FC- 9743, Construction Improvement Project for Martin...

39

Transcript of FC- 9743, Construction Improvement Project for Martin...

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 2 ADDENDUM NO. 1 This Addendum No. 1 forms a part of the Invitation to Bid and modifies the original solicitation package as noted below and is issued to incorporate the following:

Table of Contents: The solicitation Table of Contents is hereby modified to revise the solicitation table of contents to remove to Appendix C – Local Bidder Preference Program.

Instructions to Bidders: The solicitation Instructions to Bidders is hereby modified to state to the following:

“After the Bids have been opened and before any award is made, the City will evaluate the Bid process, the Bid total, the supplements to the Bid form, Bidder's experience, financial data, proposed Subcontractors and equipment manufacturers and other data relating to Bidders' responsibility and qualifications to perform the Agreement satisfactorily.”

Appendix C: Local Bidder Preference Program: The solicitation is hereby modified to omit Appendix C: Local Bidder Preference Program.

Responses to Questions: Total of twenty-seven (27) questions, attached hereto as Attachment No. 1.

Revised Bid Due Date: Wednesday, June 21, 2017 at 2:00 P.M. E.D.T.

Part I: Section 2, Required Submittal Forms: Contractor Disclosure and Declaration Affidavit is hereby modified to add additional clauses, attached hereto as Attachment No. 2, and dated 06.01.2017

Exhibit A.1, Bid Schedule: Bid Schedule is hereby modified to line items, attached hereto as Attachment No. 3.

Exhibit C, Supplemental Conditions and Technical Specifications, Section 02922: Amended Soil and Mulch: Section 02922: Amended Soil and Mulch is hereby modified to line items, attached hereto as Attachment No. 4.

Exhibit C, Supplemental Conditions and Technical Specifications, Section 02681: Subdrainage for Stormwater Quality Facilities: Section 02681: Subdrainage for Stormwater Quality Facilities is hereby modified to line items, attached hereto as Attachment No. 5.

All questions and inquiries concerning this project should be directed in writing to Ms. Stacy E. Hobson, Contracting Officer, Department of Procurement, 55 Trinity Avenue, S.W., City Hall South, Suite 1900, Atlanta, Georgia 30303 or questions may be e-mailed to [email protected] or by efax to (404) 979.7785.

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 3

The Bid due date HAS been modified and Bids are due on Wednesday, June 21, 2017 and should be time stamped in no later than 2:00 P.M. E.D.T. and delivered to the address listed below:

Angela M. Hinton Interim Chief Procurement Officer

Department of Procurement 55 Trinity Avenue, S. W.

City Hall South, Suite 1900 Atlanta, Georgia 30303

**All other pertinent information is to remain unchanged**

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 4 Acknowledgment of Addendum No. 1 Bidders must sign below and return this form with Bid to the Department of Procurement, 55 Trinity Avenue, City Hall South, Suite 1900, Atlanta, Georgia 30303 as acknowledgment of receipt of this Addendum. This is to acknowledge receipt of Addendum No. 1 for FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) on this the ______ day of ______________, 20___. Legal Company Name of Bidder Signature of Authorized Representative Printed Name Title Date

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 5

Attachment No. 1 Questions and Answers

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 6

Questions and Answers

1) What is the estimated budget for project?

Answer:

We do not supply project budget information to potential bidders during the bid process.

2) Can the city please clearly what is intended by the word Luminaire on the Traffic signal plans for the Stain poles. Are we to provide lighting for the new Mast Arms in the signals?

a. If we are to provide these lights where the power for these lights coming from?

Answer:

Yes, the signal poles are to have street lights installed onto the poles. Power is to be supplied on this project as it has been supplied to other City other lighting on the projects. See Lighting Plans.

3) What is the estimated budget for project?

Answer:

We do not supply project budget information to potential bidders during the bid process.

4) Can the City please confirm where contractors should include the cost for the overhead street name signs?

Answer:

The contractors should include the cost for the overhead street name signs at 636-1045 HIGHWAY SIGNS, TP 2 MATL, REFL SHEETING, TP 11, This will be corrected and add to plans and bid form.

5) On Drawing 27-19 it states Type 2 Type 11 sign material but there is not a pay item for this type of sign material?

Answer:

The pay item for this project is 636-1045 HIGHWAY SIGNS, TP 2 MATL, REFL SHEETING, TP 11, This will be corrected and add to plans and bid form.

6) Has a subsurface utility exploration been performed for this project and if so, can it be made available?

Answer:

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 7

The subsurface utility exploration has been performed for this project and is available. The link to the revised project plans (with a revised plan pages summary 3-01) is https://we.tl/Gul1yIOb6S.

7) Please confirm the allowable work hours for this contract?

Answer:

The allowable work hours for this project is from 9am to 4pm. However, the City may alter allowable workhours.

8) Will escalation be allowed per GDOT protocols for work that is delayed by utility relocations outside the scope of work in this contract?

Answer:

No. The City will review both the Contractor’s schedule and GA Power’s progress to produce an agreed upon construction staging plan prior to releasing the Contractor’s Notice to Proceed letter.

9) What, if any, other utilities will be relocated underground outside of this contract that will conflict with work for this contract?

Answer:

All existing aerial utilities will be relocated underground from Vine Street to Northside Drive.

10) It was mentioned at the pre-bid meeting that GA Power would be relocating utilities underground prior to the start of work for this contract?

Answer:

Yes, all existing aerial utilities are being relocated underground from Vine Street to Northside Drive. The City will review both the Contractor’s schedule and GA Power’s progress to produce an agreed upon construction staging plan prior to releasing the Contractor’s Notice to Proceed letter.

11) Please provide a utility relocation schedule for this project?

Answer:

A utility relocation schedule will be provided to the successful bidder following contract award.

12) The bid documents reference local bidder preferences and joint venture encouragement; if a prime contractor submits the lowest responsive bid and is not a local bidder or a member of a

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 8

joint venture, what circumstances would prevent that prime contractor with a low responsive bid from being awarded the contract?

Answer:

The solicitation Table of Contents is hereby modified to revise the solicitation table of contents to remove to Appendix C – Local Bidder Preference Program. The solicitation is hereby modified to omit Appendix C: Local Bidder Preference Program.

13) Please confirm that City of Atlanta FBE/MBE/AABE firms will not count towards DBE utilization for this project?

Answer:

Please reference Appendix A – Requirements of the Office of Contract Compliance.

14) Please clarify the DBE requirements – a question was asked at the pre-bid about the national requirement of 10% vs. the stated requirement of 31.5%; which one governs?

Answer:

As referenced in the official solicitation documents under Federal Clauses and Appendix A – Requirements of the Office of Contract Compliance, “The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 31.5%. A separate contract goal of 31.5% DBE participation has been established for this procurement.”

