlilizer 891 2-01

Piant ïopsoil 893 2 01

Mulch 893,2.02

lnoculants

Tackiliers QPL 33

Anionìc Polyacrylamide QPL B4 & Section 89õ

700.2 MaterialsLJse matcrials that nrcet the requirenretrts of tl)e lbllorving Specifications:

À. Seeds

'Whenever seeds are specified by their conìtlor'ì uarÌlös, use lhe strains inclicated by tlreir botanicaì rrarrres.

B. Water

Obtain the rvaler for grassing fi'or¡ an approved source. Use wate¡ free of harmfil chernicals, acids, alkalics, and other

substances that may lrat'rn plant growth or emit odors, Do not u,se salt or bracki.sll water.

C. Agricultural Lime

Agricuìtural lilne rates rvill be based on a laboratory soiI test report. '['he Contt'actor is responsible fot ensurìlrg the tests

areperformedbyanapprovecl laboratory. ProvideacopyoftestresultstotheËngineer. RelerloSeclionSS2LirncandGSP l8 of the Sampling and 1'estìng lnspec.tion rnanual for additìonal infor¡ratiott on rates, use, handlìng and sanrpling

procedures.

D. I'ertilizer l\lixetl Gr¡tde

Ferliliz-er analysis and rates rvilì be based on a laboratory soil test report. The Contractor is lcsponsible lor ensuring the

testsarepelfonnedbyanapprovedlaboratory. ProvideacopyoftestresultstotheEugineer.Ref'eltoSection89lFqtilizer and GSP 18 of tbe Sampling and Testing lnspection manual fol'additiotlal inl'orlnation ou rates, use, handling

an<1 sarnpl ing proccdures.

E. l\lulch

[Jsc sllart or hay rnulch accolding to SU-b:-ç-c-!j-ofl 200,!05.G.

[Jse rvood flt¡el mulch in hydlos^eeding accolding to Subscction ?00."].05.1':.J '

700.2.01 Delivery, Storage, and Handling

Genelal Plovisìons 101 through 150.

700.3 Construction Requirements

700.3.01 PersonnelGeneral Provisiorts 101 throuch I50.

700.3.02 EquipmentUse glassing equiprnent able to ploduce the requìtecì l'esults.

Ner,cl'allow the glading (height olcut) to exccecl the gr-assing eqttipmcnt's operating range

Page 2

Section 700-Grassing

A. l\lulch Matcrial Equiptnenl

tJse nrulching equiprnent that unifornrly cuts tlìe specìlÌed rnaterials into the soil to tbe requìred control depth.

B. IlydroseedingEquipment

F o r lr ydr o se ed i u g eq u i pnr enl, s ee $-tLtl5qç1þ !Ú 0 g-3-8 5. t'.

700.3,03 Preparation

General Provisions l0l through 150.

700.3,04 Fabrication

General Provisions 101 through l-50,

700.3.05 Construction

Follow the planting zorres, planting clates, types of'seed, seed mìxtures, and application rates described throughout ihisSection. The Engineel llas the authority to alter the pìanting datcs as set folh by a period of 2 weeks. This 2-week period rnay

be applied to either the beginning ofthe specifìed planting and/or to thc cnd of the end ofthe specifìed plantìng season.

li general;

. Obtain the Engineer's approval beforc changingfh€ ground cover type.

¡ Do not use anilual rye glass'sêeds with permançrit grassing,

¡ Follow the plantiug zones indicated on the CeorBia Stato PtatÍi , below,

r Sod may be instalìecl tltroughout the ycär, rveather pennítting,

¡ Io¡ pennalìent grassing, apply the combined afi)ounts of all seecls for each time period within each plantingzone aud roadway location listçd in lhc Scedins Table, bclow. Do nol çxççed the amounts of specified seed.

Page 3

Section 700-Grassing

Ii*)F;¡

Page 4

Section 700-Grassing

NON-NA:TI\/E GRASS SEEDING TÂBLE I

(I'crnporary and l,ermancn( Secd Tlpes for Shor¡lders, I\f edinns and Slopes 3ll or Í'lntter)

Col¡¡mo¡rNamc

llolrnic¡l ñ¡rnrc Cltrss/Í¡'pe R¡tc/Acre PhÌtlnp7,onc

l'lanl¡!rg Dâtcs

Crttodon dad):lon

r0 (1r)

t April l6 -Augurt 3 I

(.1¡'nodon ãacq'lon r0 (r,)

¿3,4Octobc¡ I5

Pnspal¿tm trìolqtunt tfr (tt)

s0 (56) tSÈptrrnbcr l -

April l5

s0 (-s6) 2,7,4

Page 5

Section 700-Grassing

NON-NATI\/E SNEDING TABLE 2

(Tcntpotar¡, and PermanelÌt Seed Types

for back slopes, fÏll slopes and areas which lvill not be subject

to frequenù rnowirtg, skrpes steeper than 3ll)

C'ommon N-ânc'Éolanieâl N¡nc Class/l"r'pe Planting

Zonc

I,lsltelexg sþricqa 50(5ó) lvlnrah 1 -August 3I

r0(l r)

Lcspcdeza sericea 75{1t4} 1,2

fcslucu ørundinøcea

ln(erstale[.espcdez.a

J,espedera serìcea 50(só) 3,4

Gras¡Èr¡tgiÒsl¡s cúrvutø l 0(r r)

L¿spcìleIo 'se¡lcbg s0(s6l 3,4

ËruVostís cuñuh¡ r 0(l r)

Page 6

Sectíon 700-Grassing

NÀTl\/ts GRASS SEI;DINC TABLI,I3

For Non-ntorvnble Slopcs or Areas Designatecl as Pcr¡nancnt ¡*ative Grass Plots.