15) This project bids the same week as the GDOT June letting (Friday, June 16) – may the bid date be postponed until after the letting to allow prime contractors, subs, and suppliers more time to prepare competitive prices for this project?

a. Our concern is that subs and suppliers may be focused on the state letting and may not be as responsive during the week of the letting?

Answer:

The Bid due date HAS been modified and Bids are due on Wednesday, June 21, 2017 and should be time stamped in no later than 2:00 P.M. E.D.T. and delivered to the address listed below:

Angela M. Hinton

Interim Chief Procurement Officer Department of Procurement

55 Trinity Avenue, S. W. City Hall South, Suite 1900

Atlanta, Georgia 30303

16) Who will prepare and implement timing for the traffic signals?

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 9

Answer:

The party responsible for preparation and implementation timing for the traffic signals is to be determined at a later date; this work will be done under a separate contract.

17) Have all permit revisions been submitted and approved by GDOT on the traffic signal work?

Answer:

The City will acquire the signal permit revision needed for the Northside Drive signal prior to issuing NTP to the Contractor.

18) Do submittals need to be submitted to GDOT for approval?

Answer:

No, submittals will be submitted to and approved by the City of Atlanta.

19) Who will provide the fiber optic splice details?

Answer:

City of Atlanta or the City’s Consultant will provide the fiber optic splice details.

20) Do anchor bolts for mast arm poles need to be tested by GDOT lab?

Answer:

No, anchor bolts do not need to be tested by GDOT

21) Are there any instructions for filling out the form entitled Disclosure for Lobbing Activities? Some of the questions are not self-explanatory.

Answer:

Please complete and sign the form entitled, Disclosure for Lobbing Activities. If supporting documentation is needed, please provide the required information.

22) On Sheet 22-02, Elliptical pipe is called out there but no line item for it on the schedule of values?

Answer:

The line item for the Elliptical pipe on the schedule of values is Pay Item: 550-3000 ELLIPTICAL PIPE - 18 IN LF. This will be added to the schedule of values.

23) What constitutes the buffer materials as called out on sheet 12 of 211?

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 10

Answer:

Brick pavers constitute Buffer material as categorized on 12 of 211.

24) Drawings call for adjustment of telephone manholes. Is that the responsibility of Bellsouth/AT&T or the Contractor; typically, they only allow their approved contractors to handle their adjustments?

Answer:

The utility company holds the responsibility of the adjustment of telephone manholes not the contractor.

25) Are there any specs for the Engineered soil mix or a reference supplier?

Answer:

The specs for the Engineered soil mix and a reference supplier are in this solicitation. See section 704 and 708 in the technical specifications section.

26) How does the City plan to insert the fence pipe into the slopped granite curb per sheet 38-005?

Answer:

The fence should be installed directly behind the granite curb instead of in curb. This has been revised on the plan.

27) What is the contractor’s responsibility regarding the bus shelter?

a. Is it limited only to the concrete pad installation?

Answer:

The contractor is to furnish the bus shelters, construct the concrete pad, and install the shelters.

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 11

Attachment No. 2

PART I – SECTION 2 REQUIRED SUBMITTAL FORMS

CONTRACTOR DISCLOSURE AND

DECLARATION AFFIDAVIT

YES

NO

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 1 of 8)

Instructions: Provide the following information for the entity or individual completing this Form (the“Individual/Entity”).

3. E-Mail Address:

4. Name and title of Contact Person for the Individual/Entity:

5. Is the Individual/Entity authorized to transact business in the State of Georgia?

Any legal entity that, directly or indirectly through one of moreintermediate legal entities, controls, is controlled by or is under common controlwith the Respondent or a member of Respondent.

Any person or entity having a contract with the City of Atlanta ("City").

The controlling entity: (i) possesses, directly or indirectly, the power to direct orcause the direction of the management and policies of the controlled entity,whether through the ownership of voting securities or by contract or otherwise;or (ii) has direct or indirect ownership in the aggregate of fifty-one (51%) ormore of any class of voting or equity interests in the controlled entity.

Any individual or entity that submits a Bid in response to a solicitation.

If the Respondent is an individual, then that individual must complete and signthis Contractor Disclosure and Declaration Form where indicated. If theRespondent is an entity, then an authorized representative of that entity mustcomplete and sign this Contractor Disclosure and Declaration Form whereindicated. If the Respondent is a newly formed entity (formed within the lastthree years), then an authorized representative of that entity must complete andsign this Contractor Disclosure and Declaration Form where indicated, and eachof the members or owners of the entity must also complete and sign separateContractor Disclosure and Declaration Form where indicated.

DEFINITIONS FOR THE PURPOSE OF THIS DISCLOSURE AND DECLARATION FORM“Affiliate”

“Contractor or Vendor”

“Control”

“Respondent or Offeror” (the

terms are interchangeably used

on this Form)

A. Basic Information:

1. Name of Individual/Entity responding to this solicitation:

2. Name of the authorized representative for the responding Entity:

(Attach documentation evidencing authority to transact business in the Stateof Georgia, not limited to Georgia Secretary of State documentation.)

B. Individual/Entity Information:

1. Principal Office Address:

2. Telephone and Facsimile Numbers:

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 2 of 8)

5. Has the Respondent received any citations or notices of violation from any governmentagency in connection with any of Respondent’s work during the past ten (10) years (includingOSHA violations)? Describe any citation or notices of violation which Respondent received.

6. Please state whether any of the following events have occurred in the last ten (10) years withrespect to the Respondent. If any answer is yes, explain fully the circumstances surrounding thesubject matter of the affirmative answer:

(b) Whether Respondent was subject of any order, judgment or decree notsubsequently reversed, suspended or vacated by any court permanently enjoiningRespondent from engaging in any type of business practice?

(c) Whether Respondent was the subject of any civil or criminal proceeding in whichthere was a final adjudication adverse to Respondent which directly arose fromactivities conducted by Respondent.

3. If “yes” to question number 2, were any of the parties to the suit a bonding company,insurance company, an owner, or otherwise? If so, attach a sheet listing all parties and indicatethe type of company involved.

4. Has the Respondent been charged with a criminal offense within the last ten (10) years?

1. Please describe the general development of the Respondent's business during the past ten (10) years,or such shorter period of time that the Respondent has been in business.

If you answer “YES” to any of the following questions, you must provide on a separate page the detailsnecessary to explain the nature and circumstances of each action, event, matter, relationship or practiceinvolved, including but not limited to: names of persons or entities involved, status and/or outcome ofeach instance. Further, if the matter involves a criminal charge, litigation of any type, or other court oradministrative charge or proceeding, then the name of the court or tribunal and the file or referencenumber must be provided. Any information must be provided on a separate page, attached to this formand submitted with your Bid.

2. Are there any lawsuits, administrative actions or litigation to which Respondent is currently aparty or has been a party (either as a plaintiff or defendant) during the past ten (10) years basedupon fraud, theft, breach of contract, misrepresentation, safety, wrongful death or other similarconduct? If the answer to this question is “NO”, then please proceed to question number 4.

C. Questionnaire

(a) Whether Respondent, or Affiliate currently or previously associated withRespondent, has ever filed a petition in bankruptcy, taken any actions with respect toinsolvency, reorganization, receivership, moratorium or assignment for the benefit ofcreditors, or otherwise sought relief from creditors?

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

YES NO

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 3 of 8)

7. Has any employee, agent or representative of Respondent who is or will be directly involvedin the project, in the last ten (10) years:

8. Whether any employee, agent, or representative of Respondent who is or will be directlyinvolved in the project has or had within the last ten (10) years a direct or indirect businessrelationship with any elected or appointed City official or with any City employee?

9. Whether Respondent has provided employment or compensation to any third partyintermediary, agent, or lobbyist to directly or indirectly communicate with any City official oremployee, or municipal official or employee in connection with any transaction or investmentinvolving your firm and the City?

10. Whether Respondent, or any agent, officer, director, or employee of your organization hassolicited or made a contribution to any City official or member, or to the political party orpolitical action committee within the previous five (5) years?

11. Has the Respondent or any agent, officer, director, or employee been terminated, suspended,or debarred (for cause or otherwise) from any work being performed for the City or any otherFederal, State or Local Government?

12. Has the Respondent, member of Respondent’s team or officer of any of them (with respectto any matter involving the business practice or activities of his or her employer) been notifiedwithin the five (5) years preceding the date of this offer that any of them are the target of acriminal investigation, grand jury investigation, or civil enforcement proceeding?

13. Please identify any Personal or Financial Relationships that may give rise to a conflict ofinterest as defined below. [Please be advised that you may be ineligible for award of contract ifyou have a personal or financial relationship that constitutes a conflict of interest that cannot beavoided]:

(b) directly or indirectly, received revenues from the City?

(c) directly or indirectly, received revenues from conducting business on City propertyor pursuant to any contract with the City?

(a) Personal relationships: executives, board members and partners in firmssubmitting offers must disclose familial relationships with employees, officers andelected officials of the City of Atlanta. Familial relationships shall include spouse,domestic partner registered under Atlanta City Code Section 94-133, mother, father,sister, brother, and natural or adopted children of an official or employee.

(b) Financial relationships: Respondent must disclose any interest held with a Cityemployee or official, or family members of a City employee or official, which mayyield, directly or indirectly, a monetary or other material benefit to the Respondent orthe Respondent’s family members. Please describe:

(a) directly or indirectly, had a business relationship with the City?

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 4 of 8)

D. REPRESENTATIONS

Anti-Lobbying Provision. All respondents, including agents, employees, representatives, lobbyists, attorneys andproposed partner(s), subcontractor(s) or joint venturer(s), will refrain, under penalty of the respondent’sdisqualification, from direct or indirect contact for the purpose of influencing the selection or creating bias in theselection process with any person who may play a part in the selection process.

Certification of Independent Price Determination/Non-Collusion. Collusion and other anticompetitivepractices among Bidders are prohibited by city, state and federal laws. All Respondents shall identify a personhaving authority to sign for the Respondent who shall certify, in writing, as follows:

“I certify that this bid is made without prior understanding, agreement, or connection with anycorporation, firm, or person submitting an or offer for the same supplies, labor, services, construction,materials or equipment to be furnished or professional or consultant services, and is in all respects fairand without collusion or fraud. I understand collusive bidding is a violation of city, state and federallaw and can result in fines, prison sentences, and civil damages awards. By signing this document, Iagree to abide by all conditions of this solicitation and offer and certify that I am authorized to sign forthis Respondent.”

Certify Satisfaction of all Underlying Obligations. (If Applicable) If a Contract is awarded through thissolicitation, then such Contractor should know that before final payment is made to a Contractor by the City, theContractor shall certify to the City in writing, in a form satisfactory to the City, that all subcontractors,materialmen suppliers and similar firms or persons involved in the City contract have been paid in full at the timeof final payment to the Contractor by the City or will be paid in full utilizing the monies constituting finalpayment to the Contractor.

Confidentiality. Details of the Bids/Proposals will not be discussed with other respondents during the selectionprocess. Respondent should be aware, however, that all Bids and information submitted therein may becomesubject to public inspection following award of the contract. Each Respondent should consider this possibilityand, where trade secrets or other proprietary information may be involved, may choose to provide in lieu of suchproprietary information, an explanation as to why such information is not provided in its Bid/Proposal.However, the respondent may be required to submit such required information before further consideration.

Equal Employment Opportunity (EEO) Provision. All bidders or proponents will be required to comply withsections 2-1200 and 2-1414 of the City of Atlanta Code of Ordinances, as follows: During the performance ofthe agreement, the Contractor agrees as follows:

a. The Contractor shall not discriminate against any employee, or applicant for employment,because of race, color, creed, religion, sex, domestic relationship status, parental status, familial status,sexual orientation, national origin, gender identity, age, disability, or political affiliation. As used here,the words "shall not discriminate" shall mean and include without limitation the following:

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

c. The Contractor shall send to each labor union or representative of workers with which theContractor may have a collective bargaining agreement or other contract or understanding a noticeadvising the labor union or workers' representative of the Contractor's commitments under the equalemployment opportunity program of the City of Atlanta and under the Code of Ordinances and shallpost copies of the notice in conspicuous places available to employees and applicants foremployment. The Contractor shall register all workers in the skilled trades who are below thejourneyman level with the U.S. Bureau of Apprenticeship and Training.

d. The Contractor shall furnish all information and reports required by the contract complianceofficer pursuant to the Code of Ordinances, and shall permit access to the books, records, and accountsof the Contractor during normal business hours by the contract compliance officer for the purpose ofinvestigation so as to ascertain compliance with the program.

f. The Contractor and its subcontractors, if any, shall file compliance reports at reasonable times andintervals with the city in the form and to the extent prescribed by the contract compliance officer.Compliance reports filed at such times directed shall contain information as to employment practices,policies, programs and statistics of the Contractor and its subcontractors.

g. The Contractor shall include the provisions of paragraphs (a) through (h) of this equalemployment opportunity clause in every subcontract or purchase order so that such provisions will bebinding upon each subcontractor or vendor.

b. The Contractor shall, in all solicitations or advertisements for employees, placed by or on behalf ofthe Contractor, state that all qualified applicants will receive consideration for employment withoutregard to race, color, creed, religion, sex, domestic relationship status, parental status, familial status,sexual orientation, national origin, gender identity, age, disability, or political affiliation.

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 5 of 8)

Recruited, whether by advertising or other means; compensated, whether in the form of rates of pay, orother forms of compensation; selected for training, including apprenticeship; promoted; upgraded;demoted; downgraded; transferred; laid off; and terminated.