Plant natívc.sccd míxes on back sloprrs, lìll slopes attd areas rl'hich

wiil not be suþiect to lïequent mcxvíng (slopes steeper than 3 :l ),

Botanicaì Nanre Class/Type Rate/Acre Plnnting7.one

PlantingI)ates

Elynws canndøtsis Cool Season j.?,3,4

DI¡uu: virgittiarc C'ool Season N4 inimunl

2 (2)

I ,2,1,4 ()ctotrer J I -

\4arch 3 I

Grass

l,?,-1,4 Oct(ìber I I -l\,f'rrch 3 I

Wan¡r Season I ,2,-.ì,4 \4 archS I -

^ugü-st -l I

Sorghnstnun rnlrns Warm Season I ,2,3,4

Warm Season Minimunr

2 12)

I-e e r:¡ i a o ¡J,zt'¡ i d e t I ,?, j,4 Marclr Jl-Augrust 3l

I)eertongue Wanu Season t,2..3,4 \larch il-Augus: 3 I

I'tnicuu¡ t,irgolunt Wamr Season Mininrunr

2 (?)

t ,2,3,4 h'larch ll-Ârr.r¡ust 3 I

\\¡oolgrass Scirpnr c;,,perhw,s

(.'hasm¡nlh iuntln títotiunt

Cìool Season \'lininuru

2 (2)

Ì\,1 ì n inrLnl

2 (21

t.2,3.4 ()ctôbcr I I -

\'larch i l

Rìver Oats Cìool Season t.2,.1.,1 []ctotu -ll -

li4urh .l I

Purplc Top l'ride ns flau¡s Wa¡'m S('ason N,f in irnr¡rn

? (.))

| .2.1.4 lr.lartù 3 1

.,\ugust I I

See plan sheetslplarnt lists for detaìled nalivr.: r esloratìon anci rìparian r)litigalion seed rnìx corrl)inations (o be

applierlatamìnit¡urrratetolal of'l0(11)lbsllelacrc(kg.lhectare)fbrcachcornbjnedir'ì¡x Ifthenlìxisnot¡rrovided in fhrr plân sheels. ur-r a rninirnr[n of 3 ]-pecies bascd on plarrting dales shorvn abor.'e-

Page 7

Section 700-Grassing

tl ERRACEO tls PL.A.NI' SEI|DING'l';\ßL,l- 4

(Approred for Riparinn ì\'litigation or lbr Seed i\{ixes

on Slopes Steepcr fhan -ì:l-Requiring Pernrant'nt Planting)

Co¡nnlon name Botanical nante Class/r¡ pe Ratc/.\cre l)l an ti ng'L<t¡tc

Plântin g

Drtes

Joe Pye \\'eed [it¡pah t iu n lìslulost¡n llcrbaceous Pc Minirnunt) t)\

1.2,3,4

lronrveçd l/c rnoni o n o¡'oha ruce nsis llerb¿rceolrs

lleren n ial

l)p t<:

r0( I 1)

I,?.,3 .4 ì\4¡trch I -

.{¡1gust 3l

White snakeloot Å gcru I i tt rt a I I i s s i t n a (F-u pn t

nQovu,il )

Llp loìrxlr)

1.2,3.4

Srvarnp ¡nilku'eed Asc:l epi as in<:nr¡ta I rt 1 ,2.3,4 ,\'larch I -

Irrost âsier ,4 s I c r p i I o s u s (S¡-nr p h yo t r i c Herbaceorrs

Perenni al

Llp 1rr

l0(l 1)

I,?,1,4 Sr?t€nber l

- lvlav l

C'h onaecri r to frr scí o r I a t n Ifosciaiakt\

Up to10(il)

1,2!3.4

Lance-leaf coreopsis Oorcopsis Iunccoluta l)pto.l0(1r)

I .2,i.4

Cb rc o ltt er i s I ri p t c ri s Up tor0(r r)

1,2,3,4

Boncset Eu¡ta toriunt per /ìt Iin I n m I .2,1.4

Sneezerveed Halcniunt n[lttt¡mole l)p to

r0(r r)t,2.3,4

Swatnp surtflorrer Iia I iun ! hus unFu s I i þ ¡ i us llerbaceortsPerennìal

Lp Lo

t0l I tìI .2,3.4

Fringcd loosesiri le lt.sivachia cílinla

Wild bergarnol tr:l o t ¡ u r i a .lì s n I o,s ct t,2,3,4

Mor¡ntain mint l).vcutu !hcmu tn lett u fo I i u o t)p to

ro(lì)I,2.-1,4 Sr-pternbcr I

* lrlay I

I)[ack-eyed susan Iludhcúia hirtu Up lc)

ì(i(r1)| .2.,1,4

Goldenrod SoIitlog,o ttcaoroIis Ljp lor0(l 1ì

I ,1,3,4 Septcrnbcr I

* \fa¡' I

llulterfl¡,Weed A e s c' I ep i i ts I t ¡ l¡ uru t s ¿ Hcrfiaceo u.s

f'erenlr ialL)p to

l0( il)1,2).4 ['la'ch I -

Äugìrst :] I ,

Iror naf ive re.sloralion and r¡paria¡1 rnitigatiort seed miÀ cotìl[]¡ìrÍrtion:i, use l'able 4 lor approvcd nativc herbaceous

r-eed types in conbinatiou r.vith'f'able 3 of native grass secds. Nativll testoratiott and ripariirn secd mixes shouldincorporate a rrix of (r0-9(, nalive grass t,v-pes (see't"able 3) alrrl 409í, nalive lterbaceous lypcs (scc Table 4) appliedÂt a nininrur'ìl rale tetal of l0 (l l) lbs per âcre (l'gihectarc) for cach conrbìned lni¡

Page I

Section 700-Grassing

TABLE 5r TEIIIPORARY GRASS - SPllClES, S¡,BDING RAT ÉlS AND PLANTING DATES

Plantiug Date By Zone

l&2 t 3d¿ 4

Rye (Grain) 3.9 lbs 168 lbs 8i I - 11130 8115, 12ll gil -2t28

llyegrass 0.9 ltis 40 lbs 8i I - 1l/30 911 - t2/1s 911.5 - t/l,)ALI'

24

lbslbs 3 1 - 4/1 711 - 3!t

0,1 lbs 4 lbs 3i 1.5 - 6i 15 )lt5 -1/1s

60 lbs 4i I - 8131

1.1 lb.s 50 lbs 4lr ^ 6/3(, 4il - 7lt5 4/t - ?il5

Wheat 3.9lbs I 68 ll¡s 9lt - t2131

Wherr stage uonstruction or olher co¡rditions prcverrt corrpleting u ruadway section conlinuously, apply ternporarygr.assing to control erosion, 'fern¡rorary grassing is used to s^tabilizc cljsturbed at'cas for llrore tlìan sixty (60) cale¡dar

da-vs. Temporary grass ntay be applìu'<1 an-v tirre of the year, utílizing thc a¡tpropriate seed speoies and application rate as

shotvn in the chart above. Apply mulclr lo urdas pJanled irr tetnporarl grass at the râte of -% inch to 1.5 inches. I)o nol

placc. slopc rÌìats on arca¡^ plantcd in letltpcrtary grass.

A. Grou'nd Prcparation

Prepare thè grountl by þÌou,ing under an), te nlporary grass âreas and ¡lreparing the soil as follorv.:^l

1. Slopes 3:l or Flatter

On slopes 3: I or Ìlatter. plow shoulders ancl enrbankrnent slope'- [Lì bcrttvecn 4 in and 6 in (l 00 rnin an<l I 50 rnm)

deeP.

Plotv fronr an<l back slopcs in ruts to no less tlran 6 in (150 mrn) dccp. r\ftcr plorving, tliorouglrly disl' the arc untilpulverized to the plorvcd depth.

2. Sìopes SteeperThan 3:1

Serrate slopes steeper'than 1:1 accorriíng to Plan dctails rvhcn t'equired.

On enbankment sloptrs and cut slopes not rcc¡uiring serration (suflrcient as delernlined by the IZngìneer), prepare lhcground to clevelop an adequaie seed be<l using any oJ'the ltrllorvjng lnethods as c'lirectcd by the Engineer:

r Plorv to a depth rvhafcvet depth is praclicabie,

. [Jse a spiked cltain.

r Walk with a clcatc<1 lt'acli tlozt:l .

. Scariiy.

Disking cul siopes anti Ììll slopes is rrot rcquited.

i. All Slopes

a, Ol¡structions

Iìenrovc bouldcls. slulnps. largc roots. largc clo<1,r, and othcr ob.jccts that intr'l'fèrc ri,ith gras-sirrg or rnav slidc

into thc ditch.

t', Topsoil

Sprearj topsoìl stock¡tilecl during grading everrl),'rver cut anrl 1ìll slopes aíÌer ¡rrcparing the grouncl

[)u.rh to¡rscril lrolr tlle lop L)\,cl scl atetl sio¡res l)u lrL)t ()l]erirlü eqtripntcitt oll ihe face o1'cont¡rìeterl serralc(l culs.

Page 9

Section 700-Grassing

4. Nativs Restoration Areas, lìiparian Areas, Strcant Re-storation Areas, and Wctland and Strearr lvlitigation Areas.

For Pen¡anent Grassìng ìn native restoralion areas, nrultitrophic native planting at'eas, riparian al'eas, strearn

¡estoration areas. alrcl rvetland and stl'eam rnitigation areas. provide the nlininrum glound preparation necessary to

provide seed to soil contact. Riparian areas nla)¿ also be seedcd using the rlo-till tllethod. The no-lill nrethocl is

defined by pÌanting penranent grass seeds using a drill-type seedel over exislirtg vegeÌation without plowing or

tilling soiÌ. Ensule ¡hal exìsting vegetation is less than 3 inches in heìght (this nray be achievecl by rnorving ol using a

rnechanical stling trirnnier).

ß. Grassing Adjaccnt to Existing Larvus

W|err grassing aleas adjacen( to residential or conrnelcial lau'ns, the Ëngineer shall ohange the plant material to lnatch

rhe ty¡re of grass grorving on the adjaccnt larvn.'fhe Contracl Unit Pr'ice rr,ill not be lnodifìed for this substitution.

C. Iìemporarl Grassing

Applv tellporarr' Êrassìng according to $Llr.s-t:ç-!lg¡_léLf,-.01J I)etet'rninc linte requilemertts by a laboratot'y soiI test.

Refer to seediugTabìe 5 lbr species, amounts ofseed antl planting dateS.

In March or April of the year fbllorvirrg lrlauting aud as soon as the rveathet is suitable, replar:e all areas of telllporarygrass with pennanent grass ìry plorving or over'.seeding using lhe no-tilì lnethod. lf the no-till melhod is used. ensurefhat

temporary grass is less than 3 inches in height (thisrnay l¡eachieved byruorving). Ad<litional mulch will be required onlyif the te rnporary grass does not provide ade<¡uate muìch to rneet the tequìrements of $ubsscfip¡ 700.i-01_G-j'ltlulçi1¡igj,

Tenrpot'aly grass, whett reqLrired, rviìl bepaicl ibr accortììrrg to Scctii-rn 163.

Projects that consist of asptralt resurfacing witll shoulder rccoustruction and/or shoulder widening; Type II Wood Fiber

Blankct is used to stabiljzc distulbed areas. no tìll seeding r.vill bc usecl u'hen pet'¡ranent grassìng is applied and the areas

will not be re-distLLrbed.

D. Applying Agricultural Linre and Fertilizer NIixcd Grade

A¡lply and rnix lime a¡d feltilizer as follo,"vsl

L AgricttltLrral Lirne

Unilbrmly spread agricultural lilne on the ground at the approxirnale ratc deten.nined by the laboratory soil test.

a. Agricultur-al l.irnernaybeusedasfillerrnaterial inmixedgradefer:tilizerjnlieuofínerlnaterial, The useofagliculturallinleasfillermaterial istobeshou,nonthefeltilizerbagorinvoicefi'ornthesupplìer, Donotdeduct any anìouïìt of'lèrtilizer rvhen litne ls use<J as filler.

2. Fertiiizer Mixed Grade

Unilblnly .spread thc fertilizer selectecl accolding to -!fLlUgç:1i,qA ?0-ff.-p over the ground or by use of bydroseeding.

For bid putposes ba.se estilnated quantilies on au initial applicatiorr of 400 lb/acrc of l9-19"19.

3. Mixing

Before proceeding, unilbr rnly rvork the lime ¡nd lcrlilìzer into the. top 4 in (100 mn) ol'soil usirrg harrows, rotary

tillel's, or other equipmenl acceptabìe to the Engirteer.

On cut slopes steeper than 3:1, other tlìan sellated slopes, rcduce the niixing depth to tlre rraxirnu¡n practical depth as

deterrnined by the Engirteer.

Ornit rnixing otr .serrated slopes.

4. Native Restoration Aleas, Ìlrlultitlo¡ric Native Plantirrg Areas. Riparian Areas, S[reani Restoration t\r'eas, and

\\¡etland and Stream Mitigaiion Aleas

Omit the application cr1'linte alld lìtilizel rvithin rìparìall area.s.

IÌ. Seeding

Plepare ¡^eecl and sow as follows:

I lnoculaticlrl ofSeed

Ilroculate each kind ol'lcgLnninous seccl se¡rarately u,ith the appropriatc comtnercial cultule accrtrding to 1l'ìe

nr a nufact¡rer's instrucl ions fo r th e ctt ltrrrc

\\¡hen hydroseecling. tlouble thc incrctrlatiolr ralcr,

Page '10

É'

Section 700-Grassing

G.