The Contractor agrees to and shall post in conspicuous places, available to employees and applicantsfor employment, notices to be provided by the contracting officers setting forth the provisions of theEEO clause.

e. The Contractor shall take such action with respect to any subcontractor as the city may direct as ameans of enforcing the provisions of paragraphs (a) through (h) herein, including penalties andsanctions for noncompliance; provided, however, that in the event the Contractor becomesinvolved in or is threatened with litigation as a result of such direction by the city, the city will enterinto such litigation as is necessary to protect the interest of the city and to effectuate the equalemployment opportunity program of the city; and, in the case of contracts receiving federal assistance,the Contractor or the city may request the United States to enter into such litigation to protect theinterests of the United States.

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 6 of 8)

( ) pprocedure herein set forth or as may be provided for by the contract, appropriateproceedings may be brought to enforce those provisions, including the enjoining, withinapplicable law, of Contractors, subcontractors or other organizations, individuals orgroups who prevent or seek to prevent directly or indirectly compliance with thepolicy as herein provided.

Prohibition on Kickbacks or Gratuities/Non-Gratuity. The undersigned acknowledges the following prohibitions on kickbacks and gratuities:

h. A finding, as hereinafter provided, that a refusal by the Contractor or subcontractor to comply withany portion of this program, as herein provided and described, may subject the offending party to anyor all of the following penalties:

(1) Withholding from the Contractor in violation all future payments under the involvedcontract until it is determined that the Contractor or subcontractor is in compliance with theprovisions of the contract;

(2) Refusal of all future bids for any contract with the City of Atlanta or any of itsdepartments or divisions until such time as the Contractor or subcontractor demonstratesthat there has been established and there shall be carried out all of the provisions of theprogram as provided in the Code of Ordinances;

(3) Cancellation of the public contract; and

a. It is unethical for any person to offer, give or agree to give any employee or former employee agratuity or an offer of employment in connection with any decision, approval, disapproval,recommendation, preparation or any part of a program requirement or a purchase request, influencingthe content of any specification or procurement standard, rendering of advice, investigation, auditingor in any other advisory capacity in any proceeding or application, request for ruling, determination,claim or controversy or other particular matter pertaining to any program requirement or a contract orsubcontract or to any solicitation or Bid therefor. b. It is unethical for any employee or former employee to solicit, demand, accept or agree to acceptfrom another person a gratuity or an offer of employment in connection with any decision, approval,disapproval, recommendation, preparation or any part of a program requirement or a purchase request,influencing the content of any specification or procurement standard, rendering of advice,investigation, auditing or in any other advisory capacity in any proceeding or application, request forruling, determination, claim or controversy or other particular matter pertaining to any programrequirement or a contract or subcontract or to any solicitation or Bid therefor.

c. It is also unethical for any payment, gratuity or offer of employment to be made by or on behalf ofa subcontractor under a contract to the prime Contractor or higher tier subcontractor or any personassociated therewith as an inducement for the award of a subcontract or order.

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 7 of 8)

Declaration

Under penalty of perjury, I declare that I have examined this Contractor Disclosure and Declaration Form and allattachments to it, if applicable, and, to the best of my knowledge and belief all statements contained herein and in any attachments, if applicable, are true, correct and complete. I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm,or person submitting an offer for the same supplies, services, construction, or professional or consultant services,and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of city,state and federal law and can result in fines, prison sentences, and civil damages awards. I agree to abide by allconditions of this solicitation and offer and certify that I am authorized to sign for this Respondent.

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

Required Submittal (FORM 2)Contractor Disclosure and Declaration Form (Page 8 of 8)

FOR INTERNAL USE ONLY

Project Name/Number: FC/BID- _________________________________________ Proponent: ____________________________________________________________

This is to acknowledge that this Contractor Disclosure and Declaration Form has been reviewed andappropriate actions have been taken in accordance with City of Atlanta Procurement Code Section 2-1214and Department of Procurement procedures.

__________________________________ Print Name of Procurement Professional

__________________________________ Print Title of Procurement Professional

__________________________________ SIGNATURE

__________________________________ Print Name of Chief Procurement Officer

__________________________________Signature of Chief Procurement Officer

__________________________________ Date

1 of 7                                                    FC‐9743 –  ConstructionImprovement Project for Martin Luther King Jr. Drive (LCI)Form Rev.001 05/30/2017

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 12

Attachment No. 3

EXHIBIT A.1

BID SCHEDULE

Martin Luther King Jr. Dr. Complete Street Improvements from Ollie St. to Northside Drive (LCI Project) - BID SCHEDULE

The BIDDER will complete the Work in accordance with the Contract Documents for the following price(s):

ITEM NO. ITEM DESCRIPTION UNIT OF MEASURE

ESTIMATED QUANTITY

BID UNIT PRICE

BID PRICE

ROADWAY ITEMS

150-1000 TRAFFIC CONTROL LS LUMP

210-0100 GRADING COMPLETE LS LUMP

310-1101 GR AGGR BASE CRS, INCL MATL TN 1700

400-9000 CROSSWALK IMPRINT MIX ASPH. CONCRETE CONSTRUCTION SY 1400

400-9000 FLUSH MEDIAN IMPRINT MIX ASPH. CONCRETE CONSTRUCTION SY 58

402-1802 RECYCLED ASPH CONC PATCHING, INCL BITUM MATL & H LIME TN 500

402-1812 RECYCLED ASPH CONC LEVELING, INCL BITUM MATL & H LIME TN 350

402-3121 RECYCLED ASPH CONC 25 MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME

TN 300

402-3130 RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM

MATL & H LIME TN 2700

402-3190 RECYCLED ASPH CONC 19 MM SUPERPAVE, GP 1 OR 2,INCL BITUM MATL

& H LIME TN 160

413-0750 TACK COAT GAL 1800

432-5010 MILL ASPH CONC PVMT, VARIABLE DEPTH SY 5000

437-1651 STRAIGHT GRANITE CURB, 6 IN X 15 IN, SPLIT STRAIGHT FACE LF 3000

437-1652 STRAIGHT GRANITE CURB, 6 IN X 15 IN, SEWN SLOPED FACE LF 7200

437-2651 CIRCULAR GRANITE CURB, 6 IN X 15 IN, SPLIT STRAIGHT FACE LF 2000

437-2652 CIRCULAR GRANITE CURB, 6 IN X 15 IN, SEWN SLOPED FACE LF 1800

441-0016 DRIVEWAY CONCRETE, 6 IN TK SY 110

441-0104 CONC SIDEWALK, 4 IN SY 5900

441-4030 CONC VALLEY GUTTER, 8 IN SY 97

500-3900 CLASS B CONCRETE, INCL REINF STEEL CY 18

500-9999 CLASS B CONC, BASE OR PVMT WIDENING CY 140

550-1180 STORM DRAIN PIPE, 18 IN, H 1-10 LF 500

550-3000 ELLIPTICAL PIPE - 18 IN. LF 52

607-1000 MORTAR RUBBLE MASONRY CY 94

611-3020 RECONSTR SAN SEW MANHOLE, TYPE 1 EA 2

611-8040 ADJUST DROP INLET TO GRADE EA 8

611-3030 RECONSTR STORM SEW MANHOLE, TYPE 1 EA 12

611-5593 RELOCATE WATER VALVE EA 1

611-8050 ADJUST MANHOLE TO GRADE EA 16

632-0003 CHANGEABLE MESSAGE SIGN, PORTABLE, TYPE 3 EA 2

635-1000 BARRICADES LF 13

643-8300 ORNAMENTAL FENCE, 4 FT LF 544

668-1100 CATCH BASIN, GP 1 EA 1

668-2100 DROP INLET, GP 1 EA 33

668-2110 DROP INLET, GP 1, ADDL DEPTH LF 30

BIKE SAFETY GRATES EA 8

668-4300 STORM SEWER MANHOLE, TP 1 EA 4

668-4311 STORM SEWER MANHOLE, TP 1, ADDL DEPTH, CL 1 LF 6

668-6106 TRENCH DRAIN, 6 IN LF 260

900-0035 BRICK PAVERS INCL SAND SF 20600

900-0526 BOLLARDS EA 17

EROSION CONTROL ITEMS

163-0232 TEMPORARY GRASSING AC 1

163-0240 MULCH TN 17

163-0300 CONSTRUCTION EXIT EA 1

163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP EA 56

165-0010 MAINTENANCE OF TEMPORARY SILT FENCE, TP A LF 1400

165-0101 MAINTENANCE OF CONSTRUCTION EXIT EA 1

165-0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 56

167-1000 WATER QUALITY MONITORING AND SAMPLING EA 1

167-1500 WATER QUALITY INSPECTIONS MO 6

171-0010 TEMPORARY SILT FENCE, TYPE A LF 2700

700-7000 AGRICULTURAL LIME TN 1

700-8000 FERTILIZER MIXED GRADE TN 1

700-8100 FERTILIZER NITROGEN CONTENT LB 1

700-9300 SOD SY 320

LANDSCAPE ITEMS

643-8300 ORNAMENTAL FENCE, 12" LF 1562

702-0006 ABELIA X GRANDIFLORA - EA 184

702-0500 JUNIPERUS CONFERTA - EA 235

702-0542 LAGERSTROEMIA INDICA - EA 28

702-0544 LANTANA CAMARA - EA 14

702-0560 LIRIOPE MUSCARI 'BIG BLUE' - EA 1818

702-0610 LOROPETALUM CHINENSIS - RUBRUM RUBY EA 13

702-0610 LOROPETALUM CHINENSIS - PURPLE PIXIE EA 10

702-0678 MULLENBERGIA CAPILLARIS- EA 63

702-0897 QUERCUS NUTTALLI - EA 58

702-9025 LANDSCAPE MULCH - TRIPLE SHREDDED HARDWOOD MULCH, 3 IN DEPTH

SY 1319

703-4200 TREE GRATES EA 4

708-1000 PLANT TOPSOIL CY 1160

754-5000 BENCH EA 9

754-6000 BICYCLE RACK EA 10

754-4000 WASTE RECEPTACLE UNIT EA 12

763-0110 BUS SHELTER LS 2

STORMWATER PLANTER ITEMS

704-1000 STORMWATER PLANTER, TYPE A EA 8

704-1000 STORMWATER PLANTER, TYPE B EA 11

LIGHTING ITEMS

615-1200 DIRECTIONAL BORE - 2 IN LF 317

681-4120 LIGHTING STD, 12 FT MH, POST TOP EA 19

681-4299 LIGHTING STD, 30 FT MH, 4 FT ARM EA 19

681-6318 LUMINAIRE, TP 3, 150 WATT, LED EA 19

681-6900 LUMINAIRE, TP 5, 60 WATT, LED EA 19

682-1404 CABLE, TP XHHW, AWG NO 10 LF 19484

682-1405 CABLE, TP XHHW, AWG NO 8 LF 43270

682-6222 CONDUIT, NONMETL, TP 2, 2 IN LF 3124

682-6225 CONDUIT, NONMETL, TP 2, 2 1/2 IN LF 36

682-9000 MAIN SERVICE PICK UP POINT LS LUMP

682-9022 ELECTRICAL JUNCTION BOX, REINFORCED PLASTIC MORTAR EA 42

UTILITY ITEMS

611-3020 RECONSTR SAN SEW MANHOLE, TYPE 1 EA 2

611-8120 ADJUST WATER METER BOX TO GRADE EA 6

611-8140 ADJUST WATER VALVE BOX TO GRADE EA 64

611-8050 ADJUST SANITARY SEWER MH TO GRADE EA 32

611-8050 ADJUST TELEPHONE MH TO GRADE EA 12

670-9710 RELOCATE EXIST FIRE HYDRANT EA 3

670-9720 RELOCATE EXIST WATER VALVE, INCL BOX EA 1

SIGNING, MARKING AND SIGNAL ITEMS

615-1100 3" DIRECTIONAL BORE LF 420

615-1100 5" DIRECTIONAL BORE LF 65

615-1100 7" DIRECTIONAL BORE LF 1106

615-1100 9" DIRECTIONAL BORE LF 141

636-1036 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, TP 11 SF 440

636-1033 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, TP 9 SF 195

636-1045 HIGHWAY SIGNS, TP 2 MATL, REFL SHEETING, TP 11 SF 398

636-2099 DECORATIVE SIGN POSTS EA 32

639-2001 STEEL WIRE STRAND CABLE, 1/4 IN LF 4220

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 25' MAST ARM EA 4

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 30' MAST ARM EA 2

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 35' MAST ARM EA 2

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 40' MAST ARM EA 2

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 45' MAST ARM EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 55' MAST ARM EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 60' MAST ARM EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 25' & (1) 30' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 25' & (1) 35' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 30' & (1) 35' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 30' & (1) 50' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 30' & (1) 55' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 35' & (1) 40' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 35' & (1) 45' MAST ARMS EA 1

639-3004 DECORATIVE STRAIN POLE, TP IV, W/ (1) 35' & (1) 50' MAST ARMS EA 1

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 1 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 2 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 3 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 4 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 5 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 6 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 7 LUMP LUMP

647-1000 TRAFFIC SIGNAL INSTALLATION NO. 8 LUMP LUMP

647-2141 PULL BOX, PB-4S EA 15

647-2170 PULL BOX, PB-7 EA 7

652-9001 COLOR-SAFE COLOR PAVEMENT MARKING AND ANTI-SKID SURFACING, (GREEN)