Protc:ct inoculatcd seed lì'orn the sun anri ¡rlant it the same day it is irloct¡lated.

2. Sorving

Weather pelrnitting, solv seed within 24 hours atler.pleparing the seed bed and applying the lbrlilizcr and liure.

Sos'seed unifonrly at Lhe ratc.s specifìed ìn the,seeding lables. Use approved mechanical seed drill¡-, r'otary hand

seeders, hydroseeding equiprncnt, ol othel equiprnent to unilbrntly apply the seed. I)o not djstribute by hand.

'l'o dis¡'jbute the .seeds evenly sorv seed types separately, except for sirnilally sìzed and rveigìrted seeds. They may be

nlixed and so\vn together,

Do not sow during rvindy ureather', tvlren the preparetl surlacc is crusted. or rvhen the gt'ouncl is frozen, rvet, orothenvi-se non-til lable.

3 Ovelseeding'l-emporary gt'ass areas that lvere prepar ed in accoldance rvith Subsectícn 700.1.05.4, nray be overseeded using the

¡o-till t¡eihod. The no+ill rnethod is defined by planting penlranent grass seeds using a driìl-type seeder over'

existing terrporary grass lvithout plowìng or tilling soil and in accordance rvith Silbsecllp!10,q,1$.5.-Cl.

4. Ripar:ian Seed Mix shall be used rvhen spccified in lhe Plans. A nix of at least three (3) species fì'orn Secdìng'liable3 (-Native Grasses) and at least trvo (2) species frorn Seeding Table 4 (Apptoved Riparian Mitigation - Ilerbaceous

lÌlants). The seed. shatl be applied as Pelnlanent (Ìrassing r.vithin those ar-eas desigrrated on the Plans. Thc kinds ofseed, shall be used accorcling 1o the a¡rpropliate Planting Dates given in the tables'

Ilydroseeding

Hydlo.seeding may be usecl on any glassìng area. tlrder lhis nrethod, spread the seed, fertilizer, and r.vood fibcr urulch in

the fol m of a slurry. Seeds ol alì sizes rnay be rnixed together. Apply hydro"^eeding as foìlows:

l Use rvood fibcl'lnulch as a rnctering agerlt arlcl secd bcd tegar'dìess of whichl¡ulchirtg rrrethod is chosen. Applywood fiber rnulch at a¡rploxitnately 500 lbs/acre (5ó0 kg/ha).

2. Prepare the ground fol hytlroseeding as f'or conveirtional seeding in Suhsectitrll 700.3,05.¡\.

3 . U se speciall¡r clesigner.l e quìpnrent to ¡nix an d a pply the slur ry u niformly ovcr tlte entire see(lin g area.

4. Agitate the sluny mixture during applicatÍon,

5. Discharge sìulry rvithin one hour after treìug combined in tlre hydroseeder. Do nol lrydroseed ivhen winds prevent an

evett applÍcation.

6 Closely l'ollow the equipnrent lnanr¡facturer's directions unless the Engineer modifies tlre application methods.

7. Mulch the entile hydroseeded area according to Stù¡c¡¿!j-atri-l).(.1,]flJ.-Lj, above, and $L¡þfgslot:-ZQqåAfQ. belorv.

Native Restoration Areas, Multitropic Native Ptanting z\r eas, Riparian Ateas, Stream Restoratíon Areas. and

WetlandatrdStrearnMiiigation.Areasnraybelrydroseeded. Whenhydroseedingìlttheseareasonìyusewater,setsdand wood fiber ntulch.

IVulchirtg

Except as noted in -StbS_e_-c_l!çn 7()f),l,ll5,il and Subscc_tìon 700,J.05.(,], a¡tply nrulch irnrnediately alter seeding areas as

follows:

Areas rvith perrnanenI grass seed ancì coveled rvillr slope rn¿ìtr' or blankets will uot rr:quit'e nrulch.

Evenly apply -straÌ,or ha,v- mulch betu,een 3r'4 in and l-li2 in (20 nrm ancl 40 nrm) deep, according to thc lexture and

rrroisture content of the mulch r¡aterial.

lr{ulch shall allolv sunlight to l)er)etrale and air to circuÌate as tvcll as shade Lhc gt'oultd, reduce erosion, and conserve soilnroisture. ìlthe t¡,pe olrnulch is not s¡rccific<l on thc l)lans or itt the I'rtrposal, use an1, of the follou,ing as specilìcd.

l. Mulch rvith Tackiñer

Appìy nrulch l'ith tackiiìer-regar-c1Ìess of rvhclhcr usìng grouud or hydroseedirtg cqltiptrent I'or seedìng.

a. lvfulch uniformly applìed niarrualll,ol rvith special trlorvcr cc¡uiprnenl dcsigned f'or the put}ose When using a

blou,er. thoroughlv looscn L¡alccl rnatt¡rial bclble fbcriing-it into the machine. so that it is broken up

Lr. Aftel distl'ibrrting the nrLrlch initiall-r-. redistribute il to lrare or inadequately covcrecl arcas jll cìutnps dcnse

euough to prevcnt new EÌrass l'ront entergittg (if reqLrirt'd).

t)o not apply rnulch on t ,ìncly ilays.

Page 'l 1

Section 700-Grassing

H.

c. Appty enougb tackifier to the mulch to hold it irr place. lmmediately rcplace lnulch thal blows away.

If distrìbuting lbe mulch by hand. immediately apply ihe tackifrer unifolml¡' over the mulched areas.

. Tackifier: Use a tackifle¡' lisled in the Labolatory Qualified Ploducts Manual ancl apply at the ltranufactufer's

recommended rates.

2. \\¡alked-in-Mulch

Apply rvalked-in-mrrlch on .slopes ranging in steepness from 5:1 to 2:l and treat as follows:

a. Lnmediatel,v walk it into the soil with a cleated track dozer. IVIake dozer passes vertically up and down the slope.

b, Where u,alked-in-mulch is u.sed, do not roll or coveÌ the seeds as specified in Subsection 700.J,05.Ë,3.

3, Apply only wheat stLau,mulch on Riparian Areas, Stleam Restoration Areas, and Wetland and Stream MitigationAleas afrcr they have been seeded, 'l'he rvheat straw ntulch is to be applied with a rnaximt¡ln thickness of I inch.

Sod

l:ur¡rish and install sod in all are¿s shown on the Plans or designated by the Engineer.