SY 588

653-0105 PAVEMENT MARKING, BIKE SHARED LANE SYMBOL EA 16

653-0110 THERMOPLASTIC PVMT MARKING, ARROW, TP 1 EA 31

653-0120 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 EA 47

653-0150 THERMOPLASTIC PVMT MARKING, ARROW, TP 5 EA 3

653-0210 THERMOPLASTIC PVMT MARKING, WORD, TP 1 EA 4

653-0320 THERMOPLASTIC PVMT MARKING, SYMBOL, TP 4 EA 30

653-1501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE LF 9617

653-1502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW LF 10669

653-1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE LF 585

653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE LF 2733

653-3501 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE GLF 2313

653-3502 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, YELLOW GLF 6650

653-3503 THERMOPLASTIC SKIP TRAF STRIPE, 6 IN, WHITE GLF 92

653-6004 THERMOPLASTIC TRAF STRIPING, WHITE SY 226

653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW SY 269

654-1001 RAISED PVMT MARKERS TP 1 EA 255

654-1003 RAISED PVMT MARKERS TP 3 EA 102

682-6120 CONDUIT, RIGID, 2 IN LF 225

682-6222 CONDUIT, NONMETL, TP 2, 2 IN LF 220

682-6233 CONDUIT, NONMETL, TP 3, 2 IN LF 6210

682-9010 SVC POLE RISER EA 5

935-1119 OUTSIDE PLANT FIBER OPTIC CABLE, LOOSE TUBE, SINGLE MODE, 288 FIBER

LF 6720

935-1512 OUTSIDE PLANT FIBER OPTIC CABLE, DROP, SINGLE MODE, 12 FIBER LF 855

935-3109 FIBER OPTIC CLOSURE, UNDERGROUND, 288 FIBER EA 3

935-3208 FIBER OPTIC CLOSURE, AERIAL (SEALED), 288-FIBER EA 6

935-3603 FIBER OPTIC CLOSURE, FDC PRE-TERMINATED, TYPE A, 12-FIBER EA 7

935-4010 FIBER OPTIC SPLICE, FUSION EA 152

935-5050 FIBER OPTIC PATCH CORD, SM EA 28

935-5060 FIBER OPTIC SNOWSHOE EA 6

935-8000 TESTING LS 5

937-6000 MICROWAVE RADAR DETECTION ASSEMBLY EA 34

937-8020 TESTING-MICROWAVE DETECTION SYSTEM LUMP LUMP

937-8520 TRAINING-MICROWAVE DETECTION SYSTEM LUMP LUMP

939-2301 FIELD SWITCH, TYPE B EA 7

999-3800 RECTANGULAR RAPID BEACON ASSEMBLY EA 16

 

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 13

Attachment No. 4

EXHIBIT C

SUPPLEMENTAL CONDITIONS AND TECHNICAL SPECIFICATIONS, SECTION

02922: AMENDED SOIL AND MULCH

CITY OF ATLANTA AMENDED SOIL AND MULCH Construction and Improvement Project for MLK Jr. Drive (LCI) 02922-1

SECTION 02922

AMENDED SOIL AND MULCH PART 1 GENERAL 1.01 DESCRIPTION OF WORK

A. Section includes furnishing and installation of amended soil (engineered soil mix) and mulch for bioretention areas, bioswales and other stormwater quality facilities.

C. Related Work Specified Elsewhere in the Green Infrastructure Specifications: 1. Section 02681 – Subdrainage for Stormwater Quality Facilities

1.02 REFERENCES

A. ASTM International:

1. ASTM C 33, Standard Specification for Concrete Aggregates

2. ASTM D 2974, Standard Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils

3. ATM D 3385, Standard Test Method for Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer

4. ASTM D 4542, Standard Test Method for Pore Water Extraction and

Determination of the Soluble Salt Content of Soils by Refractometer

5. ASTM D 4972, Standard Test Method for pH of Soils

6. ASTM D 5268, Standard Specification for Topsoil Used for Landscaping Purposes

1.03 SUBMITTALS

A. Submittals shall be made in accordance with the requirements of the Contract Documents.

B. Submit the following for review and approval prior to shipment of materials to the Site:

1. Written documentation from manufacturers or suppliers for materials to be furnished under this Section. Include description of origin and composition of the materials.

2. Material test results including infiltration rate. Source quality control test results.

3. Minimum 1 gallon samples of proposed materials.

CITY OF ATLANTA AMENDED SOIL AND MULCH Construction and Improvement Project for MLK Jr. Drive (LCI) 02922-2

1.04 QUALITY ASSURANCE

A. Contractor shall retain the services of an approved independent soil testing firm to perform testing of engineered soil mix as specified in this Section.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle materials in a manner to prevent damage and deterioration.

B. Engineered soil mix and mulch shall be delivered to the Site using clean equipment, and separately stockpiled in areas approved by the Owner’s representative. Adequately protect to preserve the materials’ fitness and quality.

1.06 PROJECT CONDITIONS

A. Conform to the specifications in this Section for required environmental conditions for construction work, including site moisture conditions, ambient temperature.

B. Existing site conditions impacting the work are indicated on the Drawings.

1.07 SCHEDULING

A. Coordinate furnishing and placement of specified materials with related construction work specified in other referenced specification sections.

PART 2 PRODUCTS 2.01 SOURCE QUALITY CONTROL

A. Proposed materials and sources of supply shall be approved by the Owner’s representative as specified, prior to use of the materials in the construction.

B. The independent testing firm shall sample and analyze proposed engineered soil mix as

specified in this Section. C. Tests on amended soil shall be performed once per location for pH and organic content. Tests

for remaining parameters are required for every 500 cubic yards of soil mix, and at a minimum once per location.

CITY OF ATLANTA AMENDED SOIL AND MULCH Construction and Improvement Project for MLK Jr. Drive (LCI) 02922-3

2.02 ENGINEERED SOIL MIX

A. Engineered soil mix shall consist of a mixture of sand, clay, silt and organic matter meeting the following specifications:

1. Classified as a sandy loam or loamy sand. 2. Sand Content: 70%-80%% clean washed sand (dry weight basis), conforming to

the gradation requirements for fine aggregate in ASTM C 33. 3. Fines (Clay and Silt) Content: Not greater than 10% including topsoil (dry weight

basis). 4. Topsoil: 10%- 20% (dry weight basis). 5. Compost: 5% to 10% (dry weight basis). 6. Infiltration rate: At least 1 inch per hour, and preferred rate of 1 to 2 inches per

hour (as determined using ASTM D 3385 or other approved test method). 7. pH: 5.5 to 6.5 (as determined using ASTM D 4972. 8. Organic Content: 3 to 10 percent (as determined using ASTM D 2974 or other

approved test method). 9. Concentration of Soluble Salts: Not to exceed 500 ppm (as determined using

ASTM D 4542).

B. Alternate Soil Mix Materials: Engineered soil mixtures utilizing alternate or synthetic materials are acceptable provided the overall composition is completely equivalent to the infiltration performance specifications in paragraph 2.02.A above. Contractor shall submit a request for substitution of materials along with test results for the proposed alternate mix.

C. Composted Material: Compost shall be a well decomposed, stable, weed-free organic matter

source derived from waste materials including yard debris, wood wastes or other organic materials, not including biosolids, meeting the standards developed by the US Composting Council (USCC).