1. Kinds ol Sod

Use only Common Bemudagrass (Cyndon dactylon) or one of the t'ollowing Bct'inudagrass vaiieties:

Tifrvay 41 9

'lifway IITin 94

Tillon l0Midlawn

Midiron

GN-I

Vamout

No dwarf l3ennuda types shalt be used. Sod shall be nursery-gro\.yn and be accompanied with a Cteorgia Depattnreni

of Agriculture Live Plant License Ce¡tific¡te or Stamp. Sod shall consist of live, dênse, well*rooted material frçe ofweeds and insects as described by the Georgia Live Plant Act,

2. TypeAnd SizeOf Sod:

F'urnish either big roll or block socl. Ensure tlrat bìg roll sod is a nrinirnurn of2l inches wide by 52 feet long.

lvlinjmurn dimensions fo¡ block sod are l2 inches wide by 22 inches long, Ensuie. all .rod co¡sists of a unifonn soilthickncss ofnol less than I inch.

3. Gloirnd Preparation

Excavate the grouud deep enough ar:d prepare it according to Subs-ection 700.3.05.4 to allorv pìacing of sod. Spread

soiì, meeting the requirements of Subsection Sg3.?.01 " on prepared ar€a to a cleptlr of 4 inches.

4. Applicaiion of I-ime and Fenilizer

Apply lime and 1èñilizer according to $-qÞ¡S4tLg¡1-ZQ"a.3 !i.D within 24 hours prior to installing sod.

5 Weather Limitation

Do nol place socl on lrozen gr'ound or whete srtorv may hinder establislrtnent.

6. lnstall Sod

llslall Socl as follols:r Pìace sod by hand ol by rneclranical rneans so that joints are tightly abuttecl with no overlaps or gaps. l.l,se soil ttl

fill cracks betweelr sotl pieces, but do not smother the grass.

. Stake.sod placed in dìtches or slopes steeper than 2:1 or any other ateas where sod slippurg call occur.

¡ Use rvood stakes thal are at least 8 ìn (200 rnrn) Ìn length and not ntol'e than I in ( 25 rnrl) wide.

¡ Drive the stakes flush with the top of the sod. Use a rninimum of 8 stakes per squareyard (rneter) 1o hokl sod in

Plaoe.

r Once sod is placed ancl staked as necossary. tarnp or-roll it using adequate equipment lo provide good contacl

rvith soi l.

Page 12

r-ìi*cÆpßSJ;*rr}'s*'

(l)AS't^t R[sOuRC:f s I)l\jllìtoN

M^RK WILLìAlvtscoMMlsStoNil(

A,C 'SPUD'WOODWÁRDDIRECTÓR

Coastal Marshlands Protection Committee Permi;t # 671Final Conditions

Decemb er 14,2012

Chatham County, GeorgiaBoat Ramp and Recreational Facility fmprovementsTurner Creek Boat Ramp, Turner Creek, Johnny Mercer Boulevard,Whitemarsh Island, Chatham County, Georgia

Project Description: Installation and maintenance of a two-lane conorete boat ramp, a servicedock, bank stabilization and improvements to the existing access road. Total permanent impactto jurisdictional coastal rnarshlands from the project will be will be approximately 7,478 sq, ft.(0.17 acre). Standard and Special conditions apply to this permit.

Marsh ComponentiThe marsh component of the project is a two-lane 100' x 35' concrete boat ramp, a ne\¡/ serviccdock structure consisting of a 4l' x 6' (246 sq, fi,) walkway, a35' x 4' (140 sq. ft.) gangway andaL25'x 8' (1,000 sq,ft.) floating dock, adjacent bank stabilization andimprovements ro theexisting accoss road on the north side of Johnny Mercer Blvd,

Upland Component:The upland component is the ó.85 acre upland area containing access roads, parkirig areas, anoffice for the Savarurah Chatlram County Metropolitan Police Department (SCMPD) MarinePatrol and a covered pavilion with picnic tables.

COASTAL MARSHLANDS PROTECTION ACT STANqARD CONDITIONS1 The project must comply, as applicable, for areas permitted herein, with all other federal,

state, and local statutes, ordinances, and regulations and the applicant must obtain all licensesand permits prior to cotrunencement of construction.

2. This permit does not resolve actual or potential disputes regarcling ownership of, rights in orover the properly upon which the subject project is proposed, and shall not be construed as

recognizing or denying any such rights or interests.3. All plans, documents and materials contained in this permit application, required by Coastal

Marshlands Protection Act of 1970, as amended O.C.G.A, $ 12-5-280 el seq. are a part ofthis permit and confonnance to such plans, documents, and materials are a condition ol'thispermit. No change or deviation from these plans, documents, and materials shall bepermitted without prior notifìcation and approval by the Department or CMPC.

l.')i..,î i,'..t )t{\11.:i,r,rÌ ltr,)i.., \!r¡rì I älit,l;:ì,"¡,r.'i. (i¿i.rila; l¡ 'l 1.j2ù Et¡S(:<ìtr! !6.1.'l .:.1r , ¡:.rrX "Ji,l "il¡2 ii4 j j 1T\.V!\'.i-r)Åií:\iL¡;rl)ñllirlìr;

Chathanl County, GeorgiaBoat Rarnp and Recreational facility fnrprovcnrents, Final ConditionsPage 2 of 2

4. No fur1her encroachmcnt or consttuction shall take place within state jurisdiction, except aspermitted by the CJI{PC. Ary moditication of the plâns or structure in the juris¿ictional areamust be reviewed and approved by the Department or the CMPC, as necessary, prior toconstruction.

5 . No construction or alteratiott o f a project nìay comfirence until the expiration of 30 daysfollorving the date on r.vhich the application is approved; provided however thal if a timelyappeal is filed, no construction or alteration mày commence until all administrative andjudicial proceedings are tenninated,

6. The permit must be posted onsite within twenty-four (24) hours of beginning construction.7 . A copy of these and all permit conditions rnust be suppl.ied to the person in charge of

consffuction. All contractoru and subcontractors are responsible for strict adherence to allpermit conditions.

8. All Best Management Practices (BMPs) should be used to prevent any erosion andsedimentation at the site. No equipment, materials, or debris may be placed in, disposed o{or stored in jurisdictional areas. Any visible alterations in the marsh topography will berestorcd immcdiately using low-impact hand tools. Any damage to the marsh vegetation thathas not recovered naturally during the next growing season will be repaired by a rnethodacceptable to the Department.

9. If the permitted improvements are damaged, fan into disrepair, become dilapidated, or arenot meeting their expected usefulness and are not maintained at a serviceable level, it is theresponsibility of 1lre ownff to remove the improvements. A new permit willbe required toret¿in and repair the stn¡cture, improvcmcnt. or asset if it loses its structural integrity and isno longer serviceable.

10. The CMPC is no1 bouncl ì¡r the future to protect any improvement or asset authorized by thepermtl..

SPECIAI, CONDITIONSl. Permittee must install manatee awaÍeness signage during construction of the facility and

continue to maintain the pormanent post-construction signage with the appropriateadditional signage at the new service dock. . The permittee shall adhere to standard manateeconditions and procedures fur aquatic construction as approved by the Savannah Dist¡ictOffice of the US Army Corps of Engineers, US Fish and Wildlife Service, and the GeorgiaDepartment of Natural Resources.

2, The applicant must operate alrd maintain the dock in a manner that wiil not urueasonablyobstruct navigation to ancl from ncighboring propeñies.

3. There shall be no commercial activity at the permitted public boat ranrp and scrvice dock.4, There shall be no overnight mooring of non-governmental vessels at the sen'ice dock.5. Permittec shall provide a copy of thc rules and regulations for the public boat ramp facility to

the department for review prior 1o completion of the facility.6. The nrles and regulations shall be posted at the facility and an enlbrcement mechanism shall

bc identified by Chatlram County.7, Permìttee mây be required to provide a post-construction survey to the Gcorgia Departmenl of

Natural Resources, Coastal Resources Division within 30 days of completion of the permittedactivity, Such surv'cy shall comply rvith the Georgia Plat Act O.C,G.A. L5-6-67 et seq.

ATTACHMENT A

DRUG - FREE WORKPLACE CERTIFICATION

THE UNDERSIGNED CERTIFIES THAT THE PROVISIONS OF CODE SECTIONS 50-24-1THROUGH 50-24_6 OF THE OFFICIAL CODE TO GEORGIA ANNOTATED, RELATED TOTHE **DRUG-FREE WORKPLACE**, HAVE BEEN COMPLIED WITH IN FULL. THEUNDERSIGNED FURTHER CERTIFIES THAT:

A Drug-Free V/orkplace will be provided for the employees during theperformance of the contract; and

Each sub-contractor under the direction of the Contractor shall secure thefollowing written certifi cation:

(cONTRACTOR)certifies to Chatham County that a Drug-Free V/orþlace will be provided for the employeesduring the performance of this contract known as_procurement Turner's Creek BoaImprovements - Phase II Buliding and Pavilion (PROJECT) pursuant to parugraph (7) of

subsection (B) of Code Secti on 50-24-3. Also, the undersigned further certif,res that he/she willnot engage in the unlawful manufacture, sale, distribution, possession, or use of a controlled

substance or marijuana during the performance of the contract.

CONTRACTOR DATE

NOTARY DATE

1

2

2200-28

ATTACHMENT B

PROMISE OF NON-DISCRIMINATION STATEMENT

Know All Men By These Presence, that I (We),Name

Title Name of Bidder

(herein after Company) in consideration of the privilege to bid/or propose on the followingChatham County project procurement Turner's Creek Baot Ramp Improvements - Phase II

Bulidins and Pavilion herebyconsent, covenant and agree as follows:

(l) No person shall be excluded from participation in, denied the benefit of or otherwisediscriminated against on the basis of race, color, national origin or gender in connection with the

bid submitted to Chatham County or the performance of the contract resulting therefrom;

(2) That it is and shall be the policy of this Company to provide equal opportunity to allbusiness persons seeking to contract or otherwise interested with the Company, including those

companies owned and controlled by racial minorities, and women;

(3) In connection herewith, I (We) acknowledge and warrant that this Company has been made

aware of, understands and agrees to take affirmative action to provide minority and womenowned companies with the maximum practicable opportunities to do business with this Companyon this contract;

(4) That the promises of non-discrimination as made and set forth herein shall be continuingthroughout the duration of this contract with Chatham County;

(5) That the promises of non-discrimination as made and set forth herein shall be and are herebydeemed to be made apart of and incorporated by reference in the contract which this Companymay be awarded;

(6) That the failure of this Company to satisfactorily discharge any of the promises of non-discrimination as made and set forth above may constitute a material breach of contract entitlingthe County to declare the contract in default and to exercise appropriate remedies including butnot limited to termination of the contract.

Signature Date

2200-29

I

ATTACHMBNT CDISCLOSURB OF RESPONSIBILITY STATEMENT

Failure to complete and return this information will result in your bid/offer/proposal beingdi squalified from further competiti on as non-responsive.

List any convictions of any person, subsidiary, or affiliate of the company, arising out ofobtaining, or attempting to obtain a public or private contract or subcontract, or in theperformance of such contract or subcontract.

2. List any indictments or convictions of any person, subsidiary, or affiliate of this companyfor offenses such as embezzlement, theft, fraudulent schemes, etc. or any other offenses

indicating a lack of business inte grity or business honesty which affects the responsibilityof the contractor.

3. List any convictions or civil judgments under states or federal antitrust statutes.

List any violations of contract provisions such as knowingly (without good cause) toperform, or unsatisfactory performance, in accordance with the specifications of acontract.

5. List any prior suspensions or debarments by any governmental agency

6. List any contracts not completed on time.

7. List any penalties imposed for time delays and/or quality of materials and workmanship

List any documented violations of federal or any state labor laws, regulations, orstandards, occupational safety and health rules.

4.

8

2200-30

AS

of

Name of individual Title & Authority

declare under oath that

Company Name

the above statements, including any supplemental responsçs attached hereto, are true.

Signature

State of

County of

Subscribed and sworn to before me on this _ day of

representing him/herself to be

of the company named herein.

Notary Public

My Commission expires:

Resident State

DPC Form #45

by20

2200-3r

ATTACHMENT D

CONTRACTOR AFFIDAVIT under O.C.G.A. $ l3-10-91(bxl)

By executing this aff,rdavit, the undersigned contractor verifies its compliance with O.C.G.A. S

l3-10-91, stating affrrmatively that the individual, firm or corporation which is engaged in the

physical performance of services on behalf of CHATHAM COUNTY has registered with, isauthorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions

and deadlines established in O.C.G.A. $ l3-10-91. Furthermore, the undersigned contractorwill continue to use the federal work authorizaÍionprogram throughout the contract period and

the undersigned contractor will contract for the physical performance of services in satisfactionof such contract only with subcontractors who present an affidavit to the contractor with the

information required by O.C.G.A. $ 13-10-91(b). Contractor hereby attests that its federal

work authorizationuser identification number and date of authorization are as follows:

Federal Work Authorization User Identification Number

Date of Authorization

Name of Contractor

Name of Project

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on , , _,201-in _(city), _(state).