D. Existing topsoil on the Site may be used as a component of the engineered soil mix. The

existing topsoil shall be treated for weeds, tested for pH, organic content, grain size analysis, and permeability to identify necessary amendments. Topsoil shall conform to the requirements of subsection 2.03.

E. In the event that sufficient topsoil cannot be obtained from on-site excavation, topsoil may be

obtained from outside the limits of the Project as approved by the Owner’s representative.

F. Engineered soil mix shall not be incorporated into the Work until it is has been approved by the Owner’s representative.

2.03 TOPSOIL

A. Topsoil, as a component of engineered soil mix, shall be natural, friable, fertile, loam, sandy loam, silt loam, or sandy clay loam per USDA soil triangle. It shall be a uniform native upland topsoil, free from subsoil, objectionable weeds, litter, stiff clay, stones larger than one-inch in diameter, stumps, roots, trash, toxic substances, or any other material which may be harmful to plant growth or hinder planting operations.

CITY OF ATLANTA AMENDED SOIL AND MULCH Construction and Improvement Project for MLK Jr. Drive (LCI) 02922-4

B. Composition of topsoil material shall be in accordance with ASTM D5268.

2.04 MULCH

A. Mulch shall consist of finely shredded (double shredded) hardwood mulch, or equivalent

material, and shall be well mixed and homogenous, uniform in color and free of foreign material and viable plant seeds. Mulch shall meet the following criteria:

1. 90% of material passing the 1/2 inch screen. 2. Organic Content: 35% to 65% (dry weight basis). 3. pH: 6.0 to 8.0 (as determined using ASTM D 4972).

2.05 DRAINAGE STONE AND UNDERRDRAIN PIPING

A. Specified in Section 02681. 2.06 GEOTEXTILE

A. Specified in Section 02371. PART 3 EXECUTION 3.01 PREPARATION

A. Erosion and sediment control measures shall be implemented to protect construction areas. Conform to the requirements indicated on the Drawings and as specified in Section 02125.

B. Excavate for stormwater quality facilities and construct underdrain system (if required) as

specified in Section 02681 and other applicable specification sections.

C. Prior to placing the underdrain and the engineered soil, the bottom of the excavation (below the bottom of the underdrain and engineered soil mix) shall be roto-tilled or excavated to a minimum depth of 6 inches to alleviate any compaction of the facility bottom. Smooth surface of existing soils. Any substitute method must be approved by the Owner’s representative prior to use. Any ponded water shall be removed from the bottom of the facility and the soil shall be friable before loosening.

D. Install underdrain, if applicable, as directed in Section 02681. 3.02 NOT USED 3.03 PLACEMENT OF ENGINEERED SOIL MIX

A. Engineered soil shall be thoroughly mixed and tested prior to placement.

CITY OF ATLANTA AMENDED SOIL AND MULCH Construction and Improvement Project for MLK Jr. Drive (LCI) 02922-5

B. Place engineered soil mix to the depth and limits indicated on the Drawings. Installation of

engineered soil mix, shall be completed in a manner that will ensure preservation of the infiltrative capacity of the underlying soils. The moisture content of the soil shall be low enough to prevent clumping and compaction during placement.

C. No heavy equipment shall be used within 10 feet of the limits of stormwater quality facilities

before, during, or after placement of the engineered soil mix.

D. The engineered soil mix shall be placed in horizontal layers not to exceed six inches loose depth, and lightly hand-tamped, wetted, or compacted with a small water-filled landscape roller, to reduce the potential for excessive settling.

E. Uniformly grade engineered soil mix to achieve a smooth surface, free of irregular surface

changes. Do not over-work or excessively compact the soil mix. Grade to cross-sections, thickness and elevations indicated on the Drawings. Settling of soil by walking on surface and working with hand equipment is acceptable.

3.04 PLACEMENT OF MULCH

A. Place mulch on top of completed engineered soil mix and around vegetation plantings to a

uniform depth of two to four inches. Place to the full limits of each bioretention area as indicated.

B. Where possible, do not allow mulch to touch plant foliage.

3.05 FIELD QUALITY CONTROL

A. Test drainage of amended soil by filling stormwater quality facility with water twice in

succession. Notify Owner’s representative of water retention exceeding 24 hours. 3.06 MAINTENANCE AND PROTECTION

A. Remove all debris from within the limits of the constructed stormwater quality facilities. B. Protect the constructed areas from erosion and keep free from accumulation of debris. Divert

post-construction stormwater runoff around the areas until vegetative cover has been established.

C. Damage to the constructed areas shall be fully repaired as approved by the Owner’s

representative.

END OF SECTION

FC- 9743, Construction Improvement Project for Martin Luther King Jr. Drive (LCI) Addendum No. 1 June 12, 2017 Page 14

Attachment No. 5

EXHIBIT C

SUPPLEMENTAL CONDITIONS AND TECHNICAL SPECIFICATIONS, SECTION

02681: SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

SECTION 02681 SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. Section includes construction of subdrainage (underdrain) systems to collect and discharge

filtered stormwater runoff in stormwater quality facilities, including installation of piping, drainage stone and other granular materials.

1.02 REFERENCES

A. ASTM International:

1. ASTM D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction

2. ASTM D1785, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic

Pipe, Schedules 40, 80, and 120

3. ASTM D 2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications

4. ASTM D 2466, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic

Pipe Fittings, Schedule 40

5. ASTM D 3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings

6. ASTM D 3212, Standard Specification for Joints for Drain and Sewer Plastic

Pipes Using Flexible Elastomeric Seals

7. ASTM F 477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

8. ASTM F 810, Standard Specification for Smoothwall Polyethylene (PE) Pipe for

Use in Drainage and Waste Disposal Absorption Fields

B. Georgia Department of Transportation (GDOT):

1. “Standard Specifications, Construction of Transportation Systems”, Latest Edition (GDOT Standard Specifications)

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

1.03 SUBMITTALS

A. Submittals shall be made in accordance with the requirements of the Contract Documents.

B. Submit the following for review and approval prior to shipment of materials to the Site:

1. Manufacturers' documentation indicating conformance with the specifications for

underdrain pipe or specified subsurface drainage system components.

2. Certificates and test reports, signed by the material producer of granular materials, indicating that the materials meet or exceed the specifications.

1.04 QUALITY ASSURANCE A. Pipe or drainage system manufacturer shall have manufacturing and quality control

facilities capable of producing and assuring the quality of the pipe and fittings specified. 1.05 DELIVERY, STORAGE AND HANDLING

A. Pipe shall be marked with manufacturer's identification symbol, size, date of manufacture, class of pipe and applicable product specification identification number.

B. During loading, transporting and unloading, exercise care to prevent damage to pipe. All

materials shall be inspected upon delivery to the Site. Damaged or defective materials shall be rejected and shall be replaced with new materials at no additional cost to the Project.