Signature of Authorized Officer or Agent

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE MEON THIS THE DAY OF 201

NOTARY PUBLIC

My Commission Expires

2200-32

SUBCONTRACTOR AFFIDAVIT under O.C.G.A. $ 13-10-91(bX3)By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A.l3-10-91, stating affrrmatively that the individual, firm or corporation which is engaged in thephysical performance of services under a contract with (name ofcontractor) on behalf of CHATHAM COUNTY has registered with, is authorized to use and uses

the federal work authorizationprogram commonly known as E-Verify, or any subsequent

replacement program, in accordance with the applicable provisions and deadlines established inO.C.G.A. $ 13-10-91. Furthermore, the undersigned subcontractor will continue to use the

federal work authorizationprogram throughout the contract period and the undersignedsubcontractor will contract for the physical performance of services in satisfaction of such

contract only with sub-subcontractors who present an affidavit to the subcontractor with the

information required by O.C.G.A. $ 13-10-91 (b). Additionally, the undersigned subcontractorwill forward notice of the receipt of an affìdavit from a sub-subcontractor to the contractor withinfive (5) business days of receipt. If the undersigned subcontractor receives notice of receipt of an

affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward,within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractorhereby attests that its federal work authorization user identification number and date ofauthorization are as follows:

Federal Work Authorization User Identification Number

Date of Authorization

Name of Subcontractor

Name of Project

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on _, 201 _in _(city), _(state)

Signature of Authorized Officer or Agent

Printed Name and Title of Authorized Officer or AgentSUBSCRIBED AND SWORN BEFORE MEON THIS THE DAY OF ) 01

NOTARY PUBLICMy Commission Expires:

D-2

ATTACHMENT E

CHATHAM COUNTY, GEORGIA

BIDDER'S CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION

The undersigned certifies, by submission of this proposal or acceptance of this contract, thatneither Contractor nor its principals is presently debarred, suspended, proposed fordebarment, declared ineligible, or voluntary excluded from participation in this transactionby any Federal department or agency, State of Georgia, City of Savannah, Board ofEducation or local municipality. Bidder agrees that by submitting this proposal thatBidder will include this clause without modification in all lower tier transactions,solicitations, proposals, contracts and subcontracts. 'Where the Bidder or any lower tierparticipant is unable to certify to this statement, that participant shall attach an explanationto this document.

Bidder must verify Sub-Tier Contractors and Suppliers are not debarred, suspended,ineligible, pending County litigation or pending actions from any of the above governmententities.

Certification - the above information is true and complete to the best of my knowledge andbelief.

(Printed or typed Name of Signatory)

(Signature)

(Date)

NOTE: The penalty for making false statements in offers is prescribed in I 8 U.S.C. 1001

END OF DOCUMENT Mod. CC P & C 6/2005

E-1

ATTACHMENT F

Chatham CounfyMinority and Women Business Enterprise ProgramM/\ryBE Participation Report

Name of Bidder:

Name of Project: Bid No:

MBE Total WBE Total o//o M/V/BE Combined %

The undersigned should enter into a formal agreement with M/WBE Contractor identified herein

for work listed in this schedule conditioned upon execution of contract with the Chatharn County

Board of Commissioners.

Signature Print

Phone ( )

M/WBE Firm Type of Work ContactPerson/Phone #

City, State % MBEorWBE

Fax( )

F-1

ATTACHMENT G

Systemøtíc Alien VeriJicntion for Entitlements (SAVE)Affidavit Verifying Status for Chntltam County BeneJit Applicnfion

By executing this affidavit under oath, as an applicant for a Chatham County, Georgia Business

License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other publicbenefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to mybid for a Chatham County contract for . [Name of naturalperson applying on behalf of individual, business, corporation, partnership, or other private entity]

1.) I am a citizen of the United States

OR

2.) I am a legal permanent resident 18 years of age or older.

OR

3.) I am an otherwise qualified alien (8 S USC 164l) or non-immigrant under the Federal Immigration and Nationality Act (8 USC 1101 et

seq.) 1 8 years of age or older and lawfully present in the United States.*

In making the above representation under oath, I understand that any person whoknowingly and willfully makes a false, fictitious, or fraudulent statement or representationin an affidavit shall be guilty of a violation of Code Secti on 16-10-20 of the Ofhcial Code

of Georgia.Signature of Applicant: Date

Printed Name

SUBSCRIBED AND SWORNBEFORE ME ON THIS THE

DAY OF 20

Notary PublicMy Commission Expires

{<

Alien Registration number for non-citizens

G-l

ATTACHMENT H

Chatham Apprentice Program Documentation(must be submitted to County MWBE Coordinator with I'r Pay Request)

Contractor

Name of Proj ect

Contract No.

1) Contractor has contact CAP office to determine availability of specihc labor classes whichmay be utilized for the project:

Date of Inquiry # of Available Participants

2) Anticipated number of CAP students that will be hired and related trade category:

Trade CategoryTrade CategoryTrade Category

3) If CAP students are not anticipated to be hired for this project, the contractor must brieflyexplain.

#

H-l

#t

REFBRENCE FORM

REFERENCBS - $499,999 or more: On July 25,2003 the Board of Commissioners directedthat all construction projects with a bid of $499.999 or less, for bidders to be responsive each

must provide information on the most recent three (3) projects with similar scope of work as wellas other information to determine experience and qualifications as follows. If the contractor has

performed any work for the Chatham County Board of Commissioners within the last five (5)years, at least one (1) of the three (3) owner references must be from the appropriate party withinthe Chatham County Government

a.

Address:City and State:

Contact:Phone & Fax:xArchitect or Engineer:Contact:Phone & Fax:Email:

The awarded bid amount and project starl date.

Final cost of project and completion date.

Number of change orders.Contracted project completion in days.Project completed on time. Yes_ No_ Days exceeded

g. List previous contracts your company performed for Chatham County by Project Title,date and awarded/final cost.

Has contractor ever failed to complete a project? If so, provide explanation.Have any projects ever performed by contractor been the subject of a claim or lawsuit

or against the contractor? If yes, please identify the nature of such claimlawsuit, the court in which the case was filed and the details of its resolution.

Project Name:Location:Owner:

b.

c.

d.

e.

f.

h.

i.byOI

#2

REFERENCE FORM

RBFERENCES - 5499,999 or more: On July 25,2003 the Board of Commissioners directedthat all construction projects with a bid of $499,999 or less, for bidders to be responsive each

must provide information on the most recent three (3) projects with similar scope of work as wellas other information to determine experience and qualifications as follows. If the contractor has

performed any work for the Chatham County Board of Commissioners witliin the last five (5)years, at least one (l) of the three (3) owner references must be from the appropriate party withinthe Chatham County Government

a. Project Name:Location:Owner:Address:City and State:

Contact:Phone & Fax*Architect or Engineer:Contact:

b.c.

d.e.

f.

Phone & FaxEmail:

The awarded bid amount and project start date.

Final cost of project and completion date.

Number of change orders.Contracted project completion in daysProject completed on time. Yes_ No_ Days exceeded

g. List previous contracts your company performed for Chatham County by Project Title,date and awarded/final cost.h. Has contractor ever failed to complete a project? If so, provide explanation.i. Have any projects ever performed by contractor been the subject of a claim or lawsuitby or against the contractor? If yes, please identify the nature of such claimor lawsuit, the court in which the case was filed and the details of its resolution.

#3

REFERENCE FORM

REFERBNCES - 5499,999 or more: On July 25,2003 the Board of Commissioners directedthat all construction projects with a bid of $499.999 or less, for bidders to be responsive each

must provide information on the most recent three (3) projects with similar scope of work as wellas other information to determine experience and qualifications as follows. If the contractor has

performed any work for the Chatham County Board of Commissioners within the last five (5)years, at least one (1) of the three (3) owner references must be from the appropriate party withinthe Chatham County Government

à. Project NameLocation:Owner:

b.

c.d.

e.

f.(tÞ,

Address:City and State:

ContactPhone & Fax:*Architect or Engineer:Contact:Phone & FaxEmail:

The awarded bid amount and project start date

Final cost of project and completion date.

Number of change orders.Contracted project completion in days.Project completed on time. Yes- No- Days exceededList previous contracts your company performed for Chatham County by Project

Title, date and awarded/final cost.

h. Has contractor ever failed to complete a project? If so, provide explanation.i. Have any projects ever performed by contractor been the subject of a claim orlawsuit by or against the contractor? If yes, please identify the nature ofsuch claim or lawsuit, the court in which the case was filed and the details of itsresolution.

40

CHECKLIST FOR SUBMITTING BID

Sisn below and submit this sheet with BidNOTE: All of the following items must be submitted with your Bid to be considered"responsive".

1. ACKNOWLEDGMENT OF ANY/ALL ADDENDUMS (Page 3 of ITB)

2. ORGINAL SURETY BOND (5% OF BID) ALONG WITH SURETY REQUIREMENTSSHEETS FILLED OUT.

3. BID SHBET COMPLETBLY FILLED OUT AND SIGNED

4. "LIST OF SUBCONTRACTORS" SHEET FILLED OUT WITH ALL SUBCONTRACTORSAND SUPPLIERS.

5. 'IOA"TO MBE SUBCONTRACTORS/SUPPLIERS' SHEET COMPLETELY FILLED OUTSHOWING $ AMOLINT AS WELL AS % OF PROJECT THAT IS PROJECTED TO GO TOMBE/WBE SUBCONTRACTORS/SUPPLIERS.

6. SECTION 2.31 OF ITB - REFERENCES: Read this section and submit the correct number of"References" (based on total dollar amount of project) Note: Supply ALL the information that is

requested for each Reference. NOTE: Formsfor Reference Inþrmation are attached to this BidPackage.

7. ALL FIRMS RBQUESTING TO DO BUSINESS WITH CHATHAM COUNTY MUSTREGISTER ON-LINE AT HTTP://PURCHASING.CHATHAMCOUNTY.ORG.

8. COMPLETE AND SUBMIT ALL ATTACHMENTS TO THE ITB (Attachments A thruH). D-2 rS TO BE FILLED OUT FOR EACH SUBCONTRACTOR.

9. SUBMIT COPY OF YOUR STATE OF GEORGIA GENBRAL CONTRACTOR LICENSE

NAME/TILE

COMPANY NAME

ADDRESS

CITY/STATF.IZIP

PHONE / FAX NO'S

E-MAìL

LEGAL NOTICEcc No. 166247Invitation to Bid

Sealed Bids will be received until 2:00 P.M. on OCTOBER 15,2015 and publicly opened in

Chatham Coun fv Purchas ins & Contractins rtment. at The Chatham Counfv Citizens

, for: BID NO :

ls-0101-4 TURNE,R'S CRN,F],K BOAT RAMP IMPROVRMENTS _ PHASE IIBUILDING PAVILION

PRE-BID CONFERENCE: Conference will be held at the The Chatham Coun C itizens

Service Center. I 1 l7 Eisenhower Drive. Suite C. S . Georsia on OCTO r.2015.at 2:00 P.M. You are encouraged to attend.

Plan Sheets are available and must be purchased from Clayton Digital Reprographics(CDR) located at 1101 Chatham Parkway, Suite ,4,2, Garden City, Georgia' 31408. CDRphone: 912-447-5445, fax 912-233-7020, e-mail: [email protected]

The Bid Package can be downloaded and printed from the County website

http://purchasing.chathamcounty.org Also, all firms requesting to do business withChatham Counfy must also register on-line at website:

http ://purchasin g. chathamcounty. or g

For any additional questions regarding this bid , please contact Robert Marshall, Senior

Procurement Speciali st, at 9 72-7 90 -l 622.or [email protected]

Bid Bond is required at the time of bid. (5% of total bid)Payment and Performance Bonds (100% of bid) will be required for this project at the

time of contract award.

CHATHAM COUNTY HAS THE AUTHO RITY TO REJECT ALL BIDS AND V/AIVEMINOR F MAI,ITIES

''CHATHAM COI]NTY IS AN EOUAL O PORTUNITY EMPLO M/F/H. ALLBIDDERS ARE TO RE EOI]AL OPPORTLTNITY EMPT,OYERS''

MAR .JO PUR G DIRECTOR

SAVANNAH NEV/S/PRESS INSERT: Sep. 17,2015Please send affidavit to:Chatham County Purchasirrg & Contracting Department1 I 17 Eisenhower Drive, Suite C

Savannah,Georgia 31406(912) 790-1622