C. Granular materials of different gradations (including drainage stone and choker course )

shall be delivered to the Site using clean equipment, and separately stockpiled in areas approved by the Owner’s representative. Adequately protect to preserve the materials’ fitness and quality.

PART 2 PRODUCTS 2.01 SOURCE QUALITY CONTROL

A. Proposed materials and sources of supply shall be approved by the Owner’s representative as specified, prior to shipment and use of the materials in the construction.

B. Granular materials shall meet specified gradations and quality prior to placement. All

processing shall be completed at the source.

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

2.02 CHOKER COURSE

A. Choker course shall consist of aggregate with gradation conforming to size number 8 (nominal 3/8-inch to No. 8 sieve sizes) or size number 89 (nominal 3/8-inch to No. 16 sieve sizes) as defined in ASTM D 448 or Table 880.1 of the GDOT Standard Specifications.

2.03 DRAINAGE STONE

A. Washed drainage stone to be placed in bioretention areas, bioswales, and other designated stormwater quality facilities shall be washed stone conforming to the quality and gradation requirements for size number 57 coarse aggregate in ASTM D 448 or Section 800.2.01 of the GDOT Standard Specifications. Gradation shall be as summarized in the following table.

Sieve Size Percent Passing, by Weight 1 1/2 inch 100

1 inch 95 - 100 1/2 inch 25 – 60

No. 4 0 – 10 No. 8 0 – 5

2.04 GEOTEXTILE A. Specified in Section 02371. 2.05 UNDERDRAIN PIPE

A. Underdrain pipe shall be perforated ADS Smoothwall Sewer and Drain pipe (or approved equal) suitable for gravity flow drainage, meeting the requirements of ASTM F 810 and conforming to the following additional requirements.

B. Pipe shall have a smooth interior and exterior and the pipe joints shall be bell and spigot with the bell ends integrally formed to provide a soil-tight connection.

C. Pipe material shall be high density polyethylene (HDPE) conforming to the minimum

requirements for cell classifications 424410C or E as defined in ASTM D 3350. D. Perforation pattern and spacing shall be .2 INCH maximum diameter. Perforations shall

be spaced approximately 120 degrees around the circumference of the pipe and shall be arranged in rows parallel to the axis of the pipe at spacing not greater than 3 inches.

E. Furnish required fittings and connectors for a complete system as shown on the

Drawings. A cleanout shall be provided on the upstream ends of the underdrain system. Pipe material shall conform to the requirements of subsection 2.06.

2.06 NON-PERFORATED PIPING

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

A. Non-perforated piping (including upturned “S” piping, cleanouts and outlets) in designated stormwater quality facilities shall conform to one of the following specifications:

1. Polyvinyl chloride (PVC) pipe and fittings conforming to ASTM D 3034, SDR

26. Joints shall conform to ASTM D 3212 with a factory-installed elastomeric gasket conforming to ASTM F 477.

2. Schedule 40 PVC pipe conforming to ASTM D 1785. Fittings shall conform to

ASTM D 2466.

B. Furnish suitable fittings, transition couplings and other accessories as required for a complete installation as indicated on the Drawings. Transition couplings for connection of perforated corrugated polyethylene pipe (with smooth inner liner) to smooth-wall PVC pipe shall include “corrugated pipe couplings” manufactured by Fernco, Inc., or approved equal.

PART 3 EXECUTION 3.01 PREPARATION

A. Construction of bioretention areas, bioswales and other stormwater quality facilities shall not commence until the proposed facility area is isolated from all contributing drainage areas. Excavate in dry conditions.

B. Erosion and sediment control measures shall be implemented to protect construction

areas.

C. Locate and mark existing utilities, underground structures, and above ground obstructions before beginning installation and avoid disruption and damage of services.

D. Excavate to the required dimensions, side slopes and depths shown on the Drawings or as

otherwise approved by the Owner’s representative. Exposed subgrade soils at bottom of excavation shall not be compacted. Low ground pressure equipment shall be used for excavation.

E. Excavated materials shall be removed from the construction areas and placed in other

locations on the Site, if needed, or off-site where approved by the Owner’s representative.

F. Prior to placement of choker course, drainage stone, other granular materials, and

underdrain piping, the bottom of the excavation shall be dry and scarified (by raking, disking or tilling) to a minimum depth of six inches.

3.02 NOT USED 3.03 INSTALLATION OF GRANULAR MATERIALS

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

A. Place and uniformly grade specified gradations of granular materials in sequential layers to the thicknesses and limits indicated on the Drawings. Level and contour surface of each layer to required elevations.

B. Coordinate placement of granular materials with installation of geotextile and underdrain

piping. 3.04 PIPE INSTALLATION

A. Examine pipe and fittings before installation and assure no defective materials are incorporated. Keep inside of pipes and fittings free of dirt and debris.

B. Install piping beginning at low points of the system, true to grades and alignment

indicated, with continuous slope. C. Lay perforated underdrain piping on uniformly graded materials for entire length of

alignment at the required locations and lengths. Installation shall be in accordance with ASTM D 2321.

D. Install fittings and observation features as shown on the Drawings. E. Install non-perforated outlet pipes and valves (as applicable) at the required locations and

orientation as indicated on the Drawings.

F. Pipe and fittings shall be joined in accordance with manufacturers’ recommendations and reference standards. Non-perforated pipe connections shall be watertight.

G. Whenever pipe laying is not actively in progress, the open ends of the piping shall be

closed by a temporary plug or cap to prevent soil and other foreign matter from entering the piping.

H. For connections to storm drainage system, comply with requirements for applicable City

of Atlanta Storm Sewer Specifications and as indicated on Drawings.

3.05 FIELD QUALITY CONTROL A. Tests and Inspections: After installing drainage course to top of piping, test drain piping with water to ensure free flow before backfilling. B. Remove obstructions, replace damaged components, and repeat test until free flow of

system is achieved. C. Clear interior of installed piping and structures of dirt and other superfluous material as

work progresses. 3.06 BACKFILLING

A. Place drainage stone around and over perforated piping as indicated on the Drawings up to required elevation or depth in each area.

CITY OF ATLANTA SUBDRAINAGE FOR STORMWATER QUALITY FACILITIES Construction and Improvement Project for MLK Jr. Drive (LCI)

B. Place soil backfill around and over non-perforated pipe in layers not exceeding six inches loose thickness up to finish grade. Each layer shall be thoroughly compacted using manually guided compaction equipment.

C. Placement and compaction of drainage stone and other backfill materials shall be performed

in a manner that will not damage the pipe. Pipe that is damaged shall be replaced at no additional cost to the Project.

3.07 MAINTENANCE AND PROTECTION

A. Prior to the Owner’s final acceptance of the Work, Contractor shall perform maintenance and protection of the construction as specified in this Section. In addition, for the one year warranty period, Contractor shall correct or remove and replace defective work as approved by the Owner’s representative in accordance with the terms of the Contract.

END OF SECTION